Loading...
HomeMy WebLinkAboutWells-Williams (COR) Specs (122719)ProjectNo.:CAG-20-OO1ContractNo.:ContractProvisionsAwardAmount:AwardDate:AwardTo:WILLIAMSAVESANDWELLSAVESCONVERSIONPROJECTFederalAidNumber:HIPUL-STP9917(034)(425)258-1303CityContact:KeithWoolley(425)430-7318ConsultantContact:OliviaParaschiv,P.E.(253)627-0720ApprovedfoBidiApprovedforConstruction3l3lEIliottAvenueSuite400Seattle,WA98121P1206.2861640FI206.286.16392502JeffersonAvenueTacoma,WA98402PI253.6270720FI206.286.1639PublicWorksDepartmentTransportationSystemsDivisionVolume1of2GeneralBidInformation:BuildersExchangeofWashington,Inc.CityofRentonDate:Submittedby:InterdisciplinaryDesign1055SouthGradyWay,Renton,Washington98057 Contract Documents Page 1 Williams Ave S and Wells Ave S Conversion Project December 2019 CITY OF RENTON Williams Ave S and Wells Ave S Conversion Project Table of Contents VOLUME I I. CALL FOR BIDS II. INFORMATION AND CHECKLIST FOR BIDDERS 1. INFORMATION AND CHECKLIST FOR BIDDERS 2. SUMMARY OF FAIR PRACTICES POLICY, CITY OF RENTON 3. SUMMARY OF AMERICANS WITH DISABILITIES ACT POLICY, CITY OF RENTON Ill. PROJECT PROPOSAL 1. *PROJECT PROPOSAL COVER SHEET 2. *PROPOSAL 3. *SCHEDULE OF PRICES 4. *LOCAL AGENCY CERTIFICATION FOR FEDERAL AID CONTRACTS 5. *NON-COLLUSION DECLARATION 6. *LOCAL AGENCY SUBCONTRACTOR LIST 7. *UDBE UTILIZATION CERTIFICATION 8. *UDBE WRITTEN CONFIRMATION DOCUMENT 9. *PROPOSAL FOR INCORPORATING RECYCLED MATERIALS INTO THE PROJECT 10. *CONTRACTOR CERTIFICATION, WAGE LAW COMPLIANCE – RESPONSIBILITY CRITERIA, WASHINGTON STATE PUBLIC WORKS CONTRACTS 11. *PROPOSAL SIGNATURE PAGE 12. *PROPOSAL BID BOND IV. AGREEMENT FORMS 1. AGREEMENT 2. CONTRACT BOND TO THE CITY OF RENTON 3. FAIR PRACTICES AND NON-DISCRIMINATION POLICY DECLARATION * Submit as part of the bid.  Submit within 10 days after Notice of Award. V. REQUIRED CONTRACT PROVISIONS FOR FEDERAL-AID CONSTRUCTION CONTRACTS VI. AMENDMENTS TO THE STANDARD SPECIFICATIONS VII. SPECIAL PROVISIONS Contract Documents Page 2 Williams Ave S and Wells Ave S Conversion Project December 2019 VIII. APPENDICES APPENDIX A – Wage Rates 1. Federal Wage Rates 2. Washington State Prevailing Wage Rates APPENDIX B - City of Renton Standard Plans APPENDIX C - WSDOT Standard Plans APPENDIX D - Geotechnical Report VOLUME II – PLANS Contract Documents Page 3 Williams Ave S and Wells Ave S Conversion Project December 2019 City of Renton Contract Provisions for Williams Ave S and Wells Ave S Conversion Project ______________________________________________________________________________ I. CALL FOR BIDS CITY OF RENTON Williams Ave S and Wells Ave S Conversion Project Federal Aid Number HIPUL-STP 9917 (034) Project No. CAG-20-001 CALL FOR BIDS Sealed Bids will be received by the City of Renton, at the City Clerk's Office, located on the 7th floor of Renton City Hall until 11:00 AM on Friday,January 24,2020. The Bid packages will be opened and publicly read in the Conferencing Center, room #726, located on the 7th floor of Renton City Hall at 11:00 AM on Thursday,January 30, 2020. Renton City Hall is located at 1055 South Grady Way, Renton, WA, 98057. Approved Plans, Specifications, Addenda, and Plan Holders List for this project are available on-line through Builders Exchange of Washington, Inc., 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), contact Builders Exchange of Washington at 425-258-1303 should you require further assistance. All Bid Proposals shall be accompanied by a Bid Proposal deposit (certified check or Surety bond) in an amount equal to five percent (5%) of the amount of such Bid Proposal. Should the successful Bidder fail to enter into such Contract and furnish satisfactory performance bond within the time stated in the Specifications, the Bid Proposal deposit shall be forfeited to the City of Renton. The City of Renton in accordance with Title VI of the Civil Rights Act of 1964,78 Stat.252,42 U.S.C.2000d to 2000d-4 and Title 49, Code of Federal Regulations, Department of Transportation, subtitle A, Office of the Secretary, Part 21, nondiscrimination in Federally assisted programs of the Department of Transportation issued pursuant to such Act, hereby notifies all Bidders that it will affirmatively insure that in any Contract entered into pursuant to this advertisement, disadvantaged business enterprises as defined at 49 CFR Part 26 will be afforded full opportunity to submit Bids in response to this invitation and will not be discriminated against on the grounds of race, color, national origin, or sex in consideration for an Award. The improvement for which Bids will be received is described below: Construct the Wells Ave S and Williams Ave S Conversion Project. The work includes but is not limited to: temporary erosion and water pollution control; pavement removal; improvements to four downtown intersections including installation of new traffic signal systems, illumination, storm drainage, raised concrete intersection with curb, gutter, sidewalks, planters, irrigation, and urban design amenities. Also included are installation of sewer and water lines; pavement grinding and asphalt overlay; property restoration; installation of new channelization and permanent signing; and all other Work necessary to complete the Work as specified and shown in the Contract Provisions. An Underutilized Disadvantaged Business Enterprise (UDBE) mandatory goal of 13%, and 800 training hours has been established for this project. 9 on A. Set ity Clerk Published: Daily Journal of Commerce: December 30, 2019;January 6, 2020;January 13, 2020 Renton Reporter: January 3, 2020;January 10, 2020;January 17, 2020 Contract Documents Page 6 Williams Ave S and Wells Ave S Conversion Project December 2019 City of Renton Contract Provisions for Williams Ave S and Wells Ave S Conversion Project ______________________________________________________________________________ II. INFORMATION AND CHECKLIST FOR BIDDERS Contract Documents Page 7 Williams Ave S and Wells Ave S Conversion Project December 2019 INFORMATION AND CHECKLIST FOR BIDDERS The following supplements the information in the Call for Bids: 1. Special Project Information. The Contract Documents, including Standard Specifications, and all applicable laws and regulations apply to this project. The following items particular to this project are repeated here for emphasis: a. Wages. This project includes federal funding. The State Prevailing Wages and Federal Wage Rates in effect at time of Advertisement are provided in Appendix A. It is the Bidder’s responsibility to obtain wage information for any work classifications that are not included. b. Traffic Control and Hours of Work. This project is in a busy, congested area. Traffic control and the safety of the traveling public will be paramount. The Contractor will be required to keep a minimum 1 lane open to traffic during the day, except when approved by the City during intersection closures. Night work may be required to meet the construction schedule; at night, additional lane closures will be permitted. c. NPDES Permit. The City of Renton will secure the NPDES permit, and will be the sole owner of the permit. The Contractor shall abide and be considered the operator of the construction site as described in the permit. The City of Renton shall file the Notice of Intent. See Special Provision Section 1-07.6 and 8-01 for details. 2. Any prospective Bidder desiring an explanation or interpretation of the Bid Documents, shall request the explanation or interpretation in writing by the close of business five (5) business days preceding the bid opening to allow a written reply to reach all prospective Bidders before the submission of their Bids. Oral explanations, interpretations, or instructions given by anyone before the Award of Contract will not be binding on the City of Renton. 3. If a bidder has any questions regarding the project, the bidder may either: • Submit questions in writing to Renton City Hall – Transportation Systems, 1055 S Grady Way, Renton, WA 98057, Attn: Keith Woolley, or • Submit questions via e-mail to: kwoolley@Rentonwa.gov. Put “Williams Ave S and Wells Ave S Conversion Project” in the subject line No other type of inquiry will be accepted. 4. All bids must be self-explanatory. Partial bids will not be accepted. No opportunity will be offered for oral explanation except as the City may request further information on particular points. The bidder shall, upon request, furnish information to the City of Renton as to their financial and practical ability to satisfactorily perform the work. 5. The construction contract will be awarded by the City of Renton to the lowest responsible, responsive bidder. The total bid amount of all schedules combined will be used to determine the low bidder. 6. The City of Renton reserves the right to reject any and all bids or waive any and/or all informalities. 7. Payment for this work will be made in cash warrants. Contract Documents Page 8 Williams Ave S and Wells Ave S Conversion Project December 2019 8. Bidders are not required to be in possession of a current City of Renton business license in order to bid on City projects. However, Contractors and all subcontractors of all tiers must be in possession of a current City business license while conducting work in the City. 9. Bidding Checklist Each bid must be submitted in a sealed envelope bearing on the outside the name and address of the Bidder, and the name and number of the project for which the bid is submitted. It is the responsibility of each bidder to ascertain if all the documents listed below and in the Table of Contents are included in their copy of the Contract Provisions. 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 the date and time bids are due. The following documents shall be submitted with the bid. a. Project Proposal Cover Sheet – The form included in these Bid Documents must be used; no substitute will be accepted. b. Proposal – The form included in these Bid Documents must be used; no substitute will be accepted. c. Schedule of Prices – The form(s) included in these Bid Documents must be used; no substitute will be accepted. Bidders must bid on all schedules and items shown on the Schedule of Prices. If any unit price is left blank, it will be considered no charge for that bid item, regardless of what has been placed in the extension column. d. Local Agency Certification for Federal-Aid Contracts. e. Non-Collusion Declaration – The form included in these Bid Documents must be used; no substitute will be accepted. f. Local Agency Subcontractor List – This form is available at https://wsdot.wa.gov/forms/pdfForms.html. Bidder may download, print and complete the form to include with Bid. The DOT form, DOT Form Number and revision date must match the form included in these Bid Documents, otherwise the Bid will be considered irregular and non- responsive and the Bid will be rejected. g. Underutilized Disadvantaged Business Enterprise Utilization Certification. h. UDBE Written Confirmation Document. i. Proposal for Incorporating Recycled Materials into the Project - The form included in these Bid Documents must be used; no substitute will be accepted. j. Contractor Certification, Wage Law Compliance – Responsibility Criteria, Washington State Public Works Contracts – This form is available at https://wsdot.wa.gov/forms/pdfForms.html. Bidder may download, complete, print, and sign the form to include with Bid. The DOT form, DOT Form Number and revision date must match the form included in these Bid Documents, otherwise the Bid will be considered irregular and non-responsive and the Bid will be rejected. k. Proposal Signature Page - The form included in these Bid Documents must be used; no substitute will be accepted. Evidence of signatory’s authority to sign the Proposal on behalf of the business entity shall be submitted with the Bid. Otherwise, the submitted Bid will be considered irregular and non-responsive and the Bid will be rejected. Contract Documents Page 9 Williams Ave S and Wells Ave S Conversion Project December 2019 l. Proposal Bid Bond – The form included in these Bid Documents must be used; no substitute will be accepted. If an attorney-in-fact signs bond, the power of attorney authorizing such execution must be current and enforceable, be properly executed by the Surety in accordance with the Surety’s by-laws or other applicable rules and resolutions, and include all necessary corporate seals, signatures, and notaries. 10. Contract Checklist The following forms are to be executed by the successful Bidder after the Contract is awarded. a. Agreement – The form included in these Bid Documents must be used; no substitute will be accepted. Two originals shall be executed by the successful Bidder. b. Contract Bond – The form included in these Bid Documents must be used; no substitute will be accepted. Two originals shall be executed by the successful Bidder and its surety company. This bond covers successful completion of all work and payment of all laborers, subcontractors, suppliers, etc. If an attorney-in-fact signs bond, the power of attorney authorizing such execution must be current and enforceable, be properly executed by the Surety in accordance with the Surety’s by-laws or other applicable rules and resolutions, and include all necessary corporate seals, signatures, and notaries. c. Fair Practices Policy Affidavit of Compliance - The form included in these Bid Documents must be used; no substitute will be accepted. d. Certificates of Insurance – To be executed by an insurance company acceptable to the Owner, on ACORD Forms. Required coverages are listed in Section 1-07.18 of the Special Provisions. The City of Renton shall be named as “Additional Insureds” on the insurance policies as well as the entities listed in Section 1-07.18(2) of the Special Provisions. Contract Documents Page 10 Williams Ave S and Wells Ave S Conversion Project December 2019 Contract Documents Page 11 Williams Ave S and Wells Ave S Conversion Project December 2019 Contract Documents Page 12 Williams Ave S and Wells Ave S Conversion Project December 2019 City of Renton Contract Provisions for Williams Ave S and Wells Ave S Conversion Project ______________________________________________________________________________ III. PROJECT PROPOSAL Project: Williams Ave S and Wells Ave S Conversion Project Federal Aid Number: HIPUL-STP 9917 (034) City Contract Number: CAG-20-001 Company: Address: Phone Number: Fax Number: Total Bid Amount: $_____________________________________________ Contract Documents Page 13 Williams Ave S and Wells Ave S Conversion Project December 2019 PROPOSAL Williams Ave S and Wells Ave S Conversion Project TO THE CITY OF RENTON RENTON, WASHINGTON Ladies and/or Gentlemen: The undersigned (Bidder) hereby certify that the Bidder has examined the location and construction details of the proposed work and has read and thoroughly understands the Contract Documents governing the work, and the nature of the work, and the method by which payment will be made for said work. Bidder hereby proposes to undertake and complete the work detailed in and in accordance with these Contract Documents, for the Total Bid Amount shown on the attached Schedule of prices. The Bidder understands that the quantities mentioned herein are approximate only and are subject to increase or decrease, and hereby proposes to perform all quantities of work as either increased or decreased in accordance with the Contract Documents. As evidence of good faith, pursuant to RCW 35.23.352(1), an original Bid Proposal Deposit in the form of (check one)  bid bond, or  cashier's check (made payable to the City of Renton), or  postal money order (made payable to the City of Renton), in an amount equal to five percent (5%) of the Total Bid Price, is attached hereto. If a bid bond is signed by an attorney-in-fact, Bidder agrees that the power of attorney authorizing such execution must be current and enforceable, be properly executed by the Surety in accordance with the Surety’s by-laws or other applicable rules and resolutions, and include all necessary corporate seals, signatures, and notaries. Bidder understands that Contract Award or Bid rejection will occur within 60 calendar days after the opening of bids, as specified in Section 1-03.2 of the Standard Specifications. Bidder further understands that should Bidder fail to enter into this contract in accordance with his or her Bid and furnish a contract bond within a period of ten (10) days from the date at which he or she is notified that he or she is the successful bidder, the Bid Proposal Deposit shall be forfeited to the City of Renton, as set forth in RCW 35A.40.200 and RCW 35.23.352. Bidder hereby agrees to complete the Physical Work in all respects within 250 working days. Contract time shall begin on the first working day following the Notice to Proceed date. Item No. Spec. Section Item Description Quantity Unit Unit Price*Extension 1 1-04 Minor Change 1 EST 100,000.00$ 100,000.00$ 2 1-05 Roadway Surveying 1 LS LUMP SUM $ 3 1-05 Record Drawings (Minimum Bid $5,000)1 LS LUMP SUM $ 4 1-07 SPCC Plan 1 LS LUMP SUM $ 5 1-07 Training 800 HR $$ 6 1-08 Type B Progress Schedule (Minimum Bid $10,000)1 LS LUMP SUM $ 7 1-09 Mobilization 1 LS LUMP SUM $ 8 1-09 Field Office Building 1 LS LUMP SUM $ 9 1-10 Project Temporary Traffic Control 1 LS LUMP SUM $ 10 1-10 Flaggers 7000 HR $$ 11 1-10 Other Traffic Control Labor 1600 HR $$ 12 1-10 Traffic Control Supervisor 1 LS LUMP SUM $ 13 1-10 Off-Duty Uniformed Police Officer 100 HR $$ 14 2-02 Removal of Structure and Obstruction 1 LS LUMP SUM $ 15 2-03 Roadway Excavation Incl. Haul 2690 CY $$ 16 4-04 Crushed Surfacing Base Course 2380 TON $$ 17 5-04 HMA Cl. 1/2" PG 64-22 1710 TON $$ 18 5-04 Planing Bituminous Pavement 4400 SY $$ 19 5-04 Temporary Pavement 100 TON $$ 20 5-05 Cement Conc. Pavement 490 CY $$ 21 5-05 Scored Colored Cement Conc. Crosswalk Pavement 180 CY $$ Note: Unit prices for all items, all extensions, and total amount of bid shall be shown. Enter unit prices in numerical figures only in dollars and cents to two (2) decimal places (including whole dollar amounts). All figures must be clearly legible. Bids with illegible figures in the Unit Price column will be regarded nonresponsive and rejected. Where conflict occurs between the unit price and the total amount specified for any item, the unit price shall prevail, and totals shall be corrected to conform thereto. SCHEDULE OF PRICES Williams Ave S and Wells Ave S Conversion Project ALL ENTRIES SHALL BE WRITTEN IN INK OR TYPED TO VALIDATE BID SCHEDULE A1 - ROADWAY IMPROVEMENTS Contract Documents Williams Ave S and Wells Ave S Conversion Project Page 14 Item No. Spec. Section Item Description Quantity Unit Unit Price*Extension Note: Unit prices for all items, all extensions, and total amount of bid shall be shown. Enter unit prices in numerical figures only in dollars and cents to two (2) decimal places (including whole dollar amounts). All figures must be clearly legible. Bids with illegible figures in the Unit Price column will be regarded nonresponsive and rejected. Where conflict occurs between the unit price and the total amount specified for any item, the unit price shall prevail, and totals shall be corrected to conform thereto. SCHEDULE OF PRICES Williams Ave S and Wells Ave S Conversion Project ALL ENTRIES SHALL BE WRITTEN IN INK OR TYPED TO VALIDATE BID SCHEDULE A1 - ROADWAY IMPROVEMENTS 22 7-04 Ductile Iron Storm Sewer Pipe 8 In. Diam.290 LF $$ 23 7-04 Ductile Iron Storm Sewer Pipe 16 In. Diam.100 LF $$ 24 7-04 Ductile Iron Storm Sewer Pipe 18 In. Diam.40 LF $$ 25 7-04 Ductile Iron Storm Sewer Pipe with Polywrap 8 In. Diam.180 LF $$ 26 7-04 Solid Wall PVC Storm Sewer Pipe 6 In. Diam.340 LF $$ 27 7-04 Solid Wall PVC Storm Sewer Pipe 8 In. Diam.50 LF $$ 28 7-04 Polypropylene Storm Sewer Pipe 12 In. Diam.60 LF $$ 29 7-04 PVC C900 Pipe for Storm Sewer 12 In. Diam.430 LF $$ 30 7-04 Bank Run Gravel for Trench Backfill Storm 780 TON $$ 31 7-05 Catch Basin Type 1 13 EA $$ 32 7-06 Catch Basin Type 1L 6 EA $$ 33 7-05 Catch Basin Type 2 48 In. Diam.4 EA $$ 34 7-05 Concrete Inlet 6 EA $$ 35 7-05 Shallow Concrete Inlet 5 EA $$ 36 7-05 Adjust Storm Drainage Structure 6 EA $$ 37 7-05 Adjust Area Drain to Grade 8 EA $$ 38 7-05 Connection to Drainage Structure 6 EA $$ 39 7-08 Shoring or Extra Excavation Trench 1 LS $$ 40 8-01 Erosion/Water Pollution Control 1 EST 52,000.00$ 52,000.00$ 41 8-02 Protection of Private Property and Tree Protection 1 LS LUMP SUM $ 42 8-02 Property Restoration 1 FA 5,000.00$ 5,000.00$ Contract Documents Williams Ave S and Wells Ave S Conversion Project Page 15 Item No. Spec. Section Item Description Quantity Unit Unit Price*Extension Note: Unit prices for all items, all extensions, and total amount of bid shall be shown. Enter unit prices in numerical figures only in dollars and cents to two (2) decimal places (including whole dollar amounts). All figures must be clearly legible. Bids with illegible figures in the Unit Price column will be regarded nonresponsive and rejected. Where conflict occurs between the unit price and the total amount specified for any item, the unit price shall prevail, and totals shall be corrected to conform thereto. SCHEDULE OF PRICES Williams Ave S and Wells Ave S Conversion Project ALL ENTRIES SHALL BE WRITTEN IN INK OR TYPED TO VALIDATE BID SCHEDULE A1 - ROADWAY IMPROVEMENTS 43 8-02 Topsoil Type A 190 CY $$ 44 8-02 Bark or Wood Chip Mulch 20 CY $$ 45 8-02 PS Amelanchier laevis 'JFS-ARB'/ Spring Flurry Serviceberry; 2.5" cal., 12'-14' ht.19 EA $$ 46 8-02 PS Acer x Freemanii 'Scarsen'/ Scarlet Sentinel Maple; 2.5" cal., 12'-14' ht.4 EA $$ 47 8-02 PS Fothergilla gardenii 'Blue Mist'/ Blue Mist Dwarf Fothergilla; 2 Gal. Cont.18 EA $$ 48 8-02 PS Hebe anomala 'Purpurea Nana'/ Dwarf Hebe 146 EA $$ 49 8-02 PS Spiraea japonica 'Yan'/ Double Play Gold Spirea; 2 Gal. Cont.47 EA $$ 50 8-02 PS Weigela florida 'Elvira'/ Midnight Wine Weigela; 2 Gal. Cont.207 EA $$ 51 8-02 PS Pennisetum orientale 'Karley Rose'/ Pink Fountain Grass; 2 Gal. Cont.30 EA $$ 52 8-02 PS Sesleria autumnalis/ Autumn Moor Grass; 1 Gal. Cont.185 EA $$ 53 8-02 PS Hemerocallis 'Purple D'Oro'/ Purple D'Oro Daylily; 1 Gal. Cont.29 EA $$ 54 8-02 PS Erica carnea 'Myretoun Ruby'/ Myretoun Ruby Winter Heath; 1 Gal. Cont.38 EA $$ 55 8-02 PS Veronica peduncularis 'Georgia Blue'/ Georgia Blue Speedwell; 1 Gal. Cont.130 EA $$ 56 8-02 Root Barrier 505 LF $$ 57 8-03 Automatic Irrigation System, Complete 1 LS LUMP SUM $ 58 8-04 Cement Conc. Traffic Curb and Gutter 1470 LF $$ 59 8-04 Cement Conc. Valley Curb 1110 LF $$ 60 8-04 Extruded Curb 350 LF $$ 61 8-06 Cement Conc. Driveway Entrance 210 SY $$ 62 8-07 Traffic Separator Curb 330 LF $$ 63 8-09 Raised Pavement Marker Type 1 49 HUND $$ Contract Documents Williams Ave S and Wells Ave S Conversion Project Page 16 Item No. Spec. Section Item Description Quantity Unit Unit Price*Extension Note: Unit prices for all items, all extensions, and total amount of bid shall be shown. Enter unit prices in numerical figures only in dollars and cents to two (2) decimal places (including whole dollar amounts). All figures must be clearly legible. Bids with illegible figures in the Unit Price column will be regarded nonresponsive and rejected. Where conflict occurs between the unit price and the total amount specified for any item, the unit price shall prevail, and totals shall be corrected to conform thereto. SCHEDULE OF PRICES Williams Ave S and Wells Ave S Conversion Project ALL ENTRIES SHALL BE WRITTEN IN INK OR TYPED TO VALIDATE BID SCHEDULE A1 - ROADWAY IMPROVEMENTS 64 8-09 Raised Pavement Marker Type 2 5 HUND $$ 65 8-13 Monument Case and Cover 4 EA $$ 66 8-14 Cement Conc. Sidewalk 2760 SY $$ 67 8-14 Thickened Edge Sidewalk 2010 LF $$ 68 8-14 Detectable Warning Surface 700 SF $$ 69 8-19 Adjust Gas Valve 9 EA $$ 70 8-19 Adjust Franchise Utility Vault/Manhole 23 EA $$ 71 8-20 Replacement of Existing Traffic Signal and Illumination System @ Williams Avenue S & S 2nd Street Intersection, 1 LS LUMP SUM $ 72 8-20 Replacement of Existing Traffic Signal and Illumination System @ Wells Avenue S & S 2nd Street Intersection, 1 LS LUMP SUM $ 73 8-20 Replacement of Existing Traffic Signal and Illumination System @ Williams Avenue S & S 3rd Street Intersection, 1 LS LUMP SUM $ 74 8-20 Replacement of Existing Traffic Signal and Illumination System @ Wells Avenue S & S 3rd Street Intersection, 1 LS LUMP SUM $ 75 8-20 Modification of Existing Traffic Signal System @ Williams Avenue S & S Grady Way Intersection, Complete 1 LS LUMP SUM $ 76 8-20 Installation of Interconnect and Fiber Optic Systems and Conduit for Future 5G Network, Complete 1 LS LUMP SUM $ 77 8-20 Installation of PTZ Systems, Complete 1 LS LUMP SUM $ 78 8-21 Permanent Signing 1 LS LUMP SUM $ 79 8-22 Plastic Stop Line 880 LF $$ 80 8-22 Plastic Crosswalk Line 3610 SF $$ 81 8-22 Plastic Traffic Arrow 16 EA $$ 82 8-22 Plastic Traffic Letter 4 EA $$ 83 8-22 Plastic Access Parking Space Symbol 3 EA $$ 84 8-22 Plastic Railroad Crossing Symbol 4 EA $$ Contract Documents Williams Ave S and Wells Ave S Conversion Project Page 17 Item No. Spec. Section Item Description Quantity Unit Unit Price*Extension Note: Unit prices for all items, all extensions, and total amount of bid shall be shown. Enter unit prices in numerical figures only in dollars and cents to two (2) decimal places (including whole dollar amounts). All figures must be clearly legible. Bids with illegible figures in the Unit Price column will be regarded nonresponsive and rejected. Where conflict occurs between the unit price and the total amount specified for any item, the unit price shall prevail, and totals shall be corrected to conform thereto. SCHEDULE OF PRICES Williams Ave S and Wells Ave S Conversion Project ALL ENTRIES SHALL BE WRITTEN IN INK OR TYPED TO VALIDATE BID SCHEDULE A1 - ROADWAY IMPROVEMENTS 85 8-22 Plastic Green Bike Box 4 EA $$ 86 8-22 Plastic Shared Lane Marking 13 EA $$ 87 8-22 Paint Line 100 LF $$ 88 8-22 Plastic Line 720 LF $$ 89 8-22 Removing Existing Pavement Markings 1 LS LUMP SUM $ 90 8-23 Temporary Pavement Marking 8400 LF $$ 91 8-27 Waste Receptacle 16 EA $$ 92 8-28 Utility Cabinet Box Wrap 1 LS LUMP SUM $ 93 8-30 Landscape Strip Fencing 850 LF $$ 94 8-32 Bench 8 EA $$ 95 8-33 Bike Rack 16 EA $$ 96 8-34 Tree Grate 4 EA $$ 97 8-35 Resolution of Utility Conflicts 1 EST 100,000.00$ 100,000.00$ 98 8-35 Utility Potholing 1 EST 100,000.00$ 100,000.00$ $ _________________________ * All applicable sales tax shall be included in the unit and lump sum Bid price per Section 1-07.2(1) and WAC 458-20-171. Total Bid Amount, Schedule A1* Contract Documents Williams Ave S and Wells Ave S Conversion Project Page 18 Item No. Spec. Section Item Description Quantity Unit Unit Price*Extension 99 2-09 Controlled Density Fill 20 CY $$ 100 7-08 Shoring or Extra Excavation Trench 1 LS LUMP SUM $ 101 7-09 Abandon Existing Water System 1 LS LUMP SUM $ 102 7-09 Removal and Replacement of Unsuitable Foundation Material 75 CY $$ 103 7-09 Furnish and Install 6 In. Diam. Ductile Iron Pipe for Water Main & Fittings 130 LF $$ 104 7-09 Furnish and Install 12 In. Diam. Ductile Iron Pipe for Water Main & Fittings 500 LF $$ 105 7-09 Bank Run Gravel for Trench Backfill 470 TON $$ 106 7-09 Connection to Existing Water Main 11 EA $$ 107 7-09 Concrete Thrust Blocking and Dead-Man Anchor Blocks 29 CY $$ 108 7-12 Furnish and Install 12 In. Gate Valve Assembly 8 EA $$ 109 7-12 Adjust Existing Water Valve Box to Grade (RC)10 EA $$ 110 7-12 Adjust Existing Water Manhole to Grade (RC)2 EA $$ 111 7-12 Comb. Air Release/Air Vacuum Valve Assembly 2 In.3 EA $$ 112 7-14 Furnish and Install Hydrant Assembly 9 EA $$ 113 7-14 Remove and Salvage Hydrant 10 EA $$ 114 7-15 Furnish and Install 1.5 In. Water Service Connection 1 EA $$ 115 7-15 Furnish and Install 2 In. Water Service Connection 3 EA $$ 116 7-16 Utility Crossing Cathodic Protection 2 EA $$ $ _________________________ $ _________________________ $ _________________________Total Bid Amount, Schedule A2* * The Contractor shall collect from the Contracting Agency retail sales tax on the Schedule A2 Contract price per Section 1-07.2(2) and WAC 458-20-170. SCHEDULE OF PRICES Williams Ave S and Wells Ave S Conversion Project SCHEDULE A2 - WATER IMPROVEMENTS Subtotal Bid Amount, Schedule A2 Sales Tax (10.0%) ALL ENTRIES SHALL BE WRITTEN IN INK OR TYPED TO VALIDATE BID Note: Unit prices for all items, all extensions, and total amount of bid shall be shown. Enter unit prices in numerical figures only in dollars and cents to two (2) decimal places (including whole dollar amounts). All figures must be clearly legible. Bids with illegible figures in the Unit Price column will be regarded nonresponsive and rejected. Where conflict occurs between the unit price and the total amount specified for any item, the unit price shall prevail, and totals shall be corrected to conform thereto. Contract Documents Williams Ave S and Wells Ave S Conversion Project Page 19 Item No. Spec. Section Item Description Quantity Unit Unit Price*Extension 117 7-05 Adjust Sewer Manhole 6 EA $$ 118 7-05 Install Sanitary Sewer Mahole, 48 In. Diam.1 EA $$ 119 7-08 Shoring or Extra Excavation Trench 1 LS LUMP SUM $ 120 7-17 Removal and Replacement of Unsuitable Foundation Material 40 CY $$ 121 7-17 Furnish and Install 8 In. Diam. PVC Sewer Pipe 90 LF $$ 122 7-17 Furnish and Install 12 In. Diam. PVC C900 for Sewer Pipe 100 LF $$ 123 7-17 Bank Run Gravel for Trench Backfill Sewer 230 TON $$ $ _________________________ $ _________________________ $ _________________________Total Bid Amount, Schedule A3* * The Contractor shall collect from the Contracting Agency retail sales tax on the Schedule A3 Contract price per Section 1-07.2(2) and WAC 458-20-170. Sales Tax (10.0%) SCHEDULE OF PRICES Williams Ave S and Wells Ave S Conversion Project SCHEDULE A3 - SEWER IMPROVEMENTS Subtotal Bid Amount, Schedule A3 ALL ENTRIES SHALL BE WRITTEN IN INK OR TYPED TO VALIDATE BID Note: Unit prices for all items, all extensions, and total amount of bid shall be shown. Enter unit prices in numerical figures only in dollars and cents to two (2) decimal places (including whole dollar amounts). All figures must be clearly legible. Bids with illegible figures in the Unit Price column will be regarded nonresponsive and rejected. Where conflict occurs between the unit price and the total amount specified for any item, the unit price shall prevail, and totals shall be corrected to conform thereto. Contract Documents Williams Ave S and Wells Ave S Conversion Project Page 20 Item No. Spec. Section Item Description Quantity Unit Unit Price*Extension 200 2-09 Controlled Density Fill 40 CY $$ 201 4-04 Crushed Surfacing Base Course 90 TON $$ 202 5-04 HMA Cl. 1/2" PG 64-22 110 TON $$ 203 7-08 Shoring or Extra Excavation Trench 1 LS LUMP SUM $ 204 7-09 Abandon Existing Water System 1 LS LUMP SUM $ 205 7-09 Removal and Replacement of Unsuitable Foundation Material 75 CY $$ 206 7-09 Furnish and Install 8 In. Diam. Ductile Iron Pipe for Water Main & Fittings 20 LF $$ 207 7-09 Furnish and Install 12 In. Diam. Ductile Iron Pipe for Water Main & Fittings 510 LF $$ 208 7-09 Bank Run Gravel for Trench Backfill 390 TON $$ 209 7-09 Connection to Existing Water Main 2 EA $$ 210 7-09 Concrete Thrust Blocking and Dead-Man Anchor Blocks 10 CY $$ 211 7-12 Furnish and Install 12 In. Gate Valve Assembly 2 EA $$ 212 7-14 Furnish and Install Hydrant Assembly 1 EA $$ 213 7-14 Remove and Salvage Hydrant 1 EA $$ 214 7-15 Furnish and Install 4 In. Water Service Connection 1 EA $$ 215 8-04 Cement Conc. Traffic Curb and Gutter 20 LF $$ $ _________________________ $ _________________________ $ _________________________Total Bid Amount, Schedule B* * The Contractor shall collect from the Contracting Agency retail sales tax on the Schedule B Contract price per Section 1-07.2(2) and WAC 458-20-170. SCHEDULE OF PRICES Williams Ave S and Wells Ave S Conversion Project SCHEDULE B - EXTRA WATER IMPROVEMENTS Subtotal Bid Amount, Schedule B Sales Tax (10.0%) ALL ENTRIES SHALL BE WRITTEN IN INK OR TYPED TO VALIDATE BID Note: Unit prices for all items, all extensions, and total amount of bid shall be shown. Enter unit prices in numerical figures only in dollars and cents to two (2) decimal places (including whole dollar amounts). All figures must be clearly legible. Bids with illegible figures in the Unit Price column will be regarded nonresponsive and rejected. Where conflict occurs between the unit price and the total amount specified for any item, the unit price shall prevail, and totals shall be corrected to conform thereto. Contract Documents Williams Ave S and Wells Ave S Conversion Project Page 21 Item No. Spec. Section Item Description Quantity Unit Unit Price*Extension 300 4-04 Crushed Surfacing Base Course 100 TON $$ 301 5-04 HMA Cl. 1/2" PG 64-22 130 TON $$ 302 7-04 Ductile Iron Storm Sewer Pipe 8 In. Diam.10 LF $$ 303 7-05 Ductile Iron Storm Sewer Pipe with Polywrap 8 In. Diam.100 LF $$ 304 7-04 PVC C900 for Storm Sewer 12 in. Diam.570 LF $$ 305 7-04 Polypropylene Storm Sewer Pipe 12 In. Diam.20 LF $$ 306 7-04 Bank Run Gravel for Trench Backfill Storm 530 TON $$ 307 7-05 Concrete Inlet 1 EA $$ 308 7-05 Catch Basin Type 1 3 EA $$ 309 7-05 Catch Basin Type 2 48 In. Diam.4 EA $$ 310 7-08 Shoring or Extra Excavation Trench 1 LS LUMP SUM $ 311 8-04 Cement Conc. Traffic Curb and Gutter 60 LF $$ $ _________________________ * All applicable sales tax shall be included in the unit and lump sum Bid price per Section 1-07.2(1) and WAC 458-20-171. SCHEDULE OF PRICES Williams Ave S and Wells Ave S Conversion Project SCHEDULE C - EXTRA STORM DRAINAGE IMPROVEMENTS Total Bid Amount, Schedule C* ALL ENTRIES SHALL BE WRITTEN IN INK OR TYPED TO VALIDATE BID Note: Unit prices for all items, all extensions, and total amount of bid shall be shown. Enter unit prices in numerical figures only in dollars and cents to two (2) decimal places (including whole dollar amounts). All figures must be clearly legible. Bids with illegible figures in the Unit Price column will be regarded nonresponsive and rejected. Where conflict occurs between the unit price and the total amount specified for any item, the unit price shall prevail, and totals shall be corrected to conform thereto. Contract Documents Williams Ave S and Wells Ave S Conversion Project Page 22 Item No. Spec. Section Description Quantity Unit Unit Price*Amount 400 4-04 Crushed Surfacing Base Course 60 TON $$ 401 5-04 HMA Cl. 1/2" PG 64-22 70 TON $$ 402 7-05 Adjust Sewer Manhole 3 EA $$ 403 7-08 Shoring or Extra Excavation Trench 1 LS LUMP SUM $ 404 7-17 Furnish and Install 12 In. Diam. PVC Sewer Pipe 230 LF $$ 405 7-17 Bank Run Gravel for Trench Backfill Sewer 290 TON $$ 406 7-21 Furnish and Install 12-Inch Diam. CIPP for Sanitary Sewer 600 LF $$ $ _______________________ $ _________________________ $ _________________________ Summary: $ _________________________ $ _________________________ $ _________________________ $ _________________________ $ _________________________ $ _________________________ $ ___________________ Note: Determination of low bidder will be based solely on the "Total Bid". * The Contractor shall collect from the Contracting Agency retail sales tax on the Schedule D Contract price per Section 1-07.2(2) and WAC 458-20-170. Total Bid Amount, Schedules A1, A2, A3, B, C, D = Total Schedule D brought forward = SCHEDULE OF PRICES Williams Ave S and Wells Ave S Conversion Project SCHEDULE D - EXTRA SANITARY SEWER IMPROVEMENTS Subtotal Bid Amount, Schedule D Total Schedule A1 brought forward = Total Schedule A2 brought forward = Total Schedule A3 brought forward = Total Schedule B brought forward = Total Schedule C brought forward = ALL ENTRIES SHALL BE WRITTEN IN INK OR TYPED TO VALIDATE BID Note: Unit prices for all items, all extensions, and total amount of bid shall be shown. Enter unit prices in numerical figures only in dollars and cents to two (2) decimal places (including whole dollar amounts). All figures must be clearly legible. Bids with illegible figures in the Unit Price column will be regarded nonresponsive and rejected. Where conflict occurs between the unit price and the total amount specified for any item, the unit price shall prevail, and totals shall be corrected to conform thereto. Sales Tax (10.0%) Total Bid Amount, Schedule D* Contract Documents Williams Ave S and Wells Ave S Conversion Project Page 23 Local Agency Subcontractor List Prepared in compliance with RCW 39.30.060 as amended Failure to list subcontractors with whom the bidder, if awarded the contract, will directly subcontract for performance of the work of heating, ventilation and air conditioning, plumbing, as described in Chapter 18.106 RCW, and electrical, as described in Chapter 19.28 RCW or naming more than one subcontractor to perform the same work will result in your bid being non-responsive and therefore void. Subcontractor(s) with whom the bidder will directly subcontract that are proposed to perform the work of heating, ventilation and air conditioning, plumbing, as described in Chapter 18.106 RCW, and electrical as described in Chapter 19.28 RCW must be listed below. The work to be performed is to be listed below the subcontractor(s) name. To the extent the Project includes one or more categories of work referenced in RCW 39.30.060, and no subcontractor is listed below to perform such work, the bidder certifies that the work will either (i) be performed by the bidder itself, or (ii) be performed by a lower tier subcontractor who will not contract directly with the bidder. Project Name To Be Submitted with the Bid Proposal Subcontractor Name Work to be Performed Subcontractor Name Work to be Performed Subcontractor Name Work to be Performed Subcontractor Name Work to be Performed Subcontractor Name Work to be Performed DOT Form 271-015A EF Revised 08/2012 SR * Bidder’s are notified that is the opinion of the enforcement agency that PVC or metal conduit, junction boxes, etc, are considered electrical equipment and therefore considered part of electrical work, even if the installation is for future use and no wiring or electrical current is connected during the project. Local Agency Name Local Agency Address APWA-WA Division 1 Committee rev. 1/8/2016 Proposal for Incorporating Recycled Materials into the Project In compliance with a new law that went into effect January 1, 2016 (SHB1695), the Bidder shall propose below, the total percent of construction aggregate and concrete materials to be incorporated into the Project that are recycled materials. Calculated percentages must be within the amounts allowed in Section 9-03.21(1)E, Table on Maximum Allowable Percent (By Weight) of Recycled Material, of the Standard Specifications. Proposed total percentage: _____________________________ percent. Note: Use of recycled materials is highly encouraged within the limits shown above, but does not constitute a Bidder Preference, and will not affect the determination of award, unless two or more lowest responsive Bid totals are exactly equal, in which case proposed recycling percentages will be used as a tie-breaker, per the APWA GSP in Section 1-03.1 of the Special Provisions. Regardless, the Bidder’s stated proposed percentages will become a goal the Contractor should do its best to accomplish. Bidders will be required to report on recycled materials actually incorporated into the Project, in accordance with the APWA GSP in Section 1-06.6 of the Special Provisions. Bidder: Signature of Authorized Official: Date: • • • • City of Renton Contract Provisions for Williams Ave S and Wells Ave S Conversion Project ______________________________________________________________________________ V. REQUIRED CONTRACT PROVISIONS FOR FEDERAL-AID CONSTRUCTION CONTRACTS 1 REQUIRED CONTRACT PROVISIONS FEDERAL-AID CONSTRUCTION CONTRACTS FHWA-1273 -- Revised May 1, 2012 I. General II. Nondiscrimination III. Nonsegregated Facilities IV. Davis-Bacon and Related Act Provisions V. Contract Work Hours and Safety Standards Act Provisions VI. Subletting or Assigning the Contract VII. Safety: Accident Prevention VIII. False Statements Concerning Highway Projects IX. Implementation of Clean Air Act and Federal Water Pollution Control Act X. Compliance with Governmentwide Suspension and Debarment Requirements XI. Certification Regarding Use of Contract Funds for Lobbying ATTACHMENTS A. Employment and Materials Preference for Appalachian Development Highway System or Appalachian Local Access Road Contracts (included in Appalachian contracts only) I. GENERAL 1. Form FHWA-1273 must be physically incorporated in each construction contract funded under Title 23 (excluding emergency contracts solely intended for debris removal). The contractor (or subcontractor) must insert this form in each subcontract and further require its inclusion in all lower tier subcontracts (excluding purchase orders, rental agreements and other agreements for supplies or services). The applicable requirements of Form FHWA-1273 are incorporated by reference for work done under any purchase order, rental agreement or agreement for other services. The prime contractor shall be responsible for compliance by any subcontractor, lower-tier subcontractor or service provider. Form FHWA-1273 must be included in all Federal-aid design-build contracts, in all subcontracts and in lower tier subcontracts (excluding subcontracts for design services, purchase orders, rental agreements and other agreements for supplies or services). The design-builder shall be responsible for compliance by any subcontractor, lower-tier subcontractor or service provider. Contracting agencies may reference Form FHWA-1273 in bid proposal or request for proposal documents, however, the Form FHWA-1273 must be physically incorporated (not referenced) in all contracts, subcontracts and lower-tier subcontracts (excluding purchase orders, rental agreements and other agreements for supplies or services related to a construction contract). 2. Subject to the applicability criteria noted in the following sections, these contract provisions shall apply to all work performed on the contract by the contractor's own organization and with 2 the assistance of workers under the contractor's immediate superintendence and to all work performed on the contract by piecework, station work, or by subcontract. 3. A breach of any of the stipulations contained in these Required Contract Provisions may be sufficient grounds for withholding of progress payments, withholding of final payment, termination of the contract, suspension / debarment or any other action determined to be appropriate by the contracting agency and FHWA. 4. Selection of Labor: During the performance of this contract, the contractor shall not use convict labor for any purpose within the limits of a construction project on a Federal-aid highway unless it is labor performed by convicts who are on parole, supervised release, or probation. The term Federal-aid highway does not include roadways functionally classified as local roads or rural minor collectors. II. NONDISCRIMINATION The provisions of this section related to 23 CFR Part 230 are applicable to all Federal-aid construction contracts and to all related construction subcontracts of $10,000 or more. The provisions of 23 CFR Part 230 are not applicable to material supply, engineering, or architectural service contracts. In addition, the contractor and all subcontractors must comply with the following policies: Executive Order 11246, 41 CFR 60, 29 CFR 1625-1627, Title 23 USC Section 140, the Rehabilitation Act of 1973, as amended (29 USC 794), Title VI of the Civil Rights Act of 1964, as amended, and related regulations including 49 CFR Parts 21, 26 and 27; and 23 CFR Parts 200, 230, and 633. The contractor and all subcontractors must comply with: the requirements of the Equal Opportunity Clause in 41 CFR 60-1.4(b) and, for all construction contracts exceeding $10,000, the Standard Federal Equal Employment Opportunity Construction Contract Specifications in 41 CFR 60-4.3. Note: The U.S. Department of Labor has exclusive authority to determine compliance with Executive Order 11246 and the policies of the Secretary of Labor including 41 CFR 60, and 29 CFR 1625-1627. The contracting agency and the FHWA have the authority and the responsibility to ensure compliance with Title 23 USC Section 140, the Rehabilitation Act of 1973, as amended (29 USC 794), and Title VI of the Civil Rights Act of 1964, as amended, and related regulations including 49 CFR Parts 21, 26 and 27; and 23 CFR Parts 200, 230, and 633. The following provision is adopted from 23 CFR 230, Appendix A, with appropriate revisions to conform to the U.S. Department of Labor (US DOL) and FHWA requirements. 1. Equal Employment Opportunity: Equal employment opportunity (EEO) requirements not to discriminate and to take affirmative action to assure equal opportunity as set forth under laws, executive orders, rules, regulations (28 CFR 35, 29 CFR 1630, 29 CFR 1625-1627, 41 CFR 60 and 49 CFR 27) and orders of the Secretary of Labor as modified by the provisions prescribed herein, and imposed pursuant to 23 U.S.C. 140 shall constitute the EEO and specific affirmative action standards for the contractor's project activities under this contract. The provisions of the Americans with Disabilities Act of 1990 (42 U.S.C. 12101 et seq.) set forth under 28 CFR 35 and 29 CFR 1630 are incorporated by reference in this contract. In the execution of this 3 contract, the contractor agrees to comply with the following minimum specific requirement activities of EEO: a. The contractor will work with the contracting agency and the Federal Government to ensure that it has made every good faith effort to provide equal opportunity with respect to all of its terms and conditions of employment and in their review of activities under the contract. b. The contractor will accept as its operating policy the following statement: "It is the policy of this Company to assure that applicants are employed, and that employees are treated during employment, without regard to their race, religion, sex, color, national origin, age or disability. Such action shall include: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship, pre-apprenticeship, and/or on-the-job training." 2. EEO Officer: The contractor will designate and make known to the contracting officers an EEO Officer who will have the responsibility for and must be capable of effectively administering and promoting an active EEO program and who must be assigned adequate authority and responsibility to do so. 3. Dissemination of Policy: All members of the contractor's staff who are authorized to hire, supervise, promote, and discharge employees, or who recommend such action, or who are substantially involved in such action, will be made fully cognizant of, and will implement, the contractor's EEO policy and contractual responsibilities to provide EEO in each grade and classification of employment. To ensure that the above agreement will be met, the following actions will be taken as a minimum: a. Periodic meetings of supervisory and personnel office employees will be conducted before the start of work and then not less often than once every six months, at which time the contractor's EEO policy and its implementation will be reviewed and explained. The meetings will be conducted by the EEO Officer. b. All new supervisory or personnel office employees will be given a thorough indoctrination by the EEO Officer, covering all major aspects of the contractor's EEO obligations within thirty days following their reporting for duty with the contractor. c. All personnel who are engaged in direct recruitment for the project will be instructed by the EEO Officer in the contractor's procedures for locating and hiring minorities and women. d. Notices and posters setting forth the contractor's EEO policy will be placed in areas readily accessible to employees, applicants for employment and potential employees. e. The contractor's EEO policy and the procedures to implement such policy will be brought to the attention of employees by means of meetings, employee handbooks, or other appropriate means. 4. Recruitment: When advertising for employees, the contractor will include in all advertisements for employees the notation: "An Equal Opportunity Employer." All such advertisements will be placed in publications having a large circulation among minorities and women in the area from which the project work force would normally be derived. 4 a. The contractor will, unless precluded by a valid bargaining agreement, conduct systematic and direct recruitment through public and private employee referral sources likely to yield qualified minorities and women. To meet this requirement, the contractor will identify sources of potential minority group employees, and establish with such identified sources procedures whereby minority and women applicants may be referred to the contractor for employment consideration. b. In the event the contractor has a valid bargaining agreement providing for exclusive hiring hall referrals, the contractor is expected to observe the provisions of that agreement to the extent that the system meets the contractor's compliance with EEO contract provisions. Where implementation of such an agreement has the effect of discriminating against minorities or women, or obligates the contractor to do the same, such implementation violates Federal nondiscrimination provisions. c. The contractor will encourage its present employees to refer minorities and women as applicants for employment. Information and procedures with regard to referring such applicants will be discussed with employees. 5. Personnel Actions: Wages, working conditions, and employee benefits shall be established and administered, and personnel actions of every type, including hiring, upgrading, promotion, transfer, demotion, layoff, and termination, shall be taken without regard to race, color, religion, sex, national origin, age or disability. The following procedures shall be followed: a. The contractor will conduct periodic inspections of project sites to insure that working conditions and employee facilities do not indicate discriminatory treatment of project site personnel. b. The contractor will periodically evaluate the spread of wages paid within each classification to determine any evidence of discriminatory wage practices. c. The contractor will periodically review selected personnel actions in depth to determine whether there is evidence of discrimination. Where evidence is found, the contractor will promptly take corrective action. If the review indicates that the discrimination may extend beyond the actions reviewed, such corrective action shall include all affected persons. d. The contractor will promptly investigate all complaints of alleged discrimination made to the contractor in connection with its obligations under this contract, will attempt to resolve such complaints, and will take appropriate corrective action within a reasonable time. If the investigation indicates that the discrimination may affect persons other than the complainant, such corrective action shall include such other persons. Upon completion of each investigation, the contractor will inform every complainant of all of their avenues of appeal. 6. Training and Promotion: a. The contractor will assist in locating, qualifying, and increasing the skills of minorities and women who are applicants for employment or current employees. Such efforts should be aimed at developing full journey level status employees in the type of trade or job classification involved. 5 b. Consistent with the contractor's work force requirements and as permissible under Federal and State regulations, the contractor shall make full use of training programs, i.e., apprenticeship, and on-the-job training programs for the geographical area of contract performance. In the event a special provision for training is provided under this contract, this subparagraph will be superseded as indicated in the special provision. The contracting agency may reserve training positions for persons who receive welfare assistance in accordance with 23 U.S.C. 140(a). c. The contractor will advise employees and applicants for employment of available training programs and entrance requirements for each. d. The contractor will periodically review the training and promotion potential of employees who are minorities and women and will encourage eligible employees to apply for such training and promotion. 7. Unions: If the contractor relies in whole or in part upon unions as a source of employees, the contractor will use good faith efforts to obtain the cooperation of such unions to increase opportunities for minorities and women. Actions by the contractor, either directly or through a contractor's association acting as agent, will include the procedures set forth below: a. The contractor will use good faith efforts to develop, in cooperation with the unions, joint training programs aimed toward qualifying more minorities and women for membership in the unions and increasing the skills of minorities and women so that they may qualify for higher paying employment. b. The contractor will use good faith efforts to incorporate an EEO clause into each union agreement to the end that such union will be contractually bound to refer applicants without regard to their race, color, religion, sex, national origin, age or disability. c. The contractor is to obtain information as to the referral practices and policies of the labor union except that to the extent such information is within the exclusive possession of the labor union and such labor union refuses to furnish such information to the contractor, the contractor shall so certify to the contracting agency and shall set forth what efforts have been made to obtain such information. d. In the event the union is unable to provide the contractor with a reasonable flow of referrals within the time limit set forth in the collective bargaining agreement, the contractor will, through independent recruitment efforts, fill the employment vacancies without regard to race, color, religion, sex, national origin, age or disability; making full efforts to obtain qualified and/or qualifiable minorities and women. The failure of a union to provide sufficient referrals (even though it is obligated to provide exclusive referrals under the terms of a collective bargaining agreement) does not relieve the contractor from the requirements of this paragraph. In the event the union referral practice prevents the contractor from meeting the obligations pursuant to Executive Order 11246, as amended, and these special provisions, such contractor shall immediately notify the contracting agency. 8. Reasonable Accommodation for Applicants / Employees with Disabilities: The contractor must be familiar with the requirements for and comply with the Americans with Disabilities Act and all rules and regulations established there under. Employers must provide reasonable accommodation in all employment activities unless to do so would cause an undue hardship. 6 9. Selection of Subcontractors, Procurement of Materials and Leasing of Equipment: The contractor shall not discriminate on the grounds of race, color, religion, sex, national origin, age or disability in the selection and retention of subcontractors, including procurement of materials and leases of equipment. The contractor shall take all necessary and reasonable steps to ensure nondiscrimination in the administration of this contract. a. The contractor shall notify all potential subcontractors and suppliers and lessors of their EEO obligations under this contract. b. The contractor will use good faith efforts to ensure subcontractor compliance with their EEO obligations. 10. Assurance Required by 49 CFR 26.13(b): a. The requirements of 49 CFR Part 26 and the State DOT’s U.S. DOT-approved DBE program are incorporated by reference. b. The contractor or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of DOT-assisted contracts. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as the contracting agency deems appropriate. 11. Records and Reports: The contractor shall keep such records as necessary to document compliance with the EEO requirements. Such records shall be retained for a period of three years following the date of the final payment to the contractor for all contract work and shall be available at reasonable times and places for inspection by authorized representatives of the contracting agency and the FHWA. a. The records kept by the contractor shall document the following: (1) The number and work hours of minority and non-minority group members and women employed in each work classification on the project; (2) The progress and efforts being made in cooperation with unions, when applicable, to increase employment opportunities for minorities and women; and (3) The progress and efforts being made in locating, hiring, training, qualifying, and upgrading minorities and women; b. The contractors and subcontractors will submit an annual report to the contracting agency each July for the duration of the project, indicating the number of minority, women, and non- minority group employees currently engaged in each work classification required by the contract work. This information is to be reported on Form FHWA-1391. The staffing data should represent the project work force on board in all or any part of the last payroll period preceding the end of July. If on-the-job training is being required by special provision, the contractor will be required to collect and report training data. The employment data should reflect the work force on board during all or any part of the last payroll period preceding the end of July. 7 III. NONSEGREGATED FACILITIES This provision is applicable to all Federal-aid construction contracts and to all related construction subcontracts of $10,000 or more. The contractor must ensure that facilities provided for employees are provided in such a manner that segregation on the basis of race, color, religion, sex, or national origin cannot result. The contractor may neither require such segregated use by written or oral policies nor tolerate such use by employee custom. The contractor's obligation extends further to ensure that its employees are not assigned to perform their services at any location, under the contractor's control, where the facilities are segregated. The term "facilities" includes waiting rooms, work areas, restaurants and other eating areas, time clocks, restrooms, washrooms, locker rooms, and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing provided for employees. The contractor shall provide separate or single-user restrooms and necessary dressing or sleeping areas to assure privacy between sexes. IV. DAVIS-BACON AND RELATED ACT PROVISIONS This section is applicable to all Federal-aid construction projects exceeding $2,000 and to all related subcontracts and lower-tier subcontracts (regardless of subcontract size). The requirements apply to all projects located within the right-of-way of a roadway that is functionally classified as Federal-aid highway. This excludes roadways functionally classified as local roads or rural minor collectors, which are exempt. Contracting agencies may elect to apply these requirements to other projects. The following provisions are from the U.S. Department of Labor regulations in 29 CFR 5.5 “Contract provisions and related matters” with minor revisions to conform to the FHWA-1273 format and FHWA program requirements. 1. Minimum wages a. All laborers and mechanics employed or working upon the site of the work, will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act (29 CFR part 3)), the full amount of wages and bona fide fringe benefits (or cash equivalents thereof) due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the contractor and such laborers and mechanics. Contributions made or costs reasonably anticipated for bona fide fringe benefits under section 1(b)(2) of the Davis-Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of paragraph 1.d. of this section; also, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and 8 mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill, except as provided in 29 CFR 5.5(a)(4). Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein: Provided, That the employer's payroll records accurately set forth the time spent in each classification in which work is performed. The wage determination (including any additional classification and wage rates conformed under paragraph 1.b. of this section) and the Davis-Bacon poster (WH–1321) shall be posted at all times by the contractor and its subcontractors at the site of the work in a prominent and accessible place where it can be easily seen by the workers. b. (1) The contracting officer shall require that any class of laborers or mechanics, including helpers, which is not listed in the wage determination and which is to be employed under the contract shall be classified in conformance with the wage determination. The contracting officer shall approve an additional classification and wage rate and fringe benefits therefore only when the following criteria have been met: (i) The work to be performed by the classification requested is not performed by a classification in the wage determination; and (ii) The classification is utilized in the area by the construction industry; and (iii) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination. (2) If the contractor and the laborers and mechanics to be employed in the classification (if known), or their representatives, and the contracting officer agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by the contracting officer to the Administrator of the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor, Washington, DC 20210. The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. (3) In the event the contractor, the laborers or mechanics to be employed in the classification or their representatives, and the contracting officer do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), the contracting officer shall refer the questions, including the views of all interested parties and the recommendation of the contracting officer, to the Wage and Hour Administrator for determination. The Wage and Hour Administrator, or an authorized representative, will issue a determination within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. (4) The wage rate (including fringe benefits where appropriate) determined pursuant to paragraphs 1.b.(2) or 1.b.(3) of this section, shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification. 9 c. Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the contractor shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof. d. If the contractor does not make payments to a trustee or other third person, the contractor may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, Provided, That the Secretary of Labor has found, upon the written request of the contractor, that the applicable standards of the Davis-Bacon Act have been met. The Secretary of Labor may require the contractor to set aside in a separate account assets for the meeting of obligations under the plan or program. 2. Withholding The contracting agency shall upon its own action or upon written request of an authorized representative of the Department of Labor, withhold or cause to be withheld from the contractor under this contract, or any other Federal contract with the same prime contractor, or any other federally-assisted contract subject to Davis-Bacon prevailing wage requirements, which is held by the same prime contractor, so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees, and helpers, employed by the contractor or any subcontractor the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee, or helper, employed or working on the site of the work, all or part of the wages required by the contract, the contracting agency may, after written notice to the contractor, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. 3. Payrolls and basic records a. Payrolls and basic records relating thereto shall be maintained by the contractor during the course of the work and preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work. Such records shall contain the name, address, and social security number of each such worker, his or her correct classification, hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in section 1(b)(2)(B) of the Davis-Bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5(a)(1)(iv) that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in section 1(b)(2)(B) of the Davis-Bacon Act, the contractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual cost incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs. 10 b. (1) The contractor shall submit weekly for each week in which any contract work is performed a copy of all payrolls to the contracting agency. The payrolls submitted shall set out accurately and completely all of the information required to be maintained under 29 CFR 5.5(a)(3)(i), except that full social security numbers and home addresses shall not be included on weekly transmittals. Instead the payrolls shall only need to include an individually identifying number for each employee ( e.g. , the last four digits of the employee's social security number). The required weekly payroll information may be submitted in any form desired. Optional Form WH–347 is available for this purpose from the Wage and Hour Division Web site at http://www.dol.gov/esa/whd/forms/wh347instr.htm or its successor site. The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. Contractors and subcontractors shall maintain the full social security number and current address of each covered worker, and shall provide them upon request to the contracting agency for transmission to the State DOT, the FHWA or the Wage and Hour Division of the Department of Labor for purposes of an investigation or audit of compliance with prevailing wage requirements. It is not a violation of this section for a prime contractor to require a subcontractor to provide addresses and social security numbers to the prime contractor for its own records, without weekly submission to the contracting agency.. (2) Each payroll submitted shall be accompanied by a “Statement of Compliance,” signed by the contractor or subcontractor or his or her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following: (i) That the payroll for the payroll period contains the information required to be provided under §5.5 (a)(3)(ii) of Regulations, 29 CFR part 5, the appropriate information is being maintained under §5.5 (a)(3)(i) of Regulations, 29 CFR part 5, and that such information is correct and complete; (ii) That each laborer or mechanic (including each helper, apprentice, and trainee) employed on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in Regulations, 29 CFR part 3; (iii) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed, as specified in the applicable wage determination incorporated into the contract. (3) The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH–347 shall satisfy the requirement for submission of the “Statement of Compliance” required by paragraph 3.b.(2) of this section. (4) The falsification of any of the above certifications may subject the contractor or subcontractor to civil or criminal prosecution under section 1001 of title 18 and section 231 of title 31 of the United States Code. c. The contractor or subcontractor shall make the records required under paragraph 3.a. of this section available for inspection, copying, or transcription by authorized representatives of the contracting agency, the State DOT, the FHWA, or the Department of Labor, and shall permit such representatives to interview employees during working hours on the job. If the contractor or subcontractor fails to submit the required records or to make them available, the FHWA may, 11 after written notice to the contractor, the contracting agency or the State DOT, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5.12. 4. Apprentices and trainees a. Apprentices (programs of the USDOL). Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the U.S. Department of Labor, Employment and Training Administration, Office of Apprenticeship Training, Employer and Labor Services, or with a State Apprenticeship Agency recognized by the Office, or if a person is employed in his or her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Office of Apprenticeship Training, Employer and Labor Services or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be greater than the ratio permitted to the contractor as to the entire work force under the registered program. Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a contractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman's hourly rate) specified in the contractor's or subcontractor's registered program shall be observed. Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeymen hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination. In the event the Office of Apprenticeship Training, Employer and Labor Services, or a State Apprenticeship Agency recognized by the Office, withdraws approval of an apprenticeship program, the contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved. b. Trainees (programs of the USDOL). Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and 12 individually registered in a program which has received prior approval, evidenced by formal certification by the U.S. Department of Labor, Employment and Training Administration. The ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Every trainee must be paid at not less than the rate specified in the approved program for the trainee's level of progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination which provides for less than full fringe benefits for apprentices. Any employee listed on the payroll at a trainee rate who is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. In the event the Employment and Training Administration withdraws approval of a training program, the contractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved. c. Equal employment opportunity. The utilization of apprentices, trainees and journeymen under this part shall be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended, and 29 CFR part 30. d. Apprentices and Trainees (programs of the U.S. DOT). Apprentices and trainees working under apprenticeship and skill training programs which have been certified by the Secretary of Transportation as promoting EEO in connection with Federal- aid highway construction programs are not subject to the requirements of paragraph 4 of this Section IV. The straight time hourly wage rates for apprentices and trainees under such programs will be established by the particular programs. The ratio of apprentices and trainees to journeymen shall not be greater than permitted by the terms of the particular program. 5. Compliance with Copeland Act requirements. The contractor shall comply with the requirements of 29 CFR part 3, which are incorporated by reference in this contract. 6. Subcontracts. The contractor or subcontractor shall insert Form FHWA-1273 in any subcontracts and also require the subcontractors to include Form FHWA-1273 in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses in 29 CFR 5.5. 7. Contract termination: debarment. A breach of the contract clauses in 29 CFR 5.5 may be grounds for termination of the contract, and for debarment as a contractor and a subcontractor as provided in 29 CFR 5.12. 13 8. Compliance with Davis-Bacon and Related Act requirements. All rulings and interpretations of the Davis-Bacon and Related Acts contained in 29 CFR parts 1, 3, and 5 are herein incorporated by reference in this contract. 9. Disputes concerning labor standards. Disputes arising out of the labor standards provisions of this contract shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR parts 5, 6, and 7. Disputes within the meaning of this clause include disputes between the contractor (or any of its subcontractors) and the contracting agency, the U.S. Department of Labor, or the employees or their representatives. 10. Certification of eligibility. a. By entering into this contract, the contractor certifies that neither it (nor he or she) nor any person or firm who has an interest in the contractor's firm is a person or firm ineligible to be awarded Government contracts by virtue of section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(1). b. No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(1). c. The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 U.S.C. 1001. V. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT The following clauses apply to any Federal-aid construction contract in an amount in excess of $100,000 and subject to the overtime provisions of the Contract Work Hours and Safety Standards Act. These clauses shall be inserted in addition to the clauses required by 29 CFR 5.5(a) or 29 CFR 4.6. As used in this paragraph, the terms laborers and mechanics include watchmen and guards. 1. Overtime requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. 2. Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in paragraph (1.) of this section, the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (1.) of this section, in the sum of $10 for each calendar day on which such individual 14 was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (1.) of this section. 3. Withholding for unpaid wages and liquidated damages. The FHWA or the contacting agency shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally-assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (2.) of this section. 4. Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraph (1.) through (4.) of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (1.) through (4.) of this section. VI. SUBLETTING OR ASSIGNING THE CONTRACT This provision is applicable to all Federal-aid construction contracts on the National Highway System. 1. The contractor shall perform with its own organization contract work amounting to not less than 30 percent (or a greater percentage if specified elsewhere in the contract) of the total original contract price, excluding any specialty items designated by the contracting agency. Specialty items may be performed by subcontract and the amount of any such specialty items performed may be deducted from the total original contract price before computing the amount of work required to be performed by the contractor's own organization (23 CFR 635.116). a. The term “perform work with its own organization” refers to workers employed or leased by the prime contractor, and equipment owned or rented by the prime contractor, with or without operators. Such term does not include employees or equipment of a subcontractor or lower tier subcontractor, agents of the prime contractor, or any other assignees. The term may include payments for the costs of hiring leased employees from an employee leasing firm meeting all relevant Federal and State regulatory requirements. Leased employees may only be included in this term if the prime contractor meets all of the following conditions: (1) the prime contractor maintains control over the supervision of the day-to-day activities of the leased employees; (2) the prime contractor remains responsible for the quality of the work of the leased employees; (3) the prime contractor retains all power to accept or exclude individual employees from work on the project; and 15 (4) the prime contractor remains ultimately responsible for the payment of predetermined minimum wages, the submission of payrolls, statements of compliance and all other Federal regulatory requirements. b. "Specialty Items" shall be construed to be limited to work that requires highly specialized knowledge, abilities, or equipment not ordinarily available in the type of contracting organizations qualified and expected to bid or propose on the contract as a whole and in general are to be limited to minor components of the overall contract. 2. The contract amount upon which the requirements set forth in paragraph (1) of Section VI is computed includes the cost of material and manufactured products which are to be purchased or produced by the contractor under the contract provisions. 3. The contractor shall furnish (a) a competent superintendent or supervisor who is employed by the firm, has full authority to direct performance of the work in accordance with the contract requirements, and is in charge of all construction operations (regardless of who performs the work) and (b) such other of its own organizational resources (supervision, management, and engineering services) as the contracting officer determines is necessary to assure the performance of the contract. 4. No portion of the contract shall be sublet, assigned or otherwise disposed of except with the written consent of the contracting officer, or authorized representative, and such consent when given shall not be construed to relieve the contractor of any responsibility for the fulfillment of the contract. Written consent will be given only after the contracting agency has assured that each subcontract is evidenced in writing and that it contains all pertinent provisions and requirements of the prime contract. 5. The 30% self-performance requirement of paragraph (1) is not applicable to design-build contracts; however, contracting agencies may establish their own self-performance requirements. VII. SAFETY: ACCIDENT PREVENTION This provision is applicable to all Federal-aid construction contracts and to all related subcontracts. 1. In the performance of this contract the contractor shall comply with all applicable Federal, State, and local laws governing safety, health, and sanitation (23 CFR 635). The contractor shall provide all safeguards, safety devices and protective equipment and take any other needed actions as it determines, or as the contracting officer may determine, to be reasonably necessary to protect the life and health of employees on the job and the safety of the public and to protect property in connection with the performance of the work covered by the contract. 2. It is a condition of this contract, and shall be made a condition of each subcontract, which the contractor enters into pursuant to this contract, that the contractor and any subcontractor shall not permit any employee, in performance of the contract, to work in surroundings or under conditions which are unsanitary, hazardous or dangerous to his/her health or safety, as determined under construction safety and health standards (29 CFR 1926) promulgated by the Secretary of Labor, in accordance with Section 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C. 3704). 16 3. Pursuant to 29 CFR 1926.3, it is a condition of this contract that the Secretary of Labor or authorized representative thereof, shall have right of entry to any site of contract performance to inspect or investigate the matter of compliance with the construction safety and health standards and to carry out the duties of the Secretary under Section 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C.3704). VIII. FALSE STATEMENTS CONCERNING HIGHWAY PROJECTS This provision is applicable to all Federal-aid construction contracts and to all related subcontracts. In order to assure high quality and durable construction in conformity with approved plans and specifications and a high degree of reliability on statements and representations made by engineers, contractors, suppliers, and workers on Federal-aid highway projects, it is essential that all persons concerned with the project perform their functions as carefully, thoroughly, and honestly as possible. Willful falsification, distortion, or misrepresentation with respect to any facts related to the project is a violation of Federal law. To prevent any misunderstanding regarding the seriousness of these and similar acts, Form FHWA-1022 shall be posted on each Federal-aid highway project (23 CFR 635) in one or more places where it is readily available to all persons concerned with the project: 18 U.S.C. 1020 reads as follows: "Whoever, being an officer, agent, or employee of the United States, or of any State or Territory, or whoever, whether a person, association, firm, or corporation, knowingly makes any false statement, false representation, or false report as to the character, quality, quantity, or cost of the material used or to be used, or the quantity or quality of the work performed or to be performed, or the cost thereof in connection with the submission of plans, maps, specifications, contracts, or costs of construction on any highway or related project submitted for approval to the Secretary of Transportation; or Whoever knowingly makes any false statement, false representation, false report or false claim with respect to the character, quality, quantity, or cost of any work performed or to be performed, or materials furnished or to be furnished, in connection with the construction of any highway or related project approved by the Secretary of Transportation; or Whoever knowingly makes any false statement or false representation as to material fact in any statement, certificate, or report submitted pursuant to provisions of the Federal-aid Roads Act approved July 1, 1916, (39 Stat. 355), as amended and supplemented; Shall be fined under this title or imprisoned not more than 5 years or both." IX. IMPLEMENTATION OF CLEAN AIR ACT AND FEDERAL WATER POLLUTION CONTROL ACT This provision is applicable to all Federal-aid construction contracts and to all related subcontracts. 17 By submission of this bid/proposal or the execution of this contract, or subcontract, as appropriate, the bidder, proposer, Federal-aid construction contractor, or subcontractor, as appropriate, will be deemed to have stipulated as follows: 1. That any person who is or will be utilized in the performance of this contract is not prohibited from receiving an award due to a violation of Section 508 of the Clean Water Act or Section 306 of the Clean Air Act. 2. That the contractor agrees to include or cause to be included the requirements of paragraph (1) of this Section X in every subcontract, and further agrees to take such action as the contracting agency may direct as a means of enforcing such requirements. X. CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION This provision is applicable to all Federal-aid construction contracts, design-build contracts, subcontracts, lower-tier subcontracts, purchase orders, lease agreements, consultant contracts or any other covered transaction requiring FHWA approval or that is estimated to cost $25,000 or more – as defined in 2 CFR Parts 180 and 1200. 1. Instructions for Certification – First Tier Participants: a. By signing and submitting this proposal, the prospective first tier participant is providing the certification set out below. b. The inability of a person to provide the certification set out below will not necessarily result in denial of participation in this covered transaction. The prospective first tier participant shall submit an explanation of why it cannot provide the certification set out below. The certification or explanation will be considered in connection with the department or agency's determination whether to enter into this transaction. However, failure of the prospective first tier participant to furnish a certification or an explanation shall disqualify such a person from participation in this transaction. c. The certification in this clause is a material representation of fact upon which reliance was placed when the contracting agency determined to enter into this transaction. If it is later determined that the prospective participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the contracting agency may terminate this transaction for cause of default. d. The prospective first tier participant shall provide immediate written notice to the contracting agency to whom this proposal is submitted if any time the prospective first tier participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. e. The terms "covered transaction," "debarred," "suspended," "ineligible," "participant," "person," "principal," and "voluntarily excluded," as used in this clause, are defined in 2 CFR Parts 180 and 1200. “First Tier Covered Transactions” refers to any covered transaction between a grantee or subgrantee of Federal funds and a participant (such as the prime or 18 general contract). “Lower Tier Covered Transactions” refers to any covered transaction under a First Tier Covered Transaction (such as subcontracts). “First Tier Participant” refers to the participant who has entered into a covered transaction with a grantee or subgrantee of Federal funds (such as the prime or general contractor). “Lower Tier Participant” refers any participant who has entered into a covered transaction with a First Tier Participant or other Lower Tier Participants (such as subcontractors and suppliers). f. The prospective first tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency entering into this transaction. g. The prospective first tier participant further agrees by submitting this proposal that it will include the clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion-Lower Tier Covered Transactions," provided by the department or contracting agency, entering into this covered transaction, without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions exceeding the $25,000 threshold. h. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant is responsible for ensuring that its principals are not suspended, debarred, or otherwise ineligible to participate in covered transactions. To verify the eligibility of its principals, as well as the eligibility of any lower tier prospective participants, each participant may, but is not required to, check the Excluded Parties List System website (https://www.epls.gov/), which is compiled by the General Services Administration. i. Nothing contained in the foregoing shall be construed to require the establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of the prospective participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. j. Except for transactions authorized under paragraph (f) of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency may terminate this transaction for cause or default. * * * * * 2. Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion – First Tier Participants: a. The prospective first tier participant certifies to the best of its knowledge and belief, that it and its principals: (1) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participating in covered transactions by any Federal department or agency; 19 (2) Have not within a three-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; (3) Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State or local) with commission of any of the offenses enumerated in paragraph (a)(2) of this certification; and (4) Have not within a three-year period preceding this application/proposal had one or more public transactions (Federal, State or local) terminated for cause or default. b. Where the prospective participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. 2. Instructions for Certification - Lower Tier Participants: (Applicable to all subcontracts, purchase orders and other lower tier transactions requiring prior FHWA approval or estimated to cost $25,000 or more - 2 CFR Parts 180 and 1200) a. By signing and submitting this proposal, the prospective lower tier is providing the certification set out below. b. The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department, or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. c. The prospective lower tier participant shall provide immediate written notice to the person to which this proposal is submitted if at any time the prospective lower tier participant learns that its certification was erroneous by reason of changed circumstances. d. The terms "covered transaction," "debarred," "suspended," "ineligible," "participant," "person," "principal," and "voluntarily excluded," as used in this clause, are defined in 2 CFR Parts 180 and 1200. You may contact the person to which this proposal is submitted for assistance in obtaining a copy of those regulations. “First Tier Covered Transactions” refers to any covered transaction between a grantee or subgrantee of Federal funds and a participant (such as the prime or general contract). “Lower Tier Covered Transactions” refers to any covered transaction under a First Tier Covered Transaction (such as subcontracts). “First Tier Participant” refers to the participant who has entered into a covered transaction with a grantee or subgrantee of Federal funds (such as the prime or general contractor). “Lower Tier Participant” refers any participant who has entered into a covered transaction with a First Tier Participant or other Lower Tier Participants (such as subcontractors and suppliers). e. The prospective lower tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or 20 voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency with which this transaction originated. f. The prospective lower tier participant further agrees by submitting this proposal that it will include this clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion-Lower Tier Covered Transaction," without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions exceeding the $25,000 threshold. g. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant is responsible for ensuring that its principals are not suspended, debarred, or otherwise ineligible to participate in covered transactions. To verify the eligibility of its principals, as well as the eligibility of any lower tier prospective participants, each participant may, but is not required to, check the Excluded Parties List System website (https://www.epls.gov/), which is compiled by the General Services Administration. h. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. i. Except for transactions authorized under paragraph e of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. * * * * * Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion-- Lower Tier Participants: 1. The prospective lower tier participant certifies, by submission of this proposal, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participating in covered transactions by any Federal department or agency. 2. Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. * * * * * 21 XI. CERTIFICATION REGARDING USE OF CONTRACT FUNDS FOR LOBBYING This provision is applicable to all Federal-aid construction contracts and to all related subcontracts which exceed $100,000 (49 CFR 20). 1. The prospective participant certifies, by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that: a. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. b. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. 2. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31 U.S.C. 1352. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. 3. The prospective participant also agrees by submitting its bid or proposal that the participant shall require that the language of this certification be included in all lower tier subcontracts, which exceed $100,000 and that all such recipients shall certify and disclose accordingly. 22 ATTACHMENT A - EMPLOYMENT AND MATERIALS PREFERENCE FOR APPALACHIAN DEVELOPMENT HIGHWAY SYSTEM OR APPALACHIAN LOCAL ACCESS ROAD CONTRACTS This provision is applicable to all Federal-aid projects funded under the Appalachian Regional Development Act of 1965. 1. During the performance of this contract, the contractor undertaking to do work which is, or reasonably may be, done as on-site work, shall give preference to qualified persons who regularly reside in the labor area as designated by the DOL wherein the contract work is situated, or the subregion, or the Appalachian counties of the State wherein the contract work is situated, except: a. To the extent that qualified persons regularly residing in the area are not available. b. For the reasonable needs of the contractor to employ supervisory or specially experienced personnel necessary to assure an efficient execution of the contract work. c. For the obligation of the contractor to offer employment to present or former employees as the result of a lawful collective bargaining contract, provided that the number of nonresident persons employed under this subparagraph (1c) shall not exceed 20 percent of the total number of employees employed by the contractor on the contract work, except as provided in subparagraph (4) below. 2. The contractor shall place a job order with the State Employment Service indicating (a) the classifications of the laborers, mechanics and other employees required to perform the contract work, (b) the number of employees required in each classification, (c) the date on which the participant estimates such employees will be required, and (d) any other pertinent information required by the State Employment Service to complete the job order form. The job order may be placed with the State Employment Service in writing or by telephone. If during the course of the contract work, the information submitted by the contractor in the original job order is substantially modified, the participant shall promptly notify the State Employment Service. 3. The contractor shall give full consideration to all qualified job applicants referred to him by the State Employment Service. The contractor is not required to grant employment to any job applicants who, in his opinion, are not qualified to perform the classification of work required. 4. If, within one week following the placing of a job order by the contractor with the State Employment Service, the State Employment Service is unable to refer any qualified job applicants to the contractor, or less than the number requested, the State Employment Service will forward a certificate to the contractor indicating the unavailability of applicants. Such certificate shall be made a part of the contractor's permanent project records. Upon receipt of this certificate, the contractor may employ persons who do not normally reside in the labor area to fill positions covered by the certificate, notwithstanding the provisions of subparagraph (1c) above. 5. The provisions of 23 CFR 633.207(e) allow the contracting agency to provide a contractual preference for the use of mineral resource materials native to the Appalachian region. 6. The contractor shall include the provisions of Sections 1 through 4 of this Attachment A in every subcontract for work which is, or reasonably may be, done as on-site work. Amendment to Form FHWA 1273 Revised January 25, 2016 AMENDMENT REQUIRED CONTRACT PROVISIONS (Exclusive of Appalachian Contracts) FEDERAL-AID CONSTRUCTION CONTRACTS The Federal–Aid provisions are supplemented with the following: XII. Cargo Preference Act 1. U.S. Department of Transportation Federal Highway Administration memorandum dated December 11, 2015 requires that all federal-aid highway programs awarded after February 15, 2016 must comply with the Cargo Preference Act and its regulation of 46 CFR 381.7 (a)-(b). City of Renton Contract Provisions for Williams Ave S and Wells Ave S Conversion Project ______________________________________________________________________________ VI. AMENDMENTS TO THE STANDARD SPECIFICATIONS AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 INTRO.AP1 1 INTRODUCTION 2 The following Amendments and Special Provisions shall be used in conjunction with the 3 2018 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 1-01.AP1 16 Section 1-01, Definitions and Terms 17 August 6, 2018 18 1-01.3 Definitions 19 The following new term and definition is inserted before the definition for “Shoulder”: 20 21 Sensitive Area – Natural features, which may be previously altered by human activity, 22 that are present on or adjacent to the project location and protected, managed, or 23 regulated by local, tribal, state, or federal agencies. 24 25 The following new term and definition is inserted after the definition for “Working Drawings”: 26 27 WSDOT Form – Forms developed and maintained by WSDOT that are required or 28 available for use on a project. These forms can be downloaded from the forms 29 catalogue at: 30 31 http://wsdot.wa.gov/forms/pdfForms.html 32 33 1-02.AP1 34 Section 1-02, Bid Procedures and Conditions 35 June 3, 2019 36 1-02.4(1) General 37 This section is supplemented with the following: 38 39 Prospective Bidders are advised that the Contracting Agency may include a partially 40 completed Washington State Department of Ecology (Ecology) Transfer of Coverage 41 (Ecology Form ECY 020-87a) for the Construction Stormwater General Permit 42 (CSWGP) as part of the Bid Documents. When the Contracting Agency requires the 43 transfer of coverage of the CSWGP to the Contractor, an informational copy of the 44 Transfer of Coverage and the associated CSWGP will be included in the appendices. 45 As a condition of Section 1-03.3, the Contractor is required to complete sections I, III, 46 and VIII of the Transfer of Coverage and return the form to the Contracting Agency. 47 48 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 The Contracting Agency is responsible for compliance with the CSWGP until the end of 1 day that the Contract is executed. Beginning on the day after the Contract is executed, 2 the Contractor shall assume complete legal responsibility for compliance with the 3 CSWGP and full implementation of all conditions of the CSWGP as they apply to the 4 Contract Work. 5 6 1-02.5 Proposal Forms 7 The first sentence of the first paragraph is revised to read: 8 9 At the request of a Bidder, the Contracting Agency will provide a physical Proposal 10 Form for any project on which the Bidder is eligible to Bid. 11 12 1-02.6 Preparation of Proposal 13 Item number 1 of the second paragraph is revised to read: 14 15 1. A unit price for each item (omitting digits more than two places to the right of the 16 decimal point), 17 18 In the third sentence of the fourth paragraph, “WSDOT Form 422-031” is revised to read 19 “WSDOT Form 422-031U”. 20 21 The following new paragraph is inserted before the last paragraph: 22 23 The Bidder shall submit with their Bid a completed Contractor Certification Wage Law 24 Compliance form (WSDOT Form 272-009). Failure to return this certification as part of 25 the Bid Proposal package will make this Bid Nonresponsive and ineligible for Award. A 26 Contractor Certification of Wage Law Compliance form is included in the Proposal 27 Forms. 28 29 1-02.13 Irregular Proposals 30 Item 1(h) is revised to read: 31 32 h. The Bidder fails to submit Underutilized Disadvantaged Business Enterprise Good 33 Faith Effort documentation, if applicable, as required in Section 1-02.6, or if the 34 documentation that is submitted fails to demonstrate that a Good Faith Effort to 35 meet the Condition of Award was made; 36 37 Item 1(i) is revised to read the following three items: 38 39 i. The Bidder fails to submit a UDBE Bid Item Breakdown form, if applicable, as 40 required in Section 1-02.6, or if the documentation that is submitted fails to meet 41 the requirements of the Special Provisions; 42 43 j. The Bidder fails to submit UDBE Trucking Credit Forms, if applicable, as required in 44 Section 1-02.6, or if the documentation that is submitted fails to meet the 45 requirements of the Special Provisions; or 46 47 k. The Bid Proposal does not constitute a definite and unqualified offer to meet the 48 material terms of the Bid invitation. 49 50 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 1-03.AP1 1 Section 1-03, Award and Execution of Contract 2 January 2, 2018 3 1-03.3 Execution of Contract 4 The first paragraph is revised to read: 5 6 Within 20 calendar days after the Award date, the successful Bidder shall return the 7 signed Contracting Agency-prepared Contract, an insurance certification as required by 8 Section 1-07.18, a satisfactory bond as required by law and Section 1-03.4, the Transfer 9 of Coverage form for the Construction Stormwater General Permit with sections I, III, 10 and VIII completed when provided, and shall be registered as a contractor in the state of 11 Washington. 12 13 1-03.5 Failure to Execute Contract 14 The first sentence is revised to read: 15 16 Failure to return the insurance certification and bond with the signed Contract as 17 required in Section 1-03.3, or failure to provide Disadvantaged, Minority or Women’s 18 Business Enterprise information if required in the Contract, or failure or refusal to sign 19 the Contract, or failure to register as a contractor in the state of Washington, or failure to 20 return the completed Transfer of Coverage for the Construction Stormwater General 21 Permit to the Contracting Agency when provided shall result in forfeiture of the proposal 22 bond or deposit of this Bidder. 23 24 1-05.AP1 25 Section 1-05, Control of Work 26 August 6, 2018 27 1-05.5 Vacant 28 This section, including title, is revised to read: 29 30 1-05.5 Tolerances 31 Geometrical tolerances shall be measured from the points, lines, and surfaces defined 32 in Contract documents. 33 34 A plus (+) tolerance increases the amount or dimension to which it applies, or raises a 35 deviation from level. A minus (-) tolerance decreases the amount or dimension to which 36 it applies, or lowers a deviation from level. Where only one signed tolerance is specified 37 (+ or -), there is no specified tolerance in the opposing direction. 38 39 Tolerances shall not be cumulative. The most restrictive tolerance shall control. 40 41 Tolerances shall not extend the Work beyond the Right of Way or other legal 42 boundaries identified in the Contract documents. If application of tolerances causes the 43 extension of the Work beyond the Right of Way or legal boundaries, the tolerance shall 44 be reduced for that specific instance. 45 46 Tolerances shall not violate other Contract requirements. If application of tolerances 47 causes the Work to violate other Contract requirements, the tolerance shall be reduced 48 for that specific instance. If application of tolerances causes conflicts with other 49 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 components or aspects of the Work, the tolerance shall be reduced for that specific 1 instance. 2 3 1-05.9 Equipment 4 The following new paragraph is inserted before the first paragraph: 5 6 Prior to mobilizing equipment on site, the Contractor shall thoroughly remove all loose 7 dirt and vegetative debris from drive mechanisms, wheels, tires, tracks, buckets and 8 undercarriage. The Engineer will reject equipment from the site until it returns clean. 9 10 This section is supplemented with the following: 11 12 Upon completion of the Work, the Contractor shall completely remove all loose dirt and 13 vegetative debris from equipment before removing it from the job site. 14 15 1-06.AP1 16 Section 1-06, Control of Material 17 January 7, 2019 18 1-06.1(3) Aggregate Source Approval (ASA) Database 19 This section is supplemented with the following: 20 21 Regardless of status of the source, whether listed or not listed in the ASA database the 22 source owner may be asked to provide testing results for toxicity in accordance with 23 Section 9-03.21(1). 24 25 1-06.2(2)D Quality Level Analysis 26 This section is supplemented with the following new subsection: 27 28 1-06.2(2)D5 Quality Level Calculation – HMA Compaction 29 The procedures for determining the quality level and pay factor for HMA compaction are 30 as follows: 31 32 1. Determine the arithmetic mean, Xm, for compaction of the lot: 33 34 n xXm ∑= 35 36 Where: 37 x = individual compaction test values for each sublot in the lot. 38 ∑x = summation of individual compaction test values 39 n = total number test values 40 41 2. Compute the sample standard deviation, “S”, for each constituent: 42 43 () () 2 1 22 1       − ∑−∑=nn xxnS 44 45 Where: 46 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 ∑x2 = summation of the squares of individual compaction test values 1 (∑x)2 = summation of the individual compaction test values squared 2 3 3. Compute the lower quality index (QL): 4 5 S LSLXQmL −= 6 7 Where: 8 LSL = 92.0 9 10 4. Determine PL (the percent within the lower Specification limit which 11 corresponds to a given QL) from Table 1. For negative values of QL, PL is equal 12 to 100 minus the table PL. If the value of QL does not correspond exactly to a 13 figure in the table, use the next higher value. 14 15 5. Determine the quality level (the total percent within Specification limits): 16 17 Quality Level = PL 18 19 6. Using the quality level from step 5, determine the composite pay factor (CPF) 20 from Table 2. 21 22 7. If the CPF determined from step 6 is 1.00 or greater: use that CPF for the 23 compaction lot; however, the maximum HMA compaction CPF using an LSL = 24 92.0 shall be 1.05. 25 26 8. If the CPF from step 6 is not 1.00 or greater: repeat steps 3 through 6 using an 27 LSL = 91.5. The value thus determined shall be the HMA compaction CPF for 28 that lot; however, the maximum HMA compaction CPF using an LSL = 91.5 29 shall be 1.00. 30 31 1-06.2(2)D1 Quality Level Analysis 32 The following new sentence is inserted after the first sentence: 33 34 The quality level calculations for HMA compaction are completed using the formulas in 35 Section 1-06.2(2)D5. 36 37 1-06.2(2)D4 Quality Level Calculation 38 The first paragraph (excluding the numbered list) is revised to read: 39 40 The procedures for determining the quality level and pay factors for a material, other 41 than HMA compaction, are as follows: 42 43 1-06.6 Recycled Materials 44 The first three sentences of the second paragraph are revised to read: 45 46 The Contractor shall submit a Recycled Material Utilization Plan on WSDOT Form 350-47 075A within 30 calendar days after the Contract is executed. The plan shall provide the 48 Contractor’s anticipated usage of recycled concrete aggregates for meeting the 49 requirements of these Specifications. The quantity of recycled concrete aggregate will 50 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 be provided in tons and as a percentage of the Plan quantity for eligible material listed 1 in Section 9-03.21(1)E Table on Maximum Allowable percent (By Weight) of Recycled 2 Material. 3 4 The last paragraph is revised to read: 5 6 Within 30 calendar days after Physical Completion, the Contractor shall report the 7 quantity of recycled concrete aggregates that were utilized in the construction of the 8 project for each eligible item listed in Section 9-03.21(1)E. The Contractor’s report shall 9 be provided on WSDOT Form 350-075A, Recycled Materials Reporting. 10 11 1-06.6(1)A General 12 Item 1(a) in the second paragraph is revised to read: 13 14 a. The estimated costs for the Work for each material with 25 percent recycled 15 concrete aggregate. The cost estimate shall include for each material a 16 documented price quote from the supplier with the lowest total cost for the Work. 17 18 1-07.AP1 19 Section 1-07, Legal Relations and Responsibilities to the Public 20 April 1, 2019 21 1-07.5 Environmental Regulations 22 This section is supplemented with the following new subsections: 23 24 1-07.5(5) U.S. Army Corps of Engineers 25 When temporary fills are permitted, the Contractor shall remove fills in their entirety and 26 the affected areas returned to pre-construction elevations. 27 28 If a U.S. Army Corps of Engineers permit is noted in Section 1-07.6 of the Special 29 Provisions, the Contractor shall retain a copy of the permit or the verification letter (in 30 the case of a Nationwide Permit) on the worksite for the life of the Contract. The 31 Contractor shall provide copies of the permit or verification letter to all subcontractors 32 involved with the authorized work prior to their commencement of any work in waters of 33 the U.S. 34 35 1-07.5(6) U.S. Fish/Wildlife Services and National Marine Fisheries Service 36 The Contracting Agency will provide fish exclusion and handling services if the Work 37 dictates. However, if the Contractor discovers any fish stranded by the project and a 38 Contracting Agency biologist is not available, they shall immediately release the fish into 39 a flowing stream or open water. 40 41 1-07.5(1) General 42 The first sentence is deleted and replaced with the following: 43 44 No Work shall occur within areas under the jurisdiction of resource agencies unless 45 authorized in the Contract. 46 47 The third paragraph is deleted. 48 49 1-07.5(2) State Department of Fish and Wildlife 50 This section is revised to read: 51 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 1 In doing the Work, the Contractor shall: 2 3 1. Not degrade water in a way that would harm fish, wildlife, or their habitat. 4 5 2. Not place materials below or remove them from the ordinary high water line 6 except as may be specified in the Contract. 7 8 3. Not allow equipment to enter waters of the State except as specified in  the 9  Contract. 10 11 4. Revegetate in accordance with the Plans, unless the Special Provisions permit 12 otherwise. 13 14 5. Prevent any fish-threatening silt buildup on the bed or bottom of any body of  15 water. 16 17 6. Ensure continuous stream flow downstream of the Work area. 18 19 7. Dispose of any project debris by removal, burning, or placement above high-20 water flows. 21 22 8. Immediately notify the Engineer and stop all work causing impacts, if at any 23 time, as a result of project activities, fish are observed in distress or a fish kill 24 occurs. 25 26 If the Work in (1) through (3) above differs little from what the Contract requires, the 27 Contracting Agency will measure and pay for it at unit Contract prices. But if Contract 28 items do not cover those areas, the Contracting Agency will pay pursuant to Section 1-29 09.4. Work in (4) through (8) above shall be incidental to Contract pay items. 30 31 1-07.5(3) State Department of Ecology 32 This section is revised to read: 33 34 In doing the Work, the Contractor shall: 35 36 1. Comply with Washington State Water Quality Standards. 37 38 2. Perform Work in such a manner that all materials and substances not 39 specifically identified in the Contract documents to be placed in the water do 40 not enter waters of the State, including wetlands. These include, but are not 41 limited to, petroleum products, hydraulic fluid, fresh concrete, concrete 42 wastewater, process wastewater, slurry materials and waste from shaft drilling, 43 sediments, sediment-laden water, chemicals, paint, solvents, or other toxic or 44 deleterious materials. 45 46 3. Use equipment that is free of external petroleum-based products. 47 48 4. Remove accumulations of soil and debris from drive mechanisms (wheels, 49 tracks, tires) and undercarriage of equipment prior to using equipment below 50 the ordinary high water line. 51 52 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 5. Clean loose dirt and debris from all materials placed below the ordinary high 1 water line. No materials shall be placed below the ordinary high water line 2 without the Engineer’s concurrence. 3 4 6. When a violation of the Construction Stormwater General Permit (CSWGP) 5 occurs, immediately notify the Engineer and fill out WSDOT Form 422-011, 6 Contractor ECAP Report, and submit the form to the Engineer within 48 hours 7 of the violation. 8 9 7. Once Physical Completion has been given, prepare a Notice of Termination 10 (Ecology Form ECY 020-87) and submit the Notice of Termination 11 electronically to the Engineer in a PDF format a minimum of 7 calendar days 12 prior to submitting the Notice of Termination to Ecology. 13 14 8. Transfer the CSWGP coverage to the Contracting Agency when Physical 15 Completion has been given and the Engineer has determined that the project 16 site is not stabilized from erosion. 17 18 9. Submit copies of all correspondence with Ecology electronically to the 19 Engineer in a PDF format within four calendar days. 20 21 1-07.5(4) Air Quality 22 This section is revised to read: 23 24 The Contractor shall comply with all regional clean air authority and/or State 25 Department of Ecology rules and regulations. 26 27 The air quality permit process may include additional State Environment Policy Act 28 (SEPA) requirements. Contractors shall contact the appropriate regional air pollution 29 control authority well in advance of beginning Work. 30 31 When the Work includes demolition or renovation of any existing facility or structure that 32 contains Asbestos Containing Material (ACM) and/or Presumed Asbestos-Containing 33 Material (PACM), the Contractor shall comply with the National Emission Standards for 34 Hazardous Air Pollutants (NESHAP). 35 36 Any requirements included in Federal and State regulations regarding air quality that 37 applies to the “owner or operator” shall be the responsibility of the Contractor. 38 39 1-07.7(1) General 40 The first sentence of the third paragraph is revised to read: 41 42 When the Contractor moves equipment or materials on or over Structures, culverts or 43 pipes, the Contractor may operate equipment with only the load-limit restrictions in 44 Section 1-07.7(2). 45 46 The first sentence of the last paragraph is revised to read: 47 48 Unit prices shall cover all costs for operating over Structures, culverts and pipes. 49 50 1-07.9(1) General 51 The last sentence of the sixth paragraph is revised to read: 52 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 1 Generally, the Contractor initiates the request by preparing standard form 1444 Request 2 for Authorization of Additional Classification and Rate, available at 3 https://www.dol.gov/whd/recovery/dbsurvey/conformance.htm, and submitting it to the 4 Engineer for further action. 5 6 1-07.9(2) Posting Notices 7 The second sentence of the first paragraph (up until the colon) is revised to read: 8 9 The Contractor shall ensure the most current edition of the following are posted: 10 11 The revision dates are deleted from all items in the numbered list. 12 13 The following new items are inserted after item number 1: 14 15 2. Mandatory Supplement to EEOC P/E-1 published by US Department of Labor. 16 Post for projects with federal-aid funding. 17 18 3. Pay Transparency Nondiscrimination Provision published by US Department of 19 Labor. Post for projects with federal-aid funding. 20 21 Item number 2 through 12 are renumbered to 4 through 14, respectively. 22 23 1-07.11(2) Contractual Requirements 24 In this section, “creed” is revised to read “religion”. 25 26 Item numbers 1 through 9 are revised to read 2 through 10, respectively. 27 28 After the preceding Amendment is applied, the following new item number 1 is inserted: 29 30 1. The Contractor shall maintain a Work site that is free of harassment, humiliation, 31 fear, hostility and intimidation at all times. Behaviors that violate this requirement 32 include but are not limited to: 33 34 a. Persistent conduct that is offensive and unwelcome. 35 36 b. Conduct that is considered to be hazing. 37 38 c. Jokes about race, gender, or sexuality that are offensive. 39 40 d. Unwelcome, unwanted, rude or offensive conduct or advances of a sexual 41 nature which interferes with a person’s ability to perform their job or creates an 42 intimidating, hostile, or offensive work environment. 43 44 e. Language or conduct that is offensive, threatening, intimidating or hostile 45 based on race, gender, or sexual orientation. 46 47 f. Repeating rumors about individuals in the Work Site that are considered to be 48 harassing or harmful to the individual’s reputation. 49 50 1-07.11(5) Sanctions 51 This section is supplemented with the following: 52 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 1 Immediately upon the Engineer’s request, the Contractor shall remove from the Work 2 site any employee engaging in behaviors that promote harassment, humiliation, fear or 3 intimidation including but not limited to those described in these specifications. 4 5 1-07.11(6) Incorporation of Provisions 6 The first sentence is revised to read: 7 8 The Contractor shall include the provisions of Section 1-07.11(2) Contractual 9 Requirements (1) through (5) and the Section 1-07.11(5) Sanctions in every subcontract 10 including procurement of materials and leases of equipment. 11 12 1-07.15(1) Spill Prevention, Control, and Countermeasures Plan 13 The last sentence of the first paragraph is revised to read: 14 15 An SPCC Plan template and guidance information is available at 16 http://www.wsdot.wa.gov/environment/technical/disciplines/hazardous-materials/spill-17 prevent-report. 18 19 1-07.16(2)A Wetland and Sensitive Area Protection 20 The first sentence of the first paragraph is revised to read: 21 22 Existing wetland and other sensitive areas, where shown in the Plans or designated by 23 the Engineer, shall be saved and protected through the life of the Contract. 24 25 1-07.18 Public Liability and Property Damage Insurance 26 Item number 1 is supplemented with the following new sentence: 27 28 This policy shall be kept in force from the execution date of the Contract until the 29 Physical Completion Date. 30 31 1-08.AP1 32 Section 1-08, Prosecution and ProgressJanuary 7, 2019 33 1-08.1 Subcontracting 34 The first sentence of the seventh paragraph is revised to read: 35 36 All Work that is not performed by the Contractor will be considered as subcontracting 37 except: (1) purchase of sand, gravel, crushed stone, crushed slag, batched concrete 38 aggregates, ready-mix concrete, off-site fabricated structural steel, other off-site 39 fabricated items, and any other materials supplied by established and recognized 40 commercial plants; or (2) delivery of these materials to the Work site in vehicles owned 41 or operated by such plants or by recognized independent or commercial hauling 42 companies hired by those commercial plants. 43 44 The following new paragraph is inserted after the seventh paragraph: 45 46 The Contractor shall not use businesses (material suppliers, vendors, subcontractors, 47 etc.) with federal purchasing exclusions. Businesses with exclusions are identified using 48 the System for Award Management web page at www.SAM.gov. 49 50 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 1-08.5 Time for Completion 1 Item number 2 of the sixth paragraph is supplemented with the following: 2 3 f. A copy of the Notice of Termination sent to the Washington State Department of 4 Ecology (Ecology); the elapse of 30 calendar days from the date of receipt of the 5 Notice of Termination by Ecology; and no rejection of the Notice of Termination by 6 Ecology. This requirement will not apply if the Construction Stormwater General 7 Permit is transferred back to the Contracting Agency in accordance with Section 8-8 01.3(16). 9 10 1-08.7 Maintenance During Suspension 11 The fifth paragraph is revised to read: 12 13 The Contractor shall protect and maintain all other Work in areas not used by traffic. All 14 costs associated with protecting and maintaining such Work shall be the responsibility 15 of the Contractor. 16 17 1-09.AP1 18 Section 1-09, Measurement and Payment 19 August 6, 2018 20 1-09.2(1) General Requirements for Weighing Equipment 21 The last paragraph is supplemented with the following: 22 23 When requested by the Engineer, the Contractor’s representative shall collect the 24 tickets throughout the day and provide them to the Engineer’s designated receiver, not 25 later than the end of shift, for reconciliation. Tickets for loads not verified as delivered 26 will receive no pay. 27 28 1-09.2(2) Specific Requirements for Batching Scales 29 The last sentence of the first paragraph is revised to read: 30 31 Batching scales used for concrete or hot mix asphalt shall not be used for batching 32 other materials. 33 34 1-09.10 Payment for Surplus Processed Materials 35 The following sentence is inserted after the first sentence of the second paragraph: 36 37 For Hot Mix Asphalt, the Plan quantity and quantity used will be adjusted for the quantity 38 of Asphalt and quantity of RAP or other materials incorporated into the mix. 39 40 2-01.AP2 41 Section 2-01, Clearing, Grubbing, and Roadside Cleanup 42 April 1, 2019 43 2-01.2(3) Disposal Method No. 3 – Chipping 44 Item number 2 of the first paragraph is revised to read: 45 46 2. Chips shall be disposed outside of sensitive areas, and in areas that aren’t in 47 conflict with permanent Work. 48 49 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 2-02.AP2 1 Section 2-02, Removal of Structures and Obstructions 2 April 2, 2018 3 2-02.3(3) Removal of Pavement, Sidewalks, Curbs, and Gutters 4 In item number 3 of the first paragraph, the second sentence is revised to read: 5 6 For concrete pavement removal, a second vertical full depth relief saw cut offset 12 to 7 18 inches from and parallel to the initial saw cut is also required, unless the Engineer 8 allows otherwise. 9 10 2-03.AP2 11 Section 2-03, Roadway Excavation and Embankment 12 April 1, 2019 13 2-03.3(14)F Displacement of Unsuitable Foundation Materials 14 This section, including title, is revised to read: 15 16 2-03.3(14)F Vacant 17 18 2-09.AP2 19 Section 2-09, Structure Excavation 20 April 1, 2019 21 2-09.2 Materials 22 In the first paragraph, the references to “Portland Cement” and “Aggregates for Portland 23 Cement Concrete” are revised to read: 24 25 Cement 9-01 26 Fine Aggregate for Concrete 9-03.1(2) 27 28 2-09.3(3)B Excavation Using Open Pits – Extra Excavation 29 The last two paragraphs are deleted and replaced with the following: 30 31 The excavation height (Ht) shall be calculated within a vertical plane as the difference 32 between the lowest elevation in the excavation and the highest elevation of the ground 33 surface immediately adjacent to the excavation. Pavement thickness and other surface 34 treatments existing at the time of the excavation shall be included in the height 35 calculation. 36 37 Submittals and Design Requirements 38 Excavations 4-feet and less in height do not require design and submittals. The 39 Contractor shall provide a safe work environment and shall execute the work in a 40 manner that does not damage adjacent pavements, utilities, or structures. If the 41 Engineer determines the Contractor’s work may potentially affect adjacent traffic, 42 pavements, utilities, or structures, the Engineer may request a Type 1 Working Drawing 43 from the Contractor. The Contractor shall explain in the Type 1 Working Drawing how 44 the Engineer’s concerns will be addressed, why infrastructure will not be damaged by 45 the work, and how worker safety will be preserved. 46 47 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 For excavations that have soil types and slope geometries defined in WAC 296-155 part 1 N and are between 4-feet and 20-feet in height, the Contractor shall submit Type 2 2 Working Drawings. Required submittal elements include, at a minimum, the following: 3 4 1. A plan view showing the limits of the excavation and its relationship to traffic, 5 structures, utilities and other pertinent project elements. If the stability of the 6 excavation requires no-load zones or equipment setback distances, those shall 7 be shown on the plan view. 8 9 2. A typical or controlling cross section showing the proposed excavation, original 10 ground line, and locations of traffic, existing structures, utilities, site 11 constraints, surcharge loads, or other conditions that could affect the stability 12 of the slope. If the stability of the excavation requires no-load zones or 13 equipment setback distances, those shall be shown in cross section. 14 15 3. A summary clearly describing subsurface conditions, soil type for WAC 296-16 155 part N, and groundwater conditions, sequencing considerations, and 17 governing assumptions. 18 19 Where WAC 296-155 part N requires an engineer’s design, the Contractor shall submit 20 Type 2E Working Drawings. Required submittal elements include, at a minimum, the 21 three items above and the following additional items: 22 23 4. Supporting calculations for the design of the excavation, the soil and material 24 properties selected for design, and the justification for the selection for those 25 properties, in accordance with the WSDOT Geotechnical Design Manual M 46-26 03. 27 28 5. Safety factors, or load and resistance factors used, and justification for their 29 selection, in accordance with the WSDOT Geotechnical Design Manual M 46-30 03, and referenced AASHTO design manuals. 31 32 6. A monitoring plan to evaluate the excavation performance throughout its 33 design life. 34 35 7. Any supplemental subsurface explorations made by the Contractor to meet the 36 requirements for geotechnical design of excavation slopes, in accordance with 37 the WSDOT Geotechnical Design Manual M 46-03. 38 39 2-09.3(3)D Shoring and Cofferdams 40 The first sentence of the sixth paragraph is revised to read: 41 42 Structural shoring and cofferdams shall be designed for conditions stated in this Section 43 using methods shown in Division I Section 5 of the AASHTO Standard Specifications for 44 Highway Bridges Seventeenth Edition – 2002 for allowable stress design, or the 45 AASHTO LRFD Bridge Design Specifications for load and resistance factor design. 46 47 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 3-01.AP3 1 Section 3-01, Production from Quarry and Pit Sites 2 April 2, 2018 3 3-01.1 Description 4 The first paragraph is revised to read: 5 6 This Work shall consist of manufacturing and producing crushed and screened 7 aggregates including pit run aggregates of the kind, quality, and grading specified for 8 use in the construction of concrete, hot mix asphalt, crushed surfacing, maintenance 9 rock, ballast, gravel base, gravel backfill, gravel borrow, riprap, and bituminous surface 10 treatments of all descriptions. 11 12 4-04.AP4 13 Section 4-04, Ballast and Crushed Surfacing 14 April 2, 2018 15 4-04.3(5) Shaping and Compaction 16 This section is supplemented with the following new paragraph: 17 18 When using 100% Recycled Concrete Aggregate, the Contractor may submit a written 19 request to use a test point evaluation for compaction acceptance testing in lieu of 20 compacting to 95% of the standard density as determined by the requirements of 21 Section 2-03.3(14)D. The test point evaluation shall be performed in accordance with 22 SOP 738. 23 24 5-01.AP5 25 Section 5-01, Cement Concrete Pavement Rehabilitation 26 January 7, 2019 27 5-01.2 Materials 28 The reference for Concrete Patching Material is revised to read: 29 30 Concrete Patching Material, Grout, and Mortar 9-20.1 31 32 5-01.3(1)A1 Concrete Patching Materials 33 In this section, each reference to “9-20” is revised to read “9-20.1”. 34 35 5-01.3(4) Replace Cement Concrete Panel 36 This section’s content is deleted and replaced with the following new subsections: 37 38 5-01.3(4)A General 39 Curing, cold weather work, concrete pavement construction in adjacent lines, and 40 protection of pavement shall meet the requirements of Section 5-05.3(13) through 41 Section 5-05.3(15). The Contractor, at no cost to the Contracting Agency, shall repair 42 any damage to existing pavement caused by the Contractor’s operations. 43 44 5-01.3(4)B Sawing and Dimensional Requirements 45 Concrete slabs to be replaced as shown in the Plans or staked by the Engineer shall be 46 at least 6.0 feet long and full width of an existing pavement panel. The portion of the 47 panel to remain in place shall have a minimum dimension of 6 feet in length and full 48 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 panel width; otherwise the entire panel shall be removed and replaced. There shall be 1 no new joints closer than 3.0 feet to an existing transverse joint or crack. A vertical full 2 depth saw cut is required along all longitudinal joints and at transverse locations and, 3 unless the Engineer allows otherwise, an additional vertical full depth relief saw cut 4 located 12 to 18 inches from and parallel to the initial longitudinal and transverse saw 5 cut locations is also required. Removal of existing cement concrete pavement shall not 6 cause damage to adjacent slabs that are to remain in place. In areas that will be 7 ground, slab replacements shall be performed prior to pavement grinding. 8 9 Side forms shall meet the requirements of Section 5-05.3(7)B whenever a sawed full 10 depth vertical face cannot be maintained. 11 12 5-01.3(4)C Dowel Bars and Tie Bars 13 For the half of a dowel bar or tie bar placed in fresh concrete, comply with the 14 requirements of Section 5-05. 15 16 For the half of a dowel bar or tie bar placed in hardened concrete, comply with the 17 Standard Plans and the following. 18 19 After drilling, secure dowel bars and tie bars into the existing pavement with either an 20 epoxy bonding agent Type I or IV as specified in Section 9-26.1, or a grout Type 2 for 21 non-shrink applications as specified in Section 9-20.3. 22 23 Dowel bars shall be placed at the mid depth of the concrete slab, centered over the 24 transverse joint, and parallel to the centerline and to the roadway surface, within the 25 tolerances in the table below. Dowel bars may be adjusted to avoid contact with existing 26 dowel bars in the transverse joint at bridge approach slabs or existing panels provided 27 the adjusted dowel bars meet the tolerances below. 28 29 Tie bars shall be placed at the mid depth of the concrete slab, centered over the joint, 30 perpendicular to centerline, and parallel to the roadway surface, within the tolerances in 31 the table below. The horizontal position of tie bars may be adjusted to avoid contact with 32 existing tie bars in the longitudinal joint where panel replacement takes place, provided 33 the adjusted tie bars meet the tolerances below. 34 35 Placement Tolerances Dowel Bars Tie Bars Vertical: Center of Bar to Center of Slab Depth ± 1.00 inch max ± 1.00 inch max Dowel Bar Centered Over the Transverse Joint ± 1.00 inch max N/A Tie Bar Centered Over the Longitudinal Joint N/A ± 1.00 inch max Parallel to Centerline Over the Length of the Dowel Bar ± 0.50 inch max N/A Perpendicular to Longitudinal Joint Over the Length of the Tie Bar N/A ± 1.00 inch max Parallel to Roadway Surface Over the Length of the Bar ± 0.50 inch max ± 1.00 inch max 36 Dowel bars and tie bars shall be placed according to the Standard Plan when multiple 37 panels are placed. Panels shall be cast separately from the bridge approach slab. 38 39 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 Dowel bars to be drilled into existing concrete or at a new transverse contraction joint 1 shall have a parting compound, such as curing compound, grease, or other Engineer 2 accepted equal, applied to them prior to placement. 3 4 Clean the drilled holes in accordance with the epoxy or grout manufacturer’s 5 instructions. Holes shall be clean and dry at the time of placing the epoxy, or grout and 6 tie bars. Completely fill the void between the tie bar and the outer limits of the drilled 7 hole with epoxy or grout. Use retention rings to prevent leakage of the epoxy or grout 8 and support the tie bar to prevent movement until the epoxy or grout has cured the 9 minimum time recommended by the manufacturer. 10 11 5-01.3(4)D Foundation Preparation 12 The Contractor shall smooth the surfacing below the removed panel and compact it to 13 the satisfaction of the Engineer. Crushed surfacing base course, or hot mix asphalt may 14 be needed to bring the surfacing to grade prior to placing the new concrete. 15 16 If the material under the removed panel is uncompactable and the Engineer requires it, 17 the Contractor shall excavate the Subgrade 2 feet, place a soil stabilization construction 18 geotextile meeting the requirements of Section 9-33, and backfill with crushed surfacing 19 base course. This Work may include: 20 21 1. Furnishing and hauling crushed surfacing base course to the project site. 22 23 2. Excavating uncompactable material. 24 25 3. Furnishing and placing a soil stabilization construction geotextile. 26 27 4. Backfilling and compacting crushed surfacing base course. 28 29 5. Removing, hauling and restocking any unused crushed surfacing base course. 30 31 5-01.3(4)E Concrete Finishing 32 Grade control shall be the responsibility of the Contractor. 33 34 All panels shall be struck off level with the adjacent panels and floated to a smooth 35 surface. 36 37 Final finish texturing shall meet the requirements of Section 5-05.3(11). 38 39 In areas where the Plans do not require grinding, the surface smoothness will be 40 measured with a 10-foot straightedge by the Engineer in accordance with Section 5-41 05.3(12). If the replacement panel is located in an area that will be ground as part of 42 concrete pavement grinding in accordance with Section 5-01.3(9), the surface 43 smoothness shall be measured, by the Contractor, in conjunction with the smoothness 44 measurement done in accordance with Section 5-01.3(10). 45 46 5-01.3(4)F Joints 47 All transverse and longitudinal joints shall be sawed and sealed in accordance with 48 Section 5-05.3(8). The Contractor may use a hand pushed single blade saw for sawing 49 joints. 50 51 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 5-01.3(4)G Cracked Panels 1 Replacement panels that crack shall be repaired as specified in Section 5-05.3(22) at 2 no cost to the Contracting Agency. When repairing replacement panels that have 3 cracked, epoxy-coated dowel bars meeting the requirements of Section 9-07.5(1) may 4 be substituted for the corrosion resistant dowel bars specified. 5 6 5-01.3(4)H Opening to Traffic 7 Opening to traffic shall meet the requirements of Section 5-05.3(17). 8 9 5-01.3(5) Partial Depth Spall Repair 10 The second sentence of the third paragraph is revised to read: 11 12 All sandblasting residue shall be removed. 13 14 5-01.3(7) Sealing Existing Concrete Random Cracks 15 The second sentence of the second paragraph is revised to read: 16 17 Immediately prior to sealing, the cracks shall be clean. 18 19 5-01.3(8) Sealing Existing Longitudinal and Transverse Joint 20 The first sentence of the fifth paragraph is revised to read: 21 22 Immediately prior to sealing, the cracks shall be clean. 23 24 5-01.3(10) Pavement Smoothness 25 This section is revised to read: 26 27 Pavement surface smoothness for cement concrete pavement grinding on this project 28 will include International Roughness Index (IRI) testing. Ride quality will be evaluated 29 using the Mean Roughness Index (MRI) calculated by averaging the IRI data for the left 30 and right wheel path within the section. 31 32 Smoothness Testing Equipment and Operator Certification 33 Use an inertial profiler and operator that meet the requirements of Section 5-05.3(3)E. 34 35 Surface Smoothness 36 Operate the inertial profiler in accordance with AASHTO R 57. Collect two longitudinal 37 traces, one in each wheel path. Collect the control profile at locations designated in 38 Table 2 prior to any pavement rehabilitation Work on the areas to be tested. Collect an 39 acceptance profile at locations designated in Table 2 after completion of all cement 40 concrete pavement grinding on the project. Profiles shall be collected in a continuous 41 pass including areas excluded from pay adjustments. Provide notice to the Engineer a 42 minimum of seven calendar days prior to testing. 43 44 Table 2 Locations Requiring MRI Testing Travel lanes where cement concrete grinding is shown in the plans Control profile Additional locations designated by the Engineer Control profile Travel lanes with completed cement Acceptance profile AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 concrete pavement grinding Bridges, approach panels and 0.02 miles before and after bridges and approach panels and other excluded areas within lanes requiring testing Control and acceptance profile Ramps, Shoulders and Tapers Do not test 1 Within 30 calendar days after the Contractor’s testing, the Engineer may perform 2 verification testing. If the verification testing shows a difference in MRI greater than the 3 10 percent, the following resolution process will be followed: 4 5 1. The profiles, equipment and procedures will be evaluated to determine the 6 cause of the difference. 7 8 2. If the cause of the discrepancy cannot be resolved the pavement shall be 9 retested with both profilers at a mutually agreed time. The two profilers will 10 test the section within 30 minutes of each other. If the retest shows a 11 difference in MRI equal or greater than the percentages shown in Table 2 of 12 AASHTO R 54 the Engineer’s test results will be used for pavement 13 smoothness acceptance. 14 15 The Contractor shall evaluate profiles for acceptance or corrective action using the 16 current version of ProVAL and provide the results including the profile data in unfiltered 17 electronic Engineering Research Division (ERD) file format to the Engineer within 3 18 calendar days of completing each days profile testing. If the profile data files are created 19 using an export option in the manufacturer’s software where filter settings can be 20 specified, use the filter settings that were used to create data files for certification. 21 22 Analyze the entire profile. Exclude areas listed in Table 3. 23 24 Table 3 Areas Excluded from MRI Acceptance Requirements Location Exclude Beginning and end of grinding Pavement within 0.02 mile Bridges and approach slabs The bridge and approach slab and 0.02 mile from the ends of the bridge or approach slab Defects in the existing roadway identified by the Contractor that adversely affect the MRI such as dips, depressions and wheel path longitudinal joints.1 0.01-mile section containing the defect and the 0.01-mile section following the section with the defect. 1The presence of defects is subject to verification by the Engineer 25 Report the MRI results in inches per mile for each 0.01-mile section and each 0.10-mile 26 section. Do not truncate 0.10-mile sections for areas excluded from MRI acceptance 27 requirements. MRI requirements will not apply to 0.10-mile sections with more than 28 three 0.01 mile-sections excluded. MRI requirements for the individual 0.01-mile 29 sections shall still apply. The Engineer will verify the analysis. 30 31 The MRI for each 0.10 mile of ground lane will comply with the following: 32 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 1 Control Profile MRI per 0.10 Mile Maximum MRI of Acceptance Profile per 0.10 Mile ≤130 inches/mile 78 inches/mile >130 inches/mile 0.6 x Control Profile MRI 2 The MRI for each 0.01 mile of the completed cement concrete grinding shall not exceed 3 160 inches/mile. 4 5 All Work is subject to parallel and transverse 10-foot straightedge requirements, 6 corrective work and disincentive adjustments. 7 8 Surface smoothness of travel lanes including areas subject to MRI testing shall not vary 9 more than ⅛ inch from the lower edge of a 10-foot straightedge placed on the surface 10 parallel to the centerline. 11 12 The smoothness perpendicular to the centerline will be measured with a 10-foot 13 straightedge within the lanes. There shall be not vertical elevation difference of more 14 than a ¼ inch between lanes. 15 16 Pavement that does not meet these requirements will be subject to corrective Work. All 17 corrective Work shall be completed at no additional expense, including traffic control, to 18 the Contracting Agency. Pavement shall be repaired by one or more of the following 19 methods: 20 21 1. Diamond grinding. 22 23 2. By other method accepted by the Engineer. 24 25 Repair areas shall be re-profiled to ensure they no longer require corrective Work. With 26 concurrence of the Engineer, a 10-foot straight edge may be used in place of the inertial 27 profiler. 28 29 If correction of the roadway as listed above either will not or does not produce 30 satisfactory results as to smoothness or serviceability the Engineer may accept the 31 completed pavement and a credit will be calculated in accordance with Section 5-01.5. 32 Under these circumstances, the decision whether to accept the completed pavement or 33 to require corrective work as described above shall be vested entirely in the Engineer. 34 35 5-01.5 Payment 36 This section is supplemented with the following: 37 38 “Grinding Smoothness Compliance Adjustment”, by calculation. 39 Grinding Smoothness Compliance Adjustments will be based on the requirements in 40 Section 5-01.3(10) and the following calculations: 41 42 A smoothness compliance adjustment will be calculated in the sum of minus $100 43 for each and every section of single traffic lane 0.01 mile in length and $1,000 for 44 each and every section of single traffic lane 0.10 mile in length that does not meet 45 the requirements in Section 5-01.3(10) after corrective Work. 46 47 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 5-02.AP5 1 Section 5-02, Bituminous Surface Treatment 2 April 1, 2019 3 5-02.3(5) Application of Aggregates 4 The first sentence of the eleventh paragraph is revised to read: 5 6 The Contractor shall use a pickup broom in all curbed areas, on all bridges, within city 7 limits, within sensitive areas, and where shown in the Plans both before the application 8 of emulsified asphalt and during the final brooming operation. 9 10 5-04.AP5 11 Section 5-04, Hot Mix Asphalt 12 April 1, 2019 13 5-04.1 Description 14 The last sentence of the first paragraph is revised to read: 15 16 The manufacture of HMA may include additives or processes that reduce the optimum 17 mixing temperature (Warm Mix Asphalt) or serve as a compaction aid in accordance 18 with these Specifications. 19 20 5-04.2 Materials 21 The reference to “Warm Mix Asphalt Additive” is revised to read “HMA Additive”. 22 23 5-04.2(1) How to Get an HMA Mix Design on the QPL 24 The last bullet in the first paragraph is revised to read: 25 26 • Do not include HMA additives that reduce the optimum mixing temperature or serve 27 as a compaction aid when developing a mix design or submitting a mix design for 28 QPL evaluation. The use of HMA additives is not part of the process for obtaining 29 approval for listing a mix design on the QPL. Refer to Section 5-04.2(2)B. 30 31 In the table, “WSDOT Standard Practice QC-8” is revised to read “WSDOT Standard 32 Practice QC-8 located in the WSDOT Materials Manual M 46-01”. 33 34 5-04.2(1)C Mix Design Resubmittal for QPL Approval 35 Item number 3 of the first paragraph is revised to read: 36 37 3. Changes in modifiers used in the asphalt binder. 38 39 5-04.2(2)B Using Warm Mix Asphalt Processes 40 This section, including title, is revised to read: 41 42 5-04.2(2)B Using HMA Additives 43 The Contractor may, at the Contractor’s discretion, elect to use additives that reduce the 44 optimum mixing temperature or serve as a compaction aid for producing HMA. Additives 45 include organic additives, chemical additives and foaming processes. The use of 46 Additives is subject to the following: 47 48 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 • Do not use additives that reduce the mixing temperature in accordance with 1 Section 5-04.3(6) in the production of High RAP/Any RAS mixtures. 2 3 • Before using additives, obtain the Engineer’s approval using WSDOT Form 4 350-076 to describe the proposed additive and process. 5 6 5-04.3(3)A Mixing Plant 7 Item number 5 of the first paragraph is revised to read: 8 9 5. Provide HMA sampling equipment that complies with FOP for AASHTO T 168: 10 11 • Use a mechanical sampling device accepted by the Engineer, or 12 13 • Platforms or devices to enable sampling from the truck transport without 14 entering the truck transport for sampling HMA. 15 16 5-04.3(4) Preparation of Existing Paved Surfaces 17 The first sentence of the fourth paragraph is revised to read: 18 19 Unless otherwise allowed by the Engineer, use cationic emulsified asphalt CSS-1, CSS-20 1h, or Performance Graded (PG) asphalt for tack coat. 21 22 5-04.3(6) Mixing 23 The first paragraph is revised to read: 24 25 The asphalt supplier shall introduce recycling agent and anti-stripping additive, in the 26 amount designated on the QPL for the mix design, into the asphalt binder prior to 27 shipment to the asphalt mixing plant. 28 29 The seventh paragraph is revised to read: 30 31 Upon discharge from the mixer, ensure that the temperature of the HMA does not 32 exceed the optimum mixing temperature shown on the accepted Mix Design Report by 33 more than 25°F, or as allowed by the Engineer. When an additive is included in the 34 manufacture of HMA, do not heat the additive (at any stage of production including in 35 binder storage tanks) to a temperature higher than the maximum recommended by the 36 manufacturer of the additive. 37 38 5-04.3(7) Spreading and Finishing 39 The last row of the table is revised to read: 40 41 3⁄8 inch 0.25 feet 0.30 feet 42 5-04.3(8) Aggregate Acceptance Prior to Incorporation in HMA 43 The following new paragraph is inserted after the first paragraph: 44 45 The Contracting Agency’s combined aggregate bulk specific gravity (Gsb) blend as 46 shown on the HMA Mix Design will be used for VMA calculations until the Contractor 47 submits a written request for a Gsb test. The new Gsb will be used in the VMA 48 calculations for HMA from the date the Engineer receives the written request for a Gsb 49 retest. The Contractor may request aggregate specific gravity (Gsb) testing be 50 performed by the Contracting Agency twice per project. The Gsb blend of the combined 51 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 stockpiles will be used to calculate voids in mineral aggregate (VMA) of any HMA 1 produced after the new Gsb is determined. 2 3 5-04.3(9)A1 Test Section – When Required, When to Stop 4 The following new row is inserted after the second row in Table 9: 5 6 VMA Minimum PFi of 0.95 based on the criteria in Section 5-04.3(9)B42 None4 7 5-04.3(9)A2 Test Section – Evaluating the HMA Mixture in a Test Section 8 In Table 9a, the test property “Gradation, Asphalt Binder, and Va” is revised to read 9 “Gradation, Asphalt Binder, VMA, and Va” 10 11 In Table 9a, the first column of the third row is revised to read: 12 13 Aggregates: Sand Equivalent Uncompacted Void Content Fracture 14 5-04.3(9)B3 Mixture Statistical Evaluation – Acceptance Testing 15 In Table 11, “Va” is revised to read “VMA and Va” 16 17 5-04.3(9)B5 Mixture Statistical Evaluation – Composite Pay Factors (CPF) 18 The following new row is inserted above the last row in Table 12: 19 20 Voids in Mineral Aggregate (VMA) 2 21 5-04.3(9)B7 Mixture Statistical Evaluation – Retests 22 The second to last sentence is revised to read: 23 24 The sample will be tested for a complete gradation analysis, asphalt binder content, 25 VMA and Va, and the results of the retest will be used for the acceptance of the HMA 26 mixture in place of the original mixture sublot sample test results. 27 28 5-04.3(10)A HMA Compaction – General Compaction Requirements 29 The last paragraph is revised to read: 30 31 On bridge decks and on roadway approaches within five feet of a bridge/back of 32 pavement seat, rollers shall not be operated in a vibratory mode, defined as a mode in 33 which the drum vibrates vertically. However, unless otherwise noted on the plans, 34 rollers may be operated in an oscillatory mode, defined as a mode in which the drum 35 vibrates in the horizontal direction only. 36 37 5-04.3(10)C1 HMA Compaction Statistical Evaluation – Lots and Sublots 38 The bulleted item in the fourth paragraph is revised to read: 39 40 • For a compaction lot in progress with a compaction CPF less than 0.75 using an 41 LSL = 91.5, a new compaction lot will begin at the Contractor’s request after the 42 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 Engineer is satisfied that material conforming to the Specifications can be 1 produced. See also Section 5-04.3(11)F. 2 3 5-04.3(10)C2 HMA Compaction Statistical Evaluation – Acceptance Testing 4 In the table, “WSDOT FOP for AASHTO T 355” is revised to read “FOP for AASHTO T 355”. 5 6 5-04.3(10)C3 HMA Statistical Compaction – Price Adjustments 7 In the first paragraph, “WSDOT FOP for AASHTO T 355” is revised to read “FOP for 8 AASHTO T 355”. 9 10 The first sentence in the second paragraph is revised to read: 11 12 For each HMA compaction lot (that is accepted by Statistical Evaluation) which does not 13 meet the criteria in the preceding paragraph, the compaction lot shall be evaluated in 14 accordance with Section 1-06.2(2)D5 to determine the appropriate Composite Pay 15 Factor (CPF). 16 17 The last two paragraphs are revised to read: 18 19 Determine the Compaction Price Adjustment (CPA) from the table below, selecting the 20 equation for CPA that corresponds to the value of CPF determined above. 21 22 Calculating HMA Compaction Price Adjustment (CPA) Value of CPF Equation for Calculating CPA When CPF > 1.00 CPA = [1.00 x (CPF – 1.00)] x Q x UP When CPF = 1.00 CPA = $0 When CPF < 1.0 CPA = [0.60 x (CPF – 1.00)] x Q x UP 23 Where 24 CPA = Compaction Price Adjustment for the compaction lot ($) 25 CPF = Composite Pay Factor for the compaction lot (maximum is 1.05) 26 Q = Quantity in the compaction lot (tons) 27 UP = Unit price of the HMA in the compaction lot ($/ton) 28 29 5-04.3(10)C4 HMA Statistical Compaction – Requests for Retesting 30 The first sentence is revised to read: 31 32 For a compaction sublot that has been tested with a nuclear density gauge that did not 33 meet the minimum of 91.5 percent of the theoretical maximum density in a compaction 34 lot with a CPF below 1.00 and thus subject to a price reduction or rejection, the 35 Contractor may request that a core, taken at the same location as the nuclear density 36 test, be used for determination of the relative density of the compaction sublot. 37 38 5-04.3(13) Surface Smoothness 39 The second to last paragraph is revised to read: 40 41 When concrete pavement is to be placed on HMA, the surface tolerance of the HMA 42 shall be such that no surface elevation lies above the Plan grade minus the specified 43 Plan depth of concrete pavement. Prior to placing the concrete pavement, bring any 44 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 such irregularities to the required tolerance by grinding or other means allowed by the 1 Engineer. 2 3 5-04.5 Payment 4 The paragraph following the Bid item “Crack Sealing-LF”, per linear foot is revised to read: 5 6 The unit Contract price per linear foot for “Crack Sealing-LF” shall be full payment for all 7 costs incurred to perform the Work described in Section 5-04.3(4)A. 8 9 5-05.AP5 10 Section 5-05, Cement Concrete Pavement 11 April 1, 2019 12 5-05.1 Description 13 In the first paragraph, “portland cement concrete” is revised to read “cement concrete”. 14 15 5-05.2 Materials 16 In the first paragraph, the reference to “Portland Cement” is revised to read: 17 18 Cement 9-01 19 20 In the first paragraph, the section reference for Concrete Patching Material is revised to read 21 “9-20.1”. 22 23 The second paragraph is revised to read: 24 25 Cementitious materials are considered to be the following: portland cement, blended 26 hydraulic cement, fly ash, ground granulated blast furnace slag and microsilica fume. 27 28 5-05.3(1) Concrete Mix Design for Paving 29 The table title in item number 4 is revised to read Concrete Batch Weights. 30 31 In item 4a, “Portland Cement” is revised to read “Cement”. 32 33 5-05.3(3)E Smoothness Testing Equipment 34 This section is revised to read: 35 36 Inertial profilers shall meet all requirements of AASHTO M 328 and be certified in 37 accordance with AASHTO R 56 within the preceding 12 months. 38 39 The inertial profiler operator shall be certified as required by AASHTO R 56 within three 40 years preceding profile measurement. 41 42 Equipment or operator certification by other states or a profiler certification facility will be 43 accepted provided the certification meets the requirements of AASHTO R 56. 44 Documentation verifying certification by another state shall be submitted to the Engineer 45 a minimum of 14 calendar days prior to profile measurement. Equipment certification 46 documentation shall include the information required by part 8.5 and 8.6 of AASHTO R 47 56. Operator documentation shall include a statement from the certifying state that 48 indicates the operator is certified to operate the inertial profiler to be used on the project. 49 The decision whether another state’s certification meets the requirements of AASHTO R 50 56 shall be vested entirely in the Engineer. 51 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 1 5-05.3(4) Measuring and Batching Materials 2 Item number 2 is revised to read: 3 4 2. Batching Materials – On all projects requiring more than 2,500 cubic yards of 5 concrete for paving, the batching plant shall be equipped to proportion aggregates 6 and cement by weight by means of automatic and interlocked proportioning devices 7 of accepted type. 8 9 5-05.3(4)A Acceptance of Portland Cement Concrete Pavement 10 This section’s title is revised to read: 11 12 Acceptance of Portland Cement or Blended Hydraulic Cement Concrete Pavement 13 14 The first sentence is revised to read: 15 16 Acceptance of portland cement or blended hydraulic cement concrete pavement shall 17 be as provided under statistical or nonstatistical acceptance. 18 19 5-05.3(7) Placing, Spreading, and Compacting Concrete 20 This section’s content is deleted. 21 22 5-05.3(10) Tie Bars and Corrosion Resistant Dowel Bars 23 The first sentence of the last paragraph is revised to read: 24 25 The tie bar holes shall be clean before grouting. 26 27 5-05.3(12) Surface Smoothness 28 This section is revised to read: 29 30 Pavement surface smoothness for this project will include International Roughness 31 Index (IRI) testing. The Contractor shall perform IRI testing on each through lane, 32 climbing lane, and passing lane, greater than 0.25 mile in length and these lanes will be 33 subject to incentive/disincentive adjustments. Ride quality will be evaluated using the 34 Mean Roughness Index (MRI) calculated by averaging the IRI data for the left and right 35 wheel path within the section. 36 37 Ramps, shoulders and tapers will not be included in MRI testing for pavement 38 smoothness and will not be subject to incentive adjustments. All Work is subject to 39 parallel and transverse 10-foot straightedge requirements, corrective work and 40 disincentive adjustments. 41 42 Operate the inertial profiler in accordance with AASHTO R 57. Collect two longitudinal 43 traces, one in each wheel path. Collect profile data after completion of all concrete 44 paving on the project in a continuous pass including areas excluded from pay 45 adjustments. Provide notice to the Engineer a minimum of seven calendar days prior to 46 testing. 47 48 Within 30 calendar days after the Contractor’s testing, the Engineer may perform 49 verification testing. If the verification testing shows a difference in MRI greater than the 50 percentages shown in Table 2 of AASHTO R 54 the following resolution process will be 51 followed: 52 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 1 1. The profiles, equipment and procedures will be evaluated to determine the 2 cause of the difference. 3 4 2. If the cause of the discrepancy cannot be resolved the pavement shall be 5 retested with both profilers at a mutually agreed time. The two profilers will 6 test the section within 30 minutes of each other. If the retest shows a 7 difference in MRI equal or greater than the percentages shown in Table 2 of 8 AASHTO R 54 the Engineer’s test results will be used to establish pay 9 adjustments. 10 11 Surface smoothness of travel lanes not subject to MRI testing will be measured with a 12 10-foot straightedge no later than 5:00 p.m. of the day following the placing of the 13 concrete. The completed surface of the wearing course shall not vary more than ⅛ inch 14 from the lower edge of a 10-foot straightedge placed on the surface parallel to the 15 centerline. 16 17 Smoothness perpendicular to the centerline will be measured with a 10-foot 18 straightedge across all lanes with the same cross slope, including shoulders when 19 composed of cement concrete pavement. The overlapping 10-foot straightedge 20 measurement shall be discontinued at a point 6 inches from the most extreme outside 21 edge of the finished cement concrete pavement. The completed surface of the wearing 22 course shall not vary more than ¼ inch from the lower edge of a 10-foot straightedge 23 placed on the surface perpendicular to the centerline. Any deviations in excess of the 24 above tolerances shall be corrected. 25 26 The Contractor shall evaluate profiles for acceptance, incentive payments, disincentive 27 payments, or corrective action using the current version of ProVAL and provide the 28 results including the profile data in unfiltered electronic Engineering Research Division 29 (ERD) file format to the Engineer within 2 calendar days of completing testing each 30 section of pavement. If the profile data files are created using an export option in the 31 manufacturer’s software where filter settings can be specified, use the filter settings that 32 were used to create data files for certification. Analyze the entire profile. Exclude any 33 areas specifically identified in the Contract. Exclude from the analysis the first 100 feet 34 after the start of the paving operations and last 100 feet prior to the end of the paving 35 operation, the first 100 feet on either side of bridge Structures and bridge approach 36 slab. Report the MRI results in inches per mile for each 52.8 foot section and horizontal 37 distance measurements in project stationing to the nearest foot. Include pay 38 adjustments in the results. The Engineer will verify the analysis. 39 40 Corrective work for pavement smoothness may be taken by the Contractor prior to MRI 41 testing. After completion of the MRI testing the Contractor shall measure the 42 smoothness of each 52.8-foot section with an MRI greater than 125 inches per mile with 43 a 10-foot straightedge within 14 calendar days or as allowed by the Engineer. The 44 Contractor shall identify all locations that require corrective work and provide the 45 straight edge measurements at each location that exceeds the allowable limit to the 46 Engineer. If all measurements in a 52.8-foot section comply with smoothness 47 requirements, the Contractor shall provide the maximum measurement to the Engineer 48 and a statement that corrective work is not required. Unless allowed by the Engineer, 49 corrective work shall be taken by the Contractor for pavement identified by the 50 Contractor or Engineer that does not meet the following requirements: 51 52 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 1. The completed surface shall be of uniform texture, smooth, uniform as to 1 crown and grade, and free from defects of all kinds. 2 3 2. The completed surface shall not vary more than ⅛ inch from the lower edge of 4 a 10-foot straightedge placed on the surface parallel to the centerline. 5 6 3. The completed surface shall vary not more than ¼ inch in 10 feet from the rate 7 of transverse slope shown in the Plans. 8 9 All corrective work shall be completed at no additional expense, including traffic control, 10 to the Contracting Agency. Corrective work shall not begin until the concrete has 11 reached its design strength unless allowed by the Engineer. Pavement shall be repaired 12 by one or more of the following methods: 13 14 1. Diamond grinding; repairs shall not reduce pavement thickness by more than 15 ¼ inch less than the thickness shown in the Plans. When required by the 16 Engineer, the Contractor shall verify the thickness of the concrete pavement by 17 coring. Thickness reduction due to corrective work will not be included in 18 thickness measurements for calculating the Thickness Deficiency in Section 5-19 05.5(1)A. 20 21 2. Removal and replacement of the cement concrete pavement. 22 23 3. By other method allowed by the Engineer. 24 25 For repairs following MRI testing the repaired area shall be checked by the Contractor 26 with a 10-foot straightedge to ensure it no longer requires corrective work. With 27 concurrence of the Engineer an inertial profiler may be used in place of the 10-foot 28 straight edge. 29 30 If correction of the roadway as listed above either will not or does not produce 31 satisfactory results as to smoothness or serviceability the Engineer may accept the 32 completed pavement and a credit will be calculated in accordance with Section 5-05.5. 33 The credit will be in addition to the price adjustment for MRI. Under these 34 circumstances, the decision whether to accept the completed pavement or to require 35 corrective work as described above shall be vested entirely in the Engineer. 36 37 5-05.3(22) Repair of Defective Pavement Slabs 38 The last sentence of the fourth paragraph is revised to read: 39 40 All sandblasting residue shall be removed. 41 42 5-05.4 Measurement 43 Item number 3 of the second paragraph is revised to read: 44 45 3. The depth shall be determined in accordance with Section 5-05.5(1). The depth 46 utilized to calculate the volume shall not exceed the Plan depth plus 0.04 feet. 47 48 The third paragraph is revised to read: 49 50 The volume of cement concrete pavement in each thickness lot shall equal the 51 measured length × width × thickness measurement. 52 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 1 The last paragraph is revised to read: 2 3 The calculation for cement concrete compliance adjustment is the volume of concrete 4 represented by the CPF and the Thickness deficiency adjustment. 5 6 5-05.5 Payment 7 The paragraph following the Bid item “Cement Conc. Pavement”, per cubic yard is 8 supplemented with the following: 9 10 All costs associated with performing the magnetic pulse induction thickness testing shall 11 be included in the unit Contract price per cubic yard for “Cement Conc. Pavement”. 12 13 The Bid item “Ride Smoothness Compliance Adjustment”, by calculation, and the paragraph 14 following this bid item are revised to read: 15 16 “Ride Smoothness Compliance Adjustment”, by calculation. 17 18 Smoothness Compliance Adjustments will be based on the requirements in Section 5-19 05.3(12) and the following calculations: 20 21 1. Final MRI acceptance and incentive/disincentive payments for pavement 22 smoothness will be calculated as the average of the ten 52.8-foot sections in 23 each 528 feet in accordance with the price adjustment schedule. 24 25 a. For sections of a lane that are a minimum of 52.8 feet and less than 528 26 feet, the price adjustment will be calculated using the average of the 52.8 27 foot MRI values and the price adjustment prorated for the length of the 28 section. 29 30 b. MRI values per 52.8-feet that were measured prior to corrective work will 31 be included in the 528 foot price adjustment for sections with corrective 32 work. 33 34 2. In addition to the price adjustment for MRI a smoothness compliance 35 adjustment will be calculated in the sum of minus $1000.00 for each and every 36 section of single traffic lane 52.8 feet in length in that does not meet the 10-37 foot straight edge requirements in Section 5-05.3(12) after corrective Work. 38 39 Price Adjustment Schedule MRI for each 528 ft. section Pay Adjustment Schedule in. / mi. $ / 0.10 mi. < 30 2400 30 2400 31 2320 32 2240 33 2160 34 2080 35 2000 36 1920 37 1840 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 38 1760 39 1680 40 1600 41 1520 42 1440 43 1360 44 1280 45 1200 46 1120 47 1040 48 960 49 880 50 800 51 720 52 640 53 560 54 480 55 400 56 320 57 240 58 160 59 80 60 0 61 0 62 0 63 0 64 0 65 0 66 0 67 0 68 0 69 0 70 0 71 0 72 0 73 0 74 0 75 0 76 -80 77 -160 78 -240 79 -320 80 -400 81 -480 82 -560 83 -640 84 -720 85 -800 86 -880 87 -960 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 88 -1040 89 -1120 90 -1200 91 -1280 92 -1360 93 -1440 94 -1520 95 -1600 96 -1680 97 -1760 98 -1840 99 -1920 100 -2000 101 -2080 102 -2160 103 -2240 104 -2320 105 -2400 106 -2480 107 -2560 108 -2640 109 -2720 110 -2800 111 -2880 112 -2960 113 -3040 114 -3120 115 -3200 116 -3280 117 -3360 118 -3440 119 -3520 120 -3600 121 -3680 122 -3760 123 -3840 124 -3920 ≥125 -4000 1 The bid item “Portland Cement Concrete Compliance Adjustment”, by calculation, and the 2 paragraph following this bid item are revised to read: 3 4 “Cement Concrete Compliance Adjustment”, by calculation. 5 6 Payment for “Cement Concrete Compliance Adjustment” will be calculated by 7 multiplying the unit Contract price for the cement concrete pavement, times the volume 8 for adjustment, times the percent of adjustment determined from the calculated CPF 9 and the Deficiency Adjustment listed in Section 5-05.5(1)A. 10 11 5-05.5(1) Pavement Thickness 12 This section is revised to read: 13 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 1 Cement concrete pavement shall be constructed in accordance with the thickness 2 requirements in the Plans and Specifications. Tolerances allowed for Subgrade 3 construction and other provisions, which may affect thickness, shall not be construed to 4 modify such thickness requirements. 5 6 Thickness measurements in each lane paved shall comply with the following: 7 8 Thickness Testing of Cement Concrete Pavement Thickness Lot Size 15 panels maximum Thickness test location determined by Engineer will select testing locations in accordance with WSDOT TM 716 method B. Sample method AASHTO T 359 Sample preparation performed by Contractor provides, places, and secures disks in the presence of the Engineer1 Measurement method AASHTO T 359 Thickness measurement performed by Contractor, in the presence of the Engineer2 1Reflectors shall be located at within 0.5 feet of the center of the panel. The Contractor shall supply a sufficient number of 300 mm-diameter round reflectors meeting the requirements of AASHTO T 359 to accomplish the required testing. 2The Contractor shall provide all equipment and materials needed to perform the testing. 9 Thickness measurements shall be rounded to the nearest 0.01 foot. 10 11 Each thickness test location where the pavement thickness is deficient by more than 12 0.04 foot, shall be subject to price reduction or corrective action as shown in Table 2. 13 14 Table 2 Thickness Deficiency 0.04’ < Thickness Deficiency ≤ 0.06’ 10 0.06’ < Thickness deficiency ≤ 0.08’ 25 Thickness deficiency > 0.08’ Remove and replace the panels or the panels may be accepted with no payment at the discretion of the Engineer. 15 The price reduction shall be computed by multiplying the percent price reduction in 16 Table 2 by the unit Contract price by the volume of pavement represented by the 17 thickness test lot. 18 19 Additional cores may be taken by the Contractor to determine the limits of an area that 20 has a thickness deficiency greater than 0.04 feet. Cores shall be taken at the 21 approximate center of the panel. Only the panels within the limits of the deficiency area 22 as determined by the cores will be subject to a price reduction or corrective action. The 23 cores shall be taken in the presence of the Engineer and delivered to the Engineer for 24 measurement. All costs for the additional cores including filling the core holes with 25 patching material meeting the requirements of Section 9-20 will be the responsibility of 26 the Contractor. 27 28 5-05.5(1)A Thickness Deficiency of 0.05 Foot or Less 29 This section, including title, is revised to read: 30 31 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 5-05.5(1)A Vacant 1 2 5-05.5(1)B Thickness Deficiency of More Than 0.05 Foot 3 This section, including title, is revised to read: 4 5 5-05.5(1)B Vacant 6 7 6-01.AP6 8 Section 6-01, General Requirements for Structures 9 January 7, 2019 10 This section is supplemented with the following new subsections: 11 12 6-01.16 Repair of Defective Work 13 6-01.16(1) General 14 When using repair procedures that are described elsewhere in the Contract 15 Documents, the Working Drawing submittal requirements of this Section shall not 16 apply to those repairs unless noted otherwise. 17 18 Repair procedures for defective Work shall be submitted as Type 2 Working 19 Drawings. Type 2E Working Drawings shall be submitted when required by the 20 Engineer. As an alternative to submitting Type 2 or 2E Working Drawings, defective 21 Work within the limits of applicability of a pre-approved repair procedure may be 22 repaired using that procedure. Repairs using a pre-approved repair procedure shall 23 be submitted as a Type 1 Working Drawing. 24 25 Pre-approved repair procedures shall consist of the following: 26 27 • The procedures listed in Section 6-01.16(2) 28 29 • For precast concrete, repair procedures in the annual plant approval 30 process documents that have been approved for use by the Contracting 31 Agency. 32 33 All Working Drawings for repair procedures shall include: 34 35 • A description of the defective Work including location, extent and pictures 36 37 • Materials to be used in the repair. Repairs using manufactured products 38 shall include written manufacturer recommendations for intended uses of 39 the product, surface preparation, mixing, aggregate extension (if 40 applicable), ambient and surface temperature limits, placement methods, 41 finishing and curing. 42 43 • Construction procedures 44 45 • Plan details of the area to be repaired 46 47 • Calculations for Type 2E Working Drawings 48 49 Material manufacturer’s instructions and recommendations shall supersede any 50 conflicting requirements in pre-approved repair procedures. 51 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 1 The Engineer shall be notified prior to performing any repair procedure and shall be 2 given an opportunity to inspect the repair work being performed. 3 4 6-01.16(2) Pre-Approved Repair Procedures 5 6-01.16(2)A Concrete Spalls and Poor Consolidation (Rock Pockets, 6 Honeycombs, Voids, etc.) 7 This repair shall be limited to the following areas: 8 9 • Areas that are not on top Roadway surfaces (with or without an 10 overlay) including but not limited to concrete bridge decks, bridge 11 approach slabs or cement concrete pavement 12 13 • Areas that are not underwater 14 15 • Areas that are not on precast barrier, except for the bottom 4 inches 16 (but not to exceed 1 inch above blockouts) 17 18 • Areas that do not affect structural adequacy as determined by the 19 Engineer. 20 21 The repair procedure is as follows: 22 23 1. Remove all loose and unsound concrete. Impact breakers shall not 24 exceed 15 pounds in weight when removing concrete adjacent to 25 reinforcement or other embedments and shall not exceed 30 pounds 26 in weight otherwise. Operate impact breakers at angles less than 45 27 degrees as measured from the surface of the concrete to the tool and 28 moving away from the edge of the defective Work. Concrete shall be 29 completely removed from exposed surfaces of existing steel 30 reinforcing bars. If half or more of the circumference of any steel 31 reinforcing bar is exposed, if the reinforcing bar is loose or if the bond 32 to existing concrete is poor then concrete shall be removed at least ¾ 33 inch behind the reinforcing bar. Do not damage any existing 34 reinforcement. Stop work and allow the Engineer to inspect the repair 35 area after removing all loose and unsound concrete. Submit a 36 modified repair procedure when required by the Engineer. 37 38 2. Square the edges of the repair area by cutting an edge perpendicular 39 to the concrete surface around the repair area. The geometry of the 40 repair perimeter shall minimize the edge length and shall be 41 rectangular with perpendicular edges, avoiding reentrant corners. The 42 depth of the cut shall be a minimum of ¾ inch, but shall be reduced if 43 necessary to avoid damaging any reinforcement. For repairs on 44 vertical surfaces, the top edge shall slope up toward the front at a 1-45 vertical-to-3-horizontal slope. 46 47 3. Remove concrete within the repair area to a depth at least matching 48 the cut depth at the edges. Large variations in the depth of removal 49 within short distances shall be avoided. Roughen the concrete 50 surface. The concrete surface should be roughened to at least 51 Concrete Surface Profile (CSP) 5 in accordance with ICRI Guideline 52 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 No. 310.2R, unless a different CSP is recommended by the patching 1 material manufacturer. 2 3 4. Inspect the concrete repair surface for delaminations, debonding, 4 microcracking and voids using hammer tapping or a chain drag. 5 Remove any additional loose or unsound concrete in accordance with 6 steps 1 through 3. 7 8 5. Select a patching material in accordance with Section 9-20.2 that is 9 appropriate for the repair location and thickness. The concrete 10 patching material shall be pumpable or self-consolidating as required 11 for the type of placement that suits the repair. The patching material 12 shall have a minimum compressive strength at least equal to the 13 specified compressive strength of the concrete. 14 15 6. Prepare the concrete surface and reinforcing steel in accordance with 16 the patching material manufacturer’s recommendations. At a 17 minimum, clean the concrete surfaces (including perimeter edges) 18 and reinforcing steel using oil-free abrasive blasting or high-pressure 19 (minimum 5,000 psi) water blasting. All dirt, dust, loose particles, rust, 20 laitance, oil, film, microcracked/bruised concrete or foreign material of 21 any sort shall be removed. Damage to the epoxy coating on steel 22 reinforcing bars shall be repaired in accordance with Section 6-23 02.3(24)H. 24 25 7. Construct forms if necessary, such as for patching vertical or 26 overhead surfaces or where patching extends to the edge or corner 27 of a placement. 28 29 8. When recommended by the patching material manufacturer, saturate 30 the concrete in the repair area and remove any free water at the 31 concrete surface to obtain a saturated surface dry (SSD) substrate. 32 When recommended by the patching material manufacturer, apply a 33 primer, scrub coat or bonding agent to the existing surfaces. Epoxy 34 bonding agents, if used, shall be Type II or Type V in accordance with 35 Section 9-26.1. 36 37 9. Place and consolidate the patching material in accordance with the 38 manufacturer’s recommendations. Work the material firmly into all 39 surfaces of the repair area with sufficient pressure to achieve proper 40 bond to the concrete. 41 42 10. The patching material shall be textured, cured and finished in 43 accordance with the patching material manufacturer’s 44 recommendations and/or the requirements for the repaired 45 component. Protect the newly placed patch from vibration in 46 accordance with Section 6-02.3(6)D. 47 48 11. When the completed repair does not match the existing concrete 49 color and will be visible to the public, a sand and cement mixture that 50 is color matched to the existing concrete shall be rubbed, brushed, or 51 applied to the surface of the patching material and the concrete. 52 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 1 6-01.10 Utilities Supported by or Attached to Bridges 2 In the third paragraph, “Federal Standard 595” is revised to read “SAE AMS Standard 595”. 3 4 6-01.12 Final Cleanup 5 The second sentence of the first paragraph is revised to read: 6 7 Structure decks shall be clean. 8 9 The second paragraph is deleted. 10 11 6-02.AP6 12 Section 6-02, Concrete Structures 13 April 1, 2019 14 6-02.1 Description 15 The first sentence is revised to read: 16 17 This Work consists of the construction of all Structures (and their parts) made of 18 portland cement or blended hydraulic cement concrete with or without reinforcement, 19 including bridge approach slabs. 20 21 6-02.2 Materials 22 In the first paragraph, the references to “Portland Cement” and “Aggregates for Portland 23 Cement Concrete” are revised to read: 24 25 Cement 9-01 26 Aggregates for Concrete 9-03.1 27 28 The reference to metakaolin is deleted. 29 30 6-02.3(2) Proportioning Materials 31 The second paragraph is revised to read: 32 33 Unless otherwise specified, the Contractor shall use Type I or II portland cement or 34 blended hydraulic cement in all concrete as defined in Section 9-01.2(1). 35 36 The last sentence of the fifth paragraph is revised to read: 37 38 With the Engineer’s written concurrence, microsilica fume may be used in all 39 classifications of Class 4000, Class 3000, and commercial concrete and is limited to a 40 maximum of 10 percent of the cementitious material. 41 42 6-02.3(2)A Contractor Mix Design 43 The last sentence of the last paragraph is revised to read: 44 45 For all other concrete, air content shall be a minimum of 4.5 percent and a maximum of 46 7.5 percent for all concrete placed above the finished ground line unless noted 47 otherwise. 48 49 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 6-02.3(2)A1 Contractor Mix Design for Concrete Class 4000D 1 Item number 5 of the first paragraph is deleted. 2 3 Item number 6 of the first paragraph (after the preceding Amendment is applied) is 4 renumbered to 5. 5 6 6-02.3(2)B Commercial Concrete 7 The second paragraph is revised to read: 8 9 Where concrete Class 3000 is specified for items such as, culvert headwalls, plugging 10 culverts, concrete pipe collars, pipe anchors, monument cases, Type PPB, PS, I, FB 11 and RM signal standards, pedestals, cabinet bases, guardrail anchors, fence post 12 footings, sidewalks, concrete curbs, curbs and gutters, and gutters, the Contractor may 13 use commercial concrete. If commercial concrete is used for sidewalks, concrete curbs, 14 curbs and gutters, and gutters, it shall have a minimum cementitious material content of 15 564 pounds per cubic yard of concrete, shall be air entrained, and the tolerances of 16 Section 6-02.3(5)C shall apply. 17 18 6-02.3(4) Ready-Mix Concrete 19 The first sentence of the first paragraph is revised to read: 20 21 All concrete, except lean concrete, shall be batched in a prequalified manual, semi-22 automatic, or automatic plant as described in Section 6-02.3(4)A. 23 24 6-02.3(4)D Temperature and Time For Placement 25 The following is inserted after the first sentence of the first paragraph: 26 27 The upper temperature limit for placement for Class 4000D concrete may be increased 28 to a maximum of 80°F if allowed by the Engineer. 29 30 6-02.3(5)C Conformance to Mix Design 31 Item number 1 of the second paragraph is revised to read: 32 33 1. Cement weight plus 5 percent or minus 1 percent of that specified in the 34 mix design. 35 36 6-02.3(6)A1 Hot Weather Protection 37 The first paragraph is revised to read: 38 39 The Contractor shall provide concrete within the specified temperature limits. Cooling of 40 the coarse aggregate piles by sprinkling with water is permitted provided the moisture 41 content is monitored, the mixing water is adjusted for the free water in the aggregate 42 and the coarse aggregate is removed from at least 1 foot above the bottom of the pile. 43 Sprinkling of fine aggregate piles with water is not allowed. Refrigerating mixing water or 44 replacing all or part of the mixing water with crushed ice is permitted, provided the ice is 45 completely melted by placing time. 46 47 The second sentence of the second paragraph is revised to read: 48 49 These surfaces include forms, reinforcing steel, steel beam flanges, and any others that 50 touch the concrete. 51 52 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 6-02.3(7) Vacant 1 This section, including title, is revised to read: 2 3 6-02.3(7) Tolerances 4 Unless noted otherwise, concrete construction tolerances shall be in accordance with 5 this section. Tolerances in this section do not apply to cement concrete pavement. 6 7 Horizontal deviation of roadway crown points, cross-slope break points, and curb, 8 barrier or railing edges from alignment or work line: ±1.0 inch 9 10 Deviation from plane: ±0.5 inch in 10 feet 11 12 Deviation from plane for roadway surfaces: ±0.25 inch in 10 feet 13 14 Deviation from plumb or specified batter: ±0.5 inch in 10 feet, but not to exceed a total 15 of ±1.5 inches 16 17 Vertical deviation from profile grade for roadway surfaces: ±1 inch 18 19 Vertical deviation of top surfaces (except roadway surfaces): ±0.75 inch 20 21 Thickness of bridge decks and other structural slabs not at grade: ±0.25 inch 22 23 Length, width and thickness of elements such as columns, beams, crossbeams, 24 diaphragms, corbels, piers, abutments and walls, including dimensions to construction 25 joints in initial placements: +0.5 inch, -0.25 inch 26 27 Length, width and thickness of spread footing foundations: +2 inches, -0.5 inch 28 29 Horizontal location of the as-placed edge of spread footing foundations: The greater of 30 ±2% of the horizontal dimension of the foundation perpendicular to the edge and ±0.5 31 inch. However, the tolerance shall not exceed ±2 inches. 32 33 Location of opening, insert or embedded item at concrete surface: ±0.5 inch 34 35 Cross-sectional dimensions of opening: ±0.5 inch 36 37 Bridge deck, bridge approach slab, and bridge traffic barrier expansion joint gaps with a 38 specified temperature range, measured at a stable temperature: ±0.25 inch 39 40 Horizontal deviation of centerline of bearing pad, oak block or other bearing assembly: 41 ±0.125 inch 42 43 Horizontal deviation of centerline of supported element from centerline of bearing pad, 44 oak block or other bearing assembly ±0.25 inch 45 46 Vertical deviation of top of bearing pad, oak block or other bearing assembly: ±0.125 47 inch 48 49 6-02.3(10)C Finishing Equipment 50 The first paragraph is revised to read: 51 52 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 The finishing machine shall be self-propelled and be capable of forward and reverse 1 movement under positive control. The finishing machine shall be equipped with augers 2 and a rotating cylindrical single or double drum screed. The finishing machine shall 3 have the necessary adjustments to produce the required cross section, line, and grade. 4 The finishing machine shall be capable of raising the screeds, augers, and any other 5 parts of the finishing mechanical operation to clear the screeded surface, and returning 6 to the specified grade under positive control. Unless otherwise allowed by the Engineer, 7 a finishing machine manufacturer technical representative shall be on site to assist the 8 first use of the machine on the Contract. 9 10 The first sentence of the second paragraph is revised to read: 11 12 For bridge deck widening of 20 feet or less, and for bridge approach slabs, or where 13 jobsite conditions do not allow the use of the conventional configuration finishing 14 machines, or modified conventional machines as described above; the Contractor may 15 submit a Type 2 Working Drawing proposing the use of a hand-operated motorized 16 power screed such as a “Texas” or “Bunyan” screed. 17 18 6-02.3(10)D4 Monitoring Bridge Deck Concrete Temperature After Placement 19 This section, including title, is revised to read: 20 21 6-02.3(10)D4 Vacant 22 23 6-02.3(10)D5 Bridge Deck Concrete Finishing and Texturing 24 In the third subparagraph of the first paragraph, the last sentence is revised to read: 25 26 The Contractor shall texture the bridge deck surface to within 3-inches minimum and 27 24-inches maximum of the edge of concrete at expansion joints, within 1-foot minimum 28 and 2-feet maximum of the curb line, and within 3-inches minimum and 9-inches 29 maximum of the perimeter of bridge drain assemblies. 30 31 6-02.3(10)F Bridge Approach Slab Orientation and Anchors 32 The second to last paragraph is revised to read: 33 34 The compression seal shall be a 2½ inch wide gland and shall conform to Section 9-35 04.1(4). 36 37 The last paragraph is deleted. 38 39 6-02.3(13)A Strip Seal Expansion Joint System 40 In item number 3 of the third paragraph, “Federal Standard 595” is revised to read “SAE 41 AMS Standard 595”. 42 43 6-02.3(13)B Compression Seal Expansion Joint System 44 The first paragraph is revised to read: 45 46 Compression seal glands shall conform to Section 9-04.1(4) and be sized as shown in 47 the Plans. 48 49 6-02.3(14)C Pigmented Sealer for Concrete Surfaces 50 This section is supplemented with the following new paragraph: 51 52 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 Pigmented Sealer Materials shall be a product listed in the current WSDOT Qualified 1 Products List (QPL). If the pigmented sealer material is not listed in the current WSDOT 2 QPL, a sample shall be submitted to the State Materials Laboratory in Tumwater for 3 evaluation and acceptance in accordance with Section 9-08.3. 4 5 6-02.3(20) Grout for Anchor Bolts and Bridge Bearings 6 The second, third and fourth paragraphs are revised to read: 7 8 Grout shall be a workable mix with a viscosity that is suitable for the intended 9 application. Grout shall not be placed outside of the manufacturer recommended range 10 of thickness. The Contractor shall receive concurrence from the Engineer before using 11 the grout. 12 13 Field grout cubes and cylinders shall be fabricated and tested in accordance with 14 Section 9-20.3 when requested by the Engineer, but not less than once per bridge pier 15 or once per day. 16 17 Before placing grout, the substrate on which it is to be placed shall be prepared as 18 recommended by the manufacturer to ensure proper bonding. The grout shall be cured 19 as recommended by the manufacturer. The grout may be loaded when a minimum of 20 4,000 psi compressive strength is attained. 21 22 The fifth paragraph is deleted. 23 24 6-02.3(23) Opening to Traffic 25 This section is supplemented with the following new paragraph: 26 27 After curing bridge approach slabs in accordance with Section 6-02.3(11), the 28 bridge approach slabs may be opened to traffic when a minimum compressive strength 29 of 2,500 psi is achieved. 30 31 6-02.3(24)C Placing and Fastening 32 This section is revised to read: 33 34 The Contractor shall position reinforcing steel as the Plans require and shall ensure that 35 the steel is set within specified tolerances. Adjustments to reinforcing details outside of 36 specified tolerances to avoid interferences and for other purposes are acceptable when 37 approved by the Engineer. 38 39 When spacing between bars is 1 foot or more, they shall be tied at all intersections. 40 When spacing is less than 1 foot, every other intersection shall be tied. If the Plans 41 require bundled bars, they shall be tied together with wires at least every 6 feet. All 42 epoxy-coated bars in the top mat of the bridge deck shall be tied at all intersections, 43 however they may be tied at alternate intersections when spacing is less than 1 foot in 44 each direction and they are supported by continuous supports meeting all other 45 requirements of supports for epoxy-coated bars. Other epoxy-coated bars shall also be 46 tied at all intersections, but shall be tied at alternate intersections when spacing is less 47 than 1 foot in each direction. Wire used for tying epoxy-coated reinforcing steel shall be 48 plastic coated. Tack welding is not permitted on reinforcing steel. 49 50 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 Abrupt bends in the steel are permitted only when one steel member bends around 1 another. Vertical stirrups shall pass around main reinforcement or be firmly attached to 2 it. 3 4 For slip-formed concrete, the reinforcing steel bars shall be tied at all intersections and 5 cross braced to keep the cage from moving during concrete placement. Cross bracing 6 shall be with additional reinforcing steel. Cross bracing shall be placed both 7 longitudinally and transversely. 8 9 After reinforcing steel bars are placed in a traffic or pedestrian barrier and prior to slip-10 form concrete placement, the Contractor shall check clearances and reinforcing steel 11 bar placement. This check shall be accomplished by using a template or by operating 12 the slip-form machine over the entire length of the traffic or pedestrian barrier. All 13 clearance and reinforcing steel bar placement deficiencies shall be corrected by the 14 Contractor before slip-form concrete placement. 15 16 Precast concrete supports (or other accepted devices) shall be used to maintain the 17 concrete coverage required by the Plans. The precast concrete supports shall: 18 19 1. Have a bearing surface measuring not greater than 2 inches in either dimension, 20 and 21 22 2. Have a compressive strength equal to or greater than that of the concrete in which 23 they are embedded. 24 25 In slabs, each precast concrete support shall have either: (1) a grooved top that will hold 26 the reinforcing bar in place, or (2) an embedded wire that protrudes and is tied to the 27 reinforcing steel. If this wire is used around epoxy-coated bars, it shall be coated with 28 plastic. 29 30 Precast concrete supports may be accepted based on a Manufacturer’s Certificate of 31 Compliance. 32 33 In lieu of precast concrete supports, the Contractor may use metal or all-plastic supports 34 to hold uncoated bars. Any surface of a metal support that will not be covered by at 35 least ½ inch of concrete shall be one of the following: 36 37 1. Hot-dip galvanized after fabrication in keeping with AASHTO M232 Class D; 38 39 2. Coated with plastic firmly bonded to the metal. This plastic shall be at least 40 3⁄32 inch thick where it touches the form and shall not react chemically with the 41 concrete when tested in the State Materials Laboratory. The plastic shall not 42 shatter or crack at or above -5°F and shall not deform enough to expose the 43 metal at or below 200°F; or 44 45 3. Stainless steel that meet the requirements of ASTM A493, Type 302. Stainless 46 steel chair supports are not required to be galvanized or plastic coated. 47 48 In lieu of precast concrete supports, epoxy-coated reinforcing bars may be supported by 49 one of the following: 50 51 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 1. Metal supports coated entirely with a dielectric material such as epoxy or 1 plastic, 2 3 2. Other epoxy-coated reinforcing bars, or 4 5 3. All-plastic supports. 6 7 Damaged coatings on metal bar supports shall be repaired prior to placing concrete. 8 9 All-plastic supports shall be lightweight, non-porous, and chemically inert in concrete. 10 All-plastic supports shall have rounded seatings, shall not deform under load during 11 normal temperatures, and shall not shatter or crack under impact loading in cold 12 weather. All-plastic supports shall be placed at spacings greater than 1 foot along the 13 bar and shall have at least 25 percent of their gross place area perforated to 14 compensate for the difference in the coefficient of thermal expansion between plastic 15 and concrete. The shape and configuration of all-plastic supports shall permit complete 16 concrete consolidation in and around the support. 17 18 A “mat” is two adjacent and perpendicular layers of reinforcing steel. In bridge decks, 19 top and bottom mats shall be supported adequately enough to hold both in their proper 20 positions. If bar supports directly support, or are directly supported on No. 4 bars, they 21 shall be spaced at not more than 3-foot intervals (or not more than 4-foot intervals for 22 bars No. 5 and larger). Wire ties to girder stirrups shall not be considered as supports. 23 To provide a rigid mat, the Contractor shall add other supports and tie wires to the top 24 mat as needed. 25 26 Unless noted otherwise, the minimum concrete cover for main reinforcing bars shall be: 27 28 3 inches to a concrete surface deposited against earth without intervening forms. 29 30 2½ inches to the top surface of a concrete bridge deck or bridge approach slab. 31 32 2 inches to a concrete surface when not specified otherwise in this section or in the 33 Contract documents. 34 35 1½ inches to a concrete barrier or curb surface. 36 37 Except for top cover in bridge decks and bridge approach slabs, minimum concrete 38 cover to ties and stirrups may be reduced by ½ inch but shall not be less than 1 inch. 39 Minimum concrete cover shall also be provided to the outermost part of mechanical 40 splices and headed steel reinforcing bars. 41 42 Reinforcing steel bar location, concrete cover and clearance shall not vary more than 43 the following tolerances from what is specified in the Contract documents: 44 45 Reinforcing bar location for members 12 inches or less in thickness: ±0.25 inch 46 47 Reinforcing bar location for members greater than 12 inches in thickness: ±0.375 48 inch 49 50 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 Reinforcing bar location for bars placed at equal spacing within a plane: the greater 1 of either ±1 inch or ±1 bar diameter within the plane. The total number of bars shall 2 not be fewer than that specified. 3 4 The clearance between reinforcement shall not be less than the greater of the bar 5 diameter or 1 inch for unbundled bars. For bundled bars, the clearance between 6 bundles shall not be less than the greater of 1 inch or a bar diameter derived from 7 the equivalent total area of all bars in the bundle. 8 9 Longitudinal location of bends and ends of bars: ±1 inch 10 11 Embedded length of bars and length of bar lap splices: 12 13 No. 3 through No. 11: -1 inch 14 15 No. 14 through No. 18: -2 inches 16 17 Concrete cover measured perpendicular to concrete surface (except for the top 18 surface of bridge decks, bridge approach slabs and other roadway surfaces): ±0.25 19 inch 20 21 Concrete cover measured perpendicular to concrete surface for the top surface of 22 bridge decks, bridge approach slabs and other roadway surfaces: +0.25 inch, -0 23 inch 24 25 Before placing any concrete, the Contractor shall: 26 27 1. Clean all mortar from reinforcement, and 28 29 2. Obtain the Engineer’s permission to place concrete after the Engineer has 30 inspected the placement of the reinforcing steel. (Any concrete placed without 31 the Engineer’s permission shall be rejected and removed.) 32 33 6-02.3(25)H Finishing 34 The last paragraph is revised to read: 35 36 The Contractor may repair defects in prestressed concrete girders in accordance with 37 Section 6-01.16. 38 39 6-02.3(25)I Fabrication Tolerances 40 Item number 12 of the first paragraph is revised to read: 41 42 12. Stirrup Projection from Top of Girder: 43 44 Wide flange thin deck and slab girders: ± ½ inch 45 46 All other girders: ± ¾ inch 47 48 6-02.3(27) Concrete for Precast Units 49 The last sentence of the first paragraph is revised to read: 50 51 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 Type III portland cement or blended hydraulic cement is permitted to be used in precast 1 concrete units. 2 3 6-02.3(28)B Casting 4 In the second paragraph, the reference to Section 6-02.3(25)B is revised to read Section 6-5 02.3(25)C. 6 7 6-02.3(28)D Contractors Control Strength 8 In the first paragraph, “WSDOT FOP for AASHTO T 23” is revised to read “FOP for AASHTO 9 T 23”. 10 11 6-02.3(28)E Finishing 12 This section is supplemented with the following: 13 14 The Contractor may repair defects in precast panels in accordance with Section 6-15 01.16. 16 17 6-03.AP6 18 Section 6-03, Steel Structures 19 January 7, 2019 20 6-03.2 Materials 21 In the first paragraph, the material reference for Paints is revised to read: 22 23 Paints and Related Materials 9-08 24 25 6-03.3(25)A3 Ultrasonic Inspection 26 The first paragraph (up until the colon) is revised to read: 27 28 Complete penetration groove welds on plates 5/16 inch and thicker in the following 29 welded assemblies or Structures shall be 100 percent ultrasonically inspected: 30 31 6-03.3(33) Bolted Connections 32 The first paragraph is supplemented with the following: 33 34 After final tightening of the fastener components, the threads of the bolts shall at a 35 minimum be flush with the end of the nut. 36 37 The following is inserted after the third sentence of the fourth paragraph: 38 39 When galvanized bolts are specified, tension-control galvanized bolts are not permitted. 40 41 6-05.AP6 42 Section 6-05, Piling 43 January 2, 2018 44 6-05.3(9)A Pile Driving Equipment Approval 45 The fourth sentence of the second paragraph is revised to read: 46 47 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 For prestressed concrete piles, the allowable driving stress in kips per square inch shall 1 be 0.095 ∙�𝑓𝑓′𝑐𝑐 plus prestress in tension, and 0.85f’c minus prestress in compression, 2 where f’c is the concrete compressive strength in kips per square inch. 3 4 6-07.AP6 5 Section 6-07, Painting 6 January 7, 2019 7 6-07.1 Description 8 The first sentence is revised to read: 9 10 This work consists of containment, surface preparation, shielding adjacent areas from 11 work, testing and disposing of debris, furnishing and applying paint, and cleaning up 12 after painting is completed. 13 14 6-07.2 Materials 15 The material reference for Paint is revised to read: 16 17 Paint and Related Materials 9-08 18 19 6-07.3(1)A Work Force Qualifications for Shop Application of Paint 20 This section is supplemented with the following new sentence: 21 22 The work force may be accepted based on the approved facility. 23 24 6-07.3(1)B Work Force Qualifications for Field Application of Paint 25 The first two paragraphs are revised to read: 26 27 The Contractor preparing the surface and applying the paint shall be certified under 28 SSPC‑QP 1 or NACE International Institute Contractor Accreditation Program (NIICAP) 29 AS 1. 30 31 The Contractor removing and otherwise disturbing existing paint containing lead and 32 other hazardous materials shall be certified under SSPC-QP 2, Category A or NIICAP 33 AS 2. 34 35 The third paragraph (up until the colon) is revised to read: 36 37 In lieu of the above SSPC or NIICAP certifications, the Contractor performing the 38 specified work shall complete both of the following actions: 39 40 Item number 2 of the third paragraph is revised to read: 41 42 2. The Contractor’s quality control inspector(s) for the project shall be NACE-certified 43 CIP Level 3 or SSPC Protective Coating Inspector (PCI) Level 3. 44 45 6-07.3(2) Submittals 46 The first paragraph is supplemented with the following: 47 48 Each component of the plan shall identify the specification section it represents. 49 50 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 6-07.3(2)B Contractor’s Quality Control Program Submittal Component 1 The numbered list in the first paragraph is revised to read: 2 3 1. Description of the inspection procedures, tools, techniques and the acceptance 4 criteria for all phases of work. 5 6 2. Procedure for implementation of corrective action for non-conformance work. 7 8 3. The paint system manufacturer’s recommended methods of preventing defects. 9 10 4. The Contractor’s frequency of quality control inspection for each phase of work. 11 12 5. Example of each completed form(s) of the daily quality control report used to 13 document the inspection work and tests performed by the Contractor’s quality 14 control personnel. 15 16 6-07.3(2)C Paint System Manufacturer and Paint System Information Submittal 17 Component 18 Item number 1 is revised to read: 19 20 1. Product data sheets and Safety Data Sheets (SDS) on the paint materials, paint 21 preparation, and paint application, as specified by the paint manufacturer, 22 including: 23 24 a. All application instructions, including the mixing and thinning directions. 25 26 b. Recommended spray nozzles and pressures. 27 28 c. Minimum and maximum drying time between coats. 29 30 d. Restrictions on temperature and humidity. 31 32 e. Repair procedures for shop and field applied coatings. 33 34 f. Maximum dry film thickness for each coat. 35 36 g. Minimum wet film thickness for each coat to achieve the specified minimum 37 dry film thickness. 38 39 6-07.3(2)D Hazardous Waste Containment, Collection, Testing, and Disposal 40 Submittal Component 41 The first paragraph (up until the colon) is revised to read: 42 43 The hazardous waste containment, collection, testing, and disposal shall meet all 44 Federal and State requirements, and the submittal component of the painting plan shall 45 include the following: 46 47 6-07.3(2)E Cleaning and Surface Preparation Submittal Component 48 Item 1(b) of the first paragraph is revised to read:: 49 50 b. Type, manufacturer, and brand of abrasive blast material and all associated 51 additives, including Safety Data Sheets (SDS). 52 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 1 6-07.3(3)B Quality Control and Quality Assurance for Field Application of Paint 2 The last sentence of the first paragraph (excluding the numbered list) is revised to read: 3 4 The Contractor’s quality control operations shall include a minimum monitoring and 5 documenting the following for each working day: 6 7 Item number 1 in the fourth paragraph is revised to read: 8 9 1. Environmental conditions for painting in accordance with ASTM E 337. 10 11 Item number 4 in the fourth paragraph is revised to read: 12 13 4. Pictorial of surface preparation guides in accordance with SSPC-VIS 1, 3, 4, and 5. 14 15 Item number 5 in the fourth paragraph is revised to read: 16 17 5. Surface profile by Keanne-Tator comparator in accordance with ASTM D 4417 and 18 SSPC PA17. 19 20 6-07.3(4) Paint System Manufacturer’s Technical Representative 21 This section is revised to read: 22 23 The paint system manufacturer’s representative shall be present at the jobsite for the 24 pre-painting conference and for the first day of paint application, and shall be available 25 to the Contractor and Contracting Agency for consultation for the full project duration. 26 27 6-07.3(5) Pre-Painting Conference 28 The second paragraph is revised to read: 29 30 If the Contractor’s key personnel change between any work operations, an additional 31 conference shall be held if requested by the Engineer. 32 33 6-07.3(6)A Paint Containers 34 In item number 2 of the first paragraph, “Federal Standard 595” is revised to read “SAE AMS 35 Standard 595”. 36 37 6-07.3(6)B Paint Storage 38 Item number 2 of the second paragraph is revised to read: 39 40 2. The Contractor shall monitor and document daily the paint material storage facility 41 with a high-low recording thermometer device. 42 43 6-07.3(7) Paint Sampling and Testing 44 The first two paragraphs are revised to read: 45 46 The Contractor shall provide the Engineer 1 quart of each paint representing each lot. 47 Samples shall be accompanied with a Safety Data Sheet. 48 49 If the quantity of paint required for each component of the paint system for the entire 50 project is 20 gallons or less, then the paint system components will be accepted as 51 specified in Section 9-08.1(7). 52 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 1 6-07.3(8)A Paint Film Thickness Measurement Gages 2 The first paragraph is revised to read: 3 4 Paint dry film thickness measurements shall be performed with either a Type 1 pull-off 5 gage or a Type 2 electronic gage as specified in SSPC Paint Application Specification 6 No. 2, Procedure for Determining Conformance to Dry Coating Thickness 7 Requirements. 8 9 6-07.3(9) Painting New Steel Structures 10 The last sentence of the second paragraph is revised to read: 11 12 Welded shear connectors are not required to painted. 13 14 The last paragraph is revised to read: 15 16 Temporary attachments or supports for scaffolding, containment or forms shall not 17 damage the paint system. 18 19 6-07.3(9)A Paint System 20 The first paragraph is revised to read: 21 22 The paint system applied to new steel surfaces shall consist of the following: 23 24 Option 1 (component based paint system): 25 26 Primer Coat – Inorganic Zinc Rich 9-08.1(2)C 27 Intermediate Coat – Moisture Cured Polyurethane 9-08.1(2)G 28 Intermediate Stripe Coat – Moisture Cured Polyurethane 9-08.1(2)G 29 Top Coat – Moisture Cured Polyurethane 9-08.1(2)H 30 31 Option 2 (performance based paint system): 32 33 Primer Coat – Inorganic Zinc Rich 9-08.1(2)M 34 Intermediate Coat – Epoxy 9-08.1(2)M 35 Intermediate Stripe Coat – Epoxy 9-08.1(2)M 36 Top Coat – Polyurethane 9-08.1(2)M 37 38 The following new paragraph is inserted after the first paragraph: 39 40 Paints and related materials shall be products listed in the current WSDOT Qualified 41 Products List (QPL). Component based paint systems shall be listed on the QPL in the 42 applicable sections of Section 9-08. Performance based systems shall be listed on the 43 current Northeast Protective Coatings Committee (NEPCOAT) Qualified Products List 44 “A” as listed on the WSDOT QPL in Section 9-08.1(2)M. If the paint and related 45 materials for the component based system is not listed in the current WSDOT QPL, a 46 sample shall be submitted to the State Materials Laboratory in Tumwater for evaluation 47 and acceptance in accordance with Section 9-08. 48 49 6-07.3(9)C Mixing and Thinning Paint 50 This section is revised to read: 51 52 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 The Contractor shall thoroughly mix paint in accordance with the manufacturer’s written 1 recommendations and by mechanical means to ensure a uniform and lump free 2 composition. Paint shall not be mixed by means of air stream bubbling or boxing. Paint 3 shall be mixed in the original containers and mixing shall continue until all pigment or 4 metallic powder is in suspension. Care shall be taken to ensure that the solid material 5 that has settled to the bottom of the container is thoroughly dispersed. After mixing, the 6 Contractor shall inspect the paint for uniformity and to ensure that no unmixed pigment 7 or lumps are present. 8 9 Catalysts, curing agents, hardeners, initiators, or dry metallic powders that are 10 packaged separately may be added to the base paint in accordance with the paint 11 manufacturer’s written recommendations and only after the paint is thoroughly mixed to 12 achieve a uniform mixture with all particles wetted. The Contractor shall then add the 13 proper volume of curing agent to the correct volume of base and mix thoroughly. The 14 mixture shall be used within the pot life specified by the manufacturer. Unused portions 15 shall be discarded at the end of each work day. Accelerants are not permitted except as 16 allowed by the Engineer. 17 18 The Contractor shall not add additional thinner at the application site except as allowed 19 by the Engineer. The amount and type of thinner, if allowed, shall conform to the 20 manufacturer’s specifications. If recommended by the manufacturer and allowed by the 21 Engineer, a measuring cup shall be used for the addition of thinner to any paint with 22 graduations in ounces. No un-measured addition of thinner to paint will be allowed. Any 23 paint found to be thinned by unacceptable methods will be rejected. 24 25 When recommended by the manufacturer, the Contractor shall constantly agitate paint 26 during application by use of paint pots equipped with mechanical agitators. 27 28 The Contractor shall strain all paint after mixing to remove undesirable matter, but 29 without removing the pigment or metallic powder. 30 31 Paint shall be stored and mixed in a secure, contained location to eliminate the potential 32 for spills into State waters and onto the ground and highway surfaces. 33 34 6-07.3(9)D Coating Thickness 35 This section is revised to read: 36 37 Dry film thickness shall be measured in accordance with SSPC Paint Application 38 Specification No. 2, Procedure for Determining Conformance to Dry Coating Thickness 39 Requirements. 40 41 The minimum dry film thickness of the primer coat shall not be less than 2.5 mils. 42 43 The minimum dry film thickness of each coat (combination of intermediate and 44 intermediate stripe, and top) shall be not less than 3.0 mils. 45 46 The dry film thickness of each coat shall not be thicker than the paint manufacturer’s 47 recommended maximum thickness. 48 49 The minimum wet film thickness of each coat shall be specified by the paint 50 manufacturer to achieve the minimum dry film thickness. 51 52 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 Film thickness, wet and dry, will be measured by gages conforming to Section 6-1 07.3(8)A. 2 3 Wet measurements will be taken immediately after the paint is applied in accordance 4 with ASTM D4414. Dry measurements will be taken after the coating is dry and hard in 5 accordance with SSPC Paint Application Specification No. 2. 6 7 Each painter shall be equipped with wet film thickness gages and shall be responsible 8 for performing frequent checks of the paint film thickness throughout application. 9 10 Coating thickness measurements may be made by the Engineer after the application of 11 each coat and before the application of the succeeding coat. In addition, the Engineer 12 may inspect for uniform and complete coverage and appearance. One hundred percent 13 of all thickness measurements shall meet or exceed the minimum wet film thickness. In 14 areas where wet film thickness measurements are impractical, dry film thickness 15 measurements may be made. If a question arises about an individual coat’s thickness 16 or coverage, it may be verified by the use of a Tooke gage in accordance with ASTM 17 D4138. 18 19 If the specified number of coats does not produce a combined dry film thickness of at 20 least the sum of the thicknesses required per coat, if an individual coat does not meet 21 the minimum thickness, or if visual inspection shows incomplete coverage, the coating 22 system will be rejected and the Contractor shall discontinue painting and surface 23 preparation operations and shall submit a Type 2 Working Drawing of the repair 24 proposal. The repair proposal shall include documentation demonstrating the cause of 25 the less-than-minimum thickness, along with physical test results, as necessary, and 26 modifications to Work methods to prevent similar results. The Contractor shall not 27 resume painting or surface preparation operations until receiving the Engineer’s 28 acceptance of the completed repair. 29 30 6-07.3(9)E Surface Temperature Requirements Prior to Application of Paint 31 This section, including title, is revised to read: 32 33 6-07.3(9)E Environmental Condition Requirements Prior to Application of Paint 34 Paint shall be applied only during periods when: 35 36 1. Air and steel temperatures are in accordance with the paint manufacturer’s 37 recommendations but in no case less than 35°F nor greater than 115°F. 38 39 2. Steel surface temperature is a minimum of 5°F above the dew point. 40 41 3. Steel surface is not wet. 42 43 4. Relative humidity is within the manufacturer’s recommended range. 44 45 5. The anticipated ambient temperature will remain above 35°F or the 46 manufacturer’s minimum temperature, whichever is greater, during the paint 47 drying and curing period. 48 49 Application will not be allowed if conditions are not favorable for proper application and 50 performance of the paint. 51 52 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 Paint shall not be applied when weather conditions are unfavorable to proper curing. If a 1 paint system manufacturer’s recommendations allow for application of a paint under 2 environmental conditions other than those specified, the Contractor shall submit a Type 3 2 Working Drawing consisting of a letter from the paint manufacturer specifying the 4 environmental conditions under which the paint can be applied. Application of paint 5 under environmental conditions other than those specified in this section will not be 6 allowed without the Engineer’s concurrence. 7 8 9 6-07.3(9)F Shop Surface Cleaning and Preparation 10 The last sentence is revised to read: 11 12 The entire steel surface to be painted, including surfaces specified in Section 6-13 07.3(9)G to receive a mist coat of primer, shall be cleaned to a near white condition in 14 accordance with SSPC-SP 10, Near-white Metal Blast Cleaning, and shall be in this 15 condition immediately prior to paint application. 16 17 6-07.3(9)G Application of Shop Primer Coat 18 The first paragraph is supplemented with the following: 19 20 Repairs of the shop primer coat shall be prepared in accordance with the painting plan. 21 Shop primer coat repair paint shall be selected from the approved component based or 22 performance based paint system in accordance with Section 6-07.3(10)H. 23 24 6-07.3(9)H Containment for Field Coating 25 This section is revised to read: 26 27 The Contractor shall use a containment system in accordance with Section 6-07.3(10)A 28 for surface preparation and prime coating of all uncoated areas remaining, including 29 bolts, nuts, washers, and splice plates. 30 31 During painting operations of the intermediate, stripe and top coats the Contractor shall 32 furnish, install, and maintain drip tarps below the areas to be painted to contain all 33 spilled paint, buckets, brushes, and other deleterious material, and prevent such 34 materials from reaching the environment below or adjacent to the structure being 35 painted. Drip tarps shall be absorbent material and hung to minimize puddling. The 36 Contractor shall evaluate the project-specific conditions to determine the specific type 37 and extent of containment needed to control the paint emissions and shall submit a 38 containment plan in accordance with Section 6-07.3(2). 39 40 6-07.3(9)I Application of Field Coatings 41 This section is revised to read: 42 43 An on-site supervisor shall be present for each work shift at the bridge site. 44 45 Upon completion of erection Work, all uncoated or damaged areas remaining, including 46 bolts, nuts, washers, and splice plates, shall be prepared in accordance with Section 6-47 07.3(9)F, followed by a field primer coat of a zinc-rich primer and final coats of paint 48 selected from the approved component or performance based paint system in 49 accordance with Section 6-07.3(10)H. . The intermediate, intermediate stripe, and top 50 coats shall be applied in accordance with the manufacturer’s written recommendations. 51 52 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 Upon completion of erection Work, welds for steel column jackets may be prepared in 1 accordance with SSPC-SP 15, Commercial Grade Power Tool Cleaning. 2 3 The minimum drying time between coats shall be as shown in the product data sheets, 4 but not less than 12 hours. The Contractor shall determine whether the paint has cured 5 sufficiently for proper application of succeeding coats. 6 7 The maximum time between intermediate and top coats shall be in accordance with the 8 manufacturer’s written recommendations. If the maximum time between coats is 9 exceeded, all newly coated surfaces shall be prepared to SSPC-SP 7, Brush-off Blast 10 Cleaning, and shall be repainted with the same paint that was cleaned, at no additional 11 cost to the Contracting Agency. 12 13 Each coat shall be applied in a uniform layer, completely covering the preceding coat. 14 The Contractor shall correct runs, sags, skips, or other deficiencies before application of 15 succeeding coats. Such corrective work may require re-cleaning, application of 16 additional paint, or other means as determined by the Engineer, at no additional cost to 17 the Contracting Agency. 18 19 Dry film thickness measurements will be made in accordance with Section 6-07.3(9)D. 20 21 All paint damage that occurs shall be repaired in accordance with the manufacturer’s 22 written recommendations. On bare areas or areas of insufficient primer thickness, the 23 repair shall include field-applied zinc-rich primer and the final coats of paint selected 24 from the approved component or performance based paint system in accordance with 25 Section 6-07.3(10)H. On areas where the primer is at least equal to the minimum 26 required dry film thickness, the repair shall include the application of the final two coats 27 of the paint system. All paint repair operations shall be performed by the Contractor at 28 no additional cost or time to the Contracting Agency. 29 30 6-07.3(10)A Containment 31 The first sentence of the third paragraph is revised to read: 32 33 Emissions shall be assessed by Visible Emission Observations (Method A) in SSPC 34 Technology Update No. 7, Conducting Ambient Air, Soil, and Water Sampling of 35 Surface Preparation and Paint Disturbance Activities, Section 6.2 and shall be limited to 36 the Level A Acceptance Criteria Option Level 0 Emissions standard. 37 38 6-07.3(10)D Surface Preparation Prior to Overcoat Painting 39 The first paragraph is revised to read: 40 41 The Contractor shall remove any visible oil, grease, and road tar in accordance with 42 SSPC-SP 1, Solvent Cleaning. 43 44 The second paragraph is revised to read: 45 46 Following any preparation by SSPC-SP1, all steel surfaces to be painted shall be 47 prepared in accordance with SSPC-SP 7, Brush-off Blast Cleaning. Surfaces 48 inaccessible to brush-off blast shall be prepared in accordance with SSPC-SP 3, Power 49 Tool Cleaning, as allowed by the Engineer. 50 51 The first sentence of the third paragraph is revised to read: 52 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 1 Following brush-off blast cleaning, the Contractor shall perform spot abrasive blast 2 cleaning in accordance with SSPC-SP 6, Commercial Blast Cleaning. 3 4 The second to last sentence of the third paragraph is revised to read: 5 6 For small areas, as allowed by the Engineer, the Contractor may substitute cleaning in 7 accordance with SSPC-SP 15, Commercial Grade Power Tool Cleaning. 8 9 6-07.3(10)G Treatment of Pack and Rust Gaps 10 The second paragraph is revised to read: 11 12 Pack rust forming a gap between steel surfaces of ⅟16 to ¼ inch shall be cleaned to a 13 depth of at least one half of the gap width. The gaps shall be cleaned and prepared in 14 accordance with SSPC-SP6. The cleaned gap shall be treated with rust penetrating 15 sealer, prime coated, and then caulked to form a watertight seal along the top edge and 16 the two sides of the steel pieces involved, using the rust penetrating sealer and caulk as 17 accepted by the Engineer. The bottom edge or lowest edge of the steel pieces involved 18 shall not be caulked. 19 20 The third paragraph is supplemented with the following: 21 22 Caulk shall be a single-component urethane sealant conforming to Section 9-08.7. 23 24 The fifth paragraph is revised to read: 25 26 At locations where gaps between steel surfaces exceed ¼ inch, the Contractor shall 27 clean and prepare the gap in accordance SSPC-SP6, apply the rust penetrating sealer, 28 apply the prime coat, and then fill the gap with foam backer rod material as accepted by 29 the Engineer. The foam backer rod material shall be of sufficient diameter to fill the 30 crevice or gap. The Contractor shall apply caulk over the foam backer rod material to 31 form a watertight seal. 32 33 This section is supplemented with the following new paragraph: 34 35 Caulk and backer rod, if needed, shall be placed prior to applying the top coat. The 36 Contractor, with the concurrence of the Engineer, may apply the rust penetrating sealer 37 after application of the prime coat provided the primer is removed in the areas to be 38 sealed. The areas to be sealed shall be re-cleaned and re-prepared in accordance with 39 SSPC-SP6. 40 41 6-07.3(10)H Paint System 42 The first paragraph is revised to read: 43 44 The paint system applied to existing steel surfaces shall consist of the following five-45 coat system: 46 47 Option 1 (component based system): 48 49 Primer Coat – Zinc-filled Moisture Cured Polyurethane 9-08.1(2)F 50 Primer Stripe Coat - Moisture Cured Polyurethane 9-08.1(2)F 51 Intermediate Coat - Moisture Cured Polyurethane 9-08.1(2)G 52 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 Intermediate Stripe Coat - Moisture Cured Polyurethane 9-08.1(2)G 1 Top Coat - Moisture Cured Polyurethane 9-08.1(2)H 2 3 Option 2 (performance based system): 4 5 Primer Coat – Zinc-rich Epoxy 9-08.1(2)N 6 Primer Stripe Coat – Epoxy 9-08.1(2)N 7 Intermediate Coat – Epoxy 9-08.1(2)N 8 Intermediate Stripe Coat – Epoxy 9-08.1(2)N 9 Top Coat – Polyurethane 9-08.1(2)N 10 11 The following new paragraph is inserted after the first paragraph: 12 13 Paints and related materials shall be a product listed in the current WSDOT Qualified 14 Products List (QPL). Component based paint systems shall be listed on the QPL in the 15 applicable sections of Section 9-08. Performance based systems shall be listed on the 16 current Northeast Protective Coatings Committee (NEPCOAT) Qualified Products List 17 “B” as listed on the WSDOT QPL in Section 9-08.1(2)N. If the paint and related material 18 for the component based system is not listed in the current WSDOT QPL, a sample 19 shall be submitted to the State Materials Laboratory in Tumwater for evaluation and 20 acceptance in accordance with Section 9-08. 21 22 6-07.3(10)J Mixing and Thinning Paint 23 This section is revised to read: 24 25 Mixing and thinning paint shall be in accordance with Section 6-07.3(9)C. 26 27 6-07.3(10)K Coating Thickness 28 This section is revised to read: 29 30 Coating thickness shall be in accordance with Section 6-07.3(9)D except the minimum 31 dry film thickness of each coat (combination of primer and primer stripe, combination of 32 intermediate and intermediate stripe, and top) shall not be less than 3.0 mils. 33 34 6-07.3(10)L Environmental Condition Requirements Prior to Application of 35 Paint 36 This section is revised to read: 37 38 Environmental conditions shall be in accordance with Section 6-07.3(9)E. 39 40 6-07.3(10)M Steel Surface Condition Requirements Prior to Application of 41 Paint 42 The third paragraph is revised to read: 43 44 Edges of existing paint shall be feathered in accordance with SSPC-PA 1, Shop, Field, 45 and Maintenance Coating of Metals, Note 15.20. 46 47 6-07.3(10)N Field Coating Application Methods 48 The third sentence is revised to read: 49 50 The Contractor may apply stripe coat paint using spray or brush but shall follow spray 51 application using a brush to ensure complete coverage around structural geometric 52 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 irregularities and to push the paint into gaps between existing steel surfaces and around 1 rivets and bolts. 2 3 6-07.3(10)O Applying Field Coatings 4 The second to last paragraph is revised to read: 5 6 Each application of primer, primer stripe, intermediate, intermediate stripe, and top coat 7 shall be considered as separately applied coats. The Contractor shall not use a 8 preceding or subsequent coat to remedy a deficiency in another coat. The Contractor 9 shall apply the top coat to at least the minimum specified top coat thickness, to provide 10 a uniform appearance and consistent finish coverage. 11 12 6-07.3(10)P Field Coating Repair 13 The second sentence is revised to read: 14 15 Repair areas shall be cleaned of all damaged paint and the system reapplied using all 16 coats typical to the paint system and shall meet the minimum coating thickness. 17 18 6-07.3(11)A Painting of Galvanized Surfaces 19 This section is revised to read: 20 21 All galvanized surfaces receiving paint shall be prepared for painting in accordance with 22 the ASTM D 6386. The method of preparation shall be brush-off in accordance with 23 SSPC-SP16 Brush-Off Blast Cleaning of Coated and Uncoated Galvanized Steel, 24 Stainless Steels, and Non-Ferrous Metals or as otherwise allowed by the Engineer. The 25 Contractor shall not begin painting until receiving the Engineer’s acceptance of the 26 prepared galvanized surface. For galvanized bolts used for replacement of deteriorated 27 existing rivets, the Contractor, with the concurrence of the Engineer and after successful 28 demonstration testing, may prepare galvanized surfaces in accordance with SSPC-SP1 29 followed by SSPC-SP2, Hand Tool Cleaning or SSPC-SP3, Power Tool Cleaning. The 30 demonstration testing shall include adhesion testing of the first coat of paint over 31 galvanized bolts, nuts, and washers or a representative galvanized surface. Adhesion 32 testing shall be performed in accordance with ASTM D 4541 for 600 psi minimum 33 adhesion. A minimum of 3 successful tests shall be performed on the galvanized 34 surface prepared and painted using the same methods and materials to be used on the 35 galvanized bolts, nuts and washers in the field. 36 37 6-07.3(11)A2 Paint Coat Materials 38 This section is revised to read: 39 40 The Contractor shall paint the dry surface as follows: 41 42 1. The first coat over a galvanized surface shall be an epoxy polyamide 43 conforming to Section 9-08.1(2)E . In the case of galvanized bolts used for 44 replacement of deteriorated existing rivets and for small surface areas less 45 than or equal to one square foot, an intermediate moisture cured polyurethane 46 conforming to Section 9-08.1(2)G may be used as a first coat. In both cases 47 the first coat shall be compatible with galvanizing and as recommended by the 48 top coat manufacturer. 49 50 2. The second coat shall be a top coat moisture cured aliphatic polyurethane 51 conforming to Section 9-08.1(2)H or a top coat polyurethane conforming to 52 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 Section 6-07.3(10)H Option 2 NEPCOAT performance based paint 1 specification compatible with the first coat as recommended by the 2 manufacturer. 3 4 Each coat shall be dry before the next coat is applied. All coats applied in the shop shall 5 be dried hard before shipment. 6 7 6-07.3(11)B Powder Coating of Galvanized Surfaces 8 This section is revised to read: 9 10 Powder coating of galvanized surfaces shall consist of the following coats: 11 12 1. The first coat shall be an epoxy powder primer coat conforming to Section 9-13 08.2. 14 15 2. The second coat shall be a polyester finish coat conforming to Section 9-08.2. 16 17 6-07.3(11)B3 Galvanized Surface Cleaning and Preparation 18 The first three paragraphs are revised to read: 19 20 Galvanized surfaces receiving the powder coating shall be cleaned and prepared for 21 coating in accordance with ASTM D 7803, and the project-specific powder coating plan. 22 23 Assemblies conforming to the ASTM D 7803 definition for newly galvanized steel shall 24 receive surface smoothing and surface cleaning in accordance with ASTM D 7803, 25 Section 5, and surface preparation in accordance with ASTM D 7803, Section 5.1.3. 26 27 Assemblies conforming to the ASTM D 7803 definition for partially weathered 28 galvanized steel shall be checked and prepared in accordance with ASTM D 7803, 29 Section 6, before then receiving surface smoothing and surface cleaning in accordance 30 with ASTM D 7803, Section 5, and surface preparation in accordance with ASTM D 31 7803, Section 5.1.3. 32 33 The fourth paragraph (up until the colon) is revised to read: 34 35 Assemblies conforming to the ASTM D 7803 definition for weathered galvanized steel 36 shall be prepared in accordance with ASTM D 7803, Section 7 before then receiving 37 surface smoothing and surface cleaning in accordance with ASTM D 7803, Section 5, 38 and surface preparation in accordance with ASTM D 7803, Section 5.3 except as 39 follows: 40 41 6-07.3(11)B5 Testing 42 Item number 4 in the first paragraph is revised to read: 43 44 4. Adhesion testing in accordance with ASTM D 4541 for 600 psi minimum adhesion 45 for the complete two-component system. 46 47 The second sentence of the fourth paragraph is revised to read: 48 49 Rejected assemblies shall be repaired or recoated by the Contractor, at no additional 50 expense to the Contracting Agency, in accordance with the powder coating 51 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 manufacturer’s recommendation as detailed in the project-specific powder coating plan, 1 until the assemblies satisfy the acceptance testing requirements. 2 3 6-07.3(12) Painting Ferry Terminal Structures 4 This section is revised to read: 5 6 Painting of ferry terminal Structures shall be in accordance with Section 6-07.3 as 7 supplemented below. 8 9 This section is supplemented with the following new subsections: 10 11 6-07.3(12)A Painting New Steel Ferry Terminal Structures 12 Painting of new steel Structures shall be in accordance with Section 6-07.3(9) except 13 that all coatings (primer, intermediate, intermediate stripe, and top) shall be applied in 14 the shop with the following exceptions: 15 16 1. Steel surfaces to be field welded. 17 18 2. Steel surfaces to be greased. 19 20 3. The length of piles designated in the Plans not requiring painting. 21 22 The minimum drying time between coats shall be as shown in the product data sheets, 23 but not less than 12 hours. The Contractor shall determine whether the paint has cured 24 sufficiently for proper application of succeeding coats. 25 26 6-07.3(12)A1 Paint Systems 27 Paint systems for Structural Steel, which includes vehicle transfer spans and 28 towers, pedestrian overhead loading structures and towers, upland structural steel 29 and other elements as designated in the Special Provisions shall be as specified in 30 Section 6-07.3(9)A. 31 32 Paint systems for Piling, Landing Aids and Life Ladders shall be as specified in the 33 Special Provisions. 34 35 6-07.3(12)A2 Paint Color 36 Paint colors shall be as specified in the Special Provisions. 37 38 6-07.3(12)A3 Coating Thickness 39 Coating thicknesses shall be as specified in the Special Provisions. 40 41 6-07.3(12)A4 Application of Field Coatings 42 An on-site supervisor shall be present for each work shift at the project site. 43 44 Upon completion of erection Work, all uncoated or damaged areas remaining, 45 including bolts, nuts, washers, splice plates, and field welds shall be prepared in 46 accordance with SSPC-SP 1, Solvent Cleaning, followed by SSPC-SP 11, Power 47 Tool Cleaning to Bare Metal. Surface preparation shall be measured according to 48 SSPC-VIS 3. SSPC-SP 11 shall be performed for a minimum distance of 1 inch 49 from the uncoated or damaged area. In addition, intact shop-applied coating 50 surrounding the area shall be abraded or sanded for a distance of 6 inches out from 51 the properly prepared clean/bare metal areas to provide adequate roughness for 52 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 application of field coatings. All sanding dust and contamination shall be removed 1 prior to application of field coatings. 2 3 Field applied paint for Structural Steel shall conform to Section 6-07.3(10)H, as 4 applicable. Field applied paint for Piling, Landing Aids and Life Ladders shall be as 5 specified in the Special Provisions. 6 7 For areas above the tidal zone, the minimum drying time between coats shall be as 8 shown in the product data sheets, but not less than 12 hours. For areas within the 9 tidal zone, the minimum drying time between coats shall be as recommended by 10 the paint system manufacturer. The Contractor shall determine whether the paint 11 has cured sufficiently for proper application of succeeding coats. 12 13 The maximum time between intermediate and top coats shall be in accordance with 14 the manufacturer’s written recommendations. If the maximum time between coats 15 is exceeded, all newly coated surfaces shall be prepared to SSPC-SP 3, Power 16 Tool Cleaning, and shall be repainted with the same paint that was cleaned, at no 17 additional cost to the Contracting Agency. 18 19 Each coat shall be applied in a uniform layer, completely covering the preceding 20 coat. The Contractor shall correct runs, sags, skips, or other deficiencies before 21 application of succeeding coats. Such corrective work may require re-cleaning, 22 application of additional paint, or other means as determined by the Engineer, at no 23 additional cost to the Contracting Agency. 24 25 Surface preparation for underwater locations shall consist of removing all dirt, oil, 26 grease, loose paint, loose rust, and marine growth from the area that is to be 27 repaired. The sound paint surrounding the damaged area shall be roughened to 28 meet the requirements of the manufacturer. Paint for underwater applications shall 29 be as specified in the Special Provisions and shall be applied in accordance with 30 the manufacturer’s recommendations. 31 32 6-07.3(12)B Painting Existing Steel Ferry Terminal Structures 33 Painting of existing steel structures shall be in accordance with Section 6-07.3(10) as 34 supplemented by the following. 35 36 6-07.3(12)B1 Containment 37 Containment for full removal shall be in accordance with Section 6-07.3(10)A. 38 Containment for overcoat systems shall be in accordance with all applicable 39 Permits as required in the Special Provisions. 40 41 Prior to cleaning the Contractor shall enclose all exposed electrical and mechanical 42 equipment to seal out dust, water, and paint. Non-metallic surfaces shall not be 43 abrasive blasted or painted. Unless otherwise specified, the following metallic 44 surfaces shall not be painted and shall be protected from abrasive blasting and 45 painting: 46 47 1. Galvanized and stainless steel surfaces not previously painted, 48 49 2. Non-skid surfaces, 50 51 3. Unpainted intentionally greased surfaces, 52 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 1 4. Equipment labels, identification plates, tags, etc., 2 3 5. Fire and emergency containers or boxes, 4 5 6. Mechanical hardware such as hoist sheaves, hydraulic cylinders, gear 6 boxes, wire rope, etc. 7 8 The Contractor shall submit a Type 2 Working Drawing consisting of materials and 9 equipment used to shield components specified to not be cleaned and painted. 10 The Contractor shall shut off the power prior to working around electrical 11 equipment. The Contractor shall follow the lock-out/tag-out safety provisions of the 12 WAC 296-803 and all other applicable safety standards. 13 14 6-07.3(12)B2 Surface Preparation 15 For applications above high water and within the tidal zone, surface preparation for 16 overcoat painting shall be in accordance with SSPC-SP 1, Solvent Cleaning, 17 followed by SSPC-SP 3, Power Tool Cleaning. Use of wire brushes is not allowed. 18 After SP 3 cleaning has been completed all surfaces exhibiting coating failure down 19 to the steel substrate, and those exhibiting visible corrosion, shall be prepared 20 down to clean bare steel in accordance with SSPC-SP 15, Commercial Grade 21 Power Tool Cleaning. Surface preparation shall be measured according to SSPC-22 VIS 3. SSPC-SP 15 shall be performed for a minimum distance of 1 inch from the 23 area exhibiting failure or visible corrosion. In addition, intact shop-applied coating 24 surrounding the repair area shall be abraded or sanded for a distance of 6 inches 25 out from the properly prepared clean/bare metal areas to provide adequate 26 roughness for application of repair coatings. All sanding dust and contamination 27 shall be removed prior to application of repair coatings. Surface preparation for full 28 paint removal shall be in accordance with Section 6-07.3(10)E except SSPC-SP 11 29 will be permitted as detailed in the Contractor’s painting plan and as allowed by the 30 Engineer. 31 32 Surface preparation for underwater locations shall consist of removing all dirt, oil, 33 grease, loose paint, loose rust, and marine growth from the area that is to be 34 repaired. The sound paint surrounding the damaged area shall be roughened as 35 required by the coating manufacturer. 36 37 Removed marine growth may be released to state waters provided the marine 38 growth is not mixed with contaminants (paint, oil, rust, etc.) and it shall not 39 accumulate on the sea bed. All marine growth containing contaminants shall be 40 collected for proper disposal. 41 42 Surface preparation for the underside of bridge decks (consisting of either a steel 43 grid system of main bars or tees and a light gauge metal form, in-filled with 44 concrete or a corrugated light gauge metal form, infilled with concrete) shall be in 45 accordance with SSPC-SP 2, Hand Tool Cleaning or SSPC-SP 3, Power Tool 46 Cleaning with the intent of not causing further damage to the light gauge metal 47 form. Following removal of any pack rust and corroded sections from the underside 48 of the bridge deck, cleaning and flushing to remove salts and prior to applying the 49 primer coat, the Contractor shall seal the entire underside of the deck system with 50 rust-penetrating sealer. Damage to galvanized metal forms and/or grids shall be 51 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 repaired in accordance with ASTM A 780, with the preferred method of repair using 1 paints containing zinc dust. 2 3 6-07.3(12)B3 Paint Systems 4 Paints systems for Structural Steel, which includes vehicle transfer spans and 5 towers, pedestrian overhead loading structures and towers, upland structural steel 6 and other elements as designated in the Special Provisions shall be as specified in 7 Section 6-07.3(10)H. 8 9 Paint systems for Piling, Landing Aids, Life Ladders, underside of vehicle transfer 10 span bridge decks, non-skid surface treated areas, and anti-graffiti coatings shall 11 be as specified in the Special Provisions. 12 13 6-07.3(12)B4 Paint Color 14 Paint colors shall be as specified in the Special Provisions. 15 16 6-07.3(12)B5 Coating Thickness 17 Coating thicknesses shall be as specified in the Special Provisions. 18 19 6-07.3(12)B6 Application of Field Coatings 20 Application of field coatings shall be in accordance with Section 6-07.3(10)O and 21 Section 6-07.3(12)A2 except for the following: 22 23 1. All coatings applied in the field shall be applied using a brush or roller. 24 Spray application methods may be used if allowed by the Engineer. 25 26 2. Applied coatings shall not be immersed until the coating has been cured 27 as required by the coating manufacturer. 28 29 3. Non-skid surface treatment products shall be applied in accordance with 30 the manufacturer’s recommendations. 31 32 4. Anti-graffiti coatings shall be applied in one coat following application of 33 the top coat, where specified in the Plans. 34 35 6-07.3(14)B Reference Standards 36 The second standard reference (to SSPC CS 23.00), and its accompanying title, is revised 37 to read: 38 39 SSPC CS 23.00 Specification for the Application of Thermal Spray Coatings 40 (Metallizing) of Aluminum, Zinc, and Their Alloys and 41 Composites for the Corrosion Protection of Steel 42 43 6-08.AP6 44 Section 6-08, Bituminous Surfacing on Structure Decks 45 January 7, 2019 46 6-08.3(7)A Concrete Deck Preparation 47 The first sentence of the first paragraph is revised to read: 48 49 The Contractor, with the Engineer, shall inspect the exposed concrete deck to establish 50 the extent of bridge deck repair in accordance with Section 6-09.3(6). 51 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 1 6-08.3(8)A Structure Deck Preparation 2 The second sentence of the last paragraph is revised to read: 3 4 Prior to applying the primer or sheet membrane, all dust and loose material shall be 5 removed from the Structure Deck. 6 7 6-09.AP6 8 Section 6-09, Modified Concrete Overlays 9 January 7, 2019 10 6-09.3 Construction Requirements 11 This section is supplemented with the following new subsection: 12 13 6-09.3(15) Sealing and Texturing Concrete Overlay 14 After the requirements for checking for bond have been met, all joints and visible cracks 15 shall be filled and sealed with a high molecular weight methacrylate resin (HMWM). 16 Cracks 1⁄16 inch and greater in width shall receive two applications of HMWM. 17 Immediately following the application of HMWM, the wetted surface shall be coated with 18 sand for abrasive finish. 19 20 After all cracks have been filled and sealed and the HMWM resin has cured, the 21 concrete overlay surface shall receive a longitudinally sawn texture in accordance with 22 Section 6-02.3(10)D5. 23 24 Traffic shall not be permitted on the finished concrete until it has reached a minimum 25 compressive strength of 3,000 psi as verified by rebound number determined in 26 accordance with ASTM C805 and the longitudinally sawn texture is completed. 27 28 6-09.3(1)B Rotary Milling Machines 29 This section is revised to read: 30 31 Rotary milling machines used to remove an upper layer of existing concrete overlay, 32 when present, shall have a maximum operating weight of 50,000 pounds and conform 33 to Section 6-08.3(5)B. 34 35 6-09.3(1)C Hydro-Demolition Machines 36 The first sentence of this section is revised to read: 37 38 Hydro-demolition machines shall consist of filtering and pumping units operating in 39 conjunction with a remote-controlled robotic device, using high-velocity water jets to 40 remove sound concrete to the nominal scarification depth shown in the Plans with a 41 single pass of the machine, and with the simultaneous removal of deteriorated concrete. 42 43 6-09.3(1)D Shot Blasting Machines 44 This section, including title, is revised to read: 45 46 6-09.3(1)D Vacant 47 48 6-09.3(1)E Air Compressor 49 This section is revised to read: 50 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 1 Air compressors shall be equipped with oil traps to eliminate oil from being blown onto 2 the bridge deck. 3 4 6-09.3(1)J Finishing Machine 5 This section is revised to read: 6 7 The finishing machine shall meet the requirements of Section 6-02.3(10) and the 8 following requirements: 9 10 The finishing machine shall be equipped with augers, followed by an oscillating, 11 vibrating screed, vibrating roller tamper, or a vibrating pan, followed by a rotating 12 cylindrical double drum screed. The vibrating screed, roller tamper or pan shall be 13 of sufficient length and width to properly consolidate the mixture. The vibrating 14 frequency of the vibrating screed, roller tamper or pan shall be variable with 15 positive control. 16 17 6-09.3(2) Submittals 18 Item number 1 and 2 are revised to read: 19 20 1. A Type 1 Working Drawing consisting of catalog cuts and operating parameters of 21 the hydro-demolition machine selected by the Contractor for use in this project to 22 scarify concrete surfaces. 23 24 2. A Type 1 Working Drawing consisting of catalog cuts, operating parameters, axle 25 loads, and axle spacing of the rotary milling machine (if used to remove an upper 26 layer of existing concrete overlay when present). 27 28 The first sentence of item number 3 is revised to read: 29 30 A Type 2 Working Drawing of the Runoff Water Disposal Plan. 31 32 6-09.3(5)A General 33 The first sentence of the fourth paragraph is revised to read: 34 35 All areas of the deck that are inaccessible to the selected scarifying machine shall be 36 scarified to remove the concrete surface matrix to a maximum nominal scarification 37 depth shown in the Plans by a method acceptable to the Engineer. 38 39 This section is supplemented with the following: 40 41 Concrete process water generated by scarifying concrete surface and removing existing 42 concrete overlay operations shall be contained, collected, and disposed of in 43 accordance with Section 5-01.3(11) and Section 6-09.3(5)C, and the Section 6-09.3(2) 44 Runoff Water Disposal Plan. 45 46 6-09.3(5)B Testing of Hydro-Demolition and Shot Blasting Machines 47 This section’s title is revised to read: 48 49 Testing of Hydro-Demolition Machines 50 51 The second paragraph is revised to read: 52 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 1 In the “sound” area of concrete, the equipment shall be programmed to remove 2 concrete to the nominal scarification depth shown in the Plans with a single pass of the 3 machine. 4 5 6-09.3(5)D Shot Blasting 6 This section, including title, is revised to read: 7 8 6-09.3(5)D Vacant 9 10 6-09.3(5)E Rotomilling 11 This section, including title, is revised to read: 12 13 6-09.3(5)E Removing Existing Concrete Overlay Layer by Rotomilling 14 When the Contractor elects to remove the upper layer of existing concrete overlay, 15 when present, by rotomilling prior to final scarifying, the entire concrete surface of the 16 bridge deck shall be milled to remove the surface matrix to the depth specified in the 17 Plans with a tolerance as specified in Section 6-08.3(5)B. The operating parameters of 18 the rotary milling machine shall be monitored in order to prevent the unnecessary 19 removal of concrete below the specified removal depth. 20 21 6-09.3(6) Further Deck Preparation 22 The first paragraph is revised to read:: 23 24 Once the lane or strip being overlaid has been cleaned of debris from scarifying, the 25 Contractor, with the Engineer, shall perform a visual inspection of the scarified surface. 26 The Contractor shall mark those areas of the existing bridge deck that are authorized by 27 the Engineer for further deck preparation by the Contractor. 28 29 Item number 4 of the second paragraph is deleted. 30 31 The first sentence of the third paragraph is deleted. 32 33 6-09.3(6)A Equipment for Further Deck Preparation 34 This section is revised to read: 35 36 Further deck preparation shall be performed using either power driven hand tools 37 conforming to Section 6-09.3(1)A, or hydro-demolition machines conforming to Section 38 6-09.3(1)C. 39 40 6-09.3(6)B Deck Repair Preparation 41 The second paragraph is deleted. 42 43 The last sentence of the second paragraph (after the preceding Amendment is applied) is 44 revised to read: 45 46 In no case shall the depth of a sawn vertical cut exceed ¾ inch or to the top of the top 47 steel reinforcing bars, whichever is less. 48 49 The first sentence of the third to last paragraph is revised to read: 50 51 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 Where existing steel reinforcing bars inside deck repair areas show deterioration greater 1 than 20-percent section loss, the Contractor shall furnish and place steel reinforcing 2 bars alongside the deteriorated bars in accordance with the details shown in the 3 Standard Plans. 4 5 The last paragraph is deleted. 6 7 6-09.3(7) Surface Preparation for Concrete Overlay 8 The first seven paragraphs are deleted and replaced with the following: 9 10 Following the completion of any required further deck preparation the entire lane or strip 11 being overlaid shall be cleaned to be free from oil and grease, rust and other foreign 12 material that may still be present. These materials shall be removed by detergent-13 cleaning or other method accepted by the Engineer followed by sandblasting. 14 15 After detergent cleaning and sandblasting is completed, the entire lane or strip being 16 overlaid shall be cleaned in final preparation for placing concrete. 17 18 Hand tool chipping, sandblasting and cleaning in areas adjacent to a lane or strip being 19 cleaned in final preparation for placing concrete shall be discontinued when final 20 preparation is begun. Scarifying and hand tool chipping shall remain suspended until 21 the concrete has been placed and the requirement for curing time has been satisfied. 22 Sandblasting and cleaning shall remain suspended for the first 24 hours of curing time 23 after the completion of concrete placing. 24 25 Scarification, and removal of the upper layer of concrete overlay when present, may 26 proceed during the final cleaning and overlay placement phases of the Work on 27 adjacent portions of the Structure so long as the scarification and concrete overlay 28 removal operations are confined to areas which are a minimum of 100 feet away from 29 the defined limits of the final cleaning or overlay placement in progress. If the 30 scarification and concrete overlay removal impedes or interferes in any way with the 31 final cleaning or overlay placement as determined by the Engineer, the scarification and 32 concrete overlay removal Work shall be terminated immediately and the scarification 33 and concrete overlay removal equipment removed sufficiently away from the area being 34 prepared or overlaid to eliminate the conflict. If the grade is such that water and 35 contaminants from the scarification and concrete overlay removal operation will flow into 36 the area being prepared or overlaid, the scarification and concrete overlay removal 37 operation shall be terminated and shall remain suspended for the first 24 hours of curing 38 time after the completion of concrete placement. 39 40 6-09.3(11) Placing Concrete Overlay 41 The first sentence of item number 3 in the fourth paragraph is revised to read: 42 43 Concrete shall not be placed when the temperature of the concrete surface is less than 44 45°F or greater than 75°F, and wind velocity at the construction site is in excess of 10 45 mph. 46 47 6-09.3(12) Finishing Concrete Overlay 48 The third paragraph is deleted. 49 50 The last paragraph is deleted. 51 52 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 6-09.3(13) Curing Concrete Overlay 1 The first sentence of the first paragraph is revised to read: 2 3 As the finishing operation progresses, the concrete shall be immediately covered with a 4 single layer of clean, new or used, wet burlap. 5 6 The last sentence of the second paragraph is deleted. 7 8 The following two new paragraphs are inserted after the second paragraph: 9 10 As an alternative to the application of burlap and fog spraying described above, the 11 Contractor may propose a curing system using proprietary curing blankets specifically 12 manufactured for bridge deck curing. The Contractor shall submit a Type 2 Working 13 Drawing consisting of details of the proprietary curing blanket system, including product 14 literature and details of how the system is to be installed and maintained. 15 16 The wet curing regimen as described shall remain in place for a minimum of 42-hours. 17 18 The last paragraph is deleted. 19 20 6-09.3(14) Checking for Bond 21 The first sentence of the first paragraph is revised to read: 22 23 After the requirements for curing have been met, the entire overlaid surface shall be 24 sounded by the Contractor, in a manner accepted by and in the presence of the 25 Engineer, to ensure total bond of the concrete to the bridge deck. 26 27 The last sentence of the first paragraph is deleted. 28 29 The second paragraph is deleted. 30 31 6-10.AP6 32 Section 6-10, Concrete Barrier 33 August 6, 2018 34 6-10.2 Materials 35 In the first paragraph, the reference to “Portland Cement” is revised to read: 36 37 Cement 9-01 38 39 6-10.3(6) Placing Concrete Barrier 40 The first two sentences of the first paragraph are revised to read: 41 42 Precast concrete barriers Type 2, Type 4, Type F, precast single slope barrier, and 43 transitions shall rest on a paved foundation shaped to a uniform grade and section. The 44 foundation surface for precast concrete barriers Type 2, Type 4, Type F, precast single 45 slope barrier, and transitions shall meet this test for uniformity: When a 10-foot 46 straightedge is placed on the surface parallel to the centerline for the barrier, the 47 surface shall not vary more than ¼ inch from the lower edge of the straightedge. 48 49 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 6-11.AP6 1 Section 6-11, Reinforced Concrete Walls 2 April 2, 2018 3 6-11.2 Materials 4 In the first paragraph, the reference to “Aggregates for Portland Cement Concrete” is revised 5 to read: 6 7 Aggregates for Concrete 9-03.1 8 9 6-12.AP6 10 Section 6-12, Noise Barrier Walls 11 August 6, 2018 12 6-12.2 Materials 13 In the first paragraph, the reference to “Aggregates for Portland Cement Concrete” is revised 14 to read: 15 16 Aggregates for Concrete 9-03.1 17 18 The first paragraph is supplemented with the following new material reference: 19 20 Noise Barrier Wall Access Door 9-06.17 21 22 6-12.3(9) Access Doors and Concrete Landing Pads 23 The second paragraph is deleted and replaced with the following: 24 25 All frame and door surfaces, except stainless steel surfaces, shall be painted in 26 accordance with Section 6-07.3(9). Primer shall be applied to all non-stainless steel 27 surfaces. All primer coated exposed metal surfaces shall be field painted with the 28 remaining Section 6-07.3(9)A paint system coats. The top coat, when dry, shall match 29 the color specified in the Plans or Special Provisions. 30 31 This section is supplemented with the following: 32 33 Access door deadbolt locks shall be capable of accepting a Best CX series core. The 34 Contractor shall furnish and install a spring-loaded construction core lock with each 35 lock. The Engineer will furnish the permanent Best CX series core for the Contractor to 36 install at the conclusion of the project. 37 38 6-13.AP6 39 Section 6-13, Structural Earth Walls 40 August 6, 2018 41 6-13.2 Materials 42 In the first paragraph, the reference to “Aggregates for Portland Cement Concrete” is revised 43 to read: 44 45 Aggregates for Concrete 9-03.1 46 47 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 6-13.3(4) Precast Concrete Facing Panel and Concrete Block Fabrication 1 Item number 1 of the sixth paragraph is revised to read: 2 3 1. Vertical dimensions shall be ± 1⁄16 inch of the Plan dimension, and the rear height 4 shall not exceed the front height. 5 6 Item number 3 of the sixth paragraph is revised to read: 7 8 3. All other dimensions shall be ± ¼ inch of the Plan dimension. 9 10 6-14.AP6 11 Section 6-14, Geosynthetic Retaining Walls 12 April 2, 2018 13 6-14.2 Materials 14 In the first paragraph, the references to “Portland Cement” and “Aggregates for Portland 15 Cement Concrete” are revised to read: 16 17 Cement 9-01 18 Aggregates for Concrete 9-03.1 19 20 6-15.AP6 21 Section 6-15, Soil Nail Walls 22 January 7, 2019 23 6-15.3(7) Shotcrete Facing 24 The last paragraph is supplemented with the following: 25 26 After final tightening of the nut, the threads of the soil nail shall at a minimum be flush 27 with the end of the nut. 28 29 6-16.AP6 30 Section 6-16, Soldier Pile and Soldier Pile Tieback Walls 31 April 2, 2018 32 6-16.2 Materials 33 In the first paragraph, the reference to “Aggregates for Portland Cement Concrete” is revised 34 to read: 35 36 Aggregates for Concrete 9-03.1 37 38 6-18.AP6 39 Section 6-18, Shotcrete Facing 40 April 1, 2019 41 6-18.2 Materials 42 The reference to metakaolin is deleted. 43 44 6-18.3(3) Testing 45 In the last sentence of the first paragraph, “AASHTO T 24” is revised to read “ASTM C1604”. 46 47 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 6-18.3(3)B Production Testing 1 In the last sentence, “AASHTO T 24” is revised to read “ASTM C1604”. 2 3 6-18.3(4) Qualifications of Contractor’s Personnel 4 In the last sentence of the second paragraph, “AASHTO T 24” is revised to read “ASTM 5 C1604”. 6 7 6-19.AP6 8 Section 6-19, Shafts 9 January 7, 2019 10 6-19.2 Materials 11 In the first paragraph, the references to “Portland Cement” and “Aggregates for Portland 12 Cement Concrete” are revised to read: 13 14 Cement 9-01 15 Aggregates for Concrete 9-03.1 16 17 6-19.3(1)A Shaft Construction Tolerances 18 The last paragraph is supplemented with the following: 19 20 The elevation of the top of the reinforcing cage for drilled shafts shall be within +6 21 inches and -3 inches from the elevation shown in the Plans. 22 23 6-19.3(2)D Nondestructive QA Testing Organization and Personnel 24 Item number 4 in the first paragraph is revised to read: 25 26 4. Personnel preparing test reports shall be a Professional Engineer, licensed under 27 Title 18 RCW, State of Washington, and shall seal the report in accordance with 28 WAC 196-23-020. 29 30 6-19.3(3)C Conduct of Shaft Casing Installation and Removal and Shaft 31 Excavation Operations 32 The first paragraph is supplemented with the following: 33 34 In no case shall shaft excavation and casing placement extend below the bottom of 35 shaft excavation as shown in the Plans. 36 37 6-19.3(6)E Thermal Wire and Thermal Access Point (TAPS) 38 The third sentence of the third paragraph is revised to read: 39 40 The thermal wire shall extend from the bottom of the reinforcement cage to the top of 41 the shaft, with a minimum of 5-feet of slack wire provided above the top of shaft. 42 43 The following new sentence is inserted after the third sentence of the third paragraph: 44 45 All thermal wires in a shaft shall be equal lengths. 46 47 6-19.3(9)D Nondestructive QA Testing Results Submittal 48 The last sentence of the first paragraph is revised to read: 49 50 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 Results shall be a Type 2E Working Drawing presented in a written report. 1 2 7-02.AP7 3 Section 7-02, Culverts 4 April 2, 2018 5 7-02.2 Materials 6 In the first paragraph, the references to “Portland Cement” and “Aggregates for Portland 7 Cement Concrete” are revised to read: 8 9 Cement 9-01 10 Aggregates for Concrete 9-03.1 11 12 7-02.3(6)A4 Excavation and Bedding Preparation 13 The first sentence of the third paragraph is revised to read: 14 15 The bedding course shall be a 6-inch minimum thickness layer of culvert bedding 16 material, defined as granular material either conforming to Section 9-03.12(3) or to 17 AASHTO Grading No. 57 as specified in Section 9-03.1(4)C. 18 19 7-05.AP7 20 Section 7-05, Manholes, Inlets, Catch Basins, and Drywells 21 August 6, 2018 22 7-05.3 Construction Requirements 23 The fourth sentence of the third paragraph is deleted. 24 25 7-08.AP7 26 Section 7-08, General Pipe Installation Requirements 27 April 2, 2018 28 7-08.3(3) Backfilling 29 The fifth sentence of the fourth paragraph is revised to read: 30 31 All compaction shall be in accordance with the Compaction Control Test of Section 2-32 03.3(14)D except in the case that 100% Recycled Concrete Aggregate is used. 33 34 The following new sentences are inserted after the fifth sentence of the fourth paragraph: 35 36 When 100% Recycled Concrete Aggregate is used, the Contractor may submit a written 37 request to use a test point evaluation for compaction acceptance. Test Point evaluation 38 shall be performed in accordance with SOP 738. 39 40 8-01.AP8 41 Section 8-01, Erosion Control and Water Pollution Control 42 April 1, 2019 43 8-01.1 Description 44 This section is revised to read: 45 46 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 This Work consists of furnishing, installing, maintaining, removing and disposing of best 1 management practices (BMPs), as defined in the Washington Administrative Code 2 (WAC) 173-201A, to manage erosion and water quality in accordance with these 3 Specifications and as shown in the Plans or as designated by the Engineer. 4 5 The Contracting Agency may have a National Pollution Discharge Elimination System 6 Construction Stormwater General Permit (CSWGP) as identified in the Contract Special 7 Provisions. The Contracting Agency may or may not transfer coverage of the CSWGP 8 to the Contractor when a CSWGP has been obtained. The Contracting Agency may not 9 have a CSWGP for the project but may have another water quality related permit as 10 identified in the Contract Special Provisions or the Contracting Agency may not have 11 water quality related permits but the project is subject to applicable laws for the Work. 12 Section 8-01 covers all of these conditions. 13 14 This section is supplemented with the following new subsection: 15 16 8-01.1(1) Definitions 17 1. pH Affected Stormwater 18 19 a. Stormwater contacting green concrete (concrete that has set/stiffen but is still 20 curing), recycled concrete, or engineered soils (as defined in the Construction 21 Stormwater General Permit (CSWGP)) as a natural process 22 23 b. pH monitoring shall be performed in accordance with the CSWGP, or Water 24 Quality Standards (WQS in accordance with WAC 173-201A (surface) or 173-25 200C (ground)) when the CSWGP does not apply 26 27 c. May be neutralized and discharged to surface waters or infiltrated 28 29 2. pH Affected Non-Stormwater 30 31 a. Conditionally authorized in accordance with CSWGP Special Condition S.1.C., 32 uncontaminated water contacting green concrete, recycled concrete, or 33 engineered soils (as defined in the CSWGP) 34 35 b. Shall not be categorized as cementitious wastewater/concrete wastewater, as 36 defined below 37 38 c. Shall be managed and treated in accordance with the CSWGP, or WQS when 39 the CSWGP does not apply 40 41 d. pH adjustment and dechlorination may be necessary, as specified in the 42 CSWGP or in accordance with WQS when the CSWGP does not apply 43 44 e. May be neutralized, treated, and discharged to surface waters in accordance 45 with the CSWGP, with the exception of water-only shaft drilling slurry. Water-46 only shaft drilling slurry may be treated, neutralized, and infiltrated but not 47 discharged to surface waters (Refer to Special Conditions S1.C. Authorized 48 Discharges and S1.d Prohibited Discharges of the CSWGP) 49 50 3. Cementitious Wastewater/Concrete Wastewater 51 52 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 a. Any water that comes into contact with fine cementitious particles or slurry; any 1 water used in the production, placement and/or clean-up of cementitious 2 products; any water used to cut, grind, wash, or otherwise modify cementitious 3 products 4 5 b. When any water, including stormwater, commingles with cementitious 6 wastewater/concrete wastewater, the resulting water is considered 7 cementitious wastewater/concrete wastewater and shall be managed to 8 prevent discharge to waters of the State, including ground water 9 10 c. CSWGP Examples include: water used for or resulting from concrete 11 truck/mixer/pumper/tool/chute rinsing or washing, concrete saw cutting and 12 surfacing (sawing, coring, grinding, roughening, hydro-demolition, bridge and 13 road surfacing) 14 15 d. Cannot be neutralized and discharged or infiltrated 16 17 8-01.2 Materials 18 The first paragraph is revised to read: 19 20 Materials shall meet the requirements of the following sections: 21 22 Corrugated Polyethylene Drain Pipe 9-05.1(6) 23 Quarry Spalls and Permeable Ballast 9-13 24 Erosion Control and Roadside Planting 9-14 25 Construction Geotextile 9-33 26 27 The second paragraph is deleted. 28 29 8-01.3(1) General 30 This section is revised to read: 31 32 Adaptive management shall be employed throughout the duration of the project for the 33 implementation of erosion and water pollution control permit requirements for the 34 current condition of the project site. The adaptive management includes the selection 35 and utilization of BMPs, scheduling of activities, prohibiting unacceptable practices, 36 implementing maintenance procedures, and other managerial practices that when used 37 singularly or in combination, prevent or reduce the release of pollutants to waters of the 38 State. The adaptive management shall use the means and methods identified in this 39 section and means and methods identified in the Washington State Department of 40 Transportation’s Temporary Erosion and Sediment Control Manual or the Washington 41 State Department of Ecology’s Stormwater Management Manuals for construction 42 stormwater. 43 44 The Contractor shall install a high visibility fence along the lines shown in the Plans or 45 as instructed by the Engineer. 46 47 Throughout the life of the project, the Contractor shall preserve and protect the 48 delineated preservation area, acting immediately to repair or restore any high visibility 49 fencing damaged or removed. 50 51 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 All discharges to surface waters shall comply with surface water quality standards as 1 defined in Washington Administrative Code (WAC) Chapter 173-201A. All discharges to 2 groundwater shall comply with groundwater quality standards WAC Chapter 173-200. 3 The Contractor shall comply with the CSWGP when the project is covered by the 4 CSWGP. 5 6 Work, at a minimum, shall include the implementation of: 7 8 1. Sediment control measures prior to ground disturbing activities to ensure all 9 discharges from construction areas receive treatment prior to discharging from 10 the site. 11 12 2. Flow control measures to prevent erosive flows from developing. 13 14 3. Water management strategies and pollution prevention measures to prevent 15 contamination of waters that will be discharged to surface waters or the 16 ground. 17 18 4. Erosion control measures to stabilize erodible earth not being worked. 19 20 5. Maintenance of BMPs to ensure continued compliant performance. 21 22 6. Immediate corrective action if evidence suggests construction activity is not in 23 compliance. Evidence includes sampling data, olfactory or visual evidence 24 such as the presence of suspended sediment, turbidity, discoloration, or oil 25 sheen in discharges. 26 27 To the degree possible, the Contractor shall coordinate this Work with permanent 28 drainage and roadside restoration Work the Contract requires. 29 30 Clearing, grubbing, excavation, borrow, or fill within the Right of Way shall never expose 31 more erodible earth than as listed below: 32 33 Western Washington (West of the Cascade Mountain Crest) Eastern Washington (East of the Cascade Mountain Crest) May 1 through September 30 17 Acres April 1 through October 31 17 Acres October 1 through April 30 5 Acres November 1 through March 31 5 Acres 34 The Engineer may increase or decrease the limits based on project conditions. 35 36 Erodible earth is defined as any surface where soils, grindings, or other materials may 37 be capable of being displaced and transported by rain, wind, or surface water runoff. 38 39 Erodible earth not being worked, whether at final grade or not, shall be covered within 40 the specified time period (see the table below), using BMPs for erosion control. 41 42 Western Washington (West of the Cascade Eastern Washington (East of the Cascade AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 Mountain Crest) Mountain Crest) October 1 through April 30 2 days maximum October 1 through June 30 5 days maximum May 1 to September 30 7 days maximum November 1 through March 31 10 days maximum 1 When applicable, the Contractor shall be responsible for all Work required for 2 compliance with the CSWGP including annual permit fees. 3 4 If the Engineer, under Section 1-08.6, orders the Work suspended, the Contractor shall 5 continue to comply with this division during the suspension. 6 7 8-01.3(1)A Submittals 8 This section’s content is deleted. 9 10 This section is supplemented with the following new subsection: 11 12 8-01.3(1)A1 Temporary Erosion and Sediment Control Plan 13 Temporary Erosion and Sediment Control (TESC) Plans consist of a narrative section 14 and plan sheets that meets the Washington State Department of Ecology’s Stormwater 15 Pollution Prevention Plan (SWPPP) requirement in the CSWGP. For projects that do not 16 require a CSWGP but have the potential to discharge to surface waters of the state, an 17 abbreviated TESC plan shall be used, which may consist of a narrative and/or plan 18 sheets and shall demonstrate compliance with applicable codes, ordinances and 19 regulations, including the water quality standards for surface waters; Chapter 173-201A 20 of the Washington Administrative Code (WAC) and water quality standards for 21 groundwaters in accordance with Chapter 173-200 WAC. 22 23 The Contractor shall either adopt the TESC Plan in the Contract or develop a new 24 TESC Plan. If the Contractor adopts the TESC Plan in scenarios in which the CSWGP 25 is transferred to the Contractor, the Contractor shall modify the TESC Plan to match the 26 Contractor’s schedule, method of construction, and to include all areas that will be used 27 to directly support construction activity such as equipment staging yards, material 28 storage areas, or borrow areas. TESC Plans shall include all high visibility fence shown 29 in the Plans. All TESC Plans shall meet the requirements of the current edition of the 30 WSDOT Temporary Erosion and Sediment Control Manual M 3109 and be adaptively 31 managed throughout construction based on site inspections and required sampling to 32 maintain compliance with the CSWGP, or WQS when no CSWGP applies. The 33 Contractor shall develop a schedule for implementation of the TESC work and 34 incorporate it into the Contractor’s progress schedule. 35 36 The Contractor shall submit their TESC Plan (either the adopted plan or new plan) as 37 Type 2 Working Drawings. At the request of the Engineer, updated TESC Plans shall be 38 submitted as Type 1 Working Drawings. 39 40 8-01.3(1)B Erosion and Sediment Control (ESC) Lead 41 This section is revised to read: 42 43 The Contractor shall identify the ESC Lead at the preconstruction discussions and in the 44 TESC Plan. The ESC Lead shall have, for the life of the Contract, a current Certificate 45 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 of Training in Construction Site Erosion and Sediment Control from a course approved 1 by the Washington State Department of Ecology. The ESC Lead must be onsite or on 2 call at all times throughout construction. The ESC Lead shall be listed on the 3 Emergency Contact List required under Section 1-05.13(1). 4 5 The ESC Lead shall implement the TESC Plan. Implementation shall include, but is not 6 limited to: 7 8 1. Installing, adaptively managing, and maintaining temporary erosion and 9 sediment control BMPs to assure continued performance of their intended 10 function. Damaged or inadequate BMPs shall be corrected immediately. 11 12 2. Updating the TESC Plan to reflect current field conditions. 13 14 3. Discharge sampling and submitting Discharge Monitoring Reports (DMRs) to 15 the Washington State Department of Ecology in accordance with the CSWGP. 16 17 4. Develop and maintain the Site Log Book as defined in the CSWGP. When the 18 Site Log Book or portion thereof is electronically developed, the electronic 19 documentation must be accessible onsite. As a part of the Site Log Book, the 20 Contractor shall develop and maintain a tracking table to show that identified 21 TESC compliance issues are fully resolved within 10 calendar days. The table 22 shall include the date an issue was identified, a description of how it was 23 resolved, and the date the issue was fully resolved. 24 25 The ESC Lead shall also inspect all areas disturbed by construction activities, all on-site 26 erosion and sediment control BMPs, and all stormwater discharge points at least once 27 every calendar week and within 24-hours of runoff events in which stormwater 28 discharges from the site. Inspections of temporarily stabilized, inactive sites may be 29 reduced to once every calendar month. The Washington State Department of Ecology’s 30 Erosion and Sediment Control Site Inspection Form, located at 31 https://ecology.wa.gov/Regulations-Permits/Permits-certifications/Stormwater-general-32 permits/Construction-stormwater-permit, shall be completed for each inspection and a 33 copy shall be submitted to the Engineer no later than the end of the next working day 34 following the inspection. 35 36 8-01.3(1)C Water Management 37 This section is supplemented with the following new subsections: 38 39 8-01.3(1)C5 Water Management for In-Water Work Below Ordinary High Water 40 Mark (OHWM) 41 Work over surface waters of the state (defined in WAC 173-201A-010) or below the 42 OHWM (defined in RCW 90.58.030) shall comply with water quality standards for 43 surface waters of the State of Washington. 44 45 8-01.3(1)C6 Environmentally Acceptable Hydraulic Fluid 46 All equipment containing hydraulic fluid that extends from a bridge deck over surface 47 waters of the state or below the OHWM, shall be equipped with a biodegradable 48 hydraulic fluid. The fluid shall achieve either a Pw1 Environmental Persistence 49 Classification stated in ASTM D6046 (≥60% biodegradation in 28 days) or equivalent 50 standard. Alternatively, hydraulic fluid that meets International Organization for 51 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 Standardization (ISO 15380), the European Union Ecolabel, or equivalent certification 1 will also be accepted. 2 3 The Contractor shall submit a Type 1 Working Drawing consisting of a manufacturer 4 catalog cut of the hydraulic fluid used. 5 6 The designation of biodegradable hydraulic fluid does not mean fluid spills are 7 acceptable. The Contractor shall respond to spills to land or water in accordance with 8 the Contract, the associated SPCC Plan, and all applicable local, state, and federal 9 regulations. 10 11 8-01.3(1)C7 Turbidity Curtain 12 All Work for the turbidity curtain shall be in accordance with the manufacturer’s 13 recommendations for the site conditions. Removal procedures shall be developed and 14 used to minimize silt release and disturbance of silt. The Contractor shall submit a Type 15 2 Working Drawing, detailing product information, installation and removal procedures, 16 equipment and workforce needs, maintenance plans, and emergency 17 repair/replacement plans. 18 19 Turbidity curtain materials, installation, and maintenance shall be sufficient to comply 20 with water quality standards. 21 22 The Contractor shall notify the Engineer 10 days in advance of removing the turbidity 23 curtain. All components of the turbidity curtain shall be removed from the project. 24 25 8-01.3(1)C1 Disposal of Dewatering Water 26 This section is revised to read: 27 28 When uncontaminated groundwater is encountered in an excavation on a project it may 29 be infiltrated within vegetated areas of the right of way not designated as Sensitive 30 Areas or incorporated into an existing stormwater conveyance system at a rate that will 31 not cause erosion or flooding in any receiving surface water. 32 33 Alternatively, the Contractor may pursue independent disposal and treatment 34 alternatives that do not use the stormwater conveyance system provided it is in 35 compliance with the applicable WACs and permits. 36 37 8-01.3(1)C2 Process Wastewater 38 This section is revised to read: 39 40 Wastewater generated on-site as a byproduct of a construction process shall not be 41 discharged to surface waters of the State. Some sources of process wastewater may be 42 infiltrated in accordance with the CSWGP. Some sources of process wastewater may 43 be disposed via independent disposal and treatment alternatives in compliance with the 44 applicable WACs and permits. 45 46 8-01.3(1)C3 Shaft Drilling Slurry Wastewater 47 This section is revised to read: 48 49 Wastewater generated on-site during shaft drilling activity shall be managed and 50 disposed of in accordance with the requirements below. No shaft drilling slurry 51 wastewater shall be discharged to surface waters of the State. Neither the sediment nor 52 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 liquid portions of the shaft drilling slurry wastewater shall be contaminated, as 1 detectable by visible or olfactory indication (e.g., chemical sheen or smell). 2 3 1. Water-only shaft drilling slurry or water slurry with accepted flocculants may be 4 infiltrated on-site. Flocculants used shall meet the requirements of Section 9-5 14.5(1) or shall be chitosan products listed as General Use Level Designation 6 (GULD) on the Washington State Department of Ecology’s stormwater 7 treatment technologies webpage for construction treatment. Infiltration is 8 permitted if the following requirements are met: 9 10 a. Wastewater shall have a pH of 6.5 – 8.5 prior to discharge. 11 12 b. The amount of flocculant added to the slurry shall be kept to the minimum 13 needed to adequately settle out solids. The flocculant shall be thoroughly 14 mixed into the slurry. 15 16 c. The slurry removed from the shaft shall be contained in a leak proof cell or 17 tank for a minimum of 3 hours. 18 19 d. The infiltration rate shall be reduced if needed to prevent wastewater from 20 leaving the infiltration location. The infiltration site shall be monitored 21 regularly during infiltration activity. All wastewater discharged to the 22 ground shall fully infiltrate and discharges shall stop before the end of 23 each work day. 24 25 e. Drilling spoils and settled sediments remaining in the containment cell or 26 tank shall be disposed of in accordance with Section 6-19.3(4)F. 27 28 f. Infiltration locations shall be in upland areas at least 150 feet away from 29 surface waters, wells, on-site sewage systems, aquifer sensitive recharge 30 areas, sole source aquifers, well head protection areas, and shall be 31 marked on the plan sheets before the infiltration activity begins. 32 33 g. Prior to infiltration, the Contractor shall submit a Shaft Drilling Slurry 34 Wastewater Management and Infiltration Plan as a Type 2 Working 35 Drawing. This Plan shall be kept on-site, adapted if needed to meet the 36 construction requirements, and updated to reflect what is being done in 37 the field. The Working Drawing shall include, at a minimum, the following 38 information: 39 40 i. Plan sheet showing the proposed infiltration location and all surface 41 waters, wells, on-site sewage systems, aquifer-sensitive recharge 42 areas, sole source aquifers, and well-head protection areas within 43 150 feet. 44 45 ii. The proposed elevation of soil surface receiving the wastewater for 46 infiltration and the anticipated phreatic surface (i.e., saturated soil). 47 48 iii. The source of the water used to produce the slurry. 49 50 iv. The estimated total volume of wastewater to be infiltrated. 51 52 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 v. The accepted flocculant to be used (if any). 1 2 vi. The controls or methods used to prevent surface wastewater runoff 3 from leaving the infiltration location. 4 5 vii. The strategy for removing slurry wastewater from the shaft and 6 containing the slurry wastewater once it has been removed from the 7 shaft. 8 9 viii. The strategy for monitoring infiltration activity and adapting methods 10 to ensure compliance. 11 12 ix. A contingency plan that can be implemented immediately if it 13 becomes evident that the controls in place or methods being used are 14 not adequate. 15 16 x. The strategy for cleaning up the infiltration location after the infiltration 17 activity is done. Cleanup shall include stabilizing any loose sediment 18 on the surface within the infiltration area generated as a byproduct of 19 suspended solids in the infiltrated wastewater or soil disturbance 20 associated with BMP placement and removal. 21 22 2. Shaft drilling mineral slurry, synthetic slurry, or slurry with polymer additives 23 not allowed for infiltration shall be contained and disposed of by the Contractor 24 at an accepted disposal facility in accordance with Section 2-03.3(7)C. Spoils 25 that have come into contact with mineral slurry shall be disposed of in 26 accordance with Section 6-19.3(4)F. 27 28 8-01.3(1)C4 Management of Off-Site Water 29 This section is revised to read: 30 31 Prior to clearing and grubbing, the Contractor shall intercept all sources of off-site 32 surface water and overland flow that will run-on to the project. Off-site surface water 33 run-on shall be diverted through or around the project in a way that does not introduce 34 construction related pollution. It shall be diverted to its preconstruction discharge 35 location in a manner that does not increase preconstruction flow rate and velocity and 36 protects contiguous properties and waterways from erosion. The Contractor shall submit 37 a Type 2 Working Drawing consisting of the method for performing this Work. 38 39 8-01.3(1)E Detention/Retention Pond Construction 40 This section is revised to read: 41 42 Permanent or temporary ponds shall be constructed before beginning other grading and 43 excavation Work in the area that drains into that pond. Detention/retention ponds may 44 be constructed concurrently with grading and excavation when allowed by the Engineer. 45 Temporary conveyances shall be installed concurrently with grading in accordance with 46 the TESC Plan so that newly graded areas drain to the pond as they are exposed. 47 48 8-01.3(2) Seeding, Fertilizing, and Mulching 49 This section’s title is revised to read: 50 51 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 8-01.3(2) Temporary Seeding and Mulching 1 2 8-01.3(2)A Preparation for Application 3 This section is revised to read: 4 5 A cleated roller, crawler tractor, or similar equipment, which forms longitudinal 6 depressions at least 2 inches deep shall be used for compaction and preparation of the 7 surface to be seeded. The entire area shall be uniformly covered with longitudinal 8 depressions formed perpendicular to the natural flow of water on the slope. The soil 9 shall be conditioned with sufficient water so the longitudinal depressions remain in the 10 soil surface until completion of the seeding. 11 12 8-01.3(2)A1 Seeding 13 This section is deleted in its entirety. 14 15 8-01.3(2)A2 Temporary Seeding 16 This section is deleted in its entirety. 17 18 8-01.3(2)B Seeding and Fertilizing 19 This section, including title, is revised to read: 20 21 8-01.3(2)B Temporary Seeding 22 Temporary grass seed shall be a commercially prepared mix, made up of low growing 23 grass species that will grow without irrigation at the project location, and accepted by 24 the Engineer. The application rate shall be two pounds per 1000 square feet. 25 26 The Contractor shall notify the Engineer not less than 24 hours in advance of any 27 seeding operation and shall not begin the Work until areas prepared or designated for 28 seeding have been accepted. Following the Engineer’s acceptance, seeding of the 29 accepted slopes shall begin immediately. 30 31 Temporary seeding may be sown at any time allowed by the Engineer. Temporary 32 seeding shall be sown by one of the following methods: 33 34 1. A hydro seeder that utilizes water as the carrying agent, and maintains 35 continuous agitation through paddle blades. It shall have an operating capacity 36 sufficient to agitate, suspend, and mix into a homogeneous slurry the specified 37 amount of seed and water or other material. Distribution and discharge lines 38 shall be large enough to prevent stoppage and shall be equipped with a set of 39 hydraulic discharge spray nozzles that will provide a uniform distribution of the 40 slurry. 41 42 2. Blower equipment with an adjustable disseminating device capable of 43 maintaining a constant, measured rate of material discharge that will ensure an 44 even distribution of seed at the rates specified. 45 46 3. Power-drawn drills or seeders. 47 48 4. Areas in which the above methods are impractical may be seeded by hand 49 methods. 50 51 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 When seeding by hand, the seed shall be incorporated into the top ¼ inch of soil by 1 hand raking or other method that is allowed by the Engineer. 2 3 Seed applied using a hydroseeder shall have a tracer added to visibly aid uniform 4 application. This tracer shall not be harmful to plant, aquatic, or animal life. If Short-5 Term Mulch is used as a tracer, the application rate shall not exceed 250 pounds 6 per acre. 7 8 Seed and fertilizer may be applied in one application provided that the fertilizer is placed 9 in the hydroseeder tank no more than 1 hour prior to application. 10 11 8-01.3(2)D Mulching 12 This section, including title, is revised to read: 13 14 8-01.3(2)D Temporary Mulching 15 Temporary mulch shall be straw, wood strand, or HECP mulch and shall be used for the 16 purpose of erosion control by protecting bare soil surface from particle displacement. 17 Mulch shall not be applied below the anticipated water level of ditch slopes, pond 18 bottoms, and stream banks. HECP mulch shall not be used within the Ordinary High 19 Water Mark. Non-HECP mulches applied below the anticipated water level shall be 20 removed or anchored down so that it cannot move or float, at no additional expense to 21 the Contracting Agency. 22 23 Straw or wood strand mulch shall be applied at a rate to achieve at least 95 percent 24 visual blockage of the soil surface. 25 26 Short Term Mulch shall be hydraulically applied at the rate of 2500 pounds per acre and 27 may be applied in one lift. 28 29 Moderate Term Mulch and Long Term Mulch shall be hydraulically applied at the rate of 30 3500 pounds per acre with no more than 2000 pounds applied in any single lift. 31 32 Mulch sprayed on signs or sign Structures shall be removed the same day. 33 34 Areas not accessible by mulching equipment shall be mulched by accepted 35 hand methods. 36 37 8-01.3(2)F Dates for Application of Final Seed, Fertilizer, and Mulch 38 This section is deleted in its entirety. 39 40 8-01.3(2)G Protection and Care of Seeded Areas 41 This section is deleted in its entirety. 42 43 8-01.3(2)H Inspection 44 This section is deleted in its entirety. 45 46 8-01.3(2)I Mowing 47 This section is deleted in its entirety. 48 49 8-01.3(3) Placing Biodegradable Erosion Control Blanket 50 This section’s title is revised to read: 51 52 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 8-01.3(3) Placing Erosion Control Blanket 1 2 The first sentence of the first paragraph is revised to read: 3 4 Erosion Control Blankets are used as an erosion prevention device and to enhance the 5 establishment of vegetation. 6 7 The second paragraph is revised to read: 8 9 When used to enhance the establishment of seeded areas, seeding and fertilizing shall 10 be done prior to blanket installation. 11 12 8-01.3(4) Placing Compost Blanket 13 This section is revised to read: 14 15 Compost blankets are used for erosion control. Compost blanket shall be only be placed 16 on ground surfaces that are steeper than 3-foot horizontal and 1-foot vertical though 17 steeper slopes shall be broken by wattles or compost socks placed according to the 18 Standard Plans. Compost shall be placed to a depth of 3 inches over bare soil. An 19 organic tackifier shall be placed over the entire composted area when dry or windy 20 conditions are present or expected. The tackifier shall be applied immediately after the 21 application of compost to prevent compost from leaving the composted area. 22 23 Medium compost shall be used for the compost blanket. Compost may serve the 24 purpose of soil amendment as specified in Section 8-02.3(6). 25 26 8-01.3(5) Plastic Covering 27 The first paragraph is revised to read: 28 29 Erosion Control – Plastic coverings used to temporarily cover stockpiled materials, 30 slopes or bare soils shall be installed and maintained in a way that prevents water from 31 intruding under the plastic and prevents the plastic cover from being damaged by wind. 32 Plastic coverings shall be placed with at least a 12-inch overlap of all seams and be a 33 minimum of 6 mils thick. Use soil stabilization and energy dissipation BMPs to minimize 34 the erosive energy flows coming off sloped areas of plastic (e.g., toe of slope). When 35 feasible, prevent the clean runoff from plastic from hitting bare soil. Direct flows from 36 plastic to stabilized outlet areas. 37 38 8-01.3(7) Stabilized Construction Entrance 39 The first paragraph is revised to read: 40 41 Temporary stabilized construction entrance shall be constructed in accordance with the 42 Standard Plans, prior to construction vehicles entering the roadway from locations that 43 generate sediment track out on the roadway. Material used for stabilized construction 44 entrance shall be free of extraneous materials that may cause or contribute to track out. 45 46 8-01.3(8) Street Cleaning 47 This section is revised to read: 48 49 Self-propelled pickup street sweepers shall be used to remove and collect dirt and other 50 debris from the Roadway. The street sweeper shall effectively collect these materials 51 and prevent them from being washed or blown off the Roadway or into waters of the 52 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 State. Street sweepers shall not generate fugitive dust and shall be designed and 1 operated in compliance with applicable air quality standards. Material collected by the 2 street sweeper shall be disposed of in accordance with Section 2-03.3(7)C. 3 4 When allowed by the Engineer, power broom sweepers may be used in non-sensitive 5 areas. The broom sweeper shall sweep dirt and other debris from the roadway into the 6 work area. The swept material shall be prevented from entering or washing into waters 7 of the State. 8 9 Street washing with water will require the concurrence of the Engineer. 10 11 8-01.3(12) Compost Socks 12 The first two sentences of the first paragraph are revised to read: 13 14 Compost socks are used to disperse flow and sediment. Compost socks shall be 15 installed as soon as construction will allow but before flow conditions create erosive 16 flows or discharges from the site. Compost socks shall be installed prior to any mulching 17 or compost placement. 18 19 8-01.3(13) Temporary Curb 20 The last two sentences of the second paragraph are revised to read: 21 22 Temporary curbs shall be a minimum of 4 inches in height. Temporary curb shall be 23 installed so that ponding does not occur in the adjacent roadway. 24 25 8-01.3(14) Temporary Pipe Slope Drain 26 The third and fourth paragraphs are revised to read: 27 28 The pipe fittings shall be water tight and the pipe secured to the slope with metal posts, 29 wood stakes, or sand bags. 30 31 The water shall be discharged to a stabilized conveyance, sediment trap, stormwater 32 pond, rock splash pad, or vegetated strip, in a manner to prevent erosion and maintain 33 water quality compliance. 34 35 The last paragraph is deleted. 36 37 8-01.3(15) Maintenance 38 This section is revised to read: 39 40 Erosion and sediment control BMPs shall be maintained or adaptively managed as 41 required by the CSWGP until the Engineer determines they are no longer needed. 42 When deficiencies in functional performance are identified, the deficiencies shall be 43 rectified immediately. 44 45 The BMPs shall be inspected on the schedule outlined in Section 8-01.3(1)B for 46 damage and sediment deposits. Damage to or undercutting of BMPs shall be repaired 47 immediately. 48 49 In areas where the Contractor’s activities have compromised the erosion control 50 functions of the existing grasses, the Contractor shall overseed at no additional cost to 51 the Contracting Agency. 52 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 1 The quarry spalls of construction entrances shall be refreshed, replaced, or screened to 2 maintain voids between the spalls for collecting mud and dirt. 3 4 Unless otherwise specified, when the depth of accumulated sediment and 5 debris reaches approximately ⅓ the height of the BMP the deposits shall be removed. 6 Debris or contaminated sediment shall be disposed of in accordance with Section 2-7 03.3(7)C. Clean sediments may be stabilized on-site using BMPs as allowed by the 8 Engineer. 9 10 8-01.3(16) Removal 11 This section is revised to read: 12 13 The Contractor shall remove all temporary BMPs, all associated hardware and 14 associated accumulated sediment deposition from the project limits prior to Physical 15 Completion unless otherwise allowed by the Engineer. When the temporary BMP 16 materials are made of natural plant fibers unaltered by synthetic materials the Engineer 17 may allow leaving the BMP in place. 18 19 The Contractor shall remove BMPs and associated hardware in a way that minimizes 20 soil disturbance. The Contractor shall permanently stabilize all bare and disturbed soil 21 after removal of BMPs. If the installation and use of the erosion control BMPs have 22 compacted or otherwise rendered the soil inhospitable to plant growth, such as 23 construction entrances, the Contractor shall take measures to rehabilitate the soil to 24 facilitate plant growth. This may include, but is not limited to, ripping the soil, 25 incorporating soil amendments, or seeding with the specified seed. 26 27 At the request of the Contractor and at the sole discretion of the Engineer the CSWGP 28 may be transferred back to the Contracting Agency. Approval of the Transfer of 29 Coverage request will require the following: 30 31 1. All other Work required for Contract Completion has been completed. 32 33 2. All Work required for compliance with the CSWGP has been completed to the 34 maximum extent possible. This includes removal of BMPs that are no longer 35 needed and the site has undergone all Stabilization identified for meeting the 36 requirements of Final Stabilization in the CSWGP. 37 38 3. An Equitable Adjustment change order for the cost of Work that has not been 39 completed by the Contractor. 40 41 4. Submittal of the Washington State Department of Ecology Transfer of 42 Coverage form (Ecology form ECY 020-87a) to the Engineer. 43 44 If the Engineer approves the transfer of coverage back to the Contracting Agency, the 45 requirement in Section 1-07.5(3) for the Contractor’s submittal of the Notice of 46 Termination form to the Washington State Department of Ecology will not apply. 47 48 8-01.4 Measurement 49 This section’s content is deleted and replaced with the following new subsections: 50 51 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 8-01.4(1) Lump Sum Bid for Project (No Unit Items) 1 When the Bid Proposal contains the item “Erosion Control and Water Pollution 2 Prevention” there will be no measurement of unit or force account items for Work 3 defined in Section 8-01 except as described in Sections 8-01.4(3) and 8-01.4(4). Also, 4 except as described in Section 8-01.4(3), all of Sections 8-01.4(2) and 8-01.5(2) are 5 deleted. 6 7 8-01.4(2) Item Bids 8 When the Proposal does not contain the items “Erosion Control and Water Pollution 9 Prevention”, Section 8-01.4(1) and 8-01.5(1) are deleted and the Bid Proposal will 10 contain some or all of the following items measured as noted. 11 12 ESC lead will be measured per day for each day that an inspection is made and a 13 report is filed. 14 15 Erosion control blanket and plastic covering will be measured by the square yard 16 along the ground slope line of surface area covered and accepted. 17 18 Turbidity curtains will be measured by the linear foot along the ground line of the 19 installed curtain. 20 21 Check dams will be measured per linear foot one time only along the ground line of 22 the completed check dam. No additional measurement will be made for check 23 dams that are required to be rehabilitated or replaced due to wear. 24 25 Stabilized construction entrances will be measured by the square yard by ground 26 slope measurement for each entrance constructed. 27 28 Tire wash facilities will be measured per each for each tire wash installed. 29 30 Street cleaning will be measured by the hour for the actual time spent cleaning 31 pavement, refilling with water, dumping and transport to and from cleaning 32 locations within the project limits, as authorized by the Engineer. Time to mobilize 33 the equipment to or from the project limits on which street cleaning is required will 34 not be measured. 35 36 Inlet protections will be measured per each for each initial installation at a 37 drainage structure. 38 39 Silt fence, gravel filter, compost berms, and wood chip berms will be measured by 40 the linear foot along the ground line of the completed barrier. 41 42 Wattles and compost socks will be measured by the linear foot. 43 44 Temporary curbs will be measured by the linear foot along the ground line of the 45 completed installation. 46 47 Temporary pipe slope drains will be measured by the linear foot along the flow line 48 of the pipe. 49 50 Coir logs will be measured by the linear foot along the ground line of the completed 51 installation. 52 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 1 Outlet protections will be measured per each initial installation at an outlet location. 2 3 Temporary seeding, temporary mulching, and tackifiers will be measured by the 4 acre by ground slope measurement. 5 6 Compost blanket will be measured by the square yard by ground slope surface 7 area covered and accepted. 8 9 8-01.4(3) Reinstating Unit Items with Lump Sum Erosion Control and Water 10 Pollution Prevention 11 The Contract Provisions may establish the project as lump sum, in accordance with 12 Section 8-01.4(1) and also include one or more of the items included above in Section 13 8-01.4(2). When that occurs, the corresponding measurement provision in Section 8-14 01.4(2) is not deleted and the Work under that item will be measured as specified. 15 16 8-01.4(4) Items not included with Lump Sum Erosion Control and Water Pollution 17 Prevention 18 Compost blanket will be measured by the square yard by ground slope surface area 19 covered and accepted. 20 21 Temporary mulch will be measured by the acre by ground slope surface area covered 22 and accepted. 23 24 High visibility fence will be measured by the linear foot along the ground line of the 25 completed fence. 26 27 8-01.5 Payment 28 This section’s content is deleted and replaced with the following new subsections: 29 30 8-01.5(1) Lump Sum Bid for Project (No Unit Items) 31 Payment will be made for the following Bid item when it is included in the Proposal: 32 33 “Erosion Control and Water Pollution Prevention”, lump sum. 34 35 The lump sum Contract price for “Erosion Control and Water Pollution Prevention” 36 shall be full pay to perform the Work as described in Section 8-01 except for costs 37 compensated by Bid Proposal items inserted through Contract Provisions as 38 described in Section 8-01.4(2). Progress payments for the lump sum item “Erosion 39 Control and Water Pollution Prevention” will be made as follows: 40 41 1. The Contracting Agency will pay 15 percent of the bid amount for the 42 initial set up for the item. Initial set up includes the following: 43 44 a. Acceptance of the TESC Plan provided by the Contracting Agency or 45 submittal of a new TESC Plan, 46 47 b. Submittal of a schedule for the installation of the BMPs, and 48 49 c. Identifying water quality sampling locations. 50 51 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 2. 70 percent of the bid amount will be paid in accordance with Section 1-1 09.9. 2 3 3. Once the project is physically complete and copies of the all reports 4 submitted to the Washington State Department of Ecology have been 5 submitted to the Engineer, and, if applicable, transference of the CSWGP 6 back to the Contracting Agency is complete, the remaining 15 percent of 7 the bid amount shall be paid in accordance with Section 1-09.9. 8 9 8-01.5(2) Item Bids 10 “ESC Lead”, per day. 11 12 “Turbidity Curtain”, per linear foot. 13 14 “Erosion Control Blanket”, per square yard. 15 16 “Plastic Covering”, per square yard. 17 18 “Check Dam”, per linear foot. 19 20 “Inlet Protection”, per each. 21 22 “Gravel Filter Berm”, per linear foot. 23 24 “Stabilized Construction Entrance”, per square yard. 25 26 “Street Cleaning”, per hour. 27 28 “Silt Fence”, per linear foot. 29 30 “Wood Chip Berm”, per linear foot. 31 32 “Compost Berm”, per linear foot. 33 34 “Wattle”, per linear foot. 35 36 “Compost Sock”, per linear foot. 37 38 “Coir Log”, per linear foot. 39 40 “Temporary Curb”, per linear foot. 41 42 “Temporary Pipe Slope Drain”, per linear foot. 43 44 “Temporary Seeding”, per acre. 45 46 “Temporary Mulching”, per acre. 47 48 “Compost Blanket”, per square yard. 49 50 “Outlet Protection”, per each. 51 52 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 “Tackifier”, per acre. 1 2 “Erosion/Water Pollution Control”, by force account as provided in Section 1-09.6. 3 4 Maintenance and removal of erosion and water pollution control devices including 5 removal and disposal of sediment, stabilization and rehabilitation of soil disturbed 6 by these activities, and any additional Work deemed necessary by the Engineer to 7 control erosion and water pollution will be paid by force account in accordance with 8 Section 1-09.6. 9 10 To provide a common Proposal for all Bidders, the Contracting Agency has entered an 11 amount in the Proposal to become a part of the Contractor’s total Bid. 12 13 8-01.5(3) Reinstating Unit Items with Lump Sum Erosion Control and Water 14 Pollution Prevention 15 The Contract may establish the project as lump sum, in accordance with Section 8-16 01.4(1) and also reinstate the measurement of one or more of the items described in 17 Section 8-01.4(2), except for Erosion/Water Pollution Control, by force account. When 18 that occurs, the corresponding payment provision in Section 8-01.5(2) is not deleted 19 and the Work under that item will be paid as specified. 20 21 8-01.5(4) Items not included with Lump Sum Erosion Control and Water Pollution 22 Prevention 23 Payment will be made for the following Bid item when it is included in the Proposal: 24 25 “High Visibility Fence”, per linear foot. 26 27 8-02.AP8 28 Section 8-02, Roadside Restoration 29 April 1, 2019 30 This section, including all subsections, is revised to read: 31 32 8-02.1 Description 33 This Work consists of preserving, maintaining, establishing and augmenting vegetation 34 on the roadsides and within mitigation or sundry site areas. It includes vegetation 35 preservation, weed and pest control, furnishing and placing topsoil, compost, and soil 36 amendments, and furnishing and planting seed, sod and plants of all forms and 37 container types. It includes performing plant establishment activities and soil 38 bioengineering. Work shall be performed in accordance with these Specifications and 39 as shown in the Plans or as designated by the Engineer. 40 41 Trees, whips, shrubs, ground covers, cuttings, live stakes, live poles, live branches, 42 rhizomes, tubers, rootstock, and seedlings will hereinafter be referred to collectively as 43 “plants” or “plant material”. Grass, wildflowers, and other plant materials installed in 44 seed form will hereinafter be referred to collectively as “seed”. 45 46 8-02.2 Materials 47 Materials shall meet the requirements of the following sections: 48 49 Erosion Control and Roadside Planting 9-14 50 Water 9-25.2 51 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 1 Botanical identification and nomenclature of plant materials shall be based on 2 descriptions by Hitchcock and Cronquist in “Flora of the Pacific Northwest”. Botanical 3 identification and nomenclature of plant material not found in "Flora" shall be based on 4 Bailey in “Hortus Third” or superseding editions and amendments or as referenced in 5 the Plans. 6 7 8-02.3 Construction Requirements 8 8-02.3(1) Responsibility During Construction 9 The Contractor shall prepare, install, and ensure adequate and proper care of all 10 roadside seeded, planted, and lawn areas on the project until all plant 11 establishment periods required by the Contract are complete or until Physical 12 Completion of the project, whichever is last. 13 14 Adequate and proper care shall include, but is not limited to, keeping all plant 15 material in a healthy, growing condition by watering, pruning, and other actions 16 deemed necessary for plant health. This Work shall include keeping the project 17 area free from insect infestation, weeds or unwanted vegetation, litter, and other 18 debris along with retaining the finished grades and mulch in a neat uniform 19 condition. 20 21 Existing desirable vegetation shall be saved and protected unless removal is 22 required by the Contract or allowed by the Engineer. 23 24 The Contractor shall have sole responsibility for the maintenance and appearance 25 of the roadside restoration. 26 27 8-02.3(2) Work Plans 28 Three Work Plan submittals exist under this Section: 29 30 1. Roadside Work Plan: This plan is required when Work will disturb the 31 roadside beyond 20 feet from the pavement or where trees or native 32 vegetation will be removed, the Contractor shall submit a Type 2 Working 33 Drawing. 34 35 2. Weed and Pest Control Plan: This plan is required when the proposal 36 contains the item "Weed and Pest Control," and prior to application of any 37 chemicals or weed control activities, the Contractor shall submit a Type 2 38 Working Drawing. 39 40 3. Plant Establishment Plan: This plan is required when the proposal 41 contains the item "PSIPE__", and prior to completion of Initial Planting, the 42 Contractor shall submit a Type 2 Working Drawing. 43 44 8-02.3(2)A Roadside Work Plan 45 The Roadside Work Plan shall define the expected impacts to the roadside 46 and restoration resulting from Work necessary to meet all Contract 47 requirements. The Contractor shall define how the roadside restoration Work 48 included in the Contract will be phased and coordinated with project Work such 49 as earthwork, staging, access, erosion and water pollution control, irrigation, 50 etc. The Roadside Work Plan shall include the following: 51 52 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 1. Limiting impacts to roadsides: 1 2 a. Limits of Work including locations of staging or parking. 3 4 b. Means and methods for vegetation protection (in accordance 5 with Section 1-07.16(2)). 6 7 c. Locations outside of clearing limits where vegetation shall be 8 removed to provide access routes or other needs to accomplish 9 the Work. 10 11 d. Plans for removal, preservation and stockpile of topsoil or other 12 native materials, if outside of clearing and grubbing limits and 13 within the project limits. 14 15 2. Roadside Restoration: 16 17 a. Plan for propagation and procurement of plants, ground 18 preparation for planting, and installation of plants. 19 20 b. Means and methods to limit soil compaction where seeding and 21 planting are to occur, such as steel plates, hog fuel access 22 roads, wood mats for sensitive areas (including removal) and 23 decompaction for unavoidable impacts. 24 25 c. Plan and timing to incorporate or remove erosion control items. 26 27 3. Lawn Installation: 28 29 a. Schedule for lawn installation work. 30 31 b. Establishment and maintenance of lawns. 32 33 8-02.3(2)B Weed and Pest Control Plan 34 The Weed and Pest Control Plan shall describe all weed and pest control 35 needs for the project. 36 37 The plan shall be prepared and signed by a licensed Commercial Pest Control 38 Operator or Consultant. The plan for control of weeds and pests on the 39 Contract in accordance with Section 8-02.3(3) shall include the following: 40 41 1. Names of plan preparer and pesticide operators, including contact 42 information. The Contractor shall furnish the Engineer evidence that 43 all operators are licensed with appropriate endorsements, and that 44 the pesticide used is registered for use by the Washington State 45 Department of Agriculture. 46 47 2. Means and methods of weed control, including mechanical and/or 48 chemical. 49 50 3. Schedule for weed control including re-entry times for pesticide 51 application by pesticide type. 52 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 1 4. Proposed pesticide use in accordance with Section 8-02.3(3)A: 2 name, application rate, and Safety Data Sheets of all proposed 3 pesticides. Include a copy of the current product label for each 4 pesticide to be used. 5 6 5. Plan to ensure worker safety until pesticide re-entry periods are met. 7 8 8-02.3(2)C Plant Establishment Plan 9 The Plant Establishment Plan shall describe activities necessary to ensure 10 continued health and vigor of planted and seeded areas in accordance with the 11 requirements of Sections 8-02.3(12) and 8-02.3(13). Should the plan become 12 unworkable at any time during the first-year plant establishment, the 13 Contractor shall submit a revised plan prior to proceeding with further Work. 14 The Plant Establishment Plan shall include: 15 16 1. Proposed scheduling of joint inspection meetings, activities, 17 materials, equipment to be utilized for the first-year plant 18 establishment. 19 20 2. Proposed adaptive management activities to ensure successful 21 establishment of seeded, sodded, and planted areas. 22 23 3. A contact person. 24 25 4. Management of the irrigation system, when applicable. 26 27 8-02.3(3) Weed and Pest Control 28 The Contractor shall control weed and pest species within the project limits using 29 integrated pest management principles consisting of mechanical, biological, and 30 chemical controls that are outlined in the Weed and Pest Control Plan or as 31 designated by the Engineer. Controlling weeds consists of killing and removing 32 weeds by chemical, mechanical, and hand methods. 33 34 8-02.3(3)A Chemical Pesticides 35 Chemical pesticides include, but are not restricted to, any substance or mixture 36 of substances intended for preventing, destroying, repelling or mitigating any 37 pest, including but not limited to, insecticides, herbicides, fungicides, 38 adjuvants, and additives, including plant regulators, defoliants and desiccants. 39 The Contractor shall apply chemical pesticides in accordance with the label 40 recommendations, the Washington State Department of Ecology, local 41 sensitive area ordinances, and Washington State Department of Agriculture 42 laws and regulations. Only those pesticides listed in the table Herbicides 43 Approved for Use on WSDOT Rights of Way and accepted as part of the 44 Weed and Pest Control Plan or by written authorization from the Engineer may 45 be used (www.wsdot.wa.gov/maintenance/roadside/herbicide_use.htm). 46 47 The applicator shall be licensed by the State of Washington as a Commercial 48 Applicator or Commercial Operator, with additional endorsements as required 49 by the Special Provisions or the proposed weed control plan. All chemical 50 pesticides shall be delivered to the job site in the original containers, or if pre-51 mixed off-site, a certification of the components and formulation from the 52 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 supplier is required. The licensed applicator or operator shall complete 1 WSDOT Form 540-509, Commercial Pesticide Application Record, each day 2 the pesticide is applied and furnish a copy to the Engineer by the following 3 business day. 4 5 The Contractor shall ensure confinement of the chemicals within the 6 designated areas. The use of spray chemical pesticides shall require the use 7 of anti-drift and activating agents and a spray pattern indicator unless 8 otherwise allowed by the Engineer. 9 10 The Contractor shall assume all responsibility for rendering any area 11 unsatisfactory for planting by reason of chemical application. Damage to 12 adjacent areas, either on or off the Highway Right of Way, shall be repaired to 13 the satisfaction of the Engineer or the property owner at no additional cost to 14 the Contracting Agency. 15 16 8-02.3(3)B Planting and Lawn Area Weed Control 17 Planting and lawn area weed control consists of controlling weeds and pests in 18 planted and lawn areas shown in the Plans. This Work is included in the bid 19 items for planting and lawn installation. 20 21 All planting and lawn areas shall be prepared so that they are weed and debris 22 free at the time of planting and until completion of the project. The planting 23 areas shall include the entire ground surface, regardless of cover, areas 24 around plants, and those areas shown in the Plans. 25 26 Within planting or lawn areas, all species that are not shown in the Plans are 27 unwanted and shall be controlled unless specifically allowed by the Engineer 28 to remain. 29 30 Grass growing within the mulch ring of a plant, including grass applied in 31 accordance with Sections 8-01.3(2)A1, 8-02.3(9) or 8-02.3(10), shall be 32 considered a weed and shall be controlled on the project in accordance with 33 the weed and pest control plan. 34 35 All applications of post-emergent herbicides shall be made while green and 36 growing tissue is present. Residual herbicides shall not be used where 37 rhizomatous species or perennial species are indicated. 38 39 Should unwanted vegetation reach the flowering and seed stage in violation of 40 these Specifications, the Contractor shall physically remove and bag the seed 41 heads prior to seed dispersion. All physically removed vegetation and seed 42 heads shall be disposed of off-site at no cost to the Contracting Agency. 43 44 8-02.3(3)C Project Area Weed and Pest Control 45 The Contractor shall control weeds not otherwise covered in accordance with 46 Section 8-02.3(3)B, in all areas within the project limits, including erosion 47 control seeding areas and vegetation preservation areas, as designated by the 48 Engineer. 49 50 When the Bid Item “Project Area Weed and Pest Control” is included in the 51 Contract, the Contractor shall also control all weeds specified as noxious by 52 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 the Washington State Department of Agriculture, the local Weed District, or the 1 County Noxious Weed Control Board outside of planting areas within the 2 project limits. 3 4 8-02.3(4) Topsoil 5 Topsoil shall not be worked or placed when the ground or topsoil is frozen, or 6 excessively wet. 7 8 The Contractor shall protect topsoil stockpiled for project use to prevent erosion 9 and weed growth. Weed growth on topsoil stockpile sites shall be immediately 10 eliminated in accordance with the accepted Weed and Pest Control Plan and 11 Section 8-02.3(3)C. 12 13 The subsoil where topsoil is to be placed shall be tilled to a depth of 1 foot or as 14 specified in the Special Provisions or the Plans. Topsoil of the type specified shall 15 be evenly spread over the specified areas to the depth shown in the Plans or as 16 otherwise ordered by the Engineer. Topsoil depths greater than 6 inches shall be 17 placed in lifts no more than 6 inches in depth. The first lift of topsoil shall be 18 incorporated with sub-soil to a depth of 8 inches and subsequent lifts placed and 19 lightly tamped between lifts. After the topsoil has been spread, all large clods, hard 20 lumps, and rocks 2 inches in diameter and larger, and litter shall be raked up, 21 removed, and disposed. 22 23 8-02.3(4)A Topsoil Type A 24 Topsoil Type A shall be as specified in the Special Provisions. The Contractor 25 shall submit a certification by the supplier that the contents of the Topsoil meet 26 the requirements in the Special Provisions. 27 28 8-02.3(4)B Topsoil Type B 29 Topsoil Type B shall be naturally occurring topsoil taken from within the project 30 limits and shall meet the requirements of Section 9-14.1(2). Topsoil Type B 31 shall be taken from areas shown in the Plans to the designated depth and 32 stockpiled at locations that will not interfere with the construction of the project, 33 and outside of sensitive areas, as allowed by the Engineer. A minimum of two 34 weeks prior to excavation of Topsoil Type B, the Contractor shall pre-treat the 35 vegetation on the designated Topsoil Type B areas according to the Weed and 36 Pest Control Plan. Areas beyond the slope stakes shall be disturbed as little as 37 possible in the above operations and under no circumstances shall Topsoil 38 Type B be stockpiled within 10 feet of any existing tree or vegetation area 39 designated to be saved and protected. The Contractor shall protect topsoil 40 stockpile from weed infestation. 41 42 The Contractor shall set aside sufficient material to satisfy the needs of the 43 project. 44 45 Upon completion of topsoil placement, the Contractor shall dispose of 46 remaining stockpiled Topsoil Type B not required for use on the project at no 47 additional expense to the Contracting Agency in accordance with Section 2-48 03.3(7)C. 49 50 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 Should a shortage of Topsoil Type B occur, and the Contractor has wasted or 1 otherwise disposed of topsoil material, the Contractor shall furnish Topsoil 2 Type A or C at no additional expense to the Contracting Agency. 3 4 8-02.3(4)C Topsoil Type C 5 Topsoil Type C shall be naturally occurring topsoil obtained from a source 6 provided by the Contractor outside of the Contracting Agency-owned Right of 7 Way. Topsoil Type C shall meet the requirements of Sections 8-02.3(4)B and 8 9-14.1(3). The Contractor shall not begin removal of Topsoil Type C from the 9 proposed source until the material has been allowed for use by the Engineer. 10 11 8-02.3(5) Roadside Seeding, Lawn and Planting Area Preparation 12 This Work includes preparing worked areas for the installation of all types of 13 permanent erosion control planting. Work shall be conducted so the flow lines in 14 drainage channels are maintained. Material displaced by the Contractor’s 15 operations that interferes with drainage shall be removed from the channel and 16 disposed of as allowed by the Engineer. 17 18 8-02.3(5)A Seeding Area Preparation 19 The Contractor shall prepare roadside seeding areas as follows: 20 21 1. Remove all excess material, debris, stumps, and rocks greater than 3 22 inches in diameter from areas to be seeded. Dispose of removed 23 materials offsite. 24 25 2. Prepare roadside seeding area to a weed free and bare condition. 26 27 3. Bring area to uniform grade and install topsoil, soil amendments, or 28 compost as specified. Any slopes 3(H) to 1(V) or steeper shall not be 29 tilled unless otherwise specified. 30 31 4. Compact to provide a reasonably firm but friable seedbed; tractor 32 walk to uniformly cover the surface with longitudinal depressions at 33 least 2 inches deep formed perpendicular to the natural flow of water 34 on the slope. Condition the soil with sufficient water so the 35 longitudinal depressions remain in the soil surface until completion of 36 the seeding. 37 38 5. Seed and mulch within 2 days of preparation. 39 40 8-02.3(5)B Lawn Area Preparation 41 The Contractor shall prepare lawn areas as follows: 42 43 1. Prepare lawn area to a weed free and bare condition in accordance 44 with Section 8-02.3(3)B. 45 46 2. Remove excess material, stumps, wood or rocks over 3 inches in 47 diameter and remove from site. 48 49 3. Bring area to uniform grade and install topsoil or soil amendments in 50 accordance with Section 8-02.3(4) and 8-02.3(6). 51 52 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 4. Till to an 8-inch depth, rake to a smooth even grade without low areas 1 that trap water, and compact with a 50-pound roller. The finished 2 grade of the soil shall be 1 inch below the top of all curbs, junction 3 and valve boxes, walks, driveways, and other Structures. 4 5 5. Seed or sod the area within two days of preparation. 6 7 8-02.3(5)C Planting Area Preparation 8 The Contractor shall prepare planting areas as follows: 9 10 1. Prepare planting area to a weed free and bare condition in 11 accordance with Section 8-02.3(3)B. 12 13 2. Decompact soil to a depth of 18 inches where construction activities 14 have taken place or where native soils are compacted. 15 16 3. Return soil to uniform grade even with surrounding areas, leaving no 17 holes or mounds over 3 inches in depth or height. 18 19 4. Remove excess material, stumps, wood or rocks over 3 inches in 20 diameter and remove from site. 21 22 5. Apply compost or other amendments as indicated in the plans and in 23 accordance with Section 8-02.3(6). 24 25 6. Cultivate amendments to a depth of 12 inches to provide a 26 reasonably firm but friable planting area. Do not till any slopes 3(H) to 27 1(V) or steeper. 28 29 7. Return soil to a uniform finished grade, 1 inch, or the specified depth 30 of mulch plus 1 inch, below walks, curbs, junction and valve boxes, 31 catch basins, and driveways, unless otherwise specified. 32 33 8. Begin planting and mulching the area within two days of final 34 preparation. 35 36 8-02.3(6) Soil Amendments 37 The Contractor shall place soil amendments of the type, quality, and quantities 38 specified where shown in the Plans or as specified in the Special Provisions. Areas 39 receiving soil amendments shall be bare soil or vegetation free prior to application. 40 All soil amendments shall be installed as shown in the Plans within 30 calendar 41 days after delivery to the project site. 42 43 8-02.3(6)A Compost 44 Compost used for soil amendments shall be Fine Compost unless otherwise 45 designated in the Plans. When compost blanket is used for temporary erosion 46 control, the compost blanket may be incorporated into the soil immediately 47 prior to planting when used as compost soil amendment. The area shall be 48 prepared in accordance with Section 8-02.3(5) prior to placing compost. 49 50 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 8-02.3(6)B Fertilizers 1 The Contractor shall apply fertilizer in the form, mixture, and rate specified in 2 the Special Provisions or as directed by the Engineer. Application procedures 3 shall be in accordance with the manufacturer’s recommendations unless 4 otherwise specified in the Special Provisions. 5 6 The Contractor shall submit a guaranteed fertilizer analysis label for the 7 selected product a minimum of one week prior to application for acceptance. 8 Following the Engineer’s acceptance, fertilizing of the accepted ground or 9 vegetated surfaces shall begin immediately. 10 11 In seeding and lawn areas to be fertilized, the fertilizer shall be applied 12 concurrently with the seed. When fertilizer is hydraulically applied, the fertilizer 13 shall be suitable for application with seeding as specified in Section 8-14 02.3(9)C. If hydroseeding, the fertilizer shall be placed in the hydroseeder tank 15 no more than 1 hour prior to application. 16 17 Fertilizers for planting areas shall be applied concurrently with compost and 18 applied prior to incorporation, unless tablet form fertilizer is specified. Where 19 tablet form fertilizer is specified, fertilizer shall be applied concurrently with 20 plant installation. 21 22 Fertilizer sprayed on signs or sign structures shall be removed the same day. 23 24 Areas not accessible by fertilizing equipment shall be fertilized by allowed 25 hand methods. 26 27 Second Application: A second application of fertilizer shall be applied as 28 specified in the Special Provisions at the locations designated in the Plans. 29 The fertilizer shall be applied during the months of March, April, or May of the 30 following year after the initial seeding, planting, or lawn installation. The 31 fertilizer shall be dry granular pellets or pearls and applied in accordance with 32 the manufacturer’s recommendations or as specified in the Special Provisions. 33 34 8-02.3(7) Layout of Planting, Lawn and Seeding Areas 35 The Contractor shall lay out and prepare planting and lawn areas and receive the 36 Engineer’s acceptance of layout and preparation prior to any installation activities. 37 The Contractor shall stake the location of all trees larger than 1-inch caliper and the 38 perimeter of all planting areas for acceptance by the Engineer prior to any 39 installation activities. 40 41 The Contractor shall locate all trees to be planted in mowable grass areas a 42 minimum of 10 feet from the edge of planting areas, other trees, fence lines, and 43 bottom of ditches unless otherwise specified. 44 45 Tree locations shown in the Plans shall be considered approximate unless shown 46 with stationing and offset distance. In irrigated areas, trees shall be located so their 47 trunk is a minimum of ⅓ of the spray radius away from the nearest sprinkler head. 48 49 Unless otherwise shown, planting areas located adjacent to Roadways shall begin 50 6 feet from the edge of shoulder on roadway fills and begin 5 feet up on the back 51 slope from the bottom on roadway cut sections. Plants within planting areas shall 52 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 be located such that mature branching pattern will not block sight distance, signs, 1 or other traffic-related devices. No trees shall be placed where the mature canopy 2 will grow to within 10 feet of existing power lines. Where roadside ditches are 3 present, planting areas shall begin 5 feet from the centerline of the ditch unless 4 shown otherwise in the Plans. 5 6 8-02.3(8) Planting 7 8-02.3(8)A Dates and Conditions for Planting 8 No plant material shall be planted until it has been inspected and accepted for 9 planting by the Engineer. Rejected material shall be removed from the project 10 site immediately. All plants for the project or a sufficient quantity to plant 1-acre 11 of the site, whichever is less, shall be received on site prior to the Engineer 12 beginning inspection of the plants. 13 14 Under no circumstances will planting be permitted during unsuitable soil or 15 weather conditions as determined by the Engineer. Unsuitable conditions may 16 include frozen soil, freezing weather, saturated soil, standing water, high 17 winds, heavy rains, and high water levels. The ground shall be moist at the 18 time of planting. All planting shall be accomplished during the following 19 periods: 20 21 1. Non-Irrigated Plant Material 22 Western Washington (West of the Cascade Mountain Crest) – 23 October 1 to March 1. 24 Eastern Washington (East of the Cascade Mountain Crest) – October 25 1 to November 15. 26 27 2. Irrigated Plant Material 28 29 In irrigated areas, plant material shall not be installed until the irrigation 30 system is fully operational and accepted by the Engineer. Trees and 31 shrubs may be planted in irrigated areas during the non-irrigated planting 32 window before the irrigation system is functional with the written 33 concurrence of the Engineer only if the irrigation system is guaranteed to 34 be operational prior to the end of the non-irrigated planting window. 35 36 8-02.3(8)B Plant Installation 37 The Contractor shall handle plant material in the following manner: 38 39 1. Root systems shall be kept covered and damp at all times. Plant 40 material shall be kept in containers until the time of planting. 41 42 2. Roots shall not be bunched, curled, twisted, or unreasonably bent 43 when placed in the planting hole. Bare root plant material shall be 44 dormant at the time of harvesting and planting. The root systems of 45 all bare root plant material shall be dipped in a slurry immediately 46 prior to planting. 47 48 3. Plant material supplied in wrapped balls shall not be removed from 49 the wrapping until the time of planting at the planting location. The 50 root system of balled plant material shall be moist at the time of 51 planting. Root balls shall be loosened prior to planting. All burlap, 52 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 baskets, string, wire and other such materials shall be removed from 1 the hole when planting balled plants. 2 3 4. Plant cutting material shall be dormant at the time of cutting and 4 planting. All cuttings shall be installed immediately if buds begin to 5 swell. 6 7 5. Plants shall be placed with the crown at the finished grade. In their 8 final position, plants shall have their top true root (not adventitious 9 root) no more than 1 inch below the soil surface, no matter where that 10 root was located in the original root ball or container. The backfill 11 material, including container and root ball soil, shall be thoroughly 12 watered on the same day that planting occurs regardless of season. 13 14 When installing plants, the Contractor shall dig planting holes three times the 15 diameter of the container or root ball size. Any glazed surface of the planting 16 hole shall be roughened prior to planting. 17 18 8-02.3(8)C Pruning, Staking, Guying, and Wrapping 19 Plants shall be pruned at the time of planting, only to remove minor broken or 20 damaged twigs, branches or roots. Pruning shall be performed with a sharp 21 tool and shall be done in such a manner as to retain or to encourage natural 22 growth characteristics of the plants. All other pruning shall be performed only 23 after the plants have been in the ground at least 1 year and when plants are 24 dormant. 25 26 Trees shall only be staked when so noted in the Plans. Each tree shall be 27 staked or guyed before completion of the backfilling in accordance with the 28 details shown in the Plans. 29 30 Trees shall be wrapped when so noted in the Plans. 31 32 8-02.3(9) Seeding, Fertilizing, and Mulching 33 For all seed, the Contractor shall furnish the following documentation to the 34 Engineer: 35 36 1. The state or provincial seed dealer license and endorsements. 37 38 2. Copies of Washington State Department of Agriculture (WSDA) test 39 results on each lot of seed. Test results shall be within six months prior to 40 the date of application. 41 42 8-02.3(9)A Dates for Application of Seed 43 Unless otherwise allowed by the Engineer, the Contractor shall apply seed for 44 permanent erosion control during the following periods: 45 46 Western Washington1 (West of the Cascade Mountain Crest) Eastern Washington (East of the Cascade Mountain Crest) March 1 through May 15 September 1 through October 1 October 1 through November 15 1Seeding may be allowed outside these dates when allowed by the AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 Engineer. 1 All roadway excavation and embankment ground surfaces that are completed 2 to final grades shall be prepared and seeded during the first available seeding 3 window. When environmental conditions are not conducive to satisfactory 4 results, the Engineer may suspend the seeding Work until such time that the 5 desired results are likely to be obtained. If seeding is suspended, temporary 6 erosion control methods according to Section 8-01 shall be used to protect the 7 bare soil until seeding conditions improve. 8 9 8-02.3(9)B Seeding and Fertilizing 10 The Contractor shall prepare the seeding area in accordance with Section 8-11 02.3(5)A and apply seed at the rate and mix specified in the Special 12 Provisions. The Contractor shall notify the Engineer within 5 days in advance 13 of any seeding operation and shall not begin the Work until areas prepared or 14 designated for seeding have been accepted. Following the Engineer’s 15 acceptance, seeding of the accepted ground surfaces shall begin immediately. 16 17 Seeding shall not be done during windy weather or when the ground is frozen, 18 or excessively wet. 19 20 When seeding by hand, the seed shall be incorporated into the top ¼ inch of 21 soil by hand raking or other method that is allowed by the Engineer. 22 23 Seed applied as a separate operation using a hydroseeder shall have a tracer 24 added to visibly aid uniform application. The tracer shall be HECP Short-Term 25 Mulch applied at a rate of 200 to 250 pounds per acre and the tracer shall carry 26 the measured specified seeding rate. 27 28 8-02.3(9)C Seeding with Fertilizers and Mulches 29 When the Proposal includes any variation of seeding, fertilizing, and without 30 mulching, the seed and fertilizer shall be applied in one application followed by 31 mulching. West of the Cascade Mountains, seed, fertilizer, and mulch may be 32 completely applied in one application. East of the Cascades, seeding, 33 fertilizing, and mulching shall not be applied as a single application unless 34 allowed by the Engineer in writing prior to application. The fertilizing and 35 mulching shall meet the requirements of Sections 8-02.3(6) and 8-02.3(11). 36 37 8-02.3(9)D Inspection 38 Seeded areas will be inspected upon completion of seeding, fertilizing, and 39 mulching. The Work in any area will not be measured for payment until a 40 uniform distribution of the materials is accomplished at the specified rate. 41 Areas that have not received a uniform application of seed, fertilizer, and 42 mulch at the specified rate, as determined by the Engineer, shall be re-seeded, 43 re-fertilized, or re-mulched prior to payment for seeding within a designated 44 area. 45 46 8-02.3(9)E Protection and Care of Seeded Areas 47 The Contractor shall install and establish a stable and weed free stand of 48 grass as specified within all designated permanent seeding areas. A stable 49 stand of grass shall meet the following requirements: 50 51 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 1. A dense and uniform canopy cover, 70% for Western Washington 1 and 50% for Eastern Washington, of specified species covers all 2 seeded areas after 3 months of active growth following germination 3 during the growing season. Canopy cover is defined as the cover of 4 living and vigorous grass blades, leaves, and shoots of specified 5 species. Volunteer species, weeds, woody plants, or other 6 undesirable vegetation shall not factor into the canopy cover. Growth 7 and establishment may require supplemental irrigation to meet cover 8 requirements. 9 10 2. Stand health is evident by vigorously growing planted species having 11 a uniform rich-green appearance and with no dead patches or major 12 gaps of growth. A stand of grass that displays rusting, wilting, stunted 13 growth, disease, yellowing or browning of leaves, or bare patches 14 does not meet the stand health requirement. 15 16 3. The Contractor shall establish a stable stand of grass free of all 17 weeds, non-specified grasses, and other undesirable vegetation. 18 Weed control shall be in accordance with the Weed and Pest Control 19 Plan and occur on a monthly basis during the establishment period 20 and through the life of the Contract. 21 22 4. Remove all trash, rocks, construction debris, and other obstructions 23 that may be detrimental to the continued establishment of future 24 seeding. 25 26 In addition to the requirements of Section 1-07.13(1), restoration of eroded 27 areas including clean up, removal, and proper disposal of eroded material, 28 filling and raking of eroded areas with Topsoil Type A or fine compost, and re-29 application of the specified seed, fertilizer, and mulch shall occur at no 30 additional cost to the Contracting Agency. 31 32 8-02.3(10) Lawn Installation 33 8-02.3(10)A Dates and Conditions for Lawn Installation 34 In irrigated areas, lawn installation shall not begin until the irrigation system 35 is fully operational. 36 37 Unless otherwise allowed by the Engineer, seeded lawn installation shall be 38 performed during the following time periods at the location shown: 39 40 Western Washington (West of the Cascade Mountain Crest) Eastern Washington (East of the Cascade Mountain Crest) March 1 through May 15 September 1 through October 1 October 1 through November 15 When irrigation system is operational March 1 through October 1 When irrigation system is operational March 1 through November 1 41 8-02.3(10)B Lawn Seeding and Sodding 42 The Contractor shall prepare the lawn area in accordance with Section 8-43 02.3(5) and apply seed at the mix and rate of application as specified in the 44 Special Provisions. 45 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 1 The Contractor shall have the option of sodding in lieu of seeding for lawn 2 installation at no additional expense to the Contracting Agency. Seeding in lieu 3 of sodding will not be allowed. 4 5 Seed placed by hand shall be raked into the soil. Following raking, the seeded 6 soil shall be rolled with a smooth 50-pound roller. Sod strips shall be placed 7 within 48 hours of being cut. Placement shall be without voids and have the 8 end joints staggered. Following placement, the sod shall be rolled with a 9 smooth roller to establish contact with the soil. 10 11 Barriers shall be erected, with warning signs where necessary, to preclude 12 pedestrian traffic access to the newly placed lawn during the establishment 13 period. 14 15 8-02.3(10)C Lawn Establishment 16 Lawn establishment shall consist of caring for all new lawn areas within the 17 limits of the project. 18 19 The lawn establishment period shall begin immediately after the lawn seeding 20 or sodding has been accepted by the Engineer and shall extend to the end of 21 four mowings or 20 working days whichever is longer. The mowings shall be 22 done in accordance with Section 8-02.3(10)D. 23 24 During the lawn establishment period, the Contractor shall ensure the 25 continuing healthy growth of the turf. This care shall include keeping the 26 project in a presentable condition including, but not limited to, removal of litter, 27 mowing, trimming, removal of grass clippings, edging, fertilization, insecticide 28 and fungicide applications, weed control, watering, repairing the irrigation 29 system, and repair and reseeding all damaged areas. 30 31 Temporary barriers shall be removed only when directed by the Engineer. 32 33 All Work performed under lawn establishment shall comply with established 34 turf management practices. 35 36 Acceptance of lawn planting as specified will be based on a uniform stand of 37 grass and a uniform grade at the time of final inspection. The Contractor shall 38 recultivate, re-grade, reseed, and refertilize areas that are bare or have a poor 39 stand of grass or not having a uniform grade through any cause before final 40 inspection at no additional cost to the Contracting Agency. 41 42 8-02.3(10)D Lawn Mowing 43 Lawn mowing shall begin immediately after the lawn establishment period has 44 been accepted by the Engineer and shall extend to the end of the Contract or 45 the first-year plant establishment, whichever is last. 46 47 The Contractor shall accomplish the following minimum requirements: 48 49 1. Mow, trim, and edge as often as conditions dictate, at a minimum, 50 once per week between April and September. Maximum height of 51 lawn shall not exceed 3 inches. The cutting height shall be 2 inches. 52 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 Cuttings, trimmings, and edgings shall be disposed of off the project 1 site. When the Engineer allows the use of a mulching mower, 2 trimmings may be left in place. 3 4 2. Water as often as conditions dictate depending on weather and soil 5 conditions. 6 7 3. Provide fertilizer, weed control, water, and other measures as 8 necessary to establish and maintain a healthy stand of grass. 9 10 8-02.3(11) Mulch 11 Mulches associated with seeding and planting shall be of the type specified in the 12 Special Provisions or as indicated in the Plans. The Contractor shall evenly apply 13 mulch at the rates indicated in the Plans. Mulches shall not be placed below the 14 anticipated water level of ditch slopes, pond bank slopes, and stream banks, or in 15 areas of standing or flowing water. 16 17 8-02.3(11)A Mulch for Seeding Areas 18 The Contractor shall furnish and evenly apply Hydraulically Applied Erosion 19 Control Product (HECP) Long Term Mulch at the rates indicated and in 20 accordance with the Manufacturer’s specifications unless otherwise specified. 21 22 HECP Long Term Mulch shall be hydraulically applied at the rate of 3500 23 pounds per acre with no more than 2000 pounds applied in any single lift. 24 HECP mulch shall not be used within the Ordinary High Water Mark. 25 26 Mulch sprayed on signs or sign Structures shall be removed the same day. 27 28 Areas not accessible by mulching equipment shall be mulched by accepted 29 hand methods. 30 31 HECP Long Term Mulch may be applied with seed and fertilizer west of the 32 summit of the Cascade Range. East of the summit of the Cascade Range, 33 seed and fertilizer shall be applied in a single application followed by the 34 application of mulch. 35 36 8-02.3(11)B Bark or Woodchip Mulch 37 The Contractor shall apply bark or wood chip mulch of the type and depth 38 specified where shown in the Plans or as specified in the Special Provisions. 39 40 The Contractor shall complete final grading and placement/incorporation of soil 41 amendments within the planting area prior to placement of mulch. Areas 42 receiving bark mulch shall be bare soil or vegetation free before application, 43 except where trees and other plants are specifically identified in the Plans or 44 designated by the Engineer to be saved and protected. 45 46 Bark or wood chip mulch shall be placed to a uniform non-compacted depth of 47 3 inches over all planting areas unless otherwise specified. Mulch shall be 48 feathered to the base of the plant and 1 inch below the top of junction and 49 valve boxes, curbs, and pavement edges. 50 51 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 Any contamination of the mulch due to the Contractor’s operations shall be 1 corrected to its former condition at no additional cost to the Contracting 2 Agency. Mulch placed to a thickness greater than specified shall be at no 3 additional cost to the Contracting Agency. 4 5 The Contractor shall keep plant material crowns, runners, and branches free of 6 mulch at all times. 7 8 8-02.3(11)C Bark or Woodchip Mulch Rings 9 The Contractor shall apply mulch rings around plants installed within existing 10 vegetation areas or within seeded areas as shown in the Plans. Bark or wood 11 chip mulch rings shall be applied to the surface of vegetation free amended 12 soil in the isolated plant locations where shown in the Plans or as specified in 13 the Special Provisions. Bark or wood chip mulch shall be placed to a uniform 14 non-compacted depth of 3 inches to a radius of 2 feet around all plants within 15 interplanted plant locations. 16 17 8-02.3(12) Completion of Initial Planting 18 Upon completion of the initial planting within a designated area, the Engineer will 19 make an inspection of all planting areas. The Engineer will notify the Contractor, in 20 writing, of any replacements or corrective action necessary to meet the plant 21 installation requirements. The Contractor shall replace all plants and associated 22 materials rejected or missing and correct unsatisfactory conditions. 23 24 Completion of the initial planting within a designated area includes the following 25 conditions: 26 27 1. 100 percent of each of the plant material categories are installed as 28 shown in the Plans. 29 30 2. Planting Area is cleaned up. 31 32 3. Repairs are completed, including but not limited to, full operation of the 33 irrigation system. 34 35 4. Mulch coverage is complete. 36 37 5. All weeds are controlled. 38 39 8-02.3(13) Plant Establishment 40 Plant establishment consists of caring for all plants and  planting areas within the 41 project limits. The provisions of Sections 1-07.13(2) and 1-07.13(3) do not apply to 42 this Section. 43 44 When the Proposal includes the bid item PSIPE____ (Plant Selection Including 45 Plant Establishment), that bid item includes one year of plant establishment Work. 46 The first year of plant establishment shall begin immediately upon written 47 notification from the Engineer of the completion of initial planting for the project. 48 The first-year plant establishment period shall be a minimum of one calendar year. 49 The one calendar year shall be extended an amount equal to any periods where 50 the Contractor does not comply with the plant establishment requirements and 51 plan. 52 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 1 During the first-year plant establishment period, the Contractor shall perform all 2 Work necessary to ensure the resumption and continued growth of the transplanted 3 material. This Work shall include, but is not limited to, applying water, removing 4 foreign, dead, or rejected plant material, maintaining all planting areas in a weed-5 free condition, and replacing all unsatisfactory plant material planted under the 6 Contract. If plants are stolen or damaged by the acts of others, the Contracting 7 Agency will pay invoice cost only for the replacement plants with no mark-up and 8 the Contractor will be responsible for the labor to install the replacement plants. 9 Other weed control within the project limits but outside of planting, lawn, or seeding 10 areas shall be as specified in Section 8-02.3(3)C. 11 12 During the first year of plant establishment, the Contractor shall meet monthly or at 13 an agreed upon schedule with the Engineer for the purpose of joint inspection of 14 the planting material. The Contractor shall correct all unsatisfactory conditions 15 identified by the Engineer within a 10-day period immediately following the 16 inspection. If plant replacement is required, the Contractor shall, within the 10-day 17 period, submit a plan and schedule for the plant procurement and replacement to 18 occur during the planting period as designated in Section 8-02.3(8). At the end of 19 the plant establishment period, plants that do not show normal growth shall be 20 replaced and all staking and guying that remain on the project shall be removed 21 unless otherwise allowed by the Engineer. 22 23 All automatic irrigation systems shall be operated fully automatic during the plant 24 establishment period and until final acceptance of the Contract. Payment for water 25 used to water in plants, or hand watering of plant material or lawn areas unless 26 otherwise specified, is the responsibility of the Contractor during the first-year plant 27 establishment period. 28 29 Subsequent year plant establishment periods shall begin immediately at the 30 completion of the preceding year’s plant establishment period. Each subsequent 31 plant establishment period shall be one full calendar year in duration. 32 33 During the plant establishment period(s) after the first year plant establishment, the 34 Work necessary for the continued healthy and vigorous growth of all plants material 35 shall be performed as directed by the Engineer. 36 37 Payment for water used to water plants during the subsequent year(s) of plant 38 establishment will be paid under the plant establishment item. 39 40 8-02.3(14) Plant Replacement 41 The Contractor shall be responsible for growing or arrange to provide sufficient 42 plants for replacement of all plant material rejected through first-year plant 43 establishment. All replacement plant material shall be inspected and accepted by 44 the Engineer prior to installation. All rejected plant material shall be replaced with 45 acceptable plants meeting the specifications and installed according to the 46 requirements of this Section at dates allowed by the Engineer. 47 48 All replacement plants shall be of the same species as the plants they replace and 49 meet the requirements of Section 9-14.8 unless otherwise allowed by the Engineer. 50 Plants may vary in size reflecting one season of growth should the Contractor elect 51 to hold plant material under nursery conditions for an additional year to serve as 52 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 replacement plants. Replacement plant material larger than specified in the Plans 1 shall meet the applicable section requirements of the ASNS for container class, ball 2 size, spread, and branching characteristics. 3 4 8-02.3(15) Bioengineering 5 Bioengineering consists of using plant materials for the purpose of streambank or 6 earthen slope construction and surface stabilization. This Work may include 7 installing woody plant cuttings in various forms as well as part of streambank or 8 earthen slope construction. 9 10 8-02.3(15)A Fascines 11 Live fascines shall be constructed of live and dead cuttings bundled together 12 with a diameter of 8 to 18 inches. Live cuttings shall be the species shown in 13 the Plans. Dead branches may be cuttings from any woody, non-invasive plant 14 native to the project area. Dead branches may be placed within the live fascine 15 and on the side exposed to the air. Live branches shall be placed in contact 16 with the soil along their entire length. Each live fascine must contain a 17 minimum of eight live branches. Dead branches shall constitute no more than 18 40 percent of the total fascine content. 19 20 The total length of each live fascine shall be a minimum of 5 feet. Branches 21 shall be bundled into log-like forms and bound with biodegradable twine 22 spaced at 1-foot intervals along the entire length of the live fascine. Live 23 fascines shall be installed horizontally in a trench whose depth shall be ½ the 24 diameter of the live fascine. Secure the live fascine with live stakes 3 feet in 25 length and ¾ inch in diameter placed at 18-inch intervals. A minimum of three 26 live stakes shall be used per fascine. The live stakes shall be driven through 27 the live fascine vertically into the slope. The ends of live fascines shall be 28 woven together so that no gap remains between the two sections of the 29 live fascine. 30 31 Prior to being covered with soil, the fascine shall be thoroughly watered. Once 32 the fascine is covered with 6 inches of soil, the soil covering the fascine shall 33 be thoroughly watered. 34 35 When used to remedy erosion areas, live fascines shall extend a minimum of 36 two feet beyond the visible area of erosion and soil disturbance. The locations 37 for live fascines and live stake rows shall be identified in the field for review 38 and acceptance by the Engineer. The Engineer may require adjustment of 39 fascine locations prior to installation in order to best accomplish the intended 40 functions. 41 42 Plant replacement during plant establishment for “PSIPE Live Fascine” will be 43 required for any section void of live shoots for a length of 3 feet or more. 44 Replacement shall consist of installing live stakes, spaced 1 foot apart above 45 the fascine within the area void of live shoots. Live stakes shall be of the same 46 species as the live fascine and shall have a minimum length of 3 feet and a 47 minimum diameter of ¾ inch. The requirements of Section 8-02.3(8) apply to 48 PSIPE Live Fascine. 49 50 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 8-02.3(15)B Brush Mattress 1 Live brush mattress shall be constructed of live branch cuttings, live poles, jute 2 rope and topsoil. The live cuttings and live poles shall be from the plant 3 species designated in the Plans. Live branch cuttings shall be placed with the 4 cut ends oriented down slope as shown in the Plans. Cuttings shall overlap 5 from side to side and from top to bottom as each layer is constructed. The live 6 branches in each succeeding upper layer shall overlap the adjacent lower 7 layer by a minimum of 6 inches. A maximum of 20 percent of the branches 8 may be dead branches, but the live branches shall be distributed evenly to 9 provide even rooting and growth over the entire area of the brush mattress. 10 11 The Contractor shall anchor the live brush mattress to the slope using stakes 12 and jute rope as shown in the Plans. Initially, the stakes shall be installed to 13 protrude above the live brush mattress. The Contractor shall attach the jute 14 rope to the stakes and tighten the rope by tamping the stakes further into the 15 bank, pulling the live brush mattress tight against the soil surface. The 16 Contractor shall cover the live brush mattress with sufficient stockpiled topsoil 17 to ensure good soil contact with the live plant material. 18 19 Plant replacement during plant establishment for “PSIPE Live Brush Mattress” 20 will be required for any section void of live shoots for an area of 25 square feet 21 or more. Replacement shall consist of installing live stakes, spaced 3 feet 22 apart in a triangular pattern within the area void of live shoots. Live stakes 23 shall be of the same species as the live brush mattress and shall have a 24 minimum length of 3 feet and a minimum diameter of ¾ inch. The 25 requirements of Section 8-02.3(8) apply to PSIPE Brush Mattress. 26 27 8-02.3(15)C Brush Layer 28 Brush layers shall be constructed of live branch cuttings, randomly mixed, from 29 the plant species listed under the brush layer heading in the Plans. The 30 number of branches required will vary depending on the average branch 31 diameter and layer thickness. 32 33 Brush layers shall be placed in a trench dug at a 45 degree incline into the 34 slope or stream bank. Two-thirds to three-fourths of the length of the live 35 branches shall be buried. Soil shall be firmly tamped in place. Succeeding 36 layers shall be spaced as detailed in the Plans. Brush layer placed in stream 37 banks shall be angled downstream. 38 39 Brush layers may include plant establishment when designated as PSIPE 40 Brush Layer. Plant replacement for PSIPE Brush Layer will be required for 41 each section void of live shoots for a continuous distance of 3 feet or more. 42 The requirements of Section 8-02.3(8) apply to PSIPE Brush Layer. 43 44 8-02.3(16) Roadside Maintenance Under Construction 45 When the Contract includes the item, Roadside Maintenance Under Construction, 46 this Work includes roadside mowing and ditch maintenance, and noxious weed 47 control outside of planting areas according to Section 8-02.3(3)C. 48 49 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 8-02.3(16)A Roadside Mowing 1 The Contractor shall mow designated roadside grass areas to the limits 2 designated by the Engineer. Roadside mowing is limited to slopes not steeper 3 than 3(H) to 1(V). 4 5 The Contractor shall mow according to the following requirements: 6 7 1. Trim around traffic equipment, structures, planting areas, or other 8 features extending above ground preceding or simultaneously with 9 each mowing. 10 11 2. Maintain grass between 4 and 12 inches in height. 12 13 3. Operate mowing equipment with suitable guards to prevent throwing 14 rocks or debris onto the traveled way or off of the Contracting Agency 15 property. Power driven equipment shall not cause ruts, deformation, 16 and compaction of the vegetated soil. 17 18 4. Removing clippings is required on the traveled way, shoulders, 19 walkways, or Structures. 20 21 5. Restore soil rutting to a smooth and even grade at the direction of the 22 Engineer. 23 24 8-02.3(16)B Ditch Maintenance 25 The Contractor shall maintain drainage for the duration of the Contract 26 according to the following requirements: 27 28 1. Maintain flow lines in drainage channels and roadside ditches. 29 30 2. Cutting or trimming vegetation within drainage channels to maintain 31 positive flow. 32 33 3. Remove dirt and debris from inside of culverts or any drainage area 34 where runoff has allowed accumulations and re-seed for erosion 35 control. 36 37 4. Restore channels to previous operational condition. 38 39 8-02.4 Measurement 40 Topsoil, bark or woodchip mulch and soil amendments will be measured by the acre or 41 the square yard along the grade and slope of the area covered immediately after 42 placement. Weed control pre-treatment of topsoil areas, excavation, and stockpiling are 43 included in the bid item “Topsoil Type ___. 44 45 Bark or woodchip mulch rings will be measured per each. 46 47 Compost will be measured by the acre or the square yard along the grade and slope of 48 the area covered immediately after application. 49 50 Seeding, fertilizing, and mulching will be measured by the acre or the square yard by 51 ground slope measurement or through the use of design data. 52 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 1 Seeding and fertilizing by hand will be measured by the square yard. No adjustment in 2 area size will be made for the vegetation free zone around each plant. 3 4 Seeded lawn, sod installation, and lawn mowing will be measured along the ground 5 slope and computed in square yards of actual lawn completed, established, and 6 accepted. 7 8 Plant selection will be measured per each. 9 10 PSIPE __ (Plant Selection Including Plant Establishment) will be measured per each. 11 12 Live Pole will be measured per each. 13 14 Live Stake Row will be measured by the linear foot along the ground slope line. 15 16 The pay quantities for plant materials will be determined by count of the number of 17 satisfactory plants in each category accepted by the Engineer. 18 19 Fascine and PSIPE live fascine will be measured by the linear foot along the ground 20 slope line. 21 22 Brush mattress and PSIPE live brush mattress will be measured by the surface square 23 yard along the ground slope line. 24 25 Brush layer and PSIPE brush layer will be measured by the linear foot along the ground 26 slope line. 27 28 Water will be measured in accordance with Section 2-07.4. Measurement will be made 29 of only that water hauled in tank trucks or similar equipment. 30 31 8-02.5 Payment 32 Payment will be made for each of the following listed Bid items that are included in the 33 Proposal: 34 35 “Project Area Weed and Pest Control” will be paid in accordance with Section 1-36 09.6. 37 For the purpose of providing a common Proposal for all Bidders, the Contracting 38 Agency entered an amount for “Project Area Weed and Pest Control” in the 39 Proposal to become a part of the total Bid by the Contractor. Payment under this 40 item will be made only when the Work is not already covered by other items. 41 42 “Topsoil Type ____”, per acre. 43 The unit Contract price per acre for “Topsoil Type ____” shall be full payment for all 44 costs for the specified Work. 45 46 “Fine Compost ”, per acre or per square yard. 47 “Medium Compost”, per acre or per square yard. 48 “Coarse Compost”, per acre or per square yard. 49 The unit Contract price per acre for “Fine Compost”, “Medium Compost” or “Coarse 50 Compost” shall be full pay for furnishing and spreading the compost onto the 51 existing soil. 52 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 1 “Soil Amendment”, per acre. 2 The unit Contract price per acre for “Soil Amendment” shall be full pay for 3 furnishing and incorporating the soil amendment into the existing soil. 4 5 “Plant Selection ___”, per each. 6 The unit Contract price for “Plant Selection ___”, per each shall be full pay for all 7 Work to perform the work as specified within the planting area prior to planting for 8 weed control, planting area preparation and installation of plants with initial 9 watering. 10 11 As the plants that do not include plant establishment are obtained, propagated, and 12 grown, partial payments will be made as follows: 13 14 Payment of 15 percent of the unit Contract price per each when the plant 15 materials have been contracted, propagated, and are growing under nursery 16 conditions. The Contractor shall provide the Engineer with certification that the 17 plant material has been procured or contracted for delivery to the project for 18 planting within the time limits of the project. The certification shall state the 19 location, quantity, and size of all material. 20 21 Payment will be increased to 100 percent of the unit Contract price per each 22 for contracted plant material at the completion of the initial planting. 23 24 All partial payments shall be limited to the actual number of healthy vigorous 25 plants that meet the stage requirements, limited to plan quantity. Previous 26 partial payments made for materials rejected or missing will be deducted from 27 future payments due the Contractor. 28 29 “PSIPE ___”, per each. 30 The unit Contract price for “PSIPE ___”, per each, shall be full pay for all Work 31 necessary to perform as specified within the planting area for weed control and 32 planting area preparation, planting, cleanup, and water necessary to complete 33 planting operations as specified to the end of first year plant establishment. 34 35 As the plants that include plant establishment are obtained, propagated, and 36 grown, partial payments will be made as follows after inspection by the Engineer: 37 38 Payment of 5 percent of the unit Contract price, per each, when the plant 39 materials have been contracted, propagated, and are growing under nursery 40 conditions. The Contractor shall provide the Engineer with certification that the 41 plant material has been procured or contracted for delivery to the project for 42 planting within the time limits of the project. The certification shall state the 43 location, quantity, and size of all material. 44 45 Payment will be increased to 15 percent of the unit Contract price, per each, 46 upon completion of the initial weed control and planting area preparation Work. 47 48 Payment will be increased to 60 percent of the unit Contract price per each for 49 the contracted plant material in a designated unit area when planted. 50 51 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 Payment will be increased to 70 percent of the unit Contract price per each for 1 contracted plant material at the completion of the initial planting. 2 3 Payment will be increased to the appropriate percentage upon reaching the 4 following plant establishment milestones: 5 6 June 30th 80 percent 7 8 September 30th 90 percent 9 10 Completion of first-year plant establishment or after all 100 percent 11 replacement plants have been installed, whichever is 12 later. 13 14 Plant establishment milestones are achieved when planting areas meet 15 conditions described in Section 8-02.3(13). 16 17 “Seeding, Fertilizing and Mulching”, per acre. 18 19 “Seeding and Fertilizing”, per acre or per square yard. 20 21 “Seeding and Fertilizing by Hand”, per square yard. 22 23 “Second Application of Fertilizer”, per acre. 24 25 “Seeding and Mulching”, per acre. 26 27 “Seeded Lawn Installation”, per square yard. 28 “Sod Installation”, per square yard. 29 “Lawn Mowing”, per square yard. 30 The unit Contract price per square yard for “Seeded Lawn Installation” or “Sod 31 Installation” shall be full pay for all costs necessary to prepare the area, plant or 32 sod the lawn, erect barriers, control weeds, and establish lawn areas and for 33 furnishing all labor, tools, equipment, and materials necessary to complete the 34 Work as specified and shall be paid in the following sequence for healthy, vigorous 35 lawn: 36 37 Completion of Lawn Planting 60 percent of individual areas 38 39 Mid Lawn Establishment (after two mowings) 85 percent of individual areas 40 41 Completion of Lawn Establishment 100 percent of individual areas 42 (after four mowings) 43 44 “Plant Establishment Year ____” will be paid in accordance with Section 1-09.6. 45 For the purpose of providing a common Proposal for all Bidders, the Contracting 46 Agency entered an amount for “Plant Establishment - ___ Year” in the Proposal to 47 become a part of the total Bid by the Contractor. 48 49 “Live Pole”, per each. 50 51 “Live Stake Row”, per linear foot. 52 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 1 “Bark or Wood Chip Mulch”, per acre. 2 3 “Bark or Wood Chip Mulch Rings”, per each. 4 The unit Contract price per acre for “Bark or Wood Chip Mulch” shall be full pay for 5 furnishing and spreading the mulch onto the existing soil. 6 7 “Fascine” and “PSIPE Live Fascine”, per linear foot. 8 “Brush Mattress” and “PSIPE Live Brush Mattress”, per square yard. 9 “Brush Layer” and “PSIPE Brush Layer”, per linear foot. 10 When PSIPE is included with Fascine, Brush Mattress, or Brush Layer, the 11 payment schedule for PSIPE ____ will apply. 12 13 “Roadside Maintenance under Construction” will be paid in accordance with 14 Section 1-09.6. 15 For the purpose of providing a common Proposal for all Bidders, the Contracting 16 Agency has entered an amount for “Roadside Maintenance Under Construction” in 17 the Proposal to become a part of the total Bid by the Contractor. 18 19 “Water”, per M Gal. 20 21 22 8-04.AP8 23 Section 8-04, Curbs, Gutters, and Spillways 24 April 2, 2018 25 8-04.2 Materials 26 In the first paragraph, the reference to “Portland Cement” is revised to read: 27 28 Cement 9-01 29 30 8-04.3(1) Cement Concrete Curbs, Gutters, and Spillways 31 The first paragraph is supplemented with the following: 32 33 Roundabout truck apron cement concrete curb and gutter shall be constructed with air 34 entrained concrete Class 4000 conforming to the requirements of Section 6-02. 35 36 8-06.AP8 37 Section 8-06, Cement Concrete Driveway Entrances 38 April 2, 2018 39 8-06.2 Materials 40 In the first paragraph, the reference to “Portland Cement” is revised to read: 41 42 Cement 9-01 43 44 8-06.3 Construction Requirements 45 The first paragraph is revised to read: 46 47 Cement concrete driveway approaches shall be constructed with air entrained concrete 48 Class 4000 conforming to the requirements of Section 6-02 or Portland Cement or 49 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 Blended Hydraulic Cement Concrete Pavement conforming to the requirements of 1 Section 5-05. 2 3 8-07.AP8 4 Section 8-07, Precast Traffic Curb 5 April 2, 2018 6 8-07.3(1) Installing Curbs 7 The first sentence of the first paragraph is revised to read: 8 9 The curb shall be firmly bedded for its entire length and breadth on a mortar bed 10 conforming to Section 9-20.4(3) composed of one part Portland cement or blended 11 hydraulic cement and two parts sand. 12 13 The fourth paragraph is revised to read: 14 15 All joints between adjacent pieces of curb except joints for expansion and/or drainage 16 as designated by the Engineer shall be filled with mortar composed of one part Portland 17 cement or blended hydraulic cement and two parts sand. 18 19 8-09.AP8 20 Section 8-09, Raised Pavement Markers 21 April 1, 2019 22 8-09.5 Payment 23 The last paragraph is revised to read: 24 25 The unit Contract price per hundred for “Raised Pavement Marker Type 1”, “Raised 26 Pavement Marker Type 2”, “Raised Pavement Marker Type 3______ In.”, and 27 “Recessed Pavement Marker” shall be full pay for furnishing and installing the markers 28 in accordance with these Specifications. 29 30 8-11.AP8 31 Section 8-11, Guardrail 32 April 1, 2019 33 8-11.3(1)A Erection of Posts 34 The first sentence of the first paragraph is revised to read: 35 36 Posts shall be set to the true line and grade of the Highway after the grade is in place 37 and compaction is completed. 38 39 8-11.3(1)C Terminal and Anchor Installation 40 The first paragraph is revised to read: 41 42 All excavation and backfilling required for installation of anchors shall be performed in 43 accordance with Section 2-09, except that the costs thereof shall be included in the unit 44 Contract price for the anchor installed. 45 46 The first sentence of the second to last paragraph is revised to read: 47 48 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 Assembly and installation of Beam Guardrail Non-flared Terminals for Type 31 guardrail 1 shall be supervised at all times by a manufacturer’s representative, or an installer who 2 has been trained and certified by the manufacturer. 3 4 The last paragraph is revised to read: 5 6 Beam Guardrail Non-flared Terminals for Type 31 guardrail shall meet the crash test 7 and evaluation criteria in the Manual for Assessing Safety Hardware (MASH). 8 9 8-11.4 Measurement 10 The third paragraph is revised to read: 11 12 Measurement of beam guardrail _____ terminal will be per each for the 13 completed terminal. 14 15 The fourth paragraph is revised to read: 16 17 Measurement of beam guardrail Type 31 buried terminal Type 2 will be per linear foot 18 for the completed terminal. 19 20 The sixth paragraph is revised to read: 21 22 Measurement of beam guardrail anchor Type 10 will be per each for the completed 23 anchor, including the attachment of the anchor to the guardrail. 24 25 8-11.5 Payment 26 The Bid item “Beam Guardrail Anchor Type ___”, per each is revised to read “Beam 27 Guardrail Anchor Type 10”, per each. 28 29 The Bid item “Beam Guardrail Buried Terminal Type 1”, per each is deleted from this 30 section. 31 32 The Bid item “Beam Guardrail Buried Terminal Type 2”, per linear foot and the following 33 paragraph are revised to read: 34 35 “Beam Guardrail Type 31 Buried Terminal Type 2”, per linear foot. 36 37 The unit Contract price per linear foot for “Beam Guardrail Type 31 Buried Terminal 38 Type 2” shall be full payment for all costs to obtain and provide materials and perform 39 the Work as described in Section 8-11.3(1)C. 40 41 8-14.AP8 42 Section 8-14, Cement Concrete Sidewalks 43 April 2, 2018 44 8-14.2 Materials 45 In the first paragraph, the reference to “Portland Cement” is revised to read: 46 47 Cement 9-01 48 49 In the second paragraph, each reference to “Federal Standard 595” is revised to read “SAE 50 AMS Standard 595”. 51 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 1 8-16.AP8 2 Section 8-16, Concrete Slope Protection 3 April 2, 2018 4 8-16.2 Materials 5 In the first paragraph, the last two material references are revised to read: 6 7 Poured Portland Cement or Blended Hydraulic Cement 8 Concrete Slope Protection 9-13.5(2) 9 Pneumatically Placed Portland Cement or Blended 10 Hydraulic Cement Concrete Slope Protection 9-13.5(3) 11 12 8-17.AP8 13 Section 8-17, Impact Attenuator Systems 14 January 7, 2019 15 8-17.3 Construction Requirements 16 This section is supplemented with the following: 17 18 Permanent impact attenuators shall meet the crash test and evaluation criteria of the 19 Manual for Assessing Safety Hardware (MASH), except as otherwise noted in the Plans 20 or Special Provisions. 21 22 8-20.AP8 23 Section 8-20, Illumination, Traffic Signal Systems, Intelligent Transportation 24 Systems, and Electrical 25 August 6, 2018 26 8-20.1(1) Regulations and Code 27 The last paragraph is revised to read: 28 29 Persons performing electrical Work shall be certified in accordance with and supervised 30 as required by RCW 19.28.161. Proof of certification shall be worn at all times in 31 accordance with WAC 296-46B-942. Persons failing to meet these certification 32 requirements may not perform any electrical work, and shall stop any active electrical 33 work, until their certification is provided and worn in accordance with this Section. 34 35 8-20.2(2) Equipment List and Drawings 36 This section is renumbered: 37 38 8-20.2(1) Equipment List and Drawings 39 40 8-20.3(4) Foundations 41 The second sentence of the first paragraph is revised to read: 42 43 Concrete for Type II, III, IV, V, and CCTV signal standards and light standard 44 foundations shall be Class 4000P and does not require air entrainment. 45 46 8-20.3(5)A General 47 The last two sentences of the last paragraph is deleted. 48 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 1 This section is supplemented with the following: 2 3 All conduits shall include a pull tape with the equipment grounding conductor. The pull 4 tape shall be attached to the conduit near the end bell or grounded end bushing, or to 5 duct plugs or caps if present, at both ends of the conduit. 6 7 8-20.3(8) Wiring 8 The seventeenth paragraph is supplemented with the following: 9 10 Pulling tape shall meet the requirements of Section 9-29.1(10). Pull string may not be 11 used. 12 13 8-20.3(14)C Induction Loop Vehicle Detectors 14 Item number 2 is deleted. 15 16 Item numbers 3 through 12 are renumbered to 2 through 11, respectively. 17 18 8-21.AP8 19 Section 8-21, Permanent Signing 20 January 7 2019 21 8-21.3(5) Sign Relocation 22 The second sentence of the first paragraph is revised to read: 23 24 Where the existing sign Structure is mounted on concrete pedestals, the Contractor 25 shall remove the pedestal to a minimum of 2 feet below finished grade and backfill the 26 remaining hole with material similar to that surrounding the hole. 27 28 8-21.3(9)F Foundations 29 Item number 3 of the twelfth paragraph is supplemented with the following new sentence: 30 31 Class 4000P concrete for roadside sign structures does not require air entrainment. 32 33 8-22.AP8 34 Section 8-22, Pavement Marking 35 January 7, 2019 36 8-22.3(2) Preparation of Roadway Surfaces 37 The second paragraph is revised to read: 38 39 Remove all other contaminants from pavement surfaces that may adversely affect the 40 installation of new pavement marking. 41 42 8-22.3(3)F Application Thickness 43 The second to last sentence of the last paragraph is revised to read: 44 45 After grinding, clean the groove. 46 47 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 9-00.AP9 1 Section 9-00, Definitions and Tests 2 January 7, 2019 3 9-00.4 Sieves for Testing Purposes 4 This section is revised to read: 5 6 Test sieves shall be made of either: (1) woven wire cloth conforming to ASTM E11, or 7 (2) square-hole, perforated plates conforming to ASTM E323. 8 9 9-00.7 Galvanized Hardware, AASHTO M 232 10 The first sentence is revised to read: 11 12 An acceptable alternate to hot-dip galvanizing in accordance with AASHTO M 232 will 13 be zinc coatings mechanically deposited in accordance with ASTM B695, providing the 14 minimum thickness of zinc coating is not less than that specified in AASHTO M 232, 15 and the process will not produce hydrogen embrittlement in the base metal. 16 17 9-02.AP9 18 Section 9-02, Bituminous Materials 19 January 7, 2019 20 9-02.1 Asphalt Material, General 21 The second paragraph is revised to read: 22 23 The Asphalt Supplier of Performance Graded (PG) asphalt binder and emulsified 24 asphalt shall have a Quality Control Plan (QCP) in accordance with WSDOT QC 2 25 “Standard Practice for Asphalt Suppliers That Certify Performance Graded and 26 Emulsified Asphalts”. The Asphalt Supplier’s QCP shall be submitted and receive the 27 acceptance of the WSDOT State Materials Laboratory. Once accepted, any change to 28 the QCP will require a new QCP to be submitted for acceptance. The Asphalt Supplier 29 of PG asphalt binder and emulsified asphalt shall certify through the Bill of Lading that 30 the PG asphalt binder or emulsified asphalt meets the Specification requirements of the 31 Contract. 32 33 9-02.1(4) Performance Graded Asphalt Binder (PGAB) 34 This section’s title is revised to read: 35 36 Performance Graded (PG) Asphalt Binder 37 38 The first paragraph is revised to read: 39 40 PG asphalt binder meeting the requirements of AASHTO M 332 Table 1 of the grades 41 specified in the Contract shall be used in the production of HMA. For HMA with greater 42 than 20 percent RAP by total weight of HMA, or any amount of RAS, the new asphalt 43 binder, recycling agent and recovered asphalt (RAP and/or RAS) when blended in the 44 proportions of the mix design shall meet the PG asphalt binder requirements of 45 AASHTO M 332 Table 1 for the grade of asphalt binder specified by the Contract. 46 47 The second paragraph, including the table, is revised to read: 48 49 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 In addition to AASHTO M 332 Table 1 specification requirements, PG asphalt binders 1 shall meet the following requirements: 2 3 Additional Requirements by Performance Grade (PG) Asphalt Binders Property Test Method PG58S- 22 PG58H- 22 PG58V- 22 PG64S-28 PG64H- 28 PG64V- 28 RTFO Residue: Average Percent Recovery @ 3.2 kPa AASHTO T 3501 30% Min. 20% Min. 25% Min. 30% Min. 1Specimen conditioned in accordance with AASHTO T 240 – RTFO. 4 The third paragraph is revised to read: 5 6 The RTFO Jnrdiff and the PAV direct tension specifications of AASHTO M 332 are not 7 required. 8 9 10 9-02.1(6) Cationic Emulsified Asphalt 11 This section is revised to read: 12 13 Cationic Emulsified Asphalt meeting the requirements of AASHTO M 208 Table 1 of the 14 grades specified in the Contract shall be used. 15 16 9-02.5 Warm Mix Asphalt (WMA) Additive 17 This section, including title, is revised to read: 18 19 9-02.5 HMA Additive 20 Additives for HMA shall be accepted by the Engineer. 21 22 9-03.AP9 23 Section 9-03, Aggregates 24 January 7, 2019 25 9-03.1 Aggregates for Portland Cement Concrete 26 This section’s title is revised to read: 27 28 Aggregates for Concrete 29 30 9-03.1(1) General Requirements 31 The first two sentences of the first paragraph are revised to read: 32 33 Concrete aggregates shall be manufactured from ledge rock, talus, or sand and gravel 34 in accordance with the provisions of Section 3-01. Reclaimed aggregate may be used if 35 it complies with the specifications for concrete. 36 37 The second paragraph (up until the colon) is revised to read: 38 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 1 Aggregates for concrete shall meet the following test requirements: 2 3 The second sentence of the second to last paragraph is revised to read: 4 5 The Contractor shall submit test results according to ASTM C1567 through the Engineer 6 to the State Materials Laboratory that demonstrate that the proposed fly ash when used 7 with the proposed aggregates and cement will control the potential expansion to 0.20 8 percent or less before the fly ash and aggregate sources may be used in concrete. 9 10 9-03.1(2) Fine Aggregate for Portland Cement Concrete 11 This section’s title is revised to read: 12 13 Fine Aggregate for Concrete 14 15 9-03.1(4) Coarse Aggregate for Portland Cement Concrete 16 This section’s title is revised to read: 17 18 Coarse Aggregate for Concrete 19 20 9-03.1(4)C Grading 21 The first paragraph (up until the colon) is revised to read: 22 23 Coarse aggregate for concrete when separated by means of laboratory sieves shall 24 conform to one or more of the following gradings as called for elsewhere in these 25 Specifications, Special Provisions, or in the Plans: 26 27 9-03.1(5) Combined Aggregate Gradation for Portland Cement Concrete 28 This section’s title is revised to read: 29 30 Combined Aggregate Gradation for Concrete 31 32 9-03.1(5)B Grading 33 In the last paragraph, “WSDOT FOP for WAQTC/AASHTO T 27/T 11” is revised to read 34 “FOP for WAQTC/AASHTO T 27/T 11”. 35 36 9-03.2 Aggregate for Job-Mixed Portland Cement Mortar 37 This section’s title is revised to read: 38 39 Aggregate for Job-Mixed Portland Cement or Blended Hydraulic Cement Mortar 40 41 The first sentence of the first paragraph is revised to read: 42 43 Fine aggregate for portland cement or blended hydraulic cement mortar shall consist of 44 sand or other inert materials, or combinations thereof, accepted by the Engineer, having 45 hard, strong, durable particles free from adherent coating. 46 47 9-03.4(1) General Requirements 48 The first paragraph (up until the colon) is revised to read: 49 50 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 Aggregate for bituminous surface treatment shall be manufactured from ledge rock, 1 talus, or gravel, in accordance with Section 3-01. Aggregates for Bituminous Surface 2 Treatment shall meet the following test requirements: 3 4 9-03.8(1) General Requirements 5 The first paragraph (up until the colon) is revised to read: 6 7 Aggregates for Hot Mix Asphalt shall meet the following test requirements: 8 9 9-03.8(2) HMA Test Requirements 10 The two tables in the second paragraph are replaced with the following three tables: 11 12 Mix Criteria HMA Class 3∕8 inch ½ inch ¾ inch 1 inch Min. Max. Min. Max. Min. Max. Min. Max. Voids in Mineral Aggregate (VMA), % 15.0 14.0 13.0 12.0 Voids Filled With Asphalt (VFA), % ESAL’s (millions) VFA < 0.3 70 80 70 80 70 80 67 80 0.3 to < 3 65 78 65 78 65 78 65 78 ≥ 3 73 76 65 75 65 75 65 75 Dust/Asphalt Ratio 0.6 1.6 0.6 1.6 0.6 1.6 0.6 1.6 13 Test Method ESAL’s (millions) Number of Passes Hamburg Wheel-Track Testing, FOP for AASHTO T 324 Minimum Number of Passes with no Stripping Inflection Point and Maximum Rut Depth of 10mm < 0.3 10,000 0.3 to < 3 12,500 ≥ 3 15,000 Indirect Tensile (IDT) Strength (psi) of Bituminous Materials FOP for ASTM D6931 175 Maximum 14 ESAL’s (millions) N initial N design N maximum % Gmm < 0.3 ≤ 91.5 96.0 ≤ 98.0 0.3 to < 3 ≤ 90.5 96.0 ≤ 98.0 ≥ 3 ≤ 89.0 96.0 ≤ 98.0 Gyratory Compaction (number of gyrations) < 0.3 6 50 75 0.3 to < 3 7 75 115 > 3 8 100 160 15 9-03.8(7) HMA Tolerances and Adjustments 16 In the table in item number 1, the fifth row is revised to read: 17 18 Asphalt binder -0.4% to 0.5% ±0.7% 19 In the table in item number 1, the following new row is inserted before the last row: 20 21 Voids in Mineral Aggregate, VMA -1.0% 22 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 9-03.9(1) Ballast 1 The second paragraph (up until the colon) is revised to read: 2 3 Aggregates for ballast shall meet the following test requirements: 4 5 9-03.14(4) Gravel Borrow for Structural Earth Wall 6 The second sentence of the first paragraph is revised to read: 7 8 The material shall be substantially free of shale or other soft, poor durability particles, 9 and shall not contain recycled materials, such as glass, shredded tires, concrete rubble, 10 or asphaltic concrete rubble. 11 12 9-03.21(1)B Recycled Concrete Aggregate Approval and Acceptance 13 The first sentence of the second paragraph is revised to read: 14 15 Recycled concrete aggregate may be used as coarse aggregate or blended with coarse 16 aggregate for Commercial Concrete, Class 3000 concrete, or Cement Concrete 17 Pavement. 18 19 Item number 4 of the second paragraph is revised to read: 20 21 4. For Cement Concrete Pavement mix designs using recycled concrete aggregates, 22 the Contractor shall submit evidence that ASR mitigating measures control 23 expansion in accordance with Section 9-03.1(1). 24 25 This section is supplemented with the following new subsection: 26 27 9-03.21(1)B1 Recycled Concrete Aggregate Approval and Acceptance 28 Recycled concrete aggregate may be approved through a three tiered system that 29 consists of the following: 30 31 Tier 1 Approval Requirements Approval of the Reclamation Facility is not required. Acceptance Requirements Certification of toxicity characteristics in accordance with Section 9-03.21(1). Field acceptance testing in accordance with Section 3- 04. Approved to provide the following Aggregate Materials: 9-03.10 Aggregate for Gravel Base 9-03.12(1)B Gravel Backfill for Foundations Class B 9-03.12(2) Gravel Backfill for Walls 9-03.12(3) Gravel Backfill for Pipe Zone Bedding 9-03.14(1) Gravel Borrow 9-03.14(2) Select Borrow 9-03.14(2) Select Borrow (greater than 3 feet below subgrade and side slope) 9-03.14(3) Common Borrow 9-03.14(3) Common Borrow (greater than 3 feet below subgrade and side slope) 9-03.17 Foundation Material Class A and Class B 9-03.18 Foundation Material Class C 9-03.19 Bank Run Gravel for Trench Backfill 32 Tier 2 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 Approval Requirements The Reclamation Facility shall have a Quality Control Plan (QCP) in accordance with WSDOT QC 9 “Standard Practice for Approval of Reclamation Facilities of WSDOT Recycled Concrete and Returned Concrete”. The Reclamation Facility’s QCP shall be submitted and approved by the WSDOT State Materials Laboratory. Once accepted, any changes to the QCP will require a new QCP to be submitted for acceptance. Evaluation of aggregate source properties (LA Wear and Degradation) for the recycled concrete aggregate is not required. Acceptance Requirements Certification of toxicity characteristics in accordance with Section 9-03.21(1), required if requested. Field acceptance testing in accordance with Section 3-04 is required. Provide certification in accordance with WSDOT QC 9 for every lot. A lot shall be no larger than 10,000 tons. Approved to provide the following Aggregate Materials: Tier 1 aggregate materials 9-03.1 Coarse Aggregate for Commercial Concrete or Concrete class 3000 9-03.9(1) Ballast 9-03.9(2) Permeable Ballast 9-03.9(3) Crushed Surfacing 9-03.12(1)A Gravel Backfill for Foundations Class A 1 Tier 3 Approval Requirements The Reclamation Facility shall have a Quality Control Plan (QCP) in accordance with WSDOT QC 10 “Standard Practice for Approval of Reclamation Facilities of Recycled Concrete Aggregates from Stockpiles of Unknown Sources”. The Reclamation Facility’s QCP shall be submitted and approved by the WSDOT State Materials Laboratory. Once accepted, any changes to the QCP will require a new QCP to be submitted for acceptance. Evaluation of aggregate source properties (LA Wear and Degradation) for the recycled concrete aggregate is required. Acceptance Requirements Certification of toxicity characteristics in accordance with Section 9-03.21(1) is required. Field acceptance testing in accordance with Section 3-04 is required. Provide certification in accordance with WSDOT QC 10 for every lot. A lot shall be no larger than 10,000 tons Approved to provide the following Aggregate Materials: Tier 1 aggregate materials 9-03.1 Coarse Aggregate for Commercial Concrete or Concrete class 3000 9-03.9(1) Ballast 9-03.9(2) Permeable Ballast 9-03.9(3) Crushed Surfacing 9-03.12(1)A Gravel Backfill for Foundations Class A 2 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 For Reclamation Facilities that do not participate in Tier 2 and Tier 3, approval of 1 recycled concrete aggregate will be in accordance with Section 9-03.21(1), and 2 acceptance will be in accordance with Section 3-04. 3 4 9-03.21(1)E Table on Maximum Allowable percent (By Weight) of Recycled 5 Material 6 “Portland Cement” is deleted from the first two rows in the table. 7 8 The following new row is inserted after the second row: 9 10 Coarse Aggregate for Concrete Pavement 9-03.1(4) 0 100 0 0 11 The first column of the fourth row (after the preceding Amendment is applied) is revised to 12 read: 13 14 Coarse Aggregate for Commercial Concrete and Class 3000 Concrete 15 16 9-04.AP9 17 Section 9-04, Joint and Crack Sealing Materials 18 January 7, 2019 19 This section’s title is revised to read: 20 21 Joint Sealing Materials 22 23 9-04.1(2) Premolded Joint Filler for Expansion Joints 24 In this section, each reference to “AASHTO T 42” is revised to read “ASTM D 545”. 25 26 9-04.2(1)A1 Hot Poured Sealant for Cement Concrete Pavement 27 This section is supplemented with the following: 28 29 Hot poured sealant for cement concrete pavement is acceptable for installations in joints 30 where cement concrete pavement abuts a bituminous pavement. 31 32 9-04.2(1)A2 Hot Poured Sealant for Bituminous Pavement 33 This section is supplemented with the following: 34 35 Hot poured sealant for bituminous pavement is acceptable for installations in joints 36 where cement concrete pavement abuts a bituminous pavement. 37 38 9-04.2(1)B Sand Slurry for Bituminous Pavement 39 Item number 2 of the first paragraph is revised to read: 40 41 2. Two percent portland cement or blended hydraulic cement, and 42 43 9-04.3 Joint Mortar 44 The first paragraph is revised to read: 45 46 Mortar for hand mortared joints shall conform to Section 9-20.4(3) and consist of one 47 part portland cement or blended hydraulic cement, three parts fine sand, and sufficient 48 water to allow proper workability. 49 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 1 9-04.5 Flexible Plastic Gaskets 2 In the table, the Test Method value for Specific Gravity at 77°F is revised to read “ASTM 3 D71”. 4 5 In the table, the Test Method value for Flash Point COC, F is revised to read “ASTM D93 6 REV A”. 7 8 In the table, the Test Method value for Volatile Matter is revised to read “ASTM D6”. 9 10 9-05.AP9 11 Section 9-05, Drainage Structures and Culverts 12 January 7, 2019 13 9-05.3(1)A End Design and Joints 14 The second sentence of the first paragraph is revised to read: 15 16 The joints and gasket material shall meet the requirements of ASTM C990. 17 18 9-05.3(1)C Age at Shipment 19 The last sentence of the first paragraph is revised to read: 20 21 Unless it is tested and accepted at an earlier age, it shall not be considered ready for 22 shipment sooner than 28 days after manufacture when made with Type II portland 23 cement or blended hydraulic cement, nor sooner than 7 days when made with Type III 24 portland cement. 25 26 9-05.7(3) Concrete Storm Sewer Pipe Joints 27 The second sentence is revised to read: 28 29 The joints and gasket material shall meet the requirements of ASTM C990. 30 31 9-05.7(4)A Hydrostatic Pressure on Pipes in Straight Alignment 32 The first sentence is revised to read: 33 34 Hydrostatic pressure tests on pipes in straight alignment shall be made in accordance 35 with the procedure outlined in Section 10 of ASTM C990, except that they shall be 36 performed on an assembly consisting of not less than three nor more than five pipe 37 sections selected from stock by the Engineer and assembled in accordance with 38 standard installation instructions issued by the manufacturer. 39 40 9-05.24(1) Polypropylene Culvert Pipe and Storm Sewer Pipe 41 This section is revised to read: 42 43 Polypropylene culvert and storm sewer pipe shall conform to the following requirements: 44 45 1. For dual wall pipe sizes up to 60 inches: ASTM F2881 or AASHTO M 330, 46 Type S or Type D. 47 48 2. For double or triple wall pipe sizes up to 60 inches: ASTM F2764. 49 50 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 3. Fittings shall be factory welded, injection molded, or PVC. 1 2 9-05.24(2) Polypropylene Sanitary Sewer Pipe 3 This section is revised to read: 4 5 Polypropylene sanitary sewer pipe shall conform to the following requirements: 6 7 1. For pipe sizes up to 60 inches: ASTM F2764. 8 9 2. Fittings shall be factory welded, injection molded, or PVC. 10 11 9-06.AP9 12 Section 9-06, Structural Steel and Related Materials 13 January 7, 2019 14 9-06.5 Bolts 15 This section’s title is revised to read: 16 17 Bolts and Rods 18 19 9-06.5(4) Anchor Bolts 20 This section, including title, is revised to read: 21 22 9-06.5(4) Anchor Bolts and Anchor Rods 23 Anchor bolts and anchor rods shall meet the requirements of ASTM F1554 and, unless 24 otherwise specified, shall be Grade 105 and shall conform to Supplemental 25 Requirements S2, S3, and S4. 26 27 Nuts for ASTM F1554 Grade 105 black anchor bolts and anchor rods shall conform to 28 ASTM A563, Grade D or DH. Nuts for ASTM F1554 Grade 105 galvanized anchor bolts 29 and anchor rods shall conform to either ASTM A563, Grade DH, or AASHTO M292, 30 Grade 2H, and shall conform to the overtapping, lubrication, and rotational testing 31 requirements in Section 9-06.5(3). Nuts for ASTM F1554 Grade 36 or 55 black or 32 galvanized anchor bolts and anchor rods shall conform to ASTM A563, Grade A or DH. 33 Washers shall conform to ASTM F436. 34 35 The bolts and rods shall be tested by the manufacturer in accordance with the 36 requirements of the pertinent Specification and as specified in these Specifications. 37 Anchor bolts, anchor rods, nuts, and washers shall be inspected prior to shipping to the 38 project site. The Contractor shall submit to the Engineer for acceptance a 39 Manufacturer’s Certificate of Compliance for the anchor bolts, anchor rods, nuts, and 40 washers, as defined in Section 1-06.3. If the Engineer deems it appropriate, the 41 Contractor shall provide a sample of the anchor bolt, anchor rod, nut, and washer for 42 testing. 43 44 All bolts, rods, nuts, and washers shall be marked and identified as required in the 45 pertinent Specification. 46 47 9-06.15 Welded Shear Connectors 48 The third paragraph is revised to read: 49 50 Mechanical properties shall be determined in accordance with AASHTO T 244. 51 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 1 9-06.17 Vacant 2 This section, including title, is revised to read: 3 4 9-06.17 Noise Barrier Wall Access Door 5 Access door frames shall be formed of 14-gauge steel to the size and dimensions 6 shown in the Plans. The access door frame head and jamb members shall be mitered, 7 securely welded, and ground smooth. Each head shall have two anchors and each jamb 8 shall have three anchors. The hinges shall be reinforced with ¼-inch by 12-inch plate, 9 width equal to the full inside width of the frame. 10 11 Access doors shall be full flush 1-¾-inch thick seamless doors with a polystyrene core. 12 Door faces shall be constructed with smooth seamless 14-gauge roller-levered, cold-13 rolled steel sheet conforming to ASTM A 792 Type SS, Grade 33 minimum, Coating 14 Designation AZ55 minimum. The vertical edges shall be neat interlocked hemmed edge 15 seam. The top and bottom of the door shall be enclosed with 14-gauge channels. 16 Mortise and reinforcement for locks and hinges shall be 10-gauge steel. Welded top cap 17 shall be ground and filled for exterior applications. The bottom channel shall have weep 18 holes. 19 20 Each access door shall have three hinges. Access door hinges shall be ASTM A 276 21 Type 316 stainless steel, 4-½-inches square, with stainless steel ball bearing and non-22 removable pins. 23 24 Each access door shall have two pull plates. The pull plates shall be ASTM A 240 Type 25 316 stainless steel, with a grip handle of one-inch diameter and 8 to 10-inches in length. 26 27 The door assembly shall be fabricated and assembled as a complete unit including all 28 hardware specified prior to shipment. 29 30 9-06.18 Metal Bridge Railing 31 The second sentence of the first paragraph is revised to read: 32 33 Steel used for metal railings, when galvanized after fabrication in accordance with 34 AASHTO M111, shall have a controlled silicon content of either 0.00 to 0.06 percent or 35 0.15 to 0.25 percent. 36 37 9-07.AP9 38 Section 9-07, Reinforcing Steel 39 January 7, 2019 40 9-07.5(1) Epoxy-Coated Dowel Bars (for Cement Concrete Rehabilitation) 41 This section (including title) is revised to read: 42 43 9-07.5(1) Dowel Bars for Cement Concrete Pavement Rehabilitation 44 Dowel bars for Cement Concrete Pavement Rehabilitation shall be 1½ inch outside 45 diameter plain round steel bars or tubular bars 18 inches in length and meet the 46 requirements of one of the following dowel bar types: 47 48 1. Epoxy-coated dowel bars shall be round plain steel bars of the dimensions 49 shown in the Standard Plans. They shall conform to AASHTO M31, Grade 60 50 or ASTM A615, Grade 60 and shall be coated in accordance with ASTM 51 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 A1078 Type 2 coating, except that the bars may be cut to length after being 1 coated. Cut ends shall be coated in accordance with ASTM A1078 with a 2 patching material that is compatible with the coating, inert in concrete and 3 recommended by the coating manufacturer. The thickness of the epoxy 4 coating shall be 10 mils plus or minus 2 mils. The Contractor shall furnish a 5 written certification that properly identifies the coating material, the number of 6 each batch of coating material used, quantity represented, date of 7 manufacture, name and address of manufacturer, and a statement that the 8 supplied coating material meets the requirements of ASTM A1078 Type 2 9 coating. Patching material, compatible with the coating material and inert in 10 concrete and recommended by the manufacturer shall be supplied with each 11 shipment for field repairs by the Contractor. 12 13 2. ASTM A513 steel tubes made from Grade 60 Carbon Steel Tube with a 1.625 14 inch outside diameter and a 0.120 inch wall thickness. Both the inside and 15 outside of the tube shall be zinc coated with G40 galvanizing in accordance 16 with ASTM A653. Following zinc coating the tubes shall be coated in 17 accordance with Section 9-07.5(1) item 1. The ends of the tube shall be 18 capped to prevent intrusion of concrete or other materials. 19 20 9-07.5(2) Corrosion Resistant Dowel Bars (for Cement Concrete Pavement and 21 Cement Concrete Pavement Rehabilitation) 22 The first paragraph (up until the colon) is revised to read: 23 24 Corrosion resistant dowel bars shall be 1½ inch outside diameter plain round steel bars 25 or tubular bars 18 inches in length and meet the requirements of one of the following: 26 27 Item number 4 and 5 of the first paragraph are revised to read: 28 29 4. Corrosion-resistant, low-carbon, chromium plain steel bars for concrete 30 reinforcement meeting all the requirements of ASTM A 1035 Alloy Type CS Grade 31 100 or Alloy Type CS Grade 120. 32 33 5. Zinc Clad dowel bars shall be 1½ inch solid bars or 1.625 inch outside diameter by 34 0.120 inch wall tubular bars meeting the chemical and physical properties of 35 AASHTO M 31, Grade 60, or AASHTO M 255, Grade 60. The bars shall have a 36 minimum of 0.035 inches A710 Zinc alloy clad to the plain steel inner bar or tube. 37 A710 Zinc shall be composed of: zinc: 99.5 percent, by weight, minimum; copper: 38 0.1-0.25 percent, by weight; and iron: 0.0020 percent, by weight, maximum. Each 39 end of tubular bars shall be plugged using a snug-fitting insert to prohibit any 40 intrusion of concrete or other materials. 41 42 The numbered list in the first paragraph is supplemented with the following: 43 44 6. Multicoated fusion bonded epoxy bars shall consist of an ASTM A615 bar with 45 alternating layers of ASTM A934 coating and an abrasion resistant overcoat (ARO). 46 The ASTM A934 coating shall form the base and there shall be two layers of each 47 coating material. The minimum thickness of the combined layers of the ASTM A934 48 coating and ARO coating shall be 20 mils. The ARO shall meet the following 49 requirements: 50 51 Test Method Specification AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 Gouge Resistance NACE TM0215, 30 kg wt., LS-1 bit @ 25°C < 0.22 mm Gouge Resistance NACE TM0215, 50 kg wt., LS-1 bit @ 25°C < 0.44 mm 1 7. ASTM A513 steel tubes made from Grade 60 Carbon Steel Tube with a 1.625 inch 2 outside diameter and a 0.120 inch wall thickness. Both the inside and outside of the 3 tube shall be zinc coated with G90 galvanizing in accordance with ASTM A653. 4 Following zinc coating the tubes shall be coated in accordance with Section 9-5 07.5(1) item 1. The ends of the tube shall be capped to prevent intrusion of 6 concrete or other materials. 7 8 The last paragraph is revised to read: 9 10 Stainless Steel Clad and Stainless Steel Tube Dowel bar ends shall be sealed with a 11 patching material (primer and finish coat) used for patching epoxy-coated reinforcing 12 steel as required in Section 9-07.3, item 6. 13 14 9-07.7 Wire Mesh 15 This section is supplemented with the following: 16 17 Welded wire manufacturers shall participate in the NTPEP Audit Program for 18 Reinforcing Steel (rebar) Manufacturers and shall be listed on the NTPEP audit program 19 website displaying that they are NTPEP compliant. 20 21 9-08.AP9 22 Section 9-08, Paints and Related Materials 23 January 7, 2019 24 9-08.1(1) Description 25 The first sentence is revised to read: 26 27 Paint used for highway and bridge structure applications shall be made from materials 28 meeting the requirements of the applicable Federal and State Paint Specifications, 29 Department of Defense (DOD), American Society of Testing of Materials (ASTM), and 30 The Society for Protective Coatings (SSPC) specifications in effect at time of 31 manufacture. 32 33 9-08.1(2) Paint Types 34 This section is supplemented with the following new subsections: 35 36 9-08.1(2)M NEPCOAT Qualified Products List A 37 Qualified products used shall be part of a NEPCOAT system supplied by the same 38 manufacturer. 39 40 9-08.1(2)N NEPCOAT Qualified Products List B 41 Qualified products used shall be part of a NEPCOAT system supplied by the same 42 manufacturer. 43 44 9-08.1(2)D Organic Zinc-Rich Primer 45 This section, including title, is revised to read: 46 47 Vacant 48 49 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 9-08.1(2)E Epoxy Polyamide 1 This section is revised to read: 2 3 Epoxy polyamide shall be a two-component system conforming to MIL-DTL-24441 or 4 SSPC Coating Standard No. 42. 5 6 9-08.1(2)H Top Coat, Single-Component, Moisture-Cured Polyurethane 7 This section is revised to read: 8 9 Vehicle Type: Moisture-cured aliphatic polyurethane. 10 11 Color and Gloss: Meet the SAE AMS Standard 595 Color as specified in the table 12 below. 13 14 The Top Coat shall meet the following requirements: 15 16 The resin shall be an aliphatic urethane. 17 18 Minimum-volume solids 50 percent. 19 20 The top coat shall be semi-gloss. 21 22 Color Semi-Gloss Washington Gray 26357 Mt. Baker Gray 26134 Mt. St. Helens Gray 26306 Cascade Green 24158 23 9-08.1(2)I Rust-Penetrating Sealer 24 This section is revised to read: 25 26 Rust-penetrating sealer shall be a two-component, chemically-cured, 100 percent solids 27 epoxy. 28 29 9-08.1(2)J Black Enamel 30 This section is revised to read: 31 32 The enamel shall conform to Federal Specification MIL PRF 24635E Type II Class 2. 33 34 9-08.1(2)K Orange Equipment Enamel 35 The first paragraph is revised to read: 36 37 The enamel shall be an alkyd gloss enamel conforming to Federal Specification MIL-38 PRF-24635E Type II Class 1. The color, when dry, shall match that of SAE AMS 39 Standard 595, color number 12246. 40 41 9-08.1(2)L Exterior Acrylic Latex Paint-White 42 The first paragraph is revised to read: 43 44 This paint shall conform to Federal Specification MIL-PRF-24635E Type II Class 1, 2 or 45 3. 46 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 1 9-08.1(7) Acceptance 2 This section is revised to read: 3 4 For projects with moisture-cured polyurethane quantities less than 20 gallons, 5 acceptance will be by the Manufacturer’s Certificate of Compliance. 6 7 For projects with moisture-cured polyurethane quantities greater than 20 gallons, the 8 product shall be listed in the current WSDOT Qualified Products List (QPL). If the lot 9 number is listed on the QPL, it may be accepted without additional testing. If the lot 10 number is not listed on the QPL, a 1 quart sample shall be submitted to the State 11 Materials Laboratory for testing and acceptance. 12 13 For all other paint types, acceptance will be based on visual inspection. 14 15 9-08.1(8) Standard Colors 16 In the first paragraph, the reference to “Federal Standard 595” is revised to read “SAE AMS 17 Standard 595”. 18 19 The second paragraph is revised to read: 20 21 Unless otherwise specified, all top or finish coats shall be semi-gloss, with the paint 22 falling within the range of 35 to 70 on the 60-degree gloss meter. 23 24 9-08.2 Powder Coating Materials for Coating Galvanized Surfaces 25 The last paragraph is revised to read: 26 27 Repair materials shall be as recommended by the powder coating manufacturer and as 28 specified in the Contractor’s powder coating plan as accepted by the Engineer. 29 30 9-08.3 Pigmented Sealer Materials for Coating of Concrete Surfaces 31 This section, including title, is revised to read: 32 33 9-08.3 Concrete Surface Treatments 34 9-08.3(1) Pigmented Sealer Materials 35 The pigmented sealer shall be a semi-opaque, colored toner containing only methyl 36 methacrylate-ethyl acrylate copolymer resins, toning pigments suspended in 37 solution at all times by a chemical suspension agent, and solvent. Toning pigments 38 shall be laminar silicates, titanium dioxide, and inorganic oxides only. There shall 39 be no settling or color variation. Tinting shall occur at the factory at the time of 40 manufacture and placement in containers, prior to initial shipment. Use of vegetable 41 or marine oils, paraffin materials, stearates, or organic pigments in any part of 42 coating formulation will not be permitted. The color of pigmented sealer shall be as 43 specified by the Contracting Agency. The Contractor shall submit a 1-quart wet 44 sample, a drawdown color sample, and spectrophotometer or colorimeter readings 45 taken in accordance with ASTM D2244, for each batch and corresponding 46 standard color card. The calculated Delta E shall not exceed 1.5 from the 47 Commission Internationale de l’Eclairage (CIELAB) when measured at 10 degrees 48 Standard Observer and Illuminant D 65. 49 50 The 1-quart wet sample shall be submitted in the manufacturer’s labeled container 51 with product number, batch number, and size of batch. The companion drawdown 52 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 color sample shall be labeled with the product number, batch number, and size of 1 batch. The Contractor shall submit the specified samples and readings to the 2 Engineer at least 14 calendar days prior to the scheduled application of the sealer. 3 The Contractor shall not begin applying pigmented sealer until receiving the 4 Engineer’s written approval of the pigmented sealer color samples. 5 6 9-08.3(2) Exposed Aggregate Concrete Coatings and Sealers 7 9-08.3(2)A Retardant Coating 8 Retardant coating shall exhibit the following properties: 9 10 1. Retards the set of the surface mortar of the concrete without 11 preventing the concrete to reach the specified 28 day compressive 12 strength. 13 14 2. Leaves the aggregate with its original color and luster, and firmly 15 embedded in the concrete matrix. 16 17 3. Allows the removal of the surface mortar in accordance with the 18 methods specified in Section 6-02.3(14)E without the use of acidic 19 washing compounds. 20 21 4. Allows for uniform removal of the surface mortar. 22 23 If the Contractor proposes use of a retardant coating that is not listed in the 24 current WSDOT QPL, the Contractor shall submit a Type 2 Working Drawing 25 consisting of a one quart product sample from a current lot along with 26 supporting product information, Safety Data Sheet, and a Manufacturer’s 27 Certificate of Compliance stating that the product conforms to the above 28 performance requirements. 29 30 9-08.3(2)B Clear Sealer 31 The sealer for concrete surfaces with exposed aggregate finish shall be a 32 clear, non-gloss, penetrating sealer of either a silane, siloxane, or silicone 33 based formulation. 34 35 9-08.3(3) Permeon Treatment 36 Permeon treatment shall be a product of known consistent performance in 37 producing the SAE AMS Standard 595 Color No. 30219 target color hue 38 established by WSDOT, either selected from the WSDOT Qualified Products List 39 (QPL), or an equivalent product accepted by the Engineer. For acceptance of 40 products not listed in the current WSDOT QPL, the Contractor shall submit Type 3 41 Working Drawings consisting of a one quart product sample from a current lot, 42 supporting product information and a Safety Data Sheet. 43 44 9-13.AP9 45 Section 9-13, Riprap, Quarry Spalls, Slope Protection, and Rock for Erosion 46 and Scour Protection and Rock Walls 47 April 2, 2018 48 9-13.1(1) General 49 The last paragraph is revised to read: 50 51 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 Riprap and quarry spalls shall be free from segregation, seams, cracks, and other 1 defects tending to destroy its resistance to weather and shall meet the following test 2 requirements: 3 4 9-13.5 Concrete Slope Protection 5 This section is revised to read: 6 7 Concrete slope protection shall consist of reinforced portland cement or blended 8 hydraulic cement concrete poured or pneumatically placed upon the slope with a 9 rustication joint pattern or semi-open concrete masonry units placed upon the slope 10 closely adjoining each other. 11 12 9-13.5(2) Poured Portland Cement Concrete Slope Protection 13 This section’s title is revised to read: 14 15 Poured Portland Cement or Blended Hydraulic Cement Concrete Slope Protection 16 17 9-13.5(3) Pneumatically Placed Portland Cement Concrete Slope Protection 18 This section’s title is revised to read: 19 20 Pneumatically Placed Portland Cement or Blended Hydraulic Cement Concrete 21 Slope Protection 22 23 The first paragraph is revised to read: 24 25 Cement – This material shall be portland cement or blended hydraulic cement as 26 specified in Section 9-01. 27 28 9-13.7(1) Rock for Rock Walls and Chinking Material 29 The first paragraph (up until the colon) is revised to read: 30 31 Rock for rock walls and chinking material shall be hard, sound and durable material, 32 free from seams, cracks, and other defects tending to destroy its resistance to weather, 33 and shall meet the following test requirements: 34 35 9-14.AP9 36 Section 9-14, Erosion Control and Roadside Planting 37 August 6, 2018 38 9-14.4(2) Hydraulically Applied Erosion Control Products (HECPs) 39 In Table 1, the last four rows are deleted. 40 41 9-14.4(2)A Long-Term Mulch 42 The first paragraph is supplemented with the following: 43 44 Products containing cellulose fiber produced from paper or paper components will not 45 be accepted. 46 47 Table 2 is supplemented with the following new rows: 48 49 Water Holding Capacity ASTM D 7367 800 percent minimum AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 Organic Matter Content AASHTO T 267 90 percent minimum Seed Germination Enhancement ASTM D 7322 Long Term 420 percent minimum 1 2 9-14.4(2)B Moderate-Term Mulch 3 This section is revised to read: 4 5 Within 48 hours of application, the Moderate-Term Mulch shall bond with the soil 6 surface to create a continuous, absorbent, flexible, erosion-resistant blanket. Moderate-7 Term Mulch shall effectively perform the intended erosion control function in accordance 8 with Section 8-01.3(1) for a minimum of 3 months, or until temporary vegetation has 9 been established, whichever comes first. 10 11 Moderate-Term Mulch shall not be used in conjunction with permanent seeding. 12 13 9-14.4(2)C Short-Term Mulch 14 This section is revised to read: 15 16 Short-Term Mulch shall effectively perform the intended erosion control function in 17 accordance with Section 8-01.3(1) for a minimum of 2 months, or until temporary 18 vegetation has been established, whichever comes first. Short-Term Mulch shall not be 19 used in conjunction with permanent seeding. 20 21 9-16.AP9 22 Section 9-16, Fence and Guardrail 23 August 6, 2018 24 9-16.3(1) Rail Element 25 The last sentence of the first paragraph is revised to read: 26 27 All rail elements shall be formed from 12-gage steel except for thrie beam reducer 28 sections, reduced length thrie beam rail elements, thrie beams used for bridge rail 29 retrofits, and Design F end sections, which shall be formed from 10-gage steel. 30 31 9-16.3(5) Anchors 32 The last paragraph is revised to read: 33 34 Cement grout shall conform to Section 9-20.3(4) and consist of one part portland 35 cement or blended hydraulic cement and two parts sand. 36 37 9-18.AP9 38 Section 9-18, Precast Traffic Curb 39 April 2, 2018 40 9-18.1(1) Aggregates and Proportioning 41 Item number 1 of the first paragraph is revised to read: 42 43 1. Portland cement or blended hydraulic cement shall conform to the requirements of 44 Section 9-01 except that it may be Type I portland cement conforming to AASHTO 45 M 85. 46 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 1 9-20.AP9 2 Section 9-20, Concrete Patching Material, Grout, and Mortar 3 April 1, 2019 4 9-20.1 Patching Material 5 This section, including title, is revised to read: 6 7 9-20.1 Patching Material for Cement Concrete Pavement 8 Concrete patching material shall be prepackaged mortar extended with aggregate. The 9 amount of aggregate for extension shall conform to the manufacturer’s 10 recommendation. 11 12 Patching mortar and patching mortar extended with aggregate shall contain 13 cementitious material and conform to Sections 9-20.1(1) and 9-20.1(2). The 14 Manufacturer shall use the services of a laboratory that has an equipment calibration 15 verification system and a technician training and evaluation process in accordance with 16 AASHTO R 18 to perform all tests specified in Section 9-20.1. 17 18 9-20.1(1) Patching Mortar 19 Patching mortar shall conform to the following requirements: 20 21 Compressive Strength ASTM Test Method Specification at 3 hours C 39 Minimum 3,000 psi at 24 hours C 39 Minimum 5,000 psi Length Change at 28 days C 157 0.15 percent maximum Total Chloride Ion Content C 1218 1 lb/yd3 maximum Bond Strength at 24 hours C 882 (As modified by C 928, Section 9.5) Minimum 1,000 psi Scaling Resistance (at 25 cycles of freezing and thawing) C 672 (As modified by C 928, Section 9.4) 1 lb/ft2 maximum 22 9-20.1(2) Patching Mortar Extended with Aggregate 23 Patching mortar extended with aggregate shall meet the following requirements: 24 25 Compressive Strength ASTM Test Method Specification at 3 hours C 39 Minimum 3,000 psi at 24 hours C 39 Minimum 5,000 psi Length Change at 28 days C 157 0.15 percent maximum Bond Strength at 24 hours C 882 (As modified by ASTM C928, Section 9.5) Minimum 1,000 psi Scaling Resistance (at 25 cycles of freezing and thawing) C 672 2 Maximum Visual Rating Freeze thaw C 666 Maximum expansion 0.10% Minimum durability 90.0% AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 1 9-20.1(3) Aggregate 2 Aggregate used to extend the patching mortar shall conform to Section 9-03.1(4) 3 and be AASHTO Grading No. 8. A Manufacturer’s Certificate of Compliance shall 4 be submitted showing the aggregate source and the gradation. Mitigation for Alkali 5 Silica Reaction (ASR) will not be required for the extender aggregate used for 6 concrete patching material. 7 8 9-20.1(4) Water 9 Water shall meet the requirements of Section 9-25.1. The quantity of water shall be 10 within the limits recommended by the repair material manufacturer. 11 12 9-20.2 Specifications 13 This section, including title, is revised to read: 14 15 9-20.2 Patching Material for Concrete Structure Repair 16 Concrete patching material shall be a prepackaged mixture of portland or blended 17 hydraulic cement, aggregate, and admixtures. Fly ash, ground granulated blast furnace 18 slag and microsilica fume may be used. The concrete patching material may be 19 shrinkage compensated. The concrete patching material shall also meet the following 20 requirements: 21 22 • Compressive strength of 6000 psi or higher at 28 days in accordance with 23 AASHTO T 22 (ASTM C 39), unless noted otherwise 24 25 • Bond strength of 250 psi or higher at 28 days or less in accordance with ASTM 26 C 1583 or ICRI 210.3R 27 28 • Shrinkage shall be 0.05 percent (500 microstrain) or lower at 28 days in 29 accordance with AASHTO T 160 (ASTM C 157) as modified by ICRI 320.3R 30 31 • Permeability shall be 2,000 coulombs or lower at 28 days in accordance with 32 AASHTO T 277 (ASTM C 1202) 33 34 • Freeze-thaw resistance shall have a durability factor of 90 percent or higher 35 after a minimum of 300 cycles in accordance with AASHTO T 161 Procedure A 36 (ASTM C 666) 37 38 • Soluble chloride ion limits in Section 6-02.3(2) shall be satisfied 39 40 9-20.2(1) Patching Mortar 41 This section, including title, is deleted in its entirety. 42 43 9-20.2(2) Patching Mortar Extended with Aggregate 44 This section, including title, is deleted in its entirety. 45 46 9-20.3(3) Grout Type 3 for Unconfined Bearing Pad Applications 47 This section’s title is revised to read: 48 49 Grout Type 3 for Unconfined Applications 50 51 This section is revised to read: 52 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 1 Grout Type 3 shall be a prepackaged material that does not include expansive 2 admixtures meeting the following requirements: 3 4 • Compressive strength shall be 4000 psi or higher at 28 days in accordance 5 with AASHTO T 22 (ASTM C 39) for grout extended with coarse aggregate or 6 AASHTO T 106 (ASTM C109) otherwise. 7 8 • Bond strength shall meet one of the following: 9 10 ◦ 250 psi or higher at 28 days or less in accordance with ASTM C1583. 11 12 ◦ 2000 psi or higher at 28 days or less in accordance with ASTM C882. The 13 following modification to ASTM C882 is acceptable: use Type 3 Grout in 14 lieu of epoxy resin base bonding system and freshly mixed portland-15 cement mortar in the procedure for testing Type II and V systems. 16 17 • Drying shrinkage shall be 0.08 percent (800 microstrain) or lower at 28 days in 18 accordance with AASHTO T 160 (ASTM C157). The following modification to 19 AASHTO T 160 is acceptable: use a standard specimen size of 3 x 3 x 11-¼ 20 inches. 21 22 9-20.5 Bridge Deck Repair Material 23 Item number 3 of the first paragraph is revised to read: 24 25 3. Permeability of less than 2,000 coulombs at 28-days or more in accordance with 26 AASHTO T 277. 27 28 9-21.AP9 29 Section 9-21, Raised Pavement Markers (RPM) 30 January 2, 2018 31 9-21.2 Raised Pavement Markers Type 2 32 This section’s content is deleted. 33 34 9-21.2(1) Physical Properties 35 This section, including title, is revised to read: 36 37 9-21.2(1) Standard Raised Pavement Markers Type 2 38 The marker housing shall contain reflective faces as shown in the Plans to reflect 39 incident light from either a single or opposite directions and meet the requirements of 40 ASTM D 4280 including Flexural strength requirements. 41 42 9-21.2(2) Optical Requirements 43 This section, including title, is revised to read: 44 45 9-21.2(2) Abrasion Resistant Raised Markers Type 2 46 Abrasion Resistant Raised Markers Type 2 shall comply with Section 9-21.2(1) and 47 meet the requirements of ASTM D 4280 with the following additional requirement: The 48 coefficient of luminous intensity of the markers shall be measured after subjecting the 49 entire lens surface to the test described in ASTM D 4280 Section 9.5 using a sand drop 50 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 apparatus. After the exposure described above, retroreflected values shall not be less 1 than 0.5 times a nominal unblemished sample. 2 3 9-21.2(3) Strength Requirements 4 This section is deleted in its entirety. 5 6 9-23.AP9 7 Section 9-23, Concrete Curing Materials and Admixtures 8 April 1, 2019 9 9-23.12 Natural Pozzolan 10 This section is revised to read: 11 12 Natural Pozzolans shall be ground Pumice and shall conform to the requirements of 13 AASHTO M295 Class N, including supplementary optional chemical requirements as 14 set forth in Table 2. 15 16 9-23.13 Blended Supplementary Cementitious Material 17 The second sentence is revised to read: 18 19 Blended SCMs shall be limited to binary or ternary blends of fly ash, ground granulated 20 blast furnace slag and microsilica fume. 21 22 The second to last sentence is deleted. 23 24 9-26.AP9 25 Section 9-26, Epoxy Resins 26 January 7, 2019 27 9-26.1(1) General 28 The following new sentence is inserted after the first sentence of the first paragraph: 29 30 For pre-packaged cartridge kits, the epoxy bonding agent shall meet the requirements 31 of ASTM C881 when mixed according to manufacturer instructions, utilizing the 32 manufacturer’s mixing nozzle. 33 34 9-26.1(2) Packaging and Marking 35 The first sentence of the first paragraph is revised to read: 36 37 The components of the epoxy system furnished under these Specifications shall be 38 supplied in separate containers or pre-packaged cartridge kits that are non-reactive with 39 the materials contained. 40 41 The second paragraph is revised to read: 42 43 Separate containers shall be marked by permanent marking that identify the formulator, 44 “Component A” (contains the Epoxy Resin) and “Component B” (Contains the Curing 45 Agent), type, grade, class, lot or batch number, mixing instructions and the quantity 46 contained in pounds or gallons as defined by these Specifications. 47 48 The following new paragraph is inserted after the second paragraph: 49 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 1 Pre-packaged cartridge kits shall be marked by permanent marking that identify the 2 formulator, type, grade, class, lot or batch number, mixing instructions and the quantity 3 contained in ounces or milliliters as defined by these Specifications. 4 5 9-28.AP9 6 Section 9-28, Signing Materials and Fabrication 7 April 1, 2019 8 9-28.2 Manufacturer’s Identification and Date 9 The second sentence is revised to read: 10 11 In addition, the width and height dimension, in inches, the Contract number, and the 12 number of the sign as it appears in the Plans shall be placed using 3-inch series C black 13 letters on the back of destination, distance, and large special signs. 14 15 9-28.10 Vacant 16 This section, including title, is revised to read: 17 18 9-28.10 Digital Printing 19 Transparent and opaque durable inks used in digital printed sign messages shall be as 20 recommended by the manufacturer. When properly applied, digital printed colors shall 21 have a warranty life of the base retroreflective sign sheeting. Digital applied colors shall 22 present a smooth surface, free from foreign material, and all messages and borders 23 shall be clear and sharp. Digital printed signs shall conform to 70% of the retroreflective 24 minimum values established for its type and color. Digitally printed signs shall meet the 25 daytime color and luminance, and nighttime color requirements of ASTM D 4956. No 26 variations in color or overlapping of colors will be permitted. Digital printed permanent 27 traffic signs shall have an integrated engineered match component clear protective 28 overlay recommended by the sheeting manufacturer applied to the entire face of the 29 sign. On Temporary construction/maintenance signs printed with black ink only, the 30 protective overlay film is optional, as long as the finished sign has a warranty of a 31 minimum of three years from sign sheeting manufacturer. 32 33 All digital printed traffic control signs shall be an integrated engineered match 34 component system. The integrated engineered match component system shall consist 35 of retroreflective sheeting, durable ink(s), and clear overlay film all from the same 36 manufacturer applied to aluminum substrate conforming to Section 9-28.8. 37 38 The sign fabricator shall use an approved integrated engineered match component 39 system as listed on the Qualified Products List (QPL). Each approved digital printer 40 shall only use the compatible retroreflective sign sheeting manufacturer’s engineered 41 match component system products. 42 43 Each retroreflective sign sheeting manufacturer/integrated engineered match 44 component system listed on the QPL shall certify a department approved sign fabricator 45 is approved to operate their compatible digital printer. The sign fabricator shall re-certify 46 annually with the retroreflective sign manufacturer to ensure their digital printer is still 47 meeting manufacturer’s specifications for traffic control signs. Documentation of each 48 re-certification shall be submitted to the QPL Engineer annually. 49 50 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 9-28.11 Hardware 1 The last paragraph is revised to read: 2 3 All steel parts shall be galvanized in accordance with AASHTO M111. Steel bolts and 4 related connecting hardware shall be galvanized in accordance with ASTM F 2329. 5 6 9-28.14(2) Steel Structures and Posts 7 The first sentence of the third paragraph is revised to read: 8 9 Anchor rods for sign bridge and cantilever sign structure foundations shall conform to 10 Section 9-06.5(4), including Supplemental Requirement S4 tested at -20°F. 11 12 In the second sentence of the fourth paragraph, “AASHTO M232” is revised to read “ASTM 13 F 2329”. 14 15 The first sentence of the fifth paragraph is revised to read: 16 17 Except as otherwise noted, steel used for sign structures and posts shall have a 18 controlled silicon content of either 0.00 to 0.06 percent or 0.15 to 0.25 percent. 19 20 The last sentence of the last paragraph is revised to read: 21 22 If such modifications are contemplated, the Contractor shall submit a Type 2 Working 23 Drawing of the proposed modifications. 24 25 9-29.AP9 26 Section 9-29, Illumination, Signal, Electrical 27 April 1, 2019 28 9-29.1 Conduit, Innerduct, and Outerduct 29 This section is supplemented with the following new subsections: 30 31 9-29.1(10) Pull Tape 32 Pull tape shall be pre-lubricated polyester pulling tape. The pull tape shall have a 33 minimum width of ½-inch and a minimum tensile strength of 500 pounds. Pull tape may 34 have measurement marks. 35 36 9-29.1(11) Foam Conduit Sealant 37 Foam conduit sealant shall be self-expanding waterproof foam designed to prevent both 38 water and pest intrusion. The foam shall be designed for use in and around electrical 39 equipment, including both insulated and bare conductors. 40 41 9-29.2(1) Junction Boxes 42 The first paragraph is revised to read: 43 44 For the purposes of this Specification concrete is defined as portland cement or blended 45 hydraulic cement concrete and non-concrete is all others. 46 47 9-29.2(1)A2 Non-Concrete Junction Boxes 48 The first paragraph is revised to read: 49 50 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 Material for the non-concrete junction boxes shall be of a quality that will provide for a 1 similar life expectancy as portland cement or blended hydraulic cement concrete in a 2 direct burial application. 3 4 9-29.2(2)A Standard Duty Cable Vaults and Pull Boxes 5 In the table in the last paragraph, the fourth, fifth and sixth rows are revised to read: 6 7 Slip Resistant Lid ASTM A36 steel Frame ASTM A36 steel Slip Resistant Frame ASTM A36 steel 8 9-29.3(2)A1 Single Conductor Current Carrying 9 This second sentence is revised to read: 10 11 Insulation shall be XLP (cross-linked polyethylene) or EPR (Ethylene Propylene 12 Rubber), Type USE (Underground Service Entrance) or USE-2, and rated for 600-volts 13 or higher. 14 15 9-29.6 Light and Signal Standards 16 In the first sentence of the third paragraph, “AASHTO M232” is revised to read “ASTM F 17 2329”. 18 19 Item number 2 of the last paragraph is revised to read: 20 21 2. The steel light and signal standard fabricator’s shop drawing submittal, including 22 supporting design calculations, submitted as a Type 2E Working Drawing in 23 accordance with Section 8-20.2(1) and the Special Provisions. 24 25 9-29.6(1) Steel Light and Signal Standards 26 In the second paragraph, “AASHTO M232” is revised to read “ASTM F 2329”. 27 28 The first sentence of the last paragraph is revised to read: 29 30 Steel used for light and signal standards shall have a controlled silicon content of either 31 0.00 to 0.06 percent or 0.15 to 0.25 percent. 32 33 9-29.6(5) Foundation Hardware 34 In the last paragraph, “AASHTO M232” is revised to read “ASTM F 2329”. 35 36 9-29.10(1) Conventional Roadway Luminaires 37 This section is revised to read: 38 39 All conventional roadway luminaires shall meet 3G vibration requirements as described 40 in ANSI C136.31. 41 42 All luminaires shall have housings fabricated from aluminum. The housing shall be 43 painted flat gray, SAE AMS Standard 595 color chip No. 26280, unless otherwise 44 specified in the Contract. Painted housings shall withstand a 1,000 hour salt spray test 45 as specified in ASTM B117. 46 47 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 Each housing shall include a four bolt slip-fitter mount capable of accepting a nominal 2” 1 tenon and adjustable within +/- 5 degrees of the axis of the tenon. The clamping 2 bracket(s) and the cap screws shall not bottom out on the housing bosses when 3 adjusted within the +/- 5 degree range. No part of the slipfitter mounting brackets on the 4 luminaires shall develop a permanent set in excess of 0.2 inch when the cap screws 5 used for mounting are tightened to a torque of 32 foot-pounds. Each luminaire shall 6 include leveling reference points for both transverse and longitudinal adjustment. 7 8 All luminaires shall include shorting caps when shipped. The caps shall be removed and 9 provided to the Contracting Agency when an alternate control device is required to be 10 installed in the photocell socket. House side shields shall be included when required by 11 the Contract. Order codes shall be modified to the minimum extent necessary to include 12 the option for house side shields. 13 14 This section is supplemented with the following new subsections: 15 16 9-29.10(1)A High Pressure Sodium (HPS) Conventional Roadway Luminaires 17 HPS conventional roadway luminaires shall meet the following requirements: 18 19 1. General shape shall be “cobrahead” style, with flat glass lens and full cutoff 20 optics. 21 22 2. Light pattern distribution shall be IES Type III. 23 24 3. The reflector of all luminaires shall be of a snap-in design or secured with 25 screws. The reflector shall be polished aluminum or prismatic borosilicate 26 glass. 27 28 4. Flat lenses shall be formed from heat resistant, high-impact, molded 29 borosilicate or tempered glass. 30 31 5. The lens shall be mounted in a doorframe assembly, which shall be hinged to 32 the luminaire and secured in the closed position to the luminaire by means of 33 an automatic latch. The lens and doorframe assembly, when closed, shall 34 exert pressure against a gasket seat. The lens shall not allow any light output 35 above 90 degrees nadir. Gaskets shall be composed of material capable of 36 withstanding the temperatures involved and shall be securely held in place. 37 38 6. The ballast shall be mounted on a separate exterior door, which shall be 39 hinged to the luminaire and secured in the closed position to the luminaire 40 housing by means of an automatic type of latch (a combination hex/slot 41 stainless steel screw fastener may supplement the automatic-type latch). 42 43 7. Each luminaire shall be capable of accepting a 150, 200, 250, 310, or 400 watt 44 lamp complete and associated ballast. Lamps shall mount horizontally. 45 46 9-29.10(1)B Light Emitting Diode (LED) Conventional Roadway Luminaires 47 LED Conventional Roadway Luminaires are divided into classes based on their 48 equivalent High Pressure Sodium (HPS) luminaires. Current classes are 200W, 250W, 49 310W, and 400W. LED luminaires are required to be pre-approved in order to verify 50 their photometric output. To be considered for pre-approval, LED luminaires must meet 51 the requirements of this section. 52 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 1 LED luminaires shall include a removable access door, with tool-less entry, for access 2 to electronic components and the terminal block. The access door shall be removable, 3 but include positive retention such that it can hang freely without disconnecting from the 4 luminaire housing. LED drivers may be mounted either to the interior of the luminaire 5 housing or to the removable door itself. 6 7 LED drivers shall be removable for user replacement. All internal modular components 8 shall be connected by means of mechanical plug and socket type quick disconnects. 9 Wire nuts may not be used for any purpose. All external electrical connections to the 10 luminaire shall be made through the terminal block. 11 12 LED luminaires shall include a 7-pin NEMA photocell receptacle. The LED driver(s) 13 shall be dimmable from ten volts to zero volts. LED output shall have a Correlated Color 14 Temperature (CCT) of 4000K nominal (4000-4300K) and a Color Rendering Index (CRI) 15 of 70 or greater. LED output shall be a minimum of 85% at 75,000 hours at 25 degrees 16 Celsius. 17 18 LED luminaires shall be available for 120V, 240V, and 480V supply voltages. Voltages 19 refer to the supply voltages to the luminaires present in the field. LED power usage shall 20 not exceed the following maximum values for the applicable wattage class: 21 22 Class Max. Wattage 200W 110W 250W 165W 310W 210W 400W 275W 23 Only one brand of LED conventional roadway luminaire may be used on a Contract. 24 They do not necessarily have to be the same brand as any high-mast, underdeck, or 25 wall-mount luminaires when those types of luminaires are specified in the Contract. 26 LED luminaires shall include a standard 10 year manufacturer warranty. 27 28 The list of pre-approved LED Conventional Roadway Luminaires is available at 29 http://www.wsdot.wa.gov/Design/Traffic/ledluminaires.htm. 30 31 9-29.10(2) Decorative Luminaires 32 This section, including title, is revised to read: 33 34 9-29.10(2) Vacant 35 36 9-29.12 Electrical Splice Materials 37 This section is supplemented with the following new subsections: 38 39 9-29.12(3) Splice Enclosures 40 9-29.12(3)A Heat Shrink Splice Enclosure 41 Heat shrink splice enclosures shall be medium or heavy wall cross-linked 42 polyolefin, meeting the requirements of AMS-DTL-23053/15, with thermoplastic 43 adhesive sealant. Heat shrink splices used for “wye” connections require rubber 44 electrical mastic tape. 45 46 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 9-29.12(3)B Molded Splice Enclosure 1 Molded splice enclosures shall use epoxy resin in a clear rigid plastic mold. The 2 material used shall be compatible with the insulation material of the insulated 3 conductor or cable. The component materials of the resin insulation shall be 4 packaged ready for convenient mixing without removing from the package. 5 6 9-29.12(4) Re-Enterable Splice Enclosure 7 Re-enterable splice enclosures shall use either dielectric grease or a flexible resin 8 contained in a two-piece plastic mold. The mold shall either snap together or use 9 stainless steel hose clamps. 10 11 9-29.12(5) Vinyl Electrical Tape for Splices 12 Vinyl electrical tape in splicing applications shall meet the requirements of MIL-I-13 24391C. 14 15 9-29.12(1) Illumination Circuit Splices 16 This section is revised to read: 17 18 Underground illumination circuit splices shall be solderless crimped connections 19 capable of securely joining the wires, both mechanically and electrically, as defined in 20 Section 8-20.3(8). Aerial illumination splices shall be solderless crimp connectors or 21 split bolt vice-type connectors. 22 23 9-29.12(1)A Heat Shrink Splice Enclosure 24 This section is deleted in its entirety. 25 26 9-29.12(1)B Molded Splice Enclosure 27 This section is deleted in its entirety. 28 29 9-29.12(2) Traffic Signal Splice Material 30 This section is revised to read: 31 32 Induction loop splices and magnetometer splices shall use an uninsulated barrel-type 33 crimped connector capable of being soldered. 34 35 9-29.13(10)D Cabinets for Type 170E and 2070 Controllers 36 The first sentence of item number 4 is revised to read: 37 38 A disposable paper filter element with dimensions of 12” × 16” × 1” shall be provided in 39 lieu of a metal filter. 40 41 Item number 6 is revised to read: 42 43 6. LED light strips shall be provided for cabinet lighting, powered from the Equipment 44 breaker on the Power Distribution Assembly. Each LED light strip shall be 45 approximately 12 inches long, have a minimum output of 320 lumens, and have a 46 color temperature of 4100K (cool white) or higher. There shall be three light strips 47 for each rack within the cabinet. Lighting shall be ceiling mounted – rack mounted 48 lighting is not permitted. Light strips shall be installed in the locations shown in the 49 Standard Plans. Lighting shall not interfere with the proper operation of any other 50 ceiling mounted equipment. All lighting fixtures above a rack shall energize 51 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 automatically when either door to that respective rack is opened. Each door switch 1 shall be labeled “Light”. 2 3 Item number 7 is revised to read: 4 5 7. Rack mounted equipment shall be as shown in the Standard Plans. The cabinet 6 shall use PDA #2LX and Output File #1LX. Where an Auxiliary Output File is 7 required, Output File #2LX shall also be included. 8 9 This section is supplemented with the following new item: 10 11 9. The PCB connectors for Field Terminal Blocks FT1 through FT6 on Output Files 12 #1LX and #2LX shall be capable of accepting minimum 14 AWG field wiring, have 13 a pitch of 5.08 mm, and use screw flange type locking to secure the plug and 14 socket connection. The sockets on the Field Terminal Panel shall be secured to the 15 panel such that unplugging a connector will not result in the socket moving or 16 separating from the panel. 17 18 9-29.13(11) Traffic Data Accumulator and Ramp Meters 19 Item number 2 is revised to read: 20 21 2. Rack mounted equipment shall be as shown in the Standard Plans. 22 23 Item number 3 is revised to read: 24 25 3. PDA #3LX shall be furnished with three Model 200 Load Switches installed. PDA 26 #3LX shall be modified to include a second Model 430 transfer relay, mounted on 27 the rear of the PDA and wired as shown in the Standard Plans. 28 29 9-29.13(12) ITS Cabinet 30 This section’s title is revised to read: 31 32 Type 331L ITS Cabinet 33 34 The first paragraph (excluding the numbered list) is revised to read: 35 36 Basic ITS cabinets shall be Model 331L Cabinets, unless otherwise specified in the 37 Contract. Type 331L Cabinets shall be constructed in accordance with the TEES, with 38 the following modifications: 39 40 Item number 6 of the first paragraph is revised to read: 41 42 6. LED light strips shall be provided for cabinet lighting, powered from the Equipment 43 breaker on the Power Distribution Assembly. Each LED light strip shall be 44 approximately 12 inches long, have a minimum output of 320 lumens, and have a 45 color temperature of 4100K (cool white) or higher. There shall be three light strips 46 for each rack within the cabinet. Lighting shall be ceiling mounted – rack mounted 47 lighting is not permitted. Light strips shall be installed in the locations shown in the 48 Standard Plans. Lighting shall not interfere with the proper operation of any other 49 ceiling mounted equipment. All lighting fixtures above a rack shall energize 50 automatically when either door to that respective rack is opened. Each door switch 51 shall be labeled “Light”. 52 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 1 9-29.16(2)E Painting Signal Heads 2 In the first sentence, “Federal Standard 595” is revised to read “SAE AMS Standard 595”. 3 4 9-29.17 Signal Head Mounting Brackets and Fittings 5 In the first paragraph, item number 2 under Stainless Steel is revised to read: 6 7 2. Bands or cables for Type N mount. 8 9 9-29.20 Pedestrian Signals 10 In item 2C of the second paragraph, “Federal Standard 595” is revised to read “SAE AMS 11 Standard 595”. 12 13 9-29.24 Service Cabinets 14 The third sentence of item number 6 is revised to read: 15 16 The dead front cover shall have cutouts for the entire breaker array, with blank covers 17 where no circuit breakers are installed. 18 19 Item number 8 is revised to read: 20 21 8. Lighting contactors shall meet the requirements of Section 9-29.24(2). 22 23 The last sentence of item number 10 is revised to read: 24 25 Dead front panels shall prevent access to any exposed, live components, and shall 26 cover all equipment except for circuit breakers (including blank covers), the photocell 27 test/bypass switch, and the GFCI receptacle. 28 29 9-29.24(2) Electrical Circuit Breakers and Contactors 30 This section is revised to read: 31 32 All circuit breakers shall be bolt-on type, with the RMS-symmetrical interrupting capacity 33 described in this Section. Circuit breakers for 120/240/277 volt circuits shall be rated at 34 240 or 277 volts, as applicable, with an interrupting capacity of not less than 10,000 35 amperes. Circuit breakers for 480 volt circuits shall be rated at 480 volts, and shall have 36 an interrupting capacity of not less than 14,000 amperes. 37 38 Lighting contactors shall be rated for tungsten or ballasted (such as sodium vapor, 39 mercury vapor, metal halide, and fluorescent) lamp loads. Contactors for 120/240/277 40 volt circuits shall be rated at 240 volts maximum line to line voltage, or 277 volts 41 maximum line to neutral voltage, as applicable. Contactors for 480 volt circuits shall be 42 rated at 480 volt maximum line to line voltage. 43 44 9-33.AP9 45 Section 9-33, Construction Geosynthetic 46 August 6, 2018 47 9-33.4(1) Geosynthetic Material Approval 48 The second sentence of the first paragraph is revised to read: 49 50 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 If the geosynthetics material is not listed in the current WSDOT QPL, a Manufacturer’s 1 Certificate of Compliance including Certified Test Reports of each proposed 2 geosynthetic shall be submitted to the State Materials Laboratory in Tumwater for 3 evaluation. 4 5 The last paragraph is revised to read: 6 7 Geosynthetics used as reinforcement in permanent geosynthetic retaining walls, 8 reinforced slopes, reinforced embankments, and other geosynthetic reinforcement 9 applications require proof of compliance with the National Transportation Product 10 Evaluation Program (NTPEP) in accordance with AASHTO Standard Practice R 69, 11 Standard Practice for Determination of Long-Term Strength for Geosynthetic 12 Reinforcement. 13 14 9-34.AP9 15 Section 9-34, Pavement Marking Material 16 January 7, 2019 17 9-34.2(2) Color 18 The first sentence is revised to read: 19 20 Paint draw-downs shall be prepared according to ASTM D823. 21 22 Each reference to “Federal Standard 595” is revised to read “SAE AMS Standard 595”. 23 24 9-34.2(3) Prohibited Materials 25 This section is revised to read: 26 27 Traffic paint shall not contain mercury, lead, chromium, diarylide pigments, toluene, 28 chlorinated solvents, hydrolysable chlorine derivatives, ethylene-based glycol ethers 29 and their acetates, nor any other EPA hazardous waste material over the regulatory 30 levels in accordance with CFR 40 Part 261.24. 31 32 9-34.2(5) Low VOC Waterborne Paint 33 The heading “Standard Waterborne Paint” is supplemented with “Type 1 and 2”. 34 35 The heading “High-Build Waterborne Paint” is supplemented with “Type 4”. 36 37 The heading “Cold Weather Waterborne Paint” is supplemented with “Type 5”. 38 39 In the row beginning with “° @90°F”, each minimum value is revised to read “60”. 40 41 In the row beginning with “Fineness of Grind, (Hegman Scale)”, each minimum value is 42 revised to read “3”. 43 44 The last four rows are replaced with the following: 45 46 Vehicle Composition ASTM D 2621 100% acrylic emulsion 100% cross-linking acrylic4 100% acrylic emulsion Freeze-Thaw Stability, KU ASTM D 2243 and D 562 @ 5 cycles show no coagulation or change in viscosity greater @ 5 cycles show no coagulation or change in viscosity greater @ 3 cycles show no coagulation or change in viscosity greater AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 than ± 10 KU than ± 10 KU than ± 10 KU Heat Stability ASTM D 5622 ± 10 KU from the initial viscosity ± 10 KU from the initial viscosity ± 10 KU from the initial Viscosity Low Temperature Film Formation ASTM D 28053 No Cracks* No Cracks Cold Flexibility5 ASTM D522 Pass at 0.5 in mandrel* Test Deck Durability6 ASTM D913 ≥70% paint retention in wheel track* Mud Cracking (See note 7) No Cracks No Cracks 1 After the preceding Amendments are applied, the following new column is inserted after the 2 “Standard Waterborne Paint Type 1 and 2” column: 3 4 Semi-Durable Waterborne Paint Type 3 White Yellow Min. Max. Min. Max. Within ± 0.3 of qualification sample 80 95 80 95 60 60 77 77 65 65 43 43 1.25 1.25 3 3 0.98 0.96 88 50 100° 100° 9.5 9.5 10 10 100% acrylic emulsion @ 5 cycles show no coagulation or change in viscosity greater than ± 10 KU ± 10 KU from the initial viscosity No Cracks Pass at 0.25 in mandrel ≥70% paint retention in wheel track No Cracks 5 The footnotes are supplemented with the following: 6 7 4Cross-linking acrylic shall meet the requirements of federal specification TT-P-1952F 8 Section 3.1.1. 9 10 5Cold Flexibility: The paint shall be applied to an aluminum panel at a wet film thickness 11 of 15 mils and allowed to dry under ambient conditions (50±10% RH and 72±5 ˚F) for 24 12 hours. A cylindrical mandrel apparatus (in accordance with ASTM D522 method B) shall 13 be put in a 40°F refrigerator when the paint is drawn down. After 24 hours, the 14 aluminum panel with dry paint shall be put in the 40°F refrigerator with the mandrel 15 apparatus for 2 hours. After 2 hours, the panel and test apparatus shall be removed and 16 immediately tested to according to ASTM D522 to evaluate cold flexibility. Paint must 17 show no evidence of cracking, chipping or flaking when bent 180 degrees over a 18 mandrel bar of specified diameter. 19 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 1 6NTPEP test deck, or a test deck conforming to ASTM D713, shall be conducted for a 2 minimum of six months with the following additional requirements: it shall be applied at 3 15 wet mils to a test deck that is located at 40N latitude or higher with at least 10,000 4 ADT and which was applied during the months of September through November. 5 6 7Paint is applied to an approximately 4”x12” aluminum panel using a drawdown bar with 7 a 50 mil gap. The coated panel is allowed to dry under ambient conditions (50±10% RH 8 and 72±5 ˚F) for 24 hours. Visual evaluation of the dry film shall reveal no cracks. 9 10 9-34.3 Plastic 11 In the first sentence of the last paragraph, “Federal Standard 595” is revised to read “SAE 12 AMS Standard 595”. 13 14 9-34.3(2) Type B – Pre-Formed Fused Thermoplastic 15 In the last two paragraphs, each reference to “Federal Standard 595” is revised to read “SAE 16 AMS Standard 595”. 17 18 9-34.3(4) Type D – Liquid Cold Applied Methyl Methacrylate 19 The Test Method value for Adhesion to PCC or HMA, psi is revised to read “ASTM 20 D45411”. 21 22 9-34.4 Glass Beads for Pavement Marking Materials 23 In the Test Method column of the table titled Metal Concentration Limits, “EPA 3052 SW-846 24 6010C” is revised to read “EPA 3052 SW-846 6010D”. 25 26 9-34.5(1) Temporary Pavement Marking Tape – Short Duration 27 This section, including title, is revised to read: 28 29 9-34.5(1) Temporary Pavement Marking Tape – Short Duration (Removable) 30 Temporary pavement marking tape for short duration (usage is for up to two months) 31 shall conform to ASTM D4592 Type I except that black tape, black mask tape and the 32 black portion of the contrast removable tape, shall be non-reflective. 33 34 9-34.5(2) Temporary Pavement Marking Tape – Long Duration 35 This section’s title is revised to read: 36 37 Tem porary Pavement Marking Tape – Long Duration (Non-Removable) 38 39 The first sentence is revised to read: 40 41 Temporary pavement marking tape for long duration (usage is for greater than two 42 months and less than one year) shall conform to ASTM D4592 Type II. 43 44 ASTM E2176 is deleted from the second sentence. 45 46 9-34.7(1) Requirements 47 The first paragraph is revised to read: 48 49 Field performance evaluation is required for low VOC solvent-based paint per Section 9-50 34.2(4), Type A – liquid hot applied thermoplastic per Section 9-34.3(1), Type B – 51 preformed fused thermoplastic per Section 9-34.3(2), Type C – cold applied preformed 52 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 tape per Section 9-34.3(3), and Type D – liquid applied methyl methacrylate per Section 1 9-34.3(4). 2 3 The last paragraph is deleted. 4 5 9-34.7(1)C Auto No-Track Time 6 The first paragraph is revised to read: 7 8 Auto No-Track Time will only be required for low VOC solvent-based paint in 9 accordance with Section 9-34.2(4). 10 11 The second and third sentences of the second paragraph are deleted. 12 City of Renton Contract Provisions for Williams Ave S and Wells Ave S Conversion Project ______________________________________________________________________________ VII. SPECIAL PROVISIONS Special Provisions i Williams Ave S and Wells Ave S Conversion Project December 2019 Table of Contents INTRODUCTION TO THE SPECIAL PROVISIONS ...................................................................................1  DESCRIPTION OF WORK ..........................................................................................................................3  1-01 DEFINITIONS AND TERMS ...........................................................................................................3  1-01.3 Definitions ............................................................................................................................3  1-02 BID PROCEDURES AND CONDITIONS .......................................................................................5  1-02.1 Prequalification of Bidders ...................................................................................................5  1-02.2 Plans and Specifications......................................................................................................5  1-02.4 Examination of Plans, Specifications, and Site of Work ......................................................6  1-02.4(2) Subsurface Information........................................................................................................6  1-02.5 Proposal Forms ...................................................................................................................6  1-02.6 Preparation of Proposal .......................................................................................................6  1-02.6(1) Recycled Materials Proposal ...............................................................................................7  1-02.7  Bid Deposit ..........................................................................................................................8  1-02.9 Delivery of Proposal .............................................................................................................8  1-02.10 Withdrawing, Revising, or Supplementing Proposal ...........................................................9  1-02.13 Irregular Proposals ..............................................................................................................9  1-02.14 Disqualification of Bidders .................................................................................................10  1-02.15  Pre Award Information .......................................................................................................13  1-03  AWARD AND EXECUTION OF CONTRACT .............................................................................14  1-03.1 Consideration of Bids .........................................................................................................14  1-03.1(1)  Identical Bid Totals .............................................................................................................14  1-03.3 Execution of Contract ........................................................................................................14  1-03.4 Contract Bond ....................................................................................................................15  1-03.7 Judicial Review ..................................................................................................................16  1-04  SCOPE OF WORK ......................................................................................................................16  1-04.2  Coordination of Contract Documents, Plans, Special Provisions, Specifications, and Addenda ............................................................................................................................16  1-04.9 Use of Buildings or Structures ...........................................................................................16  1-04.9(1) Construction Staging and/or Personnel Parking ...............................................................16  1-05  CONTROL OF WORK .................................................................................................................17  1-05.3 Working Drawings ..............................................................................................................17  1-05.4 Conformity With and Deviations From Plans and Stakes ..................................................17  1-05.7 Removal of Defective and Unauthorized Work ..................................................................21  1-05.11 Final Inspection ..................................................................................................................22  1-05.11 Final Inspections and Operational Testing .........................................................................22  1-05.11(1) Substantial Completion Date .............................................................................................22  1-05.11(2) Final Inspection and Physical Completion Date ................................................................22  1-05.11(3) Operational Testing ............................................................................................................23  1-05.13 Superintendents, Labor and Equipment of Contractor ......................................................23  1-05.14  Cooperation with Other Contractors ..................................................................................24  1-05.15  Method of Serving Notices ................................................................................................24  1-05.16 Water and Power ...............................................................................................................24  1-05.18 Record Drawings ...............................................................................................................25  1-06 CONTROL OF MATERIAL ...........................................................................................................26  1-06.1 Approval of Materials Prior to Use .....................................................................................28  1-06.6 Recycled Materials ............................................................................................................28  1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC ............................................28  1-07.1 Laws to be Observed .........................................................................................................28  1-07.2 State Sales Tax ..................................................................................................................30  1-07.6 Permits and Licenses ........................................................................................................31  1-07.7 Load Limits ........................................................................................................................31  1-07.7(2) Load-Limit Restrictions ......................................................................................................31  1-07.9 Wages ................................................................................................................................31  Special Provisions ii Williams Ave S and Wells Ave S Conversion Project December 2019 1-07.9(1) General .......................................................................................................................................31  1-07.11 Requirements for Nondiscrimination .................................................................................32  1-07.12 Federal Agency Inspection ................................................................................................59  1-07.17  Utilities and Similar Facilities .............................................................................................59  1-07.18 Public Liability and Property Damage Insurance ...............................................................60  1-07.18 Insurance ...........................................................................................................................60  1-07.18(1) General Requirements.......................................................................................................60  1-07.18(2) Additional Insured ..............................................................................................................61  1-07.18(3) Subcontractors ...................................................................................................................62  1-07.18(4) Verification of Coverage ....................................................................................................62  1-07.18(5) Coverages and Limits ........................................................................................................63  1-07.18(5)A Commercial General Liability .............................................................................................63  1-07.18(5)B Automobile Liability ............................................................................................................63  1-07.18(5)C Workers’ Compensation ....................................................................................................63  1-07.18(5)K Professional Liability ..........................................................................................................64  1-07.23 Public Convenience and Safety .........................................................................................64  1-07.23(1) Construction Under Traffic .................................................................................................64  1-07.23(2) Construction and Maintenance of Detours ........................................................................67  1-07.24 Rights of Way .....................................................................................................................67  1-08 PROSECUTION AND PROGRESS .............................................................................................68  1-08.0 Preliminary Matters ............................................................................................................68  1-08.0(1) Preconstruction Conference ..............................................................................................68  1-08.0(2) Hours of Work ....................................................................................................................69  1-08.1 Subcontracting ...................................................................................................................70  1-08.3 Progress Schedule ............................................................................................................70  1-08.3(2)B  Type B Progress Schedule ...............................................................................................70  1-08.3(3) Schedule Updates .............................................................................................................71  1-08.3(5) Payment .............................................................................................................................71  1-08.5 Time for Completion ..........................................................................................................72  1-08.9 Liquidated Damages ..........................................................................................................73  1-09 MEASUREMENT AND PAYMENT ...................................................................................................73  1-09.2(1) General Requirements for Weighing Equipment ...............................................................73  1-09.2(5) Measurement .....................................................................................................................73  1-09.6 Force Account ....................................................................................................................74  1-09.7(1) Field Office Building ...........................................................................................................74  1-09.8 Payment for Material on Hand ...........................................................................................76  1-09.9 Payments ...........................................................................................................................76  1-09.9(1) Retainage ..........................................................................................................................77  1-09.11(3) Time Limitation and Jurisdiction ........................................................................................77  1-09.13(3) Claims $250,000 or Less ...................................................................................................78  1-09.13(3)A  Administration of Arbitration ...............................................................................................78  1-10 TEMPORARY TRAFFIC CONTROL ............................................................................................78  1-10.2 Traffic Control Management ..............................................................................................78  1-10.2(1) General ..............................................................................................................................78  1-10.3 Traffic Control Labor Procedures, and Devices .................................................................79  1-10.3(1)D Off-Duty Uniformed Police Officer .....................................................................................79  1-10.3(3)A  Construction Signs ............................................................................................................80  1-10.4 Measurement .....................................................................................................................80  1-10.4(3) Reinstating Unit Items with Lump Sum Traffic Control ......................................................80  1-10.5 Payment .............................................................................................................................80  1-10.5(2) Item Bids With Lump Sum for Incidentals ..........................................................................80  2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS ..............................................................81  2-02.1 Description .........................................................................................................................81  2-02.3(2) Removal of Bridges, Box Culverts, and other Drainage Structures ..................................82  2-02.3(3) Removal of Pavement, Sidewalks, Curbs, and Gutters ....................................................82  2-02.3(4) Salvage ..............................................................................................................................83  Special Provisions iii Williams Ave S and Wells Ave S Conversion Project December 2019 2-02.5 Payment .............................................................................................................................83  2-03 ROADWAY EXCAVATION AND EMBANKMENT ......................................................................84  2-03.1 Description .........................................................................................................................84  2-03.4  Measurement ....................................................................................................................84  2-04 HAUL ............................................................................................................................................85  2-04.1 Description .........................................................................................................................85  5-04 HOT MIX ASPHALT .....................................................................................................................86  5-04  Hot Mix Asphalt .................................................................................................................86  5-04.1 Description .........................................................................................................................86  5-04.2 Materials ............................................................................................................................86  5-04.2(1) How to Get an HMA Mix Design on the QPL .....................................................................87  5-04.2(1)A Vacant ................................................................................................................................87  5-04.2(2) Mix Design – Obtaining Project Approval ..........................................................................87  5-04.2(2)B Using Warm Mix Asphalt Processes ..................................................................................88  5-04.3 Construction Requirements ...............................................................................................88  5-04.3(1  Weather Limitations ..........................................................................................................88  5-04.3(2) Paving Under Traffic ..........................................................................................................89  5-04.3(3) Equipment ..........................................................................................................................89  5-04.3(3)A Mixing Plant .......................................................................................................................89  5-04.3(3)B Hauling Equipment ............................................................................................................90  5-04.3(3)C Pavers ................................................................................................................................90  5-04.3(3)D Material Transfer Device or Material Transfer Vehicle .......................................................91  5-04.3(3)E Rollers ................................................................................................................................92  5-04.3(4) Preparation of Existing Paved Surfaces ............................................................................92  5-04.3(4)A Crack Sealing ....................................................................................................................93  5-04.3(4)A1 General ..............................................................................................................................93  5-04.3(4)A2 Crack Sealing Areas Prior to Paving .................................................................................94  5-04.3(4)A3 Crack Sealing Areas Not to be Paved ...............................................................................94  5-04.3(4)B Vacant ................................................................................................................................94  5-04.3(4)C Pavement Repair ...............................................................................................................94  5-04.3(5) Producing/Stockpiling Aggregates and RAP .....................................................................95  5-04.3(5)A Vacant ................................................................................................................................95  5-04.3(6) Mixing ................................................................................................................................95  5-04.3(7) Spreading and Finishing ....................................................................................................95  5-04.3(8) Aggregate Acceptance Prior to Incorporation in HMA .......................................................96  5-04.3(9) HMA Mixture Acceptance ..................................................................................................96  5-04.3(9)A Vacant ................................................................................................................................97  5-04.3(9)B Vacant ................................................................................................................................97  5-04.3(9)C Mixture Acceptance – Nonstatistical Evaluation ................................................................97  5-04.3(9)C1 Mixture Nonstatistical Evaluation – Lots and Sublots ........................................................97  5-04.3(9)C2 Mixture Nonstatistical Evaluation Sampling ......................................................................98  5-04.3(9)C3 Mixture Nonstatistical Evaluation – Acceptance Testing ...................................................98  5-04.3(9)C4 Mixture Nonstatistical Evaluation – Pay Factors ...............................................................98  5-04.3(9)C5 Vacant ................................................................................................................................99  5-04.3(9)C6 Mixture Nonstatistical Evaluation – Price Adjustments ......................................................99  5-04.3(9)C7 Mixture Nonstatistical Evaluation – Retests ......................................................................99  5-04.3 (9)D Mixture Acceptance – Commercial Evaluation ..................................................................99  5-04.3(10) HMA Compaction Acceptance ........................................................................................ 100  5-04.3(10)A HMA Compaction – General Compaction Requirements ............................................... 101  5-04.3(10)B HMA Compaction – Cyclic Density ................................................................................. 101  5-04.3(10)C Vacant ............................................................................................................................. 102  5-04.3(10)D HMA Nonstatistical Compaction ..................................................................................... 102  5-04.3(10)D1 HMA Nonstatistical Compaction – Lots and Sublots ...................................................... 102  5-04.3(10)D2 HMA Compaction Nonstatistical Evaluation – Acceptance Testing ................................ 102  5-04.3(10)D3 HMA Nonstatistical Compaction – Price Adjustments .................................................... 102  5-04.3(11) Reject Work .................................................................................................................... 103  Special Provisions iv Williams Ave S and Wells Ave S Conversion Project December 2019 5-04.3(11)A Reject Work General ...................................................................................................... 103  5-04.3(11)B Rejection by Contractor .................................................................................................. 103  5-04.3(11)C Rejection Without Testing (Mixture or Compaction) ....................................................... 103  5-04.3(11)D Rejection - A Partial Sublot ............................................................................................. 103  5-04.3(11)E Rejection - An Entire Sublot ............................................................................................ 104  5-04.3(11)F Rejection - A Lot in Progress .......................................................................................... 104  5-04.3(11)G Rejection - An Entire Lot (Mixture or Compaction) ......................................................... 104  5-04.3(12) Joints............................................................................................................................... 104  5-04.3(12)A HMA Joints ...................................................................................................................... 104  5-04.3(12)A1 Transverse Joints............................................................................................................ 104  5-04.3(12)A2 Longitudinal Joints .......................................................................................................... 105  5-04.3(12)B Bridge Paving Joint Seals ............................................................................................... 105  5-04.3(12)B1 HMA Sawcut and Seal .................................................................................................... 105  5-04.3(12)B2 Paved Panel Joint Seal................................................................................................... 105  5-04.3(13) Surface Smoothness ...................................................................................................... 105  5-04.3(14) Planing (Milling) Bituminous Pavement .......................................................................... 106  5-04.3(14)A Pre-Planing Metal Detection Check ................................................................................ 107  5-04.3(14)B Paving and Planing Under Traffic ................................................................................... 107  5-04.3(14)B1 General ........................................................................................................................... 107  5-04.3(14)B2 Submittals – Planing Plan and HMA Paving Plan .......................................................... 108  5-04.3(14)B3 Pre-Paving and Pre-Planing Briefing .............................................................................. 109  5-04.3(15) Sealing Pavement Surfaces ............................................................................................ 110  5-04.3(16) HMA Road Approaches ................................................................................................... 110  5-04.4 Measurement ................................................................................................................... 110  5-04.5 Payment ........................................................................................................................... 111  5-04.3(21) Temporary Pavement ....................................................................................................... 113  5-04.4 Measurement ................................................................................................................... 114  5-04.5 Payment ........................................................................................................................... 114  5-05 CEMENT CONCRETE PAVEMENT .......................................................................................... 114  5-05.1 Description ....................................................................................................................... 114  5-05.2  Materials ......................................................................................................................... 114  5-05.3 Construction Requirements ............................................................................................. 115  5-05.3(8) Joints................................................................................................................................ 116  5-05.3(8)D  Isolation Joints ................................................................................................................ 116  5-05.3(8)E Sealing Through Joints .................................................................................................... 116  5-05.4 Measurement ................................................................................................................... 117  5-05.5 Payment ........................................................................................................................... 117  6-07 PAINTING .................................................................................................................................. 118  6-07.1 Description ....................................................................................................................... 118  6-07.2 Materials .......................................................................................................................... 118  6-07.2(1) Materials for Signal and Luminaire Poles, Luminaires, Terminal Cabinets and Video Detection Systems .......................................................................................................... 122  6-07.3 Construction Requirements ............................................................................................ 122  6-07.3(1)C  Quality Assurance .......................................................................................................... 122  6-07.3(10)H Paint System ................................................................................................................... 123  6-07.3(10)I  Paint Color .................................................................................................................... 124  6-07.3(14) Painting of Aluminum Surfaces ....................................................................................... 124  6-07.5 Payment .......................................................................................................................... 125  7-01  DRAINS .................................................................................................................................... 126  7-01.2 Materials ......................................................................................................................... 126  7-01.3 Construction Requirements ............................................................................................ 126  7-01.4 Measurement .................................................................................................................. 126  7-04 STORM SEWERS ...................................................................................................................... 127  7-04.2 Materials ......................................................................................................................... 127  7-04.02(2) T emporary Stormwater Diversion ..................................................................................... 128  7-04.3(1) Cleaning and Testing ...................................................................................................... 128  Special Provisions v Williams Ave S and Wells Ave S Conversion Project December 2019 7-04.3(3) Direct Pipe Connections ................................................................................................. 129  7-04.3(4) Polyethylene Encasement for Ductile Iron Pipe ............................................................. 130  7-04.4  Measurement ................................................................................................................. 130  7-04.5  Payment ......................................................................................................................... 130  7-05 MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS ................................................... 130  7-05.3 Construction Requirements ............................................................................................ 130  7-05.3(1) Adjusting Manholes and Catch Basins to Grade ............................................................ 131  7-05.3(2) Abandon Existing Manholes ........................................................................................... 132  7-05.3(2)A Abandon Existing Storm Sewer Pipes ............................................................................ 133  7-05.3(3) Connections to Existing Catch Basins ............................................................................ 133  7-05.3(5) Manhole Coatings ........................................................................................................... 133  7-05.5 Payment .......................................................................................................................... 134  7-08 GENERAL PIPE INSTALLATION REQUIREMENTS ............................................................... 134  7-08.3 Construction Requirements ............................................................................................ 134  7-08.3(1)A Trenches ......................................................................................................................... 134  7-08.3(1)B Shoring ........................................................................................................................... 135  7-08.3(1)C Bedding the Pipe ............................................................................................................ 135  7-08.3(1)D Pipe Foundation .............................................................................................................. 136  7-08.3(2)A Survey Line and Grade ................................................................................................... 136  7-08.3(2)B Pipe Laying – General .................................................................................................... 136  7-08.3(2)E Rubber Gasketed Joints ................................................................................................. 137  7-08.3(2)G Jointing of Dissimilar Pipe .............................................................................................. 137  7-08.3(2)H Sewer Line Connections ................................................................................................. 137  7-08.3(2)J Placing PVC Pipe ........................................................................................................... 138  7-08.3(3)A Backfilling Pipe Trenches ............................................................................................... 138  7-08.3(5) Television Inspection ....................................................................................................... 139  7-08.5 Payment .......................................................................................................................... 140  7-09 WATER MAINS ......................................................................................................................... 140  7-09.3(15)A Ductile Iron Pipe ............................................................................................................. 140  7-09.3(15)B Polyvinyl Chloride (PVC) Pipe (4 Inches and Over) ....................................................... 140  7-09.3(19)A Connections to Existing Mains ....................................................................................... 141  7-09.3(21) Concrete Thrust Blocking and Dead-Man Block ............................................................ 142  7-09.3(23)   Hydrostatic Pressure Test .............................................................................................. 142  7-09.3(24)A Flushing and "Poly-pigging" ............................................................................................ 143  7-09.3(24)D Dry Calcium Hypochlorite ............................................................................................... 144  7-09.3(24)K Retention Period ............................................................................................................. 144  7-09.3(24)N Final Flushing and Testing .............................................................................................. 144  7-09.3(25) Joint Restraint Systems .................................................................................................. 144  7-09.3(26) Abandonment of Existing Water Pipe ............................................................................. 146  7-09.4 Measurement .................................................................................................................. 146  7-09.5 Payment .......................................................................................................................... 147  7-12 VALVES FOR WATER MAINS ................................................................................................. 149  7-12.3(1) Installation of Valve Marker Post .................................................................................... 149  7-12.3(2) Adjust Existing Valve Box to Grade ................................................................................ 149  7-12.4 Measurement .................................................................................................................. 149  7-14.3(1) Setting Hydrants ............................................................................................................. 151  7-14.3(3) Resetting Existing Hydrants ........................................................................................... 151  7-14.3(4) Moving Existing Hydrants ............................................................................................... 151  7-14.3(7) Remove and Salvage Hydrant ........................................................................................ 151  7-14.5 Payment .......................................................................................................................... 152  7-15 SERVICE CONNECTIONS ........................................................................................................ 152  7-15.3 Construction Requirements ............................................................................................ 152  7-15.5 Payment .......................................................................................................................... 153  7-17 SANITARY SEWERS ................................................................................................................... 153  7-17.2 Materials ......................................................................................................................... 153  7-17.3 Construction Requirements ............................................................................................ 154  Special Provisions vi Williams Ave S and Wells Ave S Conversion Project December 2019 7-17.3(1) Protection of Existing Sewerage Facilities...................................................................... 154  7-17.3(2)H Television Inspection ....................................................................................................... 154  7-17.4 Measurement .................................................................................................................. 155  7-17.5 Payment .......................................................................................................................... 155  7-21 CURED-IN-PLACE PIPE (CIPP) (NEW SECTION) ..................................................................... 156  7-21.1 Description ...................................................................................................................... 156  7-21.1(1) Related Work Specified Elsewhere ................................................................................ 157  7-21.1(2) Licensing ......................................................................................................................... 157  7-21.1(3) Contractor and Manufacturer Qualifications ................................................................... 157  7-21.1(4) Contractor Submittals ..................................................................................................... 157  7-21.1(5) Quality Assurance ........................................................................................................... 159  7-21.1(6) Warranty ......................................................................................................................... 159  7-21.2 Materials ......................................................................................................................... 160  7-21.2(1) Cured in Place Resin Impregnated Material in General ................................................. 160  7-21.2(3) Physical Properties ......................................................................................................... 161  7-21.3 Construction Requirements ............................................................................................ 162  7-21.3(1) Preparation ..................................................................................................................... 162  7-21.3(1)A Flow Management .......................................................................................................... 162  7-21.3(1)B Cleaning .......................................................................................................................... 163  7-21.3(1)C Point Repairs .................................................................................................................. 163  7-21.3(1)D Manholes ........................................................................................................................ 163  7-21.3(2) Liner Installation .............................................................................................................. 163  7-21.3(2)A  Inversion Method ............................................................................................................ 163  7-21.3(2)B Pull/Winch Method .......................................................................................................... 164  7-21.3(2)C Finished Pipe Liner ......................................................................................................... 164  7-21.3(3) Service Connection Restoration ..................................................................................... 164  7-21.3(4) Testing ............................................................................................................................ 165  7-21.3(4)A Material Testing ............................................................................................................... 165  7-21.3(4)B Field Testing .................................................................................................................... 165  7-21.3(4)C Post Installation PTZ Inspection ..................................................................................... 165  7-21.4 Measurement .................................................................................................................. 165  7-21.5 Payment .......................................................................................................................... 165  7-22 RESIN IMPREGNATED FABRIC CIPP (NEW SECTION) .......................................................... 166  7-22.1 Description ...................................................................................................................... 166  7-22.1(1) Related Work Specified Elsewhere ................................................................................ 166  7-22.2 Materials ......................................................................................................................... 166  7-22.2(1) Cured in Place Pipe Liner ............................................................................................... 166  7-22.2(2) Resin ............................................................................................................................... 166  7-22.2(3) Physical Properties ......................................................................................................... 167  7-22.3 Construction Requirements ............................................................................................ 167  7-22.3(1) Preparation ..................................................................................................................... 167  7-22.3(1)A Cleaning .......................................................................................................................... 167  7-22.3(2) Installation ....................................................................................................................... 167  7-22.3(2)A Resin Impregnation ......................................................................................................... 167  7-22.3(2)B Water, Air or Steam Curing ............................................................................................. 168  7-22.3(2)C Cool Down ...................................................................................................................... 168  7-23 RESIN IMPREGNATED FIBERGLASS CIPP (NEW SECTION)................................................. 168  7-23.1 Description ...................................................................................................................... 168  7-23.1(1) Related Work Specified Elsewhere ................................................................................ 169  7-23.1(2) Reference Specifications, Codes, and Standards .......................................................... 169  7-23.1(3) CIPP Liner Samples ....................................................................................................... 169  7-23.1(4) CIPP Liner Handling ....................................................................................................... 170  7-23.2 Materials ......................................................................................................................... 170  7-23.2(1) General Specifications .................................................................................................... 170  7-23.2(2) Chemical Resistance ...................................................................................................... 170  7-23.2(3) Component Properties .................................................................................................... 171  Special Provisions vii Williams Ave S and Wells Ave S Conversion Project December 2019 7-23.2(4) Finished and Cured CIPP Liner Properties .................................................................... 171  7-23.2(5) Dimensions ..................................................................................................................... 171  7-23.3 Construction Requirements ............................................................................................ 171  7-23.3(1) Installation Procedures ................................................................................................... 171  7-23.3(1)A Installation Process ......................................................................................................... 171  7-23.3(1)B Curing ............................................................................................................................. 172  7-23.3(2) Finished Product ............................................................................................................. 172  8-01 EROSION CONTROL AND WATER POLLUTION CONTROL ................................................ 173  8-01.1 Description ...................................................................................................................... 173  8-01.3 Construction Requirements ............................................................................................ 173  8-01.3(1) General ........................................................................................................................... 173  8-01.3(1)F Stormwater Sampling ..................................................................................................... 173  8-01.3(8) Street Cleaning ............................................................................................................... 175  8-01.3(9)D  Inlet Protection ............................................................................................................... 175  8-01.3(16)  Removal ......................................................................................................................... 175  8-01.3(17) Protection of Existing Trees and Shrubs ........................................................................ 176  8-01.5  Payment ......................................................................................................................... 176  8-02 ROADSIDE RESTORATION ..................................................................................................... 177  8-02.2 Materials ......................................................................................................................... 177  8-02.3(1) Responsibility During Construction ................................................................................. 177  8-02.3(2) Roadside Work Plan ....................................................................................................... 177  8-02.3(4)A  Topsoil Type A ................................................................................................................ 177  8-02.3(5) Planting Area Preparation ............................................................................................... 177  8-02.3(8) Planting ........................................................................................................................... 178  8-02.3(10) Fertilizers ........................................................................................................................ 179  8-02.3(11) Bark or Wood Chip Mulch ............................................................................................... 179  8-02.3(13) Plant Establishment ........................................................................................................ 179  8-02.3(17) Protection of Private Property and Property Restoration ............................................... 179  8-02.4 Measurement .................................................................................................................. 180  8-02.5 Payment .......................................................................................................................... 180  8-03 IRRIGATION SYSTEM .............................................................................................................. 181  8-03.1  Description ..................................................................................................................... 181  8-03.2  Materials ........................................................................................................................ 181  8-03.3  Construction Requirement ............................................................................................. 181  8-03.3(3) Piping .............................................................................................................................. 181  8-03.3(7)  Flushing and Testing ....................................................................................................... 182  8-03.3(11) System Operation .................................................................................................................. 183  8-03.3(14)  Irrigation Electrical Service ............................................................................................. 184  8-03.5   Payment ......................................................................................................................... 184  8-04 CURBS, GUTTERS, AND SPILLWAYS ................................................................................... 184  8-04.1  Description ..................................................................................................................... 184  8-04.3(1) Cement Concrete Curbs, Gutters, and Spillways ........................................................... 184  8-04.4  Measurement ................................................................................................................. 185  8-04.5  Payment ......................................................................................................................... 185  8-06 CEMENT CONCRETE DRIVEWAY ENTRANCES ................................................................... 185  8-06.1 Description ...................................................................................................................... 185  8-06.3 Construction Requirements ............................................................................................ 185  8-06.4 Measurement .................................................................................................................. 185  8-06.5 Payment .......................................................................................................................... 185  8-07 PRECAST TRAFFIC CURB ...................................................................................................... 186  8-07.4 Measurement .................................................................................................................. 186  8-07.5 Payment .......................................................................................................................... 186  8-13 MONUMENT CASES ................................................................................................................. 186  8-13.1 Description ...................................................................................................................... 186  8-13.3 Construction Requirements ............................................................................................ 186  8-13.5 Payment .......................................................................................................................... 186  Special Provisions viii Williams Ave S and Wells Ave S Conversion Project December 2019 8-14  CEMENT CONCRETE SIDEWALKS ........................................................................................ 187  8-14.1 Description ...................................................................................................................... 187  8-14.2 Materials ......................................................................................................................... 187  8-14.3 Construction Requirements ............................................................................................ 187  8-14.3(4) Curing ............................................................................................................................. 189  8-14.4 Measurement .................................................................................................................. 190  8-14.5 Payment .......................................................................................................................... 190  8-19 ADJUST UTILITY APPURTENANCES (NEW SECTION) ........................................................ 190  8-19.1 Description ...................................................................................................................... 190  8-19.3 Construction Requirements ............................................................................................ 190  8-19.3(1) Valve Boxes .................................................................................................................... 190  8-19.5 Payment .......................................................................................................................... 191  8-20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, INTELLIGENT TRANSPORTATION SYSTEMS, AND ELECTRICAL .................................................................................................................... 191  8-20.1 Description ...................................................................................................................... 191  8-20.1(1) Regulations and Code .................................................................................................... 192  8-20.1(2) Industry Codes and Standards ....................................................................................... 192  8-20.1(3) Permitting and Inspection ............................................................................................... 193  8-20.1(4) Restrictions on the Schedule of Work ............................................................................ 193  8-20.1(5) Traffic Control During Construction ................................................................................ 194  8-20.1(6) Errors and Omissions ..................................................................................................... 194  8-20.2 Materials ......................................................................................................................... 194  8-20.2(2) Equipment List and Drawings ......................................................................................... 195  8-20.3 Construction Requirements ............................................................................................ 196  8-20.3(1)A Signalization Requirements During Construction ........................................................... 196  8-20.3(2) Excavation and Backfilling .............................................................................................. 197  8-20.3(2)A Trench and Backfill ......................................................................................................... 197  8-20.3(3) Removing and Replacing Improvements........................................................................ 198  8-20.3(4) Foundations .................................................................................................................... 200  8-20.3(5) Conduit ........................................................................................................................... 204  8-20.3(5)A General ........................................................................................................................... 204  8-20.3(5)A3 Damaged or Blocked Conduits ....................................................................................... 205  8-20.3(5)B Conduit Type ................................................................................................................... 205  8-20.3(6) Junction Boxes, Cable Vaults, and Pull Boxes ............................................................... 206  8-20.3(8) Wiring .............................................................................................................................. 207  8-20.3(9) Bonding, Grounding ........................................................................................................ 209  8-20.3(10) Service, Transformer, and Intelligent Transportation System (ITS) Cabinets ................ 209  8-20.3(11) Testing ............................................................................................................................ 210  8-20.3(13) Illumination Systems ........................................................................................................ 211  8-20.3(13)A Light Standards ................................................................................................................ 211  8-20.3(14)B Signal Heads .................................................................................................................. 212  8-20.3(14)E Signal Standards ............................................................................................................ 213  8-20.3(14)F Opticom Priority Control Systems ................................................................................... 213  8-20.3(14)G Terminal Cabinets ........................................................................................................... 213  8-20.3(14)H Pedestrian Push Button Assembly ................................................................................. 213  8-20.3(15) Grout ............................................................................................................................... 214  8-20.3(17) “As Built” Plans ............................................................................................................... 214  8-20.3(18) Video Detection System ................................................................................................. 214  8-20.3(19) Fiber Optic Networks ...................................................................................................... 215  8-20.3(20) PTZ System .................................................................................................................... 215  8-20.4 Measurement .................................................................................................................. 215  8-20.5 Payment .......................................................................................................................... 216  8-21 PERMANENT SIGNING ............................................................................................................ 218  8-21.2 Materials ......................................................................................................................... 218  8-22 PAVEMENT MARKING ............................................................................................................. 218  8-22.3  Construction Requirements ............................................................................................ 218  Special Provisions ix Williams Ave S and Wells Ave S Conversion Project December 2019 8-22.3(6) Removing Pavement Markings ....................................................................................... 218  8-22.4 Measurement .................................................................................................................. 219  8-22.5 Payment .......................................................................................................................... 219  8-23 TEMPORARY PAVEMENT MARKINGS .................................................................................. 219  8-23.5 Payment .......................................................................................................................... 219  8-27 WASTE RECEPTACLE (NEW SECTION) ................................................................................ 219  8-27.1 Description ...................................................................................................................... 219  8-27.2 Materials ......................................................................................................................... 219  8-27.3 Construction Requirements ............................................................................................ 220  8-27.4 Measurement .................................................................................................................. 220  8-27.5 Payment .......................................................................................................................... 220  8-28 UTILITY CABINET BOX WRAP (NEW SECTION) ................................................................... 220  8-28.1 Description ...................................................................................................................... 220  8-28.2 Materials ......................................................................................................................... 220  8-28.3 Construction Requirements ............................................................................................ 220  8-28.4 Measurement .................................................................................................................. 221  8-28.5 Payment .......................................................................................................................... 221  8-30 LANDSCAPE STRIP FENCING (NEW SECTION) ................................................................... 221  8-30.1 Description ...................................................................................................................... 221  8-30.2 Materials ......................................................................................................................... 221  8-30.3 Construction Requirements ............................................................................................ 222  8-30.4 Measurement .................................................................................................................. 223  8-30.5 Payment .......................................................................................................................... 223  8-32 BENCH (NEW SECTION).......................................................................................................... 223  8-32.1 Description ...................................................................................................................... 223  8-32.2 Materials ......................................................................................................................... 223  8-32.3 Construction Requirements ............................................................................................ 224  8-32.4 Measurement .................................................................................................................. 224  8-32.5 Payment .......................................................................................................................... 224  8-33 BIKE RACK (NEW SECTION) .................................................................................................. 224  8-33.1 Description ...................................................................................................................... 224  8-33.2 Materials ......................................................................................................................... 224  8-33.3 Construction Requirements ............................................................................................ 225  8-33.4 Measurement .................................................................................................................. 225  8-33.5 Payment .......................................................................................................................... 225  8-34 TREE GRATE (NEW SECTION) ............................................................................................... 225  8-34.1 Description ...................................................................................................................... 225  8-34.2 Materials ......................................................................................................................... 225  8-34.3 Construction Requirements ............................................................................................ 226  8-34.4 Measurements ................................................................................................................ 226  8-34.5 Payment .......................................................................................................................... 226  8-35 RESOLUTION OF UTILITY CONFLICTS (NEW SECTION) .................................................... 226  8-35.1 Description ...................................................................................................................... 226  8-35.3 Construction Requirements ............................................................................................ 227  8-35.5 Payment .......................................................................................................................... 227  9-03 AGGREGATES .......................................................................................................................... 229  9-03.15 Native Material for Trench Backfill .................................................................................. 229  9-03.22 Cement-based Grout for Abandoning Existing Utilities .................................................. 229  9-14  EROSION CONTROL AND ROADSIDE PLANTING ............................................................... 229  9-14.1(1) Topsoil Type A ................................................................................................................. 229  9-14.3 Fertilizer .......................................................................................................................... 230  9-14.4(3) Bark or Wood Chips ........................................................................................................ 230  9-14.6(5) Inspection ....................................................................................................................... 231  9-14.8 Root Barrier .................................................................................................................... 231  9-14.9 Tree Watering Bag System ............................................................................................. 232  9-15 IRRIGATION SYSTEM .............................................................................................................. 232  Special Provisions x Williams Ave S and Wells Ave S Conversion Project December 2019 9-15.1 Pipe Tube and Fittings .................................................................................................... 232  9-15.1(2) Polyvinyl Pipe and Fittings .............................................................................................. 232  9-15.2  Drip Tubing .................................................................................................................... 232  9-15.3  Automatic Controller ...................................................................................................... 232  9-15.4  Irrigation Heads ............................................................................................................. 232  9-15.5  Valve Boxes ................................................................................................................... 233  9-15.7(2) Automatic Control Valves ................................................................................................ 233  9-15.17 Electrical Wire and Splices ............................................................................................. 233  9-28 SIGNING MATERIALS AND FABRICATION ............................................................................ 233  9-28.7 Process Colors ............................................................................................................... 233  9-29 ILLUMINATION, SIGNAL, ELECTRICAL .................................................................................. 234  9-29.1 Conduit, Innerduct, and Outerduct ................................................................................. 234  9-29.1(1) Rigid Metal Conduit, Galvanized Steel Outerduct, and Fittings ..................................... 234  9-29.1(10) Directional Boring ........................................................................................................... 235  9-29.2 Junction Boxes, Cable Vaults, and Pull Boxes ............................................................... 235  9-29.2(1)A Standard Duty Junction Boxes ....................................................................................... 235  9-29.2(2) Small Cable Vaults and Pull Boxes ................................................................................ 236  9-29.3 Fiber Optic Cable, Electrical Conductors, and Cable ..................................................... 236  9-29.3(1) Fiber Optic Cable ............................................................................................................ 236  9-29.3(1)A Fiber Optic Cable Connectors ........................................................................................ 237  9-29.3(1)B Fiber Optic Patch Cords ................................................................................................. 237  9-29.3(2) Electrical Conductors and Cable .................................................................................... 237  9-29.3(2)H Three-Conductor Shielded Cable ................................................................................... 237  9-29.3(2)J Cable for Vehicle Video Detection and PTZ Cameras ................................................... 238  9-29.6 Light and Signal Standards ............................................................................................ 238  9-29.6(1) Steel Light and Signal Standards ................................................................................... 238  9-29.6(1)A Decorative Signal Poles Type III ..................................................................................... 238  9-29.6(1)B Signal Poles Type PPB ................................................................................................... 239  9-29.6(1)C Decorative Pedestrian Luminaire Poles ......................................................................... 239  9-29.10(2) Decorative Luminaires .................................................................................................... 240  9-29.11(2) Photoelectric Controls..................................................................................................... 241  9-29.13 Control Cabinet Assemblies ........................................................................................... 242  9-29.13(1) Environmental Performance, and Test Standards for Solid-State Traffic Controller Assemblies ..................................................................................................................... 242  9-29.13(2) Traffic Signal Controller Assembly Testing ..................................................................... 242  9-29.13(3) Traffic Signal Controller .................................................................................................. 243  9-29.13(4) Traffic Signal Controller Software ................................................................................... 246  9-29.13(5) Flashing Operations ........................................................................................................ 247  9-29.13(6) Emergency Pre-emption ................................................................................................. 247  9-29.13(7) Wiring Diagrams ............................................................................................................. 249  9-29.13(9) Radio Interference Suppressors ..................................................................................... 249  9-29.13(10)A Auxiliary Equipment for NEMA Controllers ..................................................................... 250  9-29.13(10)C NEMA Controller Cabinets .............................................................................................. 258  9-29.16 Vehicular Signal Heads, Displays, and Housing ............................................................ 267  9-29.16(2) Conventional Traffic Signal Heads ................................................................................. 267  9-29.16(2)A Optical Units ................................................................................................................... 267  9-29.16(2)B Signal Housing ................................................................................................................ 267  9-29.16(2)C Louvered Visors .............................................................................................................. 268  9-29.16(2)D Back Plates ..................................................................................................................... 269  9-29.16(2)E Painting Signal Heads .................................................................................................... 269  9-29.16(2)F Painting Back of Signal Pole Mounted Signs ................................................................. 269  9-29.16(2)G Painting Signal Pole Banding ......................................................................................... 269  9-29.17 Signal Head Mounting Brackets and Fittings ................................................................. 269  9-29.18 Vehicle Detector .............................................................................................................. 270  9-29.18(3) Video Detection System ................................................................................................. 270  9-29.19 Pedestrian Push Buttons ................................................................................................ 276  Special Provisions xi Williams Ave S and Wells Ave S Conversion Project December 2019 9-29.20 Pedestrian Signals .......................................................................................................... 279  9-29.24 Service Cabinets ............................................................................................................. 279  9-29.24(1) Painting ........................................................................................................................... 279  9-29.24(2) Electrical Circuit Breakers and Contactors ..................................................................... 279  9-29.25 Amplifier, Transformer, and Terminal Cabinets ............................................................... 280  9-30 WATER DISTRIBUTION MATERIALS ..................................................................................... 286  9-30.1 Pipe ................................................................................................................................. 286  9-30.1(1) Ductile Iron Pipe ............................................................................................................. 286  9-30.1(2) Polyethylene Encasement .............................................................................................. 287  9-30.2  Fittings ........................................................................................................................... 287  9-30.2(1) Ductile Iron Pipe ............................................................................................................. 287  9-30.2(2) Galvanized Iron Pipe ...................................................................................................... 288  9-30.2(3) Steel Casing Pipe ........................................................................................................... 288  9-30.2(4) Spacers and Seals for Steel Casing Pipe....................................................................... 289  9-30.2(6) Restrained Joint Pipe and Fittings .................................................................................. 289  9-30.2(7) Bolted, Sleeve-Type Couplings for Plain End Pipe ........................................................ 289  9-30.3 Valves ............................................................................................................................. 289  9-30.3(1)  Gate Valves (3 inches to 16 inches) .............................................................................. 290  9-30.3(3)  Butterfly Valves .............................................................................................................. 290  9-30.3(4)  Valve Boxes ................................................................................................................... 291  9-30.3(5)  Valve Marker Posts ........................................................................................................ 291  9-30.3(6)  Valve Stem Extensions .................................................................................................. 291  9-30.3(7)  Combination Air Release/ Air Vacuum Valves ............................................................... 291  9-30.3(8) Tapping Sleeve and Valve Assembly .............................................................................. 291  9-30.3(9) Blow-Off Assembly .......................................................................................................... 291  9-30.5 Hydrants ......................................................................................................................... 292  9-30.5(1) End Connections ............................................................................................................ 292  9-30.5(2) Hydrant Dimensions ....................................................................................................... 292  9-30.6 Water Service Connections (2 Inches and Smaller) ....................................................... 293  9-30.6(3) Service Pipes .................................................................................................................. 293  9-30.6(3)B Polyethylene Pipe ........................................................................................................... 293  9-30.6(4) Service Fittings ............................................................................................................... 293  9-30.6(5) Meter Setters .................................................................................................................. 293  Special Provisions xii Williams Ave S and Wells Ave S Conversion Project December 2019 (This Page Intentionally Left Blank) Special Provisions SP-1 Williams Ave S and Wells Ave S Conversion Project November 2019 INTRODUCTION TO THE SPECIAL PROVISIONS (August 14, 2013 APWA GSP) The work on this project shall be accomplished in accordance with the Standard Specifications for Road, Bridge and Municipal Construction, 2018 edition, as issued by the Washington State Department of Transportation (WSDOT) and the American Public Works Association (APWA), Washington State Chapter (hereafter “Standard Specifications”). The Standard Specifications, as modified or supplemented by the Amendments to the Standard Specifications and these Special Provisions, all of which are made a part of the Contract Documents, shall govern all of the Work. These Special Provisions are made up of both General Special Provisions (GSPs) from various sources, which may have project-specific fill-ins; and project-specific Special Provisions. Each Provision either supplements, modifies, or replaces the comparable Standard Specification, or is a new Provision. The deletion, amendment, alteration, or addition to any subsection or portion of the Standard Specifications is meant to pertain only to that particular portion of the section, and in no way should it be interpreted that the balance of the section does not apply. The project-specific Special Provisions are not labeled as such. The GSPs are labeled under the headers of each GSP, with the effective date of the GSP and its source. For example: (March 8, 2013 APWA GSP) (April 1, 2013 WSDOT GSP) Also incorporated into the Contract Documents by reference are:  Manual on Uniform Traffic Control Devices for Streets and Highways, currently adopted edition, with Washington State modifications, if any  Standard Plans for Road, Bridge and Municipal Construction, WSDOT/APWA, current edition  City of Renton Standard Details, City of Renton Public Works Department, current edition  Revised Draft Guidelines for Accessible Public Rights-of-Way, November 23, 2005 (commonly referred to as the 2005 PROWAG) Contractor shall obtain copies of these publications, at Contractor’s own expense. Special Provisions SP-2 Williams Ave S & Wells Ave S Conversion Project December 2019 (This Page Intentionally Left Blank) Special Provisions SP-3 Williams Ave S & Wells Ave S Conversion Project December 2019 DIVISION 1 GENERAL REQUIREMENTS DESCRIPTION OF WORK (March 13, 1995 WDOT GSP) This Contract provides for the improvement of ** four intersections in Downtown Renton at S 2nd St / Williams Ave S, S 2nd St / Wells Ave S, S 3rd St / Williams Ave S, and S 3rd St / Wells Ave S. The improvements to be performed at the four intersections include: temporary erosion and water pollution control; pavement removal; installation of new traffic signal system and illumination system; storm drainage; water line; sewer repairs; landscaping; construction of a raised cement concrete pavement intersection; construction of new curb, gutter, sidewalk, and planters; decorative pavements and urban design features; asphalt paving and overlay; and property restoration. In addition, channelization and signing improvements will be performed along Williams Ave S and Wells Ave S (from S Grady Way to N 1st St) in order to convert the streets to 2-way traffic. Schedules B, C, and D consists of water, storm drainage, and sewer improvements and associated restoration that are considered outside of the intersection work. These areas include:  Along S 2nd Street, west of approx. STA 199+23 and east of approx. STA 204+40. All CIPP work on S 2nd Street is part of Schedule D  Along S 3rd Street, west of approx. STA 299+07 and east of approx. STA 303+90 ** and other work, all in accordance with the attached Contract Plans, these Contract Provisions, and the Standard Specifications. 1-01 DEFINITIONS AND TERMS 1-01.3 Definitions (January 4, 2016 APWA GSP) Delete the heading Completion Dates and the three paragraphs that follow it, and replace them with the following: Dates Bid Opening Date The date on which the Contracting Agency publicly opens and reads the Bids. Award Date The date of the formal decision of the Contracting Agency to accept the lowest responsible and responsive Bidder for the Work. Contract Execution Date The date the Contracting Agency officially binds the Agency to the Contract. Notice to Proceed Date The date stated in the Notice to Proceed on which the Contract time begins. Special Provisions SP-4 Williams Ave S & Wells Ave S Conversion Project December 2019 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 standpoint, any remaining traffic disruptions will be rare and brief, and only minor incidental work, replacement of temporary substitute facilities, plant establishment periods, or correction or repair remains for the Physical Completion of the total Contract. Physical Completion Date The day all of the Work is physically completed on the project. All documentation required by the Contract and required by law does not necessarily need to be furnished by the Contractor by this date. Completion Date The day all the Work specified in the Contract is completed and all the obligations of the Contractor under the contract are fulfilled by the Contractor. All documentation required by the Contract and required by law must be furnished by the Contractor before establishment of this date. Final Acceptance Date The date on which the Contracting Agency accepts the Work as complete. Supplement this Section with the following: All references in the Standard Specifications, Amendments, or WSDOT General Special Provisions, to the terms “Department of Transportation”, “Washington State Transportation Commission”, “Commission”, “Secretary of Transportation”, “Secretary”, “Headquarters”, and “State Treasurer” shall be revised to read “Contracting Agency”. All references to the terms “State” or “state” shall be revised to read “Contracting Agency” unless the reference is to an administrative agency of the State of Washington, a State statute or regulation, or the context reasonably indicates otherwise. All references to “State Materials Laboratory” shall be revised to read “Contracting Agency designated location”. All references to “final contract voucher certification” shall be interpreted to mean the Contracting Agency form(s) by which final payment is authorized, and final completion and acceptance granted. Additive A supplemental unit of work or group of bid items, identified separately in the Bid Proposal, which may, at the discretion of the Contracting Agency, be awarded in addition to the base bid. Alternate One of two or more units of work or groups of bid items, identified separately in the Bid Proposal, from which the Contracting Agency may make a choice between different methods or material of construction for performing the same work. Business Day A business day is any day from Monday through Friday except holidays as listed in Section 1-08.5. Special Provisions SP-5 Williams Ave S & Wells Ave S Conversion Project December 2019 Contract Bond The definition in the Standard Specifications for “Contract Bond” applies to whatever bond form(s) are required by the Contract Documents, which may be a combination of a Payment Bond and a Performance Bond. Contract Documents See definition for “Contract”. Contract Time The period of time established by the terms and conditions of the Contract within which the Work must be physically completed. Notice of Award The written notice from the Contracting Agency to the successful Bidder signifying the Contracting Agency’s acceptance of the Bid Proposal. Notice to Proceed The written notice from the Contracting Agency or Engineer to the Contractor authorizing and directing the Contractor to proceed with the Work and establishing the date on which the Contract time begins. Traffic Both vehicular and non-vehicular traffic, such as pedestrians, bicyclists, wheelchairs, and equestrian traffic. 1-02 BID PROCEDURES AND CONDITIONS 1-02.1 Prequalification of Bidders Delete this Section and replace it with the following: 1-02.1 Qualifications of Bidder (January 24, 2011 APWA GSP) Before award of a public works contract, a bidder must meet at least the minimum qualifications of RCW 39.04.350(1) to be considered a responsible bidder and qualified to be awarded a public works project. 1-02.2 Plans and Specifications (June 27, 2011 APWA GSP) Delete this section and replace it with the following: Information as to where Bid Documents can be obtained or reviewed will be found in the Call for Bids (Advertisement for Bids) for the work. After award of the contract, plans and specifications will be issued to the Contractor at no cost as detailed below: Special Provisions SP-6 Williams Ave S & Wells Ave S Conversion Project December 2019 To Prime Contractor No. of Sets Basis of Distribution Reduced plans (11" x 17") 5 Furnished automatically upon award. Contract Provisions 5 Furnished automatically upon award. Large plans (e.g., 22" x 34") 1 Furnished only upon request. Additional plans and Contract Provisions may be obtained by the Contractor from the source stated in the Call for Bids, at the Contractor’s own expense. 1-02.4 Examination of Plans, Specifications, and Site of Work 1-02.4(2) Subsurface Information (March 8, 2013 APWA GSP) The second sentence in the first paragraph is revised to read: The Summary of Geotechnical Conditions and the boring logs, if and when included as an appendix to the Special Provisions, shall be considered as part of the Contract. 1-02.5 Proposal Forms (July 31, 2017 APWA GSP) Delete this section and replace it with the following: The Proposal Form will identify the project and its location and describe the work. It will also list estimated quantities, units of measurement, the items of work, and the materials to be furnished at the unit bid prices. The bidder shall complete spaces on the proposal form that call for, but are not limited to, unit prices; extensions; summations; the total bid amount; signatures; date; and, where applicable, retail sales taxes and acknowledgment of addenda; the bidder’s name, address, telephone number, and signature; the bidder’s UDBE/DBE/M/WBE commitment, if applicable; a State of Washington Contractor’s Registration Number; and a Business License Number, if applicable. Bids shall be completed by typing or shall be printed in ink by hand, preferably in black ink. The required certifications are included as part of the Proposal Form. The Contracting Agency reserves the right to arrange the proposal forms with alternates and additives, if such be to the advantage of the Contracting Agency. The bidder shall bid on all alternates and additives set forth in the Proposal Form unless otherwise specified. 1-02.6 Preparation of Proposal Section 1-02.6 is supplemented with the following: Special Provisions SP-7 Williams Ave S & Wells Ave S Conversion Project December 2019 A minimum bid of $10,000 lump sum has been established for the item “Type B Progress Schedule.” The Contractor’s bid shall equal or exceed that amount. If the Contractor’s bid is less than the minimum specified amount, the Contracting Agency will unilaterally revise the bid amount to the minimum specified amount and recalculate the Contractor’s total bid amount. The corrected total bid amount will be used by the Contracting Agency for award purposes and to fix the amount of the contract bond. (July 11, 2018 APWA GSP) Supplement the second paragraph with the following: 4. If a minimum bid amount has been established for any item, the unit or lump sum price must equal or exceed the minimum amount stated. 5. Any correction to a bid made by interlineation, alteration, or erasure, shall be initialed by the signer of the bid. Delete the last two paragraphs, and replace them with the following: If no Subcontractor is listed, the Bidder acknowledges that it does not intend to use any Subcontractor to perform those items of work. The Bidder shall submit with their Bid a completed Contractor Certification Wage Law Compliance form, provided by the Contracting Agency. Failure to return this certification as part of the Bid Proposal package will make this Bid Nonresponsive and ineligible for Award. A Contractor Certification of Wage Law Compliance form is included in the Proposal Forms. The Bidder shall make no stipulation on the Bid Form, nor qualify the bid in any manner. A bid by a corporation shall be executed in the corporate name, by the president or a vice president (or other corporate officer accompanied by evidence of authority to sign). A bid by a partnership shall be executed in the partnership name, and signed by a partner. A copy of the partnership agreement shall be submitted with the Bid Form if any UDBE requirements 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 UDBE requirements are to be satisfied through such an agreement. Add the following new section: 1-02.6(1) Recycled Materials Proposal (January 4, 2016 APWA GSP) The Bidder shall submit with the Bid, its proposal for incorporating recycled materials into the project, using the form provided in the Contract Provisions. Special Provisions SP-8 Williams Ave S & Wells Ave S Conversion Project December 2019 1-02.7 Bid Deposit (March 8, 2013 APWA GSP) Supplement this section with the following: Bid bonds shall contain the following: 1. Contracting Agency-assigned number for the project; 2. Name of the project; 3. The Contracting Agency named as obligee; 4. The amount 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; 5. Signature of the bidder’s officer empowered to sign official statements. The signature of the person authorized to submit the bid should agree with the signature on the bond, and the title of the person must accompany said signature; 6. The signature of the surety’s officer empowered to sign the bond and the power of attorney. If so stated in the Contract Provisions, bidder must use the bond form included in the Contract Provisions. If so stated in the Contract Provisions, cash will not be accepted for a bid deposit. 1-02.9 Delivery of Proposal (May 17, 2018 APWA GSP, Option A) Delete this section and replace it with the following: Each Proposal shall be submitted in a sealed envelope, with the Project Name and Project Number as stated in the Call for Bids clearly marked on the outside of the envelope, or as otherwise required in the Bid Documents, to ensure proper handling and delivery. To be considered responsive on a FHWA-funded project, the Bidder may be required to submit the following items, as required by Section 1-02.6:  UDBE Written Confirmation Document from each UDBE firm listed on the Bidder’s completed UDBE Utilization Certification (WSDOT 272-056U)  Good Faith Effort (GFE) Documentation These documents, if applicable, shall be received either with the Bid Proposal or as a supplement to the Bid. These documents shall be received no later than 24 hours (not including Saturdays, Sundays and Holidays) after the time for delivery of the Bid Proposal. If submitted after the Bid Proposal is due, the document(s) must be submitted in a sealed envelope labeled the same as for the Proposal, with “Supplemental Information” added. All other information required to be submitted with the Bid Proposal must be submitted with the Bid Proposal itself, at the time stated in the Call for Bids. Special Provisions SP-9 Williams Ave S & Wells Ave S Conversion Project December 2019 The Contracting Agency will not open or consider any Bid Proposal that is received after the time specified in the Call for Bids for receipt of Bid Proposals, or received in a location other than that specified in the Call for Bids. The Contracting Agency will not open or consider any “Supplemental Information” (UDBE confirmations, or GFE documentation) that is received after the time specified above, or received in a location other than that specified in the Call for Bids. 1-02.10 Withdrawing, Revising, or Supplementing Proposal (July 23, 2015 APWA GSP) Delete this section, and replace it with the following: After submitting a physical Bid Proposal to the Contracting Agency, the Bidder may withdraw, revise, or supplement it if: 1. The Bidder submits a written request signed by an authorized person and physically delivers it to the place designated for receipt of Bid Proposals, and 2. The Contracting Agency receives the request before the time set for receipt of Bid Proposals, and 3. The revised or supplemented Bid Proposal (if any) is received by the Contracting Agency before the time set for receipt of Bid Proposals. If the Bidder’s request to withdraw, revise, or supplement its Bid Proposal is received before the time set for receipt of Bid Proposals, the Contracting Agency will return the unopened Proposal package to the Bidder. The Bidder must then submit the revised or supplemented package in its entirety. If the Bidder does not submit a revised or supplemented package, then its bid shall be considered withdrawn. Late revised or supplemented Bid Proposals or late withdrawal requests will be date recorded by the Contracting Agency and returned unopened. Mailed, emailed, or faxed requests to withdraw, revise, or supplement a Bid Proposal are not acceptable. 1-02.13 Irregular Proposals (June 20, 2017 APWA GSP) Delete this section and replace it with the following: 1. A Proposal will be considered irregular and will be rejected if: a. The Bidder is not prequalified when so required; b. The authorized Proposal form furnished by the Contracting Agency is not used or is altered; c. The completed Proposal form contains any unauthorized additions, deletions, alternate Bids, or conditions; 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 Proposal form is not properly executed; g. The Bidder fails to submit or properly complete a Subcontractor list, if applicable, as required in Section 1-02.6; Special Provisions SP-10 Williams Ave S & Wells Ave S Conversion Project December 2019 h. The Bidder fails to submit or properly complete an Underutilized Disadvantaged Business Enterprise Certification, if applicable, as required in Section 1-02.6; i. The Bidder fails to submit written confirmation from each UDBE firm listed on the Bidder’s completed UDBE Utilization Certification that they are in agreement with the bidder’s UDBE participation commitment, if applicable, as required in Section 1-02.6, or if the written confirmation that is submitted fails to meet the requirements of the Special Provisions; j The Bidder fails to submit UDBE Good Faith Effort documentation, if applicable, as required in Section 1-02.6, or if the documentation that is submitted fails to demonstrate that a Good Faith Effort to meet the Condition of Award was made; k. The Bid Proposal does not constitute a definite and unqualified offer to meet the material terms of the Bid invitation; or l. More than one Proposal is submitted for the same project from a Bidder under the same or different names. 2. A Proposal may be considered irregular and may be rejected if: a. The Proposal does not include a unit price for every Bid item; b. Any of the unit prices are excessively unbalanced (either above or below the amount of a reasonable Bid) to the potential detriment of the Contracting Agency; c. Receipt of Addenda is not acknowledged; d. A member of a joint venture or partnership and the joint venture or partnership submit Proposals for the same project (in such an instance, both Bids may be rejected); or e. If Proposal form entries are not made in ink. 1-02.14 Disqualification of Bidders (May 17, 2018 APWA GSP, Option B) Delete this section and replace it with the following: A Bidder will be deemed not responsible if the Bidder does not meet the mandatory bidder responsibility criteria in RCW 39.04.350(1), as amended; or does not meet Supplemental Criteria 1-7 listed in this Section. The Contracting Agency will verify that the Bidder meets the mandatory bidder responsibility criteria in RCW 39.04.350(1), and Supplemental Criteria 1-2. Evidence that the Bidder meets Supplemental Criteria 3-7 shall be provided by the Bidder as stated later in this Section. 1. Delinquent State Taxes A Criterion: The Bidder shall not owe delinquent taxes to the Washington State Department of Revenue without a payment plan approved by the Department of Revenue. B. Documentation: The Bidder, if and when required as detailed below, shall sign a statement (on a form to be provided by the Contracting Agency) that the Bidder does not owe delinquent taxes to the Washington State Department of Revenue, or if delinquent taxes are owed to the Washington State Department of Revenue, Special Provisions SP-11 Williams Ave S & Wells Ave S Conversion Project December 2019 the Bidder must submit a written payment plan approved by the Department of Revenue, to the Contracting Agency by the deadline listed below. 2. Federal Debarment A. Criterion: The Bidder shall not currently be debarred or suspended by the Federal government. B. Documentation: The Bidder shall not be listed as having an “active exclusion” on the U.S. government’s “System for Award Management” database (www.sam.gov). 3. Subcontractor Responsibility A. Criterion: The Bidder’s standard subcontract form shall include the subcontractor responsibility language required by RCW 39.06.020, and the Bidder shall have an established procedure which it utilizes to validate the responsibility of each of its subcontractors. The Bidder’s subcontract form shall also include a requirement that each of its subcontractors shall have and document a similar procedure to determine whether the sub-tier subcontractors with whom it contracts are also “responsible” subcontractors as defined by RCW 39.06.020. B. Documentation: The Bidder, if and when required as detailed below, shall submit a copy of its standard subcontract form for review by the Contracting Agency, and a written description of its procedure for validating the responsibility of subcontractors with which it contracts. 4. Claims Against Retainage and Bonds A. Criterion: The Bidder shall not have a record of excessive claims filed against the retainage or payment bonds for public works projects in the three years prior to the bid submittal date, that demonstrate a lack of effective management by the Bidder of making timely and appropriate payments to its subcontractors, suppliers, and workers, unless there are extenuating circumstances and such circumstances are deemed acceptable to the Contracting Agency. B. Documentation: The Bidder, if and when required as detailed below, shall submit a list of the public works projects completed in the three years prior to the bid submittal date that have had claims against retainage and bonds and include for each project the following information: • Name of project • The owner and contact information for the owner; • A list of claims filed against the retainage and/or payment bond for any of the projects listed; • A written explanation of the circumstances surrounding each claim and the ultimate resolution of the claim. 5. Public Bidding Crime Special Provisions SP-12 Williams Ave S & Wells Ave S Conversion Project December 2019 A. Criterion: The Bidder and/or its owners shall not have been convicted of a crime involving bidding on a public works contract in the five years prior to the bid submittal date. B. Documentation: The Bidder, if and when required as detailed below, shall sign a statement (on a form to be provided by the Contracting Agency) that the Bidder and/or its owners have not been convicted of a crime involving bidding on a public works contract. 6. Termination for Cause / Termination for Default A. Criterion: The Bidder shall not have had any public works contract terminated for cause or terminated for default by a government agency in the five years prior to the bid submittal date, unless there are extenuating circumstances and such circumstances are deemed acceptable to the Contracting Agency. B. Documentation: The Bidder, if and when required as detailed below, shall sign a statement (on a form to be provided by the Contracting Agency) that the Bidder has not had any public works contract terminated for cause or terminated for default by a government agency in the five years prior to the bid submittal date; or if Bidder was terminated, describe the circumstances. . 7. Lawsuits A. Criterion: The Bidder shall not have lawsuits with judgments entered against the Bidder in the five years prior to the bid submittal date that demonstrate a pattern of failing to meet the terms of contracts, unless there are extenuating circumstances and such circumstances are deemed acceptable to the Contracting Agency B. Documentation: The Bidder, if and when required as detailed below, shall sign a statement (on a form to be provided by the Contracting Agency) that the Bidder has not had any lawsuits with judgments entered against the Bidder in the five years prior to the bid submittal date that demonstrate a pattern of failing to meet the terms of contracts, or shall submit a list of all lawsuits with judgments entered against the Bidder in the five years prior to the bid submittal date, along with a written explanation of the circumstances surrounding each such lawsuit. The Contracting Agency shall evaluate these explanations to determine whether the lawsuits demonstrate a pattern of failing to meet of terms of construction related contracts As evidence that the Bidder meets the Supplemental Criteria stated above, the apparent low Bidder must submit to the Contracting Agency by 12:00 P.M. (noon) of the second business day following the bid submittal deadline, a written statement verifying that the Bidder meets the supplemental criteria together with supporting documentation (sufficient in the sole judgment of the Contracting Agency) demonstrating compliance with the Supplemental Criteria. The Contracting Agency reserves the right to request further documentation as needed from the low Bidder and documentation from other Bidders as well to assess Bidder responsibility and compliance with all bidder responsibility criteria. The Contracting Agency also reserves the right to obtain information from third-parties and independent sources of information concerning a Bidder’s compliance with the mandatory Special Provisions SP-13 Williams Ave S & Wells Ave S Conversion Project December 2019 and supplemental criteria, and to use that information in their evaluation. The Contracting Agency may consider mitigating factors in determining whether the Bidder complies with the requirements of the supplemental criteria. The basis for evaluation of Bidder compliance with these mandatory and supplemental criteria shall include any documents or facts obtained by Contracting Agency (whether from the Bidder or third parties) including but not limited to: (i) financial, historical, or operational data from the Bidder; (ii) information obtained directly by the Contracting Agency from others for whom the Bidder has worked, or other public agencies or private enterprises; and (iii) any additional information obtained by the Contracting Agency which is believed to be relevant to the matter. If the Contracting Agency determines the Bidder does not meet the bidder responsibility criteria above and is therefore not a responsible Bidder, the Contracting Agency shall notify the Bidder in writing, with the reasons for its determination. If the Bidder disagrees with this determination, it may appeal the determination within two (2) business days of the Contracting Agency’s determination by presenting its appeal and any additional information to the Contracting Agency. The Contracting Agency will consider the appeal and any additional information before issuing its final determination. If the final determination affirms that the Bidder is not responsible, the Contracting Agency will not execute a contract with any other Bidder until at least two business days after the Bidder determined to be not responsible has received the Contracting Agency’s final determination. Request to Change Supplemental Bidder Responsibility Criteria Prior To Bid: Bidders with concerns about the relevancy or restrictiveness of the Supplemental Bidder Responsibility Criteria may make or submit requests to the Contracting Agency to modify the criteria. Such requests shall be in writing, describe the nature of the concerns, and propose specific modifications to the criteria. Bidders shall submit such requests to the Contracting Agency no later than five (5) business days prior to the bid submittal deadline and address the request to the Project Engineer or such other person designated by the Contracting Agency in the Bid Documents. 1-02.15 Pre Award Information (August 14, 2013 APWA GSP) Revise this section to read: Before awarding any contract, the Contracting Agency may require one or more of these items or actions of the apparent lowest responsible bidder: 1. A complete statement of the origin, composition, and manufacture of any or all materials to be used, 2. Samples of these materials for quality and fitness tests, 3. A progress schedule (in a form the Contracting Agency requires) showing the order of and time required for the various phases of the work, 4. A breakdown of costs assigned to any bid item, 5. Attendance at a conference with the Engineer or representatives of the Engineer, Special Provisions SP-14 Williams Ave S & Wells Ave S Conversion Project December 2019 6. Obtain, and furnish a copy of, a business license to do business in the city or county where the work is located. 7. Any other information or action taken that is deemed necessary to ensure that the bidder is the lowest responsible bidder. 1-03 AWARD AND EXECUTION OF CONTRACT 1-03.1 Consideration of Bids (January 23, 2006 APWA GSP) Revise the first paragraph to read: After opening and reading proposals, the Contracting Agency will check them for correctness of extensions of the prices per unit and the total price. If a discrepancy exists between the price per unit and the extended amount of any bid item, the price per unit will control. If a minimum bid amount has been established for any item and the bidder’s unit or lump sum price is less than the minimum specified amount, the Contracting Agency will unilaterally revise the unit or lump sum price to the minimum specified amount and recalculate the extension. The total of extensions, corrected where necessary, including sales taxes where applicable and such additives and/or alternates as selected by the Contracting Agency, will be used by the Contracting Agency for award purposes and to fix the Awarded Contract Price amount and the amount of the contract bond. 1-03.1(1) Identical Bid Totals (January 4, 2016 APWA GSP) Revise this section to read: After opening Bids, if two or more lowest responsive Bid totals are exactly equal, then the tie-breaker will be the Bidder with an equal lowest bid that proposed to use the highest percentage of recycled materials in the Project, per the form submitted with the Bid Proposal. If those percentages are also exactly equal, then the tie-breaker will be determined by drawing as follows: Two or more slips of paper will be marked as follows: one marked “Winner” and the other(s) marked “unsuccessful”. The slips will be folded to make the marking unseen. The slips will be placed inside a box. One authorized representative of each Bidder shall draw a slip from the box. Bidders shall draw in alphabetic order by the name of the firm as registered with the Washington State Department of Licensing. The slips shall be unfolded and the firm with the slip marked “Winner” will be determined to be the successful Bidder and eligible for Award of the Contract. Only those Bidders who submitted a Bid total that is exactly equal to the lowest responsive Bid, and with a proposed recycled materials percentage that is exactly equal to the highest proposed recycled materials amount, are eligible to draw. 1-03.3 Execution of Contract (October 1, 2005 APWA GSP) Revise this section to read: Special Provisions SP-15 Williams Ave S & Wells Ave S Conversion Project December 2019 Copies of the Contract Provisions, including the unsigned Form of Contract, will be available for signature by the successful bidder on the first business day following award. The number of copies to be executed by the Contractor will be determined by the Contracting Agency. Within 10 calendar days after the award date, the successful bidder shall return the signed Contracting Agency-prepared contract, an insurance certification as required by Section 1- 07.18, and a satisfactory bond as required by law and Section 1-03.4. Before execution of the contract by the Contracting Agency, the successful bidder shall provide any pre-award information the Contracting Agency may require under Section 1-02.15. Until the Contracting Agency executes a contract, no proposal shall bind the Contracting Agency nor shall any work begin within the project limits or within Contracting Agency- furnished sites. The Contractor shall bear all risks for any work begun outside such areas and for any materials ordered before the contract is executed by the Contracting Agency. If the bidder experiences circumstances beyond their control that prevents return of the contract documents within 10 calendar days after the award date stated above, the Contracting Agency may grant up to a maximum of 2 additional calendar days for return of the documents, provided the Contracting Agency deems the circumstances to be acceptable. 1-03.4 Contract Bond (July 23, 2015 APWA GSP) Delete the first paragraph and replace it with the following: The successful bidder shall provide executed payment and performance bond(s) for the full contract amount. The bond may be a combined payment and performance bond; or be separate payment and performance bonds. In the case of separate payment and performance bonds, each shall be for the full contract amount. The bond(s) shall: 1. Be on Contracting Agency-furnished form(s); 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. Guarantee that the Contractor will perform and comply with all obligations, duties, and conditions under the Contract, including but not limited to the duty and obligation to indemnify, defend, and protect the Contracting Agency against all losses and claims related directly or indirectly from any failure: a. Of the Contractor (or any of the employees, subcontractors, or lower tier subcontractors of the Contractor) to faithfully perform and comply with all contract obligations, conditions, and duties, or b. Of the Contractor (or the subcontractors or lower tier subcontractors of the Contractor) to pay all laborers, mechanics, subcontractors, lower tier subcontractors, material persons, or any other person who provides supplies or provisions for carrying out the work; 4. Be conditioned upon the payment of taxes, increases, and penalties incurred on the project under titles 50, 51, and 82 RCW; 5. Be accompanied by a power of attorney for the Surety’s officer empowered to sign the bond; and Special Provisions SP-16 Williams Ave S & Wells Ave S Conversion Project December 2019 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(s) must be signed by the president or vice president, unless accompanied by written proof of the authority of the individual signing the bond(s) to bind the corporation (i.e., corporate resolution, power of attorney, or a letter to such effect signed by the president or vice president). 1-03.7 Judicial Review (November 30, 2018 APWA GSP) Revise this section to read: Any decision made by the Contracting Agency regarding the Award and execution of the Contract or Bid rejection shall be conclusive subject to the scope of judicial review permitted under Washington Law. Such review, if any, shall be timely filed in the Superior Court of the county where the Contracting Agency headquarters is located, provided that where an action is asserted against a county, RCW 36.01.050 shall control venue and jurisdiction. 1-04 SCOPE OF WORK 1-04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and Addenda (March 13, 2012 APWA GSP) Revise the second paragraph to read: Any inconsistency in the parts of the contract shall be resolved by following this order of precedence (e.g., 1 presiding over 2, 2 over 3, 3 over 4, and so forth): 1. Addenda, 2. Proposal Form, 3. Special Provisions, 4. Contract Plans, 5. Amendments to the Standard Specifications, 6. Standard Specifications, 7. Contracting Agency’s Standard Plans or Details (if any), and 8. WSDOT Standard Plans for Road, Bridge, and Municipal Construction. 1-04.9 Use of Buildings or Structures Add new section 1-04.9(1): 1-04.9(1) Construction Staging and/or Personnel Parking The Contractor shall be responsible for providing Construction Staging and/or Personnel Parking Area in a safe condition and orderly manner throughout the duration of the project. Prior to any construction activity, the Contractor shall provide written notification; informing the Engineer and all employees, contractors and subcontractors who intend to arrive at this Special Provisions SP-17 Williams Ave S & Wells Ave S Conversion Project December 2019 project with vehicles, equipment or supplies; of the location, purpose, and restrictions that apply to the Construction Staging and/or Personnel Parking Area. No Construction Staging and/or Personnel Parking Area will be provided by the City. It is the Contractor’s responsibility to locate and arrange for the use of this area. The purpose of the Construction Staging and/or Personnel Parking Area for this project is to provide all contractors, subcontractors, and personnel associated with this project a safe and orderly location to store equipment, tools, and supplies, and for parking construction and/or personal vehicles. There is a limited amount of available parking in and around the project area. The Contractor may not use private parking spaces or the City-owned parking lot along Main Ave S (Parcel No. 723150-0880, Parcel No. 723150-0885, and Parcel No. 723150-0895) to park construction or personal vehicles. The Contractor must restrict all parking and storage activities to an approved Construction Staging and Personnel Parking Area(s) for this project. All costs associated with providing, maintaining, permitting, and operating the Construction Staging and/or Personnel Parking Area(s) for the project shall be considered incidental to other bid items in this Contract. 1-05 CONTROL OF WORK 1-05.3 Working Drawings Section 1-05.3 is supplemented with the following: (September 3, 2019 WSDOT GSP) When submittals require review by the railroad, the Engineer will require up to *** 60 *** calendar days from the date the submittals are received until they are returned to the Contractor. If a submittal is returned unapproved and then resubmitted, then an additional review time of up to *** 60 *** calendar days will be required. If more than *** 60 *** calendar days are required for the Engineer's review of any individual submittal or resubmittal, an extension of time will be considered in accordance with Section 1- 08.8. 1-05.4 Conformity With and Deviations From Plans and Stakes Section 1-05.4 is supplemented with the following: Contractor Surveying - Roadway (August 7, 2017 WSDOT GSP) Copies of the Contracting Agency provided primary survey control data are available for the bidder's inspection at the office of the Engineer. The Contractor shall be responsible for setting, maintaining, and resetting all alignment stakes, slope stakes, and grades necessary for the construction of the roadbed, drainage, surfacing, paving, channelization and pavement marking, illumination and signals, guardrails Special Provisions SP-18 Williams Ave S & Wells Ave S Conversion Project December 2019 and barriers, and signing. Except for the survey control data to be furnished by the Contracting Agency, calculations, surveying, and measuring required for setting and maintaining the necessary lines and grades shall be the Contractor's responsibility. The Contractor shall inform the Engineer when monuments are discovered that were not identified in the Plans and construction activity may disturb or damage the monuments. All monuments noted on the plans “DO NOT DISTURB” shall be protected throughout the length of the project or be replaced at the Contractors expense. Detailed survey records shall be maintained, including a description of the work performed on each shift, the methods utilized, and the control points used. The record shall be adequate to allow the survey to be reproduced. A copy of each day's record shall be provided to the Engineer within three working days after the end of the shift. The meaning of words and terms used in this provision shall be as listed in "Definitions of Surveying and Associated Terms" current edition, published by the American Congress on Surveying and Mapping and the American Society of Civil Engineers. The survey work shall include but not be limited to the following: 1. Verify the primary horizontal and vertical control furnished by the Contracting Agency, and expand into secondary control by adding stakes and hubs as well as additional survey control needed for the project. Provide descriptions of secondary control to the Contracting Agency. The description shall include coordinates and elevations of all secondary control points. 2. Establish, the centerlines of all alignments, by placing hubs, stakes, or marks on centerline or on offsets to centerline at all curve points (PCs, PTs, and PIs) and at points on the alignments spaced no further than 50 feet. 3. Establish clearing limits, placing stakes at all angle points and at intermediate points not more than 50 feet apart. The clearing and grubbing limits shall be 5 feet beyond the toe of a fill and 10 feet beyond the top of a cut unless otherwise shown in the Plans. 4. Establish grading limits, placing slope stakes at centerline increments not more than 50 feet apart. Establish offset reference to all slope stakes. If Global Positioning Satellite (GPS) Machine Controls are used to provide grade control, then slope stakes may be omitted at the discretion of the Contractor. 5. Establish the horizontal and vertical location of all drainage features, placing offset stakes to all drainage structures and to pipes at a horizontal interval not greater than 25 feet. 6. Establish roadbed and surfacing elevations by placing stakes at the top of subgrade and at the top of each course of surfacing. Subgrade and surfacing stakes shall be set at horizontal intervals not greater than 50 feet in tangent sections, 25 feet in curve sections with a radius less than 300 feet, and at 10-foot intervals in intersection radii with a radius less than 10 feet. Transversely, stakes shall be placed at all locations where the roadway slope changes and at additional points such that the transverse spacing of stakes is not more than 12 feet. If GPS Machine Controls are used to provide grade control, then roadbed and surfacing stakes may be omitted at the discretion of the Contractor. Special Provisions SP-19 Williams Ave S & Wells Ave S Conversion Project December 2019 7. Establish intermediate elevation benchmarks as needed to check work throughout the project. 8. Provide references for paving pins at 25-foot intervals or provide simultaneous surveying to establish location and elevation of paving pins as they are being placed. 9. For all other types of construction included in this provision, (including but not limited to channelization and pavement marking, illumination and signals, guardrails and barriers, and signing) provide staking and layout as necessary to adequately locate, construct, and check the specific construction activity. 10. Contractor shall determine if changes are needed to the profiles or roadway sections shown in the Contract Plans in order to achieve proper smoothness and drainage where matching into existing features, such as a smooth transition from new pavement to existing pavement. The Contractor shall submit these changes to the Engineer for review and approval 10 days prior to the beginning of work. The Contractor shall provide the Contracting Agency copies of any calculations and staking data when requested by the Engineer. To facilitate the establishment of these lines and elevations, the Contracting Agency will provide the Contractor with primary survey control information consisting of descriptions of two primary control points used for the horizontal and vertical control, and descriptions of two additional primary control points for every additional three miles of project length. Primary control points will be described by reference to the project alignment and the coordinate system and elevation datum utilized by the project. In addition, the Contracting Agency will supply horizontal coordinates for the beginning and ending points and for each Point of Intersection (PI) on each alignment included in the project. The Contractor shall ensure a surveying accuracy within the following tolerances: Vertical Horizontal Slope stakes 0.10 feet 0.10 feet Subgrade grade stakes set 0.04 feet below grade 0.01 feet 0.5 feet (parallel to alignment) 0.1 feet (normal to alignment) Stationing on roadway N/A 0.1 feet Alignment on roadway N/A 0.04 feet Surfacing grade stakes 0.01 feet 0.5 feet (parallel to alignment) 0.1 feet (normal to alignment) Roadway paving pins for surfacing or paving 0.01 feet 0.2 feet (parallel to alignment) 0.1 feet (normal to alignment) Special Provisions SP-20 Williams Ave S & Wells Ave S Conversion Project December 2019 The Contracting Agency may spot-check the Contractor's surveying. These spot-checks will not change the requirements for normal checking by the Contractor. When staking roadway alignment and stationing, the Contractor shall perform independent checks from different secondary control to ensure that the points staked are within the specified survey accuracy tolerances. The Contractor shall calculate coordinates for the alignment. The Contracting Agency will verify these coordinates prior to issuing approval to the Contractor for commencing with the work. The Contracting Agency will require up to seven calendar days from the date the data is received. Contract work to be performed using contractor-provided stakes shall not begin until the stakes are approved by the Contracting Agency. Such approval shall not relieve the Contractor of responsibility for the accuracy of the stakes. Stakes shall be marked in accordance with Standard Plan A10.10. When stakes are needed that are not described in the Plans, then those stakes shall be marked, at no additional cost to the Contracting Agency as ordered by the Engineer. Payment Payment will be made for the following bid item when included in the proposal: "Roadway Surveying", lump sum. The lump sum contract price for "Roadway Surveying" shall be full pay for all labor, equipment, materials, and supervision utilized to perform the Work specified, including any resurveying, checking, correction of errors, replacement of missing or damaged stakes, and coordination efforts. Section 1-05.4 is supplemented with the following: Licensed Surveyors The Contractor shall be responsible for reestablishing or locating legal survey markers such as GLO monuments or property corner monuments, conduct boundary surveys to determine Contracting Agency right-of-way locations, and obtain, review and analyze deeds and records as necessary to determine these boundaries. The Contracting Agency will provide “rights of entry” as needed by the Contractor to perform the work. The Contractor shall brush out or clear and stake or mark the right-of-way lines as designated by the Engineer. The Contractor shall inform the Engineer when monuments are discovered that were not identified in the Plans and construction activity may disturb or damage the monuments. All monuments noted on the plans “DO NOT DISTURB” shall be protected throughout the length of the project or be replaced at Contractors expense. When required, the Contractor shall prepare and file a Record of Survey map in accordance with RCW 58.09 and provide a recorded copy to the Contracting Agency. The Contracting Agency will provide all existing base maps, existing horizontal and vertical control, and other Special Provisions SP-21 Williams Ave S & Wells Ave S Conversion Project December 2019 material available with Washington State Plane Coordinate information to the Contractor. The Contracting Agency will also provide maps, plan sheets, and/or aerial photographs clearly identifying the limits of the areas to be surveyed. The Contractor shall establish Washington State Plane Coordinates on all points required in the Record of Survey and other points designated in the Contract documents. Existing right of way documentation, existing base maps, existing horizontal and vertical control descriptions, maps, plan sheets, aerial photographs and all other available material may be viewed by prospective bidders at the office of the Engineer. The Contractor shall perform all of the necessary calculations for the contracted survey work and shall provide copies of these calculations to the Contracting Agency. Electronic files of all survey data shall be provided and in a format acceptable to the Contracting Agency. All survey work performed by the Contractor shall conform to all applicable sections of the Revised Code of Washington and the Washington Administrative Code. The Contractor shall provide all traffic control, signing, and temporary traffic control devices in order to provide a safe work zone. Payment The Work described above under subsection Licensed Surveyors shall be incidental to the Bid Item “Roadway Surveying”. 1-05.7 Removal of Defective and Unauthorized Work (October 1, 2005 APWA GSP) Supplement this section with the following: If the Contractor fails to remedy defective or unauthorized work within the time specified in a written notice from the Engineer, or fails to perform any part of the work required by the Contract Documents, the Engineer 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. 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. Direct or indirect costs incurred by the Contracting Agency attributable to correcting and remedying defective or unauthorized work, or work the Contractor failed or refused to perform, shall be paid by the Contractor. Payment will be deducted by the Engineer from monies due, or to become due, the Contractor. Such direct and indirect costs shall include in particular, but without limitation, compensation for additional professional services required, and costs for repair and replacement of work of others destroyed or damaged by correction, removal, or replacement of the Contractor’s unauthorized work. Special Provisions SP-22 Williams Ave S & Wells Ave S Conversion Project December 2019 No adjustment in contract time or compensation will be allowed because of the delay in the performance of the work attributable to the exercise of the Contracting Agency’s rights provided by this Section. The 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. 1-05.11 Final Inspection Delete this section and replace it with the following: 1-05.11 Final Inspections and Operational Testing (October 1, 2005 APWA GSP) 1-05.11(1) Substantial Completion Date When the Contractor considers the work to be substantially complete, the Contractor shall so notify the Engineer and request the Engineer establish the Substantial Completion Date. The Contractor’s request shall list the specific items of work that remain to be completed in order to reach physical completion. The Engineer will schedule an inspection of the work with the Contractor to determine the status of completion. The Engineer may also establish the Substantial Completion Date unilaterally. If after this inspection, the Engineer concurs with the Contractor that the work is substantially complete and ready for its intended use, the Engineer, by written notice to the Contractor, will set the Substantial Completion Date. If after this inspection the Engineer does not consider the work substantially complete and ready for its intended use, the Engineer will, by written notice, so notify the Contractor giving the reasons therefor. Upon receipt of written notice concurring in or denying substantial completion, whichever is applicable, the Contractor shall pursue vigorously, diligently and without unauthorized interruption, the work necessary to reach Substantial and Physical Completion. The Contractor shall provide the Engineer with a revised schedule indicating when the Contractor expects to reach substantial and physical completion of the work. The above process shall be repeated until the Engineer establishes the Substantial Completion Date and the Contractor considers the work physically complete and ready for final inspection. 1-05.11(2) Final Inspection and Physical Completion Date When the Contractor considers the work physically complete and ready for final inspection, the Contractor by written notice, shall request the Engineer to schedule a final inspection. The Engineer will set a date for final inspection. 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 reveals the work incomplete or unacceptable. The Contractor shall immediately take such corrective measures as are necessary to remedy the listed deficiencies. Corrective work shall be pursued vigorously, diligently, and without interruption Special Provisions SP-23 Williams Ave S & Wells Ave S Conversion Project December 2019 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 whatever steps are necessary to correct those deficiencies pursuant to Section 1-05.7. The Contractor will not be allowed an extension of contract time because of a delay in the performance of the work 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 acceptance of the work or that all the obligations of the Contractor under the contract have been fulfilled. 1-05.11(3) Operational Testing It is the intent of the Contracting Agency to have at the Physical Completion Date a complete and operable system. Therefore when the work involves the installation of machinery or other mechanical equipment; street lighting, electrical distribution or signal systems; irrigation systems; buildings; or other similar work it may be desirable for the Engineer to have the Contractor operate and test the work for a period of time after final inspection but prior to the physical completion date. Whenever items of work are listed in the Contract Provisions for operational testing they shall be fully tested under operating conditions for the time period specified to ensure their acceptability prior to the Physical Completion Date. During and following the test period, the Contractor shall correct any items of workmanship, materials, or equipment which prove faulty, or that are not in first class operating condition. Equipment, electrical controls, meters, or other devices and equipment to be tested during this period shall be tested under the observation of the Engineer, so that the Engineer may determine their suitability for the purpose for which they were installed. The Physical Completion Date cannot be established until testing and corrections have been completed to the satisfaction of the Engineer. The costs for power, gas, labor, material, supplies, and everything else needed to successfully complete operational testing, shall be included in the unit contract prices related to the system being tested, unless specifically set forth otherwise in the proposal. Operational and test periods, when required by the Engineer, shall not affect manufacturer’s guaranties or warranties furnished under the terms of the contract. 1-05.13 Superintendents, Labor and Equipment of Contractor (August 14, 2013 APWA GSP) Delete the sixth and seventh paragraphs of this section. Special Provisions SP-24 Williams Ave S & Wells Ave S Conversion Project December 2019 1-05.14 Cooperation with Other Contractors (March 13, 1995 WSDOT GSP) Section 1-05.14 is supplemented with the following: Other Contracts Or Other Work It is anticipated that the following work adjacent to or within the limits of this project will be performed by others during the course of this project and will require coordination of the work: ***  Relocation of various franchise utility lines and/or structures  Adjustment to finished grade of various franchise utility surface structures  Installation of railroad signals by BNSF at the intersections of Houser Way S/Williams Ave S and Houser Way S/Wells Ave S  Roadway improvements by a City Contractor at the intersections of Houser Way S/Williams Ave S and Houser Way S/Wells Ave S  Streetscape improvements by a City Contractor along Wells Ave S between S 3rd St and S 2nd St  See also 1-07.17 herein for additional requirements *** 1-05.15 Method of Serving Notices (March 25, 2009 APWA GSP) Revise the second paragraph to read: All correspondence from the Contractor shall be directed to the Project Engineer. All correspondence from the Contractor constituting any notification, notice of protest, notice of dispute, or other correspondence constituting notification required to be furnished under the Contract, must be in paper format, hand delivered or sent via mail delivery service to the Project Engineer's office. Electronic copies such as e-mails or electronically delivered copies of correspondence will not constitute such notice and will not comply with the requirements of the Contract. Add the following new section: 1-05.16 Water and Power (October 1, 2005 APWA GSP) The Contractor shall make necessary arrangements, and shall bear the costs for power and water necessary for the performance of the work, unless the contract includes power and water as a pay item. Special Provisions SP-25 Williams Ave S & Wells Ave S Conversion Project December 2019 Add the following new section: 1-05.18 Record Drawings (March 8, 2013 APWA GSP) The Contractor shall maintain one set of full size plans for Record Drawings, updated with clear and accurate red-lined field revisions on a daily basis, and within 2 business days after receipt of information that a change in Work has occurred. The Contractor shall not conceal any work until the required information is recorded. This Record Drawing set shall be used for this purpose alone, shall be kept separate from other Plan sheets, and shall be clearly marked as Record Drawings. These Record Drawings shall be kept on site at the Contractor’s field office, and shall be available for review by the Contracting Agency at all times. The Contractor shall bring the Record Drawings to each progress meeting for review. The preparation and upkeep of the Record Drawings is to be the assigned responsibility of a single experienced and qualified individual. The quality of the Record Drawings, in terms of accuracy, clarity, and completeness, is to be adequate to allow the Contracting Agency to modify the computer-aided drafting (CAD) Contract Drawings to produce a complete set of Record Drawings for the Contracting Agency without further investigative effort by the Contracting Agency. The Record Drawing markups shall document all changes in the Work, both concealed and visible. Items that must be shown on the markups include but are not limited to:  Actual dimensions, arrangement, and materials used when different than shown in the Plans.  Changes made by Change Order or Field Order.  Changes made by the Contractor.  Accurate locations of storm sewer, sanitary sewer, water mains and other water appurtenances, structures, conduits, light standards, vaults, width of roadways, sidewalks, landscaping areas, building footprints, channelization and pavement markings, etc. Include pipe invert elevations, top of castings (manholes, inlets, etc.). If the Contract calls for the Contracting Agency to do all surveying and staking, the Contracting Agency will provide the elevations at the tolerances the Contracting Agency requires for the Record Drawings. When the Contract calls for the Contractor to do the surveying/staking, the applicable tolerance limits include, but are not limited to the following: Vertical Horizontal As-built sanitary & storm invert and grate elevations ± 0.01 foot ± 0.01 foot As-built monumentation ± .001 foot ± 0.001 foot As-built waterlines, inverts, valves, hydrants ± 0.10 foot ± 0.10 foot As-built ponds / swales / water features ± 0.10 foot ± 0.10 foot Special Provisions SP-26 Williams Ave S & Wells Ave S Conversion Project December 2019 As-built buildings (fin. Floor elev.) ± 0.01 foot ± 0.10 foot As-built gas lines, power, TV, Tel, Com ± 0.10 foot ± 0.10 foot As-built signs, signals, etc. N/A ± 0.10 foot Making Entries on the Record Drawings:  Use erasable colored pencil (not ink) for all markings on the Record Drawings, conforming to the following color code:  Additions - Red  Deletions - Green  Comments - Blue  Dimensions - Graphite  Provide the applicable reference for all entries, such as the change order number, the request for information (RFI) number, or the approved shop drawing number.  Date all entries.  Clearly identify all items in the entry with notes similar to those in the Contract Drawings (such as pipe symbols, centerline elevations, materials, pipe joint abbreviations, etc.). The Contractor shall certify on the Record Drawings that said drawings are an accurate depiction of built conditions, and in conformance with the requirements detailed above. The Contractor shall submit final Record Drawings to the Contracting Agency. Contracting Agency acceptance of the Record Drawings is one of the requirements for achieving Physical Completion. Payment will be made for the following bid item: Record Drawings (Minimum Bid $ 5,000) Lump Sum Payment for this item will be made on a prorated monthly basis for work completed in accordance with this section up to 75% of the lump sum bid. The final 25% of the lump sum item will be paid upon submittal and approval of the completed Record Drawings set prepared in conformance with these Special Provisions. A minimum bid amount has been entered in the Bid Proposal for this item. The Contractor must bid at least that amount. 1-06 CONTROL OF MATERIAL Section 1-06 is supplemented with the following: Buy America (August 6, 2012 WSDOT GSP) In accordance with Buy America requirements contained in 23 CFR 635.410, the major quantities of steel and iron construction material that is permanently incorporated into the project shall consist of American-made materials only. Buy America does not apply to Special Provisions SP-27 Williams Ave S & Wells Ave S Conversion Project December 2019 temporary steel items, e.g., temporary sheet piling, temporary bridges, steel scaffolding and falsework. Minor amounts of foreign steel and iron may be utilized in this project provided the cost of the foreign material used does not exceed one-tenth of one percent of the total contract cost or $2,500.00, whichever is greater. American-made material is defined as material having all manufacturing processes occurring domestically. To further define the coverage, a domestic product is a manufactured steel material that was produced in one of the 50 States, the District of Columbia, Puerto Rico, or in the territories and possessions of the United States. If domestically produced steel billets or iron ingots are exported outside of the area of coverage, as defined above, for any manufacturing process then the resulting product does not conform to the Buy America requirements. Additionally, products manufactured domestically from foreign source steel billets or iron ingots do not conform to the Buy America requirements because the initial melting and mixing of alloys to create the material occurred in a foreign country. Manufacturing begins with the initial melting and mixing, and continues through the coating stage. Any process which modifies the chemical content, the physical size or shape, or the final finish is considered a manufacturing process. The processes include rolling, extruding, machining, bending, grinding, drilling, welding, and coating. The action of applying a coating to steel or iron is deemed a manufacturing process. Coating includes epoxy coating, galvanizing, aluminizing, painting, and any other coating that protects or enhances the value of steel or iron. Any process from the original reduction from ore to the finished product constitutes a manufacturing process for iron. Due to a nationwide waiver, Buy America does not apply to raw materials (iron ore and alloys), scrap (recycled steel or iron), and pig iron or processed, pelletized, and reduced iron ore. The following are considered to be steel manufacturing processes: 1. Production of steel by any of the following processes: a. Open hearth furnace. b. Basic oxygen. c. Electric furnace. d. Direct reduction. 2. Rolling, heat treating, and any other similar processing. 3. Fabrication of the products. a. Spinning wire into cable or strand. b. Corrugating and rolling into culverts. c. Shop fabrication. Special Provisions SP-28 Williams Ave S & Wells Ave S Conversion Project December 2019 A certification of materials origin will be required for any items comprised of, or containing, steel or iron construction materials prior to such items being incorporated into the permanent work. The certification shall be on DOT Form 350-109EF provided by the Engineer, or such other form the Contractor chooses, provided it contains the same information as DOT Form 350-109EF. 1-06.1 Approval of Materials Prior to Use (April 3, 2017 WSDOT GSP) Section 1-06.1 is supplemented with the following: For each proposed material that is required to be submitted for approval using either the QPL or RAM process the Contractor will be allowed to submit for approval two material sources or manufacturers per material type at no cost. Additional material sources or manufacturers may be submitted for approval and will be processed at a cost of $125.00 per material source or manufacturer submitted by QPL submittal and $400.00 per material submitted by RAM. All costs for processing additional material sources or manufacturers will be deducted from monies due or that may come due to the Contractor. Subject to a request by the Contractor and a determination by the Engineer the costs for processing may be waived. 1-06.6 Recycled Materials (January 4, 2016 APWA GSP) Delete this section, including its subsections, and replace it with the following: The Contractor shall make their best effort to utilize recycled materials in the construction of the project. Approval of such material use shall be as detailed elsewhere in the Standard Specifications. Prior to Physical Completion the Contractor shall report the quantity of recycled materials that were utilized in the construction of the project for each of the items listed in Section 9-03.21. The report shall include hot mix asphalt, recycled concrete aggregate, recycled glass, steel furnace slag and other recycled materials (e.g. utilization of on-site material and aggregates from concrete returned to the supplier). The Contractor’s report shall be provided on DOT form 350-075 Recycled Materials Reporting. 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1-07.1 Laws to be Observed (October 1, 2005 APWA GSP) Supplement this section with the following: In cases of conflict between different safety regulations, the more stringent regulation shall apply. Special Provisions SP-29 Williams Ave S & Wells Ave S Conversion Project December 2019 The Washington State Department of Labor and Industries shall be the sole and paramount administrative agency responsible for the administration of the provisions of the Washington Industrial Safety and Health Act of 1973 (WISHA). The Contractor shall maintain at the project site office, or other well-known place at the project site, all articles necessary for providing first aid to the injured. The Contractor shall establish, publish, and make known to all employees procedures for ensuring immediate removal to a hospital or doctor’s care, for all persons including employees who may have been injured on the project site. Employees should not be permitted to work on the project site before the Contractor has established and made known procedures for removal of injured persons to a hospital or a doctor’s care. The Contractor shall have sole responsibility for the safety, efficiency, and adequacy of the Contractor’s plant, appliances, and methods, and for any damage or injury resulting from their failure, or improper maintenance, use, or operation. The Contractor shall be solely and completely responsible for the conditions of the project site, including safety for all persons and property in the performance of the work. This requirement shall apply continuously, and not be limited to normal working hours. The required or implied duty of the Engineer to conduct construction review of the Contractor’s performance does not, and shall not, be intended to include review and adequacy of the Contractor’s safety measures in, on, or near the project site. (April 3, 2006 WSDOT GSP) Section 1-07.1 is supplemented with the following: Confined Space Confined spaces are known to exist at the following locations: *** Existing storm drainage, sanitary sewer, and other utility systems, vaults, and structures, along with all new similar new construction items that meet the requirements of WAC 296- 809-100.*** The Contractor shall be fully responsible for the safety and health of all on-site workers and compliant with Washington Administrative Code (WAC 296-809). The Contractor shall prepare and implement a confined space program for each of the confined spaces identified above. The Contractor’s Confined Space program shall be sent to the Contracting Agency at least 30 days prior to the Contractor beginning work in or adjacent to the confined space. No work shall be performed in or adjacent to the confined space until the plan is submitted to the Engineer as required. The Contractor shall communicate with the Project Engineer to ensure a coordinated effort for providing and maintaining a safe worksite for both the Contracting Agency’s and Contractor’s workers when working in or near a confined space. All costs to prepare and implement the confined space program shall be included in the bid prices for the various items associated with the confined space work. Special Provisions SP-30 Williams Ave S & Wells Ave S Conversion Project December 2019 1-07.2 State Sales Tax Delete this section, including its sub-sections, in its entirety and replace it with the following: 1-07.2 State Sales Tax (June 27, 2011 APWA GSP) The Washington State Department of Revenue has issued special rules on the State sales tax. Sections 1-07.2(1) through 1-07.2(3) are meant to clarify those rules. The Contractor should contact the Washington State Department of Revenue for answers to questions in this area. The Contracting Agency will not adjust its payment if the Contractor bases a bid on a misunderstood tax liability. The Contractor shall include all Contractor-paid taxes in the unit bid prices or other contract amounts. In some cases, however, state retail sales tax will not be included. Section 1- 07.2(2) describes this exception. The Contracting Agency will pay the retained percentage (or release the Contract Bond if a FHWA-funded Project) only if the Contractor has obtained from the Washington State Department of Revenue a certificate showing that all contract-related taxes have been paid (RCW 60.28.051). The Contracting Agency may deduct from its payments to the Contractor any amount the Contractor may owe the Washington State Department of Revenue, whether the amount owed relates to this contract or not. Any amount so deducted will be paid into the proper State fund. 1-07.2(1) State Sales Tax — Rule 171 WAC 458-20-171, and its related rules, apply to building, repairing, or improving streets, roads, etc., which are owned by a municipal corporation, or political subdivision of the state, or by the United States, and which are used primarily for foot or vehicular traffic. This includes storm or combined sewer systems within and included as a part of the street or road drainage system and power lines when such are part of the roadway lighting system. For work performed in such cases, the Contractor shall include Washington State Retail Sales Taxes in the various unit bid item prices, or other contract amounts, including those that the Contractor pays on the purchase of the materials, equipment, or supplies used or consumed in doing the work. 1-07.2(2) State Sales Tax — Rule 170 WAC 458-20-170, and its related rules, apply to the constructing and repairing of new or existing buildings, or other structures, upon real property. This includes, but is not limited to, the construction of streets, roads, highways, etc., owned by the state of Washington; water mains and their appurtenances; sanitary sewers and sewage disposal systems unless such sewers and disposal systems are within, and a part of, a street or road drainage system; telephone, telegraph, electrical power distribution lines, or other conduits or lines in or above streets or roads, unless such power lines become a part of a street or road lighting system; and installing or attaching of any article of tangible personal property in or to real property, whether or not such personal property becomes a part of the realty by virtue of installation. For work performed in such cases, the Contractor shall collect from the Contracting Agency, retail sales tax on the full contract price. The Contracting Agency will automatically add this Special Provisions SP-31 Williams Ave S & Wells Ave S Conversion Project December 2019 sales tax to each payment to the Contractor. For this reason, the Contractor shall not include the retail sales tax in the unit bid item prices, or in any other contract amount subject to Rule 170, with the following exception. Exception: The Contracting Agency will not add in sales tax for a payment the Contractor or a subcontractor makes on the purchase or rental of tools, machinery, equipment, or consumable supplies not integrated into the project. Such sales taxes shall be included in the unit bid item prices or in any other contract amount. 1-07.2(3) Services The Contractor shall not collect retail sales tax from the Contracting Agency on any contract wholly for professional or other services (as defined in Washington State Department of Revenue Rules 138 and 244). 1-07.6 Permits and Licenses Section 1-07.6 is supplemented with the following: The Contracting Agency has obtained the below-listed permit(s) for this project. A copy of the permit(s) will be provided to the Contractor prior to Notice to Proceed. A copy of this permit is required to be onsite at all times. All costs to obtain and comply with additional permits shall be included in the applicable Bid items for the Work involved. *** National Pollutant Discharge Elimination System (NPDES) *** 1-07.7 Load Limits Section 1-07.7 is supplemented with the following: (March 13, 1995 WSDOT GSP) If the sources of materials provided by the Contractor necessitates hauling over roads other than State Highways, the Contractor shall, at the Contractor’s expense, make all arrangements for the use of the haul routes. 1-07.7(2) Load-Limit Restrictions Section 1-07.7(2) is supplemented with the following: 4. Williams Ave and Wells Ave Bridges – The Contractor shall comply with weight limits on these bridges that span the Cedar River. The weight limits are noted on the Channelization & Signing Plan. 1-07.9 Wages 1-07.9(1) General Section 1-07.9(1) is supplemented with the following: Special Provisions SP-32 Williams Ave S & Wells Ave S Conversion Project December 2019 (January 9, 2019 WSDOT GSP) The Federal wage rates incorporated in this contract have been established by the Secretary of Labor under United States Department of Labor General Decision No. WA190001. The State rates incorporated in this contract are applicable to all construction activities associated with this contract. (April 2, 2007 WSDOT GSP) Application of Wage Rates for the Occupation of Landscape Construction State prevailing wage rates for public works contracts are included in this contract and show a separate listing for the occupation: Landscape Construction, which includes several different occupation descriptions such as: Irrigation and Landscape Plumbers, Irrigation and Landscape Power Equipment Operators, and Landscaping or Planting Laborers. In addition, federal wage rates that are included in this contract may also include occupation descriptions in Federal Occupational groups for work also specifically identified with landscaping such as: Laborers with the occupation description, Landscaping or Planting, or Power Equipment Operators with the occupation description, Mulch Seeding Operator. If Federal wage rates include one or more rates specified as applicable to landscaping work, then Federal wage rates for all occupation descriptions, specific or general, must be considered and compared with corresponding State wage rates. The higher wage rate, either State or Federal, becomes the minimum wage rate for the work performed in that occupation. Contractors are responsible for determining the appropriate crafts necessary to perform the contract work. If a classification considered necessary for performance of the work is missing from the Federal Wage Determination applicable to the contract, the Contractor shall initiate a request for approval of a proposed wage and benefit rate. The Contractor shall prepare and submit Standard Form 1444, Request for Authorization of Additional Classification and Wage Rate available at http://www.wdol.gov/docs/sf1444.pdf, and submit the completed form to the Engineer’s office. The presence of a classification wage on the Washington State Prevailing Wage Rates For Public Works Contracts does not exempt the use of form 1444 for the purpose of determining a federal classification wage rate. 1-07.11 Requirements for Nondiscrimination Section 1-07.11 is supplemented with the following: Special Provisions SP-33 Williams Ave S & Wells Ave S Conversion Project December 2019 (April 2, 2018 WSDOT GSP) Requirement for Affirmative Action to Ensure Equal Employment Opportunity (Executive Order 11246) 1. The Contractor's attention is called to the Equal Opportunity Clause and the Standard Federal Equal Employment Opportunity Construction Contract Specifications set forth herein. 2. The goals and timetables for minority and female participation set by the Office of Federal Contract Compliance Programs, expressed in percentage terms for the Contractor's aggregate work force in each construction craft and in each trade on all construction work in the covered area, are as follows: Women - Statewide Timetable Goal Until further notice 6.9% Minorities - by Standard Metropolitan Statistical Area (SMSA) Spokane, WA: SMSA Counties: Spokane, WA 2.8 WA Spokane. Non-SMSA Counties 3.0 WA Adams; WA Asotin; WA Columbia; WA Ferry; WA Garfield; WA Lincoln, WA Pend Oreille; WA Stevens; WA Whitman. Richland, WA SMSA Counties: Richland Kennewick, WA 5.4 WA Benton; WA Franklin. Non-SMSA Counties 3.6 WA Walla Walla. Yakima, WA: SMSA Counties: Yakima, WA 9.7 WA Yakima. Non-SMSA Counties 7.2 WA Chelan; WA Douglas; WA Grant; WA Kittitas; WA Okanogan. Special Provisions SP-34 Williams Ave S & Wells Ave S Conversion Project December 2019 Seattle, WA: SMSA Counties: Seattle Everett, WA 7.2 WA King; WA Snohomish. Tacoma, WA 6.2 WA Pierce. Non-SMSA Counties 6.1 WA Clallam; WA Grays Harbor; WA Island; WA Jefferson; WA Kitsap; WA Lewis; WA Mason; WA Pacific; WA San Juan; WA Skagit; WA Thurston; WA Whatcom. Portland, OR: SMSA Counties: Portland, OR-WA 4.5 WA Clark. Non-SMSA Counties 3.8 WA Cowlitz; WA Klickitat; WA Skamania; WA Wahkiakum. These goals are applicable to each nonexempt Contractor’s total on-site construction workforce, regardless of whether or not part of that workforce is performing work on a Federal, or federally assisted project, contract, or subcontract until further notice. Compliance with these goals and time tables is enforced by the Office of Federal Contract compliance Programs. The Contractor's compliance with the Executive Order and the regulations in 41 CFR Part 60-4 shall be based on its implementation of the Equal Opportunity Clause, specific affirmative action obligations required by the specifications set forth in 41 CFR 60-4.3(a), and its efforts to meet the goals. The hours of minority and female employment and training must be substantially uniform throughout the length of the contract, in each construction craft and in each trade, and the Contractor shall make a good faith effort to employ minorities and women evenly on each of its projects. The transfer of minority or female employees or trainees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's goal shall be a violation of the contract, the Executive Order and the regulations in 41 CFR Part 60-4. Compliance with the goals will be measured against the total work hours performed. 3. The Contractor shall provide written notification to the Office of Federal Contract Compliance Programs (OFCCP) within 10 working days of award of any construction subcontract in excess of $10,000 or more that are Federally funded, at any tier for construction work under the contract resulting from this solicitation. The notification shall list the name, address and telephone number of the Subcontractor; employer identification number of the Subcontractor; estimated dollar amount of the subcontract; estimated starting and completion dates of the subcontract; and the geographical area in which the contract is to be performed. The notification shall be sent to: U.S. Department of Labor Office of Federal Contract Compliance Programs Pacific Region Attn: Regional Director San Francisco Federal Building 90 – 7th Street, Suite 18-300 San Francisco, CA 94103(415) 625-7800 Phone Special Provisions SP-35 Williams Ave S & Wells Ave S Conversion Project December 2019 (415) 625-7799 Fax Additional information may be found at the U.S. Department of Labor website: https://www.dol.gov/ofccp/regs/compliance/preaward/cnstnote.htm 4. As used in this Notice, and in the contract resulting from this solicitation, the Covered Area is as designated herein. Standard Federal Equal Employment Opportunity Construction Contract Specifications (Executive Order 11246) 1. As used in these specifications: a. Covered Area means the geographical area described in the solicitation from which this contract resulted; b. Director means Director, Office of Federal Contract Compliance Programs, United States Department of Labor, or any person to whom the Director delegates authority; c. Employer Identification Number means the Federal Social Security number used on the Employer's Quarterly Federal Tax Return, U. S. Treasury Department Form 941; d. Minority includes: (1) Black, a person having origins in any of the Black Racial Groups of Africa. (2) Hispanic, a fluent Spanish speaking, Spanish surnamed person of Mexican, Puerto Rican, Cuban, Central American, South American, or other Spanish origin. (3) Asian or Pacific Islander, a person having origins in any of the original peoples of the Pacific rim or the Pacific Islands, the Hawaiian Islands and Samoa. (4) American Indian or Alaskan Native, a person having origins in any of the original peoples of North America, and who maintain cultural identification through tribal affiliation or community recognition. 2. Whenever the Contractor, or any Subcontractor at any tier, subcontracts a portion of the work involving any construction trade, it shall physically include in each subcontract in excess of $10,000 the provisions of these specifications and the Notice which contains the applicable goals for minority and female participation and which is set forth in the solicitations from which this contract resulted. 3. If the Contractor is participating (pursuant to 41 CFR 60-4.5) in a Hometown Plan approved by the U.S. Department of Labor in the covered area either individually or through an association, its affirmative action obligations on all work in the Plan area (including goals and timetables) shall be in accordance with that Plan for those trades which have unions participating in the Plan. Contractors must be able to demonstrate their participation in and compliance with the provisions of any such Hometown Plan. Special Provisions SP-36 Williams Ave S & Wells Ave S Conversion Project December 2019 Each Contractor or Subcontractor participating in an approved Plan is individually required to comply with its obligations under the EEO clause, and to make a good faith effort to achieve each goal under the Plan in each trade in which it has employees. The overall good faith performance by other Contractors or Subcontractors toward a goal in an approved Plan does not excuse any covered Contractor's or Subcontractor's failure to take good faith effort to achieve the Plan goals and timetables. 4. The Contractor shall implement the specific affirmative action standards provided in paragraphs 7a through 7p of this Special Provision. The goals set forth in the solicitation from which this contract resulted are expressed as percentages of the total hours of employment and training of minority and female utilization the Contractor should reasonably be able to achieve in each construction trade in which it has employees in the covered area. Covered construction contractors performing construction work in geographical areas where they do not have a Federal or federally assisted construction contract shall apply the minority and female goals established for the geographical area where the work is being performed. The Contractor is expected to make substantially uniform progress in meeting its goals in each craft during the period specified. 5. Neither the provisions of any collective bargaining agreement, nor the failure by a union with whom the Contractor has a collective bargaining agreement, to refer either minorities or women shall excuse the Contractor's obligations under these specifications, Executive Order 11246, or the regulations promulgated pursuant thereto. 6. In order for the nonworking training hours of apprentices and trainees to be counted in meeting the goals, such apprentices and trainees must be employed by the Contractor during the training period, and the Contractor must have made a commitment to employ the apprentices and trainees at the completion of their training, subject to the availability of employment opportunities. Trainees must be trained pursuant to training programs approved by the U.S. Department of Labor. 7. The Contractor shall take specific affirmative actions to ensure equal employment opportunity. The evaluation of the Contractor's compliance with these specifications shall be based upon its effort to achieve maximum results from its action. The Contractor shall document these efforts fully, and shall implement affirmative action steps at least as extensive as the following: a. Ensure and maintain a working environment free of harassment, intimidation, and coercion at all sites, and in all facilities at which the Contractor's employees are assigned to work. The Contractor, where possible, will assign two or more women to each construction project. The Contractor shall specifically ensure that all foremen, superintendents, and other on-site supervisory personnel are aware of and carry out the Contractor's obligation to maintain such a working environment, with specific attention to minority or female individuals working at such sites or in such facilities. b. Establish and maintain a current list of minority and female recruitment sources, provide written notification to minority and female recruitment sources and to community organizations when the Contractor or its unions have employment opportunities available, and maintain a record of the organizations' responses. Special Provisions SP-37 Williams Ave S & Wells Ave S Conversion Project December 2019 c. Maintain a current file of the names, addresses and telephone numbers of each minority and female off-the-street applicant and minority or female referral from a union, a recruitment source or community organization and of what action was taken with respect to each such individual. If such individual was sent to the union hiring hall for referral and was not referred back to the Contractor by the union or, if referred, not employed by the Contractor, this shall be documented in the file with the reason therefor, along with whatever additional actions the Contractor may have taken. d. Provide immediate written notification to the Director when the union or unions with which the Contractor has a collective bargaining agreement has not referred to the Contractor a minority person or woman sent by the Contractor, or when the Contractor has other information that the union referral process has impeded the Contractor's efforts to meet its obligations. e. Develop on-the-job training opportunity and/or participate in training programs for the area which expressly include minorities and women, including upgrading programs and apprenticeship and trainee programs relevant to the Contractor's employment needs, especially those programs funded or approved by the U.S. Department of Labor. The Contractor shall provide notice of these programs to the sources compiled under 7b above. f. Disseminate the Contractor's EEO policy by providing notice of the policy to unions and training programs and requesting their cooperation in assisting the Contractor in meeting its EEO obligations; by including it in any policy manual and collective bargaining agreement; by publicizing it in the company newspaper, annual report, etc.; by specific review of the policy with all management personnel and with all minority and female employees at least once a year; and by posting the company EEO policy on bulletin boards accessible to all employees at each location where construction work is performed. g. Review, at least annually, the company's EEO policy and affirmative action obligations under these specifications with all employees having any responsibility for hiring, assignment, layoff, termination or other employment decisions including specific review of these items with on-site supervisory personnel such as Superintendents, General Foremen, etc., prior to the initiation of construction work at any job site. A written record shall be made and maintained identifying the time and place of these meetings, persons attending, subject matter discussed, and disposition of the subject matter. h. Disseminate the Contractor's EEO policy externally by including it in any advertising in the news media, specifically including minority and female news media, and providing written notification to and discussing the Contractor's EEO policy with other Contractors and Subcontractors with whom the Contractor does or anticipates doing business. i. Direct its recruitment efforts, both oral and written to minority, female and community organizations, to schools with minority and female students and to minority and female recruitment and training organizations serving the Contractor's recruitment area and employment needs. Not later than one month prior to the date for the acceptance of applications for apprenticeship or other training by any recruitment source, the Contractor shall send written Special Provisions SP-38 Williams Ave S & Wells Ave S Conversion Project December 2019 notification to organizations such as the above, describing the openings, screening procedures, and tests to be used in the selection process. j. Encourage present minority and female employees to recruit other minority persons and women and where reasonable, provide after school, summer and vacation employment to minority and female youth both on the site and in other areas of a Contractor's work force. k. Validate all tests and other selection requirements where there is an obligation to do so under 41 CFR Part 60-3. l. Conduct, at least annually, an inventory and evaluation of all minority and female personnel for promotional opportunities and encourage these employees to seek or to prepare for, through appropriate training, etc., such opportunities. m. Ensure that seniority practices, job classifications, work assignments and other personnel practices, do not have a discriminatory effect by continually monitoring all personnel and employment related activities to ensure that the EEO policy and the Contractor's obligations under these specifications are being carried out. n. Ensure that all facilities and company activities are nonsegregated except that separate or single-user toilet and necessary changing facilities shall be provided to assure privacy between the sexes. o. Document and maintain a record of all solicitations of offers for subcontracts from minority and female construction contractors and suppliers, including circulation of solicitations to minority and female contractor associations and other business associations. p. Conduct a review, at least annually, of all supervisors' adherence to and performance under the Contractor's EEO policies and affirmative action obligations. 8. Contractors are encouraged to participate in voluntary associations which assist in fulfilling one or more of their affirmative action obligations (7a through 7p). The efforts of a contractor association, joint contractor-union, contractor-community, or other similar group of which the Contractor is a member and participant, may be asserted as fulfilling any one or more of the obligations under 7a through 7p of this Special Provision provided that the Contractor actively participates in the group, makes every effort to assure that the group has a positive impact on the employment of minorities and women in the industry, ensure that the concrete benefits of the program are reflected in the Contractor's minority and female work-force participation, makes a good faith effort to meet its individual goals and timetables, and can provide access to documentation which demonstrate the effectiveness of actions taken on behalf of the Contractor. The obligation to comply, however, is the Contractor's and failure of such a group to fulfill an obligation shall not be a defense for the Contractor's noncompliance. 9. A single goal for minorities and a separate single goal for women have been established. The Contractor, however, is required to provide equal employment opportunity and to take affirmative action for all minority groups, both male and female, and all women, both minority and non-minority. Consequently, the Contractor may be in violation of the Executive Order if a particular group is employed in substantially disparate manner (for Special Provisions SP-39 Williams Ave S & Wells Ave S Conversion Project December 2019 example, even though the Contractor has achieved its goals for women generally, the Contractor may be in violation of the Executive Order if a specific minority group of women is underutilized). 10. The Contractor shall not use the goals and timetables or affirmative action standards to discriminate against any person because of race, color, religion, sex, or national origin. 11. The Contractor shall not enter into any subcontract with any person or firm debarred from Government contracts pursuant to Executive Order 11246. 12. The Contractor shall carry out such sanctions and penalties for violation of these specifications and of the Equal Opportunity Clause, including suspensions, terminations and cancellations of existing subcontracts as may be imposed or ordered pursuant to Executive Order 11246, as amended, and its implementing regulations by the Office of Federal Contract Compliance Programs. Any Contractor who fails to carry out such sanctions and penalties shall be in violation of these specifications and Executive Order 11246, as amended. 13. The Contractor, in fulfilling its obligations under these specifications, shall implement specific affirmative action steps, at least as extensive as those standards prescribed in paragraph 7 of this Special Provision, so as to achieve maximum results from its efforts to ensure equal employment opportunity. If the Contractor fails to comply with the requirements of the Executive Order, the implementing regulations, or these specifications, the Director shall proceed in accordance with 41 CFR 60-4.8. 14. The Contractor shall designate a responsible official to monitor all employment related activity to ensure that the company EEO policy is being carried out, to submit reports relating to the provisions hereof as may be required by the government and to keep records. Records shall at least include, for each employee, their name, address, telephone numbers, construction trade, union affiliation if any, employee identification number when assigned, social security number, race, sex, status (e.g., mechanic, apprentice, trainee, helper, or laborer), dates of changes in status, hours worked per week in the indicated trade, rate of pay, and locations at which the work was performed. Records shall be maintained in an easily understandable and retrievable form; however, to the degree that existing records satisfy this requirement, the Contractors will not be required to maintain separate records. 15. Nothing herein provided shall be construed as a limitation upon the application of other laws which establish different standards of compliance or upon the application of requirements for the hiring of local or other area residents (e.g., those under the Public Works Employment Act of 1977 and the Community Development Block Grant Program). 16. Additional assistance for Federal Construction Contractors on contracts administered by Washington State Department of Transportation or by Local Agencies may be found at: Washington State Dept. of Transportation Office of Equal Opportunity PO Box 47314 310 Maple Park Ave. SE Olympia WA Special Provisions SP-40 Williams Ave S & Wells Ave S Conversion Project December 2019 98504-7314 Ph: 360-705-7090 Fax: 360-705-6801 http://www.wsdot.wa.gov/equalopportunity/default.htm (May 30, 2019 APWA GSP, Option B) Disadvantaged Business Enterprise Participation The Disadvantaged Business Enterprise (DBE) requirements of 49 CFR Part 26 and USDOT’s official interpretations (i.e., Questions & Answers) apply to this Contract. Demonstrating compliance with these Specifications is a Condition of Award (COA) of this Contract. Failure to comply with the requirements of this Specification may result in your Bid being found to be nonresponsive resulting in rejection or other sanctions as provided by Contract. DBE Abbreviations and Definitions Broker – A business firm that provides a bona fide service, such as professional, technical, consultant or managerial services and assistance in the procurement of essential personnel, facilities, equipment, materials, or supplies required for the performance of the Contract; or, persons/companies who arrange or expedite transactions. Certified Business Description – Specific descriptions of work the DBE is certified to perform, as identified in the Certified Firm Directory, under the Vendor Information page. Certified Firm Directory – A database of all Minority, Women, and Disadvantaged Business Enterprises, including those identified as a UDBE, currently certified by Washington State. The on-line Directory is available to Contractors for their use in identifying and soliciting interest from DBE firms. The database is located under the Firm Certification section of the Diversity Management and Compliance System web page at: https://omwbe.diversitycompliance.com. Commercially Useful Function (CUF) – 49 CFR 26.55(c)(1) defines commercially useful function as: “A DBE performs a commercially useful function when it is responsible for execution of the work of the contract and is carrying out its responsibilities by actually performing, managing, and supervising the work involved. To perform a commercially useful function, the DBE must also be responsible, with respect to materials and supplies used on the contract, for negotiating price, determining quality and quantity, ordering the material, and installing (where applicable) and paying for the material itself. To determine whether a DBE is performing a commercially useful function, you must evaluate the amount of work subcontracted, industry practices, whether the amount the firm is to be paid under the contract is commensurate with the work it is actually performing and the DBE credit claimed for its performance of the work, and other relevant factors.” Special Provisions SP-41 Williams Ave S & Wells Ave S Conversion Project December 2019 Contract – For this Special Provision only, this definition supplements Section 1- 01.3. 49 CFR 26.5 defines contract as: “… a legally binding relationship obligating a seller to furnish supplies or services (including, but not limited to, construction and professional services) and the buyer to pay for them. For purposes of this part, a lease is considered to be a contract.” Disadvantaged Business Enterprise (DBE) – A business firm certified by the Washington State Office of Minority and Women’s Business Enterprises, as meeting the criteria outlined in 49 CFR 26 regarding DBE certification. A Underutilized Disadvantaged Business Enterprise (UDBE) firm is a subset of DBE. Force Account Work – Work measured and paid in accordance with Section 1- 09.6. Good Faith Efforts – Efforts to achieve the UDBE COA Goal or other requirements of this part which, by their scope, intensity, and appropriateness to the objective, can reasonably be expected to fulfill the program requirement. Manufacturer (DBE) – A DBE firm that operates or maintains a factory or establishment that produces on the premises the materials, supplies, articles, or equipment required under the Contract. A DBE Manufacturer shall produce finished goods or products from raw or unfinished material or purchase and substantially alters goods and materials to make them suitable for construction use before reselling them. Regular Dealer (DBE) – A DBE firm that owns, operates, or maintains a store, warehouse, or other establishment in which the materials or supplies required for the performance of a Contract are bought, kept in stock, and regularly sold to the public in the usual course of business. To be a Regular Dealer, the DBE firm must be an established regular business that engages in as its principal business and in its own name the purchase and sale of the products in question. A Regular Dealer in such items as steel, cement, gravel, stone, and petroleum products need not own, operate or maintain a place of business if it both owns and operates distribution equipment for the products. Any supplementing of regular dealers’ own distribution equipment shall be by long-term formal lease agreements and not on an ad-hoc basis. Brokers, packagers, manufacturers’ representatives, or other persons who arrange or expedite transactions shall not be regarded as Regular Dealers within the meaning of this definition. Underutilized Disadvantaged Business Enterprise (UDBE) – A DBE Firm that is underutilized based on WSDOT’s Disparity Study. All UDBEs are DBEs. UDBE Commitment – The dollar amount the Contractor indicates they will be subcontracting to be applied towards the UDBE Condition of Award Goal as shown on the UDBE Utilization Certification Form for each UDBE Subcontractor. This UDBE Commitment amount will be incorporated into the Contract and shall be considered a Contract requirement. Any changes to the UDBE Commitment require the Engineer’s approval. UDBE Condition of Award (COA) Goal – An assigned numerical amount specified as a percentage of the Contract. Initially, this is the minimum amount that the Bidder Special Provisions SP-42 Williams Ave S & Wells Ave S Conversion Project December 2019 must commit to by submission of the Utilization Certification Form and/or by Good Faith Effort (GFE). This is also the minimum required amount of UDBE participation specified as a percentage of the final Contract amount inclusive of all change orders. UDBE COA Goal The Contracting Agency has established a UDBE COA Goal for this Contract in the amount of: *** 13% *** DBE Eligibility/Selection of DBEs In order to determine the distinct element(s) of work for which a DBE is certified, Contractors should refer to the Certified Business Description. The Contractor shall not use NAICS codes on the UDBE Utilization Certification. Crediting DBE Participation Subcontractors proposed as COA must be certified prior to the due date for bids on the Contract. All non-COA DBE Subcontractors shall be certified before the subcontract on which they are participating is executed. Be advised that although a firm is listed in the Certified Firm Directory, there are cases where the listed firm is in a temporary suspension status. The Contractor shall review the OMWBE Suspended DBE Firms list. A DBE firm that is included on this list may not enter into new contracts that count towards participation. DBE participation is only credited upon payment to the DBE. The following are some definitions of what may be counted as DBE participation. DBE Prime Contractor Only take credit for that portion of the total dollar value of the Contract equal to the distinct, clearly defined portion of the Work that the DBE Prime Contractor performs with its own forces and is certified to perform. DBE Subcontractor Only take credit for that portion of the total dollar value of the subcontract that is equal to the distinct, clearly defined portion of the Work that the DBE performs with its own forces. The value of work performed by the DBE includes the cost of supplies and materials purchased by the DBE and equipment leased by the DBE, for its work on the contract. Supplies, materials or equipment obtained by a DBE that are not utilized or incorporated in the contract work by the DBE will not be eligible for DBE credit. The supplies, materials, and equipment purchased or leased from the Contractor or its affiliate, including any Contractor’s resources available to DBE subcontractors at no cost, shall not be credited. DBE credit will not be given in instances where the equipment lease includes the operator. The DBE is expected to operate the equipment used in the performance of its work under the contract with its own forces. Situations where equipment is leased and used by the DBE, but payment is deducted from the Contractor’s payment to the DBE is not allowed. Special Provisions SP-43 Williams Ave S & Wells Ave S Conversion Project December 2019 When the subcontractor is part of a UDBE Commitment, the following apply: 1. If a UDBE subcontracts a portion of the Work of its contract to another firm, the value of the subcontracted Work may be counted toward the UDBE COA Goal only if the Lower-Tier Subcontractor is also a UDBE. 2. Work subcontracted to a Lower-Tier Subcontractor that is a DBE, but not a UDBE, may be counted as DBE race-neutral participation but not counted toward the UDBE COA Goal. 3. Work subcontracted to a non-DBE does not count towards the UDBE COA Goal nor DBE participation. DBE Subcontract and Lower Tier Subcontract Documents There must be a subcontract agreement that complies with 49 CFR Part 26 and fully describes the distinct elements of Work committed to be performed by the DBE. The subcontract agreement shall incorporate requirements of the primary Contract. Subcontract agreements of all tiers, including lease agreements shall be readily available at the project site for the Engineer’s review. DBE Service Provider The value of fees or commissions charged by a DBE Broker, a DBE behaving in a manner of a Broker, or another service provider for providing a bona fide service, such as professional, technical, consultant, managerial services, or for providing bonds or insurance specifically required for the performance of the contract will only be credited as DBE participation, if the fee/commission is determined by the Contracting Agency to be reasonable and the firm has performed a CUF. Force Account Work When the Contractor elects to utilize force account Work to meet the UDBE COA Goal, as demonstrated by listing this force account Work on the UDBE Utilization Certification Form, for the purposes of meeting UDBE COA Goal, only 50% of the Proposal amount shall be credited toward the Contractors Commitment to meet the UDBE COA Goal. One hundred percent of the actual amounts paid to the DBE for the force account Work shall be credited towards UDBE COA Goal or DBE participation. Temporary Traffic Control If the DBE firm is being utilized in the capacity of only “Flagging”, the DBE firm must provide a Traffic Control Supervisor (TCS) and flagger, which are under the direct control of the DBE. The DBE firm shall also provide all flagging equipment (e.g. paddles, hard hats, and vests). If the DBE firm is being utilized in the capacity of “Traffic Control Services”, the DBE firm must provide a TCS, flaggers, and traffic control items (e.g., cones, barrels, signs, etc.) and be in total control of all items in implementing the traffic control for the project. In addition, if the DBE firm utilizes the Contractor’s equipment, such as Transportable Attenuators and Portable Changeable Message Signs (PCMS) no DBE credit can be taken for supplying and operating the items. Special Provisions SP-44 Williams Ave S & Wells Ave S Conversion Project December 2019 Trucking DBE trucking firm participation may only be credited as DBE participation for the value of the hauling services, not for the materials being hauled unless the trucking firm is also certified as a supplier. In situations where the DBE’s work is priced per ton, the value of the hauling service must be calculated separately from the value of the materials in order to determine DBE credit for hauling The DBE trucking firm must own and operate at least one licensed, insured and operational truck on the contract. The truck must be of the type that is necessary to perform the hauling duties required under the contract. The DBE receives credit for the value of the transportation services it provides on the Contract using trucks it owns or leases, licenses, insures, and operates with drivers it employs. The DBE may lease additional trucks from another DBE firm. The trucking Work subcontracted to any non-DBE trucking firm will not receive credit for Work done on the project. The DBE may lease trucks from a non-DBE truck leasing company, but can only receive credit towards DBE participation if the DBE uses its own employees as drivers. DBE credit for a truck broker is limited to the fee/commission that the DBE receives for arranging transportation services. Truck registration and lease agreements shall be readily available at the project site for the Engineer review. When Trucking is a UDBE Commitment, the following apply: 1. If the trucking firm is a UDBE, participation may count towards the UDBE COA Goal. 2. The Work that a UDBE trucking firm performs with trucks it leases from other certified UDBE trucking firms qualify for 100% credit towards the UDBE COA Goal. 3. The UDBE may lease trucks from a non-UDBE truck leasing company, but can only receive credit towards UDBE participation if the UDBE uses its own employees as drivers. DBE Manufacturer and DBE Regular Dealer One hundred percent (100%) of the cost of the manufactured product obtained from a DBE manufacturer can count as DBE participation. If the DBE manufacturer is a UDBE, participation may count towards the UDBE COA Goal. Sixty percent (60%) of the cost of materials or supplies purchased from a DBE Regular Dealer may be credited as DBE Participation. If the role of the DBE Regular Dealer is determined to be that of a pass-through, then no DBE credit will be given for its services. If the role of the DBE Regular Dealer is determined to be that of a Broker, then DBE credit shall be limited to the fee or commission it receives for its services. Regular Dealer status and the amount of credit is determined on a Special Provisions SP-45 Williams Ave S & Wells Ave S Conversion Project December 2019 Contract-by-Contract basis. If the DBE regular dealer is a UDBE, participation may count towards the UDBE COA Goal. Regular Dealer DBE firms, including UDBEs must be approved before being used on a project. The WSDOT Approved Regular Dealer list published on WSDOT’s Office of Equal Opportunity (OEO) web site must include the specific project for which approval is being requested. For purposes of the UDBE COA Goal participation, the Regular Dealer must submit the Regular Dealer Status Request form a minimum of five days prior to bid opening. Purchase of materials or supplies from a DBE which is neither a manufacturer nor a regular dealer, (i.e. Broker) only the fees or commissions charged for assistance in the procurement of the materials and supplies, or fees or transportation charges for the delivery of materials or supplies required on a job site, can count as DBE participation provided the fees are not excessive as compared with fees customarily allowed for similar services. Documentation will be required to support the fee/commission charged by the DBE. The cost of the materials and supplies themselves cannot be counted toward as DBE participation. Note: Requests to be listed as a Regular Dealer will only be processed if the requesting firm is a material supplier certified by the Office of Minority and Women’s Business Enterprises in a NAICS code that falls within the 42XXXX NAICS Wholesale code section. Underutilized Disadvantaged Business Enterprise Utilization The requirements of this section apply to projects with a UDBE COA Goal. To be eligible for award of the Contract, the Bidder shall properly complete and submit an Underutilized Disadvantaged Business Enterprise (UDBE) Utilization Certification with the Bidder’s sealed Bid Proposal, as specified in Section 1-02.9 Delivery of Proposal. The Bidder’s UDBE Utilization Certification must clearly demonstrate how the Bidder intends to meet the UDBE COA Goal. A UDBE Utilization Certification (WSDOT Form 272-056U) is included in the Proposal package for this purpose as well as instructions on how to properly fill out the form. The Bidder is advised that the items listed below when listed in the Utilization Certification must have their amounts reduced to the percentages shown and those reduced amounts will be the amount applied towards meeting the UDBE COA Goal. • Force account at 50% • Regular dealer at 60% In the event of arithmetic errors in completing the UDBE Utilization Certification, the amount listed to be applied towards the UDBE COA Goal for each UDBE shall govern and the UDBE total amount shall be adjusted accordingly. Note: The Contracting Agency shall consider as non-responsive and shall reject any Bid Proposal submitted that does not contain a UDBE Utilization Certification Form that accurately demonstrates how the Bidder intends to meet the UDBE COA Goal. Special Provisions SP-46 Williams Ave S & Wells Ave S Conversion Project December 2019 Underutilized Disadvantaged Business Enterprise Written Confirmation Document(s) The requirements of this section apply to projects with a UDBE COA Goal. The Bidder shall submit an Underutilized Disadvantaged Business Enterprise (UDBE) Written Confirmation Document (completed and signed by the UDBE) for each UDBE firm listed in the Bidder’s completed UDBE Utilization Certification submitted with the Bid. Failure to do so will result in the associated participation being disallowed, which may cause the Bid to be determined to be nonresponsive resulting in Bid rejection. The Confirmation Documents provide confirmation from the UDBEs that they are participating in the Contract as provided in the Contractor’s Commitment. The Confirmation Documents must be consistent with the Utilization Certification. A UDBE Written Confirmation Document (WSDOT Form 422-031U) is included in the Proposal package for this purpose. The form(s) shall be received as specified in the special provisions for Section 1-02.9 Delivery of Proposal. It is prohibited for the Bidder to require a UDBE to submit a Written Confirmation Document with any part of the form left blank. Should the Contracting Agency determine that an incomplete Written Confirmation Document was signed by a UDBE, the validity of the document comes into question. The associated UDBE participation may not receive credit. Selection of Successful Bidder/Good Faith Efforts (GFE) The requirements of this section apply to projects with a UDBE COA Goal. The successful Bidder shall be selected on the basis of having submitted the lowest responsive Bid, which demonstrates a good faith effort to achieve the UDBE COA Goal. The Contracting Agency, at any time during the selection process, may request a breakdown of the bid items and amounts that are counted towards the overall contract goal for any of the UDBEs listed on the UDBE Utilization Certification. Achieving the UDBE COA Goal may be accomplished in one of two ways: 1. By meeting the UDBE COA Goal Submission of the UDBE Utilization Certification and supporting UDBE Written Confirmation Document(s) showing the Bidder has obtained enough UDBE participation to meet or exceed the UDBE COA Goal. 2. By documentation that the Bidder made adequate GFE to meet the UDBE COA Goal The Bidder may demonstrate a GFE in whole or part through GFE documentation ONLY IN THE EVENT a Bidder’s efforts to solicit sufficient UDBE participation have been unsuccessful. The Bidder must supply GFE documentation in addition to the UDBE Utilization Certification, and supporting UDBE Written Confirmation Document(s). Special Provisions SP-47 Williams Ave S & Wells Ave S Conversion Project December 2019 Note: In the case where a Bidder is awarded the contract based on demonstrating adequate GFE, the advertised UDBE COA Goal will not be reduced. The Bidder shall demonstrate a GFE during the life of the Contract to attain the advertised UDBE COA Goal. GFE documentation shall be submitted as specified in Section 1-02.9. The Contracting Agency will review the GFE documentation and will determine if the Bidder made an adequate good faith effort. Good Faith Effort (GFE) Documentation GFE is evaluated when: 1. Determining award of a Contract that has COA goal, 2. When a COA UDBE is terminated and substitution is required, and 3. Prior to Physical Completion when determining whether the Contractor has satisfied its UDBE commitments. 49 CFR Part 26, Appendix A is intended as general guidance and does not, in itself, demonstrate adequate good faith efforts. The following is a list of types of actions, which would be considered as part of the Bidder’s GFE to achieve UDBE participation. It is not intended to be a mandatory checklist, nor is it intended to be exclusive or exhaustive. Other factors or types of efforts may be relevant in appropriate cases. 1. Soliciting through all reasonable and available means (e.g. attendance at pre- bid meetings, advertising and/or written notices) the interest of all certified UDBEs who have the capability to perform the Work of the Contract. The Bidder must solicit this interest within sufficient time to allow the UDBEs to respond to the solicitation. The Bidder must determine with certainty if the UDBEs are interested by taking appropriate steps to follow up initial solicitations. 2. Selecting portions of the Work to be performed by UDBEs in order to increase the likelihood that the UDBE COA Goal will be achieved. This includes, where appropriate, breaking out contract Work items into economically feasible units to facilitate UDBE participation, even when the Contractor might otherwise prefer to perform these Work items with its own forces. 3. Providing interested UDBEs with adequate information about the Plans, Specifications, and requirements of the Contract in a timely manner to assist them in responding to a solicitation. a. Negotiating in good faith with interested UDBEs. It is the Bidder’s responsibility to make a portion of the Work available to UDBE subcontractors and suppliers and to select those portions of the Work or material needs consistent with the available UDBE subcontractors and suppliers, so as to facilitate UDBE participation. Evidence of such negotiation includes the names, addresses, and telephone numbers of UDBEs that were considered; a description of the information provided regarding the Plans and Specifications for the Work selected for Special Provisions SP-48 Williams Ave S & Wells Ave S Conversion Project December 2019 subcontracting; and evidence as to why additional agreements could not be reached for UDBEs to perform the Work. b. A Bidder using good business judgment would consider a number of factors in negotiating with subcontractors, including DBE subcontractors, and would take a firm’s price and capabilities as well as the UDBE COA Goal into consideration. However, the fact that there may be some additional costs involved in finding and using UDBEs is not in itself sufficient reason for a Bidder’s failure to meet the UDBE COA Goal, as long as such costs are reasonable. Also, the ability or desire of a Contractor to perform the Work of a Contract with its own organization does not relieve the Bidder of the responsibility to make Good Faith Efforts. Contractors are not, however, required to accept higher quotes from UDBEs if the price difference is excessive or unreasonable. 4. Not rejecting UDBEs as being unqualified without sound reasons based on a thorough investigation of their capabilities. The Contractor’s standing within its industry, membership in specific groups, organizations, or associations and political or social affiliations (for example union vs. non-union employee status) are not legitimate causes for the rejection or non-solicitation of bids in the Contractor’s efforts to meet the UDBE COA Goal. 5. Making efforts to assist interested UDBEs in obtaining bonding, lines of credit, or insurance as required by the recipient or Contractor. 6. Making efforts to assist interested UDBEs in obtaining necessary equipment, supplies, materials, or related assistance or services. 7. Effectively using the services of available minority/women community organizations; minority/women contractors’ groups; local, State, and Federal minority/women business assistance offices; and other organizations as allowed on a case-by-case basis to provide assistance in the recruitment and placement of UDBEs. 8. Documentation of GFE must include copies of each UDBE and non-DBE subcontractor quotes submitted to the Bidder when a non-DBE subcontractor is selected over a UDBE for Work on the Contract. (ref. updated DBE regulations – 26.53(b)(2)(vi) & App. A) Administrative Reconsideration of GFE Documentation A Bidder has the right to request reconsideration if the GFE documentation submitted with their Bid was determined to be inadequate. • The Bidder must request within 48 hours of notification of being nonresponsive or forfeit the right to reconsideration. • The reconsideration decision on the adequacy of the Bidder’s GFE documentation shall be made by an official who did not take part in the original determination. • Only original GFE documentation submitted as a supplement to the Bid shall be considered. The Bidder shall not introduce new documentation at the reconsideration hearing. Special Provisions SP-49 Williams Ave S & Wells Ave S Conversion Project December 2019 • The Bidder shall have the opportunity to meet in person with the official for the purpose of setting forth the Bidder’s position as to why the GFE documentation demonstrates a sufficient effort. • The reconsideration official shall provide the Bidder with a written decision on reconsideration within five working days of the hearing explaining the basis for their finding. Procedures between Award and Execution After Award and prior to Execution, the Contractor shall provide the additional information described below. Failure to comply shall result in the forfeiture of the Bidder’s Proposal bond or deposit. 1. A UDBE Bid Item Breakdown is required which shall contain the following information for all UDBEs as shown on the UDBE Utilization Certification: a. Correct business name, federal employee identification number (if available), and mailing address. b. List of all Bid items assigned to each UDBE with a clear description of Work to be performed for each Bid item and the dollar value of the Work to be performed by the UDBE. c. Description of partial items (if any) to be sublet to each UDBE specifying the Work committed under each item to be performed and including the dollar value of the UDBE portion. d. Total amounts shown for each UDBE shall match the amount shown on the UDBE Utilization Certification. A UDBE Bid Item Breakdown that does not conform to the UDBE Utilization Certification or that demonstrates a different amount of UDBE participation than that included in the UDBE Utilization Certification will be returned for correction. 2. A list of all firms who submitted a bid or quote in attempt to participate in this project whether they were successful or not. Include the business name and mailing address. Note: The firms identified by the Contractor may be contacted by the Contracting Agency to solicit general information as follows: age of the firm and average of its gross annual receipts over the past three-years. Procedures after Execution Commercially Useful Function (CUF) The Contractor may only take credit for the payments made for Work performed by a DBE that is determined to be performing a CUF. Payment must be commensurate with the work actually performed by the DBE. This applies to all DBEs performing Work on a project, whether or not the DBEs are COA, if the Contractor wants to receive credit for their participation. The Engineer will conduct CUF reviews to ascertain whether DBEs are performing a CUF. A DBE performs a CUF when it is carrying out its responsibilities of its contract by actually performing, managing, and Special Provisions SP-50 Williams Ave S & Wells Ave S Conversion Project December 2019 supervising the Work involved. The DBE must be responsible for negotiating price; determining quality and quantity; ordering the material, installing (where applicable); and paying for the material itself. If a DBE does not perform “all” of these functions on a furnish-and-install contract, it has not performed a CUF and the cost of materials cannot be counted toward UDBE COA Goal. Leasing of equipment from a leasing company is allowed. However, leasing/purchasing equipment from the Contractor is not allowed. Lease agreements shall be readily available for review by the Engineer. In order for a DBE traffic control company to be considered to be performing a CUF, the DBE must be in control of its work inclusive of supervision. The DBE shall employ a Traffic Control Supervisor who is directly involved in the management and supervision of the traffic control employees and services. The DBE does not perform a CUF if its role is limited to that of an extra participant in a transaction, contract, or project through which the funds are passed in order to obtain the appearance of DBE participation. The following are some of the factors that the Engineer will use in determining whether a DBE trucking company is performing a CUF: • The DBE shall be responsible for the management and supervision of the entire trucking operation for which it is responsible on the contract. The owner demonstrates business related knowledge, shows up on site and is determined to be actively running the business. • The DBE shall with its own workforce, operate at least one fully licensed, insured, and operational truck used on the Contract. The drivers of the trucks owned and leased by the DBE must be exclusively employed by the DBE and reflected on the DBE’s payroll. • Lease agreements for trucks shall indicate that the DBE has exclusive use of and control over the truck(s). This does not preclude the leased truck from working for others provided it is with the consent of the DBE and the lease provides the DBE absolute priority for use of the leased truck. • Leased trucks shall display the name and identification number of the DBE. UDBE Utilization Plan The UDBE Bid Item Breakdown is the initial plan for Bid Item work committed to UDBE firms. At any time between Execution and Physical Completion, if the Contractor identifies a change in the plan, an update to the Bid Item Breakdown shall be submitted to the Engineer within 7 calendar days of the proposed change for review and acceptance. Plan updates shall not make changes to the Commitment or the UDBE Utilization Certification. Joint Checking A joint check is a check between a Subcontractor and the Contractor to the supplier of materials/supplies. The check is issued by the Contractor as payer to the Subcontractor and the material supplier jointly for items to be incorporated into the Special Provisions SP-51 Williams Ave S & Wells Ave S Conversion Project December 2019 project. The DBE must release the check to the supplier, while the Contractor acts solely as the guarantor. A joint check agreement must be approved by the Engineer and requested by the DBE involved using the DBE Joint Check Request Form (form # 272-053) prior to its use. The form must accompany the DBE Joint Check Agreement between the parties involved, including the conditions of the arrangement and expected use of the joint checks. The approval to use joint checks and the use will be closely monitored by the Engineer. To receive DBE credit for performing a CUF with respect to obtaining materials and supplies, a DBE must “be responsible for negotiating price, determining quality and quantity, ordering the material, installing and paying for the material itself.” The Contractor shall submit DBE Joint Check Request Form for the Engineer approval prior to using a joint check. Material costs paid by the Contractor directly to the material supplier are not allowed. If proper procedures are not followed or the Engineer determines that the arrangement results in lack of independence for the DBE involved, no DBE credit will be given for the DBE’s participation as it relates to the material cost. Prompt Payment Prompt payment to all subcontractors shall be in accordance with Section 1-08.1. Prompt payment requirements apply to progress payments as well as return of retainage. Reporting The Contractor and all subcontractors/suppliers/service providers that utilize DBEs to perform work on the project, shall maintain appropriate records that will enable the Engineer to verify DBE participation throughout the life of the project. Refer to Section 1-08.1 for additional reporting requirements associated with this contract. Changes in COA Work Committed to UDBE The Contractor shall utilize the COA UDBEs to perform the work and supply the materials for which each is committed unless approved by the Engineer. The Contractor shall not be entitled to any payment for work or material completed by the Contractor or subcontractors that was committed to be completed by the COA UDBEs. Owner Initiated Changes Where the Engineer makes changes that result in changes to Work that was committed to a COA UDBE. The Contractor may be directed to substitute for the Work in such instances. Contractor Initiated Changes The Contractor cannot reduce the amount of work committed to a COA UDBE without good cause. Reducing UDBE Commitment is viewed as partial UDBE termination, and therefore subject to the termination procedures below. Special Provisions SP-52 Williams Ave S & Wells Ave S Conversion Project December 2019 Original Quantity Underruns In the event that Work committed to a UDBE firm as part of the COA underruns the original planned quantities the Contractor may be required to substitute other remaining Work to another UDBE. Contractor Proposed DBE Substitutions Requests to substitute a COA UDBE must be for good cause (see UDBE termination process below), and requires prior written approval of the Engineer. After receiving a termination with good cause approval, the Contractor may only replace a UDBE with another certified UDBE. When any changes between Contract Award and Execution result in a substitution of COA UDBE, the substitute UDBE shall be certified prior to the bid opening on the Contract. UDBE Termination Termination of a COA UDBE (or an approved substitute UDBE) is only allowed in whole or in part with prior written approval of the Engineer. If the Contractor terminates a COA UDBE without the written approval of the Engineer, the Contractor shall not be entitled to credit towards the UDBE COA Goal for any payment for work or material performed/supplied by the COA UDBE. In addition, sanctions may apply as described elsewhere in this specification. The Contractor must have good cause to terminate a COA UDBE. Good cause typically includes situations where the UDBE Subcontractor is unable or unwilling to perform the work of its subcontract. Good cause may exist if: • The UDBE fails or refuses to execute a written contract. • The UDBE fails or refuses to perform the Work of its subcontract in a way consistent with normal industry standards. • The UDBE fails or refuses to meet the Contractor’s reasonable nondiscriminatory bond requirements. • The UDBE becomes bankrupt, insolvent, or exhibits credit unworthiness. • The UDBE is ineligible to work on public works projects because of suspension and debarment proceedings pursuant to federal law or applicable State law. • The UDBE voluntarily withdraws from the project, and provides written notice of its withdrawal. • The UDBE’s work is deemed unsatisfactory by the Engineer and not in compliance with the Contract. • The UDBE’s owner dies or becomes disabled with the result that the UDBE is unable to complete its Work on the Contract. Good cause does not exist if: Special Provisions SP-53 Williams Ave S & Wells Ave S Conversion Project December 2019 • The Contractor seeks to terminate a COA UDBE so that the Contractor can self-perform the Work. • The Contractor seeks to terminate a COA UDBE so the Contractor can substitute another DBE contractor or non-DBE contractor after Contract Award. • The failure or refusal of the COA UDBE to perform its Work on the subcontract results from the bad faith or discriminatory action of the Contractor (e.g., the failure of the Contractor to make timely payments or the unnecessary placing of obstacles in the path of the UDBE’s Work). Prior to requesting termination, the Contractor shall give notice in writing to the UDBE with a copy to the Engineer of its intent to request to terminate UDBE Work and the reasons for doing so. The UDBE shall have five (5) days to respond to the Contractor’s notice. The UDBE’s response shall either support the termination or advise the Engineer and the Contractor of the reasons it objects to the termination of its subcontract. When a COA UDBE is terminated, or fails to complete its work on the Contract for any reason, the Contractor shall substitute with another UDBE or provide documentation of GFE. A plan to achieve the COA UDBE Commitment shall be submitted to the Engineer within 2 days of the approval of termination or the Contract shall be suspended until such time the substitution plan is submitted. Decertification When a DBE is “decertified” from the DBE program during the course of the Contract, the participation of that DBE shall continue to count as DBE participation as long as the subcontract with the DBE was executed prior to the decertification notice. The Contractor is obligated to substitute when a DBE does not have an executed subcontract agreement at the time of decertification. Consequences of Non-Compliance Breach of Contract Each contract with a Contractor (and each subcontract the Contractor signs with a Subcontractor) must include the following assurance clause: The Contractor, subrecipient, or Subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The Contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of DOT-assisted contracts. Failure by the Contractor to carry out these requirements is a material breach of this Contract, which may result in the termination of this Contract or such other remedy as the recipient deems appropriate, which may include, but is not limited to: (1) Withholding monthly progress payments; (2) Assessing sanctions; (3) Liquidated damages; and/or Special Provisions SP-54 Williams Ave S & Wells Ave S Conversion Project December 2019 (4) Disqualifying the Contractor from future bidding as non-responsible. Notice If the Contractor or any Subcontractor, Consultant, Regular Dealer, or service provider is deemed to be in non-compliance, the Contractor will be informed in writing, by certified mail by the Engineer that sanctions will be imposed for failure to meet the UDBE COA Commitment and/or submit documentation of good faith efforts. The notice will state the specific sanctions to be imposed which may include impacting a Contractor or other entity’s ability to participate in future contracts. Sanctions If it is determined that the Contractor’s failure to meet all or part of the UDBE COA Commitment is due to the Contractor’s inadequate good faith efforts throughout the life of the Contract, including failure to submit timely, required Good Faith Efforts information and documentation, the Contractor may be required to pay DBE penalty equal to the amount of the unmet Commitment, in addition to the sanctions outlined in Section 1- 07.11(5). Payment Compensation for all costs involved with complying with the conditions of this Specification and any other associated DBE requirements is included in payment for the associated Contract items of Work, except otherwise provided in the Specifications. (April 3, 2017 WSDOT GSP) Special Training Provisions General Requirements The Contractor’s equal employment opportunity, affirmative action program shall include the requirements set forth below. The Contractor shall provide on-the-job training aimed at developing trainees to journeyman status in the trades involved. The number of training hours shall be *** 800 ***. Trainees shall not be assigned less than 400 hours. The Contractor may elect to accomplish training as part of the work of a subcontractor, however, the Prime Contractor shall retain the responsibility for complying with these Special Provisions. The Contractor shall also ensure that this training provision is made applicable to any subcontract that includes training. Trainee Approval The Federal government requires Contracting Agencies to include these training provisions as a condition attached to the receipt of Federal highway funding. The Federal government has determined that the training and promotion of members of certain minority groups and women is a primary objective of this training provision. The Contractor shall make every effort to enroll minority groups and women trainees to the extent such persons are available within a reasonable recruitment area. This training provision is not intended and shall not be used to discriminate against any applicant for training, whether that person is a minority, woman or otherwise. A non-minority male trainee or apprentice may be approved provided the following requirements are met: 1. The Contractor is otherwise in compliance with the contract’s Equal Employment Opportunity and On-the-Job Training requirements and provides documentation of the efforts taken to fill the specific training position with either minorities or females Special Provisions SP-55 Williams Ave S & Wells Ave S Conversion Project December 2019 2. or, if not otherwise in compliance, furnishes evidence of his/her systematic and direct recruitment efforts in regard to the position in question and in promoting the enrollment and/or employment of minorities and females in the craft which the proposed trainee is to be trained 3. and the Contractor has made a good faith effort towards recruiting of minorities and women. As a minimum this good faith effort shall consist of the following:  Distribution of written notices of available employment opportunities with the Contractor and enrollment opportunities with its unions. Distribution should include but not be limited to; minority and female recruitment sources and minority and female community organizations;  Records documenting the Contractor’s efforts and the outcome of those efforts, to employ minority and female applicants and/or refer them to unions;  Records reflecting the Contractor’s efforts in participating in developing minority and female on-the-job training opportunities, including upgrading programs and apprenticeship opportunities;  Distribution of written notices to unions and training programs disseminating the Contractor’s EEO policy and requesting cooperation in achieving EEO and OJT obligations. No employee shall be employed as a trainee in any classification in which the employee has successfully completed a training course leading to journeyman status or in which the employee has been employed as a journeyman. The Contractor’s records shall document the methods for determining the trainee’s status and findings in each case. When feasible, 25 percent of apprentices or trainees in each occupation shall be in their first year of apprenticeship or training. For the purpose of this specification, acceptable training programs are those employing trainees/apprentices registered with the following: 1. Washington State Department of Labor & Industries — State Apprenticeship Training Council (SATC) approved apprenticeship agreement: a. Pursuant to RCW 49.04.060, an apprenticeship agreement shall be; i. an individual written agreement between an employer and apprentice ii. a written agreement between (an employer or an association of employers) and an organization of employees describing conditions of employment for apprentices iii. a written statement describing conditions of employment for apprentices in a plant where there is no bona fide employee organization. Special Provisions SP-56 Williams Ave S & Wells Ave S Conversion Project December 2019 All such agreements shall conform to the basic standards and other provisions of RCW Chapter 49. 2. Apprentices must be registered with U.S. Department of Labor — Apprenticeship Training, Employer, and Labor Services (ATELS) approved program. Or 3. Trainees participating in a non-ATELS/SATC program, which has been approved by the contracting agency for the specific project. 4. For assistance in locating trainee candidates, the Contractor may call WSDOT's OJT Support Services Technical Advisor at (360) 704-6314. Obligation to Provide Information Upon starting a new trainee, the Contractor shall furnish the trainee a copy of the approved program the Contractor will follow in providing the training. Upon completion of the training, the Contractor shall provide the Contracting Agency with a certification showing the type and length of training satisfactorily completed by each trainee. Training Program Approval The Training Program shall meet the following requirements: 1. The Training Program (DOT Form 272-049) must be submitted to the Engineer for approval prior to commencing contract work and shall be resubmitted when modifications to the program occur. 2. The minimum length and type of training for each classification will be as established in the training program as approved by the Contracting Agency. 3. The Training Program shall contain the trades proposed for training, the number of trainees, the hours assigned to the trade and the estimated beginning work date for each trainee. 4. Unless otherwise specified, Training Programs will be approved if the proposed number of training hours equals the training hours required by contract and the trainees are not assigned less than 400 hours each. 5. After approval of the training program, information concerning each individual trainee and good faith effort documentation shall be submitted on (DOT Form 272-050.) 6. In King County, laborer trainees or apprentices will not be approved on contracts containing less than 2000 training hours as specified in this Section. In King County, no more than twenty percent (20%) of hours proposed for trainees or apprentices shall be in the laborer classification when the contract contains 2000 or more hours of training as specified in this Section. Trainees shall not be assigned less than 400 hours. 7. Flagging programs will not be approved. Other programs that include flagging training will only be approved if the flagging portion is limited to an orientation of not more than 20 hours. 8. It is the intention of these provisions that training is to be provided in the construction crafts rather than clerk-typists or secretarial-type positions. Training is permissible in lower level management positions such as office Special Provisions SP-57 Williams Ave S & Wells Ave S Conversion Project December 2019 engineers, estimators, timekeepers, etc., where the training is oriented toward construction applications. Some off-site training is permissible as long as the training is an integral part of an approved training program. 9. It is normally expected that a trainee will begin training on the project as soon as feasible after start of work, utilizing the skill involved and remain on the project as long as training opportunities exist in the work classification or upon completion of the training program. It is not required that all trainees be on board for the entire length of the contract. The number trained shall be determined on the basis of the total number enrolled on the contract for a significant period. 10. Wage Progressions: Trainees will be paid at least the applicable ratios or wage progressions shown in the apprenticeship standards published by the Washington State Department of Labor and Industries. In the event that no training program has been established by the Department of Labor and Industries, the trainee shall be paid in accordance with the provisions of RCW 39.12.021 which reads as follows: Apprentice workmen employed upon public works projects for whom an apprenticeship agreement has been registered and approved with the State Apprenticeship Council pursuant to RCW 49.04, must be paid at least the prevailing hourly rate for an apprentice of that trade. Any workman for whom an apprenticeship agreement has not been registered and approved by the State Apprenticeship Council shall be considered to be a fully qualified journeyman, and, therefore, shall be paid at the prevailing hourly rate for journeymen. Compliance In the event that the Contractor is unable to accomplish the required training hours but can demonstrate a good faith effort to meet the requirements as specified, then the Contracting Agency will adjust the training goals accordingly. Requirements for Non ATELS/SATC Approved Training Programs Contractors who are not affiliated with a program approved by ATELS or SATC may have their training program approved provided that the program is submitted for approval on DOT Form 272-049, and the following standards are addressed and incorporated in the Contractor’s program:  The program establishes minimum qualifications for persons entering the training program.  The program shall outline the work processes in which the trainee will receive supervised work experience and training on-the-job and the allocation of the approximate time to be spent in each major process. The program shall include the method for recording and reporting the training completed shall be stated.  The program shall include a numeric ratio of trainees to journeymen consistent with proper supervision, training, safety, and continuity of employment. The ratio language shall be specific and clear as to application in terms of job site Special Provisions SP-58 Williams Ave S & Wells Ave S Conversion Project December 2019 and workforce during normal operations (normally considered to fall between 1:10 and 1:4).  The terms of training shall be stated in hours. The number of hours required for completion to journeyman status shall be comparable to the apprenticeship hours established for that craft by the SATC. The following are examples of programs that are currently approved: CRAFT HOURS Laborer 4,000 Ironworker 6,000 Carpenter 5,200-8,000 Construction Electrician 8,000 Operating Engineer 6,000-8,000 Cement Mason 5,400 Teamster 2,100  The method to be used for recording and reporting the training completed shall be stated. Measurement The Contractor may request that the total number of “training” hours for the contract be increased subject to approval by the Contracting Agency. This reimbursement will be made even though the Contractor receives additional training program funds from other sources, provided such other sources do not prohibit other reimbursement. Reimbursement to the Contractor for off-site training as indicated previously may only be made when the Contractor does one or more of the following and the trainees are concurrently employed on a Federal-aid project:  contributes to the cost of the training,  provides the instruction to the trainee,  pays the trainee’s wages during the off- site training period. Reimbursement will be made upon receipt of a certified invoice that shows the related payroll number, the name of trainee, total hours trained under the program, previously paid hours under the contract, hours due this estimate, and dollar amount due this estimate. The certified invoice shall show a statement indicating the Contractor’s effort to enroll minorities and women when a new enrollment occurs. If a trainee is participating in a SATC/ATELS approved apprenticeship program, a copy of the certificate showing apprenticeship registration must accompany the first invoice on which the individual appears. Reimbursement for training occurring prior to approval of the training program will be allowed if the Contractor verbally notifies the Engineer of this occurrence at the time the apprentice/trainee commences work. A trainee/apprentice, regardless of craft, must have worked on the contract for at least 20 hours to be eligible for reimbursement. Payment The Contractor will be reimbursed under the item “Training” per hour for each hour of training for each employee. Special Provisions SP-59 Williams Ave S & Wells Ave S Conversion Project December 2019 1-07.12 Federal Agency Inspection Section 1-07.12 is supplemented with the following: (January 25, 2016 WSDOT GSP) Required Federal Aid Provisions The Required Contract Provisions Federal Aid Construction Contracts (FHWA 1273) Revised May 1, 2012 and the amendments thereto supersede any conflicting provisions of the Standard Specifications and are made a part of this Contract; provided, however, that if any of the provisions of FHWA 1273, as amended, are less restrictive than Washington State Law, then the Washington State Law shall prevail. The provisions of FHWA 1273, as amended, included in this Contract require that the Contractor insert the FHWA 1273 and amendments thereto in each Subcontract, together with the wage rates which are part of the FHWA 1273, as amended. Also, a clause shall be included in each Subcontract requiring the Subcontractors to insert the FHWA 1273 and amendments thereto in any lower tier Subcontracts, together with the wage rates. The Contractor shall also ensure that this section, REQUIRED FEDERAL AID PROVISIONS, is inserted in each Subcontract for Subcontractors and lower tier Subcontractors. For this purpose, upon request to the Engineer, the Contractor will be provided with extra copies of the FHWA 1273, the amendments thereto, the applicable wage rates, and this Special Provision. 1-07.17 Utilities and Similar Facilities Section 1-07.17 is supplemented with the following: (April 2, 2007 WSDOT GSP) Locations and dimensions shown in the Plans for existing facilities are in accordance with available information obtained without uncovering, measuring, or other verification. Public and private utilities, or their Contractors, will furnish all work necessary to adjust, relocate, replace, or construct their facilities unless otherwise provided for in the Plans or these Special Provisions. Such adjustment, relocation, replacement, or construction will be done during the prosecution of the work for this project. It is anticipated that utility adjustment, relocation, replacement or construction within the project limits will be completed as follows:  Adjustment of gas valve boxes to be coordinated with Puget Sound Energy.  Relocation of gas main to be coordinated with Puget Sound Energy.  Removal of utility poles, cable, and equipment, and adjustment of surface castings by Puget Sound Energy, Comcast, CenturyLink, Zayo, and/or their representatives. The Contractor shall attend a mandatory utility preconstruction meeting with the Engineer, all affected subcontractors, and all utility owners and their contractors prior to beginning onsite work. The following addresses and telephone numbers of utility companies known or their Contractors that will be adjusting, relocating, replacing or constructing utilities within the project limits are supplied for the Contractor’s use: Special Provisions SP-60 Williams Ave S & Wells Ave S Conversion Project December 2019 Puget Sound Energy (electric) Contact: Hong Nguyen (253) 395-6904 Hong.Nguyen@pse.com Puget Sound Energy (gas) Contact: Glenn Helton (253) 395-6926 Glenn.Helton@pse.com Comcast Cable Contact: Aaron Cantrel (253) 864-4281 Aaron_Cantrel@comcast.com CenturyLink Contact: Jesse Patjens (425) 429-5722 Jesse.Patjens@centurylink.com Contact: Paul Butler (206) 348-0058 Paul.Butler@centurylink.com Verizon (formerly MCI) Contact: John Bachelder john.bachelder@verizon.com Zayo Contact: Jason Accuardi (206) 456-2858 jason.accuardi@zayo.com Seattle Public Utilities (water) Contact: Paj Hwang (206) 386-4198 Paj.Hwang@Seattle.gov City of Renton - Surface Water Contact: Jared McDonald (425) 430-7293 JMcDonald@Rentonwa.gov City of Renton - Water Contact: Abdoul Gafour (425) 430-7210 AGafour@Rentonwa.gov City of Renton - Sewer David Christensen (425) 430-7212 DChristensen@Rentonwa.gov 1-07.18 Public Liability and Property Damage Insurance Delete this section in its entirety, and replace it with the following: 1-07.18 Insurance (January 4, 2016 APWA GSP) 1-07.18(1) General Requirements A. The Contractor shall procure and maintain the insurance described in all subsections of section 1-07.18 of these Special Provisions, from insurers with a current A. M. Best rating of not less than A-: VII and licensed to do business in the State of Washington. The Contracting Agency reserves the right to approve or reject the insurance provided, based on the insurer’s financial condition. Special Provisions SP-61 Williams Ave S & Wells Ave S Conversion Project December 2019 B. The Contractor shall keep this insurance in force without interruption from the commencement of the Contractor’s Work through the term of the Contract and for thirty (30) days after the Physical Completion date, unless otherwise indicated below. C. If any insurance policy is written on a claims made form, its retroactive date, and that of all subsequent renewals, shall be no later than the effective date of this Contract. The policy shall state that coverage is claims made, and state the retroactive date. Claims-made form coverage shall be maintained by the Contractor for a minimum of 36 months following the Completion Date or earlier termination of this Contract, and the Contractor shall annually provide the Contracting Agency with proof of renewal. If renewal of the claims made form of coverage becomes unavailable, or economically prohibitive, the Contractor shall purchase an extended reporting period (“tail”) or execute another form of guarantee acceptable to the Contracting Agency to assure financial responsibility for liability for services performed. D. The Contractor’s Automobile Liability, Commercial General Liability and Excess or Umbrella Liability insurance policies shall be primary and non-contributory insurance as respects the Contracting Agency’s insurance, self-insurance, or self-insured pool coverage. Any insurance, self-insurance, or self-insured pool coverage maintained by the Contracting Agency shall be excess of the Contractor’s insurance and shall not contribute with it. E. The Contractor shall provide the Contracting Agency and all additional insureds with written notice of any policy cancellation, within two business days of their receipt of such notice. F. The Contractor shall not begin work under the Contract until the required insurance has been obtained and approved by the Contracting Agency G. Failure on the part of the Contractor to maintain the insurance as required shall constitute a material breach of contract, upon which the Contracting Agency may, after giving five business days’ notice to the Contractor to correct the breach, immediately terminate the Contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the Contracting Agency on demand, or at the sole discretion of the Contracting Agency, offset against funds due the Contractor from the Contracting Agency. H. 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) Additional Insured All insurance policies, with the exception of Workers Compensation, and of Professional Liability and Builder’s Risk (if required by this Contract) shall name the following listed entities as additional insured(s) using the forms or endorsements required herein:  the Contracting Agency and its officers, elected officials, employees, agents, and volunteers  the Contracting Agency’s construction administration and design consultants The above-listed entities shall be additional insured(s) for the full available limits of liability maintained by the Contractor, irrespective of whether such limits maintained by the Contractor are greater than those required by this Contract, and irrespective of whether the Certificate of Special Provisions SP-62 Williams Ave S & Wells Ave S Conversion Project December 2019 Insurance provided by the Contractor pursuant to 1-07.18(4) describes limits lower than those maintained by the Contractor. For Commercial General Liability insurance coverage, the required additional insured endorsements shall be at least as broad as ISO forms CG 20 10 10 01 for ongoing operations and CG 20 37 10 01 for completed operations. 1-07.18(3) Subcontractors The Contractor shall cause each Subcontractor of every tier to provide insurance coverage that complies with all applicable requirements of the Contractor-provided insurance as set forth herein, except the Contractor shall have sole responsibility for determining the limits of coverage required to be obtained by Subcontractors. The Contractor shall ensure that all Subcontractors of every tier add all entities listed in 1-07.18(2) as additional insureds, and provide proof of such on the policies as required by that section as detailed in 1-07.18(2) using an endorsement as least as broad as ISO CG 20 10 10 01 for ongoing operations and CG 20 37 10 01 for completed operations. Upon request by the Contracting Agency, the Contractor shall forward to the Contracting Agency evidence of insurance and copies of the additional insured endorsements of each Subcontractor of every tier as required in 1-07.18(4) Verification of Coverage. 1-07.18(4) Verification of Coverage The Contractor shall deliver to the Contracting Agency a Certificate(s) of Insurance and endorsements for each policy of insurance meeting the requirements set forth herein when the Contractor delivers the signed Contract for the work. Failure of Contracting Agency to demand such verification of coverage with these insurance requirements or failure of Contracting Agency to identify a deficiency from the insurance documentation provided shall not be construed as a waiver of Contractor’s obligation to maintain such insurance. Verification of coverage shall include: 1. An ACORD certificate or a form determined by the Contracting Agency to be equivalent. 2. Copies of all endorsements naming Contracting Agency and all other entities listed in 1-07.18(2) as additional insured(s), showing the policy number. The Contractor may submit a copy of any blanket additional insured clause from its policies instead of a separate endorsement. 3. Any other amendatory endorsements to show the coverage required herein. 4. A notation of coverage enhancements on the Certificate of Insurance shall not satisfy these requirements – actual endorsements must be submitted. Upon request by the Contracting Agency, the Contractor shall forward to the Contracting Agency a full and certified copy of the insurance policy(s). If Builders Risk insurance is required on this Project, a full and certified copy of that policy is required when the Contractor delivers the signed Contract for the work. Special Provisions SP-63 Williams Ave S & Wells Ave S Conversion Project December 2019 1-07.18(5) Coverages and Limits The insurance shall provide the minimum coverages and limits set forth below. Contractor’s maintenance of insurance, its scope of coverage, and limits as required herein shall not be construed to limit the liability of the Contractor to the coverage provided by such insurance, or otherwise limit the Contracting Agency’s recourse to any remedy available at law or in equity. All deductibles and self-insured retentions must be disclosed and are subject to approval by the Contracting Agency. The cost of any claim payments falling within the deductible or self-insured retention shall be the responsibility of the Contractor. In the event an additional insured incurs a liability subject to any policy’s deductibles or self-insured retention, said deductibles or self- insured retention shall be the responsibility of the Contractor. 1-07.18(5)A Commercial General Liability Commercial General Liability insurance shall be written on coverage forms at least as broad as ISO occurrence form CG 00 01, including but not limited to liability arising from premises, operations, stop gap liability, independent contractors, products-completed operations, personal and advertising injury, and liability assumed under an insured contract. There shall be no exclusion for liability arising from explosion, collapse or underground property damage. The Commercial General Liability insurance shall be endorsed to provide a per project general aggregate limit, using ISO form CG 25 03 05 09 or an equivalent endorsement. Contractor shall maintain Commercial General Liability Insurance arising out of the Contractor’s completed operations for at least three years following Substantial Completion of the Work. Such policy must provide the following minimum limits: $1,000,000 Each Occurrence $2,000,000 General Aggregate $2,000,000 Products & Completed Operations Aggregate $1,000,000 Personal & Advertising Injury each offence $1,000,000 Stop Gap / Employers’ Liability each accident 1-07.18(5)B Automobile Liability Automobile Liability shall cover owned, non-owned, hired, and leased vehicles; and shall be written on a coverage form at least as broad as ISO form CA 00 01. If the work involves the transport of pollutants, the automobile liability policy shall include MCS 90 and CA 99 48 endorsements. Such policy must provide the following minimum limit: $1,000,000 Combined single limit each accident 1-07.18(5)C Workers’ Compensation The Contractor shall comply with Workers’ Compensation coverage as required by the Industrial Insurance laws of the State of Washington. Special Provisions SP-64 Williams Ave S & Wells Ave S Conversion Project December 2019 1-07.18(5)K Professional Liability (January 4, 2016 APWA GSP) The Contractor and/or its Subcontractor(s) and/or its design consultant providing construction management, value engineering, or any other design-related non-construction professional services shall provide evidence of Professional Liability insurance covering professional errors and omissions. Such policy shall provide the following minimum limits: $1,000,000 per claim and annual aggregate If the scope of such design-related professional services includes work related to pollution conditions, the Professional Liability insurance shall include coverage for Environmental Professional Liability. If insurance is on a claims made form, its retroactive date, and that of all subsequent renewals, shall be no later than the effective date of this Contract. 1-07.23 Public Convenience and Safety 1-07.23(1) Construction Under Traffic Section 1-07.23(1) is supplemented with the following: (January 2, 2012 WSDOT GSP) Work Zone Clear Zone The Work Zone Clear Zone (WZCZ) applies during working and nonworking hours. The WZCZ applies only to temporary roadside objects introduced by the Contractor’s operations and does not apply to preexisting conditions or permanent Work. Those work operations that are actively in progress shall be in accordance with adopted and approved Traffic Control Plans, and other contract requirements. During nonworking hours equipment or materials shall not be within the WZCZ unless they are protected by permanent guardrail or temporary concrete barrier. The use of temporary concrete barrier shall be permitted only if the Engineer approves the installation and location. During actual hours of work, unless protected as described above, only materials absolutely necessary to construction shall be within the WZCZ and only construction vehicles absolutely necessary to construction shall be allowed within the WZCZ or allowed to stop or park on the shoulder of the roadway. The Contractor's nonessential vehicles and employees private vehicles shall not be permitted to park within the WZCZ at any time unless protected as described above. Deviation from the above requirements shall not occur unless the Contractor has requested the deviation in writing and the Engineer has provided written approval. Special Provisions SP-65 Williams Ave S & Wells Ave S Conversion Project December 2019 Minimum WZCZ distances are measured from the edge of traveled way and will be determined as follows: Regulatory Posted Speed Distance From Traveled Way (Feet) 35 mph or less 10 * 40 mph 15 45 to 55 mph 20 60 mph or greater 30 * or 2-feet beyond the outside edge of sidewalk Minimum Work Zone Clear Zone Distance (Special Provisions) Lane closures are subject to the following restrictions: The Contractor shall prepare and submit a project specific Traffic Control Plan (TCP) to the Engineer for approval. Review, revision of the TCP may take up to 3 weeks. The Contractor is alerted that no work affecting traffic operations will be performed until the TCP is approved. The TCP submittal shall also include necessary phasing and sequencing diagrams to clarify the proposed order of work and work zones. Traffic Control Plans and Phasing and Sequencing Plans are the sole responsibility of the Contractor. The following minimum Traffic Control requirements shall be maintained during the construction of the project: 1. Lane closures will only be permitted as identified under ‘Special Conditions’ of this Section. 2. The Contractor shall be responsible for notifying all affected property owners prior to commencing the barricading of streets, sidewalks and driveways. 3. All driveways shall remain open except as necessary to permit curing of construction materials or for short periods of time as required for excavations. However, at least one (1) driveway per parcel shall remain open to vehicular traffic at all times unless otherwise approved by the Engineer and affected property owner in writing. If a parcel has only one driveway, then that driveway must be constructed one‐half at a time to allow the passage of vehicles. The amount of time that a driveway can be closed will be limited. Business owners and/or residents shall be notified in writing at least 48 hours in advance of any planned driveway closures. 5. Signs and barricades shall be supplemented by Type C steady burn lights to delineate edge of roadway during the hours of darkness. 6. Any asphalt concrete pavement, crushed surfacing, or gravel base for maintaining traffic during the life of this contract shall be placed by the Contractor immediately upon request by the Engineer. In addition, cuts made in the traveled lanes or on walkways that are paved shall be temporarily patched with hot mix and maintained daily until such time as a permanent patch can be made. Payment for crushed Special Provisions SP-66 Williams Ave S & Wells Ave S Conversion Project December 2019 surfacing, gravel and asphalt will be paid at their respective bid items, as included in the contract. 7. Detours will not be allowed except as noted herein or in the Plans. However, if the Contractor wants to propose alternate staging and detours, the Contractor shall prepare the appropriate Traffic Control Plans and Detour Routes to be reviewed and approved by the City. 8. Traffic Safety Drums with flashers in addition to temporary striping shall be used to channelize traffic through construction zones. Opposing lanes of traffic shall be separated by pylons when clearance for drums is not adequate. 9. Temporary paint striping, reflective marking tape, and/or retroreflective tubular markers shall be required for each shift of traffic control. Paint, reflective marking tape, and/or retroreflective tubular markers used for temporary striping shall meet the requirements of Section 8‐23. 10. The Contractor provided Traffic Control Plans shall lay out traffic control device spacing, tapers, etc., to scale, shall contain accurate dimensions and legends and shall be signed by the preparer. In developing the Progress Schedule, the Contractor shall carefully consider the following restrictions to sequencing and scheduling of the Work. No additional payment shall be made to the Contractor from the Owner due to time constraints imposed by these requirements. Special Conditions Lane closures will be permitted on Williams Ave S, Wells Ave S, S 2nd Street, and S 3rd Street as follows: 1) Single lane closure on Williams Ave S, Wells Ave S, S 2nd Street, and S 3rd Street, will be permitted at all hours. 2) Contractor may be permitted to close additional lanes between the hours of 8:00pm to 5:00am by request. 3) Periodic, non-consecutive, night time, full closures of Williams Ave S, Wells Ave S, S 2nd Street, and S 3rd Street between the hours of 8:00 pm and 5:00 am may be permitted by request. Additional Requirements  The Contractor shall provide a minimum of ten days notice of closures utilizing Portable Changeable Message Signs at the closure location. The Portable Changeable Message Signs shall be provided by the Contractor and considered included in the lump sum bid item for “Project Temporary Traffic Control”.  The Contractor, at his or her sole expense, may seek approval for extended or modified working hours. Such Plans must be approved by the Contracting Agency. If the Engineer determines the permitted closure hours adversely affect traffic, the Engineer may adjust the hours accordingly. The Engineer will notify the Contractor in writing of any change in the closure hours. Special Provisions SP-67 Williams Ave S & Wells Ave S Conversion Project December 2019 (May 2, 2017 APWA GSP) Revise the third sentence of the second paragraph to read: Accessibility to existing or temporary pedestrian push buttons shall not be impaired; if approved by the Contracting Agency activating pedestrian recall timing or other accommodation may be allowed during construction. 1-07.23(2) Construction and Maintenance of Detours Section 1-07.23(2) is supplemented with the following: The Contractor shall notify King County Metro Transit at least 2 weeks prior to beginning any construction or installation activities that will affect Transit operations or facilities. Coordination must be made through the Metro Transit Construction Information Center at: http://www.kingcounty.gov/transportation/kcdot/MetroTransit/Construction.aspx Contact Construction Coordinators at telephone number 206-477-1140 or e-mail: construction.coord@kingcounty.gov 1-07.24 Rights of Way (July 23, 2015 APWA GSP) Delete this section and replace it with the following: Street Right of Way lines, limits of easements, and limits of construction permits are indicated in the Plans. The Contractor’s construction activities shall be confined within these limits, unless arrangements for use of private property are made. Generally, the Contracting Agency will have obtained, prior to bid opening, all rights of way and easements, both permanent and temporary, necessary for carrying out the work. Exceptions to this are noted in the Bid Documents or will be brought to the Contractor’s attention by a duly issued Addendum. Whenever any of the work is accomplished on or through property other than public Right of Way, the Contractor shall meet and fulfill all covenants and stipulations of any easement agreement obtained by the Contracting Agency from the owner of the private property. Copies of the easement agreements may be included in the Contract Provisions or made available to the Contractor as soon as practical after they have been obtained by the Engineer. Whenever easements or rights of entry have not been acquired prior to advertising, these areas are so noted in the Plans. The Contractor shall not proceed with any portion of the work in areas where right of way, easements or rights of entry have not been acquired until the Engineer certifies to the Contractor that the right of way or easement is available or that the right of entry has been received. If the Contractor is delayed due to acts of omission on the part of the Contracting Agency in obtaining easements, rights of entry or right of way, the Contractor will be entitled to an extension of time. The Contractor agrees that such delay shall not be a breach of contract. Special Provisions SP-68 Williams Ave S & Wells Ave S Conversion Project December 2019 Each property owner shall be given 48 hours notice prior to entry by the Contractor. This includes entry onto easements and private property where private improvements must be adjusted. The Contractor shall be responsible for providing, without expense or liability to 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 construction pursued under this contract. The statement shall be signed by the private property owner, or proper authority acting for the owner of the private property affected, stating that permission 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 number, 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 Add the following new section: 1-08.0 Preliminary Matters (May 25, 2006 APWA GSP) Add the following new section: 1-08.0(1) Preconstruction Conference (October 10, 2008 APWA GSP) 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 purpose of the preconstruction conference will be: 1. To review the initial progress schedule; 2. To establish a working understanding among the various parties associated or affected by the work; 3. To establish and review procedures for progress payment, notifications, approvals, submittals, etc.; 4. To establish normal working hours for the work; 5. To review safety standards and traffic control; and 6. To discuss such other related items as may be pertinent to the work. The Contractor shall prepare and submit at the preconstruction conference the following: Special Provisions SP-69 Williams Ave S & Wells Ave S Conversion Project December 2019 1. A breakdown of all lump sum items; 2. A preliminary schedule of working drawing submittals; and 3. A list of material sources for approval if applicable. Add the following new section: 1-08.0(2) Hours of Work (December 8, 2014 APWA GSP) Except in the case of emergency or unless otherwise approved by the Engineer, the normal working hours for the Contract shall be any consecutive 8-hour period between 7:00 a.m. and 6:00 p.m. Monday through Friday, exclusive of a lunch break. If the Contractor desires different than the normal working hours stated above, the request must be submitted in writing prior to the preconstruction conference, subject to the provisions below. The working hours for the Contract shall be established at or prior to the preconstruction conference. All working hours and days are also subject to local permit and ordinance conditions (such as noise ordinances). If the Contractor wishes to deviate from the established working hours, the Contractor shall submit a written request to the Engineer for consideration. This request shall state what hours are being requested, and why. Requests shall be submitted for review no later than noon on the working day prior to the day(s) the Contractor is requesting to change the hours. If the Contracting Agency approves such a deviation, such approval may be subject to certain other conditions, which will be detailed in writing. For example: 1. On non-Federal aid projects, requiring the Contractor to reimburse the Contracting Agency for the costs in excess of straight-time costs for Contracting Agency representatives who worked during such times. (The Engineer may require designated representatives to be present during the work. Representatives who may be deemed necessary by the Engineer include, but are not limited to: survey crews; personnel from the Contracting Agency’s material testing lab; inspectors; and other Contracting Agency employees or third party consultants when, in the opinion of the Engineer, such work necessitates their presence.) 2. Considering the work performed on Saturdays, Sundays, and holidays as working days with regard to the contract time. 3. Considering multiple work shifts as multiple working days with respect to contract time even though the multiple shifts occur in a single 24-hour period. 4. If a 4-10 work schedule is requested and approved the non working day for the week will be charged as a working day. 5. If Davis Bacon wage rates apply to this Contract, all requirements must be met and recorded properly on certified payroll. Special Provisions SP-70 Williams Ave S & Wells Ave S Conversion Project December 2019 1-08.1 Subcontracting Section 1-08.1 is supplemented with the following: (June 3, 2019 WSDOT GSP) Prior to any subcontractor or lower tier subcontractor beginning work, the Contractor shall submit to the Engineer a certification (WSDOT Form 420-004) that a written agreement between the Contractor and the subcontractor or between the subcontractor and any lower tier subcontractor has been executed. This certification shall also guarantee that these subcontract agreements include all the documents required by the Special Provision Federal Agency Inspection. A Subcontractor or lower tier Subcontractor will not be permitted to perform any work under the contract until the following documents have been completed and submitted to the Engineer: 1. Request to Sublet Work (WSDOT Form 421-012), and 2. Contractor and Subcontractor or Lower Tier Subcontractor Certification for Federal- aid Projects (WSDOT Form 420-004). The Contractor shall submit a completed Monthly Retainage Report (WSDOT Form 272-065) within 15 calendar days after receipt of every monthly progress payment until every Subcontractor and lower tier Subcontractor’s retainage has been released. This form shall be submitted to the Engineer by email to the following email address for the region administering the Contract: Eastern Region – ERegionOEO@wsdot.wa.gov North Central Region – NCRegionOEO@wsdot.wa.gov Northwest Region – NWRegionOEO@wsdot.wa.gov Olympic Region – ORegionOEO@wsdot.wa.gov South Central Region – SCRegionOEO@wsdot.wa.gov Southwest Region – SWRegionOEO@wsdot.wa.gov Washington State Ferries – FerriesOEO@wsdot.wa.gov The Contractor's records pertaining to the requirements of this Special Provision shall be open to inspection or audit by representatives of the Contracting Agency during the life of the contract and for a period of not less than three years after the date of acceptance of the contract. The Contractor shall retain these records for that period. The Contractor shall also guarantee that these records of all Subcontractors and lower tier Subcontractors shall be available and open to similar inspection or audit for the same time period. 1-08.3 Progress Schedule 1-08.3(2)B Type B Progress Schedule (March 13, 2012 APWA GSP) Revise the first paragraph to read: The Contractor shall submit a preliminary Type B Progress Schedule at or prior to the preconstruction conference. The preliminary Type B Progress Schedule shall comply with all Special Provisions SP-71 Williams Ave S & Wells Ave S Conversion Project December 2019 of these requirements and the requirements of Section 1-08.3(1), except that it may be limited to only those activities occurring within the first 60-working days of the project. Revise the first sentence of the second paragraph to read: The Contractor shall submit 5 copies of a Type B Progress Schedule depicting the entire project no later than 21-calendar days after the preconstruction conference. 1-08.3(3) Schedule Updates Revise the first sentence to read: The Contractor shall submit an updated Type B Progress schedule, in both PDF and source program (e.g. Microsoft Project, Primavera, etc.) formats, at least monthly, or, as requested by the Engineer when any of the following events occur: 1-08.3(5) Payment Section 1-08.3(5) is supplemented with the following: “Type B Progress Schedule (Minimum Bid $10,000)”, lump sum. 1-08.4 Prosecution of Work Delete this section and replace it with the following: 1-08.4 Notice to Proceed and Prosecution of Work (July 23, 2015 APWA GSP) Notice to Proceed will be given after the contract has been executed and the contract bond and evidence of insurance have been approved and filed by the Contracting Agency. The Contractor shall not commence with the work until the Notice to Proceed has been given by the Engineer. The Contractor shall commence construction activities on the project site within ten days of the Notice to Proceed Date, unless otherwise approved in writing. The Contractor shall diligently pursue the work to the physical completion date within the time specified in the contract. Voluntary shutdown or slowing of operations by the Contractor shall not relieve the Contractor of the responsibility to complete the work within the time(s) specified in the contract. When shown in the Plans, the first order of work shall be the installation of high visibility fencing to delineate all areas for protection or restoration, as described in the Contract. Installation of high visibility fencing adjacent to the roadway shall occur after the placement of all necessary signs and traffic control devices in accordance with 1-10.1(2). Upon construction of the fencing, the Contractor shall request the Engineer to inspect the fence. No other work shall be performed on the site until the Contracting Agency has accepted the installation of high visibility fencing, as described in the Contract. Special Provisions SP-72 Williams Ave S & Wells Ave S Conversion Project December 2019 1-08.5 Time for Completion Section 1-08.5 is supplemented with the following: (March 13, 1995 WSDOT GSP) This project shall be physically completed within *** 250 *** working days. (November 30, 2018 APWA GSP, Option A) Revise the third and fourth paragraphs to read: Contract time shall begin on the first working day following the Notice to Proceed Date. Each working day shall be charged to the contract as it occurs, until the contract work is physically complete. If substantial completion has been granted and all the authorized working days have been used, charging of working days will cease. Each week the Engineer will provide the Contractor a statement that shows the number of working days: (1) charged to the contract the week before; (2) specified for the physical completion of the contract; and (3) remaining for the physical completion of the contract. The statement will also show the nonworking days and any partial or whole day the Engineer declares as unworkable. Within 10 calendar days after the date of each statement, the Contractor shall file a written protest of any alleged discrepancies in it. To be considered by the Engineer, the protest shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of time disputed. By not filing such detailed protest in that period, the Contractor shall be deemed as having accepted the statement as correct. If the Contractor is approved 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 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. Revise the sixth 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 required by the contract and required by law, to allow the Contracting Agency to process final acceptance of the contract. The following documents must be received by the Project Engineer prior to establishing a completion date: a. Certified Payrolls (per Section 1-07.9(5)). b. Material Acceptance Certification Documents c. Monthly Reports of Amounts Credited as DBE Participation, as required by the Contract Provisions. d. Final Contract Voucher Certification e. Copies of the approved “Affidavit of Prevailing Wages Paid” for the Contractor and all Subcontractors Special Provisions SP-73 Williams Ave S & Wells Ave S Conversion Project December 2019 f. A copy of the Notice of Termination sent to the Washington State Department of Ecology (Ecology); the elapse of 30 calendar days from the date of receipt of the Notice of Termination by Ecology; and no rejection of the Notice of Termination by Ecology. This requirement will not apply if the Construction Stormwater General Permit is transferred back to the Contracting Agency in accordance with Section 8- 01.3(16). g. Property owner releases per Section 1-07.24 1-08.9 Liquidated Damages (August 14, 2013 APWA GSP) Revise the fourth paragraph to read: When the Contract Work has progressed to Substantial Completion as defined in the Contract, the Engineer may determine that the work is Substantially Complete. The Engineer will notify the Contractor in writing of the Substantial Completion Date. For overruns in Contract time occurring after the date so established, the formula for liquidated damages shown above will not apply. For overruns in Contract time occurring after the Substantial Completion Date, liquidated damages shall be assessed on the basis of direct engineering and related costs assignable to the project until the actual Physical Completion Date of all the Contract Work. The Contractor shall complete the remaining Work as promptly as possible. Upon request by the Project Engineer, the Contractor shall furnish a written schedule for completing the physical Work on the Contract. 1-09 MEASUREMENT AND PAYMENT 1-09.2(1) General Requirements for Weighing Equipment (July 23, 2015 APWA GSP, Option 2) Revise item 4 of the fifth paragraph to read: 1. Test results and scale weight records for each day’s hauling operations are provided to the Engineer daily. Reporting shall utilize WSDOT form 422-027, Scaleman’s Daily Report, unless the printed ticket contains the same information that is on the Scaleman’s Daily Report Form. The scale operator must provide AM and/or PM tare weights for each truck on the printed ticket. 1-09.2(5) Measurement (May 2, 2017 APWA GSP) Revise the first paragraph to read: Scale Verification Checks – At the Engineer’s discretion, the Engineer may perform verification checks on the accuracy of each batch, hopper, or platform scale used in weighing contract items of Work. Special Provisions SP-74 Williams Ave S & Wells Ave S Conversion Project December 2019 1-09.6 Force Account (October 10, 2008 APWA GSP) Supplement this section with the following: The Contracting Agency has estimated 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, the Contracting Agency does not warrant expressly or by implication that the actual amount of work will correspond with those estimates. Payment will be made on the basis of the amount of work actually authorized by Engineer. Add new section 1-09.7(1) as follows: 1-09.7(1) Field Office Building Description This work shall consist of furnishing and setting-up a temporary office building for the sole use of the Contracting Agency. Obtaining a site for the Contractor’s mobilization, field office(s), storage of materials, and other general operations shall be the responsibility of the Contractor. All costs associated with securing sites shall be included in the other bid items on the project and no other compensation will be made for this item. The Contractor will provide City with copy(s) of agreement(s). Construction Requirements The building shall be set-up, at the location designated by the Engineer, within the first 10 working days, unless the Engineer has approved a different schedule. The Contractor shall provide a secure minimum 400 square foot office suitable for use by the Engineer and resident inspection staff for the duration of the project. This office shall be separate from the Contractor’s field office and be for the exclusive use of the Engineer and inspection staff. Prior to commencing physical construction, the Contractor shall provide the following minimum items: Field Office 400 square feet office space Above ground floor Parking for four vehicles on crushed gravel or equivalent surface Stairs shall have handrails Weekly janitorial service Heating and air conditioning Electric lights, including two desk lamps Operable windows with security bars Special Provisions SP-75 Williams Ave S & Wells Ave S Conversion Project December 2019 Two, 6 sf. shelving units One 4-drawer filing cabinet Cork bulletin board (24 sf min.) Dry erase white board (24 sf min.) Plan layout table (3 ft x 6 ft min.) Drafting table (3 ft x 6 ft min.) with adjustable tilting top Copy machine with extra toner and service as required Two conference tables (4 ft x 8 ft each) Twenty stackable chairs Two desks (3 ft x 6 ft min) with drawers along one side and pencil drawer Two desk chairs and one drafting chair with adjustable heights and backs Front door deadbolt or padlock with six keys Five gallon bottled water dispenser with full service Sanitary facilities within 25 ft of office Hand washing facilities Communications Broadband communication line with minimum 50mbps upload/download connection. Two separate phone lines Two touch tone telephones with one digital answering machine Plain paper FAX machine with extra toner cartridges and maintenance as required Copy machine / scanner with automatic feed, and capacity to copy/scan 11x17 sheets with extra toner and service as required The Contractor shall include costs for office utilities and local telephone and fax service in this item. The building and contents shall remain the property of the Contractor and shall be removed from the site upon physical completion of the contract, or when designated by the Engineer. The Contractor shall arrange and provide the construction equipment staging area. This area must be approved by the City of Renton. Sites chosen near residential properties can expect severe restrictions on noise and allowable work hours. Payment Payment will be made in accordance with Section 1-04.1, for the following bid item: "Field Office Building", lump sum. The lump sum contract price for "Field Office Building" shall be full pay for furnishing, installing, maintaining, and removing the facility, including all costs associated with all required utility hook-ups and disconnects, and monthly utility charges for all utilities except Special Provisions SP-76 Williams Ave S & Wells Ave S Conversion Project December 2019 telephone. The monthly telephone costs will be paid by the Contracting Agency. No payment will be made for the movement of the Contractor's personnel, equipment, supplies and incidentals to the project site; the establishment of the Contractor’s office, buildings, and other facilities necessary for work on the project; providing sanitary facilities for the Contractor's personnel; obtaining permits or licenses required to complete the project not furnished by the Owner; and other work and operations which must be performed or costs that must be incurred. 1-09.8 Payment for Material on Hand The last paragraph of Section 1-09.8 is revised to read: (August 3, 2009 WSDOT GSP) The Contracting Agency will not pay for material on hand when the invoice cost is less than $2,000. As materials are used in the work, credits equaling the partial payments for them will be taken on future estimates. Each month, no later than the estimate due date, the Contractor shall submit a letter to the Engineer that clearly states: 1) the amount originally paid on the invoice (or other record of production cost) for the items on hand, 2) the dollar amount of the material incorporated into each of the various work items for the month, and 3) the amount that should be retained in material on hand items. If work is performed on the items and the Contractor does not submit a letter, all of the previous material on hand payment will be deducted on the estimate. Partial payment for materials on hand shall not constitute acceptance. Any material will be rejected if found to be faulty even if partial payment for it has been made. 1-09.9 Payments (March 13, 2012 APWA GSP) Delete the first four paragraphs and replace them with the following: The basis of payment will be the actual quantities of Work performed according to the Contract and as specified for payment. The Contractor shall submit a breakdown of the cost of lump sum bid items at the Preconstruction Conference, to enable the Project Engineer to determine the Work performed on a monthly basis. A breakdown is not required for lump sum items that include a basis for incremental payments as part of the respective Specification. Absent a lump sum breakdown, the Project Engineer will make a determination based on information available. The Project Engineer’s determination of the cost of work shall be final. Progress payments for completed work and material on hand will be based upon progress estimates prepared by the Engineer. A progress estimate cutoff date will be established at the preconstruction conference. Special Provisions SP-77 Williams Ave S & Wells Ave S Conversion Project December 2019 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 month thereafter until the Completion Date. Progress estimates made during progress of the work are tentative, and made only for the purpose of determining progress payments. 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 completed multiplied by the unit price. 2. Lump Sum Items in the Bid Form — based on the approved Contractor’s lump sum breakdown for that item, or absent such a breakdown, based on the Engineer’s determination. 3. Materials on Hand — 100 percent of invoiced cost of material delivered to Job site or other storage area approved by the Engineer. 4. Change Orders — entitlement for approved extra cost or completed extra work as determined by the Engineer. Progress payments will be made in accordance with the progress estimate less: 1. Retainage per Section 1-09.9(1), on non FHWA-funded projects; 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. The determination of payments under the contract will be final in accordance with Section 1-05.1. 1-09.9(1) Retainage Section 1-09.9(1) content and title is deleted and replaced with the following: (June 27, 2011 WSDOT GSP) Vacant 1-09.11(3) Time Limitation and Jurisdiction (November 30, 2018 APWA GSP) Revise this section to read: For the convenience of the parties to the Contract it is mutually agreed by the parties that any claims or causes of action which the Contractor has against the Contracting Agency arising from the Contract shall be brought within 180 calendar days from the date of final acceptance (Section 1-05.12) of the Contract by the Contracting Agency; and it is further agreed that any such claims or causes of action shall be brought only in the Superior Court of the county Special Provisions SP-78 Williams Ave S & Wells Ave S Conversion Project December 2019 where the Contracting Agency headquarters is located, provided that where an action is asserted against a county, RCW 36.01.050 shall control venue and jurisdiction. The parties understand and agree that the Contractor’s failure to bring suit within the time period provided, shall be a complete bar to any such claims or causes of action. It is further mutually agreed by the parties that when any claims or causes of action which the Contractor asserts against the Contracting Agency arising from the Contract are filed with the Contracting Agency or initiated in court, the Contractor shall permit the Contracting Agency to have timely access to any records deemed necessary by the Contracting Agency to assist in evaluating the claims or action. 1-09.13(3) Claims $250,000 or Less (October 1, 2005 APWA GSP) Delete this section and replace it with the following: The Contractor and the Contracting Agency mutually agree that those claims that total $250,000 or less, submitted in accordance with Section 1-09.11 and not resolved by nonbinding ADR processes, shall be resolved through litigation unless the parties mutually agree in writing to resolve the claim through binding arbitration. 1-09.13(3)A Administration of Arbitration (November 30, 2018 APWA GSP) Revise the third paragraph to read: The Contracting Agency and the Contractor mutually agree to be bound by the decision of the arbitrator, and judgment upon the award rendered by the arbitrator may be entered in the Superior Court of the county in which the Contracting Agency’s headquarters is located, provided that where claims subject to arbitration are asserted against a county, RCW 36.01.050 shall control venue and jurisdiction of the Superior Court. The decision of the arbitrator and the specific basis for the decision shall be in writing. The arbitrator shall use the Contract as a basis for decisions. 1-10 TEMPORARY TRAFFIC CONTROL 1-10.2 Traffic Control Management 1-10.2(1) General Section 1-10.2(1) is supplemented with the following: (January 3, 2017 WSDOT GSP) Only training with WSDOT TCS card and WSDOT training curriculum is recognized in the State of Washington. The Traffic Control Supervisor shall be certified by one of the following: The Northwest Laborers-Employers Training Trust 27055 Ohio Ave. Special Provisions SP-79 Williams Ave S & Wells Ave S Conversion Project December 2019 Kingston, WA 98346 (360) 297-3035 Evergreen Safety Council 12545 135th Ave. NE Kirkland, WA 98034-8709 1-800-521-0778 The American Traffic Safety Services Association 15 Riverside Parkway, Suite 100 Fredericksburg, Virginia 22406-1022 Training Dept. Toll Free (877) 642-4637 Phone: (540) 368-1701 1-10.3 Traffic Control Labor Procedures, and Devices Add new section 1-10.3(1)D: 1-10.3(1)D Off-Duty Uniformed Police Officer (December 3, 2019 City of Renton GSP) The Contractor shall arrange for off-duty uniformed police officer to be present when traffic signals are to be taken out of service. Contractor shall coordinate and obtain approval for the use of off-duty police officer with the Engineer. Off-duty police officer will be scheduled a minimum of four (4) hours for any shift worked. The off-duty police officer shall be in addition to all other personnel required for traffic control. The off-duty uniformed police officer hours, as stated in the proposal are the City’s estimate, without knowledge of the Contractor’s specific method of operation and has been presented for the purpose of providing a common amount for all bidders. Contractor is responsible for the properly scheduling of off-duty officers. Contractor shall provide a minimum 48-hour notice to schedule officers. Contractor shall be responsible for any charges assessed due to insufficient time in canceling off-duty officers, except in situations outside of the Contractor’s control. Below is a list of optional resources for securing off-duty officers: Off-duty Officer resource list Renton Police Department: Contact:(425) 430-7500 King County Sheriff’s Officers: Contact (206) 957-0935 ext. 1 Washington State Patrol Officers: Contact (425) 401-7788 Special Provisions SP-80 Williams Ave S & Wells Ave S Conversion Project December 2019 1-10.3(3)A Construction Signs Section 1-10.3(3)A is supplemented with the following: The Contractor shall fabricate and install project signs for “Downtown Sign” and “Business Access Sign” as shown on the Plans. This work shall be considered included in the lump sum bid price for “Project Temporary Traffic Control”. 1-10.4 Measurement 1-10.4(3) Reinstating Unit Items with Lump Sum Traffic Control Section 1-10.4(3) is supplemented with the following: (August 2, 2004 WSDOT GSP) The Bid Proposal contains the item “Project Temporary Traffic Control,” lump sum and the additional temporary traffic control items listed below. The provisions of Section 1-10.4(1), Section 1-10.4(3), and Section 1-10.5(3) shall apply. “Flaggers”, per hour. “Other Traffic Control Labor”, per hour. “Traffic Control Supervisor”, per lump sum. “Off-Duty Uniformed Police Officer”, per hour. Off-Duty Uniformed Police Officer will be measured by the hour with a minimum 4-hour shift per officer. Contractor is responsible for timely scheduling and cancellations per the respective police office resource office. Any charges resulting in non-compliance per the respective police office’s guidelines will be at the Contractor’s cost, unless circumstances outside of the Contractor’s control have occurred. 1-10.5 Payment 1-10.5(2) Item Bids With Lump Sum for Incidentals Section 1-10.5(2) is supplemented with the following: “Off-Duty Uniformed Police Officer”, per hour. Payment for “Off-Duty Police Officer” shall be full compensation for hours spent on site by the officer (at 4-hour minimum) and any vehicle and administrative charges assessed. Special Provisions SP-81 Williams Ave S & Wells Ave S Conversion Project December 2019 DIVISION 2 EARTHWORK 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS 2-02.1 Description Section 2-02.1 is supplemented with the following: For the purpose of this Contract, “Removal of Structure and Obstruction” shall include the removing, abandoning, protecting, storing, and salvaging, of miscellaneous objects required to complete the new construction. The lump sum contract price for “Removal of Structure and Obstruction” shall be full compensation for furnishing all labor, tools, materials, and equipment necessary to:  Satisfactorily remove and dispose of the items specified, backfill, and compact the resulting void.  Satisfactorily abandon the items specified, including plugging, capping, and backfilling with CDF or other materials that are required by the Plans or Specifications.  Satisfactorily salvage the items specified for re-use or to be returned to the property owner or the City. The following items shall be removed, abandoned, or salvaged: Item Action Approx. Location Approx. Qty. Tree Remove See Site Preparation Plan 17 EA Tree Grate Salvage See Site Preparation Plan 7 EA Shrubs Remove See Site Preparation Plan 1 LS Drainage Structure Remove See Site Preparation Plan 20 EA Drainage Pipe Remove See Site Preparation Plan 1070 LF Monitoring Well Adjust to Grade Williams Ave S STA 34+44, 9.8’ LT 1 EA USPS Mailbox Remove and Reinstall Wells Ave S STA 93+69, 21.7’ LT 1 EA Quantities shown are approximate. Quantities are for the Contractor’s convenience and should be verified prior to bidding. Special Provisions SP-82 Williams Ave S & Wells Ave S Conversion Project December 2019 If requested by a specific property owner, existing features (such as fencing, etc.) shall be protected, salvaged, and returned to the property owner. 2-02.3(2) Removal of Bridges, Box Culverts, and other Drainage Structures Section 2-02.3(2) is supplemented with the following: Abandoning of Existing Drainage and Sanitary Sewer Pipe Where shown in the Plans or at other locations as determined by the Engineer, the Contractor shall abandon pipes per Section 7-08.3(4) of the Standard Specifications and these Special Provisions. Removal of Existing Drainage and Sanitary Sewer Pipe Where shown in the Plans or at other locations as determined by the Engineer, the Contractor shall remove pipe regardless of the size or type. Pipe shall be removed either in its entirety or a portion of pipe, as called for in the Plans. Any pipe that is to remain when a portion of the pipe is to be removed, but is damaged during the removal operation, shall be repaired or replaced by the Contractor at no expense to the Contracting Agency. Voids left by drainage pipe removal shall be backfilled with a granular material and compacted in accordance with Section 2-03.3(14)C. All materials removed shall become the property of the Contractor and shall be disposed of outside the project limits. Removal of Structures Where shown in the Plans, or at other locations as determined by the Engineer, the Contractor shall remove catch basins, manholes, or inlets regardless of the size or type. Each Structure shall be removed in its entirety. Prior to backfilling the resultant void, the Contractor shall plug and abandon the existing pipe(s) with commercial concrete in accordance with Section 7- 08.3(4). Voids left by Structure removal shall be backfilled and compacted in accordance with Section 2-03.3(14)C. All materials removed shall become the property of the Contractor and shall be disposed of outside the project limits. 2-02.3(3) Removal of Pavement, Sidewalks, Curbs, and Gutters Section 2-02.3(3) is supplemented with the following: The Contractor shall remove existing asphalt concrete pavement, cement concrete pavement, curb and gutter, extruded curb, sidewalk, and other associated roadside elements as shown on the Plans and approved by the Engineer. Removal shall include excavation of the underlying soil as required to achieve the subgrade elevations shown on the Plans. Existing roadside elements to remain that are damaged shall be replaced by the Contractor to City of Renton standards and at the Contractor’s own expense. At locations marked by the Engineer, transitions to existing asphalt or cement concrete driveways, curb and gutter, and walkways shall be vertically saw cut full depth with straight uniform edges. Special Provisions SP-83 Williams Ave S & Wells Ave S Conversion Project December 2019 The Contractor shall be responsible for ensuring that special precautions are undertaken so that no concrete or concrete by-products, or products and by-products used in the saw cut of asphalt or concrete, are discharged into any storm drain or surface water system. In accordance with the Department of Ecology guidelines, wastewater from Portland Cement Concrete, masonry, and asphalt concrete cutting operations shall not be discharged to storm drainage systems or surface waters. Cutting operations increase the pH of wastewater, therefore, filtering prior to discharge is NOT acceptable. To thoroughly clean saw cuts where necessary, the Contractor shall use high pressure water (high pressure water is considered greater than 1400 p.s.i.). All wastewater shall be collected using a wet-dry vacuum or pumped into drums for disposal. Disposal of the waste liquid may be to soil or other porous surfaces away from storm drains and surface water, only if the Contractor collects and disposes of remaining sediment after water has filtered into soil or evaporated. Impervious surfaces contaminated with sediment and grit from cutting, planing, or pulverizing operations shall be cleaned by sweepers to prevent contaminants from entering the storm drainage system or surface waters when it rains. Flushing saw cuts with high-pressure water and collection of wasted water with vacuum system, and pollution control shall be included in the unit contract price for associated removal bid items, which require sawcutting. New Section 2-02.3(4) is added: 2-02.3(4) Salvage When salvageable material is to remain Contracting Agency property, the Specifications, Plans, or Contracting Agency will identify the material and describe how the Contractor shall remove it. Such material shall be stockpiled and/or delivered to the following location after first contacting the Contracting Agency representative at Eric Cutshall at (425) 430-7400. The Contractor shall provide the agency a minimum of two (2) working days’ notice prior to delivering the equipment to: City of Renton Public Works Yard 3555 NE 2nd Street Renton, WA 98056 2-02.5 Payment Section 2-02.5 is supplemented with the following: “Removal of Structure and Obstruction”, lump sum. All items noted for removal, abandonment, or relocation to which other specific Bid items do not apply shall be included in the lump sum Bid item for “Removal of Structure and Obstruction” including, but not limited to, the items shown on the Plans and specified herein. Sawcutting, demolition, haul, and disposal/salvage of all structures, storm and sewer pipes and materials to which this Bid item applies shall also be considered incidental. Special Provisions SP-84 Williams Ave S & Wells Ave S Conversion Project December 2019 2-03 ROADWAY EXCAVATION AND EMBANKMENT 2-03.1 Description The second paragraph is supplemented as follows: 4. Removal items being separately paid for under Section 2-02 of these contract documents. 2-03.4 Measurement Section 2-03.4 is supplemented with the following: (March 13, 1995 WSDOT GSP) Only one determination of the original ground elevation will be made on this project. Measurement for roadway excavation and embankment will be based on the original ground elevations recorded previous to the award of this contract. If discrepancies are discovered in the ground elevations which will materially affect the quantities of earthwork, the original computations of earthwork quantities will be adjusted accordingly. Earthwork quantities will be computed, either manually or by means of electronic data processing equipment, by use of the average end area method or by the finite element analysis method utilizing digital terrain modeling techniques. Copies of the ground cross-section notes will be available for the bidder's inspection, before the opening of bids, at the Project Engineer's office and at the Region office. Upon award of the contract, copies of the original ground cross-sections will be furnished to the successful bidder on request to the Project Engineer. Section 2-03.4 is supplemented with the following: Excavation that is not included under other bid items shall be measured and paid at the unit contract price per cubic yard for “Roadway Excavation Incl. Haul” and shall include removal of such items as asphalt, cement concrete pavement, sidewalks, curbs, and gutters. Existing cement concrete pavement underlying asphalt concrete pavement shall be removed as required for installation of new pavement sections, utilities, and as designated by the Engineer. Excavated material unsuitable for roadway embankment, such as broken pavement, curbs, sidewalks, etc., shall be disposed of. All cost associated with hauling and disposal of the excavated material shall be considered incidental to the unit contract price for “Roadway Excavation Incl. Haul.” Any excavation beyond the set limits, unless ordered by the Engineer in writing, shall not be paid for. The Contractor, at Contractor expense, shall provide all work and material required to return these over excavated areas to their set limits or original conditions. Special Provisions SP-85 Williams Ave S & Wells Ave S Conversion Project December 2019 2-04 HAUL 2-04.1 Description Section 2-04.1 is supplemented with the following: In reference to the term “haul” as used in Section 2-04 and Section 2-09.3(1)D of the Standard Specifications, all costs and expenses involved in haul will be considered incidental to the unit contract prices of the bid items and no additional compensation will be made. Special Provisions SP-86 Williams Ave S & Wells Ave S Conversion Project December 2019 DIVISION 5 SURFACE TREATMENTS AND PAVEMENTS 5-04 HOT MIX ASPHALT 5-04 Hot Mix Asphalt (July 18, 2018 APWA GSP) Delete Section 5-04 and amendments, Hot Mix Asphalt and replace it with the following: 5-04.1 Description This Work shall consist of providing and placing one or more layers of plant-mixed hot mix asphalt (HMA) on a prepared foundation or base in accordance with these Specifications and the lines, grades, thicknesses, and typical cross-sections shown in the Plans. The manufacture of HMA may include warm mix asphalt (WMA) processes in accordance with these Specifications. WMA processes include organic additives, chemical additives, and foaming. HMA shall be composed of asphalt binder and mineral materials as may be required, mixed in the proportions specified to provide a homogeneous, stable, and workable mixture. 5-04.2 Materials Materials shall meet the requirements of the following sections: Asphalt Binder 9-02.1(4) Cationic Emulsified Asphalt 9-02.1(6) Anti-Stripping Additive 9-02.4 HMA Additive 9-02.5 Aggregates 9-03.8 Recycled Asphalt Pavement 9-03.8(3)B Mineral Filler 9-03.8(5) Recycled Material 9-03.21 Portland Cement 9-01 Sand 9-03.1(2) (As noted in 5-04.3(5)C for crack sealing) Joint Sealant 9-04.2 Foam Backer Rod 9-04.2(3)A The Contract documents may establish that the various mineral materials required for the manufacture of HMA will be furnished in whole or in part by the Contracting Agency. If the documents do not establish the furnishing of any of these mineral materials by the Contracting Agency, the Contractor shall be required to furnish such materials in the amounts required for the designated mix. Mineral materials include coarse and fine aggregates, and mineral filler. The Contractor may choose to utilize recycled asphalt pavement (RAP) in the production of HMA. The RAP may be from pavements removed under the Contract, if any, or pavement material from an existing stockpile. Special Provisions SP-87 Williams Ave S & Wells Ave S Conversion Project December 2019 The Contractor may use up to 20 percent RAP by total weight of HMA with no additional sampling or testing of the RAP. The RAP shall be sampled and tested at a frequency of one sample for every 1,000 tons produced and not less than ten samples per project. The asphalt content and gradation test data shall be reported to the Contracting Agency when submitting the mix design for approval on the QPL. The Contractor shall include the RAP as part of the mix design as defined in these Specifications. The grade of asphalt binder shall be as required by the Contract. Blending of asphalt binder from different sources is not permitted. The Contractor may only use warm mix asphalt (WMA) processes in the production of HMA with 20 percent or less RAP by total weight of HMA. The Contractor shall submit to the Engineer for approval the process that is proposed and how it will be used in the manufacture of HMA. Production of aggregates shall comply with the requirements of Section 3-01. Preparation of stockpile site, the stockpiling of aggregates, and the removal of aggregates from stockpiles shall comply with the requirements of Section 3-02. 5-04.2(1) How to Get an HMA Mix Design on the QPL If the contractor wishes to submit a mix design for inclusion in the Qualified Products List (QPL), please follow the WSDOT process outlined in Standard Specification 5-04.2(1). 5-04.2(1)A Vacant 5-04.2(2) Mix Design – Obtaining Project Approval No paving shall begin prior to the approval of the mix design by the Engineer. Nonstatistical evaluation will be used for all HMA not designated as Commercial HMA in the contract documents. 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 of HMA accepted by commercial evaluation shall be as approved by the Project Engineer. Sampling and testing of HMA accepted by commercial evaluation will be at the option of the Project Engineer. The Proposal quantity of HMA that is accepted by commercial evaluation will be excluded from the quantities used in the determination of nonstatistical evaluation. Nonstatistical Mix Design. Fifteen days prior to the first day of paving the contractor shall provide one of the following mix design verification certifications for Contracting Agency review;  The WSDOT Mix Design Evaluation Report from the current WSDOT QPL, or one of the mix design verification certifications listed below.  The proposed HMA mix design on WSDOT Form 350-042 with the seal and certification (stamp & sig-nature) of a valid licensed Washington State Professional Engineer. Special Provisions SP-88 Williams Ave S & Wells Ave S Conversion Project December 2019  The Mix Design Report for the proposed HMA mix design developed by a qualified City or County laboratory that is within one year of the approval date.** The mix design shall be performed by a lab accredited by a national authority such as Laboratory Accredita-tion Bureau, L-A-B for Construction Materials Testing, The Construction Materials Engineering Council (CMEC’s) ISO 17025 or AASHTO Accreditation Program (AAP) and shall supply evidence of participation in the AASHTO: resource proficiency sample program. Mix designs for HMA accepted by Nonstatistical evaluation shall;  Have the aggregate structure and asphalt binder content determined in accordance with WSDOT Standard Operating Procedure 732 and meet the requirements of Sections 9-03.8(2), except that Hamburg testing for ruts and stripping are at the discretion of the Engineer, and 9-03.8(6).  Have anti-strip requirements, if any, for the proposed mix design determined in accordance with AASHTO T 283 or T 324, or based on historic anti-strip and aggregate source compatibility from previous WSDOT lab testing. At the discretion of the Engineer, agencies may accept verified mix designs older than 12 months from the original verification date with a certification from the Contractor that the materials and sources are the same as those shown on the original mix design. Commercial Evaluation Approval of a mix design for “Commercial Evaluation” will be based on a review of the Contractor’s submittal of WSDOT Form 350-042 (For commercial mixes, AASHTO T 324 evaluation is not required) or a Mix Design from the current WSDOT QPL or from one of the processes allowed by this section. Testing of the HMA by the Contracting Agency for mix design approval is not required. For the Bid Item Commercial HMA, the Contractor shall select a class of HMA and design level of Equivalent Single Axle Loads (ESAL’s) appropriate for the required use. 5-04.2(2)B Using Warm Mix Asphalt Processes The Contractor may elect to use additives that reduce the optimum mixing temperature or serve as a compaction aid for producing HMA. Additives include organic additives, chemical additives and foaming processes. The use of Additives is subject to the following:  Do not use additives that reduce the mixing temperature more than allowed in Section 5-04.3(6) in the production of mixtures.  Before using additives, obtain the Engineer’s approval using WSDOT Form 350-076 to describe the proposed additive and process. 5-04.3 Construction Requirements 5-04.3(1 Weather Limitations Do not place HMA for wearing course on any Traveled Way beginning October 1st through March 31st of the following year without written concurrence from the Engineer. Special Provisions SP-89 Williams Ave S & Wells Ave S Conversion Project December 2019 Do not place HMA on any wet surface, or when the average surface temperatures are less than those specified below, or when weather conditions otherwise prevent the proper handling or finishing of the HMA. Minimum Surface Temperature for Paving Compacted Thickness (Feet) Wearing Course Other Courses Less than 0.10 55◦F 45◦F 0.10 to .20 45◦F 35◦F More than 0.20 35◦F 35◦F 5-04.3(2) Paving Under Traffic When the Roadway being paved is open to traffic, the requirements of this Section shall apply. The Contractor shall keep intersections open to traffic at all times except when paving the intersection or paving across the intersection. During such time, and provided that there has been an advance warning to the public, the intersection may be closed for the minimum time required to place and compact the mixture. In hot weather, the Engineer may require the application of water to the pavement to accelerate the finish rolling of the pavement and to shorten the time required before reopening to traffic. Before closing an intersection, advance warning signs shall be placed and signs shall also be placed marking the detour or alternate route. During paving operations, temporary pavement markings shall be maintained throughout the project. Temporary pavement markings shall be installed on the Roadway prior to opening to traffic. Temporary pavement markings shall be in accordance with Section 8-23. All costs in connection with performing the Work in accordance with these requirements, except the cost of temporary pavement markings, shall be included in the unit Contract prices for the various Bid items involved in the Contract. 5-04.3(3) Equipment 5-04.3(3)A Mixing Plant Plants used for the preparation of HMA shall conform to the following requirements: 1. Equipment for Preparation of Asphalt Binder – Tanks for the storage of asphalt binder shall be equipped to heat and hold the material at the required temperatures. The heating shall be accomplished by steam coils, electricity, or other approved means so that no flame shall be in contact with the storage tank. The circulating system for the asphalt binder shall be designed to ensure proper and continuous circulation during the operating period. A valve for the purpose of sampling the asphalt binder shall be placed in either the storage tank or in the supply line to the mixer. Special Provisions SP-90 Williams Ave S & Wells Ave S Conversion Project December 2019 2. Thermometric Equipment – An armored thermometer, capable of detecting temperature ranges expected in the HMA mix, shall be fixed in the asphalt binder feed line at a location near the charging valve at the mixer unit. The thermometer location shall be convenient and safe for access by Inspectors. The plant shall also be equipped with an approved dial-scale thermometer, a mercury actuated thermometer, an electric pyrometer, or another approved thermometric instrument placed at the discharge chute of the drier to automatically register or indicate the temperature of the heated aggregates. This device shall be in full view of the plant operator. 3. Heating of Asphalt Binder – The temperature of the asphalt binder shall not exceed the maximum recommended by the asphalt binder manufacturer nor shall it be below the minimum temperature required to maintain the asphalt binder in a homogeneous state. The asphalt binder shall be heated in a manner that will avoid local variations in heating. The heating method shall provide a continuous supply of asphalt binder to the mixer at a uniform average temperature with no individual variations exceeding 25°F. Also, when a WMA additive is included in the asphalt binder, the temperature of the asphalt binder shall not exceed the maximum recommended by the manufacturer of the WMA additive. 4. Sampling and Testing of Mineral Materials – The HMA plant shall be equipped with a mechanical sampler for the sampling of the mineral materials. The mechanical sampler shall meet the requirements of Section 1-05.6 for the crushing and screening operation. The Contractor shall provide for the setup and operation of the field testing facilities of the Contracting Agency as provided for in Section 3-01.2(2). 5. Sampling HMA – The HMA plant shall provide for sampling HMA by one of the following methods: a. A mechanical sampling device attached to the HMA plant. b. Platforms or devices to enable sampling from the hauling vehicle without entering the hauling vehicle. 5-04.3(3)B Hauling Equipment Trucks used for hauling HMA shall have tight, clean, smooth metal beds and shall have a cover of canvas or other suitable material of sufficient size to protect the mixture from adverse weather. Whenever the weather conditions during the work shift include, or are forecast to include, precipitation or an air temperature less than 45°F or when time from loading to unloading exceeds 30 minutes, the cover shall be securely attached to protect the HMA. The contractor shall provide an environmentally benign means to prevent the HMA mixture from adhering to the hauling equipment. Excess release agent shall be drained prior to filling hauling equipment with HMA. Petroleum derivatives or other coating material that contaminate or alter the characteristics of the HMA shall not be used. For live bed trucks, the conveyer shall be in operation during the process of applying the release agent. 5-04.3(3)C Pavers HMA pavers shall be self-contained, power-propelled units, provided with an internally heated vibratory screed and shall be capable of spreading and finishing courses of HMA plant mix material in lane widths required by the paving section shown in the Plans. Special Provisions SP-91 Williams Ave S & Wells Ave S Conversion Project December 2019 The HMA paver shall be in good condition and shall have the most current equipment available from the manufacturer for the prevention of segregation of the HMA mixture installed, in good condition, and in working order. The equipment certification shall list the make, model, and year of the paver and any equipment that has been retrofitted. The screed shall be operated in accordance with the manufacturer’s recommendations and shall effectively produce a finished surface of the required evenness and texture without tearing, shoving, segregating, or gouging the mixture. A copy of the manufacturer’s recommendations shall be provided upon request by the Contracting Agency. Extensions will be allowed provided they produce the same results, including ride, density, and surface texture as obtained by the primary screed. Extensions without augers and an internally heated vibratory screed shall not be used in the Traveled Way. When specified in the Contract, reference lines for vertical control will be required. Lines shall be placed on both outer edges of the Traveled Way of each Roadway. Horizontal control utilizing the reference line will be permitted. The grade and slope for intermediate lanes shall be controlled automatically from reference lines or by means of a mat referencing device and a slope control device. When the finish of the grade prepared for paving is superior to the established tolerances and when, in the opinion of the Engineer, further improvement to the line, grade, cross-section, and smoothness can best be achieved without the use of the reference line, a mat referencing device may be substituted for the reference line. Substitution of the device will be subject to the continued approval of the Engineer. A joint matcher may be used subject to the approval of the Engineer. The reference line may be removed after the completion of the first course of HMA when approved by the Engineer. Whenever the Engineer determines that any of these methods are failing to provide the necessary vertical control, the reference lines will be reinstalled by the Contractor. The Contractor shall furnish and install all pins, brackets, tensioning devices, wire, and accessories necessary for satisfactory operation of the automatic control equipment. If the paving machine in use is not providing the required finish, the Engineer may suspend Work as allowed by Section 1-08.6. Any cleaning or solvent type liquids spilled on the pavement shall be thoroughly removed before paving proceeds. 5-04.3(3)D Material Transfer Device or Material Transfer Vehicle A Material Transfer Device/Vehicle (MTD/V) shall only be used with the Engineer’s approval, unless other-wise required by the contract. Where an MTD/V is required by the contract, the Engineer may approve paving without an MTD/V, at the request of the Contractor. The Engineer will determine if an equitable adjustment in cost or time is due. When used, the MTD/V shall mix the HMA after delivery by the hauling equipment and prior to laydown by the paving machine. Mixing of the HMA shall be sufficient to obtain a uniform temperature throughout the mixture. If a windrow elevator is used, the length of the windrow may be limited in urban areas or through intersections, at the discretion of the Engineer. To be approved for use, an MTV: 1. Shall be self-propelled vehicle, separate from the hauling vehicle or paver. Special Provisions SP-92 Williams Ave S & Wells Ave S Conversion Project December 2019 2. Shall not be connected to the hauling vehicle or paver. 3. May accept HMA directly from the haul vehicle or pick up HMA from a windrow. 4. Shall mix the HMA after delivery by the hauling equipment and prior to placement into the paving machine. 5. Shall mix the HMA sufficiently to obtain a uniform temperature throughout the mixture. To be approved for use, an MTD: 1. Shall be positively connected to the paver. 2. May accept HMA directly from the haul vehicle or pick up HMA from a windrow. 3. Shall mix the HMA after delivery by the hauling equipment and prior to placement into the paving machine. 4. Shall mix the HMA sufficiently to obtain a uniform temperature throughout the mixture. 5-04.3(3)E Rollers Rollers shall be of the steel wheel, vibratory, oscilatory, or pneumatic tire type, in good condition and capable of reversing without backlash. Operation of the roller shall be in accordance with the manufacturer’s recommendations. When ordered by the Engineer for any roller planned for use on the project, the Contractor shall provide a copy of the manufacturer’s recommendation for the use of that roller for compaction of HMA. The number and weight of rollers shall be sufficient to compact the mixture in compliance with the requirements of Section 5-04.3(10). The use of equipment that results in crushing of the aggregate will not be permitted. Rollers producing pickup, washboard, uneven compaction of the surface, displacement of the mixture or other undesirable results shall not be used. 5-04.3(4) Preparation of Existing Paved Surfaces When the surface of the existing pavement or old base is irregular, the Contractor shall bring it to a uniform grade and cross-section as shown on the Plans or approved by the Engineer. Preleveling of uneven or broken surfaces over which HMA is to be placed may be accomplished by using an asphalt paver, a motor patrol grader, or by hand raking, as approved by the Engineer. Compaction of preleveling HMA shall be to the satisfaction of the Engineer and may require the use of small steel wheel rollers, plate compactors, or pneumatic rollers to avoid bridging across preleveled areas by the compaction equipment. Equipment used for the compaction of preleveling HMA shall be approved by the Engineer. Before construction of HMA on an existing paved surface, the entire surface of the pavement shall be clean. All fatty asphalt patches, grease drippings, and other objectionable matter shall be entirely removed from the existing pavement. All pavements or bituminous surfaces shall be thoroughly cleaned of dust, soil, pavement grindings, and other foreign matter. All holes and small depressions shall be filled with an appropriate class of HMA. The surface of the patched area shall be leveled and compacted thoroughly. Prior to the application of tack coat, or paving, the condition of the surface shall be approved by the Engineer. A tack coat of asphalt shall be applied to all paved surfaces on which any course of HMA is to be placed or abutted; except that tack coat may be omitted from clean, newly paved Special Provisions SP-93 Williams Ave S & Wells Ave S Conversion Project December 2019 surfaces at the discretion of the Engineer. Tack coat shall be uniformly applied to cover the existing pavement with a thin film of residual asphalt free of streaks and bare spots at a rate between 0.02 and 0.10 gallons per square yard of retained asphalt. The rate of application shall be approved by the Engineer. A heavy application of tack coat shall be applied to all joints. For Roadways open to traffic, the application of tack coat shall be limited to surfaces that will be paved during the same working shift. The spreading equipment shall be equipped with a thermometer to indicate the temperature of the tack coat material. Equipment shall not operate on tacked surfaces until the tack has broken and cured. If the Contractor’s operation damages the tack coat it shall be repaired prior to placement of the HMA. The tack coat shall be CSS-1, or CSS-1h emulsified asphalt. The CSS-1 and CSS-1h emulsified asphalt may be diluted once with water at a rate not to exceed one part water to one part emulsified asphalt. The tack coat shall have sufficient temperature such that it may be applied uniformly at the specified rate of application and shall not exceed the maximum temperature recommended by the emulsified asphalt manufacturer. 5-04.3(4)A Crack Sealing 5-04.3(4)A1 General When the Proposal includes a pay item for crack sealing, seal all cracks ¼ inch in width and greater. Cleaning: Ensure that cracks are thoroughly clean, dry and free of all loose and foreign material when filling with crack sealant material. Use a hot compressed air lance to dry and warm the pavement surfaces within the crack immediately prior to filling a crack with the sealant material. Do not overheat pavement. Do not use direct flame dryers. Routing cracks is not required. Sand Slurry: For cracks that are to be filled with sand slurry, thoroughly mix the components and pour the mixture into the cracks until full. Add additional CSS-1 cationic emulsified asphalt to the sand slurry as needed for workability to ensure the mixture will completely fill the cracks. Strike off the sand slurry flush with the existing pavement surface and allow the mixture to cure. Top off cracks that were not completely filled with additional sand slurry. Do not place the HMA overlay until the slurry has fully cured. The sand slurry shall consist of approximately 20 percent CSS-1 emulsified asphalt, approximately 2 percent portland cement, water (if required), and the remainder clean Class 1 or 2 fine aggregate per section 9-03.1(2). The components shall be thoroughly mixed and then poured into the cracks and joints until full. The following day, any cracks or joints that are not completely filled shall be topped off with additional sand slurry. After the sand slurry is placed, the filler shall be struck off flush with the existing pavement surface and allowed to cure. The HMA overlay shall not be placed until the slurry has fully cured. The requirements of Section 1-06 will not apply to the portland cement and sand used in the sand slurry. In areas where HMA will be placed, use sand slurry to fill the cracks. In areas where HMA will not be placed, fill the cracks as follows: Special Provisions SP-94 Williams Ave S & Wells Ave S Conversion Project December 2019 1. Cracks ¼ inch to 1 inch in width - fill with hot poured sealant. 2. Cracks greater than 1 inch in width – fill with sand slurry. Hot Poured Sealant: For cracks that are to be filled with hot poured sealant, apply the material in accordance with these requirements and the manufacturer’s recommendations. Furnish a Type 1 Working Drawing of the manufacturer’s product information and recommendations to the Engineer prior to the start of work, including the manufacturer’s recommended heating time and temperatures, allowable storage time and temperatures after initial heating, allowable reheating criteria, and application temperature range. Confine hot poured sealant material within the crack. Clean any overflow of sealant from the pavement surface. If, in the opinion of the Engineer, the Contractor’s method of sealing the cracks with hot poured sealant results in an excessive amount of material on the pavement surface, stop and correct the operation to eliminate the excess material. 5-04.3(4)A2 Crack Sealing Areas Prior to Paving In areas where HMA will be placed, use sand slurry to fill the cracks. 5-04.3(4)A3 Crack Sealing Areas Not to be Paved In areas where HMA will not be placed, fill the cracks as follows: A. Cracks ¼ inch to 1 inch in width - fill with hot poured sealant. B. Cracks greater than 1 inch in width – fill with sand slurry. 5-04.3(4)B Vacant 5-04.3(4)C Pavement Repair The Contractor shall excavate pavement repair areas and shall backfill these with HMA in accordance with the details shown in the Plans and as marked in the field. The Contractor shall conduct the excavation operations in a manner that will protect the pavement that is to remain. Pavement not designated to be removed that is damaged as a result of the Contractor’s operations shall be repaired by the Contractor to the satisfaction of the Engineer at no cost to the Contracting Agency. The Contractor shall excavate only within one lane at a time unless approved otherwise by the Engineer. The Contractor shall not excavate more area than can be completely finished during the same shift, unless approved by the Engineer. Unless otherwise shown in the Plans or determined by the Engineer, excavate to a depth of 1.0 feet. The Engineer will make the final determination of the excavation depth required. The minimum width of any pavement repair area shall be 40 inches unless shown otherwise in the Plans. Before any excavation, the existing pavement shall be sawcut or shall be removed by a pavement grinder. Excavated materials will become the property of the Contractor and shall be disposed of in a Contractor-provided site off the Right of Way or used in accordance with Sections 2-02.3(3) or 9-03.21. Asphalt for tack coat shall be required as specified in Section 5-04.3(4). A heavy application of tack coat shall be applied to all surfaces of existing pavement in the pavement repair area. Placement of the HMA backfill shall be accomplished in lifts not to exceed 0.35-foot compacted depth. Lifts that exceed 0.35-foot of compacted depth may be accomplished with Special Provisions SP-95 Williams Ave S & Wells Ave S Conversion Project December 2019 the approval of the Engineer. Each lift shall be thoroughly compacted by a mechanical tamper or a roller. 5-04.3(5) Producing/Stockpiling Aggregates and RAP Aggregates and RAP shall be stockpiled according to the requirements of Section 3-02. Sufficient storage space shall be provided for each size of aggregate and RAP. Materials shall be removed from stockpile(s) in a manner to ensure minimal segregation when being moved to the HMA plant for processing into the final mixture. Different aggregate sizes shall be kept separated until they have been delivered to the HMA plant. 5-04.3(5)A Vacant 5-04.3(6) Mixing After the required amount of mineral materials, asphalt binder, recycling agent and anti- stripping additives have been introduced into the mixer the HMA shall be mixed until complete and uniform coating of the particles and thorough distribution of the asphalt binder throughout the mineral materials is ensured. When discharged, the temperature of the HMA shall not exceed the optimum mixing temperature by more than 25°F as shown on the reference mix design report or as approved by the Engineer. Also, when a WMA additive is included in the manufacture of HMA, the discharge temperature of the HMA shall not exceed the maximum recommended by the manufacturer of the WMA additive. A maximum water content of 2 percent in the mix, at discharge, will be allowed providing the water causes no problems with handling, stripping, or flushing. If the water in the HMA causes any of these problems, the moisture content shall be reduced as directed by the Engineer. Storing or holding of the HMA in approved storage facilities will be permitted with approval of the Engineer, but in no event shall the HMA be held for more than 24 hours. HMA held for more than 24 hours after mixing shall be rejected. Rejected HMA shall be disposed of by the Contractor at no expense to the Contracting Agency. The storage facility shall have an accessible device located at the top of the cone or about the third point. The device shall indicate the amount of material in storage. No HMA shall be accepted from the storage facility when the HMA in storage is below the top of the cone of the storage facility, except as the storage facility is being emptied at the end of the working shift. Recycled asphalt pavement (RAP) utilized in the production of HMA shall be sized prior to entering the mixer so that a uniform and thoroughly mixed HMA is produced. If there is evidence of the recycled asphalt pavement not breaking down during the heating and mixing of the HMA, the Contractor shall immediately suspend the use of the RAP until changes have been approved by the Engineer. After the required amount of mineral materials, RAP, new asphalt binder and asphalt rejuvenator have been introduced into the mixer the HMA shall be mixed until complete and uniform coating of the particles and thorough distribution of the asphalt binder throughout the mineral materials, and RAP is ensured. 5-04.3(7) Spreading and Finishing The mixture shall be laid upon an approved surface, spread, and struck off to the grade and elevation established. HMA pavers complying with Section 5-04.3(3) shall be used to Special Provisions SP-96 Williams Ave S & Wells Ave S Conversion Project December 2019 distribute the mixture. Unless otherwise directed by the Engineer, the nominal compacted depth of any layer of any course shall not exceed the following: HMA Class 1” 0.35 feet HMA Class ¾” and HMA Class ½” wearing course 0.30 feet other courses 0.35 feet HMA Class ⅜” 0.15 feet On areas where irregularities or unavoidable obstacles make the use of mechanical spreading and finishing equipment impractical, the paving may be done with other equipment or by hand. When more than one JMF is being utilized to produce HMA, the material produced for each JMF shall be placed by separate spreading and compacting equipment. The intermingling of HMA produced from more than one JMF is prohibited. Each strip of HMA placed during a work shift shall conform to a single JMF established for the class of HMA specified unless there is a need to make an adjustment in the JMF. 5-04.3(8) Aggregate Acceptance Prior to Incorporation in HMA For HMA accepted by nonstatistical evaluation the aggregate properties of sand equivalent, uncompacted void content and fracture will be evaluated in accordance with Section 3-04. Sampling and testing of aggregates for HMA accepted by commercial evaluation will be at the option of the Engineer. 5-04.3(9) HMA Mixture Acceptance Acceptance of HMA shall be as provided under nonstatistical, or commercial evaluation. Nonstatistical evaluation will be used for the acceptance of HMA unless Commercial Evaluation is specified. 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, temporary pavement, and pavement repair. Other nonstructural applications of HMA accepted by commercial evaluation shall be as approved by the Engineer. Sampling and testing of HMA accepted by commercial evaluation will be at the option of the Engineer. The mix design will be the initial JMF for the class of HMA. The Contractor may request a change in the JMF. Any adjustments to the JMF will require the approval of the Engineer and may be made in accordance with this section. HMA Tolerances and Adjustments 1. Job Mix Formula Tolerances – The constituents of the mixture at the time of acceptance shall be within tolerance. The tolerance limits will be established as follows: For Asphalt Binder and Air Voids (Va), the acceptance limits are determined by adding the tolerances below to the approved JMF values. These values will also be the Upper Specification Limit (USL) and Lower Specification Limit (LSL) required in Section 1-06.2(2)D2 Special Provisions SP-97 Williams Ave S & Wells Ave S Conversion Project December 2019 Property Non-Statistical Evaluation Commercial Evaluation Asphalt Binder +/- 0.5% +/- 0.7% Air Voids, Va 2.5% min. and 5.5% max N/A For Aggregates in the mixture: a. First, determine preliminary upper and lower acceptance limits by applying the following tolerances to the approved JMF. Aggregate Percent Passing Non-Statistical Evaluation Commercial Evaluation 1”, ¾”, ½”, and 3/8” sieves +/- 6% +/- 8% No. 4 sieve +/-6% +/- 8% No. 8 Sieve +/- 6% +/-8% No. 200 sieve +/- 2.0% +/- 3.0% b. Second, adjust the preliminary upper and lower acceptance limits determined from step (a) the minimum amount necessary so that none of the aggregate properties are outside the control points in Section 9-03.8(6). The resulting values will be the upper and lower acceptance limits for aggregates, as well as the USL and LSL required in Section 1-06.2(2)D2. 2. Job Mix Formula Adjustments – An adjustment to the aggregate gradation or asphalt binder content of the JMF requires approval of the Engineer. Adjustments to the JMF will only be considered if the change produces material of equal or better quality and may require the development of a new mix design if the adjustment exceeds the amounts listed below. a. Aggregates –2 percent for the aggregate passing the 1½″, 1″, ¾″, ½″, ⅜″, and the No. 4 sieves, 1 percent for aggregate passing the No. 8 sieve, and 0.5 percent for the aggregate passing the No. 200 sieve. The adjusted JMF shall be within the range of the control points in Section 9-03.8(6). b. Asphalt Binder Content – The Engineer may order or approve changes to asphalt binder content. The maximum adjustment from the approved mix design for the asphalt binder content shall be 0.3 percent 5-04.3(9)A Vacant 5-04.3(9)B Vacant 5-04.3(9)C Mixture Acceptance – Nonstatistical Evaluation HMA mixture which is accepted by Nonstatistical Evaluation will be evaluated by the Contracting Agency by dividing the HMA tonnage into lots. 5-04.3(9)C1 Mixture Nonstatistical Evaluation – Lots and Sublots A lot is represented by randomly selected samples of the same mix design that will be tested for acceptance. A lot is defined as the total quantity of material or work produced for each Job Special Provisions SP-98 Williams Ave S & Wells Ave S Conversion Project December 2019 Mix Formula placed. Only one lot per JMF is expected. A sublot shall be equal to one day’s production or 800 tons, whichever is less except that the final sublot will be a minimum of 400 tons and may be increased to 1200 tons. All of the test results obtained from the acceptance samples from a given lot shall be evaluated collectively. If the Contractor requests a change to the JMF that is approved, the material produced after the change will be evaluated on the basis of the new JMF for the remaining sublots in the current lot and for acceptance of subsequent lots. For a lot in progress with a CPF less than 0.75, a new lot will begin at the Contractor’s request after the Engineer is satisfied that material conforming to the Specifications can be produced. Sampling and testing for evaluation shall be performed on the frequency of one sample per sublot. 5-04.3(9)C2 Mixture Nonstatistical Evaluation Sampling Samples for acceptance testing shall be obtained by the Contractor when ordered by the Engineer. The Contractor shall sample the HMA mixture in the presence of the Engineer and in accordance with AASH-TO T 168. A minimum of three samples should be taken for each class of HMA placed on a project. If used in a structural application, at least one of the three samples shall to be tested. Sampling and testing HMA in a Structural application where quantities are less than 400 tons is at the discretion of the Engineer. For HMA used in a structural application and with a total project quantity less than 800 tons but more than 400 tons, a minimum of one acceptance test shall be performed. In all cases, a minimum of 3 samples will be obtained at the point of acceptance, a minimum of one of the three samples will be tested for conformance to the JMF:  If the test results are found to be within specification requirements, additional testing will be at the Engineer’s discretion.  If test results are found not to be within specification requirements, additional testing of the remaining samples to determine a Composite Pay Factor (CPF) shall be performed. 5-04.3(9)C3 Mixture Nonstatistical Evaluation – Acceptance Testing Testing of HMA for compliance of Va will at the option of the Contracting Agency. If tested, compliance of Va will use WSDOT SOP 731. Testing for compliance of asphalt binder content will be by WSDOT FOP for AASHTO T 308. Testing for compliance of gradation will be by FOP for WAQTC T 27/T 11. 5-04.3(9)C4 Mixture Nonstatistical Evaluation – Pay Factors For each lot of material falling outside the tolerance limits in 5-04.3(9), the Contracting Agency will determine a Composite Pay Factor (CPF) using the following price adjustment factors: Special Provisions SP-99 Williams Ave S & Wells Ave S Conversion Project December 2019 Table of Price Adjustment Factors Constituent Factor “f” All aggregate passing: 1½″, 1″, ¾″, ½″, ⅜″ and No.4 sieves 2 All aggregate passing No. 8 sieve 15 All aggregate passing No. 200 sieve 20 Asphalt binder 40 Air Voids (Va) (where applicable) 20 Each lot of HMA 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 nonstatistical tolerance limits in the Job Mix Formula shown in Table of Price Adjustment Factors, 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 or samples from the Roadway shall be tested to provide a minimum of three sets of results for evaluation. 5-04.3(9)C5 Vacant 5-04.3(9)C6 Mixture Nonstatistical Evaluation – Price Adjustments For each lot of HMA mix produced under Nonstatistical Evaluation when the calculated CPF is less than 1.00, a Nonconforming Mix Factor (NCMF) will be determined. The NCMF equals the algebraic difference of CPF minus 1.00 multiplied by 60 percent. The total 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 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 (CPF). 5-04.3(9)C7 Mixture Nonstatistical Evaluation – Retests The Contractor may request a sublot be retested. To request a retest, the Contractor shall submit a written request within 7 calendar days after the specific test results have been received. A split of the original acceptance sample will be retested. The split of the sample will not be tested with the same tester that ran the original acceptance test. The sample will be tested for a complete gradation analysis, asphalt binder content, and, at the option of the agency, Va. The results of the retest will be used for the acceptance of the HMA in place of the original sublot sample test results. The cost of testing will be deducted from any monies due or that may come due the Contractor under the Contract at the rate of $500 per sample. 5-04.3 (9)D Mixture Acceptance – Commercial Evaluation Special Provisions SP-100 Williams Ave S & Wells Ave S Conversion Project December 2019 If sampled and tested, HMA produced 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 further evaluation. When one or more constituents fall outside the commercial tolerance limits in the Job Mix Formula shown in 5-04.3(9), the lot shall be evaluated in accordance with Section 1-06.2 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, backup 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 HMA mix produced and tested under Commercial Evaluation when the calculated CPF is less than 1.00, a Nonconforming Mix Factor (NCMF) will be determined. The NCMF equals the algebraic difference of CPF minus 1.00 multiplied by 60 percent. 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 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 (CPF). 5-04.3(10) HMA Compaction Acceptance HMA mixture accepted by nonstatistical evaluation that is used in traffic lanes, including lanes for intersections, ramps, truck climbing, weaving, and speed change, and having a specified compacted course thickness greater than 0.10-foot, shall be compacted to a specified level of relative density. The specified level of relative density shall be a Composite Pay Factor (CPF) of not less than 0.75 when evaluated in accordance with Section 1-06.2, using a LSL of 92.0 (minimum of 92 percent of the maximum density). The maximum density shall be determined by WSDOT FOP for AASHTO T 729. The specified level of density attained will be determined by the evaluation of the density of the pavement. The density of the pavement shall be determined in accordance with WSDOT FOP for WAQTC TM 8, except that gauge correlation will be at the discretion of the Engineer, when using the nuclear density gauge and WSDOT SOP 736 when using cores to determine density. Tests for the determination of the pavement density will be taken in accordance with the required procedures for measurement by a nuclear density gauge or roadway cores after completion of the finish rolling. If the Contracting Agency uses a nuclear density gauge to determine density the test procedures FOP for WAQTC TM 8 and WSDOT SOP T 729 will be used on the day the mix is placed and prior to opening to traffic. Roadway cores for density may be obtained by either the Contracting Agency or the Contractor in accordance with WSDOT SOP 734. The core diameter shall be 4-inches minimum, unless otherwise approved by the Engineer. Roadway cores will be tested by the Contracting Agency in accordance with WSDOT FOP for AASHTO T 166. If the Contract includes the Bid item “Roadway Core” the cores shall be obtained by the Contractor in the presence of the Engineer on the same day the mix is placed and at locations designated by the Engineer. If the Contract does not include the Bid item “Roadway Core” the Contracting Agency will obtain the cores. Special Provisions SP-101 Williams Ave S & Wells Ave S Conversion Project December 2019 For a lot in progress with a CPF less than 0.75, a new lot will begin at the Contractor’s request after the Engineer is satisfied that material conforming to the Specifications can be produced. HMA mixture accepted by commercial evaluation and HMA constructed under conditions other than those listed above shall be compacted on the basis of a test point evaluation of the compaction train. The test point evaluation shall be performed in accordance with instructions from the Engineer. The number of passes with an approved compaction train, required to attain the maximum test point density, shall be used on all subsequent paving. HMA for preleveling shall be thoroughly compacted. HMA that is used for preleveling wheel rutting shall be compacted with a pneumatic tire roller unless otherwise approved by the Engineer. Test Results For a sublot that has been tested with a nuclear density gauge that did not meet the minimum of 92 percent of the reference maximum density in a compaction lot with a CPF below 1.00 and thus subject to a price reduction or rejection, the Contractor may request that a core be used for determination of the relative density of the sublot. The relative density of the core will replace the relative density determined by the nuclear density gauge for the sublot and will be used for calculation of the CPF and acceptance of HMA compaction lot. When cores are taken by the Contracting Agency at the request of the Contractor, they shall be requested by noon of the next workday after the test results for the sublot have been provided or made available to the Contractor. Core locations shall be outside of wheel paths and as determined by the Engineer. Traffic control shall be provided by the Contractor as requested by the Engineer. Failure by the Contractor to provide the requested traffic control will result in forfeiture of the request for cores. When the CPF for the lot based on the results of the HMA cores is less than 1.00, the cost for the coring will be deducted from any monies due or that may become due the Contractor under the Contract at the rate of $200 per core and the Contractor shall pay for the cost of the traffic control. 5-04.3(10)A HMA Compaction – General Compaction Requirements Compaction shall take place when the mixture is in the proper condition so that no undue displacement, cracking, or shoving occurs. Areas inaccessible to large compaction equipment shall be compacted by other mechanical means. Any HMA that becomes loose, broken, contaminated, shows an excess or deficiency of asphalt, or is in any way defective, shall be removed and replaced with new hot mix that shall be immediately compacted to conform to the surrounding area. The type of rollers to be used and their relative position in the compaction sequence shall generally be the Contractor’s option, provided the specified densities are attained. Unless the Engineer has approved otherwise, rollers shall only be operated in the static mode when the internal temperature of the mix is less than 175°F. Regardless of mix temperature, a roller shall not be operated in a mode that results in checking or cracking of the mat. Rollers shall only be operated in static mode on bridge decks. 5-04.3(10)B HMA Compaction – Cyclic Density Special Provisions SP-102 Williams Ave S & Wells Ave S Conversion Project December 2019 Low cyclic density areas are defined as spots or streaks in the pavement that are less than 90 percent of the theoretical maximum density. At the Engineer’s discretion, the Engineer may evaluate the HMA pavement for low cyclic density, and when doing so will follow WSDOT SOP 733. A $500 Cyclic Density Price Adjustment will be assessed for any 500-foot section with two or more density readings below 90 percent of the theoretical maximum density. 5-04.3(10)C Vacant 5-04.3(10)D HMA Nonstatistical Compaction 5-04.3(10)D1 HMA Nonstatistical Compaction – Lots and Sublots HMA compaction which is accepted by nonstatistical evaluation will be based on acceptance testing performed by the Contracting Agency dividing the project into compaction lots. A lot is represented by randomly selected samples of the same mix design that will be tested for acceptance. A lot is defined as the total quantity of material or work produced for each Job Mix Formula placed. Only one lot per JMF is expected. A sublot shall be equal to one day’s production or 400 tons, whichever is less except that the final sublot will be a minimum of 200 tons and may be increased to 800 tons. Testing for compaction will be at the rate of 5 tests per sublot per WSDOT T 738. The sublot locations within each density lot will be determined by the Engineer. For a lot in progress with a CPF less than 0.75, a new lot will begin at the Contractor’s request after the Engineer is satisfied that material conforming to the Specifications can be produced. HMA mixture accepted by commercial evaluation and HMA constructed under conditions other than those listed above shall be compacted on the basis of a test point evaluation of the compaction train. The test point evaluation shall be performed in accordance with instructions from the Engineer. The number of passes with an approved compaction train, required to attain the maximum test point density, shall be used on all subsequent paving. HMA for preleveling shall be thoroughly compacted. HMA that is used to prelevel wheel ruts shall be compacted with a pneumatic tire roller unless otherwise approved by the Engineer. 5-04.3(10)D2 HMA Compaction Nonstatistical Evaluation – Acceptance Testing The location of the HMA compaction acceptance tests will be randomly selected by the Engineer from within each sublot, with one test per sublot. 5-04.3(10)D3 HMA Nonstatistical Compaction – Price Adjustments For each compaction lot with one or two sublots, having all sublots attain a relative density that is 92 percent of the reference maximum density the HMA shall be accepted at the unit Contract price with no further evaluation. When a sublot does not attain a relative density that is 92 percent of the reference maximum density, the lot shall be evaluated in accordance with Section 1-06.2 to determine the appropriate CPF. The maximum CPF shall be 1.00, however, lots with a calculated CPF in excess of 1.00 will be used to offset lots with CPF values below 1.00 but greater than 0.90. Lots with CPF lower than 0.90 will be evaluated for compliance Special Provisions SP-103 Williams Ave S & Wells Ave S Conversion Project December 2019 per 5-04.3(11). Additional testing by either a nuclear moisture-density gauge or cores will be completed as required to provide a minimum of three tests for evaluation. For compaction below the required 92% a Non-Conforming Compaction Factor (NCCF) 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 CPF, the quantity of HMA in the compaction control lot in tons, and the unit Contract price per ton of mix. 5-04.3(11) Reject Work 5-04.3(11)A Reject Work General Work that is defective or does not conform to Contract requirements shall be rejected. The Contractor may propose, in writing, alternatives to removal and replacement of rejected material. Acceptability of such alternative proposals will be determined at the sole discretion of the Engineer. HMA that has been rejected is subject to the requirements in Section 1- 06.2(2) and this specification, and the Contractor shall submit a corrective action proposal to the Engineer for approval. 5-04.3(11)B Rejection by Contractor The Contractor may, prior to sampling, elect to remove any defective material and replace it with new material. Any such new material will be sampled, tested, and evaluated for acceptance. 5-04.3(11)C Rejection Without Testing (Mixture or Compaction) The Engineer may, without sampling, reject any batch, load, or section of Roadway that appears defective. Material rejected before placement shall not be incorporated into the pavement. Any rejected section of Roadway shall be removed. No payment will be made for the rejected materials or the removal of the materials unless the Contractor requests that the rejected material be tested. If the Contractor elects to have the rejected material tested, a minimum of three representative samples will be obtained and tested. Acceptance of rejected material will be based on conformance with the nonstatistical acceptance Specification. If the CPF for the rejected material is less than 0.75, no payment will be made for the rejected material; in addition, the cost of sampling and testing shall be borne by the Contractor. If the CPF is greater than or equal to 0.75, the cost of sampling and testing will be borne by the Contracting Agency. If the material is rejected before placement and the CPF is greater than or equal to 0.75, compensation for the rejected material will be at a CPF of 0.75. If rejection occurs after placement and the CPF is greater than or equal to 0.75, compensation for the rejected material will be at the calculated CPF with an addition of 25 percent of the unit Contract price added for the cost of removal and disposal. 5-04.3(11)D Rejection - A Partial Sublot In addition to the random acceptance sampling and testing, the Engineer may also isolate from a normal sublot any material that is suspected of being defective in relative density, gradation or asphalt binder content. Such isolated material will not include an original sample location. A minimum of three random samples of the suspect material will be obtained and Special Provisions SP-104 Williams Ave S & Wells Ave S Conversion Project December 2019 tested. The material will then be statistically evaluated as an independent lot in accordance with Section 1-06.2(2). 5-04.3(11)E Rejection - An Entire Sublot An entire sublot that is suspected of being defective may be rejected. When a sublot is rejected a minimum of two additional random samples from this sublot will be obtained. These additional samples and the original sublot will be evaluated as an independent lot in accordance with Section 1-06.2(2). 5-04.3(11)F Rejection - A Lot in Progress The Contractor shall shut down operations and shall not resume HMA placement until such time as the Engineer is satisfied that material conforming to the Specifications can be produced: 1. When the Composite Pay Factor (CPF) of a lot in progress drops below 1.00 and the Contractor is taking no corrective action, or 2. When the Pay Factor (PF) for any constituent of a lot in progress drops below 0.95 and the Contractor is taking no corrective action, or 3. When either the PFi for any constituent or the CPF of a lot in progress is less than 0.75. 5-04.3(11)G Rejection - An Entire Lot (Mixture or Compaction) An entire lot with a CPF of less than 0.75 will be rejected. 5-04.3(12) Joints 5-04.3(12)A HMA Joints 5-04.3(12)A1 Transverse Joints The Contractor shall conduct operations such that the placing of the top or wearing course is a continuous operation or as close to continuous as possible. Unscheduled transverse joints will be allowed and the roller may pass over the unprotected end of the freshly laid mixture only when the placement of the course must be discontinued for such a length of time that the mixture will cool below compaction temperature. When the Work is resumed, the previously compacted mixture shall be cut back to produce a slightly beveled edge for the full thickness of the course. A temporary wedge of HMA constructed on a 20H:1V shall be constructed where a transverse joint as a result of paving or planing is open to traffic. The HMA in the temporary wedge shall be separated from the permanent HMA by strips of heavy wrapping paper or other methods approved by the Engineer. The wrapping paper shall be removed and the joint trimmed to a slightly beveled edge for the full thickness of the course prior to resumption of paving. The material that is cut away shall be wasted and new mix shall be laid against the cut. Rollers or tamping irons shall be used to seal the joint. Special Provisions SP-105 Williams Ave S & Wells Ave S Conversion Project December 2019 5-04.3(12)A2 Longitudinal Joints The longitudinal joint in any one course shall be offset from the course immediately below by not more than 6 inches nor less than 2 inches. All longitudinal joints constructed in the wearing course shall be located at a lane line or an edge line of the Traveled Way. A notched wedge joint shall be constructed along all longitudinal joints in the wearing surface of new HMA unless otherwise approved by the Engineer. The notched wedge joint shall have a vertical edge of not less than the maximum aggregate size or more than ½ of the compacted lift thickness and then taper down on a slope not steeper than 4H:1V. The sloped portion of the HMA notched wedge joint shall be uniformly compacted. 5-04.3(12)B Bridge Paving Joint Seals 5-04.3(12)B1 HMA Sawcut and Seal Prior to placing HMA on the bridge deck, establish sawcut alignment points at both ends of the bridge paving joint seals to be placed at the bridge ends, and at interior joints within the bridge deck when and where shown in the Plans. Establish the sawcut alignment points in a manner that they remain functional for use in aligning the sawcut after placing the overlay. Submit a Type 1 Working Drawing consisting of the sealant manufacturer’s application procedure. Construct the bridge paving joint seal as specified ion the Plans and in accordance with the detail shown in the Standard Plans. Construct the sawcut in accordance with the detail shown in the Standard Plan. Con-struct the sawcut in accordance with Section 5-05.3(8)B and the manufacturer’s application procedure. 5-04.3(12)B2 Paved Panel Joint Seal Construct the paved panel joint seal in accordance with the requirements specified in section 5-04.3(12)B1 and the following requirement: 1. Clean and seal the existing joint between concrete panels in accordance with Section 5-01.3(8) and the details shown in the Standard Plans. 5-04.3(13) Surface Smoothness The completed surface of all courses shall be of uniform texture, smooth, uniform as to crown and grade, and free from defects of all kinds. The completed surface of the wearing course shall not vary more than ⅛ inch from the lower edge of a 10-foot straightedge placed on the surface parallel to the centerline. The transverse slope of the completed surface of the wearing course shall vary not more than ¼ inch in 10 feet from the rate of transverse slope shown in the Plans. When deviations in excess of the above tolerances are found that result from a high place in the HMA, the pavement surface shall be corrected by one of the following methods: 1. Removal of material from high places by grinding with an approved grinding machine, or 2. Removal and replacement of the wearing course of HMA, or 3. By other method approved by the Engineer. Special Provisions SP-106 Williams Ave S & Wells Ave S Conversion Project December 2019 Correction of defects shall be carried out until there are no deviations anywhere greater than the allowable tolerances. Deviations in excess of the above tolerances that result from a low place in the HMA and deviations resulting from a high place where corrective action, in the opinion of the Engineer, will not produce satisfactory results will be accepted with a price adjustment. The Engineer shall deduct from monies due or that may become due to the Contractor the sum of $500.00 for each and every section of single traffic lane 100 feet in length in which any excessive deviations described above are found. When utility appurtenances such as manhole covers and valve boxes are located in the traveled way, the utility appurtenances shall be adjusted to the finished grade prior to paving. This requirement may be waived when requested by the Contractor, at the discretion of the Engineer or when the adjustment details provided in the project plan or specifications call for utility appurtenance adjustments after the completion of paving. Utility appurtenance adjustment discussions will be included in the Pre-Paving planning (5- 04.3(14)B3). Submit a written request to waive this requirement to the Engineer prior to the start of paving. 5-04.3(14) Planing (Milling) Bituminous Pavement The planning plan must be approved by the Engineer and a pre planning meeting must be held prior to the start of any planing. See Section 5-04.3(14)B2 for information on planning submittals. Locations of existing surfacing to be planed are as shown in the Drawings. Where planing an existing pavement is specified in the Contract, the Contractor must remove existing surfacing material and to reshape the surface to remove irregularities. The finished product must be a prepared surface acceptable for receiving an HMA overlay. Use the cold milling method for planing unless otherwise specified in the Contract. Do not use the planer on the final wearing course of new HMA. Conduct planing operations in a manner that does not tear, break, burn, or otherwise damage the surface which is to remain. The finished planed surface must be slightly grooved or roughened and must be free from gouges, deep grooves, ridges, or other imperfections. The Contractor must repair any damage to the sur-face by the Contractor’s planing equipment, using an Engineer approved method. Repair or replace any metal castings and other surface improvements damaged by planing, as deter-mined by the Engineer. A tapered wedge cut must be planed longitudinally along curb lines sufficient to provide a minimum of 4 inches of curb reveal after placement and compaction of the final wearing course. The dimensions of the wedge must be as shown on the Drawings or as specified by the Engineer. A tapered wedge cut must also be made at transitions to adjoining pavement surfaces (meet lines) where butt joints are shown on the Drawings. Cut butt joints in a straight line with vertical Special Provisions SP-107 Williams Ave S & Wells Ave S Conversion Project December 2019 faces 2 inches or more in height, producing a smooth transition to the existing adjoining pavement. After planing is complete, planed surfaces must be swept, cleaned, and if required by the Contract, patched and preleveled. The Engineer may direct additional depth planing. Before performing this additional depth planing, the Contractor must conduct a hidden metal in pavement detection survey as specified in Section 5-04.3(14)A. 5-04.3(14)A Pre-Planing Metal Detection Check Before starting planing of pavements, and before any additional depth planing required by the Engineer, the Contractor must conduct a physical survey of existing pavement to be planed with equipment that can iden-tify hidden metal objects. Should such metal be identified, promptly notify the Engineer. See Section 1-07.16(1) regarding the protection of survey monumentation that may be hidden in pavement. The Contractor is solely responsible for any damage to equipment resulting from the Contractor’s failure to conduct a pre-planing metal detection survey, or from the Contractor’s failure to notify the Engineer of any hidden metal that is detected. 5-04.3(14)B Paving and Planing Under Traffic 5-04.3(14)B1 General In addition the requirements of Section 1-07.23 and the traffic controls required in Section 1- 10, and unless the Contract specifies otherwise or the Engineer approves, the Contractor must comply with the following: 1. Intersections: a. Keep intersections open to traffic at all times, except when paving or planing operations through an intersection requires closure. Such closure must be kept to the minimum time required to place and compact the HMA mixture, or plane as appropriate. For paving, schedule such closure to individual lanes or portions thereof that allows the traffic volumes and schedule of traffic volumes required in the approved traffic control plan. Schedule work so that adjacent intersections are not impacted at the same time and comply with the traffic control restrictions required by the Traffic Engineer. Each individual intersection closure or partial closure, must be addressed in the traffic control plan, which must be submitted to and accepted by the Engineer, see Section 1-10.2(2). b. When planing or paving and related construction must occur in an intersection, consider scheduling and sequencing such work into quarters of the intersection, or half or more of an intersection with side street detours. Be prepared to sequence the work to individual lanes or portions thereof. Special Provisions SP-108 Williams Ave S & Wells Ave S Conversion Project December 2019 c. Should closure of the intersection in its entirety be necessary, and no trolley service is impacted, keep such closure to the minimum time required to place and compact the HMA mixture, plane, remove asphalt, tack coat, and as needed. d. Any work in an intersection requires advance warning in both signage and a number of Working Days advance notice as determined by the Engineer, to alert traffic and emergency services of the intersection closure or partial closure. e. Allow new compacted HMA asphalt to cool to ambient temperature before any traffic is allowed on it. Traffic is not allowed on newly placed asphalt until approval has been obtained from the Engineer. 2. Temporary centerline marking, post-paving temporary marking, temporary stop bars, and maintaining temporary pavement marking must comply with Section 8-23. 3. Permanent pavement marking must comply with Section 8-22. 5-04.3(14)B2 Submittals – Planing Plan and HMA Paving Plan The Contractor must submit a separate planing plan and a separate paving plan to the Engineer at least 5 Working Days in advance of each operation’s activity start date. These plans must show how the moving operation and traffic control are coordinated, as they will be discussed at the pre-planing briefing and pre-paving briefing. When requested by the Engineer, the Contractor must provide each operation’s traffic control plan on 24 x 36 inch or larger size Shop Drawings with a scale showing both the area of operation and sufficient detail of traffic beyond the area of operation where detour traffic may be required. The scale on the Shop Drawings is 1 inch = 20 feet, which may be changed if the Engineer agrees sufficient detail is shown. The planing operation and the paving operation include, but are not limited to, metal detection, removal of asphalt and temporary asphalt of any kind, tack coat and drying, staging of supply trucks, paving trains, rolling, scheduling, and as may be discussed at the briefing. When intersections will be partially or totally blocked, provide adequately sized and noticeable signage alerting traffic of closures to come, a minimum 2 Working Days in advance. The traffic control plan must show where peace officers will be stationed when signalization is or may be, countermanded, and show ar-eas where flaggers are proposed. At a minimum, the planing and the paving plan must include: 1. A copy of the accepted traffic control plan, see Section 1-10.2(2), detailing each day’s traffic control as it relates to the specific requirements of that day’s planing and paving. Briefly describe the se-quencing of traffic control consistent with the proposed planing and paving sequence, and scheduling of placement of temporary pavement markings and channelizing devices after each day’s planing, and paving. 2. A copy of each intersection’s traffic control plan. Special Provisions SP-109 Williams Ave S & Wells Ave S Conversion Project December 2019 3. Haul routes from Supplier facilities, and locations of temporary parking and staging areas, including return routes. Describe the complete round trip as it relates to the sequencing of paving operations. 4. Names and locations of HMA Supplier facilities to be used. 5. List of all equipment to be used for paving. 6. List of personnel and associated job classification assigned to each piece of paving equipment. 7. Description (geometric or narrative) of the scheduled sequence of planing and of paving, and intended area of planing and of paving for each day’s work, must include the directions of proposed planing and of proposed paving, sequence of adjacent lane paving, sequence of skipped lane paving, intersection planing and paving scheduling and sequencing, and proposed notifications and coordinations to be timely made. The plan must show HMA joints relative to the final pavement marking lane lines. 8. Names, job titles, and contact information for field, office, and plant supervisory personnel. 9. A copy of the approved Mix Designs. 10. Tonnage of HMA to be placed each day. 11. Approximate times and days for starting and ending daily operations. 5-04.3(14)B3 Pre-Paving and Pre-Planing Briefing At least 2 Working Days before the first paving operation and the first planing operation, or as scheduled by the Engineer for future paving and planing operations to ensure the Contractor has adequately prepared for notifying and coordinating as required in the Contract, the Contractor must be prepared to discuss that day’s operations as they relate to other entities and to public safety and convenience, including driveway and business access, garbage truck operations, Metro transit operations and working around energized overhead wires, school and nursing home and hospital and other accesses, other contractors who may be operating in the area, pedestrian and bicycle traffic, and emergency services. The Contractor, and Subcontractors that may be part of that day’s operations, must meet with the Engineer and discuss the proposed operation as it relates to the submitted planing plan and paving plan, approved traffic control plan, and public convenience and safety. Such discussion includes, but is not limited to: 1. General for both Paving Plan and for Planing Plan: a. The actual times of starting and ending daily operations. b. In intersections, how to break up the intersection, and address traffic control and signalization for that operation, including use of peace officers. c. The sequencing and scheduling of paving operations and of planing operations, as applicable, as it relates to traffic control, to public convenience and safety, and to other con-tractors who may operate in the Project Site. d. Notifications required of Contractor activities, and coordinating with other entities and the public as necessary. e. Description of the sequencing of installation and types of temporary pavement markings as it relates to planning and to paving. f. Description of the sequencing of installation of, and the removal of, temporary pavement patch material around exposed castings and as may be needed Special Provisions SP-110 Williams Ave S & Wells Ave S Conversion Project December 2019 g. Description of procedures and equipment to identify hidden metal in the pavement, such as survey monumentation, monitoring wells, street car rail, and castings, before planning, see Section 5-04.3(14)B2. h. Description of how flaggers will be coordinated with the planing, paving, and related operations. i. Description of sequencing of traffic controls for the process of rigid pavement base repairs. j. Other items the Engineer deems necessary to address. 2. Paving – additional topics: a. When to start applying tack and coordinating with paving. b. Types of equipment and numbers of each type equipment to be used. If more pieces of equipment than personnel are proposed, describe the sequencing of the personnel operating the types of equipment. Discuss the continuance of operator personnel for each type equip-ment as it relates to meeting Specification requirements. c. Number of JMFs to be placed, and if more than one JMF how the Contractor will ensure different JMFs are distinguished, how pavers and MTVs are distinguished if more than one JMF is being placed at the time, and how pavers and MTVs are cleaned so that one JMF does not adversely influence the other JMF. d. Description of contingency plans for that day’s operations such as equipment breakdown, rain out, and Supplier shutdown of operations. e. Number of sublots to be placed, sequencing of density testing, and other sampling and testing. 5-04.3(15) Sealing Pavement Surfaces Apply a fog seal where shown in the plans. Construct the fog seal in accordance with Section 5-02.3. Unless otherwise approved by the Engineer, apply the fog seal prior to opening to traffic. 5-04.3(16) HMA Road Approaches HMA approaches shall be constructed at the locations shown in the Plans or where staked by the Engineer. The Work shall be performed in accordance with Section 5-04. 5-04.4 Measurement HMA Cl. ___ PG ___, HMA for ___ Cl. ___ PG ___, and Commercial HMA will be measured by the ton in accordance with Section 1-09.2, with no deduction being made for the weight of asphalt binder, mineral filler, or any other component of the mixture. If the Contractor elects to remove and replace mix as allowed by Section 5-04.3(11), the material removed will not be measured. Roadway cores will be measured per each for the number of cores taken. Preparation of untreated roadway will be measured by the mile once along the centerline of the main line Roadway. No additional measurement will be made for ramps, Auxiliary Lanes, service roads, Frontage Roads, or Shoulders. Measurement will be to the nearest 0.01 mile. Special Provisions SP-111 Williams Ave S & Wells Ave S Conversion Project December 2019 Soil residual herbicide will be measured by the mile for the stated width to the nearest 0.01 mile or by the square yard, whichever is designated in the Proposal. Pavement repair excavation will be measured by the square yard of surface marked prior to excavation. Asphalt for prime coat will be measured by the ton in accordance with Section 1-09.2. Prime coat aggregate will be measured by the cubic yard, truck measure, or by the ton, whichever is designated in the Proposal. Asphalt for fog seal will be measured by the ton, as provided in Section 5-02.4. Longitudinal joint seals between the HMA and cement concrete pavement will be measured by the linear foot along the line and slope of the completed joint seal. Planing bituminous pavement will be measured by the square yard. Temporary pavement marking will be measured by the linear foot as provided in Section 8- 23.4. Water will be measured by the M gallon as provided in Section 2-07.4. 5-04.5 Payment Payment will be made for each of the following Bid items that are included in the Proposal: “HMA Cl. ___ PG ___”, per ton. “HMA for Approach Cl. ___ PG ___”, per ton. “HMA for Preleveling Cl. ___ PG ___”, per ton. “HMA for Pavement Repair Cl. ___ PG ___”, per ton. “Commercial HMA”, per ton. The unit Contract price per ton for “HMA Cl. ___ PG ___”, “HMA for Approach Cl. ___ PG ___”, “HMA for Preleveling Cl. ___ PG ___”, “HMA for Pavement Repair Cl. ___ PG ___”, and “Commercial HMA” shall be full compensation for all costs, including anti-stripping additive, incurred to carry out the requirements of Section 5-04 except for those costs included in other items which are included in this Subsection and which are included in the Proposal. “Preparation of Untreated Roadway”, per mile. The unit Contract price per mile for “Preparation of Untreated Roadway” shall be full pay for all Work described under 5-04.3(4) , with the exception, however, that all costs involved in patching the Roadway prior to placement of HMA shall be included in the unit Contract price per ton for “HMA Cl. ___ PG ___” which was used for patching. If the Proposal does not include a Bid item for “Preparation of Untreated Roadway”, the Roadway shall be prepared as specified, but the Work shall be included in the Contract prices of the other items of Work. Special Provisions SP-112 Williams Ave S & Wells Ave S Conversion Project December 2019 “Preparation of Existing Paved Surfaces”, per mile. The unit Contract Price for “Preparation of Existing Paved Surfaces” shall be full pay for all Work described under Section 5-04.3(4) with the exception, however, that all costs involved in patching the Roadway prior to placement of HMA shall be included in the unit Contract price per ton for “HMA Cl. ___ PG ___” which was used for patching. If the Proposal does not include a Bid item for “Preparation of Untreated Roadway”, the Roadway shall be prepared as specified, but the Work shall be included in the Contract prices of the other items of Work. “Crack Sealing”, by force account. “Crack Sealing” will be paid for by force account as specified in Section 1-09.6. For the purpose of providing a common Proposal for all Bidders, the Contracting Agency has entered an amount in the Proposal to become a part of the total Bid by the Contractor. “Pavement Repair Excavation Incl. Haul”, per square yard. The unit Contract price per square yard for “Pavement Repair Excavation Incl. Haul” shall be full payment for all costs incurred to perform the Work described in Section 5-04.3(4) with the exception, however, that all costs involved in the placement of HMA shall be included in the unit Contract price per ton for “HMA for Pavement Repair Cl. ___ PG ___”, per ton. “Asphalt for Prime Coat”, per ton. The unit Contract price per ton for “Asphalt for Prime Coat” shall be full payment for all costs incurred to obtain, provide and install the material in accordance with Section 5-04.3(4). “Prime Coat Agg.”, per cubic yard, or per ton. The unit Contract price per cubic yard or per ton for “Prime Coat Agg.” shall be full pay for furnishing, loading, and hauling aggregate to the place of deposit and spreading the aggregate in the quantities required by the Engineer. “Asphalt for Fog Seal”, per ton. Payment for “Asphalt for Fog Seal” is described in Section 5-02.5. “Longitudinal Joint Seal”, per linear foot. The unit Contract price per linear foot for “Longitudinal Joint Seal” shall be full payment for all costs incurred to perform the Work described in Section 5-04.3(12). “Planing Bituminous Pavement”, per square yard. The unit Contract price per square yard for “Planing Bituminous Pavement” shall be full payment for all costs incurred to perform the Work described in Section 5-04.3(14). “Temporary Pavement Marking”, per linear foot. Payment for “Temporary Pavement Marking” is described in Section 8-23.5. Special Provisions SP-113 Williams Ave S & Wells Ave S Conversion Project December 2019 “Water”, per M gallon. Payment for “Water” is described in Section 2-07.5. “Job Mix Compliance Price Adjustment”, by calculation. “Job Mix Compliance Price Adjustment” will be calculated and paid for as described in Section 5-04.3(9)C6. “Compaction Price Adjustment”, by calculation. “Compaction Price Adjustment” will be calculated and paid for as described in Section 5- 04..3(10)D3. “Roadway Core”, per each. The Contractor’s costs for all other Work associated with the coring (e.g., traffic control) shall be incidental and included within the unit Bid price per each and no additional payments will be made. “Cyclic Density Price Adjustment”, by calculation. “Cyclic Density Price Adjustment” will be calculated and paid for as described in Section 5- 04.3(10)B. Add New Section 5-04.3(21): 5-04.3(21) Temporary Pavement Temporary Pavement is required to open areas to traffic during construction. These areas include paving over excavated roadway and utility trenches, to provide paved access to private properties, and ramps for pedestrian access. All temporary paving shall be placed with a minimum thickness of 2 i nches. All temporary paving shall be approved by the Engineer before placement. Any areas of temporary pavement to be removed and replaced shall also be approved by the Engineer before placement. This work shall also include the removal of the temporary pavement prior to paving of final asphalt concrete pavement. Temporary Pavement, hot mix asphalt, will be used for any trench restoration within the traveled way. Whether temporary or permanent, sawcut and treat edges with CSS-1 asphalt emulsion. Temporary Pavement, cold mix asphalt is allowed for any temporary paving outside the traveled way. The cold mix shall be approved by the Engineer and placed with a minimum thickness of 2 inches. Placement of temporary pavement without prior approval of the Engineer shall be considered as a benefit of the Contractor and no cost to the owner. Any areas of temporary pavement to be removed and replaced require prior approval by the Engineer. This work shall include the removal of the temporary pavement prior to paving of final asphalt concrete pavement. The Contractor shall excavate and remove temporary pavement to the required subgrade depth to construct and install the proposed pavement section. Excavation and removal of Special Provisions SP-114 Williams Ave S & Wells Ave S Conversion Project December 2019 temporary pavement, to subgrade depth, shall be considered included in the unit cost for “Temporary Pavement”. 5-04.4 Measurement Section 5-04.4 is supplemented with the following: HMA Cl. ½” PG 64-22 and Temporary Pavement will be measured by the ton in accordance with Section 1-09.2, with no deduction being made for the weight of asphalt binder, blending sand, mineral filler, or any other component of the HMA. Preparation of Untreated Roadway will be considered incidental and included in the various bid items and no additional payment will be made. Temporary Pavement The quantity of “Temporary Pavement” necessary for this project is unknown. As such, the quantity entered in the Proposal is arbitrary and intended solely to provide a common basis for bidders. 5-04.5 Payment Section 5-04.5 is supplemented with the following: “Temporary Pavement”, per ton. 5-05 CEMENT CONCRETE PAVEMENT 5-05.1 Description Section 5-05.1 is supplemented with the following: This work shall also consist of constructing scored cement concrete pavement for roadway (including roadway ramps) and scored colored cement concrete crosswalk pavement with architectural scoring and finishes for the raised intersections, in conformity with the lines, grades, thicknesses, and typical cross sections shown on the Plans. 5-05.2 Materials Section 5-05.2 is supplemented with the following: Curing compound and sealer for pavement (including roadway ramps) installation shall be water based, non-flammable, low gloss, non-yellowing, non-clouding and wear resistant. Compound and sealer shall protect against water damage, oil and common stains, formulated for exterior use. Cement Concrete Pavement for raised roadway intersections and roadway ramps shall be Type II Gray Portland Cement with saw-cut scored in a 4 feet x 4 feet pattern per Plans, with Special Provisions SP-115 Williams Ave S & Wells Ave S Conversion Project December 2019 medium broom finish as shown per Plans and per the City of Renton Downtown Streetscape Design Standards and Guidelines. Scored Colored Cement Conc. Crosswalk Pavement Color additives shall contain pure concentrated mineral pigments, containing no fillers, adulterants or admixtures, specially processed for mixing into concrete and complying with ASTM C979. Calcium chloride shall not be permitted in the mix. Type II Gray Portland Cement with integral color additive. Coloring concrete shall be uniform, color, “Flagstone Brown” No. 641, by Davis Colors, with a medium broom finish as shown per plans. Scored Colored Cement Conc. Crosswalk Pavement shall be cured and sealed with a curing compound and sealer to be approved by color additive manufacturer, for use with colored concrete, and shall comply with ASTM C309. Colored Cement Concrete shall be cured per manufacturer’s recommendation. 5-05.3 Construction Requirements Section 5-05.3 is supplemented with the following: Scored Colored Cement Conc. Crosswalk Pavement shall receive a medium broom finish perpendicular to the thermoplastic striping and saw-cut scored in a 2 feet x 2 feet pattern per Plans. Submittal The Contractor shall submit for approval to the Engineer a Placing and Jointing Plan at least three (3) working days prior to the commencement of any pavement construction. Transverse and longitudinal joints shall be contraction or through joints (including construction joints). Joints shall be constructed in accordance with the details shown in the Contract Plans. The faces of all joints shall be constructed perpendicular to the surface of the cement concrete pavement. Sample for integral concrete color selection: Contractor shall submit color additive from manufacturer’s sample chip set, and indicate color additive numbers and required color pigment dosage rates, for approval by Engineer. Mock-Up The Contractor shall provide a 4 feet x 4 feet area test panel of the integral concrete color, texture, and finish: Scored Colored Cement Conc. Crosswalk Pavement with medium broom finish, to demonstrate methods of obtaining consistent visual appearance, including materials, workmanship, finishes, and curing method to be used throughout the Project. No additional concrete shall be placed prior to the test panel being approved by the Engineer. The approved sample shall be the standard for acceptance of the rest of the work installed, and shall be protected from damage until final acceptance and approval. Completed work not Special Provisions SP-116 Williams Ave S & Wells Ave S Conversion Project December 2019 meeting the visual quality of the approved sample shall be removed and replaced by the Contractor at no additional cost to the City. 5-05.3(8) Joints Section 5-05.3(8) is supplemented with the following: When new pavement abuts an existing pavement, the locations of the joints in the new pavement shall match with the joints in the existing pavement unless otherwise shown on the plans. 5-05.3(8)D Isolation Joints Section 5-05.3(8)D is supplemented with the following: The joint alignment shall be at right angles to the pavement structure centerline unless otherwise specified in the Contract. Isolation joints shall be constructed with premolded material, 3/8-inch in thickness and conform to Section 9-04.1(2) Premolded Joint Filler for Expansion Joints and as shown on the Standard Details in these Specifications. The joint material and backer rod shall be held accurately in place during the placing and finishing of the concrete by a bulkhead, a holder, metal cap or other approved method. The joint shall be perpendicular to the paved surface and the holder shall be in place long enough to prevent sagging of the joint material. A wood filler strip or metal cap shall be placed on the top of the backer rod and premolded joint filler to form the groove, and shall remain in place until after the finishing and the concrete is sufficiently set to resist sloughing in the groove. The joint filler shall be stapled together at the ends to preserve continuity. Immediately after removal of side forms, the edges of the pavement shall be carefully inspected and wherever the joint filler is not fully exposed, the concrete shall be chipped down until the edge of the filler is fully exposed for the entire depth. Add New Section 5-05.3(8)E: 5-05.3(8)E Sealing Through Joints After the pavement is cured and before carrying any traffic, the space left by the removal of the wood filler strip, the metal cap, above the top of the backer rod and expansion joint filler strip, or construction joint shall be thoroughly cleaned of all loose material. The groove shall be completely free of any projecting concrete from the sides and the groove shall be continuous across the slab to each edge. It shall then be filled level with the pavement surface with joint sealant meeting the requirements of Section 9-04.2 Joint Sealants. The joint sealant material shall be heated and placed in accordance with the manufacturer’s instructions. Burned material will be rejected. The through joint groove shall be dry at the time of pouring the sealing compound. Special Provisions SP-117 Williams Ave S & Wells Ave S Conversion Project December 2019 5-05.4 Measurement Section 5-05.4 is supplemented with the following: Dowels shall not be measured for payment but shall be considered included in the price for “Cement Conc. Pavement” and “Scored Colored Cement Conc. Crosswalk Pavement”. Cement concrete pavements shall be measured by the cubic yard for the completed roadway pavement and roadway ramps. No deduction will be made for castings in the pavement. 5-05.5 Payment Section 5-05.5 is supplemented with the following: “Cement Conc. Pavement”, per cubic yard. The unit contract price per cubic yard for “Cement Conc. Pavement” shall be full compensation for all costs incurred to carry out the requirements of Section 5-05 (Cement Concrete Pavement), including scored cement concrete road pavement (including roadway ramps) and scored cement concrete crosswalk pavement, furnishing and installing epoxy coated dowel bars and tie bars, block outs, joints and thickened edges in accordance to the Contract Plans. “Scored Colored Cement Conc. Crosswalk Pavement”, per cubic yard. The unit Contract price per square yard for “Scored Colored Cement Conc. Crosswalk Pavement”, shall include all labor, materials, costs and equipment necessary to satisfactorily complete the concrete form work, color additives, sawcutting, medium broom finish, and sealing joints, as well as furnishing and installing epoxy coated dowel bars and tie bars, and installing casting boxouts where necessary or as noted in the Plans. Special Provisions SP-118 Williams Ave S & Wells Ave S Conversion Project December 2019 DIVISION 6 STRUCTURES 6-07 PAINTING 6-07.1 Description Section 6-07.1 is supplemented with the following: This work shall consist of painting systems and colors for metal elements as shown on the Plans. 6-07.2 Materials Section 6-07.2 is supplemented with the following: Paint materials shall comply with the requirements in Section 9-08 unless described in this section. The Contractor shall submit (3) samples of each custom color, textures, and gloss for approval. Metal coupon samples shall be three (3) inches by five (5) inches. Paint colors and paint systems shall be as shown in the following table for the following items: Paint Color / Paint System Table    Specification Section Item Paint Color Paint System 8-27 Waste Receptacle “Black” Powder Coat, paint system shall be per manufacturer 8-30 Landscape Strip Fencing RAL 9005 “Jet Black” Powder Coat, paint system per these specifications 8-32 Bench “Black” Powder Coat, paint system shall be per manufacturer 9-29.6(1)A Decorative Signal Poles Type III and associated sub- assemblies RAL 9005TX “Jet Black” Per Section 6-07.2(1) of these Special Provisions Special Provisions SP-119 Williams Ave S & Wells Ave S Conversion Project December 2019 9-29.6(1)C Decorative Signal Poles Type PPB and associated sub- assemblies RAL 9005TX “Jet Black” Per Section 6-07.2(1) of these Special Provisions 8-20.3(14)G Terminal Cabinets RAL 9005TX “Jet Black” Per Section 6-07.2(1) of these Special Provisions 9-29.6(1)D Decorative Pedestrian Luminaire Poles and Bases RAL 9005TX “Jet Black” Per Section 6-07.2(1) of these Special Provisions 9-29.10(2)A Decorative Pedestrian Luminaire and arm assembly RAL 9005TX “Jet Black” Per Section 6-07.2(1) of these Special Provisions 9-29.10(2)B Decorative Roadway Luminaire and arm assembly RAL 9005TX “Jet Black” Per Section 6-07.2(1) of these Special Provisions 9 29.16(2)F Back of Signal Pole Mounted Signs RAL 9005TX “Jet Black” Per Section 6-07.2(1) of these Special Provisions 9 29.16(2)G Signal Pole Banding RAL 9005TX “Jet Black” Per Section 6-07.2(1) of these Special Provisions Galvanizing All fabricated steel components and materials to be galvanized per ASTM 123. All steel hardware components and materials to be galvanized per ASTM 153. Paint materials shall comply with the requirements in Section 9-08 unless described in this section. Powder Coating Paint System The powder coating paint system shall be composed of exterior grade pure polyester TGIC, dry powder including resins, and pigments in accordance with requirements of AAMA 605.2., and shall have the following characteristics: Special Provisions SP-120 Williams Ave S & Wells Ave S Conversion Project December 2019 Glossy Surface Semi-Gloss Surface Mat Surface Thickness 2.5-3.5 mils/60-90 2.5-3.5 mils/60-90 2.5-3.5 mils/60-90 Gloss (1) 80-90 55-70 15-25 Cross Hatch Adhesion (2) Pass 100% Pass 100% Pass 100% Mandrel Bending (3) 1/8"/3 mm 5/32"/4 mm 3/16"/5 mm Erichsen Cupping ISO 1520 5/16"/8 mm 1/4"/7 mm 3/16"/5 mm Impression Hardness (4) 95 95 95 Impact Test (5) Up to 160"/lb Up to 160"/lb Up to 160"/lb Pencil Hardness (6) 2H (min.) 2H (min.) 2H (min.) Dry Mill Test OK OK OK Salt Spray Test (7) 1500 h test, max. undercut 1/16"/1 mm 1500 h test, max. undercut 1/16"/1 mm 1500 h test, max. undercut 1/16"/1 mm Humidity Resistance (8) 1500 h test, min. blisters 1/16"/1 mm 1500 h test, min. blisters 1/16"/1 mm 1500 h test, min. blisters 1/16"/1 mm Key: (1) Gloss According to Gardner 60 degrees, ASTM D 523. (2) Cross Hatch Adhesion, ASTM D 3359, Method B. (3) Mandrel Bending Test, ASTM D 522. (4) Impression hardness, ASTM B 3363. (5) Impact Test, ASTM D 2794; (0.1) inch distortion. (6) Pencil Hardness, ASTM B 3363. (7) Salt spray Resistance Test, ASTM B 117. (8) Humidity Resistance Test, ASTM D 2247. Steel Surface Preparation: Shop sandblast using SSPC-SP6 Commercial Blast, using non-metallic abrasive. Prime Coat: Advance two-component, moisture-cured, zinc-rich primer providing extraordinary performance. Is rapid curing so chemical- and corrosion-resistant topcoats can be applied the “same-day.” Also can be used for field touch-up of inorganic zinc coating. Applied at 2.5 - 3.5 mils DFT (falls under the CARB Metallic pigmented category) Special Provisions SP-121 Williams Ave S & Wells Ave S Conversion Project December 2019 Intermediate: Polyamide Epoxy at 4.0 - 6.0 mils DFT (less than 100 grams/Liter VOC), meet performance requirements of AWWA C 210. Low VOC, excellent resistance to abrasion and suitable for chemical contact exposure. Finish: Advanced Thermoset Solution Fluoropolymer, high-solids fluoropolymer coating that provides an ultra-durable finish with user friendly brush. Outstanding color and gloss retention even in most severe exposures. Semi-gloss finish. Galvanized & Aluminum Metals Surface Preparation:  Abrade 100% of area using a metal finishing pad designed for removing light rust and for cleaning and brightening metal to degloss and create profile. Prime Coat: Polyamide epoxy shall be a versatile low-temperature coating ideally suited for steel fabrication and OEM applications, widely used as a field tiecoat, provides fast curing, rapid handling capabilities and conforms with air pollution regulations limiting Volatile Organic Compounds (VOC) to a maximum of 340 grams/liter (2.8 lbs/gal). Applied at 3.0 mils DFT. Finish: An Acrylic Polyurethane finish coat that contains sparkle aluminum pigment creating a metallic finish. Highly durable coating, resistant to abrasion, wet conditions and exterior weathering. High performance finish shall contain UV absorbers for extended color and gloss retention. Semi-gloss finish. Applied at 2.0 mills DFT. Quality Assurance Materials specified are those that have been evaluated for the specific service. The paint and paint products used for this project shall be approved by Engineer. Requirements for an Approved Equal: Bidder shall provide to the Owner in writing a detailed side-by-side comparison of the proposed equal Products Characteristics, Performance Characteristics, and Application Conditions for each coating specified in this specification. For consideration for approval this written comparison shall be certified and notarized by an officer of the proposed manufacturer as true and correct. For Products Characteristics this detailed side-by-side comparison shall include for example, but not limited to, Volume Solids, Weight Solids, VOC, Mix Ratio, Zinc Content in Dry Film (by Weight), Spreading Rate per coat, Drying Schedule, Shelf Life and Flash Point. For Performance Characteristics this detailed side-by-side comparison shall include for example, but not limited to, Abrasion Resistance, Tensile Strength, Humidity, Graffiti Resistance, Adhesion, Salt Fog Resistance and Slip Coefficient. The Contractor shall submit (3) samples of each custom color, textures, and gloss for approval. Appropriate metal coupon samples (steel and aluminum) shall be three (3) inches by five (5) inches. Paint colors and paint systems shall be as shown in the Paint Color/Paint System Table for the various items as included in this Section. Special Provisions SP-122 Williams Ave S & Wells Ave S Conversion Project December 2019 Add new Section 6-07.2(1): 6-07.2(1) Materials for Signal and Luminaire Poles, Luminaires, Terminal Cabinets and Video Detection Systems The Contractor shall provide a swatch paint sample from the pole manufacturer for use as a color match for the Engineer’s approval prior to factory finish coating. Contractor shall also provide two gallons of touch-up paint to the City. Painting plan submittals shall be per Standard Specifications Section 6-07 Painting. Steel Poles and Steel Sub-Assemblies Paint Specifications: Steel poles and sub-assemblies shall be factory galvanized, primed and finished with polyester powder coating per Section 6-07 and Section 9-08 of the Standard Specifications. Additional anti-graffiti coating shall be applied to poles and bases (minimum 14 feet in height). Anti-graffiti coating shall be Amershield TVOC anti-graffiti, tinted bronze and the Contractor shall demonstrate the cleaning procedure to the City Maintenance Department Representative Aluminum Poles, Aluminum Sub-Assemblies, Aluminum Luminaire Housings and Aluminum Cabinets Paint Specifications: Aluminum poles, luminaires, terminal cabinets and other aluminum components shall be factory primed and painted with polyester powder coating to recommended industry standards and shall meet AAMA 2604 performance requirements and test procedures. Additional anti-graffiti coating shall be applied to all poles and bases (minimum 14 feet in height). Anti-graffiti coating shall be Amershield TVOC anti-graffiti, tinted bronze and the Contractor shall demonstrate the cleaning procedure to the City Maintenance Department Representative. 6-07.3 Construction Requirements Section 6-07.3 is supplemented with the following: The Contractor shall submit three (3) samples of each custom color, textures, and gloss for Engineer’s approval. Metal coupon samples shall be three (3) inches by five (5) inches. Add New Section 6-07.3(1)C: 6-07.3(1)C Quality Assurance Single Source Responsibility: Provide primer and intermediate coating materials produced by the same manufacturer as the finish coating for each coating system. The selection of a manufacturer for a particular coating system shall be consistent for applications of that coating system. Use thinners of types recommended by each coating manufacturer, and use only with recommended limits. Coating material manufacturers shall have been regularly engaged in the ongoing manufacture and sale of similar materials for a minimum of 10 years. Special Provisions SP-123 Williams Ave S & Wells Ave S Conversion Project December 2019 Material Quality: Provide the best quality and grade of coatings as manufactured by acceptable coating manufacturers. Materials not displaying manufacturer's identification or not matching the requirements of this specification will not be acceptable and shall be immediately removed from the application site. Materials specified are those that have been evaluated for the specific service. The paint and paint products used for this project shall be approved by Engineer. Applicator Qualifications: Coatings shall be applied by qualified coating applicator(s) as appropriate for each coating system scheduled and acceptable to the Resident Engineer. Applicators shall have experience in the surface preparation for and application of similar coatings on projects similar in extent to this Contract. Requirements for an Approved Equal: Bidder shall provide to the Owner in writing a detailed side-by-side comparison of the proposed equal Products Characteristics, Performance Characteristics, and Application Conditions for each coating specified in this specification. For consideration for approval this written comparison shall be certified and notarized by an officer of the proposed manufacturer as true and correct. For Products Characteristics this detailed side-by-side comparison shall include for example, but not limited to, Volume Solids, Weight Solids, VOC, Mix Ratio, Zinc Content in Dry Film (by Weight), Spreading Rate per coat, Drying Schedule, Shelf Life and Flash Point. For Performance Characteristics this detailed side-by-side comparison shall include for example, but not limited to, Abrasion Resistance, Tensile Strength, Humidity, Graffiti Resistance, Adhesion, Salt Fog Resistance and Slip Coefficient. 6-07.3(10)H Paint System Section 6-07.3(10)H is revised to read: The paint system applied to new steel surfaces shall consist of the following five-coat system: Primer Stripe Coat: Section 9-08.1(2)F Primer Coat: Section 9-08.1(2)F Intermediate Stripe Coat: Section 9-08.1(2)G Intermediate Coat: Section 9-08.1(2)G Top Coat: Section 9-08.1(2)H The powder coat system shall be factory primed and powder coat to a minimum of 3.0-mils in accordance to the manufacturer’s recommendation and shall meet the following performance requirements when performed at a minimum film thickness of 3.0 mils: Property Specification Performance Requirement Special Provisions SP-124 Williams Ave S & Wells Ave S Conversion Project December 2019 Salt Spray Resistance ASTM B117 Minimum required by the Specification Humidity Resistance ASTM D2247 Minimum required by the Specification Weatherability ASTM 336 Minimum required by the Specification Chemical and Solvent Resistance - Polyester family of powder coatings shall have a good resistance to most chemicals and solvents except alkalis and ketones. Verification should be made for each chemical or solvent proposed for use with the coating. The paint system shall be approved for exterior application and UV-resistant. Surface finish shall be of consistent and uniform color, texture, and gloss to match the approved sample. After powder coating has been in place at least fifteen (15) days, and within thirty (30) days of Substantial Completion, check all powder coated surfaces for damage, missed areas and discoloration. 6-07.3(10)I Paint Color Section 6-07.3(10)I is supplemented with the following: The top coat shall be a minimum of 3.0-mils of clear semi-gloss anti-graffiti coating. Surface finish shall be of consistent and uniform color, texture, and gloss to match the approved sample. After powder coating has been in place at least fifteen (15) days, and within thirty (30) days of Substantial Completion, check all powder coated surfaces for damage, missed areas and discoloration. Prepare surfaces and touch-up damaged, missed and discolored areas to bring coating system to full dry film thickness, in color and gloss matching that of adjacent coated areas. Add New Section 6-07.3(14): 6-07.3(14) Painting of Aluminum Surfaces All aluminum items specified herein to be powder coated shall be factory primed and powder coated in accordance with the manufacturer’s recommendations. The paint color of aluminum surfaces shall be per 6-07.2 Special Provisions SP-125 Williams Ave S & Wells Ave S Conversion Project December 2019 6-07.5 Payment Section 6-07.5 is supplemented with the following: Measurement and payment for all painting and finishes shall be incidental to the related bid items that receive the painting and finishes included all labor, equipment, materials, and tools necessary to complete the work as shown on the Plans and required by the Specifications. Special Provisions SP-126 Williams Ave S & Wells Ave S Conversion Project December 2019 DIVISION 7 DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS, AND CONDUITS 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 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 drainpipe shall be jointed with a bell and spigot joint using a flexible elastomeric seal as described in Section 9-04.8. The bell shall be laid upstream. PE or ABS drainpipe shall be jointed with snap-on, screw-on, or wraparound coupling bands as recommended by the manufacturer of the tubing. The sixth paragraph is revised as follows: PVC under drain 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 option of the Contractor unless otherwise specified in the Plans. The bell shall be laid upstream. PE or ABS drainage tubing under drain 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 Contract does not include "Structure Excavation Class B" 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. Special Provisions SP-127 Williams Ave S & Wells Ave S Conversion Project December 2019 7-04 STORM SEWERS 7-04.2 Materials Ductile Iron Storm Sewer Pipe shall conform to the requirements of Section 9-05.13 of the Standard Specifications. Ductile Iron Storm Sewer Pipe with Polywrap shall conform to the requirements of Section 9- 05.13 shall conform to the requirements of Section 9-05.13 of the Standard Specification except the pipe shall be Special Thickness Class 52 and shall be wrapped with 8-mil black, tube-type, polyethylene plastic per AWWA C105 standards. PVC C900 Pipe for Storm Sewer shall conform to the requirements for PVC Pressure Pipe (4 inches and over) described in Section 9-30.1(5)A of the Standard Specifications. Where bends are specifically called out on the plans, they shall be of the same material and manufacturer as the main pipe and meet the manufacturer’s recommendations. The second paragraph of Section 7-04.2 is supplemented as follows: The Contractor shall require pipe suppliers to furnish certificates signed by their authorized representative, stating the specifications to which the materials or products were manufactured. The Contractor shall provide 2 copies of these certifications to the Engineer for approval. Certificates showing nonconformance with the Contract shall be sufficient evidence for rejection. Approval of certificates shall be considered only as tentative acceptance of the materials and products, and such action by Engineer will not relieve Contractor of his/her responsibility to perform field tests and to replace or repair faulty materials, equipment, and/or workmanship and Contractor’s own expense. Section 7-04.2 is supplemented with the following: Dense foam shall be 6.0 pounds per cubic foot closed cell Polyethylene foam. Bank Run Gravel for Trench Backfill Storm shall conform to Section 9-03.19. Direct Pipe Tee Connections: Direct pipe tee connections for use in gravity-flow sewer and storm drainage direct connections to pipe shall be Inserta Tee service connections, as manufactured by Inserta Tee and shall meet ASTM F2946 and consist of a PVC hub, rubber sleeve, and stainless steel band. Connection shall be a compression fit into the cored wall of a mainline pipe. Hub shall be made from heavy-duty PVC material. Stainless steel clamping assembly shall be of SS #301 for the band and housing and SS #305 for screws. Rubber sleeve and gasket, when applicable, shall meet the requirements of ASTM F477. Gaskets shall be installed by the manufacturer. A water-based solution provided by the manufacturer shall be used during assembly. Inserta Tee product shall provide a water connection according to the requirements of ASTM D3212. Add New Section 7-04.02(2): Special Provisions SP-128 Williams Ave S & Wells Ave S Conversion Project December 2019 7-04.02(2) Temporary Stormwater Diversion It shall be the Contractor’s responsibility to maintain operation of the existing storm sewer system throughout the duration of the project without any disruption of service until the new storm drain has been accepted by the City to receive stormwater flows, and connections are made between the existing and new storm based on scheduling approved by the Engineer. A temporary stormwater diversion shall be capable of bypassing at least the 2-year peak flow during construction. The Contractor shall submit proposed methods for providing the diversions to the Engineer for approval prior to construction. The diversions shall have the least impact on property owners and traffic flow through the site. The diversions shall be installed, operated, and maintained only when needed where the existing storm drain system must be demolished to allow construction of the new system. Where shown on the Plans, Contractor shall time work of bypasses during period of anticipated no or little rain. If bypass pumping is provided, it shall be scheduled for continuous operation with backup equipment available at all times for periods of maintenance and refueling or failure of the primary bypass pump(s) or diversion system. The Contractor’s bypass operation shall be sized to handle, at a minimum, the flow rates specified above, or can be reduced to a size determined by the Contractor if the temporary bypass can be timed to coincide with a period of little to no rain. The Contractor shall submit a Temporary Stormwater Diversion Plan in accordance with Section 1-05. The Contractor’s plan shall be reviewed by the City before the plan is implemented. The review of the flow diversion plan shall, as well as the Contractor’s proposed size of the bypass, in no way relieve the Contractor of his responsibility to provide a bypass system that conveys encountered flows without property damage or damage to the project or construction area. As risk associated with sizing the bypass and impacts to construction is born by the Contractor. 7-04.3(1) Cleaning and Testing Section 7-04.3(1) is supplemented with the following: Before testing begins and in adequate time to obtain approval through submittal process, prepare and submit test plan for approval by Engineer. Include testing procedures, methods, equipment, and tentative schedule. Obtain advance written approval for any deviations from Drawings and Specifications. Repair, correct, and retest sections of pipe which fail to meet specified requirements when tested. Perform testing as work progresses. Schedule testing so that no more than 1000 linear feet of installed pipeline remains untested at one time. Perform testing under observation of Engineer or Inspector. Schedule testing during no rain. Plug the lower end of the pipe if needed to test pipe. Special Provisions SP-129 Williams Ave S & Wells Ave S Conversion Project December 2019 All pipe larger than 30-inch diameter shall have joints individually tested for Joint Tightness. Prior to final backfill, all joints shall be individually tested using low-pressure air per ASTM C1103. For the installation of any flexible pipe larger than 30-inches in diameter, the Contractor shall retain the services of a pipe manufacturer representative, knowledgeable in the installation methods and practices for the specific pipe product used on this project, as well as on the installation practices for flexible pipelines in general. The manufacturer’s representative shall be present full time on site during the construction of the first 300 feet of pipe installation, and part-time, as required, thereafter until the entire pipeline installation is complete. The manufacturer’s representative shall observe pipe foundation, pipe installation, placement and compaction of pipe zone bedding and backfill, and testing procedures. The manufacturer’s representative shall notify Engineer and Contractor of any non-conforming installation, identifying the manufacturer recommended corrective action(s), within 24 hours of such occurrence. All flexible pipe shall be tested for maximum pipe deflection by pulling a rigid mandrel through the entire (i.e., 100%) flexible pipe length installed. Maximum deflection shall not exceed 5%. Mandrel testing shall conform to ASTM D3034, and be performed no sooner than 30 days after backfilling and prior to final acceptance testing of the segment. Submit test results to the Engineer. 1. Rigid mandrel shall have outside diameter (O.D.) equal to 95 percent of inside diameter (I.D.) of pipe. Inside diameter of pipe, for purpose of determining outside diameter of mandrel, shall be average outside diameter minus two minimum wall thicknesses for O.D. controlled pipe and average inside diameter for I.D. controlled pipe, dimensions shall be per appropriate standard. Statistical or other "tolerance packages" shall not be considered in mandrel sizing. 2. Rigid mandrel shall be constructed of metal or rigid plastic material that can withstand 200 psi without being deformed. Mandrel shall have nine or more "runners" or "legs" as long as total number of legs is odd number. Barrel section of mandrel shall have length of at least 75 percent of inside diameter of pipe. Rigid mandrel shall not have adjustable or collapsible legs which would allow reduction in mandrel diameter during testing. Provide and use proving ring for modifying each size mandrel. 3. Furnish "proving ring" with each mandrel. Fabricate ring of 1/2-inch-thick, 3-inch-wide bar steel to diameter 0.02 inches larger than approved mandrel diameter. 4. If a rigid mandrel is not available, the Contractor may substitute a round steel bar meeting #3 above. “Testing Storm Sewer Pipe”, per linear foot shall be incidental to and included in storm sewer pipe bid items. Add new Section 7-04.3(3): 7-04.3(3) Direct Pipe Connections Section 7-04.3(3) is a new added section as follows: Field Pipe and Joint Performance: To assure water tightness, field performance verification may be accomplished by testing in accordance with ASTM F2487, ASTM F1417 or ASTM C1103. Appropriate safety precautions must be used when field-testing any pipe material. Contact the manufacturer for recommended leakage rates. Special Provisions SP-130 Williams Ave S & Wells Ave S Conversion Project December 2019 Installation: Installation shall be accordance with the manufacturer’s recommended installation guidelines. Backfill around the Inserta Tee service connection shall be, at a minimum, of the same material type and compaction level as specified for the mainline pipe installation. 7-04.3(4) Polyethylene Encasement for Ductile Iron Pipe Section 7-04.3(4) is a new added section as follows: The Contractor shall lay ductile iron pipe with a polyethylene encasement. Pipe and polyethylene encasement shall be installed in accordance with AWWA C105. The polyethylene encasement shall also be installed on all appurtenances, such as pipe laterals, couplings, fittings, and valves, with 8-mil polyethylene plastic in accordance with Section 4-5 of ANSI 21.5 or AWWA C105. 7-04.4 Measurement Section 7-04.4 is supplemented with the following: Measurement for "Bank Run Gravel for Trench Backfill Storm" will be per Ton and will be based on the weight of material installed into the Work. Certified weight tickets shall accompany each load, a copy of tickets shall be given to the Engineer daily. Wasted materials will not be included in the measurement or payment. Only materials placed within the pay limits shown will be considered for measurement and payment. Material placed outside of the pay limits shown on the Plans or as approved by the Engineer will be deducted from the certified tickets. 7-04.5 Payment Section 7-04.5 is supplemented with the following: “Ductile Iron Storm Sewer Pipe __ In. Diam.”, per linear foot. The unit Contract price per linear foot for storm sewer pipe of any kind and size specified shall be full pay for all labor, tools, materials, and equipment necessary to provide and install the item complete including removal, hauling, and disposing of pavement; Structure excavation including haul; backfilling with native material; bedding materials; compaction; and cleaning (flushing), polyethylene encasement, and testing the pipe. “Bank Run Gravel for Trench Backfill Storm”, per ton. 7-05 MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS 7-05.3 Construction Requirements Section 7-05.3 is supplemented by adding the following: All manholes shall have eccentric cones and shall have ladders. Special Provisions SP-131 Williams Ave S & Wells Ave S Conversion Project December 2019 All Catch Basin Type 1L with a Round Solid Lid and Frame shall have a concrete conversion riser. Connection to manholes or catch basins for storm sewer pipe less than 24-inch shall be “Kor- n-Seal” boot or approved equal. Sanitary sewer pipe to sanitary sewer manhole connections shall be “Kor-n-Seal” boot or approved equal. 7-05.3(1) Adjusting Manholes and Catch Basins to Grade Section 7-05.3(1) is replaced with: Where shown in the Plans or where directed by the Engineer, the existing manholes, catch basins, area drains, or inlets shall be adjusted to the grade as staked or otherwise designated by the Engineer. The existing cast iron ring and cover on manholes and the catch basin frame and grate shall first be removed and thoroughly cleaned for reinstalling at the new elevation. From that point, the existing structure shall be raised or lowered to the required elevation. The Contractor shall construct manholes so as to provide adjustment space for setting cover and casting to a finished grade as shown on the Construction Plans. Manhole ring and covers shall be adjusted to the finished elevations per standard detail 400.1, prior to final acceptance of the Work. Manholes in unimproved areas shall be adjusted to 6” above grade. In unpaved streets: manholes, catch basins, and similar structures in areas to be surfaced with crushed rock or gravel shall be constructed to a point approximately eight inches below the subgrade and covered with a temporary wood cover. Existing manholes shall be cut off and covered in a similar manner. The Contractor shall carefully reference each manhole so that they may be easily found upon completion of the street Work. After placing the gravel or crushed stone surfacing, the manholes and manhole castings shall be constructed to the finished grade of the roadway surface. Excavation necessary for bringing manholes to grade shall center about the manhole and be held to the minimum area necessary. At the completion of the manhole adjustment, the void around the manhole shall be backfilled with materials which result in the section required on the typical roadway section, and be thoroughly compacted. In cement concrete pavement: manholes, catch basins, and similar structures shall be constructed and adjusted in the same manner as outlined above except that the final adjustment shall be made and cast iron frame be set after forms have been placed and checked. In placing the concrete pavement, extreme care shall be taken not to alter the position of the casting in any way. In asphalt concrete pavement: manholes shall not be adjusted until the pavement is completed, at which time the center of each manhole shall be carefully relocated from references previously established by the Contractor. The pavement shall be cut in a restricted area and base material be removed to permit removal of the cover. The manhole shall then be brought to proper grade utilizing the same methods of construction as for the manhole itself. The cast iron frame shall be placed on the concrete blocks and wedged up to the desired grade. The asphalt concrete pavement shall be cut and removed to a neat circle, the Special Provisions SP-132 Williams Ave S & Wells Ave S Conversion Project December 2019 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 but not to exceed 2 inches of the finished pavement surface. On the day following placement of the concrete, the edge of the asphalt concrete pavement, and the outer edge of the casting shall be painted with hot asphalt cement. Asphalt Class G concrete shall then be placed and compacted with hand tampers and a patching roller. The complete patch shall match the existing paved surface for texture, density, and uniformity of grade. The joint between the patch and the existing pavement shall then be carefully painted with hot asphalt cement or asphalt emulsion and shall be immediately covered with dry paving sand before the asphalt cement solidifies. The inside throat of the manhole shall be thoroughly mortared and plastered. Adjustment of inlets: The final alignment and grade of cast iron frames for new and old inlets to be adjusted to grade will be established from the forms or adjacent pavement surfaces. The final adjustment of the top of the inlet 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 edge of the casting shall be painted with hot asphalt cement. Adjustments in the inlet structure shall be constructed in the same manner and of the same material as that required for new inlets. The inside of the inlets shall be mortared and plastered. Monuments and cast iron frame and cover: monuments and monument castings shall be adjusted to grade in the same manner as for manholes. Valve box castings: adjustments of valve box castings shall be made in the same manner as for manholes. The unit bid price per each shall be full compensation for all labor, materials and equipment required. 7-05.3(2) Abandon Existing Manholes Section 7-05.3(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 ring and cover shall be salvaged and all other surplus material disposed of. Add New Section 7-05.3(2)A: Special Provisions SP-133 Williams Ave S & Wells Ave S Conversion Project December 2019 7-05.3(2)A Abandon Existing Storm Sewer Pipes Where it is required that an existing storm sewer pipe be abandoned (or portions of pipe installed as part of this project which are to be abandoned as shown on the Plans), the structure shall be broken down to a depth of at least 4 feet below the revised surface elevation, all connections plugged, the manhole base shall be fractured to prevent standing water, and the manhole filled with sand and compacted to 90 percent density as specified in Section 2-03.3(14)C. Debris resulting from breaking the upper part of the manhole may be mixed with the sand subject to the approval of the Engineer. The ring and cover shall be salvaged and all other surplus material disposed of. A cement-based grout shall be used to fill the void of the abandoned storm sewer pipe. The grouting material must have a strength of at least 100 psi and shall have flow characteristics appropriate for filling a storm sewer. The grout mix designed and method of installation shall be approved by the Engineer prior to beginning the operation (See Section 9-03.22). 7-05.3(3) Connections to Existing Catch Basins Section 7-05.3(3) is supplemented by adding the following: Where shown on the Plans, new drain pipes shall be connected to existing line, catch basin, curb inlets and/or manholes. The Contractor shall be required to core drill into the structure, shape the new pipe to fit and re-grout the opening in a workmanlike manner. Where directed by the Engineer or where shown on the Plans, additional structure channeling will be required. Connections to existing sanitary sewer manholes shall be core drilled. Couplings shall be equal to “Kor-n-Seal” boots. Existing sanitary sewer manholes shall be cleaned, repaired, and re-channeled as necessary to match the new pipe configuration and as shown on the Construction Plans. A "connection to existing" item will be allowed at any connection of a new line to an existing structure, or the connection of a new structure to an existing line. No "connection to existing" will be accepted at the location of new installation, relocation and adjustment of line manholes, catch basins, or curb inlets. Any damage to existing pipe or structure that is to remain in place resulting from the Contractor's operations shall be repaired or replaced at her/his own expense. The unit bid price per each shall be full compensation for all labor, materials and equipment required. Add New Section 7-05.3(5): 7-05.3(5) Manhole Coatings All new sanitary sewer manholes shall be coated as specified below. The following coating system Specifications shall be used for coating (sealing) all interior concrete surfaces of sanitary sewer manholes. Coating Material: High Solids Urethane Surfaces: Concrete Special Provisions SP-134 Williams Ave S & Wells Ave S Conversion Project December 2019 Surface Preparation: In accordance with SSPC SP-7(Sweep of brush off blast) Application: Shop/Field (The drying time between coats shall not exceed 24 hours in any case) System Thickness: 6.0 mils dry film Coatings: Primer: One coat of Wasser MC-Aroshield (2.0 mils DFT) Finish: Two or more coats of Wasser MC-Aroshield (min. 4.0 mils DFT) Color: White 7-05.5 Payment Section 7-05.5 is supplemented with the following: The unit Contract price per each for manholes, inlets, and catch basins of any kind and size specified shall be full pay for all labor, tools, materials, and equipment necessary to provide and install the item complete including removal, hauling, and disposing of pavement; Structure excavation including haul; bedding and backfill materials; compaction; and seals; riser, conversion risers and frames and grates (open and solid). The unit Contract price per each for “Connection to Drainage Structure” shall be full pay for all costs necessary to connect new drainage pipe to existing drainage structures such as catch basins, manholes, and inlets or to connect new drainage structures such as catch basins, manholes, and inlets to existing drainage pipe. “Adjust Storm Drainage Structure”, per each. “Adjust Sewer Manhole”, per each. “Adjust Area Drain to Grade”, per each. The unit Contract price per each for “Adjust Area Drain to Grade” shall be full pay for all costs necessary to connect new drainage pipe to sidewalk area drain, adjusting existing drain as required, and furnishing and installing new frame and cover flush with new sidewalk. 7-08 GENERAL PIPE INSTALLATION REQUIREMENTS 7-08.3 Construction Requirements 7-08.3(1)A Trenches Section 7-08.3(1)A is supplemented by adding the following: To minimize trench subgrade disturbance during excavation, all trench excavation for new storm drain shall done with a smooth-edge bucket rather than a toothed bucket. All trench excavated materials shall be disposed of off-site at an approved Contractor- provided disposal site. Excavation outside the excavation limits shown on the plan drawings shall be at no additional expense to the City. Special Provisions SP-135 Williams Ave S & Wells Ave S Conversion Project December 2019 Trench Excavation Incl. Haul includes the trench excavation for the storm sewer, sanitary sewer, and water main construction in accordance with the trench limits outlined on the plan drawings. All trench excavated materials shall be disposed of off-site at an approved Contractor-provided disposal site. Excavation outside the excavation limits shown on the plan drawings shall be at no additional expense to the City. Contaminated Trench Excavation includes the trench excavation of materials characterized as contaminated based on sampling results for the storm sewer, sanitary sewer, and water main construction and in accordance with the trench limits outlined on the plan drawings. This excavated soil shall be managed in accordance with applicable state and federal regulations outlined in the Contract Documents. Handling and disposal of materials shall adhere to all transportation requirements, receive pre-approval from a disposal facility, manifesting, and record keeping, etc., as outlined in the Contractor’s Contaminated Soil and Groundwater Handling and Management Plan . The excavations will require a shoring system to limit the volume of excavation. Excavation outside the trench limits shown on the plan drawings shall be at no additional expense to the City. 7-08.3(1)B Shoring Section 7-08.3(1)B is supplemented by adding the following: Temporary shoring shall be designed to resist the lateral earth pressure resulting from the soil and ground water as well as any traffic and /or construction surcharge loads. A shoring and excavation plan shall be submitted to the City prior to the Preconstruction Conference for review and approval. The plan shall outline the specific measure to be taken for temporary support and the protection of utilities and structures. The shoring plan shall be prepared by a Professional Engineer and shall cover shoring for all pipe and structures. The shoring plan shall identify precautions to be taken during removal of the shoring to minimize disturbances of the pipe and underlying bedding materials, and native soils. All new storm drain installed shall be shored. Minimum shoring technique shall be trench box. More extensive shoring may be needed in areas working in close proximity to other utilities. Contractor is responsible for using shoring system capable of protecting adjacent utilities. In areas of soft or loose soils with sloughing potential, a trench box shall not be used as it does not provide adequate sidewall support or protection for existing utilities. Alternative shoring systems for utility protection, trench support or to minimize the area affected by trench excavation include steel plates with adjustable or hydraulic bracing, or interlocking sheet piles with internal bracing. Precautions shall be taken during the removal of the shoring to minimize disturbance of the pipe, underlying bedding materials, and native soils. 7-08.3(1)C Bedding the Pipe Section 7-08.3(1)C is supplemented by adding the following: Pipe bedding for PVC sewer pipe shall consist of Gravel Backfill for Pipe Zone Bedding per Section 9-03.12(3) or Pea Gravel. It shall be placed to a depth of 12" over and 6" under the exterior walls of the pipe. Special Provisions SP-136 Williams Ave S & Wells Ave S Conversion Project December 2019 For all pipe bedding, hand compaction of the bedding materials under the pipe haunches will be required. Pipe bedding should provide a firm uniform cradle for support of the pipes. Prior to installation of the pipe, the pipe bedding should be shaped to fit the lower part of the pipe exterior with reasonable closeness to provide uniform support along the pipe. Hand compaction shall be accomplished by using a suitable tamping tool to firmly tamp bedding material under the haunches of the pipe. Care shall be taken to avoid displacement of the pipe during the compaction effort. Pipe bedding material should be used as pipe zone backfill and placed in layers and tamped around the pipes to obtain complete contact. Bedding material shall meet the requirements of Gravel backfill for Pipe Zone Bedding in accordance with Standard Specification Section 9-03.12(3). Pipe bedding shall be considered incidental to the pipe and no further compensation shall be made. In areas where the subgrade soils in the trench excavation consist of fine-grained soils, such as silt/clay, or organic rich soils, the Engineer may direct the Contractor to use a geotextile separator fabric be placed over the native soils prior to placement of the pipe bedding. The geotextile shall meet the requirements of Section 9-33.2(1) Table 3 for Separation. Geotextile shall be paid for by other items. Add New Section 7-08.3(1)D: 7-08.3(1)D Pipe Foundation Pipe foundation in poor soil: When soft or unstable material is encountered at the subgrade which, in the opinion of the Engineer, will not uniformly support the pipe, such material shall be excavated to an additional depth as required by the Engineer and backfilled with foundation gravel material placed in maximum 12-inch lifts. Foundation gravel shall be CSBC and conform to the requirements of Section 9-03.9(3) of the Standard Specifications. Corrections faulty grade: Excess excavation below grade shall be backfilled with foundation gravel as specified above and thoroughly compacted to the required grade line. 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. 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 1/2" or less, which indicates a satisfactory Special Provisions SP-137 Williams Ave S & Wells Ave S Conversion Project December 2019 condition. At manholes, when the downstream pipe(s) is of a larger size, pipe(s) shall be laid by matching the (eight-tenths) flow elevation, unless otherwise approved by the Engineer. All pipe, fittings, etc. shall be carefully handled and protected against damage, impact shocks, and free fall. All pipe handling equipment shall be acceptable to the Engineer. Pipe shall not be placed directly on rough ground but shall be supported in a manner, which will protect the pipe against injury whenever stored at the trench site or elsewhere. No pipe shall be installed where the lining or coating show defects that may be harmful as determined by the Engineer. Such damaged lining or coating shall be repaired, or a new undamaged pipe shall be furnished and installed. The Contractor shall inspect each pipe and fitting prior to installation to insure that there are not damaged portions of the pipe. Any defective, damaged, or unsound pipe shall be repaired or replaced. All foreign matter or dirt shall be removed from the interior of the pipe before lowering into position in the trench. Pipe shall be kept clean during and after laying. All openings in the pipeline shall be closed with watertight expandable type sewer plugs at the end of each day's operation, or whenever the pipe openings are left unattended. The use of burlap, wood, or other similar temporary plugs will not be permitted. Where necessary to raise or lower the pipe due to unforeseen obstructions or other causes, the Engineer may change the alignment and/or the grades. Except for short runs, which may be permitted by the Engineer, pipes shall be laid uphill on grades that exceed 10 percent. Pipe, which is laid on a downhill grade, shall be blocked and held in place until sufficient support is furnished by the following pipe to prevent movement. Unless otherwise required, all pipe shall be laid straight between the changes in alignment, and at uniform grade between changes in grade. For concrete pipes with elliptical reinforcement, the pipe shall be placed with the minor axis of the reinforcement in a vertical position. Immediately after the pipe joints have been made, proper gasket placement shall be checked with a feeler gage as approved by the pipe manufacturer to verify proper gasket placement. 7-08.3(2)E Rubber Gasketed Joints Section 7-08.3(2)E is supplemented as follows: Care shall be taken by the Contractor to avoid over pushing the pipe and damaging the pipe or joint system. Any damaged pipe shall be replaced by the Contractor at his expense. 7-08.3(2)G Jointing of Dissimilar Pipe Section 7-08.3(2)G is supplemented as follows: Storm Sewer repair couplings shall be Fernco, Inc. “Strong-Back” or approved equal. Sanitary Sewer repair couplings shall be Fernco, Inc. “Strong-Back” or approved equal. 7-08.3(2)H Sewer Line Connections Section 7-08.3(2)H is supplemented by adding the following: Special Provisions SP-138 Williams Ave S & Wells Ave S Conversion Project December 2019 All connections not occurring at a manhole or catch basin shall be done utilizing pre- manufactured tee connectors or pipe sections approved by the Engineer. Any other method or materials proposed for use in making connections shall be subject to approval by the Engineer. Unless otherwise approved by the Engineer, all connections of lateral sewers to existing mains shall be made through a cast iron saddle secured to the sewer main with stainless steel bands. When the existing main is constructed of PVC, plain or reinforced concrete, cast or ductile iron pipe, the existing main shall be core drilled. When the existing main is constructed of vitrified clay, the main shall be re-sectioned with flexible couplings, Fernco or approved equal. Connections (unless booted connections have been provided for) to existing concrete manholes shall be per Section 7-05.3(3). 7-08.3(2)J Placing PVC Pipe Section 7-08.3(2)J is an added new section: In the trench, prepared as specified in Section 7-02.3(1) PVC pipe shall be laid beginning at the lower end, with the bell end upgrade. Gravel Backfill for Pipe Zone Bedding will be used as the bedding material and extend from 6" below the bottom of the pipe to 6" above the top of the pipe. When it is necessary to connect to a structure with a mudded joint a rubber gasketed concrete adapter-collar will be used at the point of connection. Add New Section 7-08.3(3)A: 7-08.3(3)A Backfilling Pipe Trenches To the maximum extent available, suitable material obtained from trench or pond excavation shall be used for trench backfill. All material placed as trench backfill shall be free from rocks or stones larger than 6 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 three feet of trench backfill. Rock or stones within the allowable size limit incorporated in the remainder of fills shall be distributed so that they do not congregate or interfere with proper compaction. The existing soils shall not be reused as trench backfill unless otherwise approved by the Engineer. Structural fill shall consist of Gravel Borrow, meeting the requirements of Section 9-03.14(1) of the Standard Specifications. It should be free of gravel, organics and other debris. The structural trench backfill should be moisture conditioned to within approximately 3 percent of optimum moisture content, placed in loose horizontal lifts less than 6 inches in thickness, and compacted to at least 95 percent of the maximum dry density (MDD) as determined by the Modified Proctor compaction test method ASTM D 1557. Trench backfill shall be densely compacted in a systematic manner using methods that consistently produce adequate compaction levels. During placement of the initial lifts, the trench backfill material shall not be bulldozed into the trench or dropped directly on the pipe. Heavy vibratory equipment shall not permitted to operate directly over the pipe until a minimum of 2 feet of backfill has been placed over the pipe bedding. Special Provisions SP-139 Williams Ave S & Wells Ave S Conversion Project December 2019 Contactor shall take special care to obtain good compaction up to the edges of the excavation as the shoring is removed in accordance with the Shoring Plan. 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 sample collection. Areas of the trench which fail to meet the compaction requirements shall be removed and replace and re-compacted at the Contractor’s expense. The Contractor shall be responsible for any settlement of backfill, sub-base, and pavement that may occur during the period stipulated in the Contract conditions. All repairs necessary due to settlement shall be made by the Contractor at his 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 D1557. The Contractor shall be responsible for the disposal of any excess excavated material. Special care must be taken to obtain good compaction up to the edges of the excavation as the shoring is removed. Moreover, attention must be paid to ensuring good compaction around manholes. Add New Section 7-08.3(5): 7-08.3(5) Television Inspection   All storm drain main lines constructed as part of this project shall be inspected by the use of a television camera before substantial completion. The costs incurred in making the inspection shall be paid for under “Television Inspection.” In addition, the storm drains shall be free of water during TV inspection. The Contractor shall bear all costs incurred in correcting any deficiencies found during television inspection, including the cost of any additional television inspection that may be required by the Engineer to verify the correction of said deficiency. The Contractor shall be responsible for all costs incurred in any television inspection performed solely for the benefit of the Contractor. Once the “Television Inspection” has been completed, the Contractor shall submit to the Engineer the written reports of the inspection plus the inspection video recordings. Video recordings shall be in color and provided on a CD or DVD that is viewable in Moving Picture Experts Group (MPEG) format and compatible for viewing using Microsoft Windows Media Player, Apple QuickTime Player, and Adobe Flash Player. The video shall be compatible with GraniteXP, the City of Renton’s software for storing, viewing and managing inspection videos. The Contractor shall use television inspection report forms as considered industry standard and as approved by the Engineer, and provide completed forms and video recordings of the completed “Television Inspection” to the Engineer. The Contractor shall also:  Introduce water prior to starting the television inspection to allow any sags in the pipe to be seen in the video.  Mount a 1-inch ball in front of the camera head. The ball would be seen rolling in the video and give a visual reference for the depth of water. Special Provisions SP-140 Williams Ave S & Wells Ave S Conversion Project December 2019  Ensure that the video references each storm pipe segment to the upstream and downstream connecting structures. The Contractor shall correct all deficiencies found during the video inspection and demonstrate that the correction was made with an updated inspection PTZ video. Maximum allowable ponding depth detected by video inspection shall be 0.5 inches. For apparent water tightness deficiencies identified by the video inspection, the City may at its discretion accept the storm pipe line(s) for which the Contractor demonstrates meet standards per Section 7-04.3(1)E (Exfiltration Test – Storm Sewers) or 7-04.3(1)F (Low Pressure Air Test). 7-08.5 Payment Section 7-08.5 is supplemented with the following: "Shoring or Extra Excavation Trench", lump sum. Payment for "Shoring or Extra Excavation Trench" will be made at the measured percentage amount for the pay period times the lump sum amount bid, said payment will be complete compensation for all labor, equipment , materials, hauling, planning, design, engineering, submittals, furnishing and constructing and removal and disposal of such temporary sheeting, shoring, and bracing to complete the work and ensure worker safety, as defined and shown in the contract specifications and plans, and as required under the provisions of any permits and in the requirements of OSHA and Chapter 49.17 RCW, and Chapter 39.04.180 RCW. Payment for plugging and abandoning existing drainage and sewer pipe shall be included in the lump sum Bid item for “Removal of Structure and Obstruction” per Section 2-02.5. Payment for plugging and abandoning existing water system shall be included in the lump sum Bid item for “Abandon Existing Water System” per Section 7-09.5. 7-09 WATER MAINS 7-09.3(15)A Ductile Iron Pipe The first paragraph of Section 7-09.3(15)A is revised as follows: Long radius (500 feet or more) curves, either horizontal or vertical, may be laid with standard pipe by deflecting the joints. If the pipe is shown curved in the Plans and no special fittings are shown, the Contractor can assume that the curves can be made by deflecting the joints with standard lengths of pipe. If shorter lengths are required, the Plans will indicate maximum lengths that can be used. The amount of deflection at each pipe joint when pipe is laid on a horizontal or vertical curve shall not exceed one half of the manufacturer’s printed recommended deflections. 7-09.3(15)B Polyvinyl Chloride (PVC) Pipe (4 Inches and Over) Section 7-09.3(15)B is supplemented as follows: Special Provisions SP-141 Williams Ave S & Wells Ave S Conversion Project December 2019 Polyvinyl Chloride (PVC) Pipe shall not be used for water mains and appurtenances. 7-09.3(17) Laying Ductile Iron Pipe and Fittings with Polyethylene Encasement The title and text of section 7-09.3(17) has been revised as follows: The Contractor shall lay ductile iron pipe with a polyethylene encasement. Pipe and polyethylene encasement shall be installed in accordance with AWWA C105. The polyethylene encasement shall also be installed on all appurtenances, such as pipe laterals, couplings, fittings, and valves, with 8-mil polyethylene plastic in accordance with Section 4-5 of ANSI 21.5 or AWWA C105. The polyethylene wrap shall be tube type and black color. Any damage that occurs to the wrap shall be repaired in accordance with ANSI/AWWA C105/A21.5-93. Installation of the polyethylene encasement shall be considered incidental to the installation of the pipe and no additional payment shall be allowed. 7-09.3(19)A Connections to Existing Mains Section 7-09.3(19)A is revised and supplemented as follows: The Contractor may be required to perform the connection during times other than normal working hours. The Contractor shall not operate any valves on the existing system. Water system personnel will operate all valves on the existing system for the Contractor when required. No Work shall be performed on the connections unless a representative of the water department is present to inspect the Work. When not stated otherwise in the special provisions or on the plans, all connections to existing water mains will be done by City forces as provided below: City Installed Connections: Connections to existing piping and tie-ins are indicated on the drawings. The Contractor must verify all existing piping, dimensions, and elevations to assure proper fit. Connections to the existing water main shall not be made without first making the necessary arrangements with the Engineer in advance. A two-week advance notice shall be required for each connection which requires a cutting of the existing water mains or a shut-down of the existing water mains. The City reserves the right to re-schedule the connection if the Work area is not ready at the scheduled time for the connection. Work shall not be started until all the materials, equipment and labor necessary to properly complete the Work are assembled on site. The Contractor shall provide all saw-cutting, removal and disposal of existing surface improvements, excavation, haul and disposal of unsuitable materials, shoring, de-watering, foundation material, at the connection areas before the scheduled time for the connection by Special Provisions SP-142 Williams Ave S & Wells Ave S Conversion Project December 2019 the City. The Contractor shall provide all materials necessary to install all connections as indicated on the construction plans, including but not limited to the required fittings, couplings, pipe spools, shackle materials to complete the connections. The Contractor shall provide and install concrete blocking, polywrap the piping at the connections, backfill and surface restoration at the locations shown on the plans for the connections to the existing water mains. The City will cut the existing main and assemble all materials. 7-09.3(21) Concrete Thrust Blocking and Dead-Man Block Section 7-09.3(21) has been supplemented by adding the following: Provide concrete blocking at all hydrants, fittings and horizontal or vertical angle points. Conform to the City of Renton Standard Details for general blocking, and vertical blocks herein. All fittings to be blocked shall be wrapped with 8-mil polyethylene plastic. Concrete blocking shall be properly formed with plywood or other acceptable forming materials and shall not be poured around joints. The forms shall be stripped prior to backfilling. Joint restraint (shackle rods), where required, shall be installed in accordance with Section 7-11.3(15). Provide concrete dead-man blocks at locations shown on the plans. The dead-man block shall include reinforcing steels, shackle rods, installation and removal of formwork. Blocking shall be commercial concrete (hand-mixed concrete is not allowed) and poured in place. 7-09.3(23) Hydrostatic Pressure Test Section 7-09.3(23) is supplemented and revised as follows: A hydrant meter and a backflow prevention device will be used when drawing water from the City system. These may be obtained from the City by completing the required forms and making the required security deposits. There will be a charge for the water used. Before applying the specified test pressure, air shall be expelled completely from the pipe, valves and hydrants. If permanent air vents are not located at all high points, the contractor shall install corporation cocks at such points so that the air can be expelled as the line is filled with water. After all the air has been expelled, the corporation cocks shall be closed and the test pressure applied. At the conclusion of the pressure test, the corporation cocks shall be removed and plugged. The quantity of water required to restore the pressure shall be accurately determined by either 1) pumping from an open container of suitable size such that accurate volume measurements can be made by the Owner or, 2) by pumping through a positive displacement water meter with a sweep unit hand registering 1 gallon per revolution. The meter shall be approved by the Engineer. Acceptability of the test will be determined by two factors, as follows: 1. The quantity of water lost from the main shall not exceed the number of gallons per hour as listed in the following table. 2. The loss in pressure shall not exceed 5 psi during the 2 hour test period. All water used to perform hydrostatic pressure shall be charged a usage fee. Special Provisions SP-143 Williams Ave S & Wells Ave S Conversion Project December 2019 Allowable leakage per 1000 ft. of pipeline* in GPH Nominal Pipe Diameter in inches PSI 6" 8" 10" 12" 16" 20" 24" 450 0.95 1.27 1.59 1.91 2.55 3.18 3.82 400 0.90 1.20 1.50 1.80 2.40 3.00 3.60 350 0.84 1.12 1.40 1.69 2.25 2.81 3.37 275 0.75 1.00 1.24 1.49 1.99 2.49 2.99 250 0.71 0.95 1.19 1.42 1.90 2.37 2.85 225 0.68 0.90 1.13 1.35 1.80 2.25 2.70 200 0.64 0.85 1.06 1.28 1.70 2.12 2.55 *If the pipeline under test contains sections of various diameters, the allowable leakage will be the sum of the computed leakage for each size. For those diameters or pressures not listed, the formula below shall be used: The quantity of water lost from the main shall not exceed the number of gallons per hour as determined by the formula: A L=ND P E7400E in which: L = Allowable leakage, gallons/hour N = No. of joints in the length of pipeline tested D = Nominal diameter of the pipe in inches P = Average test pressure during the leakage test, psi The paragraph stating that “There shall not be an appreciable or abrupt loss in pressure during the 15 minute test period.” is deleted. 7-09.3(24)A Flushing and "Poly-pigging" Section 7-09.3(24)A including title, shall be revised and supplemented as follows: Sections of pipe to be disinfected shall first be poly-pigged to remove any solids or contaminated material that may have become lodged in the pipe. If the main cannot be "poly- pigged", then a tap shall be provided large enough to develop a velocity of at least 2.5 fps in the main. The "Poly-pig" shall be equal to Girard Industries Aqua-Swab-AS, 2lb/cu-ft density foam with 90A durometer urethane rubber coating on the rear of the "Poly-pig" only. The "Poly-pig" shall be cylinder shaped with bullet nose or squared end. The paragraph stating: “Where dry calcium hypochlorite is used for disinfection of the pipe, flushing shall be done after disinfection.” is deleted. Dechlorination of all water used for disinfection shall be accomplished in accordance with the City of Renton Standard Details. Water containing chlorine residual in excess of that carried Special Provisions SP-144 Williams Ave S & Wells Ave S Conversion Project December 2019 in the existing water system, shall not be disposed into the storm drainage system or any water way. 7-09.3(24)D Dry Calcium Hypochlorite Section 7-09.3(24)D has been replaced with the following: Dry calcium hypochlorite shall not be placed in the pipe as laid. 7-09.3(24)K Retention Period Section 7-09.3(24)K has been revised as follows: Treated water shall be retained in the pipe at least 24 hours but no longer than 48 hours. After this period, the chlorine residual at pipe extremities and at other representative points shall be at least 25 mg/l. 7-09.3(24)N Final Flushing and Testing Section 7-09.3(24)N has been revised as follows: Before placing the lines into service, a satisfactory report shall be received from the local or State health department or an approved testing lab on samples collected from representative points in the new system. Samples will be collected and bacteriological tests obtained by the Engineer. Add New Section 7-09.3(25): 7-09.3(25) Joint Restraint Systems General: Where shown on the plans or in the specifications or required by the Engineer, joint restraint system (shackle rods) shall be used. All joint restraint materials used shall be those manufactured by Star National Products, 1323 Holly Avenue, PO Box 258, Columbus Ohio 43216, unless an equal alternate is approved in writing by the Engineer. Materials: Steel types used shall be: High strength low-alloy steel (cor-ten), ASTM A242, heat-treated, superstar "SST" series. High strength low-alloy steel (cor-ten), ASTM A242, superstar "SS" series. Items to be galvanized are to meet the following requirements: ASTM A153 for galvanizing iron and steel hardware. ASTM A123 for galvanizing rolled, pressed and forged steel shapes. Joint restrainer system components: Special Provisions SP-145 Williams Ave S & Wells Ave S Conversion Project December 2019 Tiebolt: ASTM A242, type 2, zinc plated or hot-dip galvanized. SST 7:5/8" for 2" and 3" mechanical joints, 3/4" for 4" to 12" mechanical joints, ASTM A325, type 3D, except tensile strength of full-body threaded section shall be increased to 40,000 lbs. minimum for 5/8" and 60,000 lbs. minimum for 3/4" by heat treating (quenching and tempering) to manufacturer’s reheat and hardness specifications. SST 753: 3/4" for 14" to 24" mechanical joints. same ASTM specification as SST 7. SST 77: 3/4" same as SST 7, except 1" eye for 7/8" rod. same ASTM specification as SST 7. Tienut: heavy hex nut for each tiebolt: SS8: 5/8" and 3/4", ASTM A563, grade C3, or zinc plated. S8: 5/8" and 3/4", ASTM A563, grade A, zinc plated or hot-dip galvanized. Tiecoupling: used to extend continuous threaded rods and are provided with a center stop to aid installation, zinc plated or hot-dip galvanized. SS10: for 5/8" and 3/4" tierods, ASTM A563, grade C3. S10: for 5/8" and 3/4" tierods, ASTM A563, grade A. Tierod: continuous threaded rod for cutting to desired lengths, zinc plated or hot-dip galvanized. SS12: 5/8" and 3/4" diameter, ASTM A242, type 2; ANSI B1.1. S12: 5/8" and 3/4" diameter, ASTM A36, A307. Tiewasher: round flat washers, zinc plated or hot-dip galvanized. SS17: ASTM A242, F436. S17: ANSI B18.22.1. Installation: Install the joint restraint system in accordance with the manufacturer’s instructions so all joints are mechanically locked together to prevent joint separation. Tiebolts shall be installed to pull against the mechanical joint body and not the MJ follower. Torque nuts at 75-90 foot pounds for 3/4" nuts. Install tiecouplings with both rods threaded equal distance into tiecouplings. Arrange tierods symmetrically around the pipe. pipe Diameter Number of 3/4" Tie Rods Required 4" ........................................................ 2 6" ........................................................ 2 8" ........................................................ 3 10" ....................................................... 4 12" ....................................................... 6 14" ....................................................... 8 16" ....................................................... 8 18" ....................................................... 8 20" ....................................................... 10 24" ....................................................... 14 30" ....................................................... (16-7/8"rods) 36" ....................................................... (24-7/8"rods) Where a manufacturer’s mechanical joint valve or fitting is supplied with slots for "T" bolts instead of holes, a flanged valve with a flange by mechanical joint adapter shall be used instead, so as to provide adequate space for locating the tiebolts. Special Provisions SP-146 Williams Ave S & Wells Ave S Conversion Project December 2019 Where a continuous run of pipe is required to be restrained, no run of restrained pipe shall be greater than 60 feet in length between fittings. Insert long body solid sleeves as required on longer runs to keep tierod lengths to the 60 foot maximum. Pipe used in continuously restrained runs shall be mechanical joint pipe and tiebolts shall be installed as rod guides at each joint. Where poly wrapping is required all tiebolts, tienuts, tiecouplings, tierods, and tiewashers, shall be galvanized. All disturbed sections will be painted, to the Inspector’s satisfaction, with koppers bitomastic no. 300-m, or approved equal. Where poly wrapping is not required all tiebolts, tienuts, tiecouplings, tierods and tiewashers may be galvanized as specified in the preceding paragraph or plain and painted in the entirety with koppers bitumastic no. 800-m, or approved equal. Tiebolts, tienuts, tiecouplings, tierods, and tiewashers shall be considered incidental to installation of the pipe and no additional payment shall be made. Add New Section 7-09.3(26): 7-09.3(26) Abandonment of Existing Water Pipe Where shown in the Plans or at other locations as determined by the Engineer, the Contractor shall abandon existing water lines per Section 7-08.3(4) of the Standard Specifications and these Special Provisions. Where the remaining portion of the existing water main is to remain in service following removal of the designated water main, hydrant assembly, or water service connection, the Contractor shall install a permanent cast iron or ductile iron cap or plug with associated fittings, and thrust block. 7-09.4 Measurement Section 7-09.4 is supplemented and revised as follows: Measurement for "Furnish and Install ____Ductile Iron Water Main & Fittings”, will be per Linear Foot and will be based on the actual lineal footage measured horizontally over the centerline of the installed pipe and fittings. No deductions will be made for the linear length of fittings, valves, couplings, etc. contained within the measured length. At changes in pipe size connected by a reducer, the point of measurement will be taken as the midpoint of the reducer. Measurement for "Bank Run Gravel for Trench Backfill" will be per Ton and will be based on the weight of material installed into the Work. Certified weight tickets shall accompany each load, a copy of tickets shall be given to the Engineer daily. Wasted materials will not be included in the measurement or payment. Only materials placed within the pay limits shown will be considered for measurement and payment. Material placed outside of the pay limits shown on the Plans or as approved by the Engineer will be deducted from the certified tickets. Measurement for "Connection to Existing Water Main" will per each connection for completion in conformance with the Contract Documents. Each connection includes two separate steps Special Provisions SP-147 Williams Ave S & Wells Ave S Conversion Project December 2019 consisting of the initial cut-in of the existing water main and the final connection of the new water main to the initial cut-in of the existing water main. Measurement of concrete for thrust blocking, horizontal and vertical, dead-man anchor blocks will be per cubic yard for all concrete installed for thrust blocking and dead-man anchor blocks in conformance with the Contract Documents. Measurement for removal and replacement of unsuitable foundation excavation will be per cubic yard of material installed in conformance with the Contract Documents. Placement of foundation material will be measured only for the area(s) authorized by the Engineer. Wasted materials will not be included in the measurement or payment. 7-09.5 Payment Section 7-09.5 is revised and supplemented as follows: “Abandon Existing Water System”, lump sum. The lump sum Contract price for ‘Abandon Existing Water System’ shall be full compensation for all labor, materials, tools, and equipment necessary and incidental for excavation, disposal/salvage of materials, cutting, removal, and disposal of pipe, plugging and capping water lines and fire hydrant runs, removal valves, valve boxes, tees, services, and appurtenances as shown on the Plans or as required to complete the Work, backfilling voids left by removed items with suitable native material or gravel borrow as approved by the Engineer. Gravel Borrow shall meet the requirements of Section 9-03.14 of the Standard Specifications and shall be compacted to 95 percent of maximum dry density per Section 2- 03.3(14)D. "Furnish and Install ____Ductile Iron Water Main & Fittings”, per linear foot. The unit contract price per linear foot for each size and kind of “Furnish and Install ____Ductile Iron Water Main & Fittings" shall be full pay for all labor, materials, and equipment required to complete the work specified in the contract documents and plans, and shall include but not be limited to the following:  Locating all existing utilities and potholing in advance to determine their horizontal and vertical location, including potholing in advance for existing side sewers and television inspection of existing sanitary sewer to determine location of side sewer branches if necessary.  Saw cutting up to 12 inches in depth, trench excavation, and dewatering (if needed),  Bypass sewer pumping (if needed),  Removal, hauling and disposal of waste materials including but not limited to pavement, curbs, gutters, sidewalks, surplus and unsuitable excavated material, existing pipes and structures in the excavation,  Stockpiling suitable excavated material for use as pipe bedding and trench backfill as directed by the Engineer,  Furnishing, installing, laying and jointing water pipes and fittings of the size, type and class shown, polyethylene encasement, special fittings, horizontal and vertical bends, mechanical joint pipe restraint, vertical crosses for poly-pigging, shackle rods, temporary blow-off assemblies, and all incidentals,  Deflecting the pipe as required to cross over or under existing and new buried utilities, Special Provisions SP-148 Williams Ave S & Wells Ave S Conversion Project December 2019  Furnishing and installing sand or foam cushioning between the water main and other pipes or utilities where required,  Furnishing bedding materials, placing and compacting pipe bedding, as shown on the plans,  Placing and compacting trench backfill,  Testing, poly-pigging, disinfecting and flushing of new valves,  Replacing, protecting and/or maintaining existing utilities.  Furnishing and placing temporary pavement patching "Connection to Existing Water Main", per each. The unit contract price per each for “Connection to Existing Water Main” shall be full pay for all labor, materials, tools, equipment required to complete the work specified in the contract documents and plans, and shall include but not be limited to the following:  Locating all existing utilities and potholing in advance to determine their horizontal and vertical location,  Saw cutting, trench excavation, shoring and dewatering (if needed),  Removal, hauling and disposal of pavement, curbs, gutters, sidewalks, surplus and unsuitable excavated material including existing pipes and structures in the excavation and the like,  Stockpiling suitable excavated material for use as pipe bedding and trench backfill as directed by the Engineer,  Furnishing all required pipes, fittings, adapters, couplings and incidentals as required for City’s water department’s personnel to perform the initial cut-in installation of valves, and fittings on the existing water main(s),  Furnishing all required pipes, fittings, adapters, couplings and incidentals as required for City’s water department’s personnel to perform the second and final connection of the new water line to the existing water system and to the valves installed during the initial cut-in as described above,  Placing and compacting trench backfill,  Replacing, protecting and/or maintaining existing utilities  Furnishing and placing temporary pavement patching. "Concrete Thrust Blocking and Dead-Man Anchor Blocks", per cubic yard. The unit contract price per cubic yard for "Concrete Thrust Blocking and Dead-Man Anchor Blocks" shall be full pay for providing all labor, materials, tools, equipment required to complete the work specified in the contract documents and plans, and shall include but not be limited to the following:  Locating all existing utilities and potholing in advance to determine their horizontal and vertical location,  Saw cutting, trench excavation, shoring and dewatering (if needed),  Removal, hauling and disposal of pavement, curbs, gutters, sidewalks, surplus and unsuitable excavated material including existing pipes and structures in the excavation and the like,  Stockpiling suitable excavated material for use as pipe bedding and trench backfill as directed by the Engineer,  Furnishing and placing concrete for vertical and horizontal blocks, dead-man anchor Special Provisions SP-149 Williams Ave S & Wells Ave S Conversion Project December 2019 blocks, reinforcing steel, shackle rods, clamp assembly, anchor bolts, turnbuckles, concrete form work,  Placing and compacting trench backfill,  Replacing, protecting and/or maintaining existing utilities.  Furnishing and placing temporary pavement patching "Removal and Replacement of Unsuitable Foundation Material", per cubic yard. The unit contract price per cubic yard for "Removal and Replacement of Unsuitable Foundation Material" shall be full pay for removal and replacement of unsuitable foundation excavation, including all labor, materials, tools, equipment, excavation, foundation materials, haul, placement, water, compaction, removal haul and disposal of waste material, etc., required to complete this item of Work in conformance with the Contract Documents. Payment for this item will be only for the removal and replacement of unsuitable material requested by the City.. 7-12 VALVES FOR WATER MAINS 7-12.3(1) Installation of Valve Marker Post Section 7-12.3(1) has been revised as follows: Where required, a valve marker post shall be furnished and installed with each valve. Valve marker posts shall be placed at the edge of the right-of-way opposite the valve and be set with 18 inches of the post exposed above grade. The rest of this section is deleted. Add New Section 7-12.3(2): 7-12.3(2) Adjust Existing Valve Box to Grade Valve boxes shall be adjusted to grade in the same manner as for manholes, as detailed in Section 7-05.3(1) of the City of Renton Standard Details. Valve box adjustments shall include, but not be limited to, the locations shown on the Plans. Existing roadway valve boxes shall be adjusted 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 the existing valve box is plugged or blocked with debris, the Contractor shall use whatever means necessary to remove such debris, leaving the valve installation in a fully 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 finished grade. 7-12.4 Measurement Section 7-12.4 is supplemented by adding the following: Special Provisions SP-150 Williams Ave S & Wells Ave S Conversion Project December 2019 Adjustment of existing valve boxes to grade shall be measured per each, if included as a separate pay item in the Contract; if not a separate pay item but required to complete the Work, then value box adjustment shall be considered incidental. Hydrant auxiliary gate valve will be included in the measurement for hydrant assembly and will not be included in this measurement item. 7-12.5 Payment Section 7-12.5 is replaced with the following: "Furnish and Install ____In. Gate Valve Assembly”, per each. The unit contract price per each for "Furnish and Install ____In. Gate Valve Assembly" shall be full pay for all labor, materials, tools, equipment required to complete the work specified in the contract documents and plans, and shall include but not be limited to the following:  Locating all existing utilities and potholing in advance to determine their horizontal and vertical location,  Saw cutting, trench excavation, and dewatering (if needed),  Removal, hauling and disposal of pavement, curbs, gutters, sidewalks, surplus and unsuitable excavated material including existing pipes and structures in the excavation and the like,  Stockpiling suitable excavated material for use as pipe bedding and trench backfill as directed by the Engineer,  Furnishing and installing valves, valve boxes and covers to grade, stem extensions, valve marker posts, pipe nipples, couplings, polyethylene encasement, concrete blocking, and all incidentals,  Placing and compacting trench backfill,  Replacing, protecting and/or maintaining existing utilities  Furnishing and placing temporary pavement patching "Adjust Existing Water Valve Box to Grade (RC)," per each. The contract bid price for "Adjust Existing Water Valve Box to Grade (RC)", per each, shall be full compensation to perform the Work as specified in the Standards Specifications and Standard Plans including the furnishing, placing, resetting, adjustment of all accessories such as cast iron valve boxes and covers as required to match the new pavement elevation. Also included in the unit price are structure excavation, trench backfill and pavement restoration and restoration of adjacent area directly surrounding the water valve box. "Adjust Existing Water Manhole to Grade (RC)," per each. The contract bid price for “Adjust Existing Water Manhole to Grade (RC)”, per each, shall be full compensation to perform the Work as specified in the Standards Specifications and Standard Plans including resetting and adjustment of all accessories such as covers, as required to match the new pavement elevation. Also included in the unit price are structure excavation, trench backfill and pavement restoration and restoration of adjacent area directly surrounding the water manhole. 7-14 HYDRANTS Special Provisions SP-151 Williams Ave S & Wells Ave S Conversion Project December 2019 7-14.3(1) Setting Hydrants Paragraph 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 exposed portion of the hydrant shall be painted with two field coats. The type and color of paint will be designated by the Engineer. 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 and the City of Renton Standard Details. Hydrant and guard posts shall be painted in accordance with the standard details. 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 or approved equal. Fire hydrants shall be of such length as to be suitable for installation with connections to 6", 8" 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 MJ), 6" DI spool (PE x PE), 5-1/4" MVO fire hydrant (MJ connection), 4" x 5" Stortz adapter, cast iron valve box and cover, 3/4" shackle rods and accessories, concrete blocks and two concrete guard posts (only if hydrants are outside of right-of-way). Joint restraint (Shackle Rods) shall be installed in accordance with Section 7-11.3(15). 7-14.3(3) Resetting Existing Hydrants Section 7-14.3(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 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(7) Remove and Salvage Hydrant Section 7-14.3(7) is added as follows: Existing hydrants shall be removed where shown in the Plans. Removed hydrants shall be delivered to the City of Renton shops by the Contractor. The existing hydrant lateral tee shall be removed from the main. Special Provisions SP-152 Williams Ave S & Wells Ave S Conversion Project December 2019 Removing and salvaging existing hydrants and lateral tee shall be measured and paid under the bid item “Remove and Salvage Hydrant” per each. 7-14.5 Payment Section 7-14.5 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: “Furnish and Install Hydrant Assembly”, per each. The unit contract price per each for " Furnish and Install Hydrant Assembly”, shall be full pay for all labor, materials, tools, equipment required to complete the work specified in the contract documents and plans, and shall include but not be limited to the following:  Locating all existing utilities and potholing in advance to determine their horizontal and vertical location,  Saw cutting, trench excavation, and dewatering (if needed),  Removal, hauling and disposal of pavement, curbs, gutters, sidewalks, surplus and unsuitable excavated material including existing pipes and structures in the excavation and the like,  Removal of existing fire hydrant, if existing hydrant is being replaced,  Stockpiling suitable excavated material for use as pipe bedding and trench backfill as directed by the Engineer,  Furnishing and installing new fire hydrant assembly, standpipe, shoe, and 6-inch DI piping, Storz adapter,  Furnishing and installing shut-off valve, valve box, valve extension,  Furnishing and installing shackles, tie-rods, concrete blocking, and joint restraints, drain rocks, polyfilm,  Adjust hydrant to finish grade and install concrete shear block,  Placing and compacting trench backfill,  Testing, disinfecting and flushing of new hydrants,  Replacing, protecting and/or maintaining existing utilities  Furnishing and placing temporary pavement patching  Painting the hydrants “Remove and Salvage Hydrant” per each. 7-15 SERVICE CONNECTIONS 7-15.3 Construction Requirements Section 7-15.3 is supplemented as follows: Pipe materials used to extend or replace existing water service lines shall be copper. Where installation is in existing paved streets, the service lines shall be installed by a trenchless percussion and impact method (hoe-hogging). If the trenchless percussion and impact method fails, regular open trench methods may be used. Special Provisions SP-153 Williams Ave S & Wells Ave S Conversion Project December 2019 7-15.5 Payment Section 7-15.5 is revised as follows: Payment will be made in accordance with Section 1-04.1, for the following bid item when it is included in the proposal: “Furnish and Install ____ In. Water Service Connection”, per each. The unit contract price per each for "Furnish and Install ____ In. Water Service Connection”, shall be full pay for all labor, materials, tools, equipment required to complete the work specified in the contract documents and plans, and shall include but not be limited to the following:  Locating all existing utilities and potholing in advance to determine their horizontal and vertical location,  Saw cutting, trench excavation as needed, shoring and dewatering (if needed),  Removal, hauling and disposal of pavement, curbs, gutters, sidewalks, surplus and unsuitable excavated material including existing pipes and structures in the excavation and the like,  Stockpiling suitable excavated material for use as pipe bedding and trench backfill as directed by the Engineer,  Boring, hole-hogging, tunneling, mechanical or hand trenching to install new water service lines,  For 1 In. water service, furnishing and installing new ball valve corporation stops, tapping the main, laying and jointing the new copper water service lines and fittings, new meter setter, new meter boxes and lids,  For 1-1/2 In. and 2 In. water service, furnishing and installing tapped tee, gate valve, valve box, laying and jointing the new copper water service lines and fittings, new meter setter, new meter boxes and lids,  For 4 In. water service connection, furnishing and installing tee, gate valve, valve box, and ductile iron pipe to connect to existing at property line,  Testing, disinfecting and flushing the new service line,  Connecting the customer-side private service line to the new copper tailpiece behind the new meter setter and property lines,  Placing and compacting trench backfill,  Replacing, protecting and/or maintaining existing utilities.  Restoration of public and private properties  Furnishing and placing temporary pavement patching 7-17 SANITARY SEWERS 7-17.2 Materials Section 7-17.2 is replaced with the following: Pipe Gravity sewer pipe shall be as specified herein and as shown on the Plans. The Contractor shall provide two copies of the pipe manufacturer’s technical literature and tables of dimensional tolerances to the Engineer. Any pipe found to have dimensional tolerances in excess of those prescribed or having defects, which prevent adequate joint seal or any other Special Provisions SP-154 Williams Ave S & Wells Ave S Conversion Project December 2019 damage, shall be rejected. If requested by the Engineer, not less than three nor more than five lengths of pipe for each size, selected from stock by the Engineer, shall be tested as specified for maximum dimensional tolerance of the respective pipe. Material for PVC sewer pipe shall meet the requirements of Section 9-05.12. Where C900 PVC sewer pipe is shown on the plans in areas with reduced separation from water mains, the pipe material shall conform to the requirements for PVC Pressure Pipe (4 inches and over) described in Section 9-30.1(5)A of the Standard Specifications. All pipe shall be clearly marked with type, class, and thickness. Lettering shall be legible and permanent under normal conditions of handling and storage. 7-17.3 Construction Requirements 7-17.3(1) Protection of Existing Sewerage Facilities Section 7-17.3(1) is supplemented by adding the following: When extending an existing sewer, the downstream system shall be protected from construction debris by placing a screen or trap in the first existing manhole downstream of the connection. It shall be the Contractor's responsibility to maintain this screen or trap until the new system is placed in service and then to remove it. Any construction debris, which enters the existing downstream system, shall be removed by the Contractor at his expense, and to the satisfaction of the Engineer. When the first manhole is set, its outlet shall be plugged until acceptance by the Engineer. 7-17.3(2)H Television Inspection Section 7-17.3(2)H is supplemented by adding the following: Sewer sections shall be inspected by means of remote CCTV. If a blockage hampers the inspection of the sewer in one direction, then the Contractor shall attempt to complete the section by televising from the other manhole to complete the section. The Contractor must immediately report the obstruction to the Owner or his representative (hereinafter referred to as “Owner”). All CCTV work shall conform to Current NASSCO-PACP standards. CCTV inspections will be delivered entirely in a GraniteNet compatible format database using the latest software version on External HDD. The Contractor shall perform all CCTV inspections in accordance with NASSCO’s Pipeline Assessment Certification Program (PACP). CCTV inspections will be delivered entirely in electronic format. The entire survey shall be recorded in an approved electronic format submitted with electronic links between the data and the video. All television inspection reports shall be with-in +/- two (2) feet of the measured linear footage between manholes along the existing sewer centerline from the start of pipe to end of pipe. All Owner and PACP required header information must be fully and accurately entered on all CCTV reports. Work not following these specifications will be rejected for payment and the Contractor shall be required to re-CCTV the work. Special Provisions SP-155 Williams Ave S & Wells Ave S Conversion Project December 2019 The documentation of the work shall consist of PACP CCTV Reports, PACP database, logs, electronic reports, etc. noting important features encountered during the inspection. The speed of travel shall be slow enough to inspect each pipe joint, tee connection, structural deterioration, infiltration and inflow sources, and deposits, but should not, at any time, be faster than 30 feet per minute, except as noted otherwise in this document. The camera must be centered in the pipe to provide accurate distance measurements to provide locations of features in the sewer and these footage measurements shall be displayed and documented on the video. All PACP Observations shall be identified by audio and on a PACP log. All video must be continuously metered from manhole to manhole. The pipe should be clean enough to ensure all defects, features and observations are seen and logged. All CCTV operators working on this project shall have current NASSCO PACP certification. Just prior to beginning the CCTV inspection, while the CCTV camera is in place and recording, water (containing dye) shall be introduced into the upstream manhole of each pipe segment until it is observed and recorded flowing past the camera’s field of vision in its entirety. The CCTV camera shall have a water-level measuring device (ball, cylinder, etc.) attached that has ¼” markings to show the depth of water in the pipe during the CCTV inspection. All manholes shall be channeled and coated prior to CCTV inspection. Per City of Renton specification 7-08.3(2)B, sewer and storm drain pipeline shall have no more than ½” of ponding to be considered acceptable. 7-17.4 Measurement Section 7-17.4 is supplemented as follows: Measurement for “Furnish and Install ___ In. Diam. ___ Sewer Pipe” will be based on linear footage measured horizontally over the centerline of the installed pipe. Measurement of “Bank Run Gravel for Trench Backfill Sewer” will be by the ton on truck tickets. 7-17.5 Payment Section 7-17.5 is revised and supplemented 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: “Furnish and Install ____ In. Diam. ____Sewer Pipe”, per linear foot. The unit contract price per each for " Furnish and Install ____ In. Diam. ____Sewer Pipe”, shall be full pay for all labor, materials, equipment required to complete the work specified in the contract documents and plans, and shall include but not be limited to the following: Special Provisions SP-156 Williams Ave S & Wells Ave S Conversion Project December 2019  Locating all existing utilities and potholing in advance to determine their horizontal and vertical location, including potholing in advance for existing side sewers and television inspection of existing sanitary sewer to determine location of side sewer branches if necessary.  Saw cutting up to 12” in depth, trench excavation, and dewatering (if needed),  Bypass sewer pumping (if needed),  Removal, hauling and disposal of waste materials including but not limited to pavement, curbs, gutters, sidewalks, surplus and unsuitable excavated material, existing pipes and structures in the excavation  Furnishing, installing, laying and joining sewer pipes and fittings of the size and type shown, and all incidentals,  Ethafoam pads (when needed),  Furnishing bedding materials, placing and compacting pipe bedding, as shown on the plans,  Placing and compacting trench backfill,  Air-Testing (if required)  Replacing, protecting and/or maintaining existing utilities,  Furnishing and Placing Temporary Pavement Patching.  Testing sewer pipe  Television inspection “Removal and Replacement of Unsuitable Foundation Material”, per cubic yard. The unit contract price per cubic yard or ton for “Removal and Replacement of Unsuitable Foundation Material” shall be full pay for all Work to remove unsuitable material and replace and compact suitable material as specified in Section 7-08.3(1)A. “Bank Run Gravel for Trench Backfill Sewer”, per ton. The unit contract price per ton for “Bank Run Gravel for Trench Backfill Sewer” shall be full pay for all Work to furnish, place, and compact material in the trench. 7-21 CURED-IN-PLACE PIPE (CIPP) (NEW SECTION) 7-21.1 Description This Section specifies rehabilitation of pipelines by the installation of resin-impregnated liner cured-in-place piping. Service connections and manholes may be rehabilitated with products specified in other Sections. Contractor shall coordinate rehabilitation of manholes, mainlines, lateral interfaces, and laterals with product installers. Contractor shall ensure that resin systems are compatible with all rehabilitation products that they will contact. The Contractor shall be responsible to properly secure materials and equipment utilized to perform the work required for this project. Special Provisions SP-157 Williams Ave S & Wells Ave S Conversion Project December 2019 7-21.1(1) Related Work Specified Elsewhere Resin Impregnated Fabric CIPP, Section 7-22. Resin Impregnated Fiberglass CIPP, Section 7-23. 7-21.1(2) Licensing The Contractor or sub-contractors shall be registered to work in the City of Renton. The Contractor or sub-contractor installing the CIPP shall have a current license agreement with the product Manufacturer or Assembler. Individuals installing the CIPP shall be certified by the product Manufacturer or Assembler. Lining installation shall be in accordance with the requirements of the product Manufacturer or Assembler and as directed by their Technical Representative. This includes the correction of defective work. Certification showing that the Installer is currently licensed by the appropriate licensor to perform CIPP installation shall be provided. 7-21.1(3) Contractor and Manufacturer Qualifications The Manufacturer of the CIPP liner shall have a minimum of 200,000 linear feet of CIPP successfully installed in accordance with these specifications. Manufacturer’s using standards other than those listed in these specifications shall demonstrate to the satisfaction of the Owner that the standards followed produce a product that is, at a minimum, equal to the quality of product developed using the listed standards. The CIPP lining Contractor shall have a minimum of five (5) successfully completed projects totaling a minimum of 50,000 lineal feet using the proposed CIPP rehabilitation technology. In addition, the Contractor’s project superintendent shall have a minimum of three (3) successfully completed projects totaling a minimum of 25,000 lineal feet using the proposed CIPP rehabilitation technology. The Contractor’s identified project superintendent shall be on the project for the duration of the project and shall be available at all times during the CIPP rehabilitation. At least one person on the Contractor’s installation crew shall have a minimum of one (1) year of CIPP installation experience and shall be on the project site at all times. The Contractor’s identified Lateral Cutting Technician shall have minimum of one (1) year of experience reinstating laterals. Wastewater collection system rehabilitation products submitted for approval shall be provided with third party test results supporting long-term performance and structural strength of the product. Third party test result data shall be satisfactory to the Engineer. Test samples shall have been prepared so as to simulate the installation methods and trauma of project conditions. 7-21.1(4) Contractor Submittals All procedures or material descriptions requiring the Engineer's approval shall be submitted not less than 15 calendar days prior to mobilizing or commencing any CIPP activities at the site of the work and shall include the following information: Special Provisions SP-158 Williams Ave S & Wells Ave S Conversion Project December 2019 1. CIPP Lining Plan to include the following:  Work sequence organized by pipeline section with installation schedule.  Confirmation of liner length.  Locations of all service connections with disposition for each.  Anticipated cleaning and preparation requirements.  Sewer Service Interruption Notification Plan. 2. Manufacturer’s certificate(s) indicating that the supplied lining materials meet the requirements of the Specifications, ASTM standards and a certificate of compliance from an independent third party lab. 3. Details on all lining materials and resins. 4. Name of resin supplier and liner fabric supplier. 5. Manufacturer’s or Assembler’s certification that the liner materials and system are in compliance with the specifications, codes, and standards referenced in these specifications. 6. Test reports on testing of CIPP products 7. Manufacturer’s or Assembler’s recommendations for factory and field (whichever applies) wet out procedures including: volume of resin per unit of liner, mixing ratios and procedures for resin and catalyst/hardener, shelf life of resin, pot life of resin, required wet out procedure to ensure full saturation, and other criteria deemed necessary to ensure proper wet out of the liner. 8. Manufacturer’s or Assembler’s data sheets for factory wet out and/or Contractor’s data sheets for field wet out showing: quantity of resin and catalyst used for each length of liner, at or prior to time of installation. 9. Manufacturer’s or Assembler’s certification that all Manufacturer’s or Assembler’s wet out recommendations have been followed on all lengths of CIPP which have factory wet out, at or prior to time of installation. 10. Manufacturer’s or Assembler’s recommendations for storage procedures and temperature control, handling and inserting the liner, curing details, service connection methods, trimming and finishing, and minimum equipment requirements to allow for an adequate installation. 11. Manufacturer’s or Assembler’s recommendations and procedures for minimum and maximum pressures, temperatures, and time durations to be used. 12. Data on Contractor’s equipment to be used on site including: type and tolerance of temperature gages and thermocouples used to monitor cure temperature; type and tolerance of equipment used to generate liner inversion pressure; make model, and technical data of all equipment used to generate heat for the curing process; make, model and technical data of backup equipment used to maintain curing temperature; rough size of vehicle(s) which carries the CIPP pipe and installation equipment. 13. Pipe sizing certified calculations demonstrating that the liner has been properly sized to avoid the creation of wrinkles or folds. 14. Manufacturer or Assembler onsite Representative’s Certification that the Contractor’s installation meets all requirements of the Manufacturer or Assembler and will not void the Owner’s warranty. 15. CIPP field samples from previous field installations of the same resin system and tube materials as proposed for the actual installation. Field sampling procedure shall be in Special Provisions SP-159 Williams Ave S & Wells Ave S Conversion Project December 2019 accordance with the latest version of ASTM F1216 or ASTM F1743 and in accordance with ASTM D5813. 16. Material Safety Data Sheets for resins, hardeners, catalysts, solvents, and all other compounds or chemicals to be used on the job site. 17. Data logger output in graphic format showing pipe section, time, pressure, and temperature during activation, heating, curing, and cool down. 18. Informational hand out that describes the materials, processes, and odors associated with the lining process. This handout shall be provided at the request of concerned residents. 19. Post-Installation PTZ inspection videos. 7-21.1(5) Quality Assurance The Manufacturer or Assembler shall provide the following: 1. List of inspection items that should be observed and recorded. Inspection items include pre- installation activities, product identification, installation procedures, equipment operations, and post-installation activities. 2. Review all post-installation PTZ tapes of the installed liner. Following this review the Manufacturer’s or Assembler’s representative shall provide certification to the Engineer ensuring that the Contractor’s installation meets the Manufacturer’s or Assembler’s requirements and will not void the warranty. The finished CIPP shall be continuous over the entire length of an insertion run between two manholes or access points and shall be free from visual defects such as foreign inclusions, dry spots, pinholes, and de-lamination. Wrinkles in the finished CIPP greater than 5 percent of the pipe diameter are unacceptable and shall be removed and repaired by the Contractor at the Contractor’s expense. Methods of repair shall be proposed by Contractor and submitted to the Engineer for review and approval. 7-21.1(6) Warranty The Contractor shall warrant each mainline sewer lined with the specified product against defects in materials, surface preparation, lining application, and workmanship for a period of 12 months from the date of final acceptance of the project. The Contractor shall, within one month of written notice thereof, repair defects in materials or workmanship that may develop during said 12-month period. Defects shall be defined as: visible leakage of groundwater through the CIPP system, de-lamination of any portion of the CIPP system as visible from PTZ inspection, or separation of any part of the CIPP system from the host pipe to the extent that the CIPP system inside diameter in the separated area is 90 percent or less of the completed CIPP system inside diameter. The Contractor shall also repair any damage to other work; damage to sewer system components (including pump stations) damages to buildings, houses or environmental damage caused by the backup of the sewer because of the failure of the lining system or repairing of the same at the expense of Contractor, and without cost to the Owner. Repairs shall include removal of the existing liner and re-lining if possible, or excavation and replacement of the section of pipe where the defect occurs. Special Provisions SP-160 Williams Ave S & Wells Ave S Conversion Project December 2019 7-21.2 Materials 7-21.2(1) Cured in Place Resin Impregnated Material in General The liner shall be designed for a “fully deteriorated” pipe condition in accordance with the procedures of the latest edition of ASTM F1216, Appendix XI and these specifications. All material properties used in design calculations shall be long-term (time-corrected) values. The Contractor shall be familiar with the existing site conditions when preparing the liner design. The CIPP will be continuous in length and the wall thickness shall be uniform. No overlapping sections shall be allowed in the circumference or the length of the liner. The CIPP will be capable of conforming to offset joints, bells, and disfigured pipe sections. It shall be able to stretch to fit irregular pipe sections and negotiate bends. The CIPP resin shall be compatible with the liner fabric, other rehabilitation systems it may contact, and the host pipe materials. The CIPP shall be marked at a distance of regular intervals along its entire length, not to exceed 5 feet. Markings shall include Manufacturer’s or Assembler’s name or identifying symbol. The CIPP liner shall be manufactured with materials from a consistent supplier. All materials of similar type shall be from a single source for the entire project. The composite materials of the liner tube and resin shall, upon installation inside the host pipe, exceed the following minimum test standards, based on restrained sample cured in host pipe and flat plate sample: Physical Properties Flexural Strength (ASTM D790) 4,500 psi Flexural Modulus (ASTM D790) Short Term 300,000 psi Flexural Modulus (ASTM D2990) Long Term 150,000 psi Tensile Strength (ASTM 1216 [pressure pipe only]) 3,000 psi The CIPP shall be fabricated to a size that, when installed, will tightly fit the internal circumference and length of the original pipe. 1. Allowance shall be made for circumferential and longitudinal stretching during the installation process. 2. Diametric shrinking during the curing process shall meet the requirements of ASTM D 5813, Section 6.3.1 or better. The liner thickness shall be designed based on the engineering formulas listed in ASTM D638 and F1216 for fully deteriorated pipes. The thickness shall be sufficient to prevent groundwater from entering the pipe, while maintaining the maximum cross-sectional pipe area possible. Contractor shall prepare design calculations for approval prior to performing the lining work. The submitted design calculations shall provide the following information as a minimum: 1. Manhole to Manhole designation 5321-010 to 5321-009 2. Pipe Nominal Diameter (inches) 3. Minimum Liner thickness (inches) 4. Proposed Liner Thickness (inches) Special Provisions SP-161 Williams Ave S & Wells Ave S Conversion Project December 2019 The following parameters shall be assumed for the liner design: 1. Modulus of soil reaction, E’S = 1,500 psi (fully deteriorated) 2. Unit weight of soil = 140 pcf 3. The minimum ovality for straight runs shall be 2.0 percent 4. AASHTO H20 traffic loads 5. AREMA E-80 railroad loads 6. Groundwater at the surface 7. Factor of Safety, N=2.0 For liners inserted by the inversion method, the CIPP shall be coated on one side with a translucent waterproof coating of: 1. Polyvinyl chloride (PVC) 2. Polyurethane For liners inserted by the pull/winch method, the CIPP shall be coated on one side with a translucent waterproof coating of: 1. Polyvinyl chloride (PVC) 2. Polyurethane 3. Polyethylene 4. Polypropylene 7-21.2(3) Physical Properties The CIPP shall be corrosion resistant to withstand exposure to sewage gases containing quantities of hydrogen sulfide, carbon monoxide, diluted sulfuric acid, and other chemical reagents typical of sewage conveyance. Chemical resistance of the installed CIPP shall meet the chemical resistance requirements of ASTM D543 when subjected to the following solutions: Chemical Solution Concentration, percent Tap Water (pH 6-9) Nitric Acid Phosphoric Acid Sulfuric Acid Gasoline Vegetable Oil Detergent Soap 100 5 10 10 100 100 0.1 0.1 The hydraulic profile of the installed CIPP shall be maintained as large as possible. The CIPP shall have at a minimum the full flow capacity of the original pipe before rehabilitation. Calculated capacities may be derived using commonly accepted roughness coefficients for the existing pipe material taking into consideration its age and condition. Physical properties shall be subject to ASTM D 2122. Special Provisions SP-162 Williams Ave S & Wells Ave S Conversion Project December 2019 7-21.3 Construction Requirements 7-21.3(1) Preparation The Contractor shall make all necessary provisions to ensure service conditions and structural conditions of host pipe are suitable for installation and warranty of the liner. The Contractor shall verify the lengths in the field prior to ordering and prior to impregnation of the tube with resin, to ensure that the tube will have sufficient length to extend the entire length of the run. The Contractor shall also measure the inside diameter of the existing pipelines in the field prior to ordering liner so that the liner can be installed in a tight-fitted condition. 7-21.3(1)A Flow Management It shall be the Contractor's responsibility to maintain operation of the existing sewer systems throughout the duration of the project without any interruption of sewer service. The Contractor shall divert all flows around each segment of the pipe designated for rehabilitation. This diversion shall consist of redirecting flow from an upstream manhole and discharging it to a manhole downstream of the rehabilitation operation. This can be accomplished via a combination of pumping and/or gravity flow. After the work is completed, flow shall be returned to the rehabilitated sewer system. The area affected by the bypass operation shall be fully restored. Bypass pumping shall be scheduled for continuous operation. Back-up equipment shall be on- site and available for periods of maintenance, refueling or failure of the primary bypass pump(s) or diversion system. Bypass pumping shall be done in such a manner as not to damage private or public property, or create a nuisance or public menace. The bypass-pumping pipe shall not block any driveways or intersections unless approved by the Engineer. The sewage shall be pumped through a watertight hose or pipe that is adequately protected from traffic. The discharge of raw sewage to private property, city streets, sidewalks, storm sewer, or any location other than an approved sanitary sewer is prohibited. The Contractor shall be liable for all cleanup, damages, and resultant fines should the Contractor's operation cause any backups or overflows. The Contractor's bypass operation shall be sized to handle, at a minimum, the full pipe capacity in each subject line removed from service. If flow conditions are greater than full pipe, the Contractor may elect to wait for flow conditions to subside prior to removing the subject line from service. Working days will not be charged for the period of time during which the flow is greater than full pipe. No additional payment will be made for periods of high flows during which the Contractor elects to wait for lower flows. Once the Contractor removes a section of line from service he/she is responsible to bypass any and all flow in the system during construction, even in the event the system surcharges and exceeds the full pipe capacity, until the line is returned to service. All bypassing systems shall be approved by the Engineer. A plan for bypassing the existing sewer system shall be submitted by the Contractor for review. The Contractor's plan for bypass pumping shall be satisfactory to the Owner before the Contractor will be allowed to commence bypass pumping. The sewage bypass pumping plan shall include an emergency response plan to be followed in the event of a failure of the bypass pumping. The review of the bypassing system and equipment by the Engineer shall in no way relieve the Contractor of his responsibility and public liability. Special Provisions SP-163 Williams Ave S & Wells Ave S Conversion Project December 2019 The Contractor shall coordinate activities with impacted property owners. Property Owners shall be notified that their side sewer will be out of service for a specified period of time, as approved by the Engineer. When there exist situations where impacted properties cannot be disconnected, plugged, or subjected to any other service interruption, i.e., hospitals, care facilities, restaurants, etc., bypass pumping of the side sewer to the downstream sanitary sewer system shall be required prior to insertion of the liner system. The Contractor shall verify whether a property is able to be interrupted prior to lining operations. If the subject property’s side sewer requires bypass pumping, the costs for the bypass pumping shall be covered by Force Account. 7-21.3(1)B Cleaning Clean and prepare pipe per CIPP Manufacturer’s or Assembler’s requirements. 7-21.3(1)C Point Repairs Advise the Engineer of any point requiring repairs that can only be performed by excavating the defect and removing or repairing the obstruction. Grout defects in the host pipeline including but not limited to open joints, fractures, cracks, and holes in the pipeline as follows: 1. Grout all defects as recommended by liner manufacturer or installer. 2. Grout all locations with active infiltration. The determination of an excessive leak shall be made by the Owner’s representative and shall be based on PACP leak designations. Leaks that would be categorized as a Runner(IR) – Severity 4 or Gusher(IG) – Severity 5 shall be considered as excessive. Leaks categorized as Weeper(IW) – Severity 2 or Dripper(ID) – Severity 3 shall be considered incidental to the unit price for CIPP rehabilitation. Make point repairs of any host pipe defect that can be removed by conventional sewer cleaning equipment or by remotely performed repair methods acceptable to the Engineer. Remove protruding laterals, rolled gaskets, roots, mineral deposits, and other objects protruding into the host pipe, internally with a remote controlled cutter. Pipelines that cannot be rehabilitated due to excessive leakage may be deleted from the project at the Engineers discretion. 7-21.3(1)D Manholes Protect all manholes to withstand forces generated by the equipment while installing the liner. 7-21.3(2) Liner Installation 7-21.3(2)A Inversion Method The impregnated tube shall be inserted through an existing manhole or other access point by means of the Manufacturer’s or Assembler’s recommended installation process. The application of a hydrostatic head, compressed air, or other means shall fully extend the liner to the next designated manhole or termination point and inflate and firmly adhere the liner to the pipe wall. Special Provisions SP-164 Williams Ave S & Wells Ave S Conversion Project December 2019 The liner shall be installed at a rate less than 10 feet per minute at all times. Liner shall not be installed through intermediate manholes unless specifically requested in advance in writing and approved by the Engineer. Liner installation shall be in accordance with ASTM F 1216, Section 7. When inversion is by hydrostatic head, the Contractor shall use methods that control the installation rate, accounting for the increase in hydrostatic head in pipes that have significant elevation change. 7-21.3(2)B Pull/Winch Method The impregnated tube shall be pulled into place within the host pipe with the aid of a power winch that is equipped with a device to monitor the force and prevent excessive tension and tube elongation. The maximum allowable longitudinal elongation, or stretch, of the material shall be one (1) percent. The longitudinal stretch of the tube shall be gauged by comparing marker on the fully inserted tube to the actual length of pipe being rehabilitated. The Contractor shall use a flexible and impermeable calibration hose to inflate the tube. The calibration hose may or may not remain in the complete installation. Hose materials remaining in the installation shall be compatible with the resin system used, shall bond permanently with the tube, and shall be translucent to facilitate post-installation inspection. Hose materials that are to be removed after curing shall be of non-bonding material. Liner installation shall be in accordance with ASTM 1743, Section 6. 7-21.3(2)C Finished Pipe Liner The finished lining shall be continuous over the entire length of an installation run and be free of visual defects such as foreign inclusions, dry spots, pinholes, wrinkles, and de-lamination. The lining shall be impervious and free of any leakage from the pipe to the surrounding ground or from the ground to inside the lined pipe. Any defect, which will or could affect the structural integrity, strength, capacity, or future maintenance of the installed liners, shall be repaired at the Contractor's expense, in a manner approved by the Engineer. The beginning and end of the CIPP liner shall be cut flush at the inlet and outlet points in the manhole, and the ends sealed with a resin mixture compatible with the liner/resin system and shall provide a watertight seal. Sealing material and installation method shall be submitted to and approved by the Engineer prior to start of construction. Hydraulic cements and quick-set cement products are not acceptable. 7-21.3(3) Service Connection Restoration Internally restore by using a pivot-headed PTZ camera and a remote cutting tool to locate the service connections from inside the lined pipe and cutting a hole matching the service connection diameter. Provide a hole free from burrs or projections and with a smooth and crack-free edge. The hole shall be 95 percent minimum of the original service connection interior diameter. The invert of the reinstated service opening shall match the invert of the service connection. Service connection restoration shall be recorded on DVD disc and shall include a pan and tilt view of the entire lateral circumference following cutting. Special Provisions SP-165 Williams Ave S & Wells Ave S Conversion Project December 2019 Other methods may be used as approved by the Engineer. 7-21.3(4) Testing 7-21.3(4)A Material Testing Provide certified test results of the properties of the cured lining material from the actual installed CIPP at a minimum of one location per each liner insertion setup. The cured CIPP shall be sampled and tested for flexural strength and flexural modulus in accordance with the requirements of ASTM D790. Liner thickness shall be determined at a minimum of three (3) locations on a cut section of the liner using a method of measurement accurate to the nearest 0.005 inch. Wall thickness of samples shall be determined as described in ASTM F1743, Section 8.1.6. The minimum wall thickness at any point shall not be less than 87-1/2 percent of the design thickness. 7-21.3(4)B Field Testing Low Pressure Air Test: Mainlines without service connections shall be low pressure air tested in accordance with Section 7-17 of these specifications. 7-21.3(4)C Post Installation PTZ Inspection Following installation of the CIPP liner, reinstatement of the existing side sewer laterals and final trimming of the liner at the manholes/end of culverts, the new liner shall be inspected for defects using PTZ cameras. The PTZ inspection shall meet the same requirements as the Pre-Installation Inspection as specified in Section 7-20 of these special provisions. The post-installation PTZ inspection shall not be conducted until the side sewers have been reinstated and the cuttings from the reinstatement have been cleaned and removed. PTZ inspections performed by the Contractor at the time of the side sewer reinstatements will not be accepted. 7-21.4 Measurement The length of sewer pipe CIPP rehabilitation will be the number of linear feet of completed installation measured along the invert and will include the length through elbows, tees and fittings. The number of linear feet will be measured from the center of manhole to center of manhole. 7-21.5 Payment Payment will be made in accordance with Section 1 04.1, for each of the following bid items that are included in the proposal: “Furnish and Install 12 In. Diam. CIPP for Sanitary Sewer”, per linear foot. Payment for furnishing and installing 12-inch CIPP for Sanitary Sewer will be made at the amount bid per linear foot, which payment will be complete compensation for all labor, materials, equipment required to complete the work specified in the contract documents and plans, and shall include but not be limited to the following: Special Provisions SP-166 Williams Ave S & Wells Ave S Conversion Project December 2019  Bypass sewer pumping if needed.  Pre-installation cleaning and inspection.  Root cutting and removal of obstructions.  Furnishing and installing 12” diameter CIPP sewer pipe.  Service connection restoration.  Removal and disposal of waste material.  Testing  Post installation PTZ Inspection. 7-22 RESIN IMPREGNATED FABRIC CIPP (NEW SECTION) 7-22.1 Description This Section specifies rehabilitation of pipelines by the installation of resin-impregnated fabric liners. 7-22.1(1) Related Work Specified Elsewhere General Specifications for Cured In Place Pipe (CIPP), Section 7-21. 7-22.2 Materials 7-22.2(1) Cured in Place Pipe Liner The CIPP shall consist of one or more layers of flexible needled felt or an equivalent non-woven material, or a combination of non-woven and woven materials capable of carrying resin, withstanding installation and curing pressures, as required in ASTM F 1216, Section 5; ASTM F 1743, Section 5; and ASTM D 5813, Sections 5, 6, and 8. Seams in the CIPP shall be stronger than the non-seamed felt. 7-22.2(2) Resin The resin shall be a chemically resistant isopthalic based polyester thermoset resin and catalyst system, or epoxy resin and hardener that is compatible with the installation process. Vinyl Esters may be used, however, they shall only be used when specifically called for by the Engineer. The resin should be able to cure both in the presence, and without the presence of water, and the initiation temperature for cure should be less that 180 degrees Fahrenheit. When properly cured the resin liner system shall meet the structural and chemical resistance requirements of ASTM F1216 and ASTM F1743. Special Provisions SP-167 Williams Ave S & Wells Ave S Conversion Project December 2019 The activated resin shall contain a colorant compatible with the resin, organic peroxides and the installation and curing process, such as CreaNova® CHROMA CHEM 844-7260 Phthalo-Blue, or equivalent, at a level of 0.01-0.035 % by the weight of the resin. The colorant shall be added concurrently with the organic peroxide activator solution, or immediately after adding it to the resin, to serve as a multi-purpose visual quality assurance indicator. 7-22.2(3) Physical Properties The wall color of the interior pipe surface of the CIPP after installation shall be a light reflective color. 7-22.3 Construction Requirements 7-22.3(1) Preparation 7-22.3(1)A Cleaning Clean and prepare pipe per CIPP Manufacturer’s or Assembler’s requirements. 7-22.3(2) Installation 7-22.3(2)A Resin Impregnation The quantity of resin used for the fabric tube impregnation shall be sufficient to fill the volume of all voids in the fabric tube material with additional allowances for polymerization shrinkage and the loss of resin through cracks and irregularities in the host pipe wall. A vacuum impregnation process shall be used. To insure thorough resin saturation throughout the length of the felt tube the level of the vacuum and the speed of the resin advance shall be coordinated so that white spots (dry areas) at the inside surface of the flexible membrane shall be small, shallow, less than 10% of the fabric tube wall thickness or 3-mm, whichever is less, and be less than 1% of the volume of the resin per unit length. A roller system shall be used to uniformly distribute the resin throughout the fabric tube. The roller gap dimension shall be calculated by a method that determines the correct volume of resin/felt per foot contained within the confining perimeter of the flexible membrane. The "wet-out" fabric tube shall meet ASTM F 1216, 7.2 or ASTM F 1743, 6.2 as applicable, and shall have a uniform thickness and excess resin distribution that when compressed at installation pressures will meet or exceed the design thickness after cure. No dry or unsaturated layers shall be acceptable upon visual inspection as evident by color contrast between the felt fabric and the activated resin containing a colorant. The person in charge of the "wet-out" process shall complete and sign a "wet-out" sheet for each liner to be delivered to the site. The certified "wet-out" sheet shall include, but is not limited to, "wet-out" date, resin identification, fabric tube length, diameter, and thickness. The Contractor must submit to the Engineer the signed "wet-out" sheet for each liner delivered to the site. Special Provisions SP-168 Williams Ave S & Wells Ave S Conversion Project December 2019 Additionally, the Contractor shall submit a sample "wet-out" sheet from a previous job for the Engineer's review prior to the start of the "wet-out" process for the current project. The Owner reserves the right to inspect all phases of production and testing of materials, from manufacturing, shipping, "wet-out", installation, and cure, to finished product Liners installed in pipe segments that contain a vertical or horizontal curve shall utilize the inversion method only. 7-22.3(2)B Water, Air or Steam Curing After placement of the liner is complete, provide a suitable heat source and distribution equipment. The equipment shall be capable of circulating hot water, air, and/or steam throughout the lined section in accordance with the Manufacturer’s or Assembler’s recommendations to raise the temperature uniformly above the temperature required to affect a resin cure. This temperature shall be determined by the Manufacturer or Assembler based on the resin/hardener system employed. The heat source shall be fitted with continuous monitoring thermocouples to measure and record the temperature of the incoming and outgoing water, steam, and/or air supply. Water, steam, or air temperature during the cure period shall meet the requirements of the resin Manufacturer or Assembler as measured and recorded at the heat source inflow and outflow return lines. Provide standby equipment to maintain the heat source supply. The temperature during the cure shall not be less than 130 degrees Fahrenheit at the boundary between the pipe wall and the liner unless otherwise directed by the Manufacturer or Assembler to meet resin system requirements. Temperature shall be maintained during the curing period as recommended by the resin Manufacturer or Assembler, and shall follow the heating schedule supplied by the Manufacturer or Assembler. A data logger shall record temperature, pressure, and time during activation, heating, and curing. 7-22.3(2)C Cool Down Cool the liner down to temperature specified by Manufacturer or Assembler following the cure period for duration specified by Manufacturer or Assembler, prior to relieving static head. Care shall be taken to ensure that a vacuum is not induced which could damage the new CIPP during the release of head on the new CIPP. A data logger shall record temperature, pressure, and time during cool down. 7-23 RESIN IMPREGNATED FIBERGLASS CIPP (NEW SECTION) 7-23.1 Description Contractor shall provide and install a resin impregnated fiberglass material tube with a plastic coated wearing surface in all sewers identified for CIPP lining in accordance with ASTM F 1216 and ASTM F 2019. Special Provisions SP-169 Williams Ave S & Wells Ave S Conversion Project December 2019 7-23.1(1) Related Work Specified Elsewhere General Specifications for Cured In Place Pipe (CIPP), Section 7-21. 7-23.1(2) Reference Specifications, Codes, and Standards The following documents form a part of this specification to the extent stated herein and shall be the latest editions thereof. Where differences exist between codes and standards, the one affording the greatest protection shall apply, as determined by the City. Reference Title ASTM D 543 Test Method for Resistance of Plastics to Chemical Reagents ASTM D 578 Standard Specification Glass Fiber Strands ASTM D 638 Test Method for Tensile Properties of Plastics ASTM D 790 Flexural Properties of Unreinforced and Reinforced Plastics and Electrical Insulating Materials ASTM D 883 Definitions and Terms Relating to Plastics ASTM D 1600 Abbreviations, Acronyms, and Codes for Terms Relating to Plastics ASTM F 412 Definitions of Terms relating to Plastic Piping Systems ASTM F 1216 Rehabilitation of Existing Pipelines and Conduits by Inversion and Curing of a Resin Impregnated Tube ASTM F 2019 Standard Practice for Rehabilitation of Existing Pipelines and Conduits by the Pulled in Place Installation of Glass Reinforced Plastic (GRP) Cured- in-Place Thermosetting Resin Pipe (CIPP) 7-23.1(3) CIPP Liner Samples The Contractor shall prepare samples of the installed CIPP liner for subsequent testing of its physical properties. Samples shall be prepared and tested using the flat plate sampling method in accordance with the procedures in Section 8.1 of ASTM F 1216 or ASTM F 2019, as is applicable. The sample will be constructed on the same materials (tube and resin/catalyst) as is used for that given liner installation. The flat plate sample shall be large enough to provide five sample specimens for each Short Term Flexural (Bending) properties as per ASTM D 790 and ASTM D 638 respectively. The cured sample shall be tested by an independent testing laboratory, as recommended by the CIPP liner manufacturer and approved by the Engineer, for the bending and tensile properties, as per ASTM D 790 and ASTM D 638 respectively. Final payment will not be made until test results are received. The Contractor shall be responsible for any deviation from the specified physical properties and those evaluated through testing. Failure to meet the specified physical properties will result in the CIPP liner being considered defective work which will be handled in Special Provisions SP-170 Williams Ave S & Wells Ave S Conversion Project December 2019 accordance with Section 1-05 of the standard specifications. The Contractor shall be responsible for all costs associated with the testing of the liner physical properties. The above-stated sampling shall be performed for each separate installation of CIPP. For example: one flat plate sample from each individual pipeline liner installed. The wall thickness of the material tube shall be ordered to the next standard 1.0 mm incremental thickness above the minimum calculated design thickness. Unless otherwise specified to provide for excess resin migration, the gap thickness of the wetting-out equipment shall be sized to allow an excess of 5 to 10 percent resin to pass during impregnation. The minimum wall thickness shall be determined at a minimum of three locations on a cut section of the CIPP flat plate sample using a method of measurement accurate to the nearest 0.005 inch. 7-23.1(4) CIPP Liner Handling Contractor shall exercise adequate care during transportation, handling, and installing to ensure the CIPP material is not torn, cut, or otherwise damaged. If any parts of the CIPP materials becomes torn, cut, or otherwise damaged before or during insertion, it shall be repaired or replaced in accordance with the manufacturer’s recommendations and approval by the Engineer before proceeding further; and at the Contractor’s expense. 7-23.2 Materials 7-23.2(1) General Specifications All materials and installation procedures provided by the Contractor for use in the CIPP installation process shall be equal to or exceed the requirements of Sections 5 and 7 of ASTM F 1216 or ASTM F 2019 Section 5 and 6, as is applicable. Wrinkles in the finished liner pipe which cause a backwater of one (1) inch or more or reduce the hydraulic capacity of the pipe (wrinkles which exceed five (5) percent of the pipe diameter) are unacceptable and shall be removed or repaired by the Contractor at no additional cost to the Owner. Wrinkles in the finished liner pipe that reduce the structural stability of the pipe are unacceptable. If a void between the wrinkle and the pipe exists, the Contractor shall repair or replace that section of the pipe at no additional cost to the Owner. Methods of repair shall be proposed by the Contractor and submitted to the Engineer for review. Contractor shall be responsible for control of all material and process variables to provide a finished CIPP possessing the minimum properties specified in ASTM F 1216 or ASTM F 2019, as is applicable and supplemented herein. 7-23.2(2) Chemical Resistance The chemical resistance tests should be completed in accordance with Test Method ASTM D 543. Exposure should be for a minimum of one month at 73.4 degrees F. During this period, the CIPP test specimens should lose no more than 20 percent of their initial flexural strength and flexural modulus when tested in accordance with Section 8 of ASTM F 1216 or ASTM F 1743, whichever is applicable. Special Provisions SP-171 Williams Ave S & Wells Ave S Conversion Project December 2019 The Contractor shall be responsible for all costs associated with the chemical resistance tests. Proof of meeting these requirements shall be provided to the Engineer for approval at least ten (10) days prior to commencement of work. 7-23.2(3) Component Properties The fiberglass tubing shall be made of non-corrosion material and shall be free from tears, holes, cuts, foreign materials and other surface defects. The physical properties apply to CIPP manufactured polyester or vinylester resin. Resins should be appropriate for conditions encountered. 7-23.2(4) Finished and Cured CIPP Liner Properties The physical properties of the cured CIPP shall have minimum initial test values as given in Section 17-21. Properties for these or any other enhanced resins shall be substantiated with test data. 7-23.2(5) Dimensions Contractor shall make allowances in determining the in-liner tube length and circumference for stretch during installation and shrinkage during curing. The minimum length shall be that which continuously spans the distance from the center of the inlet manhole to the center of the outlet manhole. The Contractor shall verify the lengths in the field before the in-liner tube is cut and impregnated. Individual installation runs may include one or more manhole-to-manhole sections as approved by the Engineer. Installation of the liner shall be through existing or new manholes. Excavation for liner insertion shall not be permitted except to replace the manhole cones, if necessary and/or required. The diameter of the existing pipes may be larger than the nominal inside diameter. It is the Contractor’s responsibility to determine the required diameter of the liner. The maximum wall thickness shall be at least the calculated design thickness, or the minimum specified, to increase the diameter only as much as necessary. 7-23.3 Construction Requirements 7-23.3(1) Installation Procedures It is forbidden to “wet-out” in-liner at the construction site because of external influences such as heat, no possibilities to control vacuum and correct mixture of resin. The Contractor shall ensure that the pressure inside of the CIPP tube exceeds the outside pressure due to groundwater. 7-23.3(1)A Installation Process The liner will be installed by the pull/winch method. Special Provisions SP-172 Williams Ave S & Wells Ave S Conversion Project December 2019 The Contractor has to make sure that at no time resin can come in contact to the groundwater and cause environmental issues. Preparing the old pipe or inversion of a pre-liner is part of the installation and is included without any additional costs. Before pulling the in-liner in, a protective foil has to be installed. The in-liner tube shall be impregnated with resin and lowered into the manhole. The tube shall then be pulled into position within the existing pipe with the aid of a power winch that is equipped with a device to monitor the force and prevent excessive tension and tube elongation as determined by the liner manufacturer. The pipe shall then be inflated with air. The in-liner has to be inspected immediately before starting the curing process. 7-23.3(1)B Curing Pre-curing video inspection of the inflated liner must be recorded and the entire length of the liner must be recorded including the liner section that the light chain occupies at any one time. Two cameras must be located on the light chain, one on the front and one on the rear of the light chain to insure the entire length of the liner has been properly inflated. Curing must be done under UV – Light only. The curing process shall follow a step cure or similar approach recommended by the manufacturer and approved by the Engineer, and shall be held at the top step for an adequate length of time as determined by the liner manufacturer to ensure that the design physical properties are attained. Pressure, temperature and curing process shall be monitored by both, computer and video at any time as determined by the liner manufacturer. 7-23.3(2) Finished Product The finished CIPP shall be continuous over the entire length of an installation run. Defects such as foreign inclusions, dry spots, pinholes, de-lamination, and wrinkling beyond the specification allowances, determined by the Engineer as affecting the integrity or strength of the CIPP, or as adversely affecting the hydraulic capacity of the CIPP, shall be repaired or replaced at the Contractor’s expense. Special Provisions SP-173 Williams Ave S & Wells Ave S Conversion Project December 2019 DIVISION 8 MISCELLANEOUS CONSTRUCTION 8-01 EROSION CONTROL AND WATER POLLUTION CONTROL 8-01.1 Description Section 8-01.1 is supplemented with the following: This Work shall consist of the Contractor implementing the Contracting Agency-provided Stormwater Pollution Prevention Plan (SWPPP) to complete the project’s National Pollutant Discharge Elimination System (NPDES) permit. The Contractor shall be required to follow and implement the SWPPP. The Work includes but is not limited to weekly reporting to Department of Ecology on behalf of the Contracting Agency. 8-01.3 Construction Requirements 8-01.3(1) General Section 8-01.3(1) is supplemented with the following: The Contractor shall be responsible for all Work required for compliance with the Construction Stormwater General Permit (CSWGP) including annual permit fees. 8-01.3(1)F Stormwater Sampling Section 8-01 .3(1)F is added as follows: Stormwater sampling shall be performed by the Contractor or authorized representative at the frequencies required in the Construction Stormwater General Permit (weekly at minimum). Samples shall be analyzed for turbidity and pH in accordance with the Construction Stormwater General Permit. Sampling shall be conducted in accordance with the EPA 180.1 analytical method and the Washington State Department of Ecology's How to do Stormwater Monitoring: A guide for construction sites, available online at http://www.ecy.wa.gov/pubs/0610020.pdf. Samples shall be taken at the point of discharge from the site. Reports of the sampling results shall be recorded in the project SWPPP and shall be submitted monthly to the Contracting Agency and the Washington State Department of Ecology. The DMR forms are mailed to permittees when permit coverage is granted for the project. If there are no discharges during the month, the Contractor is still required to submit a form stating "no discharge". The sampling results shall be submitted via mail to: Department of Ecology Water Quality Program - Construction Stormwater PO Box 47696 Olympia, Washington 98504-7696 Special Provisions SP-174 Williams Ave S & Wells Ave S Conversion Project December 2019 Ecology must receive DMR's within 15 days after the end of each month. If the permittee monitors more frequently than required by the permit, these results also need to be submitted in the DMR. Corrective measures shall be taken if benchmark values are exceeded. The key benchmark turbidity value is 25 nephelometric turbidity units (NTU) for the downstream receiving water body. If the 25 NTU benchmark is exceeded in any sample collected from the discharge point, the following steps will be conducted: a. Ensure all BMPs specified in this SWPPP are installed and functioning as intended. b. Assess whether additional BMPs should be implemented, and document modified BMPs in the SWPPP as necessary. c. Sample discharge daily until the discharge is 25 NTU or lower. If the turbidity exceeds 250 NTU at any time, the following steps will be conducted: a. Notify Ecology by phone within 24 hours of analysis. b. Continue sampling daily until the discharge is 25 NTU or lower Initiate additional treatment BMPs such as off-site treatment, infiltration, filtration and chemical treatment within 24 hours, and implement those additional treatment BMPs as soon as possible, but within a minimum of 7 days. 1. Describe inspection results and remedial actions taken in the site log book and in monthly discharge monitoring reports. Sampling and monitoring for pH will occur during the phase of construction when concrete pouring will be conducted until fully cured (3 weeks from pour). Samples will be collected weekly at all discharge points prior to discharge to surface water. Samples will be analyzed for pH using a calibrated pH meter and recorded in the site log book. The key benchmark pH value for stormwater is a maximum of 8.0. If a pH greater than 8.0 is measured at a discharge point that has the potential to discharge to surface water, the following steps will be conducted: a. Assess whether additional BMPs should be implemented and whether associated revisions to the SWPPP are necessary. b. Stop (detain) all discharges from leaving the site and entering surface waters or storm drains if the pH is greater than 8.5. c. Sample sedimentation pond the following day, and if the pH exceeds 8.0 for the second consecutive day, implement C02 sparging treatment. d. Sample and measure pH daily until there are 3 consecutive pH measurements less than 8.0. Special Provisions SP-175 Williams Ave S & Wells Ave S Conversion Project December 2019 e. If there are 3 consecutive pH measurements greater than 8.0, notify the Washington Department of Ecology by phone within 24 hours of the 3rd measurement exceeding a pH of 8.0 and initiate discussions with Ecology regarding additional treatment BMPs. f. Describe inspection results and remedial actions that are taken in the site log book and in monthly Discharge Monitoring Reports. 8-01.3(8) Street Cleaning Section 8-01.3(8) is supplemented with the following: The Contractor shall be responsible for controlling dust and mud within the project. The Contractor shall be prepared to use watering trucks equipped with high-velocity water jets and low-head sprinkling devices, power sweepers, and any other pieces of equipment necessary to avoid creating a nuisance. All streets used by the Contractor during the execution of the work under this contract shall be maintained in a clean condition. Any damage caused by dust and/or mud shall be the sole responsibility of the Contractor. In no case shall sediment- laden water be allowed to enter drainage facilities without prior filtration or sedimentation. The roadways shall be swept daily and as needed, and kept in a clean condition. All costs associated with Street Cleaning and Sweeping shall be incidental to the various bid items. 8-01.3(9)D Inlet Protection Section 8-01.3(9)D is supplemented with the following: Inlet protection can be in the form of internal devices and shall be installed prior to clearing, grubbing, or earthwork activities. Catch Basin Inserts shall be installed on all new Catch Basins that are constructed as part of this contract. When the depth of accumulated sediment and debris reaches approximately one-half the height of an internal device or one-third the height of the external device (or less if so specified by the manufacturers), the deposits shall be removed and stabilized on site. Catch basin inserts shall be installed at all catch basins within project limits and those immediately downstream of the project site that could possibly receive sediment laden runoff from the site. They shall be installed and meet the requirement of the detail in the Plans. Simply placing a piece of geotextile under the catch basin grate is not acceptable. Catch basin inserts shall be installed, maintained, inspected, and removed by the Contractor per the Standard Specifications and as recommended by the manufacturer. Inlet protection devices shall be regularly cleaned at the discretion of the Engineer. The cost of this cleaning is incidental to other items of Work. 8-01.3(16) Removal The first paragraph of Section 8-01.3(16) is revised to read: Special Provisions SP-176 Williams Ave S & Wells Ave S Conversion Project December 2019 The Contractor shall remove all temporary BMP’s and all associated hardware from the project limits prior to Physical Completion unless otherwise approved by the Engineer. Physical Completion is at the sole discretion of the Engineer and will require the following: 1. All other Work required for Contract Completion has been completed. 2. All Work required for compliance with the CSWGP has been completed to the maximum extent possible. This includes removal of BMPs that are no longer needed and the site has undergone all stabilization identified for meeting the requirements of Final Stabilization in the CSWGP. 3. An Equitable Adjustment change order for the cost of Work that has not been completed by the Contractor. Add New Section 8-01.3(17) as follows: 8-01.3(17) Protection of Existing Trees and Shrubs The Contractor shall carefully protect existing trees and shrubs not specifically protected with high visibility fence during the course of construction against cutting, breaking or skinning of roots, skinning or bruising of bark. The Contractor shall plan all operations so as to avoid creating situations in which trees and shrubs may be damaged. Notify the Engineer if construction may damage trees and shrubs. The Contractor shall not proceed with Work until directed by the Engineer. Root Protection Cut exposed roots clearly and keep moist with straw mulch and burlap or equivalent during the time trenches are open. Hand dig trenches in areas with extensive roots. Roots larger than 3" in diameter shall be left intact and the Engineer notified for instructions on how to proceed. Damages for Loss or Injury to Existing Trees and Shrubs to Remain The Contractor shall be liable for damage to trees and shrubs. In the event of injuries to the crown, trunk or root system of existing trees and shrubs resulting from the Contractor's failure to protect them (the just value of which is determined by the Valuation of Landscape Trees, Shrubs, and Other Plants, (Current Edition) damages shall be deducted from the total amount due the Contractor. 8-01.5 Payment Section 8-01.5 is supplemented with the following: "Erosion/Water Pollution Control" shall also be full pay for all Work and materials necessary to implement the SWPPP and achieve the runoff turbidity and pH levels compliant with the identified benchmarks and permit requirements, as approved by the Engineer. All erosion control measures are included in "Erosion/Water Pollution Control", except as otherwise noted in the Contract Documents. Special Provisions SP-177 Williams Ave S & Wells Ave S Conversion Project December 2019 8-02 ROADSIDE RESTORATION 8-02.2 Materials Section 8-02.2 is supplemented with the following: Topsoil Type A Section 9-14.1(1) Fertilizer Section 9-14.3 Bark or Wood Chip Mulch Section 9.14.4(3) Root Barrier Section 9-14.8 Tree Watering Bag System Section 9-14.9 8-02.3(1) Responsibility During Construction Section 8-02.3(1) is supplemented with the following: Dumping or stockpiling of topsoil or bark mulch shall not be allowed on roadway surfaces. The Contractor shall locate all underground utilities (both new and existing) prior to starting work and shall not disturb or damage them. Promptly notify the Engineer of any conflict between the proposed work and any obstructions. The Contractor shall be responsible for making any and all repairs for damage caused by his or her activities. 8-02.3(2) Roadside Work Plan Section 8-02.3(2) is supplemented with the following: The Contractor shall submit to the Contracting Agency a Roadside Work Plan meeting the requirements of the Standard Specifications a minimum of 30 calendar days prior to commencing the installation of topsoil, bark mulch, irrigation systems, and / or landscape materials. 8-02.3(4)A Topsoil Type A Section 8-02.3(4)A is supplemented with the following: Topsoil Type A shall conform to Section 9-14.1(1) of these Special Provisions and shall be supplied by a Contractor's supplied source, and as approved by the Engineer. 8-02.3(5) Planting Area Preparation Section 8-02.3(5) is supplemented with the following: Thoroughly scarify subgrade in all planter areas to a minimum depth of eight inches (8”), unless otherwise noted on the plans. Scarified subgrade shall be inspected and approved by the Engineer prior to the placement of topsoil. Remove all construction debris and rocks over two-inches (2”) in diameter prior to placing topsoil. Topsoil Type A shall be used in any areas requiring additional soil to bring subgrade up to grade, prior to the placement of required depth of Topsoil A as noted on the plans. Special Provisions SP-178 Williams Ave S & Wells Ave S Conversion Project December 2019 Upon approval of the subgrade, Topsoil Type A shall be installed in two lifts. The first six-inch (6”) lift shall be incorporated into the top eight inches (8”) of the subgrade by rototilling. Then the remaining topsoil shall be installed to achieve the minimum compacted depth shown on the Plans. Remove rocks, roots, and debris over 1-inch (1”) diameter in cultivated areas. Lightly compact soil to a compaction rate of no more than 85% and establish a smooth and uniform finished grade to allow surface drainage and prevent ponding. Areas around existing trees to remain shall not be cultivated within an additional three-foot (3’) radius of the tree dripline or any other areas which appear to have a significant number of existing tree roots. Finish grade of planter areas shall be brought to a uniform grade, one inch (1”) plus the specified depth of mulch, below walks, curbs, junction and valve boxes, and driveways, unless otherwise specified. Finish grades shall be reviewed and approved by the Engineer prior to any plant or sod installation. Any additional fine grading to get a firm smooth surface in the planter areas shall be considered incidental to and included in the unit contract price for placement and installation of Topsoil Type A. The costs of removing all excess material and debris shall be considered incidental to and included in the unit contract prices of other items in this contract. Contractor shall coordinate installation of root barrier with topsoil installation, where shown on the Plans. 8-02.3(8) Planting Section 8-02.3(8) is supplemented with the following: All trees, shrubs, and groundcovers shall be planted as detailed on the Plans. Scarify sides and bottom of all planting pits prior to planting. Sufficient planting soil shall be placed around the plant and compacted so as to ensure that the location of the ground line at the top of the root ball is the same as the nursery. Plant trees upright and face to give best appearance or relationship to adjacent structures and hold rigidly in position until planting soil has been backfilled and tamped firmly around the root ball or roots. Balled and burlapped plants shall be placed in the planting pits with the burlap intact; then the binding shall be removed and all of the burlap or cloth wrapping materials shall be removed from the root ball. Remove all plastic, twine and ropes. The plant shall be rejected if the root ball is cracked or broken during removal of wrapping or during the planting process. When the pit is backfilled halfway, place the specified quantity of fertilizer in planting pit, unless otherwise specified on the plans. Evenly spread fertilizer adjacent to the root system at a depth that is between the middle and the bottom of the root system. Do not injure root system. Place and compact planting topsoil carefully to avoid injury to roots; fill all voids. Special Provisions SP-179 Williams Ave S & Wells Ave S Conversion Project December 2019 When pit is three-quarters (3/4) backfilled, completely fill with water and allow water to soak away. If water does not drain within ½ hour notify Engineer; tree planting pits which do not drain properly may require drain-rock sump to facilitate drainage. Fill pits with additional soil to finish grade and continue backfilling as detailed on plans. Provide and install “Root Barrier” as detailed on Plans. “Root Barrier” shall be as specified in Section 9-14.4(8) Root Barrier of these special provisions. Provide and install “Tree Watering Bag System” where indicated on the plans. Install per manufacturer’s recommendation. “Tree Watering Bag System” shall be considered incidental to and included in the unit contract prices of other items in this contract. 8-02.3(10) Fertilizers Section 8-02.3(10) is supplemented with the following: Trees and shrubs shall be fertilized at a rate according to manufacturer’s recommendations. Fertilizer tablets shall be considered incidental to and included in the unit contract price for trees and shrubs. Fertilizers shall be as specified in Section 9-14.3 Fertilizer, of these Special Provisions. 8-02.3(11) Bark or Wood Chip Mulch Section 8-02.3(11) is supplemented with the following: Bark Mulch shall be placed over all planting beds to a depth of no less than two inches (2”). Thoroughly water and hose down plants with a fine spray to wash the leaves of the plants immediately after application. Bark Mulch shall meet the requirements of Section 9-14.4(3) Bark or Wood Chip Mulch of these special provisions and shall be supplied by a Contractor's supplied source, and as approved by the Engineer. 8-02.3(13) Plant Establishment Section 8-02.3(13) is supplemented with the following: Plant establishment shall also include maintenance of “Tree Watering Bag System”, including providing and filling bags with water a minimum of two (2) times per week from May 1 through September 30. Add New Section 8-02.3(17): 8-02.3(17) Protection of Private Property and Property Restoration Protection of Private Property and Tree Protection shall consist of protecting existing trees, shrubs, groundcover and other landscape materials, and protecting existing landscape irrigation and lighting systems outside of the limits of work. Property Restoration shall consist of placement of additional plant materials, sod, seed and bark mulch in order to restore all disturbed areas to original condition or better, as directed by the Engineer. Special Provisions SP-180 Williams Ave S & Wells Ave S Conversion Project December 2019 All materials shall conform to Sections 9-14 Erosion Control and Roadside Planting and 9-15 Irrigation System of the Standard Specifications. The Contractor is specifically reminded that any unnecessary damage caused by construction activities will be repaired at the Contractor’s expense. Topsoil shall be Type A and Bark Mulch shall be medium grade fir or hemlock. Grass areas shall be restored with hydroseed where directed. The force account item provided for Property Restoration also includes any adjustments and/or replacements of existing irrigation systems not covered under Section 8-03 Irrigation Systems of the Special Provisions. This work shall also consist of modifying existing landscape lighting systems as may become necessary by these improvements. The Contractor is advised that protecting existing private irrigation and lighting systems from damage does not constitute a basis for claim or extra work. “Property Restoration” has been provided as a basis for modifications or improvements to private lighting systems and irrigation systems that may become necessary, but could not be foreseen prior to construction. 8-02.4 Measurement Section 8-02.4 is supplemented with the following: The pay quantities for the plant materials will be determined by count of the number of satisfactory installed trees, shrubs, groundcover and other landscape materials accepted by the Engineer. “Topsoil Type A” and “Bark or Wood Chip Mulch” will be measured by the cubic yard in the haul conveyance at the point of delivery. “Root Barrier” will be measured by the linear foot of root barrier installed and accepted by the Engineer. 8-02.5 Payment Section 8-02.5 is supplemented with the following: “Protection of Private Property and Tree Protection”, per lump sum The lump sum contract price for “Protection of Private Property and Tree Protection” shall be full compensation for all materials, labor, tools, equipment, and supplies necessary to protect existing private landscapes, including but not limited to trees, plant material, irrigation and lighting systems. “Property Restoration”, per force account “Topsoil Type A”, per cubic yard “Bark or Wood Chip Mulch”, per cubic yard “PS____”, per each Special Provisions SP-181 Williams Ave S & Wells Ave S Conversion Project December 2019 The unit contract price for “PS____", per each, shall be full compensation for all materials, labor, tools, equipment, and supplies necessary to fine grade, produce, plant, cultivate and cleanup for the particular items called for in the plans. Tree staking, fertilizer, pea gravel, and “Tree Watering Bag System” shall be incidental to the above bid items and all costs shall be included in the unit contract prices. “Root Barrier”, per linear foot 8-03 IRRIGATION SYSTEM 8-03.1 Description Section 8-03.1 is supplemented with the following: The work shall consist of installing a fully functioning and complete landscape irrigation system, with four (4) points of connections and four (4) automatic controllers. 8-03.2 Materials Section 8-03.2 is supplemented with the following: Refer to Section 9-15 Irrigation System of these Specifications. 8-03.3 Construction Requirement Section 8-03.3 is supplemented with the following: Backfilling of irrigation piping shall be in accordance with Section 7-08.3(3) Backfilling of these Special Provisions. In paved asphalt areas, the pavement restoration shall be per typical sections shown on the Plans. The Contractor shall connect Point of Connection assemblies as shown on the Plans to irrigation meter(s) as specified in Section 7-15 Service Connections, of these Special Provisions, and as shown on the Plans. Contractor is responsible for providing and installing the irrigation meter and all associated equipment and connections. The irrigation meters and water connections shall be measured and paid for separately as specified in Section 7-15 Service Connections. The Contractor is responsible for coordinating and the installation of a telephone/communications line with either CenturyLink or Comcast, to the irrigation controllers, prior to installation of controller equipment. 8-03.3(3) Piping Section 8-03.3(3) is supplemented with the following: Special Provisions SP-182 Williams Ave S & Wells Ave S Conversion Project December 2019 All irrigation sleeves shall be Schedule 40 and sized and located as shown on the Plans. Sleeving size shall be a minimum of two times the diameter of all pipe and control wire to be placed in the sleeve. The Contractor is alerted that irrigation sleeves are not shown on the Roadway Plan & Profile Sheets and thus will require coordination with the Irrigation Plans. PVC Pipe and Fittings Due to the nature of PVC pipe and fittings, the Contractor shall exercise care in handling, loading, unloading and storing pipe to avoid damage. The pipe and fittings shall be stored under cover and shall be transported in a vehicle with a bed long enough to allow the length of pipe to lie flat so as not to be subject to undue ending or concentrated external load at any point. Any pipe that has been dented or damaged shall be set aside until such damage has been cut out and pipe is rejoined with a coupling. Solvent welded joints shall be performed as a two-step process using primer and glue. In each case, both fittings and pipes must be given the following applications. Both must first be primed and then be glued. Give at least 15 minutes set-up time before moving or handling. Pipe shall be partially center loaded to prevent arching and slipping. No water shall be permitted in the pipe until at least 10 hours have elapsed for the weld to set and cure. Backfilling shall be done when pipe is not in an expanded condition due to heat or pressure. Cooling of the pipe can be accomplished by operation the system for a short time before backfill, or by backfilling in the early part of the morning before the heat of day. Before pressure testing, soluble weld joints shall be given at least 24 hours curing time. No PVC pipe may be threaded or connected to a threaded fitting without an adapter. Great care must be taken to ensure that the inside of the pipe is absolutely clean. Any pipe ends not being worked on must be protected and not left open. 8-03.3(7) Flushing and Testing Section 8-03.3(7) is supplemented with the following: The Contractor shall advise the Engineer at least 48 hours before pressure tests are to be conducted and shall have the approval of the Engineer before backfilling, both main lines and lateral lines and system must pass an electrical resistance test. The pressure reducing valves shall also be inspected at this time. All drip system lines, lateral and drip microtubing, shall be fully flushed (3) three times, to ensure removal of any debris in the system. Before backfilling, main lines and automatic valves shall be flushed twice, once prior to placement of valves and the second after placement of the valves. Main Line Test (Hydrostatic Pressure Test) With all valves in place and closed, and all joints exposed. Special Provisions SP-183 Williams Ave S & Wells Ave S Conversion Project December 2019 Attach test pump to head of main line after twin check. Attach gate valve to opposite end of main line. Open gate valve at end of main line and open main shut-off valve until all air is removed from main line. Close gate valve at end of main line and install pressure gauge and reopen gate valve. Close main shut-off valve and apply 150 psi test to main line. Hold for one hour. Maximum allowable drop is 10 psi. At the end of test close gate valve at end of mainline and remove pressure gauge. Open gate valve and slowly remove pressure from line. Lateral Line Test With all valves and swing joints in place. Apply 100 psi test to lateral lines for one hour. Maximum allowable drop is 10 psi. Rejected systems or portions of shall be repaired and retested. Any leakage noted shall be corrected and the test repeated until the system is air-tight, at the Contractor’s expense. To be valid, all tests must be performed under the direction and supervision of authorized City of Renton personnel, or authorized representative. The location, inspection and testing provisions of these specifications will be strictly adhered to. If for any reason any part of the sprinkler system is backfilled before being authorized by the Engineer, it must be completely uncovered and exposed until approved for backfilling by the Engineer. 8-03.3(11) System Operation Section 8-03.3(11) is supplemented with the following: Before the sprinkler system will be accepted, the Contractor, in the presence of the Engineer, shall perform a water coverage test to determine if the water coverage and operation of the system is complete and satisfactory. If any part of the system is inadequate it shall be repaired or replaced at the Contractor's expense and the test repeated until accepted. The entire sprinkler system shall be guaranteed by the Contractor to give complete and satisfactory service for a period of one year from the date of final acceptance of the work by the City of Renton. Should any malfunction develop within the one-year period, which in the opinion of Engineer, is due to faulty material or workmanship, the trouble shall be corrected, without delay, to the satisfaction of the Engineer at the Contractor's expense. All backfilled trenches shall be repaired by the Contractor at his expense, including restoration of plant materials. Special Provisions SP-184 Williams Ave S & Wells Ave S Conversion Project December 2019 8-03.3(14) Irrigation Electrical Service Section 8-03.3(14) is supplemented with the following: Power provisions for Irrigation Electrical Service and locations of irrigation controllers shall be as shown on the Illumination Plan. The Contractor shall make all necessary arrangements with the Electrical Contractor to establish electrical service for the irrigation system, as shown on Plans, including all trenching, conduit, and restoration that may be necessary, for (4) four locations to four irrigation controllers as indicated on the plans. Contractor shall extend conduit to planters from the irrigation controller(s) as shown on the plans for valve wiring. 8-03.5 Payment Section 8-03.5 is supplemented with the following: Payment shall be made for the following bid item: “Automatic Irrigation System, Complete”, per lump sum All costs associated with testing, inspection, and obtaining final approval; providing electrical and communication service for the irrigation controller; and for furnishing and installing plastic valve boxes where indicated and as detailed in the Plans shall be considered incidental to the lump sum contract price for “Automatic Irrigation System, Complete”. The lump sum price for "Automatic Irrigation System, Complete" shall be full compensation for furnishing all labor, materials, tools, and equipment necessary or incidental to the construction of the complete and operable sprinkler irrigation system as shown in the Plans or as directed by the Engineer. 8-04 CURBS, GUTTERS, AND SPILLWAYS 8-04.1 Description Section 8-04.1 is supplemented with the following: This work shall also consist of installing Cement Conc. Valley Curb in locations as shown and as detailed on the Plans. 8-04.3(1) Cement Concrete Curbs, Gutters, and Spillways The first paragraph of Section 8-04.3(1) is deleted and replaced with the following: All Cement Conc. Traffic Curb and Gutter, Cement Conc. Valley Curb, and Extruded Curb shall be constructed with air entrained concrete Class 4000 conforming to the requirements of Section 6-02. Special Provisions SP-185 Williams Ave S & Wells Ave S Conversion Project December 2019 8-04.4 Measurement Section 8-04.4 is supplemented with the following: Cement Conc. Valley Curb (including transition areas) shall be measured per linear foot of curb installed. 8-04.5 Payment Section 8-04.5 is supplemented with the following: “Cement Conc. Traffic Curb and Gutter”, per linear foot. “Cement Conc. Valley Curb”, per linear foot. “Extruded Curb”, per linear foot. 8-06 CEMENT CONCRETE DRIVEWAY ENTRANCES 8-06.1 Description Section 8-06.1 is supplemented with the following: This work shall also consist of installing Scored Cement Concrete Driveway Type 1 and 2 with saw cut scoring and finishes as detailed on the Plans and specified herein. 8-06.3 Construction Requirements Section 8-06.3 is supplemented with the following: Cement concrete driveway entrances shall be constructed with saw cut scoring and medium- light sandblast finish as shown on the Plans. 8-06.4 Measurement Section 8-06.4 is supplemented with the following: “Cement Conc. Driveway Entrance” shall be measured to include the flare/wing on either side of the driveway, saw cut scoring and medium-light sandblast finish as indicated on the Plans. The flare/wing areas shall be excluded from payment under “Cement Conc. Sidewalk”. Scored Cement Concrete Driveway Type 1 and 2 shall be measured and paid under the bid item “Cement Conc. Driveway Entrance”. 8-06.5 Payment Section 8-06.5 is supplemented with the following: Payment will be made for the following bid item: Special Provisions SP-186 Williams Ave S & Wells Ave S Conversion Project December 2019 “Cement Conc. Driveway Entrance”, per square yard. 8-07 PRECAST TRAFFIC CURB 8-07.4 Measurement Section 8-07.4 is supplemented with the following: “Traffic Separator Curb” shall be measured by the linear foot of traffic separator curb installed. 8-07.5 Payment Section 8-07.5 is supplemented with the following: “Traffic Separator Curb”, per linear foot. 8-13 MONUMENT CASES 8-13.1 Description Section 8-13.1 is supplemented with the following: This Work shall consist of adjusting existing monument case and covers where shown in the Plans. 8-13.3 Construction Requirements Section 8-13.3 is supplemented with the following: Reestablishment of Disturbed Monument The Professional Land Surveyor who has been engaged by the Contractor for the purposes of roadway surveying shall be responsible for perpetuating and documenting existing monument in compliance with the Application for Permit to Destroy a Survey Monument (WAC 332-120). Following approval by the Public Land Survey Offices, copies of the Application for Permit shall be forwarded to the Contracting Agency. Reestablishment of existing monuments, if required during construction, shall be measured and paid per each as ‘Monument Case and Cover’. 8-13.5 Payment Section 8-13.5 is supplemented with the following: “Monument Case and Cover”, per each. Special Provisions SP-187 Williams Ave S & Wells Ave S Conversion Project December 2019 The contract bid price for “Monument Case and Cover”, per each, shall be full compensation for adjustment to grade, all labor, materials, tools and equipment necessary to complete the work as defined in the Plans, the Standard Specifications and these Special Provisions. 8-14 CEMENT CONCRETE SIDEWALKS 8-14.1 Description Section 8-14.1 is supplemented with the following: This work shall consist of constructing and installing standard cement concrete sidewalks, thickened edge sidewalks, scored cement concrete sidewalks with medium-light sandblast finish, sidewalk /driveway edge with medium-heavy sandblast finish, and cement concrete curb ramps including detectable warning patterns as shown on the Plans. Driveway entrances and curb ramps shall be measured separately from sidewalks. 8-14.2 Materials Section 8-14.2 is supplemented with the following: Detectable Warning Surface Detectable/tactile warning surface shall be 24 inch x 24 inch in “Colonial Red” (Federal Color No.20109). Submit two (2) tile samples minimum 6”x6” for approval prior to installation. Provide surface applied detectable/tactile warning mat (tiles) which comply with the detectable warnings on walking surfaces section of the Americans with Disabilities Act (Title III Regulations, 28 CFR Part 36 ADA STANDARDS FOR ACCESSIBLE DESIGN, Appendix A, Section 4.29.2 DETECTABLE WARNINGS ON WALKING SURFACES). The detectable/tactile warning mat or Vitrified Polymer Composite (VPC) Detectable/Tactile Warning Surface shall be an epoxy polymer composition with an ultra violet stabilized coating employing aluminum oxide particles in the truncated domes. The tile shall incorporate an in- line pattern of truncated domes measuring nominal 0.2” height, 0.9” base diameter, and 0.45” top diameter, spaced center-to-center 2.35” as measured on a diagonal and 1.67” as measured side by side. For wheelchair safety the field area shall consist of a non-slip surface with a minimum of 40 - 90° raised points 0.045” high, per square inch. 8-14.3 Construction Requirements The first paragraph of Section 8-14.3 is deleted and replaced with the following: The concrete in the sidewalks and curb ramps shall be air entrained Class 4000 in accordance with the requirements of Section 6-02. Section 8-14.3 is supplemented with the following: Standard cement concrete sidewalk shall be installed per Downtown Renton Streetscape Design Standards and Guidelines. Special Provisions SP-188 Williams Ave S & Wells Ave S Conversion Project December 2019 Medium-light sandblast finish shall be installed as detailed and in locations as shown on the Plans. Scored Cement Concrete Sidewalk saw cut scoring shall be perpendicular to the back of curb and scored joints shall be parallel and perpendicular to the roadway centerline, as detailed on the Plans. Finish areas shall be as shown per Plans. Mock-Ups Prior to start of installation of scored cement concrete sidewalks and edges with sandblast finish(es) the Contractor shall provide a minimum twenty four (24) square foot sample, 6x4 of scored cement concrete with 2x4 light sandblast finish, 2x4 medium-light sandblast finish, 2x4 medium-heavy sandblast finish, to be reviewed and approved by the Engineer. This sample shall be the standard for the balance of the rest of the work installed, for both the scored cement concrete sidewalk with med/light sandblast finish and the sidewalk/driveway edge with heavy sandblast finish, and shall be protected from damage until final acceptance and approval. Detectable warning surface shall be installed per manufacturer’s recommendations. Cement concrete sidewalk thickness shall be as shown on the Plans. Full depth expansion joints for cement concrete sidewalk shall be constructed with a maximum spacing of 12 feet, and as detailed on the Plans. Score joints shall be constructed at a maximum distance of 6 feet from each full depth expansion joint, except where specific dimensions are detailed on the Plans. Asphalt mastic joint fillers in the sidewalk shall be 3/8” x 4” and of the same material as that used in the curb, and shall be placed in the same location as that in the curb. No concrete for sidewalk shall be poured against dry forms or dry subgrade. The Contractor may provide suitable vibrating finishers for use in finishing concrete sidewalks. The type of vibrator and its method of use shall be subject to the approval of the City. Curbs may be placed integral with the sidewalk or wheelchair curb ramp installation. If the Contractor elects to place the curbs integral with sidewalk, then a standard sidewalk dummy joint shall be placed at the location where the back of curb would be as if the curb were place separately. After troweling and before jointing or edging, the surface of the sidewalk shall be lightly brushed in a transverse direction with a soft brush to give a broom finish and the ramps shall be textured as shown on the drawings and as directed by the City. The Contractor shall not use any two course construction of any type in any location. All work must be single course, finished to the lines and grades as shown on the drawings, all as directed by the City. All completed work shall be so barricaded as to prevent damage by unauthorized use. Any damage sections shall be removed and replaced at the Contractor’s expense. Landscaped areas disturbed during construction shall be restored to original condition. Blasting Operations and Requirements: Apply sandblasted finish to exposed concrete surfaces where indicated. Special Provisions SP-189 Williams Ave S & Wells Ave S Conversion Project December 2019 Perform sand blasting at least 72 hours after placement of concrete. Coordinate with formwork construction, concrete placement schedule, and formwork removal to ensure that surfaces to be blast finished are blasted at the same age for uniform results. Determine type of nozzle, nozzle pressure, and blasting techniques required to match the Engineer's control samples. Abrasive blast corners and edge of patterns carefully, using back-up boards, to maintain uniform corner or edge line. Section 8-14.3 is supplemented with the following: (April 3, 2017 WSDOT GSP) The Contractor shall request a pre-construction meeting with the Engineer to be held 2 to 5 working days before any work can start on cement concrete sidewalks, curb ramps or other pedestrian access routes to discuss construction requirements. Those attending shall include: 1. The Contractor and Subcontractor in charge of constructing forms, and placing, and finishing the cement concrete. 2. Engineer (or representative) and Project Inspectors for the cement concrete sidewalk, curb ramp or pedestrian access route Work. Items to be discussed in this meeting shall include, at a minimum, the following: 1. Slopes shown on the Plans. 2. Inspection 3. Traffic control 4. Pedestrian control, access routes and delineation 5. Accommodating utilities 6. Form work 7. Installation of detectable warning surfaces 8. Contractor ADA survey and ADA Feature as-built requirements 9. Cold Weather Protection 8-14.3(4) Curing Section 8-14.3(4) is supplemented with the following: The Contractor shall use the curing materials and procedures specified in section 5-05.3(13) Curing, except that the Contractor shall use clear curing compound instead of white pigmented curing compound. The Contractor shall apply curing agent immediately after brushing and maintain it for a period of five (5) days. During the curing period the Contractor shall exclude all pedestrian and vehicular traffic. The Engineer may also exclude vehicular traffic. Special Provisions SP-190 Williams Ave S & Wells Ave S Conversion Project December 2019 Protection of concrete: The Contractor is responsible for barricading, patrolling or otherwise protecting newly placed concrete. The Contractor shall remove and replace at his expense all damaged (accidental or otherwise), vandalized and/or unsightly concrete. 8-14.4 Measurement Section 8-14.4 is supplemented with the following: Sidewalk shall not be measured for payment within cement concrete driveway entrance. Scored Cement Concrete Sidewalk and Sidewalk/Driveway Edge shall be measured together with payment item “Cement Conc. Sidewalk” by the square yard of installed and finished surface, including sandblast finish(es). Thickened Edge Sidewalk shall be measured per linear foot, either adjacent to planter areas, back of sidewalks, or adjacent to the valley curb. 8-14.5 Payment Section 8-14.5 is supplemented with the following: “Thickened Edge Sidewalk”, per linear foot. Payment for “Thickened Edge Sidewalk” per linear foot will be made in addition to any payment per square yard for “Cement Conc. Sidewalk”. 8-19 ADJUST UTILITY APPURTENANCES (NEW SECTION) 8-19.1 Description This work shall consist of adjusting gas valves and utility vaults to grade. 8-19.3 Construction Requirements 8-19.3(1) Valve Boxes Gas valve boxes shall be adjusted to final grade after final grading has been established or the asphalt concrete paving operations are complete. The Contractor shall adjust the valve boxes with cast iron extensions as required. The asphalt concrete pavement shall be removed to a neat circular shape. The edge of the cut shall be 1 foot from the outside edge of the valve box frame. The base materials and crushed rock shall be removed. The valve box frame shall be reset to the final grade, plumb to the roadway, and remain operational and accessible. Commercial class concrete shall be placed in the entire void up to within, but not to exceed, 2 inches of the finished pavement surface. Twenty-four hours after placement of the concrete, or as directed by the Engineer, the edges of Special Provisions SP-191 Williams Ave S & Wells Ave S Conversion Project December 2019 the removed asphalt pavement, the concrete surface, and the outer edge of the reset frame shall be painted with asphalt for tack coat. Hot mix asphalt shall then be placed and properly compacted to finished grade. The hot mix asphalt shall meet the requirements of Section 5-04 of the Standard Specifications. The joint between the patch and existing pavement shall then be painted with asphalt for tack coat and immediately covered with dry paving sand before the asphalt for tack coat solidifies. 8-19.5 Payment Payment shall be made for the following bid items: “Adjust Gas Valve”, per each. “Adjust Franchise Utility Vault/Manhole”, per each. 8-20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, INTELLIGENT TRANSPORTATION SYSTEMS, AND ELECTRICAL 8-20.1 Description Section 8-20.1 is supplemented with the following: This Work shall consist of, but will not be limited to providing new complete systems in the vicinity of the following intersections:  Replacement of Williams Ave S & S 2nd Street Intersection Traffic Signal  Replacement of Wells Ave S & S 2nd Street Intersection Traffic Signal  Replacement of Williams Ave S & S 3rd Street Intersection Traffic Signal  Replacement of Wells Ave S & S 3rd Street Intersection Traffic Signal  Modification of Williams Ave S & S Grady Way Intersection Traffic Signal  Associated Intersection Decorative Illumination Systems.  Update of Existing Area Signal Interconnect and Fiber Optic Communication System  Install Spare Conduit System for 5G Small Cell Network During the construction, existing traffic signal systems shall be removed and temporarily substituted with all-way-stop controlled operation, until new systems are activated, except at the intersection of Williams Ave S & S Grady Way. The traffic signal system at the intersection of Williams Ave S & S Grady Way shall remain fully operational until the day of changeover, when uniform police officer shall direct traffic. All work shall be performed as shown in the Plans in accordance with applicable Standard Specifications, Standard Plans, Amendments, City Standards, Puget Sound Energy Standards, King County Standards included herein and the following Special Provisions. The Work involves, but shall not be limited to, the following:  Signal controller and equipment  Cabinets and bases  Video detection cameras and associated equipment Special Provisions SP-192 Williams Ave S & Wells Ave S Conversion Project December 2019  PTZ cameras and associated equipment  Signal interconnect system  Communications fiber optic system  Signal poles and foundations  Vehicle and pedestrian heads  Pedestrian push buttons  Emergency pre-emption equipment  Junction boxes and vaults  Conduit and wire  Fiber optic cables and splicing  Luminaires, poles and foundations  Electrical service cabinets, bases and connections  Subsurface exploration and potholing  Utility locates The Work shall include the supply, testing and installation of all traffic signal hardware, including the communication cable and interface system, and replacement of an existing systems, also removal of existing traffic signal and illumination equipment, pull boxes, poles, loop detectors, controller cabinets, service cabinets, and bases, and all necessary associated equipment where applicable to complete the Work. 8-20.1(1) Regulations and Code Section 8-20.1(1) is supplemented with the following: All materials and methods required under this section, unless otherwise superseded herein, shall conform to the 2018 edition of the Washington State Department of Transportation Standard Specifications for Road, Bridge, and Municipal Construction and Amendments (herein referred to as Standard Specifications), to all current amendments to the Standard Specifications, to the latest edition of the State of Washington Standard Plans for Road, Bridge, and Municipal Construction (herein referred to as the Standard Plans), to the State of Washington Sign Fabrication Manual, to the City of Renton Standards and Details, to the latest edition of the National Electric Code (NEC), and to the current edition of the Manual on Uniform Traffic Control Devices (MUTCD) as adopted by the State of Washington. Where applicable, materials shall conform to the latest requirements of the Washington State Department of Labor and Industries and Puget Sound Energy. Delete the first sentence of the first paragraph of Section 8-20.1(1) and replace with the following: All electrical equipment shall conform to the standards of the National Electrical Manufacturers Association (NEMA), FHWA IP-78-16, the Radio Manufacturers Association, the American Society for Testing and Materials (ASTM), the American Association of State Highway and Transportation Officials (AASHTO), the American National Standards Institute (ANSI), the National Electrical Safety Code (NESC), the International Municipal Signal Association (IMSA), whichever is applicable, and to other codes listed herein. 8-20.1(2) Industry Codes and Standards Section 8-20.1(2) is supplemented with the following: Special Provisions SP-193 Williams Ave S & Wells Ave S Conversion Project December 2019 National Electrical Safety Code (NESC), Secretary NESC, NESC Committee, IEEE Post Office Box 1331, 445 Hoes Lane, Piscataway, NJ 08855-1331. 8-20.1(3) Permitting and Inspection The second and third paragraphs of Section 8-20.1(3) are replaced with the following: The Contractor shall be responsible for coordinating, obtaining, and paying for all permits, including electrical service applications, necessary to complete this work in a timely fashion. All costs to obtain and comply with electrical permits shall be included in the applicable bid items for the work involved. All required electrical permits shall be obtained before beginning trench excavation. The City Electrical Inspector shall inspect and approve the electrical portions of the project. The Contractor shall notify the City Electrical Inspector at least 24 hours in advance of required field inspection. Before work begins, the Contractor shall contact the City of Renton Electrical Inspector to coordinate a schedule of electrical inspection (call the request line at 425-430- 7200). This project shall be accomplished in compliance with WAC 296-46B-010 Traffic Management Systems and shall conform to the current adopted version of the NEC. Prior to PSE energizing service cabinets, an electrical inspection must be passed with a copy of the electrical control permit and inspection sticker inside cabinets. 8-20.1(4) Restrictions on the Schedule of Work Section 8-20.1(4) is added as follows: Mast Arm Erection Mast arms shall not be erected more than 14 calendar days prior to the system being turned on. Signal Head Installation The vehicle and pedestrian signal heads and push buttons shall be covered immediately upon installation and shall remain covered until the signal is turned on. Work in Roadway All work in the roadway is subject to the traffic control requirements specified in Special Provision, Section 1-10. Traffic Control during Construction The Contractor shall include in the submitted traffic control plan, detailed plan during roadway trenching, erection of mast arms, and other activities requiring lane closures or detours. See Special Provision Sections 1-07.23(1) for traffic control requirements. Unless otherwise approved by the Engineer, the Contractor shall furnish an off-duty police officer for traffic control during all roadway work performed at night, for all roadway work performed within 150 feet of a signalized intersection, and for all other conditions where the Engineer deems it necessary for safety. The off-duty police officer shall be in addition to all other personnel required for flagging. Special Provisions SP-194 Williams Ave S & Wells Ave S Conversion Project December 2019 During the construction, existing traffic signal systems shall be removed and temporarily substituted with all-way-stop controlled operation, until new systems are activated, except at the intersection of Williams Ave S & S Grady Way. The duration of the downtime and the construction sequencing shall be coordinated with the City. Complete temporary traffic control system plans shall be submitted by the Contractor prior to any intersection downtime. The traffic signal system at the intersection of Williams Ave S & S Grady Way shall remain fully operational until the day of changeover, when a uniformed police officer shall direct traffic. Fiber Installation Impacts The Contractor shall include all fiber cutovers and anticipated down time in their construction schedule. Any change in schedule for impacts to fiber shall be provided a minimum of 5 working days in advance. The Contractor shall meet with City staff to discuss all cutovers to work out a plan to minimize down time. 8-20.1(5) Traffic Control During Construction Section 8-20.1(5) is added as follows: The Contractor shall include in the submitted traffic control plan, detailed plan during roadway trenching, erection of mast arms, installation of vehicle detection, and other activities requiring lane closures or detours. See Section 1-10 for traffic control requirements and uniformed police officer requirements. 8-20.1(6) Errors and Omissions Section 8-20.1(6) is added as follows: The Contractor shall immediately notify the Engineer upon discovery of any errors or omissions in the Contract Documents, in the layout as given by survey points and instructions, or of any discrepancy between the Contract Documents and the physical conditions of the locality. If deemed necessary, the Engineer shall rectify the matter and advise the Contractor accordingly. Any work done after such discovery without authorization by the Engineer will be done at the Contractor’s risk. 8-20.2 Materials Section 8-20.2 is supplemented with the following: Material requirements for signal, illumination and communication systems are contained in Section 9-29 of the Standard Specifications and Section 9-29 of these Special Provisions. The Engineer reserves the right to inspect the manufacturing process of all materials. Final inspection and acceptance of the installed materials will not be given until final installation and testing has been completed on the systems. Approval to install materials and equipment must be obtained from the Engineer at the job site before installation. Controlled density fill shall meet the requirements of Section 2-09.3(1)E of the Standard Specifications. Special Provisions SP-195 Williams Ave S & Wells Ave S Conversion Project December 2019 Crushed surfacing top course and crushed surfacing base course shall meet the requirements of Section 9-03.9(3) of the Standard Specifications. Bedding material shall consist of 5/8-inch minus crushed rock free of any deleterious substances per Section 9-03.1(5)A of the Standard Specifications. 8-20.2(2) Equipment List and Drawings Delete the first paragraph of Section 8-20.2(2) and replace with the following: Within 20 calendar days following execution of the Contract, the Contractor shall submit to the Engineer a completed “Request for Approval of Material” that describes the material proposed for use to fulfill the Plans and Specifications Delete the fifth paragraph of Section 8-20.2(2) and replace it with the following: Shop drawing for signal standards and lighting standards shall be provided in an electronic format (AUTOCAD Release 2009 or later), as well as complying with Section 6-03.3(7) of the Standard Specifications. Manufacturer's technical information shall be submitted for all poles, mast arms, luminaires, wire, conduit, junction boxes, vaults, control equipment, and all other items to be used on the Project. The Contractor also shall submit either on the signal standard shop drawings or attached to the signal standard shop drawings all dimensions to clearly show the specific mast arm mounting height and signal ten on locations for each signal pole to be installed. Final ground and roadway cross sections at the locations of the standards shall be submitted for approval along with the shop drawings. All approvals by the Engineer must be received by the Contractor before material will be allowed on the job site. Materials not approved will not be permitted on the job site. The Engineer shall have fourteen (14) calendar days to review information for each submittal that is made. Approval of shop drawings does not constitute final acceptance or guarantee of the material, but is solely to assist the Contractor in providing the specified materials. All shop drawings for street light and signal poles that are not listed on the WSDOT Pre- Approved plans shall be stamped by a State of Washington registered Structural Engineer. For each proposed material that is required to be submitted for approval using either the QPL or RAM process the Contractor will be allowed to submit for approval two materials per material type at no cost. Additional materials may be submitted for approval and will be processed at a cost of $100.00 per material submitted by QPL submittal and $300.00 per material submitted by RAM. All costs for the processing additional materials will be deducted from monies due or that may come due to the Contractor. Subject to a request by the Contractor and a determination by the Engineer the costs for processing may be waived. Manufacturer's data for materials proposed for the illumination, signal, and interconnect systems, for use in the Contract which require approval shall be submitted in one complete package. Special Provisions SP-196 Williams Ave S & Wells Ave S Conversion Project December 2019 8-20.3 Construction Requirements Section 8-20.3 is supplemented with the following: Signal Installation Coordination with the City The Contractor shall coordinate with COR Transportation Maintenance Department Representative (contact person: Eric Cutshall at 425-430-7423) for all required signal installation work and testing. Power Source Coordination The Contractor shall coordinate all of the installation details for the electrical service cabinet(s) with Puget Sound Energy. Within four (4) weeks after Notice to Proceed, the Contractor shall meet with a PSE Representative (call 1-888-321-7779) in the field to verify the location of power source as shown in the Plans and shall notify the Engineer immediately if any conflicts exist. Except for the service connection, the PSE portion of the installation shall be completed prior to installation of the service cabinet by the Contractor. 8-20.3(1)A Signalization Requirements During Construction Section 8-20.3(1)A is added as follows: The Contractor shall follow the Construction Sequencing and Pedestrian Detour Plans to the extent allowed by site conditions. Removal or modifications to the existing signals must be approved by the Engineer in the field prior to temporary re-channelization and signing for construction staging. Modifications shall be provided at the Contractor’s expense. The costs for any changes to the signal systems required for compliance with maintenance of traffic during construction shall be incidental to the lump sum price of Signal Systems. Prior to commencing work, the Contractor shall coordinate the signal modifications with the City of Renton Transportation Maintenance Department Representative: Traffic Signal at S 2nd Street & Williams Avenue S During the construction, existing traffic signal system shall be removed and temporarily substituted with all-way-stop controlled operation, until new system is activated. Traffic Signal at S 2nd Street & Wells Avenue S During the construction, existing traffic signal system shall be removed and temporarily substituted with all-way-stop controlled operation, until new system is activated. Traffic Signal at S 3rd Street & Williams Avenue S During the construction, existing traffic signal system shall be removed and temporarily substituted with all-way-stop controlled operation, until new system is activated. Traffic Signal at S 3rd Street & Wells Avenue S During the construction, existing traffic signal system shall be removed and temporarily substituted with all-way-stop controlled operation, until new system is activated. Traffic Signal at S Grady Way & Williams Avenue S During the construction, the traffic signal system shall remain fully operational until the day of changeover, when a uniformed police officer shall direct traffic. Special Provisions SP-197 Williams Ave S & Wells Ave S Conversion Project December 2019 8-20.3(2) Excavation and Backfilling Section 8-20.3(2) is supplemented with the following: Underground utilities of record will be shown on the Plans insofar as information is available. These, however, are shown for convenience only and the City assumes no responsibility for improper locations or failure to show utility locations on the construction plans. The location of existing underground utilities, when shown on the Plans, is approximate only, and the Contractor shall be responsible for determining their exact location. The Contractor shall check with the utility companies concerning any possible conflict prior to commencing excavation in any area, as not all utilities may be shown on the Plans. The Contractor shall be responsible for potholing for conflicts with underground utility locations. Prior to construction, if any conflicts are expected, it shall be brought to the attention of the Engineer for resolution. The Contractor shall be entirely responsible for coordination with the utility companies and arranging for the movement or adjustment, either temporary or permanent, of their facilities within the project limits. If a conflict is identified, the Contractor shall contact the Engineer. The Contractor and City shall locate alternative locations for poles, cabinet, or junction boxes. The Contractor shall get approval from the Engineer prior to installation. The Contractor may consider changing depth or alignment of conduit to avoid utility conflicts. Before beginning any excavation work for foundations, vaults, junction boxes or conduit runs, the Contractor shall confirm that the location proposed on the Contract Plans does not conflict with utility location markings placed on the surface by the various utility companies. If a conflict is identified, the following process shall be used to resolve the conflict:  Contact the Engineer and determine if there is an alternative location for the foundation, junction box, vault or conduit trench.  If an adequate alternate location is not obvious for the underground work, select a location that may be acceptable and pothole to determine the exact location of other utilities. Potholing must be approved by the Engineer.  If an adequate alternate alignment still cannot be identified following potholing operations, the pothole area should be restored and work in the area should stop until a new design can be developed. The Contractor shall not attempt to adjust the location of an existing utility unless specifically agreed to by the utility owner. 8-20.3(2)A Trench and Backfill Section 8-20.3(2)A is added as follows: The Contractor shall provide trenching as specified herein, regardless of the material encountered, as necessary for complete and proper installation of the signal, illumination and ITS conduit. Trenching shall conform to the following: Special Provisions SP-198 Williams Ave S & Wells Ave S Conversion Project December 2019 Uniform Construction Trenching for conduit runs shall be done in a neat manner, and the trench bottom shall be graded to provide a uniform grade, with a width and depth as specified herein. All trenches for placement of conduit shall be straight and as narrow in width as practical to provide a minimum of pavement disturbance. Trench Inspection No work shall be covered until it has been examined by the Engineer or Inspector. Earth which fills around and over the conduit shall be free of rocks greater than 2 inches up to a depth of 6 inches. When trenching is being accomplished within the sidewalk area, the backfill can be made with acceptable materials from the excavation and shall be considered a necessary part of and incidental to the excavation in accordance with the Standard Specifications. Hauling and disposal of un-used excavation material shall be incidental to the cost of trenching or excavating. The compaction requirements for the roadway backfill shall apply. Saw Cut for Trench Trenches in all paved areas shall be saw cut. The saw cuts shall be a minimum of 2-inches deep and shall be parallel. Thoroughly clean saw cuts where necessary by the use of high- pressure water (1,400 psi or greater). All wastewater shall be collected and disposed of in accordance with Section 1-07.15 of the Standard Specifications. Impervious surfaces contaminated from cutting operations shall be cleaned in accordance with Section 1-07.15 of the Standard Specifications. Pavement Removal Pavement shall be removed in a manner approved by the Engineer. The Contractor shall take care in removing existing paving not to damage the pavement outside of the saw cut lines. Trench Depth Trench depth shall provide 24 inches minimum of cover over all conduits unless agreed to otherwise by the Engineer. Trench depth shall provide a minimum cover of 36 inches for all conduits designated for fiber optic cabling. Trench Width The trench width shall be 12 inches or the conduit diameter plus 2 inches, whichever is larger. Trenching in Landscaped Areas Trenches shall be placed to have minimum impact on existing landscaping and irrigation systems. Any damage due to the Contractor’s operation shall be repaired or replaced by the Contractor at his own expense and to the satisfaction of the Engineer. Trenching Through Concrete Sidewalk Areas Trenching in these areas shall require removal and replacement of the concrete to the limits of the existing sidewalk joints. The costs for removal and replacement shall be incidental to the trenching. 8-20.3(3) Removing and Replacing Improvements Section 8-20.3(3) is supplemented with the following: Salvaged Equipment Special Provisions SP-199 Williams Ave S & Wells Ave S Conversion Project December 2019 All existing equipment that is to be removed shall not be stockpiled within the job site without the Engineer's approval. The following signal equipment shall remain the property of the Contracting Agency and shall be disconnected, dismantled, stacked separately and delivered to the Contracting Agency:  Luminaire Standards and Mast Arms  Luminaires  Traffic Signal Controllers and Cabinets  Electrical Service Cabinets  Emergency Vehicle Detectors  Vehicle and Pedestrian Displays and Mounting Hardware  Pedestrian Pushbuttons  Terminal Cabinets  Visors  Back Plates  GPS EVPE at 2nd & Williams The Contractor shall give the Engineer fourteen (14) calendar days advance written notice prior to delivery of removed materials to the City of Renton Signal Shop. Controller cabinets shall not be removed until all associated electronic equipment is removed by Contracting Agency traffic signals personnel. All other equipment shall be removed by the Contractor and delivered within 24 hours following removal to the Contracting Agency. All removed equipment which remains the property of Renton shall be delivered to Renton Corporate Yard between the hours of 8:30am and 2:30pm: City of Renton Corporate Yard 3555 NE 2nd Street Renton, WA 98056 Phone: 425-430-7423 The Contractor shall:  Remove all wires for discontinued circuits from the conduit system.  Remove elbow sections of abandoned conduit entering junction boxes.  Remove abandoned conduit that is less than 18 inches below finished grade, unless otherwise indicated in the Plans.  Remove foundations in accordance with Standard Specifications Section 2-02.3(1).  Backfill voids created by removal of foundations and junction boxes. Backfilling and compaction shall be performed in accordance with Standard Specifications Section 2- 09.3(1)E. Pole Shaft and Mast Arm Identification All removed mast arms and pole shafts shall be identified by paper identification tags recording pole number, intersection location (such as SR XXX, leg XXX), and mast arm length. Four (4) inch by 6 inch (minimum) tags shall be taped to corresponding pole shafts and mast arms. Information on the mast arm tag shall match the information on the corresponding pole shaft tag. Each tag shall be entirely covered with clear acetate tap. The tape shall be wrapped one full circle around the shaft or arm with a 1/2-inch minimum overlap at the ends and sides. The Special Provisions SP-200 Williams Ave S & Wells Ave S Conversion Project December 2019 Contractor shall bundle the complete signal bridge, poles standard assembly together. The assembly consists of pole shaft, mast arm, and connecting bolts. Connecting bolts shall be attached to the original mast arm base plate. Dismantled equipment shall be clearly marked and all hardware saved in a heavy duty burlap bag attached to the corresponding signal standard or mast arm. The Contractor shall be responsible for loading, delivering and unloading the salvaged signal equipment. The Engineer shall determine the condition of the signal equipment. Material parts will only be accepted by the Contracting Agency if in identical condition to that prior to removal. If the Contractor's operation causes damage to a removed equipment, it shall be repaired or replaced by the Contractor to the Engineer's satisfaction at no additional cost to the Contracting Agency. The Contractor shall remove and dispose properly all debris and signal equipment not identified for return to the Contracting Agency. 8-20.3(4) Foundations Section 8-20.3(4) is supplemented with the following: The anchor bolts shall match that of the device to be installed thereon. Concrete shall be placed against undisturbed earth if possible. Disturbed earth or backfill material shall be compacted to ninety-five (95) percent of the material's maximum density. Before placing the concrete the Contractor shall block-out around any other underground utilities that lie in the excavated base so that the concrete will not adhere to the utility line. Concrete foundations shall be troweled, brushed, edged and finished in a workmanship-like manner. Concrete shall be promptly cleaned from the exposed portion of the anchor bolts and conduit after placement. After the specified curing period, the Contractor may install the applicable device thereon. All concrete pole foundations shall be constructed in the manner specified below: 1. Where no sidewalks are to be installed, the grade for the top of the foundation shall be as specified by the Engineer. 2. Where sidewalks or raised islands are to be constructed as a part of this project, top of foundation elevation given (per the Signal Pole Specifications sheet) is given to the bottom of the sidewalk. The Contractor shall verify with the Engineer in the field the TOF elevation prior to the foundation pour. All concrete foundations shall be installed at locations per stationing on the Plans. Pole locations shall be staked by the Contractor and locations shall be field verified and approved by the Engineer in the field prior to excavation. The Contractor shall secure the anchor bolts required for the item to be mounted on the foundation. The Contractor shall also securely locate all conduit required, including a spare 2- inch conduit to be used to connect the pole or controller cabinet ground wire to the ground rod in the nearest J-box. Location of all concrete foundations shall be approved by the Engineer prior to excavation. Special Provisions SP-201 Williams Ave S & Wells Ave S Conversion Project December 2019 A. Cabinet Foundations:  Combination signal controller / electrical service foundation shall be per the Plans. B. Luminaire Pole Foundations:  Decorative Pedestrian Luminaire Pole foundation shall be per City of Renton Standard Plan 117.2. C. Signal Pole Foundations:  Decorative Type PPB Pole: Foundation per WSDOT Standard Plan J-20.10  Decorative Type III Pole: Foundations per the Plans Construction Sequence All excavation for a single pile cap foundation in which the drilled shafts are to be constructed shall be completed before shaft construction begins. After shaft construction is completed, all loose or displaced materials shall be removed from around the shafts, leaving a clean solid surface to receive the footing concrete. Shaft Excavation 1. Shafts shall be excavated to the required depth as shown in the Plans or as required by the Engineer. The excavation shall be completed in a continuous operation using equipment capable of excavating through the type of material expected to be encountered. The concrete shall be placed within two hours after the completion of shaft excavation and cleanout without any undue delay. 2. If the shaft excavation is stopped with the approval of the Engineer, the shaft shall be secured by the installation of a safety cover. It shall be the Contractor's responsibility to ensure the safety of the shaft and the surrounding soil and the stability of the sidewalls. A temporary casing should be used if necessary, to ensure such safety and stability. 3. Where caving conditions are encountered, due to soft soils or water intrusion, no further excavation will be allowed until the Contractor selects a method to prevent ground movement. The Contractor may elect to place a temporary casing or use other methods approved by the Engineer. 4. The Contractor shall use appropriate means such as a clean-out bucket, to clean the bottom of the excavation such that a minimum of 50 percent of the base of each shaft will have less than 1inch of sediment at the time of placement of the concrete. The maximum depth of sediment or any debris at any place on the base of the shaft shall not exceed 2 inches. 5. If unexpected obstructions, which require specialized equipment and/or labor are encountered, the Contractor shall notify the Engineer promptly. Excavation shall be continued as approved by the Engineer. Excavation Inspection 1. The Contractor shall provide equipment for checking the dimensions and alignment of each permanent shaft excavation. The dimensions and alignment shall be determined by the Contractor with the approval of the Engineer. 2. Final shaft depths shall be measured with a suitable weighted tape or other approved methods after final clean-out. Special Provisions SP-202 Williams Ave S & Wells Ave S Conversion Project December 2019 3. Shaft cleanliness will be determined by the Engineer, by visual inspection. 4. The excavated shaft shall be approved by the Engineer prior to placing any steel or concrete into the shaft. Reinforcing Steel Cage Construction and Placement 1. The reinforcing steel cage consisting of longitudinal bars, ties, cage stiffener bars, spacers, centralizers, and other necessary appurtenances shall be completely assembled and placed as a unit immediately after the shaft excavation is inspected and accepted prior to concrete placement. The reinforcing cage shall be rigidly braced to retain its configuration during handling and when lowered into the shaft, during placement of concrete and extraction of the casing from the shaft. No loose bars will be permitted. The reinforcing steel fabricator shall include bracing and any extra reinforcing steel required to fabricate the cage in the shop drawings. 2. If the bottom of the constructed shaft elevation is lower than the bottom of the shaft elevation in the Plans, a minimum of one half of the longitudinal bars required in the upper portion of the shaft shall be extended the additional length. Tie bars shall be continued for the extra depth, spaced on 1 feet centers, and the stiffener bars shall be extended to the final depth. These bars may be lap spliced, or un-spliced bars of the proper length may be used. Welding to the planned reinforcing steel will not be permitted unless specifically shown in either the Plans or Special Provisions. 3. The reinforcing steel in the shaft shall be tied and supported so that the reinforcing steel will remain within allowable tolerances given in this specification. Concrete spacers or other approved non-corrosive spacing devices shall be used at sufficient intervals (near the bottom and at intervals not exceeding 5 feet up the shaft) to insure concentric spacing for the entire cage length. Spacers shall be constructed of approved material equal in quality and durability to the concrete specified for the shaft. 4. The elevation of the top of the steel cage shall be checked before and after the concrete is placed. If the rebar cage is not maintained within the specified tolerances, corrections shall be made by the Contractor as required by the Engineer. No additional shafts shall be constructed until the Contractor has modified his rebar cage support in a manner satisfactory to the Engineer. Concrete Placement Concrete placement shall commence within two (2) hours after completion of the excavation and shall be placed in one continuous operation to the top of the shaft. Concrete shall be placed through a tremie. The tremie used shall consist of a tube of one-piece construction. Concrete shall be placed through a hopper at the top of the tube so that the concrete is deposited through the center of the reinforcing steel to prevent segregation of the aggregates and splashing of concrete on the reinforcement cage. The Contractor's proposed method for depositing concrete shall have approval of the Engineer prior to concrete placement. The concrete on the top 5 feet of the shaft shall be vibrated. Casing Removal During casing removal, a minimum 5 foot head of concrete must be maintained to balance the soil and water pressure at the bottom of the casing. This casing shall be well coated with form oil prior to concrete placement. Construction Tolerances 1. The centerline of the drilled shaft shall be within 3 inches of the Plan position in the horizontal plane, at the Plan elevation for the top of the shaft. Special Provisions SP-203 Williams Ave S & Wells Ave S Conversion Project December 2019 2. The vertical alignment of the shaft excavation shall not vary from the Plan alignment by more than 1/4 inch per foot of depth. 3. After all the concrete is placed, the top of the reinforcing steel cage shall be no more than 1/2 inch above and no more than 1/2 inch below the Plan position. 4. The minimum diameter of the drilled shaft shall be 1inch less than the specified shaft diameter. 5. The top elevation of the shaft shall have a tolerance of ±1/2 inch from the Plan top of shaft elevation. 6. Excavation equipment and methods shall be designed so that the completed shaft excavation will have a flat bottom. The cutting edges of excavation equipment shall be normal to the vertical axis of the equipment within a tolerance of± 3/8 inch per 12 inches of diameter. Drilled shaft excavations constructed in such a manner that the concrete shaft cannot be completed within the required tolerances are unacceptable. When approved, corrections may be made to an unacceptable drilled shaft excavation by any approved combination of the following methods: 1. Overdrill the shaft excavation to a larger diameter to permit accurate placement of the reinforcing steel cage with the required minimum concrete cover. 2. Increase the number and/or size of the steel reinforcement bars. The approval of the correction procedures is dependent on analysis of the effect of the degree of misalignment and improper positioning. Correction methods may be approved as design analysis indicate. Redesign drawings and computations prepared by the Contractor's Engineer shall be signed by a Professional Engineer licensed in the State of Washington. Materials •and work necessary, including Engineering analysis and redesign, to effect corrections for out of tolerance drilled shaft excavations shall be furnished at no cost to the Contracting Agency. Submittals 1. Before placing the reinforcing steel, the Contractor shall submit shop drawings to the Engineer for the reinforcing cage. 2. Work shall not proceed until the appropriate submittals have been approved in writing by the Engineer. (April 6, 2015, WSDOT GSP) Traffic Signal Standard Foundation Shaft Casing All permanent casing shall be a smooth wall non corrugated structure of steel base metal. All permanent casing shall be of ample strength to resist damage and deformation from transportation and handling, installation stresses, and all pressures and forces acting on the casing. The casing shall be clean prior to placement in the excavation. The permanent casing may be telescoped, but the outside diameter of the casing shall not be less than the specified diameter of the shaft. (August 7, 2017, WSDOT GSP) Shafts For Signal Standard Foundations Shaft foundations for traffic signal standards shall be constructed in accordance with Section 6-19.3, except as follows: Quality Assurance Special Provisions SP-204 Williams Ave S & Wells Ave S Conversion Project December 2019 The tolerance for placing the center at the top of shaft under Section 6-19.3(1)A is revised for traffic signal standard foundation shafts to be within 4inches of the Plan location. Non-destructive testing of shafts under Sections 6-19.3(1)B and 6-19.3(9) and associated Work under Section 6-19.3(6) does not apply. Shaft Excavation Permanent casing advanced during excavation operations is required full depth for all traffic signal standard shaft foundation locations specified at the beginning of this Special Provision. Excavation in advance of the casing tip shall not exceed three feet. In no case shall shaft excavation and casing placement extend below the bottom of shaft excavation as shown in the Plans. When efforts to advance past the obstruction to the design shaft tip elevation result in the rate of advance of the shaft drilling equipment being significantly reduced relative to the rate of advance for the portion of the shaft excavation in the geological unit that contains the obstruction, then the Contractor shall remove, break-up, or push aside, the obstruction under the provisions of Section 8-20.5 as supplemented in these Special Provisions. Drilling slurry is required to stabilize excavations at all signal pole locations. The height of the slurry shall be as required to maintain a stable hole to prevent bottom heave, caving, or sloughing of all unstable zones. Placing Concrete Traffic signal standard foundation shaft concrete shall be Class 4000P. The Contractor shall place the concrete by pressure feed tremie using a concrete pump at all signal pole locations. Concrete placement by gravity feed is not allowed. The concrete placement shall be continuous until the work is completed, resulting in a seamless, uniform shaft. Casing Removal Tops of permanent casing for the shafts shall be removed to at least 6-inches beneath the finish groundline, unless otherwise specified by the Engineer. 8-20.3(5) Conduit 8-20.3(5)A General Section 8-20.3(5)A is supplemented with the following: Pull strings shall be provided and installed by the Contractor. When copper or fiber optic interconnect cable is part of a project, the conduit sweeps bringing the interconnect cable into and out of the junction boxes shall be offset as directed by the Engineer to accommodate the cable’s tendency to curl. The conduit sweep shall have a minimum bend radius of 24-inches. Conduits entering through the cabinet foundation shall be arranged toward the front of the cabinet for maximum accessibility or as directed by the Engineer. Special Provisions SP-205 Williams Ave S & Wells Ave S Conversion Project December 2019 Conduits shall be capped during construction using manufactured seals to prevent entrance of water and debris. Spare conduits shall be capped and labeled as City of Renton conduits and shall include polyester detectable pull tape that meets or exceeds a breaking strength of 900 lbs. Detectable pull tape shall also be added to conduits occupied with non-electrical cables. Where sidewalk panels need to be removed for the installation of conduit or junction boxes, the Contractor is responsible for restoring the area near the back of sidewalk as needed to repair damage from sidewalk panel formwork. Where intercepting and splicing to an existing conduit is called out on the Plans, the Contractor shall verify the conduit size and schedule before ordering the new conduit sections. The size provided on the Plans is an estimation. 8-20.3(5)A3 Damaged or Blocked Conduits Section 8-20.3(5)A3 is added as follows: Damaged or blocked conduits shall be repaired by the Contractor. The Contractor shall attempt to remove debris in the conduit by blowing in air. The Contractor shall be careful not to blow air towards the service or controller cabinet. If the blockage doesn’t break free, the Contractor shall identify the potential blocked/damaged location using a fish tape. Once the blockage location is identified, the Contractor shall attempt to remove the existing cabling (if any) from the conduit. If the cabling is removed, the Contractor shall attempt to pass a fish tape through the conduit again. If the fish tape passes through the conduit past the identified blockage point easily, the Contractor shall attempt to reinstall all existing cabling along with the new cabling called out in the Contract Plans. If the existing cabling cannot be removed, or reinstalled after removal, the Contractor shall excavate down to the conduit blockage point and repair the conduit break. The Contractor shall obtain approval from the Engineer prior to removing existing cabling or beginning excavation. All cabling shall be removed from the conduit prior to repairing the broken conduit. Once the conduit is repaired, the Contractor shall restore the disturbed area. The removal of cable, excavation, conduit repair, and surface restoration will be paid for by change order or Minor Change as determined by the Engineer. The cost for other work needed to identify and remedy blocked conduits as described in this Section shall be incidental. 8-20.3(5)B Conduit Type Delete the second paragraph of Section 8-20.3(5)B and replace with the following: Rigid metal conduit (RMC) shall only be placed where indicated and shown on the Contract Plans. Section 8-20.3(5)B is supplemented with the following: All conduit shall be PVC Sch 80 rigid non-metallic unless noted otherwise in the Contract Plans or Special Provisions. All conduit openings shall be fitted with approved bell-ends or bushings. Wall thickness of conduit shall be consistent within continuous conduit runs with no mixing of different schedule types between terminations. Special Provisions SP-206 Williams Ave S & Wells Ave S Conversion Project December 2019 The Contractor shall provide all conduit and necessary fittings as needed. Conduit size shall be as indicated on the wiring and conduit schedule shown on the Plans. Conduit to be provided shall be of the type indicated below: All joints shall be made with strict compliance to the manufacturer's recommendations regarding cement used and environmental conditions. Conduits shall be capped during construction using manufactured seals to prevent entrance of water and debris. The conduits shall be cleaned before pulling wire and shall include bonded ground wire (including spare conduits for locating purposes). Spare conduits shall be capped and labeled "City of Renton" conduits. 8-20.3(6) Junction Boxes, Cable Vaults, and Pull Boxes Section 8-20.3(6) is supplemented with the following: All junction boxes and associated concrete pads shall be installed on compacted sub grade which shall include six inches of 5/8th-inch minus crushed surfacing top course material installed under and around the base of the junction box. The junction box shall include installation of a 4" thick Class "B" cement concrete pad enclosing the junction box as per the Plans, specifications and detail sheets. Concrete shall be promptly cleaned from the junction box frame and lid. If junction boxes are placed in the sidewalk, they shall not be placed closer than 12 inches from the edge of any sidewalk or sidewalk joint. The frame and lid shall be from 0 to 3/16 inch below a straight edge laid across the sidewalk, and the lid shall be flat to a maximum of 1/16 inch positive camber. Pre-molded joint filler for expansion joints shall be placed around junction boxes installed in sidewalks. All junction boxes placed in the sidewalks shall have skid resistant lids. Junction boxes shall have galvanized steel locking lids and frames. Wiring shall not be pulled into any conduit until all associated junction boxes have been adjusted to or installed in their final grade and location, unless installation is necessary to maintain system operation. If wire is installed for this reason, sufficient slack shall be left to allow for final adjustment. The Contractor shall not damage any existing conduits when replacing or excavating existing junction boxes. The Contractor is to maintain the integrity of all junction boxes during reconfiguration of the conduits, installation of new conduits or when excavating. Small Cable Vaults Small cable vaults shall be installed in accordance with the following:  Excavation shall comply with the requirements of Standard Specifications Section 2-09.  All openings around conduits shall be sealed and filled with grout to prevent water and debris from entering the vaults or pull boxes. The grout shall meet the specifications of the small cable vault manufacturers.  Backfilling around the work shall not be allowed until the concrete or mortar has set. Special Provisions SP-207 Williams Ave S & Wells Ave S Conversion Project December 2019  Upon acceptance of work, small cable vaults shall be free of debris and ready for cable installation. All grounding requirements shall be met prior to cable installation.  Small cable vaults shall be adjusted to final grade using risers or rings manufactured by the small cable vault and pull box manufacturer. Small cable vaults with traffic bearing lids shall be raised to final grade using ring risers to raise the cover only.  Small cable vaults shall be installed at the approximate location shown in the Drawings. Verify exact location with the Engineer in the field.  All existing conduits will need to be open and exposed for access within the vault. Care shall be taken to identify which conduits have existing cables. All conduits will extend 2- inches within the vault walls. At the 2-inch mark, the excess conduit on the existing structure will need to be removed and all cables exposed.  Once the conduits are located, excavate a hole large enough to install the small cable vault. The vault shall have a concrete floor as indicated on the Drawings. The floor shall be installed on 6-inches of crushed surfacing top course, per Standard Specifications Section 9-03.9(3). If a small cable vault is installed outside a paved area, an asphalt pad shall be constructed surrounding the junction box. Ensure that the existing conduits are at a minimum of 4-inches above the top of the floor. If the existing conduits contain existing cables, the new vault will need to be bottomless to allow the existing conduit and cables to be routed into the new vault.  All mounting equipment shall be included with the small cable vault. Cable Racking in Small Cable Vaults Cables shall be racked and secured with nylon ties. Nylon ties shall not be over- tightened. Identification or warning tags shall be securely attached to the cables in at least two locations in each small cable vault. All coiled cable shall be protected to prevent damage to the cable and fibers. Racking shall include securing cables to brackets (racking hardware) that extend from the sidewalls of the small cable vault. 8-20.3(8) Wiring Section 8-20.3(8) is supplemented with the following: The Contractor shall provide all the fiber optic cabling and associated equipment. Installation including splicing and labeling shall be done by the City. All illumination circuits shall be labeled with a PVC marking sleeve bearing the circuit number at each junction box whether splices are present or not. Terminal strips in cabinets, or when used as a connection device between conductors, shall bear the circuit numbers. All stranded wires terminated at a terminal block shall have an open end, crimp style solderless terminal connector, and all solid wires terminated at a terminal block shall have an open end soldered terminal connector. All terminals shall be installed with a tool designed for the installation of the correct type of connector and crimping with pliers, wire cutters, etc., will not be allowed. All wiring inside the controller cabinet shall be trimmed and cabled together to make a neat, clean appearing installation. No splicing of any traffic signal conductor shall be Special Provisions SP-208 Williams Ave S & Wells Ave S Conversion Project December 2019 permitted unless otherwise indicated on the Plans. All conductor runs shall be attached to appropriate signal terminal boards with pressure type binding posts. Field Wiring Chart 501 AC+ Input 521-540 Spare 502 AC- Input 541-580 Coordination 503-510 Control-Display 581-592 Emergency Pre-emp 511-515 Sign Lights 593-599 Spare 516-520 Railroad Pre-empt Movement 1 2 3 4 5 6 7 8 9 Number ____________________________________________________________________________ Vehicle Heads Red 611 621 631 641 651 661 671 681 6*1 Yellow 612 622 632 642 652 662 672 682 6*2 Green 613 623 633 643 653 663 673 683 6*3 Spare 614 624 634 644 654 664 674 684 6*4 Spare 615 625 635 645 655 665 675 685 6*5 AC- 616 626 636 646 656 666 676 686 6*6 Red Auxiliary 617 627 637 647 657 667 677 687 6*7 Yellow Auxiliary 618 628 638 648 658 668 678 688 6*8 Green Auxiliary 619 629 639 649 659 669 679 689 6*9 ____________________________________________________________________________ Pedestrian Heads & Detection Hand 711 721 731 741 751 761 771 781 7*1 Man 712 722 732 742 752 762 772 782 7*2 AC- (Ped Head) 713 723 733 743 753 763 773 783 7*3 Detection 714 724 734 744 754 764 774 784 7*4 AC- (Detection) 715 725 735 745 755 765 775 785 7*5 Spare 716 726 736 746 756 766 776 786 7*6 Spare 717 727 737 747 757 767 777 787 7*7 Spare 718 728 738 748 758 768 778 788 7*8 Spare 719 729 739 749 759 769 779 789 7*9 ____________________________________________________________________________ * Overlap phase designator: A, B, C, D, P/E, P/F, P/G, PH. For installing new cables in existing occupied or empty conduit, the Contractor shall be responsible for the following steps: 1) Install a new pull rope using a rod/fish tape in the conduit for pulling in the new cabling if a pull rope does not already exist. 2) If the Contractor cannot get the rod/fish tape to pass through the conduit, the Contractor shall blow air through the conduit to remove any debris blocking the rod/fish tape path. The Contractor shall be careful not to blow air into controller or service cabinets. 3) If the rod/fish tape still does not pass Special Provisions SP-209 Williams Ave S & Wells Ave S Conversion Project December 2019 through the conduit after blowing air, the Contractor shall disconnect a single existing wire as agreed to by the Engineer (if the conduit is occupied) and use that wire to pull the new wiring plus a new cable to replace the existing cable that is being used for pulling. 4) If no existing wire can be used to pull in the new wire, the Contractor shall try another conduit run if one exists, or pull out all existing wiring from the conduit and use to pull in the new wiring plus all new cabling to replace existing cabling. Rodding, fish taping, blowing air, and disconnecting/ reconnecting cable shall be the Contractor’s cost responsibility. In an event that none of these steps led to successful wire installation, the Contractor shall install new conduit as directed by the Engineer. 8-20.3(9) Bonding, Grounding Section 8-20.3(9) is supplemented with the following: All street light standards, signal poles and other standards on which electrical equipment is mounted shall be grounded to a copper clad metallic ground rod 5/8" in diameter x 8'0" in length complete with a #8 AWG bare copper bonding strap located in the nearest junction box. All signal controller cabinets and signal/lighting service cabinets shall be grounded to a 5/8" in diameter x 8'0" in length copper clad metallic ground rod located in the nearest junction box with a bare copper bonding strap sized in accordance with the specifications and applicable codes. Ground rods are considered miscellaneous items and all costs are to be included within the Bid Items in the proposal. Polyester detectable pull tape shall not be connected to the equipment-grounding system. The Contractor shall provide and install bonding and grounding wires as described in Standard Specifications and the National Electric Code for any new metallic junction box and any modified existing junction boxes. For the purposes of this section, a box shall be considered “modified” if new current-carrying conductors are installed, including low-voltage conductors, or if the box is adjusted to grade, or if the box lid is modified. 8-20.3(10) Service, Transformer, and Intelligent Transportation System (ITS) Cabinets Section 8-20.3(10) is revised by deleting the second and third paragraphs and supplement with the following: Electrical service cabinet shall be single phase 120/240 Volt, 3 wire 60 cycle A.C. (street lighting contactor/traffic signal, grounded neutral service). The service points shall be as noted on the Plans and shall be verified with the electrical servicing utility (the Contractor to coordinate a power service point availability, with a power company. The Contractor shall reuse existing or install new conduit, as shown on the Plans, from the new electrical service cabinet to PSE power source (coordinate work with Puget Sound Energy prior to cabinet base installation). In addition, the Contractor shall provide service conductors from the electrical service to the power source with at least 20 feet of service wire coiled and coordinate the connection with Puget Sound Energy Representative. All connections and interfacing with Puget Sound Energy shall conform to Puget Sound Energy requirements. Special Provisions SP-210 Williams Ave S & Wells Ave S Conversion Project December 2019 The Contractor shall have all services inspected by the City Electrical Inspector and shall be solely responsible for coordination with the power company to have the service energized. The Contractor shall notify the City Inspector when the service is ready for connection and shall coordinate with Puget Sound Energy. The Contractor shall pay all connection fees. All service cabinets shall be shipped and delivered to the job site in a protective covering with suitable dunnage to prevent damage to the exterior surface. 8-20.3(11) Testing Section 8-20.3(11) is supplemented with following: All work shall be completed in a manner that provides the Inspector and Engineer with full knowledge of the construction. The work shall proceed in accordance with the approved construction schedule previously supplied to and approved by the City. The Inspector and Engineer may, at their option, require work completed without their knowledge or inspection to be dismantled so that it can be inspected to their satisfaction. Prior to schedule of turn-on, an electrical inspection must be passed with a copy of the Electrical Control Permit in the service cabinet. Signal Turn-On A minimum of five (5) working days written notice will be required for signal turn-on. The Contractor shall not pick up the controller cabinet from the Contracting Agency until power is present at the site and all site preparation required to install the controller cabinet is complete. All discrepancies and deficiencies must be corrected by the Contractor and re-inspected prior to requesting signal turn-on date. All functional tests required by the Contract Specifications shall be completed to the satisfaction of the Engineer 48 hours prior to the turn-on date. Signal turn-on shall not be allowed on Mondays, Fridays, weekends, holidays, and the weekday immediately before and after a holiday. Signal turn-on shall be completed between the hours of 9 a.m. and 2 p.m. on the day of the turn-on. No turn-on will be allowed until the City of Renton Transportation Maintenance Manager gives approval. The signal turn-on shall be by the City of Renton Transportation Maintenance Manager or his Representative. The City of Renton Transportation Maintenance Manager or his Representative. shall enter all signal timing parameters as supplied by the Engineer and shall certify the intersection is operating and functioning in accordance with the contract documents. The Contractor shall be present during the turn-on with adequate equipment to repair any deficiencies in operation. The traffic signal controller manufacturer's representative shall fully explain the operation of all control equipment to the Engineer prior to the turn-on procedure. City of Renton Transportation Maintenance Manager may contact the manufacturer to schedule the explanation of the control equipment and the training session shall be provided if deemed necessary by manufacturer's Representative. Requests for traffic signal turn on will not be considered until a pre-turn on inspection of signal system has taken place. Special Provisions SP-211 Williams Ave S & Wells Ave S Conversion Project December 2019 Requests for signal turn on shall not be considered until electrical service to the intersection has been provided and has been energized by the electric utility. Channelization at the intersection must be complete per plan before requesting signal turn on date. Any deletions of channelization prior to turn on must be approved by the City of Renton Transportation Maintenance Manager. City forces shall provide, post and maintain proper signing warning of new signal ahead. 8-20.3(13) Illumination Systems Section 8-20.3(13) is supplemented with following: Light Standards shall be erected in accordance with Standard Specifications Section 8-20.3(4). The illumination system shall be energized from a single photoelectric cell mounted in the service cabinet in accordance with the City of Renton Standard Detail 122.1. 8-20.3(13)A Light Standards Section 8-20.3(13)A is supplemented with following: Lighting standards shall be fabricated in conformance with the methods and materials specified on the pre-approved Plans and outlined in the Standard Specifications and these Special Provisions. Anchor bolts shall extend through the top heavy-hex nut two full threads to the extent possible while conforming to the specified base clearance requirements. Anchor bolts shall be tightened by the Turn-Of-Nut Tightening Method in accordance with Standard Specifications Sections 6- 03.3(33) and 8-20.3(4). The grout pad shall not extend above the elevation of the bottom of the base. The hand hole shall be located at 90 degrees to the luminaire arm on the side away from traffic. A grounding lug or nut shall be provided in the handhole frame or inside the handhole frame or inside the pole shaft to attach a ground bonding strap. All poles and luminaire arms shall be designed to support a luminaire weight of 50 lbs. or more and to withstand pressures caused by wind loads of 85 MPH with gust factor of 1.3. All poles shall maintain a minimum safety factor of 4.38 PSI on yield strength of weight load and 2.33 PSI for basic wind pressure. Miscellaneous Hardware: All hardware (bolts, nuts, screws, washers, etc.) needed to complete the installation shall be stainless steel. I.D. (Identification for poles): The Contractor shall provide a combination of digits and letters on each pole (per luminaire schedules on illumination plans), whether individual luminaire or signal pole with luminaire. The letter and numbers combination shall be mounted at the 15-foot level on the pole facing Special Provisions SP-212 Williams Ave S & Wells Ave S Conversion Project December 2019 approaching traffic. Legends shall be sealed with transparent film, resistant to dust, weather and ultraviolet exposure. The decal markers shall be either:  3-inch square with gothic gold or white reflectorized 2-inch legend on a black background, or  3-inch square with black 2-inch legend on a white reflectorized background. The I.D. number will be assigned to each pole at the end of the contract or project by the City of Renton Transportation Maintenance Manager. Cost for the decals shall be considered incidental to the contract bid. Install I.D tag on pole and in foundation per City of Renton Standard Plan 139. The pole shaft shall be provided with a 3" x 5" flush handhole near the base and a matching metal cover secured with stainless steel screws or bolts. The pole shall be adjusted for plumb after all needed equipment has been installed thereon. After pole is installed and plumbed, nuts shall be tightened on anchor bolts using proper sized sockets, open end, or box wrenches. Use of pliers, pipe wrenches, or other tools that can damage galvanizing will not be permitted. Tools shall be of sufficient size to achieve adequate torqueing of the nuts. The space between the concrete foundation and the bottom of the pole base plate shall be filled with a dry pack mortar grout and troweled to a smooth finish conforming to the contour of the pole base plate. Dry pack mortar grout shall consist of a 1:3 mixture of Portland cement and fine sand with just enough water so that the mixture will stick together on being molded into a ball by hand, and will not exude moisture when so pressed. A one half-inch drain hole shall be left in the bottom of the grout pad as shown on WSDOT Standard Detail J-28.40. 8-20.3(14)B Signal Heads Section 8-20.3(14)B is supplemented with following: All vehicle and pedestrian signal heads shall be securely covered with opaque (non- translucent) light colored material between installation and signal turn-on. Signal heads shall also be completely covered after testing and prior to signal turn-on. Visqueen duct tape shall not be allowed to secure the covers to the signal heads. Vehicle heads that are to remain covered for a period AFTER turn-on of the signal, shall be covered with a heavy, waterproof, opaque canvas, white, yellow, or khaki in color, securable by braided nylon rope labeled “OUT OF SERVICE”. The Contractor shall provide and install all new vehicular signal head mounting hardware with new installations. Mounting hardware will provide for a rigid connection between the signal head and mast arm or pole. Mount type shall be per the Plans. Final position of the signal heads shall be adjusted in the field in the presence of an Engineer. The bottom housing of a signal face shall conform to the requirements as stated in the current approved edition of the MUTCD. Special Provisions SP-213 Williams Ave S & Wells Ave S Conversion Project December 2019 The highest intensity of the red lens in the signal head shall be aimed at a point 4 times the posted speed limit from the stop bar (measured in linear feet). Final orientation of signal heads shall be approved by the City Traffic Engineer in the field. 8-20.3(14)E Signal Standards Section 8-20.3(14)E is supplemented with following: After delivering the poles or arms to the job site and before they are installed, they shall be stored in a place that will not inconvenience the public. All poles and arms shall be installed in compliance with Washington State Utility and Electrical Codes. The poles shall be installed on leveling nuts and washers secured to the anchor bolts and with locking nuts and washers on the top of the base flange. The side of the shaft opposite the load shall be plumbed by adjusting the leveling nuts or as otherwise directed by the Engineer. A barrier shall be placed around the anchor bolts to prevent grout from entering the conduits. 8-20.3(14)F Opticom Priority Control Systems Section 8-20.3(14)F is added as follows: Emergency pre-emption detection systems (both I.R and GPS type) shall be part of the signal systems at the intersections of  Williams Ave S & S 2nd Street  Wells Ave S & S 2nd Street  Williams Ave S & S 3rd Street  Wells Ave S & S 3rd Street I.R. EVPE receivers shall be mounted in a drilled and tapped holes on the top of the mast arms unless otherwise shown in the Plans. They shall be tightly fitted to point in the direction shown in the plan view. Lead-in cable back to the controller shall be GTT detector 138 cable, or equivalent, and shall have no splices. All lead-in cables shall be connected to terminals in the controller cabinet as shown in the wiring diagram. The shields shall be grounded to the grounding bar. A GPS Opticom antenna shall be installed on top of the luminaire pole that is closest to the signal cabinet or as shown on the Plans. 8-20.3(14)G Terminal Cabinets Section 8-20.3(14)G is added as follows: The terminal cabinets shall be mounted on the pole using a 4 inch wide aluminum channel away from the traffic side, with the bottom of the cabinet above the pedestrian signal heads where present and in no case less than 8 feet above the ground level. Terminal cabinets shall be factory finish painted to match signal pole color per these Special Provisions, Section 6-07.2 Materials. 8-20.3(14)H Pedestrian Push Button Assembly Section 8-20.3(14)H is added as follows: Special Provisions SP-214 Williams Ave S & Wells Ave S Conversion Project December 2019 The Contractor shall furnish and field-install complete APS type pedestrian pushbutton assemblies and signs on the signal poles and all associated equipment in the signal cabinets. The position and orientation of the pedestrian push buttons shall be located as shown on Plans; however, final positioning for the optimum effectiveness shall be approved by the City Traffic Engineer or Transportation Maintenance Manager. 8-20.3(15) Grout Section 8-20.3(15) is supplemented with the following: After the pole is plumbed the space between the concrete foundation and the bottom of the pole base plate shall be filled with a dry pack mortar grout troweled to a smooth finish conforming to the contour of the pole base plate. Dry pack mortar grout shall consist of a 1:3 mixture of Portland cement and fine sand with just enough water so that the mixture will stick together on being molded into a ball by hand and will not exude moisture when so pressed. A one half inch drain hole shall be left in the bottom of the grout pad as shown on the standard detail. 8-20.3(17) “As Built” Plans Section 8-20.3(17) is supplemented with the following: Upon completion of the construction and prior to the turn-on of any traffic control equipment, the Contractor shall furnish an “as-built” plans of each intersection showing all signal heads, pole locations, detectors, junction boxes, miscellaneous equipment, conductors, cable wires up to the signal controller cabinet, and with a special symbol identifying those items that have been changed from the original Contract Drawings. All items shall be located within 1-foot horizontal distance and 6 inches vertical distance above, below, or at the surface. Fiber Optic “As Built” Records The Contractor shall provide the Project Representative with a cable route diagram indicating the actual cable route and "foot marks" for all junction boxes, for the entrance and exit to slack points and at all termination points. The Contractor shall record these points during cable installation. The Contractor shall provide Cable system "as-built" drawings showing the exact cable route to the Project Representative. 8-20.3(18) Video Detection System Section 8-20.3(18) is added as follows: The permanent video detection system shall consist of the following: • Video cameras, including camera enclosure, filter, sunshield and connector kit. • Camera mount assemblies, including extensions as specified in the Plans. • Video image processors • Remote communications module • 9-inch Video Monitor, including cable • Programming devices and/or software • Remote management software • Camera lenses and lens adjustment modules Special Provisions SP-215 Williams Ave S & Wells Ave S Conversion Project December 2019 • Surge Suppressor • Coaxial and power cables • All other equipment necessary for a fully operational video detection system. Cameras shall be mounted at a sufficient height to prevent occlusion from cross traffic. The Contractor shall provide the camera mounts and cable per these Specifications. The Contractor shall install the cameras and controller cabinet video camera equipment under the presence of City of Renton Transportation Maintenance Department Representative and the Representative will program the cameras to provide detection. The Contractor shall notify the Engineer 48 hours in advance of changes that will require reprogramming cameras. 8-20.3(19) Fiber Optic Networks Section 8-20.3(19) is added as follows: The Contractor is responsible for furnishing of fiber optic equipment only. Installation shall be done by the City. The Contractor shall deliver the equipment to the Renton Signal Shop between the hours of 8:30am and 2:30pm at 4555 NE 2ND ST Renton, WA 98056. Contact Eric Cutshall at (425) 430-7423 prior to delivery. 8-20.3(20) PTZ System Section 8-20.3(20) is added as follows: PTZ cameras and associated equipment shall be furnished and installed by the Contractor. PTZ systems shall be installed at the following intersections:  2nd & Williams  3rd & Williams  3rd & Wells The PTZ system shall consist of the following:  Video cameras, including camera enclosure, filter, sunshield and connector kit.  Camera mount assemblies, including extensions  LED Color Video Monitor, including cable  Programming devices and/or software  Remote management software  Surge Suppressors  Coaxial and power cables  All other equipment necessary for a fully operational PTZ system. Cameras shall be mounted per the Plans and per Engineers directives in the field. The Contractor shall install the cameras in the presence of City of Renton Transportation Maintenance Department Representative. Contractor shall notify the Engineer 48 hours in advance of changes that will require modifications to the cameras. 8-20.4 Measurement Section 8-20.4 is supplemented with the following: Special Provisions SP-216 Williams Ave S & Wells Ave S Conversion Project December 2019 When shown as lump sum in the Proposal as traffic signal system, illumination system or interconnect system no specific unit of measurement will apply, but measurement will be for the sum total of all items for a complete system to be furnished and install. Sawcutting required shall be incidental to lump sum items and no separate measurement will be made. Conduit zone bedding shall be incidental to the lump sum items and no separate measurement will be made. Removal, and salvage where required, of existing traffic signal equipment and illumination, including grinding or removal of existing loop detectors, shall be incidental to the lump sum items and no separate measurement will be made. Temporary surface restoration items required for resuming pedestrian and vehicular traffic prior to final surfacing, including steel sheeting, crushed rock, and cold mix asphalt, shall be incidental to the lump sum items and no separate measurement will be made. All costs associated with placement of erosion control mat at interconnect conduit crossings of ditches shall be incidental to the lump sum item "Traffic System Complete" and no separate measurement shall be made. The cost of conduit trenching, backfilling, compaction and landscape restoration outside of paved areas and trenching and backfill for the pipe zone within paved areas shall be included in the listed lump sums. All costs for adjustment of junction boxes, both to the final grade and any grade adjustments required for the various construction stages proposed in the Contract, or for alternative stages proposed by the Contractor, shall be included in the applicable lump sum contract price(s). 8-20.5 Payment Section 8-20.5 is supplemented with the following: Payment will be made in accordance with the Special Provisions, Section 1-04.1, for each of the following bid items that are included in the proposal: "Replacement of Existing Traffic Signal and Illumination System @ Williams Avenue S & S 2nd Street Intersection, Complete", per lump sum. "Replacement of Existing Traffic Signal and Illumination System @ Wells Avenue S & S 2nd Street Intersection, Complete", per lump sum. "Replacement of Existing Traffic Signal and Illumination System @ Williams Avenue S & S 3rd Street Intersection, Complete", per lump sum. "Replacement of Existing Traffic Signal and Illumination System @ Wells Avenue S & S 3rd Street Intersection, Complete", per lump sum. Special Provisions SP-217 Williams Ave S & Wells Ave S Conversion Project December 2019 The unit Contract prices for above listed lump sums shall be measured for the total of all labor and equipment necessary for installation of complete permanent traffic signal systems. All items and labor necessary to supply, install, and test the signal and illumination poles, luminaires, pot holing for foundations, controller and electrical service cabinets and all its components, vehicular and pedestrian signal heads, APS pedestrian push buttons, emergency vehicle preemption (I.R. and GPS), mast arm and signal pole mounted signs, conduit, wiring, junction boxes, excavation, backfill, directional boring (if selected), installation of video detection, removal of existing conduit/wiring, restoring facilities destroyed or damaged during construction, salvaging existing materials, coordination with local agencies, obtaining permits, electrical inspections, traffic control, providing uniform police office control, as-built plans and all other components necessary to make a complete traffic signal system shall be included within the lump sum measurement. Luminaires and luminaire arms positioned on signal poles and decorative pedestrian luminaires within each intersection vicinity, will be considered a part of the traffic signal system lump sum measurement. Any temporary illumination shall be considered incidental to the above listed lump sum bid items. Removal of an existing luminaires, signal systems or existing signal components shall be included within the lump sum measurement. After construction is complete, it is Contractor’s responsibility to adjust, relocate, and reposition all traffic signal heads to their final position as shown on the Contract Documents, and shall be considered incidental to the lump sum measurement. All painting of components shall be considered incidental to the lump sum measurement. Coordination of service connections with the power company and any necessary permits and fees associated with the service connections shall be considered incidental to the bid item in this section and no additional compensation will be made. Conduit trench excavation and backfill for the traffic signal systems shall be installed in the same trench as the illumination system where possible and no additional payment will be made for excavation or backfill where trenches for other Bid Items are already being excavated. Trench excavation and backfill outside of the illumination system trench shall be included in the above intersection traffic signal system bid item and no additional payment shall be made. "Modification of Existing Traffic Signal System @ Williams Avenue S & S Grady Way Intersection, Complete", per lump sum. The unit Contract price for above listed lump sum shall include the cost of modification of existing traffic signal system including but not limited to furnishing, installation and removal of signal heads, furnishing, installation and relocation of traffic signs, modification of vehicle loop detection system, wiring modifications, modification of field wiring in traffic signal cabinet, salvaging existing materials, coordination with local traffic maintenance department, as-built plans and all other components necessary to complete the traffic signal system. “Installation of Interconnect and Fiber Optic Systems and Conduit for Future 5G Networks, Complete”, per lump sum. The unit Contract price for above listed lump sum shall include all incidental work and shall be full compensation for all labor, materials, tools and equipment necessary to satisfactorily complete the work as defined in the Plans, Standard Specifications and these Special Provisions. All costs for furnishing fiber-optic cabling, splice trays and splice enclosures, and for furnishing and installation of junction boxes, vaults, mounting racks, conduit, trenching, pull rope, plugs, restoring facilities destroyed or damaged during construction, salvaging existing materials, coordination with local agencies, and other associated work shall be included in the Contract price for the above mentioned interconnect and fiber optic system. Special Provisions SP-218 Williams Ave S & Wells Ave S Conversion Project December 2019 “Installation of PTZ Systems, Complete”, per lump sum. The unit Contract price for above listed lump sum shall include all incidental work and shall be full compensation for all labor, materials, tools and equipment necessary to satisfactorily complete the work as defined in the Plans, Standard Specifications and these Special Provisions. All costs are for furnishing and installation of cameras, arms, cabling and related equipment and testing. 8-21 PERMANENT SIGNING 8-21.2 Materials Section 8-21.2 is supplemented with the following: Where noted on the Traffic Control Plans or the Channelization & Signing Plans, new R1-1 “STOP” signs shall be provided with solar powered flashing LEDs that are positioned on the border of the stop sign. 8-22 PAVEMENT MARKING 8-22.3 Construction Requirements Section 8-22.3 is supplemented with the following: Contractor shall notify the Engineer and request approval of the pre-mark channelization at least 48 hours prior to placement of pavement markings. All pavement markings at intersections shall be 3M Stamark all weather Tape 380AW and Contrast Tape 380AWE-5, or thermal plastic with wet/dry elements, or approved equal. Temperatures needs to be above 40 degrees and dry for a minimum of 48 hours before any markings can be applied. 8-22.3(6) Removing Pavement Markings Section 8-22.3(6) is supplemented with the following: Existing pavement markings within the construction limits, including stop bars, traffic arrows, lane markers, and raised pavement markers shall be removed prior to overlaying the roadway surface. All conflicting channelization shall be removed as necessary by sand blasting to install temporary pavement markings or after the final channelization has been installed. Removal of existing pavement markings shall be conducted using such methods to prevent damage to the remaining pavement. The use of chemicals that may be harmful to the pavement will not be allowed. Damaged pavement shall be replaced at the Contractor's expense. Special Provisions SP-219 Williams Ave S & Wells Ave S Conversion Project December 2019 8-22.4 Measurement Section 8-22.4 is supplemented with the following: “Plastic Green Bike Box” and “Plastic Shared Lane Marking” shall be measured per each symbol installed at the locations and per details shown on the Plans. Removal of pavement markings within the construction limits shall not be measured and will be paid per lump sum. 8-22.5 Payment Section 8-22.5 is supplemented with the following: “Plastic Green Bike Box”, per each. “Plastic Shared Lane Marking”, per each. “Removing Existing Pavement Markings”, per lump sum. 8-23 TEMPORARY PAVEMENT MARKINGS 8-23.5 Payment Section 8-23.5 is supplemented with the following: “Temporary Pavement Marking”, per linear foot. 8-27 WASTE RECEPTACLE (NEW SECTION) 8-27.1 Description This work shall consist of installing Waste Receptacles in locations as shown on the Plans and as specified herein. Waste Receptacle shall be as specified in the City of Renton Downtown Streetscape Design Standards and Guidelines. 8-27.2 Materials Materials shall meet the requirements of the following applicable standards and WSDOT Standard Specifications unless noted: Painting 6-07 Color shall be per Section 6-07.2, Painting. Waste Receptacles shall be Model: Ironsites SD-42 (with ring lid but no dome top) by Victor Stanley, or approved equal. All hardware (bolts, nuts, screws, washers, etc.) needed to complete the installation shall be corrosion resistant, stainless steel. Special Provisions SP-220 Williams Ave S & Wells Ave S Conversion Project December 2019 Expansion bolts shall be stainless steel in 4” minimum length per manufacturer recommendation. 8-27.3 Construction Requirements Contractor shall install each Waste Receptacle in cement concrete sidewalk with approved expansion bolts and incidental connection materials, as detailed per the Plans. 8-27.4 Measurement Waste Receptacle shall be measured per each installed in its final location. 8-27.5 Payment Payment shall be made for the following bid item: “Waste Receptacle”, per each. The unit price bid shall be for full compensation for all labor, material, tools and equipment, supplies, incidental work including removal, protection, delivery, coordination, installation and all related costs for any work associated with coordinating Waste Receptacle to satisfactorily complete the work defined in the Standard Specifications, Special Provisions and the particular items called for in the Plans. 8-28 UTILITY CABINET BOX WRAP (NEW SECTION) 8-28.1 Description This work shall consist of providing and installing Utility Cabinet Box Wrap in locations, (4) four cabinets total, as shown on the Plans and as specified herein. 8-28.2 Materials Utility Cabinet Box Wrap shall be a patent-pending engineered TW 360hd Protective Film, 7 year rated - UV resistance/protection, 5 year warranty fade resistant, chemical and mildew resistance, stain resistance, film thickness 1.0 mil, adhesive 0.80 to 1.0 mil, liner 4.0 mil. (thickness variation +/-10%), by TrafficWrapz, phone 1-855-559-7279 and all applications necessary for installation including but not limited to the Drawings and these specifications. 8-28.3 Construction Requirements Contractor shall submit Utility Cabinet Box Wrap product and manufacturer information for Engineer’s approval prior to installation. Engineer shall provide electronic graphic file upon Contractor’s request for Utility Cabinet Box Wrap fabrication. Contractor shall submit shop drawings of wrap design and layout including dimensions and graphic layout of vinyl on utility cabinet boxes. Utility Cabinet Box Wrap shall be reviewed and Special Provisions SP-221 Williams Ave S & Wells Ave S Conversion Project December 2019 approved by City of Renton Community & Economic Development (CED) and/or Municipal Arts Commission prior to installation. Contractor shall install Utility Cabinet Box Wrap in accordance with approved shop drawings and manufacturer’s recommendations. Utility Cabinet Box Wrap shall cover cabinet on all (4) four sides, including door lips, doorframes, and doors. Top of cabinet shall be covered with graphic vinyl wrap unless the cabinet is more than 5’-0” from top of pedestal, and then no wrap will be required on top of the cabinet. 8-28.4 Measurement No specific measurement shall apply to the lump sum price for “Utility Cabinet Box Wrap”. The lump sum item of Utility Cabinet Box Wrap includes all work associated with preparation of utility cabinets ((4) four total) for wrap, coordination, installation and all related costs to installing wrap as well as work associated with coordinating its installation with other components of the project. 8-28.5 Payment Payment shall be made for the following bid item: “Utility Cabinet Box Wrap”, per lump sum. The contract bid price above, including all incidental work, shall be full compensation for all labor, material, tools and equipment necessary to satisfactorily complete the Utility Cabinet Box Wrap work as defined in the Standard Specifications and these Special Provisions. 8-30 LANDSCAPE STRIP FENCING (NEW SECTION) 8-30.1 Description This work shall consist of fabricating and installing Landscape Strip Fencing in accordance with details shown in Plans and as specified herein. 8-30.2 Materials Materials shall meet the requirements of the following applicable standards and WSDOT Standard Specifications unless noted: Painting 6-07 Structural Steel and Related Materials 9-06 Landscape Strip Fencing post, top rail, arc middle rail, vertical rail, bottom rail and base plate shall be hot roll structural steel, per ASTM A-36, and shall meet the requirements of the Standard Specifications, Sections 6-03 and 9-06. Post caps and finials shall be steel per ASTM-A-36 as detailed per Plans. Special Provisions SP-222 Williams Ave S & Wells Ave S Conversion Project December 2019 Fittings and fasteners shall be same basic material and alloy as parts being joined. Do not use materials that will be corrosive or incompatible with materials being fastened; do not utilize pop- rivets, sheet metal screws, adhesives or cast fittings. Landscape Strip Fencing shall be painted per Section 6-07 Painting. Touch up for scratches as recommended by coating manufacturer for field application. 8-30.3 Construction Requirements Landscape Strip Fencing shall be installed in the locations shown on the Plans and as detailed on the Plans. Landscape Strip Fencing, when completed, shall be in true alignment, on proper grade, with all posts and vertical rails plumb. Top rails, bottom rails and base plate shall be parallel to finished grade. Install base plate with tamperproof bolt epoxied anchored into concrete whenever indicated on the Plans. Submittal Contractor shall submit (3) three sets of shop drawings of Landscape Strip Fencing for Engineer’s approval, showing complete dimensions and details of fabrication, including an assembly diagram with fittings and connections. Materials being used shall be specified in shop drawings. Mock-Up Sample Contractor shall furnish one (1) panel for review, one end side segment to illustrate connections, geometries, and finishes for review by Engineer prior to production fabrication of Landscape Strip Fencing. Fabrication Landscape Strip Fencing shall be shop custom fabricated and assembled per approved shop drawings to the greatest extent possible. Assembly shall be in a neat, craftsmanship manner, using MIG Welding Processes as required, in accordance with the highest industry standards. All welding shall be in accordance with AISC and AWS Standards and shall be performed by a WABO certified welder. Welds shall be Section 6-03.3 (25) of the Standard Specifications. Contractor shall verify in field the slope required for framed sections of the Landscape Strip Fencing. Field verify all dimensions on site prior to shop fabrication. Coordinate fabrication schedule with construction progress to avoid delay of work. All posts shall be structurally welded to flat bar, top rail, middle arc rail, bottom rail and base plate to assure fixed fastening for the life of Landscape Strip Fencing. Top rail corners shall be fitted by miter and further welded to vertical rails and as required to obtain maximum assurance of strength through the railing's useful life. Fabricate components with joints tightly fitted and secured. Provide spigots and sleeves to accommodate site assembly and installation. Allow for thermal action resulting from the maximum range (change) in ambient temperature in the design, fabrication, and installation of rail systems, to prevent opening of joints, buckling, and Special Provisions SP-223 Williams Ave S & Wells Ave S Conversion Project December 2019 other detrimental effects, including over stressing of connections and components. Expansion joints shall be provided as needed to allow for thermal expansion or contraction. Provide weep holes or other means to exit entrapped water from hollow sections of railing members exposed to exterior condensation, or moisture from other sources. Prevent galvanic action and other forms of corrosion by isolating dissimilar materials from each other. Exposed mechanical fastenings shall be flush tamper-proof countersunk screws or bolts; unobtrusively located; consistent with design of component, except where specifically noted otherwise. Landscape Strip Fencing shall require inspection upon delivery to the Project site. Any pieces damaged during shipping or having inconsistent color shall be removed from the Project site and rejected for construction. Touch up for scratches as recommended by coating manufacturer for field application. As installation is completed, clean Landscape Strip Fencing with plain water containing a mild detergent. 8-30.4 Measurement Landscape Strip Fencing shall be measured per linear foot installed, with cement concrete planter band. 8-30.5 Payment Payment shall be made for the following bid item: “Landscape Strip Fencing” per linear foot. The unit price bid shall be full compensation for all labor, materials, tools and equipment, supplies, incidental work, including but not limited to metal fencing fabrication, painting and mock-up sample to satisfactorily complete the work defined in the Standard Specifications and these Special Provisions. 8-32 BENCH (NEW SECTION) 8-32.1 Description This work shall consist of providing and installing Bench in accordance with details shown in Plans, the City of Renton Downtown Streetscape Design Standards and Guidelines and as specified herein. 8-32.2 Materials Materials shall meet the requirements of the following applicable standards and WSDOT Standard Specifications unless noted: Special Provisions SP-224 Williams Ave S & Wells Ave S Conversion Project December 2019 Painting 6-07 Color shall be per Section 6-07.2, Painting. Bench shall be Model RB-12 (backless) by Victor Stanley, or approved equal. All hardware (bolts, nuts, screws, washers, etc.) needed to complete the installation shall be corrosion resistant, stainless steel. Expansion bolts shall be stainless steel 4” minimum length per manufacturer recommendation. 8-32.3 Construction Requirements Contractor shall install each Bench on cement concrete sidewalk with approved expansion bolts and incidental connection materials, as detailed per the Plans. 8-32.4 Measurement Bench shall be measured per each installed in its final location. 8-32.5 Payment Payment shall be made for the following bid item: “Bench”, per each. The unit price bid shall be for full compensation for all labor, material, tools and equipment, supplies, incidental work including removal, protection, delivery, coordination, installation and all related costs for any work associated with coordinating Bench to satisfactorily complete the work defined in the Standard Specifications, Special Provisions and the particular items called for in the Plans. 8-33 BIKE RACK (NEW SECTION) 8-33.1 Description This work shall consist of providing and installing Bike Racks as shown on the Plans and as specified herein. Bike Racks shall be as specified in the City of Renton Downtown Streetscape Design Standards and Guidelines. 8-33.2 Materials Materials shall meet the requirements of the following applicable standards and WSDOT Standard Specifications unless noted. Bike Racks shall be Model Oahu No-Scratch Circular Rack in stainless steel w/ bead blast finish and Santoprene TPV rubber bumpers on both sides by Sportworks Northwest, Inc., or approved equal. Special Provisions SP-225 Williams Ave S & Wells Ave S Conversion Project December 2019 All hardware (bolts, nuts, screws, washers, etc.) needed to complete the installation shall be corrosion resistant, stainless steel. Expansion bolts shall be stainless steel 4” minimum length per Bike Rack manufacturer recommendation. 8-33.3 Construction Requirements Contractor shall install each Bike Rack in concrete sidewalk with approved expansion bolts and incidental connection materials, as detailed per the Plans. 8-33.4 Measurement Bike Racks shall be measured per each installed in its final location. 8-33.5 Payment Payment shall be made for the following bid item: “Bike Rack”, per each. The unit price bid shall be for full compensation for all labor, material, tools and equipment, supplies, incidental work including removal, protection, delivery, coordination, installation and all related costs for any work associated with coordinating Bike Rack to satisfactorily complete the work defined in the Standard Specifications, Special Provisions and the particular items called for in the Plans. 8-34 TREE GRATE (NEW SECTION) 8-34.1 Description This work shall consist of providing and installing Tree Grate in locations as shown on the Plans and as specified herein. 8-34.2 Materials Materials shall meet the requirements of the following sections as applicable unless noted: Structural Steel and related materials 9-06 Tree Grate shall be approximately 4’x8’ as detailed on plans. Tree Grate shall be rectangular grate with a 24” diameter single tree opening, cast in 8 pieces, pattern as shown in the Plans. Material shall be cast ductile iron, ASTM A53 6 Grade 65-45-12 with baked on oil finish. Tree grate and mounting attachments shall be steel angle frames and bolts by same manufacturer as the Tree Grate, size frame to accommodate existing trees on site and match Tree Grate as shown in the Plans. Special Provisions SP-226 Williams Ave S & Wells Ave S Conversion Project December 2019 8-34.3 Construction Requirements Tree Grate and frames shall typically require 6 to 8 weeks lead time prior to delivery and installation on site. Contractor shall break center opening to accommodate existing tree root flare as needed. Contractor shall carefully ensure proper care around existing trees and avoid further damage to tree during installation. Contractor shall cut tree grate and modify mounting frame attachments to accommodate existing tree. Install Tree Grate per manufacturer’s instructions and as approved by Engineer. Install in locations and details per Plans. Contractor shall field verify all Tree Grate location with Engineer’s approval prior to installation. Submittals The Contractor shall submit tree grate product cut sheets including model and name, dimensions and descriptions of Tree Grate and frames for Engineer’s approval. Contractor shall provide shop drawings of Tree Grate including all dimensions, sections, plans, colors, materials, finishes, mounting attachments, grate frame, fabrication methodology and installation requirements for Engineer’s approval. 8-34.4 Measurements Tree Grate shall be measured per each for each installed tree grate. 8-34.5 Payment Payment shall be made for the following bid item: “Tree Grate”, per each. The contract bid price, including all incidental work, shall be full compensation for all labor, material, tools and equipment necessary to satisfactorily complete the work as defined in the Standard Specifications and these Special Provisions. The cost of pea gravel shall be considered incidental to and included in the unit contract price for “Tree Grate”. 8-35 RESOLUTION OF UTILITY CONFLICTS (NEW SECTION) 8-35.1 Description This work involves the identification and resolution of utility conflicts not identified in the plans between proposed improvements and existing utilities. The Contracting Agency will pay these costs by force account if the work proves to be acceptable and the Contractor has performed the work with the authority of and due notice to the Engineer. Special Provisions SP-227 Williams Ave S & Wells Ave S Conversion Project December 2019 8-35.3 Construction Requirements The Contracting Agency may direct the Contractor to pothole existing utilities to verify the field location and depth. Potholing shall include excavation and backfilling of the existing utility, identification of the pipe or line size, material type and condition and the survey work to locate the facility horizontally and vertically. Survey information to be obtained shall include station and offset to center of utility and elevation at top of utility. Stations, offsets and elevations shall be to the nearest 0.1 foot unless greater accuracy is required. Potholes shall be backfilled with CSBC compacted to 95%, or with CDF, as directed by the Engineer. In areas subject to public traffic, the HMA patch shall match the depth of the surrounding pavement. In the event that a conflict arises between the proposed improvements and an existing utility, the Resolution of Utility Conflicts item will compensate the Contractor for standby time and additional work in the following manner: 1. Standby time resulting from existing utility conflicts a) Standby time is defined as time the Contractor is unable to proceed with progression of a specific work item (i.e. storm drainage, underground utility installation etc.) due to conflicts with existing facilities. However, payment for standby time shall be limited to: (1) For each agreed upon conflict, a maximum of four (4) hours of standby time will be paid for actual delay of labor and equipment due to a utility conflict. The Contractor shall be responsible to adjust his work schedule and/or reassign his work forces and equipment to other areas of work to minimize standby time. (2) If the conflict is resolved within one (1) hour of notification to the Engineer, no standby time will be paid. 2. Additional work required to resolve utility conflicts will be paid for at the bid unit prices for the associated work. Work that can be measured and paid for at the unit contract prices shall not be identified as force account work. This work includes but is not limited to: (1) Storm drainage manhole, pipe, vault, and conduit realignments of line and/or grade for the storm drain, undergrounding of overhead utilities, illumination, and signal, to avoid existing utility conflicts. (2) Additional storm drainage manholes, pipe, vaults, and conduit required by a change in alignment, and/or grade, not exceeding the limits set in section 1-04.4 of the Standard Specifications. 8-35.5 Payment Payment will be made in accordance with Section 1-04.1 for the following bid items when included in the proposal: "Resolution of Utility Conflicts" will be paid by force account as provided in Section 1-09.6. “Utility Potholing”, will be paid by force account as provided in Section 1-09.6. All costs for resolving utility conflicts and potholing will be paid for by force account in accordance with section 1-09.6. To provide a common proposal for all bidders, the Contracting Agency has Special Provisions SP-228 Williams Ave S & Wells Ave S Conversion Project December 2019 estimated the amount for “Resolution of Utility Conflicts” and “Utility Potholing” and entered the amounts in the proposal to become a part of the total bid by the Contractor. Utility conflicts due to the Contractor’s actions or operations shall be resolved by the Contractor at no expense to the Contracting Agency. Special Provisions SP-229 Williams Ave S & Wells Ave S Conversion Project December 2019 DIVISION 9 MATERIALS 9-03 AGGREGATES 9-03.15 Native Material for Trench Backfill Section 9-03.15 is replaced with the following: Trench backfill outside of the roadway prism shall be excavated material free from wood or other organic waste, with no debris, clods or rocks greater than 3 inches in any dimension. Add New Section 9-03.22: 9-03.22 Cement-based Grout for Abandoning Existing Utilities The Contractor shall submit a mix proposal to be approved by the Engineer for Cement-based Grout for Abandoning Existing Utilities prior to commencing work on this item. Cement-based Grout for Abandoning Existing Utilities shall be equal to a 1-sack mix and the materials shall conform to the following: Cement: This material shall be Portland cement as specified in Section 9-01. Aggregate: This material shall meet the requirements for fine aggregate as specified in Section 9-03.1 Water: Water shall conform to the provisions of Section 9-25.1. 9-14 EROSION CONTROL AND ROADSIDE PLANTING 9-14.1(1) Topsoil Type A Section 9-14.1(1) is supplemented with the following: Topsoil Type A shall be a two-way mix of 50% pure organic compost and 50% sand or sandy loam. The soil shall be high in organic content and comprised of fully composted and mature organic materials. Refer to Section 9-14.4(8) Compost of the Standard Specifications for compost requirements. No fresh sawdust or other fresh wood by-products shall be added to extend the volume after the composting process. Chemical and physical characteristic of Topsoil Type A shall comply with the following: Screen Size 7/16” Maximum (Approximate Particle Size) Total Nitrogen 0.25% Minimum Special Provisions SP-230 Williams Ave S & Wells Ave S Conversion Project December 2019 Organic Matter 10% Minimum pH Range 5.5 to 7.5 Conductivity 5 mmhos/cm Maximum The Contractor shall provide a complete analysis of Topsoil Type A with one cubic foot sample for review and approval. 9-14.3 Fertilizer Section 9-14.3 is supplemented with the following: All fertilizer applications for trees and shrubs shall follow Washington State University, National Arborist Association or other accepted agronomic or horticultural standards. Fertilizer for trees and shrubs shall be 20-10-5, biodegradable packets. Apply per manufacturer’s recommendations. 9-14.4(3) Bark or Wood Chips Section 9-14.4(3) is supplemented with the following: Bark mulch shall be medium grade composted ground fir or hemlock bark. The bark shall be uniform in color, free from weed seeds, sawdust and splinters. The mulch shall not contain resin, tannin, wood fiber or other compounds detrimental to plant life. The moisture content of bagged mulch shall not exceed 22%. The acceptable size range of bark mulch material is ½” to 1” with maximum of 20% passing the ½” screen. 9-14.6(2) Quality Section 9-14.6(2) is supplemented with the following: Plant material shall be free from disfiguring knots, swollen grafts, sunscald injuries, bark abrasions, evidence of improper pruning or other objectionable disfigurement. Potted and container stock shall be well rooted and vigorous enough to ensure survival and healthy growth. Shrubs shall have full foliage (not leggy). Container stock shall be grown in its delivery container for not less than six (6) months, but not for more than two (2) years. Root bound or broken containers will not be accepted. Bare root, liner and root stock with dried or shriveled roots from exposure will not be accepted. Trees shall meet WSDOT standard “Street Tree Grade” and will be provided with untapped, straight, single leaders, and shall be free of branches to minimum six (6) feet above ground line. Trees shall have full crowns and balanced branching. Measurements, caliper, branching, grading, quality, balling and burlapping shall follow the Code of Standards of the American Associate of Nurserymen in the American Standard for Nursery Stock, ANSI 260.1, latest edition. Measurements shall be taken with all branches in their normal growing position. Plants shall not be pruned prior to delivery to site. Special Provisions SP-231 Williams Ave S & Wells Ave S Conversion Project December 2019 9-14.6(3) Handling and Shipping Section 9-14.6(3) is supplemented with the following: All plant material shall be transported to planting locations with care to prevent damage. Tie back branches as necessary and protect bark from chafing with burlap bags. Do not drag plant materials along ground without proper protection of roots and branches. Protect rootballs from environmental or mechanical damage and water as necessary to keep roots moist. 9-14.6(4) Tagging Section 9-14.6(4) is supplemented with the following: All plant material shall be legibly tagged. Tagging may be by species or variety with minimum of one tag per ten trees, shrubs, groundcovers. Remove all tagging prior to final acceptance. 9-14.6(5) Inspection Section 9-14.6(5) is supplemented with the following: The Contracting Agency shall reserve the option of selecting and inspecting plant material at the nursery. The Contractor shall provide the Contracting Agency with at least one week notice prior to preparing plants for shipping and delivery. The Contractor shall neither deliver to site nor install plant materials until authorized by the Contracting Agency. 9-14.6(7) Temporary Storage Section 9-14.6(7) is supplemented with the following: Cold storage of plants shall not be permitted. If planting is delayed more than 24 hours after delivery, set balled and burlapped plants on the ground, well protected with soil or wet peat. Adequately cover all roots of bare root material with soil or wet peat. Protect rootballs from freezing, sun, drying winds or mechanical damage. Water plant material as necessary until planted. Plants shall not be stored for more than one week. Longer storage period at project site will result in rejection of plant materials by the Contracting Agency. Add New Section 9-14.8: 9-14.8 Root Barrier Root Barrier shall be 24” depth, flexible interlocking panels with half-inch (1/2”) raised vertical reinforcing ribs, horizontal ground-lock tabs to prevent lifting and double top edge. Panels shall be made from injection molded High Impact Polypropylene (HIPP) with built-in UV inhibitors and a minimum thickness of 0.080 inches. Add New Section 9-14.9: Special Provisions SP-232 Williams Ave S & Wells Ave S Conversion Project December 2019 9-14.9 Tree Watering Bag System Tree watering bag system shall be commercially available, 15-gallon, slow-release watering bag with two (2) water-release points per bag. Materials: UV-stabilized polyethylene with nylon zipper and polypropylene handle straps; color: green. 9-15 IRRIGATION SYSTEM 9-15.1 Pipe Tube and Fittings Section 9-15.1 is supplemented with the following: All pipe and tubing shall be PVC or approved equal. All fittings shall be Sch 80 PVC. All sleeving shall be Sch 40 PVC. 9-15.1(2) Polyvinyl Pipe and Fittings Section 9-15.1(12) is supplemented with the following: PVC pipe shall be Schedule 40 PVC pipe for the main, laterals and sleeves. 9-15.2 Drip Tubing Section 9-15.2 is supplemented with the following: Microtubing for flower baskets shall be black, UV resistant and per this section of the Standard Specifications. 9-15.3 Automatic Controller Section 9-15.3 is supplemented with the following: Automatic controllers shall be as shown on the Plans, Supply and install in cabinets, including foundation. 9-15.4 Irrigation Heads Section 9-15.4 is supplemented with the following: Sprinkler heads shall be designed so that either an adjustment screw or interchangeable nozzles can make spray adjustments. Watering cores shall be precision machined for accurate performances and shall be easily removed without removing the housing from the pipe. All turn heads shall be designed with turf flanges having 2 gripping holes to facilitate removal of the head. The flower basket bubbler shall be a 360-degree mini spray emitter, capable of operating from 15 to 45 psi, radius of 18” @ 25PSI (emitting approx. 10.3 gph), with flow adjustment and shut off option. The flower basket bubbler shall be suitable for ¼” micro tubing, installed on spike. All materials shall be UV stabilized. Special Provisions SP-233 Williams Ave S & Wells Ave S Conversion Project December 2019 9-15.5 Valve Boxes Section 9-15.5 is supplemented with the following: Valve boxes for quick coupler shall be light duty HDPE with UV inhibitors, 10” diameter flared box with bolt down cover. Valve boxes for control valves shall be grey flared box, HDPE construction with UV inhibitors, heavy duty seat collar, drop in locking, 17’L x 24” D x 12” W with green HDPE drop in locking lid. Valve boxes for Double Check Valve Assembly shall be grey heavy duty polymer concrete, top dimensions 25”L x 15-16”W and 24” D designed to withstand H-10 and H-20 loading in incidental and non-deliberate traffic areas. Valve box must be compliant with AASHTO H-10 Design Load; ASTM C 857-95 Design Load of A-8, 8,000lbs. Box shall be alkaline, acid and weather resistant, with flush locking polymer concrete cover. Verify size to fit Double Check Valve Assembly, prior to installation. Drip access valve boxes for pavement and planters shall be 12”x12”x18” composite body HD Polymer concrete combined with sheet molding compound, rated for incidental, non- deliberate traffic. Cover and ring shall be made of high-density light weight polymer concrete. Cover shall be marked “IRRIGATION” or “IRR”. Lid color shall be grey, flush with vandal proof bolt. Provide 3 spare keys for bolt. All automatic control valves, flow control valves, and pressure reducing valves shall be provided with valve boxes. Valve boxes shall be sized as appropriate to allow efficient access to components and approved by the Engineer prior to installation. Valve boxes shall be extendable to obtain the depth required. All manual control valves shall be equipped with a protective sleeve and cap as shown in the Standard Plans. 9-15.7(2) Automatic Control Valves Section 9-15.7(2) is supplemented with the following: Low Flow Valve Assembly shall be combination of ¾” low flow valve specifically designed for drip irrigation with flow operating range of 0.2 to 5.0GPM, inlet pressure 20-150PSI and combined ¾” Pressure-Regulating Filter, Low flow valve shall be capable of handling particles at low flow rate. Low flow valve and pressure-regulating filter shall have regulated pressure of 30psi and 200 (stainless steel) mesh filtration. 9-15.17 Electrical Wire and Splices Electrical Wire shall be #14 UF wire. Utilize splice kits which are UL listed and CSA Certified for direct bury and submersion applications. 9-28 SIGNING MATERIALS AND FABRICATION 9-28.7 Process Colors Section 9-28.7 is supplemented with the following: Special Provisions SP-234 Williams Ave S & Wells Ave S Conversion Project December 2019 Back of mast arm mounted signs and associated banding shall match signal mast arm color. 9-29 ILLUMINATION, SIGNAL, ELECTRICAL 9-29.1 Conduit, Innerduct, and Outerduct Section 9-29.1 is supplemented with the following: Fiber optic cable conduit shall be supplied as a system from a single manufacturer providing all of the conduit, all required fittings, termination and other installation accessories; all in accordance with the Contract Documents. Section 9-29.1 is supplemented with the following: Conduit Sealing Cabinet conduit sealing shall be one of the following: 1. Duo-fill 400 – self expanding waterproof foam 2. Jackmoon – Triplex Duct Plugs 3. O-Z Gedney – Conduit Sealing Bushings Mechanical plugs shall be installed per manufacturer’s recommendations. 9-29.1(1) Rigid Metal Conduit, Galvanized Steel Outerduct, and Fittings Section 9-29.1(1) is supplemented with the following: RGS conduit fittings shall be coated with galvanizing repair paint in the same manner as conduit couplings. Electroplated fittings/couplings are not allowed. Conduit entering concrete shall be wrapped in 2 inch wide pipe wrap tape with a minimum 1 inch overlap for 12 inch on each side of the concrete face. The tape shall have a synthetic rubber adhesive with a fungus inhibitor. Surface Mounting Conduit Attachment Components Unistrut type channel supports and fastening hardware components shall be stainless steel. Conduit clamps shall be hot-dip, galvanized steel or stainless steel, and shall be one piece, two bolt units with lock washers. The clamps shall be attached to the unistrut type channel supports on both sides of the conduit with bolts and associated hardware. The minimum distance between adjacent clamps and between the clamp and the end of the unistrut type channel supports shall be one inch. Unistrut type channel supports shall be installed with stops, which prevent clamps from sliding out of the ends. Special Provisions SP-235 Williams Ave S & Wells Ave S Conversion Project December 2019 9-29.1(10) Directional Boring Section 9-29.1(10) is added as follows: If the Contractor elects or is directed to directional bore, bored conduit shall be High Density Polyethylene (HDPE). All piping system components shall be the products of one manufacturer. The conduit and fittings shall be free, within commercial tolerances of objectionable lines, striations, bubbles, welds or other manufacturing defects which would impair the service of the conduit or fittings. Conduit shall be appropriate for the stress generated by the selected equipment and field conditions. Bored conduit couplings shall meet or exceed all ASTM strength and composition standards for the particular type used. All couplings shall be leak proof. Drilling fluid used for directional boring shall be an inert mixture of water and bentonite clay conforming to the drilling equipment manufacturer’s recommendations. 9-29.2 Junction Boxes, Cable Vaults, and Pull Boxes 9-29.2(1)A Standard Duty Junction Boxes Section 9-29.2(1)A is supplemented with the following: Junction boxes shall be reinforced concrete with galvanized steel frame anchored in place and galvanized steel cover plate (Diamond pattern). Grounding lugs shall be stainless steel and shall be mechanically and electrically bonded. Junction boxes for copper wire shall incorporate a locking lid per WSDOT Standard Plan J-40.10 and J-40.30. Junction boxes placed in the sidewalks shall have slip-resistant lids and frames. Non-Concrete Junction Boxes shall not be allowed on the project. Junction boxes shall be marked for use in accordance with the following schedule: System Type Legend Illumination LT Traffic Signal TS Interconnect Only COMM (August 1, 2016 WSDOT GSP) Concrete Junction Boxes Both the slip-resistant lid and slip-resistant frame shall be treated with 3 Mebac#1 as manufactured by IKG industries, or SlipNOT Grade 3-coarse as 4 manufactured by W.S. Molnar Co. Where the exposed portion of the frame is 5½ inch wide or less the slip-resistant treatment may be omitted on that portion 6 of the frame. The slip-resistant lid shall be identified with permanent marking 7 on the underside indicating the type of surface treatment (“M1” for Mebac#1; or 8 “S3” for SlipNOT Grade 3-coarse) and the year manufactured. The permanent 9 marking shall be 1⁄8 inch line thickness formed with a mild steel weld bead. Special Provisions SP-236 Williams Ave S & Wells Ave S Conversion Project December 2019 9-29.2(2) Small Cable Vaults and Pull Boxes Section 9-29.2(2) is supplemented with the following: All communication vaults shall be Small Cable Vaults type per WSDOT Standard Plan J-90.21, shall be reinforced concrete with galvanized steel frame anchored in place and galvanized steel cover plate (Diamond pattern) and shall include all mounting hardware and racks as shown in the Standard Plans. Grounding lugs shall be stainless steel and shall be mechanically and electrically bonded. Slip resistant frame and lid shall be per Section 9-29.2(1)A per these Special Provisions. 9-29.3 Fiber Optic Cable, Electrical Conductors, and Cable 9-29.3(1) Fiber Optic Cable Section 9-29.3(1) is supplemented with the following: Fiber optic cable conduit shall be supplied as a system from a single manufacturer providing all the conduit, all required fittings, termination and other installation accessories, all in accordance with the Contract Documents. The fiber optic cable network shall be single mode, non-zero dispersion shifted, loose tube fiber capable of supporting both SONET transmission speeds and protocols up to 2.4 GE/s, and NTSC quality color video applications. Trace wire will need to be in cable or pulled in conduit with fiber cable. Install signal controller mounted patch panels for all fiber terminating applications. Patch panels shall accept SC style connectors. The Contractor shall provide all necessary tools, consumables, cleaner, mounting hardware and other materials required for the complete installation of each patch panel. A wiring diagram shall be supplied with each patch panel. The wiring diagram shall identify the destination of each fiber terminated in the patch panel. The destination information shall include at a minimum, an intersection name, cabinet number, patch panel number and patch panel port. The wiring diagram shall be placed in a plastic sheet protector next to the patch panel and a copy submitted to the Project Representative with As-Built drawings. Each row of ports in the patch panels shall be labeled with the associated port numbers with the assumption that the numbers increase from top to bottom or left to right. The Contractor is responsible for demonstrating the functionality of the installed system through testing. These tests shall be conducted in accordance with an approved test plan that shall cover the key functional requirements of the Work. The Contractor shall, at its cost, provide suitable test equipment, instruments and labor for the purpose of tests. The Contractor shall provide sufficient notice of not less than three (3) working days prior to the commencement of the first test. The Contractor shall submit with this notice a schedule of all tests covered by this notice. Special Provisions SP-237 Williams Ave S & Wells Ave S Conversion Project December 2019 9-29.3(1)A Fiber Optic Cable Connectors Section 9-29.3(1)A is added as follows: Fiber optic connectors shall be LC/UPC connectors for fibers installed in the upper compartment in all cabinets and in the upper compartment Double Door P cabinets. The LC/UPC connectors shall meet the following requirements: i. Insertion Loss Change (SM): < 0.30 dB ii. Reflectance: < -40 dB iii. Fiber Height: +/- 50nm iv. Apex Offset: <50 μm v. Return Loss: 55 dB 9-29.3(1)B Fiber Optic Patch Cords Section 9-29.3(1)B is added as follows: Fiber optic patch cords shall be singlemode LC/UPC patch cords in fiber patch panels in the upper compartment in all cabinets and the upper compartments of Double Door P cabinets, except where otherwise noted on the Contract Plans. The patch cords shall be one (1) meter in length with duplex connectors on each end. i. Insertion Loss: 0.2dB ii. Return Loss: >=50dB iii. Repeatability: <0.1dB iv. Durability (times: >1000) v. Compliant with IEC874 Standard vi. Yellow jacketing vii. Maximum attenuation of 1.0/0.75 dB/km 9-29.3(2) Electrical Conductors and Cable Section 9-29.3(2) is supplemented with the following: Each signal and illumination wire shall be numbered at each terminal end with a wrap-around type numbering strip bearing the circuit number shown on the Plans. The Contractor shall provide and install all the necessary wiring, fuses and fittings so as to complete the installation of the signal and lighting equipment as required. All materials and installation methods, except as noted otherwise herein, shall comply with applicable sections of the National Electrical Code. Communications cable shall meet REA specification PE 39 and shall have No. 19 AWG wires with 0.008 inch FPA/MPR coated aluminum shielding. The cable shall have a petroleum compound completely filling the inside of the cable. 9-29.3(2)H Three-Conductor Shielded Cable Section 9-29.3(2)H is deleted and replaced with the following: Special Provisions SP-238 Williams Ave S & Wells Ave S Conversion Project December 2019 Three conductor shielded cable (3CS) for the detector circuit for I.R. optical fire preemption receivers shall be Model 138 Opticom cable. Cable for the detector circuit for GPS fire preemption receivers shall be GTT, model 1070GPS. 9-29.3(2)J Cable for Vehicle Video Detection and PTZ Cameras Section 9-29.3(2)J is added as follows: Video detection cable shall be Ethernet type and conform to the video detection manufacturer’s recommendations. PTZ cable shall be PoE type per manufacturer’s recommendations. 9-29.6 Light and Signal Standards 9-29.6(1) Steel Light and Signal Standards 9-29.6(1)A Decorative Signal Poles Type III Section 9-29.6(1)A is added as follows: Decorative Pole The decorative steel traffic signal pole shall be capable of supporting one (1) mast arm up to fifty-five (45) feet in length and up to one (1) luminaire arm, and shall be complete in all respects. No welding will be allowed at the site at the time of erection. The vertical pole shaft shall be round tapered steel, multi-sided poles are not acceptable. The pole shaft shall consist of a maximum 17” round smooth steel tapered pole, with adequate wall thickness to meet all design requirements. The vertical section shall be continuous taper (0.14/ft.) for the entire length without a reducing cone. The pole shaft and mast arm shall meet ASTM A595 Grade A or Grade 572 specifications, minimum yield 55 KSI. The pole shall have a base plate (bolt circle per the Contract Plans) meeting ASTM Grade A-36 specifications welded to the pole shaft per the manufacturer’s recommendations and have four (4) holes at 90 degrees to accept the properly sized anchor bolts. The pole shall have a 4” x 6” oval handhole located 18” up from the base plate to the top of the centerline of the handhole and oriented as per detail in the Signal Pole Specifications sheet. A pressure type grounding nut shall be welded 180 degrees from the handhole opening. Four (4) galvanized steel anchor bolts (design to be supplied by pole manufacturer) conforming to ASTM F1554 GR105 specifications shall be provided for each pole complete with two (2) nuts and washers for each bolt. Pole top tenon shall be 4 ¼” OD X 11” tall with removable pole top cap. Decorative Base The decorative base shall be constructed of cast iron and shall comprise of two (2) parts which are made in two (2) halves, resembling in design the VISCO OCT14 split base assembly. The bottom of the base is designed to be assembled around the pole base plate and has a bottom dimension of 27" point-to-point and 25” flat-to-flat. The base is octagonal in design, and the top decorative section of the base is designed to be assembled around the pole, and shall have a 14.0" round I.D. to match the pole, with minimal clearance between base and pole. The overall height of the base shall be 36” tall. This casting has a removable access door that is positioned Special Provisions SP-239 Williams Ave S & Wells Ave S Conversion Project December 2019 to match the handhole opening in the pole. The access door is secured to the base with two (2) stainless steel tamper proof machine screws. Each part’s half must bolt together in such a manner that there remains a minimal vertical seam, and each part is free of voids, porosity, fins and generally have a smooth sand cast finish. Luminaire Arm Assembly Luminaire arm assembly shall be per City of Renton Std. Plan 117.3. Pole and its subassemblies color shall be per these Special Provisions, Section 6-07.2 Materials. 9-29.6(1)B Signal Poles Type PPB Section 9-29.6(1)B is added as follows: Type PPB signal poles shall be per WSDOT Standard Plan J-20.10. Pole and its subassemblies color shall be per these Special Provisions, Section 6-07.2 Materials. 9-29.6(1)C Decorative Pedestrian Luminaire Poles Section 9-29.6(1)C is added as follows: Decorative pedestrian luminaire pole and its subassemblies (including receptacles and flexible irrigation conduit) shall be per City of Renton Std. Plan 117.4. Decorative Pole Pole shaft shall be 6” O.D. butt x 4” top x 16’-11 ½” overall pole height, 0.25 minimum wall thickness, fabricated from T6063-T4 aluminum, finished assembly heat treated to T6 condition after welding. Bottom 24” shall be 6” O.D. straight section transitioning to tapered section (0.15”/FT), top 16 ½” shall be 4” O.D. straight section, with removable pole top cap. Bottom handhole opening shall be 3”x5” reinforced aluminum with 3/8”-16 hole for ground connector and flush fitting aluminum cover with gasket. Pole baseplate shall be ¾” thick plate (T6061-T6 Alloy) with (8) 3”x3”x¼” thick aluminum plate gussets (6061-T6 alloy), 7/8” x 1-3/8” slotted holes for ¾” through bolts at 10”-11” bolt circle. Four (4) galvanized steel anchor bolts (per the Plans) conforming to ASTM F1554 GR105 specifications shall be provided for each pole complete with two (2) nuts and washers for each bolt. Pole shall have festoon casting/outlet to accept GFI (WR) Receptacle and In-Use Cover painted to match the pole. Pole shall have pre-drilled 1” diameter hole for irrigation tubing, provide opening with cover at 180 degrees for access to assist with installing tubing. Pole shall have (2) ½” pre-drilled holes at 5 ¼” O.C. for upper banner arm assembly so upper banner arm is 13’-7” above bottom of baseplate. Decorative Base The decorative base shall be constructed of cast aluminum and shall comprise of two (2) parts which are made in two (2) halves, resembling in design the VISCO OCT6 split base assembly. The bottom of the base is designed to be assembled around the pole base plate and has a Special Provisions SP-240 Williams Ave S & Wells Ave S Conversion Project December 2019 bottom dimension of 18" point-to-point. The base is octagonal in design, and the top decorative section of the base is designed to be assembled around the pole, and shall have a 6" round I.D. to match the pole, with minimal clearance between base and pole. The overall height of the base shall be 24” tall. This casting has a removable access door that is positioned to match the handhole opening in the pole. The access door is secured to the base with two (2) stainless steel tamper proof machine screws. Each part’s half must bolt together in such a manner that there remains a minimal vertical seam, and each part is free of voids, porosity, fins and generally have a smooth sand cast finish. Flower Basket Support Arms Flower basket support arms (2 per pole) shall be 1” diameter x 48” long solid aluminum rod with Cyclone F1AP decorative finial (or approved equal) to provide 24” long horizontal arm. Vertical section is welded to (2) cast aluminum attachment clamps, clamps are sized to fit the diameter of the pole at each clamp location to provide a snug fit and to minimize the spacing between the two mated clamp assemblies when bolted together. Each clamp assembly, both upper and lower shall have a ¼-20 tapped hole and stainless steel jam screw to prevent rotation. Banner Saver Arms Banner saver arms (2 per pole) shall be Banner Saver Small assembly. Upper bracket shall be attached with (2) 3/8” SS through bolts, bottom bracket shall be secured with stainless steel bands (painted to match the pole). Banner arms shall have Cyclone F1AP decorative finial (or approved equal) and shall be mechanically fastened to arms. Pole and its subassemblies color shall be per these Special Provisions, Section 6-07.2 Materials. 9-29.10(2) Decorative Luminaires Section 9-29.10(2) is supplemented with the following: Luminaire performance specifications shall be as follows: Roadway and pedestrian luminaires shall be LED type, wattages similar to the wattages shown in the luminaire schedules on the Plans. The roadway and pedestrian luminaire housing shall be dome shaped and similar to dimensions as shown on the Plans, made of cast or spun aluminum with tempered flat glass lens attached to a round cast aluminum lens frame with one or more latches to provide tool less access to the internal components, upper section shall be round aluminum tubing with shallow dome shaped top cap. Luminaire shall be IP66 certified and conform to UL 1598 standards or CSA certified. Lens module shall be clear tempered flat glass assembled on a cast aluminum lens frame, fitted with a silicon gasket compression system to attain an IP 66 rating. Upper housing shall have a 1 ½” hole predrilled at 5 ¾” from top of 4” tubing (upper housing) to accept 1” conduit that is party of the arm assembly. LED module shall be mechanically secured on a die cast aluminum heat sink, minimum 70 CRI, correlated color temperature to be 4000 Kelvin, Type III Optics. Driver module shall be auto adjustable 120-277VAC Class 1, wired at 240V, ROHS compliant Special Provisions SP-241 Williams Ave S & Wells Ave S Conversion Project December 2019 assembled on a tool less removable tray with quick disconnects resisting to 221 Degrees F (105 C), high power factor of 90%. Minimum starting temperature shall be -40 degrees, maximum operating temperature of 130 Degrees F. On board thermal protection device reduces output current to 150mA if internal driver temperature (Tcase) exceeds 185 Degrees F (85 C), provide 3-pole 10KV surge protector per IEEE/ANSI C62.41.2 C High. 3-Wire Terminal Block shall be affixed to the bottom of the driver module tray which is attached to the removable pole top cap, terminal block is pre-wired to driver module, provide UL, pertinent luminaire codification labels affixed to inside of the luminaire housing. Roadway and pedestrian luminaires shall be LED type, wattages similar to the wattages shown in the luminaire schedules on the Plans. The Contractor shall be responsible for verifying that the performance of the LED luminaires is adequate to comply with the City illumination standards (roadways: 1.3 ft-candles average and 4:1 uniformity; intersections: 1.5 ft-candles average and 4:1 uniformity, and a minimum of 0.8 ft-candles at any location within the crosswalks) without modifying illumination and signal pole locations shown on the Plans. AGI32 files shall be provided, by the Contractor upon the request, by the Engineer. The roadway and pedestrian luminaire housing shall be dome shaped and similar to dimensions as shown on the Plans, made of cast or spun aluminum with tempered flat glass lens attached to a round cast aluminum lens frame with one or more latches to provide tool less access to the internal components, upper section shall be round aluminum tubing with shallow dome shaped top cap. Luminaire shall be IP66 certified and conform to UL 1598 standards or CSA certified. Optical assembly/reflector shall be made of pre-anodized aluminum, segmented in multiple facets, ventilated perforations and heat sinks to maximize heat dissipation. Reflector shall produce full cut-off Type III optics to meet the design/performance criteria, 4000K CCT. LED driver module rated for 120V-277V operation, high power factor (90%), with a minimum starting temperature of -40 Degrees Fahrenheit, secured on a tool less access tray with quick disconnects. Individual LED chips or modules shall be removable by means of tool less access in the event they need to be replaced. LED driver not to exceed 750 MA. All decorative fixtures shall be of the same manufacturer and external appearance. All exposed hardware is stainless steel, textured finish on fixture and arm shall be per Section 6-07 of these Special Provisions. 9-29.11(2) Photoelectric Controls Section 9-29.11(2) is replaced with: The photo cell to control the system shall be mounted inside the service/contactor cabinet. The Contractor shall very, before manufacturing, the photocell window shall not be obscured by the adjacent cabinets. Special Provisions SP-242 Williams Ave S & Wells Ave S Conversion Project December 2019 Photoelectric controls shall be a plug in device, rated to operate on 120 volts, 60 Hz. The unit shall consist of a light sensitive element connected to necessary control relays. The unit shall be so designed that a failure of any electronic component will energize the lighting circuit. The photo cell shall be a solid state device with stable turn on values in the temperature range of -55 degrees C to +70 degrees C. The photo cell shall be rated for a 20-year (or higher) life expectancy. 9-29.13 Control Cabinet Assemblies 9-29.13(1) Environmental Performance, and Test Standards for Solid-State Traffic Controller Assemblies Section 9-29.13(1) is supplemented by adding the following: The traffic signal controller assemblies, including the traffic signal controller, auxiliary control equipment and cabinet shall be shop tested to the satisfaction of the Engineer. Testing and check-out of all timing circuits, phasing and signal operation shall be at the City of Renton Maintenance Signal Shop, Renton, Washington. The contractor shall give the City of Renton Maintenance Signal Shop at least one week lead time to delivery. The contractor shall deliver the controller and cabinet to the shop and shall pick up the units at the end of the test period, deliver to the job site, and install. Allow for three weeks for testing. The Signal Shop will make space available to the Contractor for the required test demonstrations. The Contractor shall assemble the cabinet and related signal control equipment ready for testing. A complete demonstration by the Contractor of all integrated components satisfactorily functioning shall start the test period. Any malfunction shall stop the test period until all parts are satisfactorily operating. The test shall be extended until a minimum of 72 hours continuous satisfactory performance of the entire integrated system has been demonstrated. The demonstration by the Contractor to the Engineer of all components functioning properly shall not relieve the Contractor of any responsibility relative to the proper functioning of all aforestated control gear when field installed. 9-29.13(2) Traffic Signal Controller Assembly Testing Section 9-29.13(2) is revised with the following: The Contractor shall give fourteen (14) calendar days written notice to the Engineer prior to delivering the signal control equipment to the City of Renton Maintenance Signal Shop. The equipment shall be delivered far enough in advance of actual need to allow for testing by the City of Renton Maintenance Signal Shop. This may involve retesting because of failures or rejections. The City of Renton Maintenance Signal Shop may require thirty-five (35) calendar days for testing the signal control equipment. This time will increase if the equipment does not meet the contract requirements or is incomplete. If more than thirty-five (35) calendar days are required for any individual testing or retesting by the City of Renton Maintenance Signal Shop. Special Provisions SP-243 Williams Ave S & Wells Ave S Conversion Project December 2019 Tests in environment chamber will only be run as needed for type changes. Upon successful completion of testing by the City of Renton Maintenance Signal Shop, the signal controller equipment shall be available for pickup. A certificate verifying environmental testing, if required, shall be supplied in the cabinet to the City of Renton Maintenance Signal Shop for each respective control cabinet. The Contractor shall notify the City of Renton Maintenance Signal Shop in writing a minimum of fourteen (14) calendar days before the Contractor is ready to pick up the signal controller cabinet. The Contractor shall not pick up the controller cabinet from City of Renton Maintenance Signal Shop until the electrical service is energized and all site preparation required to install the controller cabinet is complete. The supplier has five (5) working days to repair or replace any components that fail during the testing process at no cost to the Contracting Agency. All failed or rejected equipment shall be removed from the City of Renton Maintenance Signal Shop within seven (7) calendar days following notification; otherwise, the failed or rejected equipment will be returned, freight collect, to the Contractor. 9-29.13(3) Traffic Signal Controller Section 9-29.13(3) is revised with the following: The NEMA controller shall be a SIEMENS M62 series ATC model EPAC6138M62 with a 8Mb data key and a removable display unit. The controller shall be configurable to meet, at a minimum, all applicable sections of the NEMA Standards Publication for TS2 and ATC standards. Traffic signal controller shall operate within Temperature Range: -37°C to +74°C, Service Voltage: 89 to 135 VAC, 57 to 63 Hz, Power Consumption shall be typically 25 Watts and shall not exceed 120 Watts. Traffic signal controller supplier shall provide a letter from an independent testing laboratory certifying controller compliance to the environmental standards NEMA TS 2-2003 and ATC Standard version 5.2b upon request. It shall be possible to configure the controller for multiple configurations including: ATC Configuration: Standard version 5.2b specifications or TS-2 Type 2 NEMA Configuration: NEMA TS2-2003 without ATC compliance. An upgrade kit shall be available to convert TS2 to ATC with simple tools The controller shall be suitable for both a direct parallel connection to load switches and detectors and an SDLC port to communicate with NEMA BIUs. The CPU shall provide the following: Linux Operating System with runtime license and Kernel x.y.z MPC 8270 microprocessor operating at 266 MHz. Special Provisions SP-244 Williams Ave S & Wells Ave S Conversion Project December 2019 512 Megabytes minimum dynamic random-access memory (DRAM). 512 Megabytes minimum FLASH memory organized as a disk drive. 2 Megabytes minimum static random-access memory (SRAM). Time of Day (TOD) clock with hours, minutes, seconds, month, year, and automatic day- light savings time adjustment. TOD may be implemented in the CPU via electronic circuitry, operating system software, or a combination. During power failures, the SRAM and TOD shall be powered by STANDBY voltage from the power supply. The ATC Communication module shall be a plug-in type module, and shall provide the following communications options: Four built-in USB 2.0 ports Built-in 10 Base-T Ethernet with four RJ-45 connectors. Built-in 9pin EIA-574 SP8 Port for GPS connection Built-in 8MB Data-key Port Dedicated normally flashing red ‘CPU Active’ LED to indicate CPU failure. In addition to ATC 5.2b requirements, the Power Supply shall provide the following: Line Frequency Reference signal shall be generated by a crystal oscillator, which shall synchronize to the 60-Hz VAC incoming power line at 120 and 300 degrees. A continuous square wave signal shall be +5 VDC amplitude, 8.333ms half-cycle pulse duration, and 50 +/- 1% duty cycle. The Line Frequency Reference shall compensate for missing pulses and line noise during normal operation. The Line Frequency Reference shall continue through 450 mS power interruptions. STANDBY voltage via supercapacitor for backup power during loss of service voltage shall be provided. Supercapacitor shall have a minimum of 15-farad nominal size. No batteries of any type are allowed. In addition to ATC 5.2b requirements, Keyboard and Display shall provide the following: Removable by pulling off, installed by pushing on, with retaining screw. Emulation of terminal per Joint NEMA/AASHTO/ITE ATC Standard. Key quantity and function per Joint NEMA/AASHTO/ITE ATC Standard. Liquid Crystal Display (LCD) with 16 lines of 40 characters. LCD contrast adjustment accomplished via the keypad, no contrast knob allowed. Special Provisions SP-245 Williams Ave S & Wells Ave S Conversion Project December 2019 Light-emitting diode backlight for the LCD. Audible electronic bell. Connector compatible with C60 of Joint NEMA/AASHTO/ITE ATC Standard, with the addition of +5VDC supplied by the controller on C60, Pin 1. Keyboard and display may be removed for cost savings by the Agency. It shall be possible to view the active status screens simultaneously with other programming menu screens. It shall be possible to assign a specific menu screen to one of the available function buttons on the keyboard. The operator shall be able to evoke a Help screen using a clearly identified HELP button. For ease of operation for first responders and agency staff, the controller shall provide a clearly identified Auxiliary ON/OFF switch on the keypad. In addition to ATC 5.2b requirements, the controller shall provide the following: Built-in 10 Base-T Ethernet with five RJ-45 connectors on controller front panel. Built-in Internet Protocol (IP) address assigned by Institute of Electrical and Electronic Engineers (IEEE), two unique IP addresses for each controller. Built-in 1200 bps Frequency Shift Keying (FSK) modem. Modem is optional per Agency specification. Choice of 2 or 4 wire operation per Agency specification. Built-in EIA-232 port for uploading and downloading applications software, as well as to update the operating system. Built-in C60 connector for use with removable Keyboard and Display, Personal Computer COM1 or Personal Digital Assistant (PDA). C60 protocol per Joint NEMA/AASHTO/ITE ATC standard. Four built-in USB 2.0 ports on controller front panel. In addition to the ATC 5.2b requirements, the controller housing shall provide the following: One slot with card guides for standard Joint NEMA/AASHTO/ITE ATC modems. Polycarbonate construction, except back panel, rear mounting tabs and power supply mounting plate shall be aluminum for electrical grounding. Built-in carrying handle. Two adjustable front mounting feet, to raise the front cables and vary the display viewing- angle. Special Provisions SP-246 Williams Ave S & Wells Ave S Conversion Project December 2019 The controller identification label shall be located on the front of the controller and include the controller part or model number, serial number and product code to decipher controller month and year of manufacture. Two Input / Output configurations shall be provided: a. NEMA TS-2 Type 1 for serial connection to cabinet Bus Interface Unit b. NEMA TS-2 Type 2 for direct parallel connection to load switches and detectors. In addition to NEMA requirements, the controller shall provide the following: a. Built-in 10 Base-T Ethernet with RJ-45 connector on controller front panel b. Built-in Internet Protocol (IP) address assigned by Institute of Electrical and Electronic Engineers (IEEE), one unique IP address for each controller. c. Built-in Infrared (IR) wireless port compatible with Microsoft Windows for Pocket PC Infrared RAW mode. d. Built-in 1200 bps Frequency Shift Keying (FSK) modem. Modem is optional per Agency specification. Choice of 2 or 4 wire operation per Agency specification. e. Built-in EIA-232 port for uploading and downloading applications software, as well as to update the operating system. f. Built-in C60 connector for use with removable Keyboard and Display, Personal Computer COM1 or Personal Digital Assistant (PDA). C60 protocol per Joint NEMA/AASHTO/ITE ATC standard.  9-29.13(4) Traffic Signal Controller Software Section 9-29.13(4) is supplemented with the following: NEMA Traffic Signal Controller Firmware: The controller shall have Siemens Eagle SE-PAC firmware Version 3.54. Documentation A complete documentation set shall be furnished with the control equipment prior to the start of testing. It shall include the following:  Serial numbers when applicable.  Written certification that equipment of the same make and model has been tested according to NEMA Environmental Standards and Test Procedures, and has met or exceeded these standards. The certificate shall include equipment model number and where, when, and by whom the tests were conducted. This certificate shall accompany each shipment of controllers. Special Provisions SP-247 Williams Ave S & Wells Ave S Conversion Project December 2019  The Contractor shall provide wiring diagrams, including a USB flash drive containing the diagrams for all controllers in AUTOCAD Release 2009 or later and two blue-tone prints for each controller and cabinet supplied. The sheet size shall be 22 inches by 34 inches.  Wiring diagrams for all auxiliary equipment furnished. One set per cabinet.  Complete operations and maintenance manuals including complete and correct software listing and flow charts, five sets of operations and maintenance manuals per cabinet, and five sets of software listings and flow charts.  Complete operations and maintenance manuals for all auxiliary equipment. One set per cabinet.  The operational and maintenance manuals for each traffic signal controller supplied including as a minimum, but not to be limited to the following: Detailed instructions for maintaining all hardware components, controller, and auxiliary equipment; a complete parts list detailing all manufacturer's identification codes; detailed wiring diagrams and schematics indicating voltage levels and pictorial description, part name, and location for all hardware components, controller, and auxiliary equipment. 9-29.13(5) Flashing Operations Items 2, 3, and 5 in Section 9-29.13(5) are revised to read as follows: 2. Police Panel Switch. When the flash-automatic switch located behind the police panel door is turned to the flash position, the signals shall immediately revert to flash as programmed for emergency flash and apply stop time to the controller. When the switch is placed on automatic, stop time shall be removed from the controller except when the MMU has commanded flash operation. 3. Controller Cabinet Switches. When the flash-automatic switch located inside the controller cabinet is placed in the flash position, the signals shall immediately revert to flash; however, the controller shall continue to function. When the flash-automatic switch is placed in the automatic position, the controller shall immediately resume normal cyclic operation. Adjacent to the flash-automatic switch shall be a controller on-off switch. If the flash-automatic switch is in the automatic position and the controller on-off switch is placed in the OFF position, the signals shall immediately revert to flash. 5. Conflict Monitor. Upon sensing conflicting signals or unsatisfactory operation voltages, the conflict monitor shall immediately cause the signal to revert to flash; however, the controller shall stop time at the point of conflict. After the conflict monitor has been reset, the controller shall immediately take command of the signal displays. The following is a supplement: 6. Flash unit shall be a two-circuit type, capable of switching loads up to 1000 watts per circuit alternately at a rate of 60 flashes per minute per circuit, plus or minus two flashes per minute. 9-29.13(6) Emergency Pre-emption Section 9-29.13(6) is deleted and replaced with the following: Special Provisions SP-248 Williams Ave S & Wells Ave S Conversion Project December 2019 Immediately after a valid call has been received, the pre-emption controls shall cause the signals to display the required clearance intervals and subsequent preemption intervals. Pre- emption equipment shall be installed so that internal wiring of the controller, as normally furnished by the Manufacturer, is not altered. Termination of the pre-emption sequence shall NOT place a call on all vehicle and pedestrian phases. Pre-emption indicators, if required, shall turn on when the controller reaches the pre-empted phase. Emergency vehicle pre-emption shall be furnished as modules that plug directly into a rack wired to accept GTT Opticom discriminator type units. The pre-emption system operation shall be compatible with the 764 Series GTT Company "Opticom" system which the City of Renton is currently using and shall be capable of being activated by the same transmitters. Emergency Pre-emption Detection - Infra-Red (I.R.) Type The optical signal discriminator system shall enable an authorized vehicle to remotely control traffic control signals from a distance of up to 1800 feet (0.54 kilometers) along an unobstructed "line of sight" path. The system shall cause the traffic signals controller to move into an appropriate fire pre-emption program. This optical discriminator shall interface to the 562 software, for field programmability. It shall consist of the following components: 1. Optical detectors, which shall receive the optical energy emitter's signal. 2. Discriminators, which shall cause the signal controller to go into internal pre-emption and shall give the authorized vehicle the right of way. 3. Pre-emption Indicator Lights. Optical Detector  Shall be of solid state construction.  Fittings shall meet the specifications of the system manufacturer to facilitate ease of installation.  Shall operate over an ambient temperature range of -40*F to +180*F (-40*C to +85*C).  Shall have internal circuitry encapsulated in a semi-flexible compound and shall be impervious to moisture.  Shall respond to the optical energy impulses generated by a pulsed Xenon source with a pulse energy density of 0.8 micro joule per square meter at the detector, a rise time less than one microsecond and half power point pulse width on not less than thirty microseconds. Discriminator Each module shall do the following:  Shall provide for a minimum of two channels of optical detector input.  Shall provide for a minimum of two discrete channels of optically isolated output. When a pre-emption detector detects an emergency vehicle, the phase selector shall hold the controller in the required phase or advance directly to that phase after observing all Special Provisions SP-249 Williams Ave S & Wells Ave S Conversion Project December 2019 vehicle clearances. The phase selector shall hold the controller in the phase selected until the detector no longer detects the emergency vehicle. When the phase selector is responding to one detector, it shall not respond to any other detector until calls from the first detector are satisfied. Indicator lights shall indicate power on, signal being received, channel called. Switches shall control system power and simulate detector calls for each phase. Emergency Pre-emption Detection – GPS Radio Unit Antenna Type GPS type emergency pre-emptions system shall be Opticom GPS Priority Control System and shall consists of:  The compact, weather resistant RF-energy-emitting Opticom Model 3100 GPS Radio Unit containing a GPS receiver with antenna and a 2.4 GHz spread spectrum transceiver with antenna.  The Opticom Model 764 Multimode Phase Selector - plug-in, four-channel, dual-priority, multi-mode encoded signal device (designed for use with both Opticom infrared system emitters and detectors and Opticom GPS radio/GPS intersection units). Phase selectors shall be powered from AC mains or 24 VDC and contain their own internal power supply to support Opticom infrared system detectors and Opticom GPS radio/GPS units. The radio unit shall be connected to an Opticom™ Model 764 Multimode Phase Selector via an 11-conductor radio/GPS cable.  Opticom Model 768 Auxiliary Interface Panel (AIP) to interconnect Opticom 764 Phase Selectors with terminals inside a traffic cabinet and twelve foot cable to connect the AIP to the Model 764 Phase Selector.  The Opticom Model 1070 GPS Installation Cable consisting of ten (5-pair) color-coded twisted conductors, a conductive shield and drain, and a black PVC jacket. This cable shall provide power to the Opticom Radio/GPS unit from the Opticom™ Phase Selector. The maximum cable distance shall be 250 feet. 9-29.13(7) Wiring Diagrams Section 9-29.13(7) is modified and supplemented by retaining the first three sentences and replacing the remainder with: The controller cabinet shall have a waterproof envelope with a side access attached to the inside of the cabinet door. The cabinet shall be furnished with (3) complete sets of cabinet prints. All cabinet wiring, and layout shall come on (1) E1 size sheet, multiple pages shall not be allowed. Upon request (1) USB memory stick with AutoCAD v2008 cabinet drawing for the cabinet wiring can be provided direct to the agency. 9-29.13(9) Radio Interference Suppressors Section 9-29.13(9) is added as follows: Special Provisions SP-250 Williams Ave S & Wells Ave S Conversion Project December 2019 A Cornell-Dubiler radio interference filter NF 10801-1 30 amps or approved equal shall be used to filter the A.C. power. Additionally, all power supplies shall have noise immunity from other devices within the cabinet. 9-29.13(10)A Auxiliary Equipment for NEMA Controllers Section 9-29.13(10)A is revised as follows: The following auxiliary equipment shall be furnished and installed in each cabinet for NEMA traffic-actuated controllers: Auxiliary Panel The cabinet shall include an auxiliary switch panel mounted to the interior side of the police panel compartment on the cabinet door. The panel shall be secured to the police panel compartment by (2) screws and shall be hinged at the bottom to allow access to the soldered side of the switches with the use of only a phillips screwdriver. Both sides of the panel shall be silkscreened. Silk-screening on the backside of the switch panel shall be upside down so that when the panel is opened for maintenance the silk-screening will be right side up. All of the switches shall be protected by a hinged see-through Plexiglas cover. At a minimum the following switches shall be included: Controller ON/OFF Switch: There shall be a switch that renders the controller and load- switching devices electrically dead while maintaining flashing operations for purpose of changing the controller or load-switching devices. The switch shall be a general-purpose bat style toggle switch with .688-inch long bat. Signals ON/OFF Switch: There shall be a switch that renders the field signal displays electrically dead while maintaining controller operation for purpose of monitoring controller operations. The switch shall be a general-purpose bat style toggle switch with .688-inch long bat. Stop Time Switch: There shall be a 3-position switch labeled “Normal” (up), “Off” (center), and “On” (down). With the switch in the “Normal” position, a stop timing command shall be applied to the controller by the police flash switch or the MMU (Malfunction Management Unit). When the switch is in its “Off” position, stop timing commands shall be removed from the controller. The “On” position shall cause the controller to stop time. The switch shall be a general-purpose bat style toggle switch with .688-inch long bat. There shall be a red LED indicator light that illuminates when stop time is applied. Technician Flash Switch: There shall be a switch that places the field signal displays in flashing operation while the controller continues to operate. This flash shall have no effect on the operation of the controller or MMU. The switch shall be a general-purpose bat style toggle switch with .688-inch long bat. Vehicle Test Switches: All eight vehicle phase inputs shall have a 2 position (on, on) test switch. Switches shall be labeled “On” (up) and “Test” (down). With the switches in the “On” Special Provisions SP-251 Williams Ave S & Wells Ave S Conversion Project December 2019 position normal operations of the vehicle detection. When in the “Test” position a constant input shall be applied to the controller. The switches shall directly input a call to the related controller vehicle phase without routing the call through the detector rack(s) when activated. These switches shall be labeled 1, 2, 3, 4, 5, 6, 7 and 8. Pedestrian Test Switches: All eight pedestrian phase inputs shall have momentary pushbutton test switches with black caps. The switches shall directly input a call to the related controller pedestrian phase. These switches shall be labeled 1, 2, 3, 4, 5, 6, 7 and 8. Police Panel Behind the police panel door there shall be switches for use by emergency personnel. The wiring for these switches shall be accessible when the auxiliary panel is open. The following switches shall be included; Flash Switch: There shall be a switch for the police that puts the cabinet into flashing operations. The switch shall have two positions, “Auto” (up) and “Flash” (down). The “Auto” position shall allow normal signal operation. The “Flash” position shall immediately cause all signal displays to flash as programmed for emergency flash and apply stop time to the controller. When the police flash switch is returned to “Auto”, stop time shall be removed from the controller except when the MMU has commanded flash operation. The effect shall be to disable the police panel switch when the MMU has detected a malfunction and all controller and MMU indications shall be available to the technician regardless of the position of the police flash switch. The switch shall be a general-purpose bat style toggle switch with .688- inch long bat. Cables All wire cable bundles shall be encased in flex or expandable braided sleeving along their entire free length. All SDLC cables shall be terminated on both ends, securely terminated to the SDLC interface panel with screw type connection and professionally routed in the cabinet interior to easily reach the load bay, controller, malfunction management unit and detector racks. All SDLC connectors shall be fully populated with 15 pins each. Flashing Operation All cabinets shall be wired to flash for all vehicle channels. Flashing operation shall alternate between the used vehicle phases 1, 4, 5, 8, OLA, OLD, OLE & OLG and 2, 3, 6, 7, OLB, OLC, OLF & OLH. Flash programming shall be either red, yellow or no flash simply by changing wires on the front of the load-bay. Detector Racks At a minimum, the cabinet shall be wired to accommodate (32) channels of detection as follows: Special Provisions SP-252 Williams Ave S & Wells Ave S Conversion Project December 2019 1. One detector rack shall be standard size and support (16) channels of loop detection, (1) Buss Interface Unit (BIU) and (4) channel of Opticom™ preemption. This rack shall be capable of using both two channel or four channel detection devices or Opticom™ cards. 2. One detector rack shall be half width size and support (16) channels of loop detection and one (1) Buss Interface Unit (BIU). This rack shall be capable of using half width four channel detection devices. 3. The loop cabling shall be connected via a 37-pin DB connector using spring clips. The Opticom cable shall be connected via a 24-pin connector using locking latches. The power cable shall be a 6-pin connector. All power wires shall be 18AWG. The addressing of detector racks shall be accomplished via dipswitches mounted to the PCB. There shall be the capability to turn off the TS2 status to the BIU for the uses of TS1 detector equipment via dipswitches mounted to the PCB. There shall be a 34-pin connector using locking latches that breaks the output from the detector to the input of the BIU, there shall also be +24VDC and logic ground on this connector. All racks shall have space at the bottom front for labeling. All racks shall be designed for horizontal stacking. Separate racks for detection and preemption are not allowed. Detection Panel The detection panel shall support (32) channels of vehicle detection, (4) channels of emergency vehicle preemption detection, (8) channels of auxiliary emergency vehicle preemption detection, (8) channels of pedestrian detection and (8) pedestrian returns on a single panel. The pedestrian call terminal block shall be (2) single row terminals. They shall be connected by removable buss bars. The loop wires shall be a 22AWG twisted pair, color coded as follows; channel one brown, channel two red, channel three orange and channel four yellow. One of the twisted pair wires of all colors shall have a white tracer and land on the second position terminal of each loop. The emergency preempt wires shall be color coded as follows; +24VDC orange, preempt inputs yellow and ground blue. This panel will be mounted on the left side of the cabinet below the bottom shelf. The panel shall also include a (19) position solid aluminum, tin plated neutral and ground buss bars with raised slotted & torque style screws heads. They shall be mounted vertically at the bottom of the panel. The Opticom and pedestrian terminal blocks shall be labeled as follows: Opticom + orange: 5A1, 5B1, 5C1, 5D1 Opticom call yellow: 5A2, 5B2, 5B3, 5B4 Opticom – blue: 5A3, 5B3, 5C3, 5D3 Pedestrian Calls: 714, 724, 734, 744, 754, 764, 774, 784 Special Provisions SP-253 Williams Ave S & Wells Ave S Conversion Project December 2019 Pedestrian returns: 715, 725, 735, 745, 755, 765, 775, 785 Power Supply Interface Panel` The power supply interface panel shall include terminations for all the cabinet power supply inputs and outputs. It shall have a protective plastic cover. This panel shall be mounted on the left wall of the cabinet. SDLC Panel The SDLC panel shall have (12) 15 socket DB connectors mounted to a PCB. The PCB shall be mounted to an “L” bracket for attaching to cabinet “C” channel. All SDLC cables shall attach with screw type retainers. There shall be one position with latching blocks to mate with latching spring blocks. This panel shall be mounted on the left wall of the cabinet between the shelves. Video Detection Panel The video detection interface panel shall be the single point interface for video power and coax cabling. The panel shall have (6) individual coax surge arrestor EDCO CX06-M and 1 amp circuit breaker so that individual cameras can be replaced in the field without disrupting the entire video detection system. A 10 position terminal block with #8 screws, to provide termination for 120VAC and camera 120AC line. A solid aluminum tin plated neutral and ground buss bar with raised slotted & torque style screw heads shall also be mounted to this panel. Service Surge Suppression The cabinet shall be equipped with an CITEL surge protection device model DS72US-120S/G- F-ASSM mounted on the power panel. It shall be installed after the main breaker (CB1). The auxiliary breaker (CB2) shall be wired after the SPD. (1) spare modular cube for the MOV & GSG circuits shall be supplied with each cabinet. CITEL part numbers DSM70U-210 and DSM70UG-600. Power Panel The power panel shall handle all the power distribution and protection for the cabinet and shall be mounted in the bottom right side of the facility. All equipment shall be mounted on a 12” x 17” or smaller silkscreened aluminum panel and include at a minimum the following equipment: • A 40-amp main breaker shall be supplied. This breaker shall supply power via CITEL DS72US-120S/G-F-ASSM to the load bay, load switches, auxiliary panel, controller, MMU, power supply, detector racks, quad & quad ITS smart convenience outlet. • A 20-amp auxiliary breaker shall supply power to the fan, light and GFI • A 15-amp auxiliary breaker shall supply power to the ITS compartment power panel. This breaker shall have its own line in from the service cabinet & not pass through the UPS Special Provisions SP-254 Williams Ave S & Wells Ave S Conversion Project December 2019 equipment or main cabinet SPD. • A 50-amp, 125 VAC radio interference line filter. • A normally open, 50-amp, solid-state relay. The relay shall have a green LED light that is on when energized. • One see-through Plexiglas cover on stand-offs to protect maintenance personnel from AC line voltages. It shall cover the top and front of the power panel. With cover on access to the neutral and ground busses is possible. It shall also cover the utility power in terminal block. The protective cover shall have a slot to access the field side of said power block with a standard screwdriver. This shall be removable by loosening screws but without removing screws. • Two (19) position solid aluminum, tin plated neutral buss bar with raised slotted & torque style screw heads. • One (19) position solid aluminum, tin plated ground buss bar with raised slotted & torque style screw heads. Fiberoptic Termination Panel The cabinet shall come with a 12-port wall mounted fiberoptic termination panel with loaded duplex single-mode SC coupler plates and splice tray. The panel shall be a Corning SPH-01P with (1) CCH-CP12-59 coupler plate. Ethernet Switch The RUGGEDCOM RS940G is a utility-grade, fully managed Ethernet switch, providing six or eight ports of Gigabit Ethernet. Six 10/100/1000BaseTX triple speed copper ports are standard. An additional two Gigabit fiber or copper ports can be added. The RS940G provides a cost-effective way of connecting a cluster of field devices to a Gigabit Ethernet backbone. The RS940G provides two fiber optical Gigabit Ethernet ports for creating a fiber optical backbone with high noise immunity and long-haul connectivity. The Ethernet switch shall be a SIEMENS/RuggedCom model RS940G-HI-D-2SFP-XX with (2) 99-25-0100 mini SFP transceivers SM LC 1310nm, 10km distance. The Ethernet switch warrantees shall be in the name of City of Renton. The following cables and cords shall be supplied with the Ethernet switch: • Two single mode patch cords (LC to SC) • One 16-gauge 3 conductor power adapter • Four Cat6 patch cables Malfunction Management Unit (MMU) Special Provisions SP-255 Williams Ave S & Wells Ave S Conversion Project December 2019 The cabinet shall come with a (MMU) that meets all the requirements of NEMA TS2-2003 while remaining downward compatible with NEMA TS1. It shall have (2) high contrast LCD displays and an internal diagnostic wizard. It shall come with a 10/100 Ethernet port. It shall come with software to run flashing yellow arrow operation. The MMU shall be an Eberle Design, Inc. (EDI) model MMU2-16LEip. Load Switch The cabinet shall come with (16) load switches. All load switches shall be discreet type and have LED indications for both the input and output side of the load. The load switches shall be PDC model SSS-87 I/O. Flasher The cabinet shall come with (1) flasher. The flasher shall be discrete type and have LED indications. The flasher shall be PDC model SSF-87. Flasher Transfer Relay The cabinet shall come with (8) heavy duty flash transfer relays. The relays shall be Detrol Controls model 295. Bus Interface Unit (BIU) The cabinet shall come with (4) bus interface units (BIU). These shall meet all the requirements of NEMA TS-2 1988 standards. In addition, all BIUs shall provide separate front panel indicator LED’s for DC power status and SDLC Port 1 transmit and receive status. The (BIU)’s shall be Eberle Design, Inc. (EDI) model BIU-700. Power Supply (PS) The cabinet shall come with a shelf mounted cabinet power supply meeting at minimum TS 2-2003 standards. It shall be a heavy-duty device that provides +12VDC at 5 Amps / +24VDC at 2 Amps / 12VAC at .25 Amp, and line frequency reference at 50 mA. The power supply shall provide a separate front panel indicator LED for each of the four outputs. Front panel banana jack test points for 24VDC and logic ground shall also be provided. The power supply shall provide 5A of power and be able to cover the load of four (4) complete detector racks. The (PS) shall be Eberle Design, Inc. (EDI) model PS250. Detection Processor Detection processors shall be provided for each video/radar multi-sensor devices in the intersection. These shall be 2-channel processors that accept (NTSC) or (PAL) signals from an external video source via BNC type connectors located on the front of the processing unit. The sensor input shall also facilitate the data from the radar sensor. An LED indicator shall be provided to indicate the presence of the sensor signal. The LED shall illuminate upon valid sensor synchronization and turn off when the presence of a valid sensor signal is removed. Special Provisions SP-256 Williams Ave S & Wells Ave S Conversion Project December 2019 One video output shall be provided. The real time video output shall have the capability to show text and graphical overlays to aid in system setup. The overlays shall display real-time actuation of detection zones upon vehicle detection or presence. Four (4) open collector outputs shall be provided. Additionally, the detection processor shall allow the use of extension modules to provide up to 24 open collector contact closures per camera input. Each open collector output shall be capable of sinking 30 mA at 24 VDC. Open collector outputs will be used for vehicle detection indicators as well as discrete outputs for alarm conditions. The system shall be capable of automatically detecting a low-visibility condition such as fog and respond by placing all effected detection zones in a constant call mode. A user-selected alarm output shall be active during the low-visibility condition that can be used to modify the controller operation if connected to the appropriate controller input modifier. The system shall automatically revert to normal detection mode when the low-visibility condition no longer exists. Placement of detection zones shall be done by using only a pointing device, and a graphical interface built into the processor and displayed on a video monitor, to draw the detection zones on the video image from each video camera. No separate computer shall be required to program the detection zones. Up to six video detection zones per sensor input shall have the capability to count the number of vehicles detected. The zone shall also have the capability to calculate and store average speed and lane occupancy at bin intervals. One radar sensor zone shall also count vehicles, calculate, and store the average speed and lane occupancy across the approach. In addition to the count type zone, the processor shall be able to calculate and/or acquire average speed and lane occupancy using both video and radar sensors. The processor shall support bicycle type zones where the zone can differentiate between motorized vehicles and bicycles, producing a call for one but not the other. Bicycle zone types shall only output when a bicycle is detected. Larger motorized vehicles such as cars and trucks that traverse a bicycle zone shall not provide an output. Bicycle zones shall have the ability to have extensions assigned to individual bicycle zones for applications where the traffic controller does not have bicycle specific detection inputs. The DP shall provide the ability to assign a separate output channel for bicycle zones to allow traffic controllers to implement special bicycle timing for applications where the traffic controller has separate bicycle detection inputs. The detection processors shall be an Iteris model EDGE2-2N-PAK. Remote Communication Module A rack mount remote communications module shall be provided that allows for remote viewing and management of detection processor programming zone information via Ethernet communications. The module shall use MPEG4 or H.264 compression achieving frames rates up to 30 frames per second. The video input shall be via (4) BNC connectors with a DB15 spider cable. There shall be (4) RJ45 connectors for connection to extension modules, and Special Provisions SP-257 Williams Ave S & Wells Ave S Conversion Project December 2019 (1) RJ45 connector with 10/100TX connection for IP communications. The remote communications module shall be an Iteris model EDGECONNECT-PAK. Opticom The cabinet shall come with (1) 4-channel rack mounted Opticom™ phase selector. This device shall be capable of receiving encoded signals from Opticom series 700 emitters and detectors. The Opticom™ phase selectors shall be Global Traffic Technologies model 764. BATTERY BACKUP SYSTEM UPS System The cabinet shall come with a complete uninterruptable power system (UPS) which shall include at a minimum a UPS invertor module with SNMP adapter, automatic transfer switch assembly, batteries, battery cables and a remote battery management system. All other auxiliary equipment for a complete functioning UPS system shall be included. UPS Module The cabinet shall come with (1) FXM 1100W uninterruptible power supply invertor that supplies clean reliable power control and management. It shall have Automatic Voltage Regulation (AVR), an Ethernet SNMP interface and a control and power connection panel that is rotatable for viewing in any vertical or horizontal orientation. It shall have nominal dimensions of 5.22” x 15.5” x 8.75” and come with mounting brackets. The UPS module shall be an Alpha model 017-201-23. UATS/UGTS Assembly The cabinet shall come with (1) universal automatic transfer switch and universal generator transfer switch connected between the UPS module and the batteries. It shall have surge protection, have dimensions of 3.25” x 15.5” x 6.00” and come with mounting brackets. The ATS module shall be an Alpha model 020-168-25. UPS Batteries The cabinet shall come with (4) high performance silver alloy sealed valve regulated lead acid AlphaCell™ XTV Gel Cell batteries with 112Ah runtime. The UPS batteries shall be Alpha model 240XTV. UPS Battery Harnesses The cabinet shall come with (1) battery cable (10) foot long wired for (4) batteries. The battery harness shall be Alpha model 740-628-27. Battery Management System The cabinet shall come with a Remote Battery Monitoring System (RBMS)™ battery charge management system which extends battery operational life. It shall have (4) BS3B01204-EQ sensors for (4) battery systems and shall be an Alpha model 0370260-002. Special Provisions SP-258 Williams Ave S & Wells Ave S Conversion Project December 2019 UPS Operation LED The cabinet shall have an externally mounted 24V blue LED lamp which will indicate to City of Renton personnel when the intersection is under UPS control. The LED needs to be supplied with the cabinet but will be installed by City of Renton personnel. The LED shall be a Noark model EX9IL2D6. 9-29.13(10)C NEMA Controller Cabinets Section 9-29.13(10)C is replaced with the following: The standard traffic signal controller cabinet shall be a NEMA TS2 – Type 1, Western Systems ITSP+2515509990, with all auxiliary equipment installed. The traffic signal cabinet(s) built to NEMA TS2 – Type 1 P+ standards shall be supplied in compliance with Section 9-29.13, Control Cabinet Assemblies of the Standard Specifications and modified as stated herein: Cabinet Minimum Requirements The cabinet shall be completely wired and tested to the 2003 NEMA Traffic Controller Assemblies specification with NTCIP Requirements Version 02.06 (as amended here in). In addition, and at a minimum, the following requirements shall be met: City of Renton traffic signal cabinet specification shall supersede any applicable parts of the State of Washington, Department of Transportation Standard Specifications and Standard Plans. This specification shall apply to all controller cabinet types with noted exceptions. All items not covered by these specifications shall conform to State of Washington, Department of Transportation Standard Specifications and Standard Plans. Traffic signal cabinets shall also comply with NEMA specifications where applicable. The controller cabinet shall be furnished and installed by the contractor. The controller cabinet shall be equipped with all auxiliary equipment and plug-ins required to operate 8 vehicle phases, 4 pedestrian phases and 4 overlap phases (NEMA TS-2, Type 1). Solid state switching devices shall conform to the provisions in Section Solid State Switching Devices," of these Special Provisions and the following: The cabinet manufacturer shall have pre-approval by the City of Renton, prior to bid letting, on any cabinet that they propose to provide to the City. Said pre-approval shall have been obtained no less than 60 days prior to the closing date of the bid. The cabinet shall be designed for 16 channel operation where each load switch socket can be configured for a vehicle phase, pedestrian phase or overlap operation. These load switch sockets shall be configured in this manner without rewiring the back side of the load-bay. BIU load switch drivers 1-16 shall be wired to their appropriate load switch sockets via a terminal block located on the front side of the load bay, to allow voltage inputs to the load switch sockets to be checked without lowering the load bay. Special Provisions SP-259 Williams Ave S & Wells Ave S Conversion Project December 2019 The cabinet shall be wired for a minimum of (32) channels of detection and (4) channels of Opticom™ preemption. The use of PC boards shall not be allowed except in detector racks, SDLC interface panels or BIU cages. The use of plug and play modules shall not be allowed, except in detector rack(s). The cabinet shall be wired to provide a 55-pin “A” connector. All cabinet 120VAC wires shall be 18AWG or greater, including controller “A” and MMU “A & B” cables. The complete cabinet assembly with electronics shall undergo complete input/output function testing by the manufacturer before being released to the City of Renton. The wired cabinet facility shall use the latest technology applicable and shall be 100% compliant with Section 1605 of the American Recovery and Reinvestment Act of 2009, requiring the use of American iron, steel and manufactured goods. The cabinet assembly shall be completely manufactured in the United States of America. Cabinet Enclosure At a minimum the cabinets shall meet the following criteria: 1. It shall have nominal dimensions of 70” height x 44” width x 25.5” depth and meet the footprint dimensions as specified in Section 7.3, table 7-1 of NEMA TS2 standards for a Type P cabinet. The cabinet base shall have continuously welded interior mounting reinforcement plates with the same anchor bolt hole pattern as the footprint dimensions. 2. Shall be fabricated from 5052-H32 0.125-inch thick aluminum. 3. The cabinet shall be double-flanged where it meets the cabinet door. 4. The top of the cabinet shall be sloped 1” towards the rear to facilitate water runoff. And shall bend at a 90° angle at the front of the cabinet. Lesser slope angles are not allowed. 5. The inside of the cabinet shall have (3) separate compartments: A. The main compartment shall be accessible from the front door and shall house the cabinet load facilities and electronics. B. The UPS compartment shall be accessible from the side door and shall contain the UPS system batteries. The UPS inverter and transfer switch assemblies shall be mounted in the UPS compartment but shall be accessible when the main compartment door is open. C. The ITS compartment shall be accessible from the upper front door and shall Special Provisions SP-260 Williams Ave S & Wells Ave S Conversion Project December 2019 house ITS equipment, TSP equipment or third-party equipment that is part of the transportation network but not part of the traffic signal operations. 6. The inside of the cabinet shall utilize C channel rails. (2) channels welded on the back wall on 25” center and (4) channels welded on each side wall on 08” center with a 02” gap between sets. The C channel rails on the back wall shall be 48” in length and start 05” from the bottom of the cabinet interior. The C channel rails on the side walls shall be 48” in length and start 05” from the bottom of the cabinet interior. Adjustable rails are not allowed. 7. The Cabinet shall be supplied with the following finishes; the interior natural mill finish. The exterior natural mill finish. 8. All external fasteners shall be stainless steel. Pop rivets shall not be allowed on any external surface. 9. The front door handle shall be ¾” round stock stainless steel bar. The side door shall use a recessed hexagonal socket in lieu of a door handle. All door handle mechanisms shall be interchangeable and field replaceable. 10. The main (front) door shall contain a police door with a conventional police lock. The main door lock shall be a Best™ CX series green core lock with a deadbolt. The police door shall be recessed so that it is flush with the main door. Closed-cell neoprene gasket material shall be bonded to the enclosure door. The gasket shall cover all areas where the door contacts the double flanged cabinet housing exterior and be thick enough to provide a watertight seal. A stiffener plate shall be welded across the width of the inside of the main door to prevent flexing. A bar stop shall be provided that provides a two-position, three-point stop accommodating open-angles of 90º, 125º, and 150º. A louvered air entrance located at the bottom of the main door shall satisfy NEMA rod entry test requirements for 3R ventilated enclosures. Bearing rollers shall be applied to ends of door latches to discourage metal-on- metal surfaces from rubbing. The lock assembly shall be positioned so handle does not cause interference with key when opening the door. 11. The UPS (side) door shall be one-piece construction without any recessed compartments. The side door lock shall be a Best™ CX series green core lock with a deadbolt. Closed-cell neoprene gasket material shall be bonded to the enclosure door. The gasket shall cover all areas where the door contacts the double flanged cabinet housing exterior and be thick enough to provide a watertight seal. A bar stop shall be provided that provides a two-position, three-point stop accommodating open-angles of 80º, 100º, and 120º. A louvered air entrance located at the bottom of the side door shall satisfy NEMA rod entry test requirements for 3R ventilated enclosures. Bearing rollers shall be applied to ends of door latches to discourage metal-on-metal surfaces from rubbing. Lock assembly shall be positioned so handle does not cause interference with key when opening the door. 12. The ITS (upper front) door shall be one-piece construction without any recessed compartments. The ITS lock shall be a Best™ CX series green core lock with a tapered bolt and shall accept the same key as the main door. Closed-cell neoprene gasket material shall Special Provisions SP-261 Williams Ave S & Wells Ave S Conversion Project December 2019 be bonded to the enclosure door. The gasket shall cover all areas where the door contacts the double flanged cabinet housing exterior and be thick enough to provide a watertight seal. A bar stop shall be provided that provides a two-position, three-point stop accommodating open-angles of 90º, 125º, and 150º Closed-cell, neoprene gaskets shall be bonded to the inside of the cabinet doors. The gaskets shall cover all areas where the doors contact the double flanged cabinet housing exterior and be thick enough to provide a watertight seal. 13. A key shall be provided for each cabinet lock. 14. The cabinet shall be equipped with a universal lock brackets capable of accepting Best™ CX style lock or Corbin #2 tumbler series locks. 15. The cabinet shall be supplied with one (1) door switch which controls the cabinet interior lighting circuits. 16. All exterior seams shall be manufactured with a neatly formed continuously weld construction. The weld for the police door shall be done on the inside of the cabinet door. All welds shall be free from burrs, cracks, blowholes or other irregularities. 17. The fan baffle panel seams shall be sealed with RTV sealant or equivalent material on the interior of the cabinet. 18. The cabinet shall be UL listed. 19. The cabinet shall come with lifting ears affixed to the upper exterior of the cabinet. These ears shall utilize only one bolt for easy reorientation. (The cabinet lifting ears shall not be used when UPS batteries are installed). 20. The cabinet shall come with two (2) dual-ply Dustlock™ Media polyester, disposable air filters; and the filter performance shall conform to listed UL 900 Class 2 and conform to MERV- 8 & ASHRAE Standard 52.2-1999. The filter element shall be secured to louvered entrance on the main and UPS doors with a metal filter cover. The filter and metal cover shall be secured to entrance on main and UPS doors by two (2) horizontally-mounted restraints. 21. All cabinet doors shall be mounted with a single continuous stainless steel piano hinge that runs the length of the door. The hinge shall be attached via stainless steel tamper resistant bolts. 22. All steel incorporated in the cabinet shell shall be manufactured in the United States of America. 23. The cabinet enclosure shall be an ITSP+ style Western Systems Part # 3017500080. 24. The cabinet top level wiring/assembly shall be Western Systems Part # 2515509990. Labels A permanent printed thermo vinyl, engraved or silk screened label shall be provided for all terminals and sockets. Labels shall be legible and shall not be obstructed by cabinet wiring, Special Provisions SP-262 Williams Ave S & Wells Ave S Conversion Project December 2019 panels or cables. All labels shall conform to the designations on the cabinet wiring prints. Shelves Cabinet shall come with two (2) 33.25” double beveled shelves 10” deep that are reinforced welded with V channel, fabricated from 5052-H32 0.125-inch thick aluminum with double flanged edges rolled front to back. Slotted hole shall be inserted every 7” for the purpose of tying off wire bundles. The UPS compartment shall come with (4) shelves designed to hold batteries and capable of supporting 75lbs each. Cabinet Layout The shelves shall be populated as follows: The controller and power supply shall be placed on the bottom shelf. The two (2) detector racks and malfunction management unit shall be placed on the top shelf. The roll out drawer shall be mounted under the bottom shelf just left of center. Load bay shall be mounted on the back wall with 5” of clearance to the bottom of the cabinet. The detector panel for all field inputs shall be located on the lower left wall. The 120VAC video power panel shall be mounted on the left wall above the detector panel. The load resistor panel shall be mounted on the lower left wall under the bottom shelf. The quad 120VAC convenience outlet shall be mounted on the left wall, near the top shelf. The quad 120VAC ITS smart convenience outlet shall be mounted on the right wall, near the top shelf. The SDLC and power supply interface panels shall be located on the left wall between the shelves. The power panel shall be located on the lower right wall. The Ethernet switch din-rail bracket shall be mounted on the right wall, between the shelves on the back “C” channel rail set. Ventilating Fans The cabinet shall be provided with two (2) finger safe fan mounted on the right and left sides of the cabinet plenum. The fans shall be thermostatically controlled separately (adjustable between 4-176° Fahrenheit). Each fan shall have its own circuit consisting of the following components. The safe touch thermostat, fuse holder and power terminal block(s). These items shall be din rail mounted on right and left side of cabinet plenum. Each fan shall be on separate independent circuit and capable of continued independent operation. Computer Shelf Special Provisions SP-263 Williams Ave S & Wells Ave S Conversion Project December 2019 A slide-out computer shelf 16” length by 12” width by 2” depth shall be installed below the middle shelf underneath the controller. The shelf shall be mounted just right of center so that controller cables will not interfere with the operation of the shelf when equipment is installed. The shelf shall have a hinged cover that opens from the front and shall be powder-coated black. It shall be a General Devices Part # VC4080-99-1168. The door when fully extended shall hold up to 50lbs. Main Panel Configuration (Load-Bay) The design of the panel shall conform to NEMA TS2 Section 5, Terminals and Facilities, unless modified herein. This panel shall be the termination point for the controller unit (CU) MSA, (MMU) MSA & B cables, bus interface units 1 & 2 (BIU) and field terminal facilities. The terminal and facilities layout shall be arranged in a manner that allows all equipment in the cabinet and all screw terminals to be readily accessible by maintenance personnel. The load-bay shall be fully wired and meet the following requirements: • The load-bay shall have the following dimensions; constructed from aluminum with a nominal thickness of 0.125”, a maximum height of 24” and maximum width of 28.5”. The field terminals width shall be 31.5” including attached wiring bundles. • The entire assembly shall roll down and provide access to all of the back of panel wiring. All solder terminals shall be accessible when the load-bay is rolled down. The assembly shall be able to roll down without requiring other components, cables or switches to be removed. • The load-bay shall be designed so that all other cabinet screw terminals are accessible without removing cabinet electronics. • All the controller (CU) and malfunction management (MMU) cables shall be routed through the back of the load-bay so that they will not be subject to damage during load-bay roll down. • The top of the load-bay panel shall attach directly to “C” channel rails and detach without the use of tools or loose hardware for roll down purposes. • The load-bay shall be balanced such that it will not roll down when the top of the load bay is detached from the “C” channel, even when fully loaded with BIUs, load switches, flasher and flash transfer relays. • The load-bay facility shall be wired for 16 channels. Load switches 1-8 shall be vehicle phases 1-8; load switches 9-16 shall be overlaps A, B, C, D, E, F, G & H. Overlaps A, B, C & D shall be pedestrian phases 2, 4, 6 & 8. Load switches 1-16 shall be routed through a flash transfer relay. • (16) Load switch sockets in two rows of (8) spaced on 2” center per NEMA TS2 section 5.3.1.2, figure 5-2. • (8) Flash transfer relay sockets. Special Provisions SP-264 Williams Ave S & Wells Ave S Conversion Project December 2019 • (1) Flasher socket. • All load switches and flasher shall be supported by a bracket extending at least ½ the length of the load switch. • (2) Bus interface unit rack slots for BIU’s 1 and 2. The main panel BIU racks shall be left of the load switches, placed vertically with BIU 1 above BIU 2. Both BIU racks shall have the BIU stop brackets. • BIU socket wire connections to the PCB shall be via (2) 34 pin connectors with locking latches. • All BIU wiring shall be soldered to backside of a screw terminal. All BIU functions shall be accessible from a screw terminal. • Wiring for one Type-16 MMU. All MMU wiring shall be soldered to backside of a screw terminal. All MMU functions shall be accessible from a screw terminal. • All 24 VDC relays shall have the same base socket, but it shall be different from the 120VAC relays. • All 120VAC relays shall have the same base socket, but it shall be different from the 24VDC relays. (not applicable to flash transfer relays) • The cabinet shall have a relay that drops +24VDC to the load switches when the cabinet is in flash. • load bay shall have terminals to access the flash circuits 1 and 2. • The load-bay shall be silkscreened on both sides. Silkscreen shall be numbers and functions on the front side, and numbers only on the back side. The back side shall have labels upside down, so when load bay is rolled down labels will be oriented correctly for maintenance or service personnel. • The field terminals shall be labeled with 300 series numbers for load-bay wiring purposes, and 600 & 700 series numbers for termination of field wiring. Channel Wiring chart: Red: 611, 621, 631, 641, 651, 661, 671, 681, 7E1, 7F1, 7G1, 7H1, 6A1, 6B1, 6C1, 6D1 Yellow: 612, 622, 632, 642, 652, 662, 672, 682, 7E2, 7F2, 7G2, 7H2, 6A2. 6B2, 6C2, 6D2 Green: 613, 623, 633, 643, 653, 663, 673, 683, 7E3, 7F3, 7G3, 7H3, 6A3, 6B3, 6C3, 6D3 The Don’t Walk, Ped Clearance and Walk indications shall utilize OLE thru OVG field numbers. • Field wiring terminations shall be per channel across the bottom of the load-bay. Each Special Provisions SP-265 Williams Ave S & Wells Ave S Conversion Project December 2019 channel shall have 3 terminations corresponding to the appropriate vehicle phase Red, Yellow and Green. Default wiring shall be left to right vehicle phases 1-8, pedestrian phases 2, 4, 6 & 8 (overlap channels E, F, G & H) and overlap channels A, B, C & D following the order of the load switches. Field terminals shall be #10 screw terminal and be rated for 600V. • All cable wires shall be terminated. No tie-off of unused terminals will be allowed. • Shall be 100% manufactured in the United States of America All wiring shall conform to NEMA TS2 Section 5.2.5 and table 5-1. Conductors shall conform to military specification MIL-W-16878D, Electrical insulated high heat wire, type B. Conductors #14 or larger shall be permitted to be UL type THHN. Main panel wiring shall conform to the following colors and minimum wire sizes: Vehicle green load switch output 14 gauge brown Vehicle yellow load switch output 14 gauge yellow Vehicle red load switch output 14 gauge red Pedestrian Don’t Walk switch 14 gauge orange Pedestrian Walk switch 14 gauge blue Pedestrian Clearance load switch 14 gauge yellow Vehicle green load switch input 22 gauge brown Vehicle yellow load switch input 22 gauge yellow Vehicle red load switch input 22 gauge red Pedestrian Don’t Walk input 22 gauge orange Pedestrian Walk input 22 gauge blue Pedestrian Clearance input 22 gauge yellow Logic Ground 18 gauge white with red tracer +24V DC 18 gauge red with white tracer +12V DC 18 gauge pink AC+ Line 14 gauge black AC- Line 14 gauge white Earth Ground 16 gauge green Special Provisions SP-266 Williams Ave S & Wells Ave S Conversion Project December 2019 AC line (load bay) 12/14 gauge black AC neutral (load bay) 12/14 gauge white Controller A cables 22 gauge blue with the exception of power wires (AC+ Black, AC- White & Earth Ground Green) These wires shall be 18AWG MMU A & B cables 22 gauge orange with the exception of power wires (AC+ Black, AC- White & Earth Ground Green Start Delay Relay Common Black, Normally open Black & Normally Closed Black) These wires shall be 18AWG Four conductors will supply alternating current (AC) power to the load switch sockets. The load switch sockets shall be supplied 1-4, 5-8, 9-12 & 13-16 by each conductor. The field terminal blocks shall have a screw Type No. 10 post capable of accepting no less than 3 No. 12 AWG wires fitted with spade connectors. Four (4) 12-position terminal blocks shall be provided in a single row across the bottom of the main panel. Spade lugs from internal cabinet wiring are not allowed on field terminal screws. There shall be a second row of four (4) 12-position terminal blocks with screw type #10 above the field terminal blocks. These blocks shall operate the flash program. It shall be changeable from the front of the load-bay. The power terminal blocks shall have a screw Type No. 10 post capable of accepting no less than 3 No. 12 AWG wires fitted with spade connectors. One (1) 12-position terminal block and one (1) 6-position terminal block shall be provided vertically on the right side of the load bay. The placement of the power terminal block on any other panel shall not be allowed. All load switches, flasher, and flash transfer relay sockets shall be marked and mounted with screws. Rivets and clip-mounting is unacceptable. Wire size 16 AWG or smaller at solder joints shall be hooked or looped around the eyelet or terminal block post prior to soldering to ensure circuit integrity. All wires shall have lugs or terminal fittings when not soldered. Lap joint/tack on soldering is not acceptable. All soldered connections shall be made with 60/40 solder and non-corrosive, non-conductive flux. All wiring shall be run neatly and shall use mechanical clamps and conductors shall not be spliced between terminations. Cables shall be sleeved in braided nylon mesh and wires shall not be exposed. Load-Bay and Panel Wire Termination All wires terminated behind the main panel or on the back side of other panels shall be SOLDERED. No pressure or solder-less connectors shall be used. Printed circuit boards shall only be used on the load bay where connecting to the bus interface units (BIU). Cabinet Light Assembly The cabinet shall have three (3) LED lighting fixtures with 15 high power LEDs. LEDs shall Special Provisions SP-267 Williams Ave S & Wells Ave S Conversion Project December 2019 use a cool white color emitting 300Im min @ 12VDC/750mA. The LED shall be a Rodeo Electronics TS-LED-05M02. The LED fixture shall be powered by a Mean Well class 2 power supply LPV-35-12 that shall be mounted on the inside top of the cabinet’s main compartment, near the front edge. The cabinet light circuit shall be designed so all three LED fixture can be installed in the cabinet without the need a of a second power supply. The LEDs shall be attached in the cabinets upper compartment, main compartment, near the front edge & under the cabinet drawer so that it remains stationary when drawer is extended. An on/off switch that is turned on when the cabinet door is opened and off when it is closed shall activate the lighting fixture(s) power supply. Convenience Outlet The cabinet shall be wired with one (1) convenience outlet with a ground fault interrupter (GFI), one (1) quad convenience outlet without ground fault interrupters and one (1) quad ITS smart convenience outlet without ground fault interrupters. The ground fault outlet (GFI) shall be mounted on the right side of the cabinet on or near the power panel. The quad convenience outlet shall be mounted on the left side near the top shelf. The quad ITS smart convenience outlet shall be mounted on the right side near the top shelf. No outlets shall be mounted on the door. The GFI power shall be fed through the auxiliary breaker (CB2). The quad & quad ITS smart convenience outlets shall be fed through the main breaker (CB1). 9-29.16 Vehicular Signal Heads, Displays, and Housing 9-29.16(2) Conventional Traffic Signal Heads Section 9-29.16(2) is supplemented with the following: Vehicular signal heads shall be by McCain, 12 inch lens sizes unless shown otherwise on the signal Plans. Each signal head shall have a 1/4 inch drain hole in its base. Signal heads shall be mounted on the mast arm such that the red indicators lie in the same plane and such that the bottom of the housing including a back plate of a signal head shall not be less than 16 feet 6 inches nor more than 18 feet 6 inches above the grade at the center of the roadway. 9-29.16(2)A Optical Units Section 9-29.16(2)A is supplemented with the following: Optical units shall be GE Lighting product. 9-29.16(2)B Signal Housing Delete the fifth paragraph of Section 9-29.16(2)B and replaced with the following: Special Provisions SP-268 Williams Ave S & Wells Ave S Conversion Project December 2019 Each lens shall be protected with a removable visor. The visor shall be tunnel type unless noted otherwise in the contract. Tunnel, cap, and cut away type visors shall be made of aluminum throughout. Visors shall be flat black in color inside and shall be yellow baked enamel on the outside. Visors shall have attaching ears for installation to the housing door. The signal display shall have square doors. End caps shall be made from aluminum and shall be installed with fittings to provide a watertight seal. A bead of silicone sealant shall be applied around the perimeter of all top end cap openings prior to installation of the end cap assembly. Plastic end caps shall utilize a threaded stud with seal and wing nut. End caps shall have the same color as the signal housing. Modular Signal Sections:  Each Section shall be 13.5” wide by 13.5” tall and 7.0” deep with 2.0” hole top and bottom that fits 1.5” NPT fittings. Top and bottom of modular signal sections shall not be curved in shape.  Shall include 72-tooth serrated boss and reinforcing ribs, top and bottom  Shall include Brass threaded inserts for visor attachment (4)  Housings shall have a cast boss for mounting a 5 or 6-position terminal block; one side of terminal block with fast-on terminals, the other side with screw terminals  The words red, amber, and green shall be cast next to each boss to identify light source lead wires  5 or 6-position terminal block shall be installed in center section (1) (alternate mounting is available)  Shall include stainless steel door roll pins and eye bolt/wing nut assemblies  Shall include integral lugs on the housing and doors with stainless steel roll pins provide effective door hinges  Shall include weathertight E.P.D.M. rubber door gasket  Shall be capable of supporting visors, back plates, and various mounting hardware 9-29.16(2)C Louvered Visors Section 9-29.16(2)C has been deleted and replaced with the following: Where noted in the Contract, louvered tunnel visors shall be furnished and installed. Directional louvers shall be constructed to have a snug fit in the signal visor. The outside cylinder shall be constructed of aluminum, and the louvers shall be constructed of anodized aluminum painted flat black. Dimensions and arrangement of louvers shall be as shown in the contract. Special Provisions SP-269 Williams Ave S & Wells Ave S Conversion Project December 2019 9-29.16(2)D Back Plates Section 9-29.16(2)D has been added as follows: Back plates shall be furnished and attached to the signal heads. Back plates shall be constructed of anodized, 3 S half hard aluminum sheet, 0.058 inch minimum thickness, with 5- inch square cut border and painted black in front and yellow in back. Back plates shall have 1-inch retro-reflective yellow tape border. 9-29.16(2)E Painting Signal Heads Section 9-29.16(2)E has been revised as follows: Vehicle and pedestrian traffic signal heads shall be finished with two coats of factory applied traffic signal federal yellow baked enamel or shall be finished with a traffic signal federal yellow oven baked powder coating comprised of resins and pigments. Aluminum end caps and the back of back plates shall be painted to match the color of the signal housing. The inside of visors, front of back plates, and louvers shall be finished with two coats of factory applied flat black enamel. 9-29.16(2)F Painting Back of Signal Pole Mounted Signs Section 9-29.16(2)F has been added as follows: Painting the back of signal pole mounted signs shall be per these Special Provisions, Section 6-07.2 Materials. 9-29.16(2)G Painting Signal Pole Banding Section 9-29.16(2)G has been added as follows: Painting of signal pole banding shall be per these Special Provisions, Section 6-07.2 Materials. 9-29.17 Signal Head Mounting Brackets and Fittings Section 9-29.17 has been deleted and replaced with the following: Mounting hardware will provide for a rigid connection between the signal head and mast arm. All mounting hardware will be of the top-mount plumbizer type as shown on the standard Plans, unless specified otherwise on the Plans. Vehicle and pedestrian signal head mountings shall be as detailed in the Standard Plans. Material requirements for signal head mounts are as follows: Aluminum 1. Arms and slotted tube fittings for Type N mount. 2. Tube clamp and female clamp assembly for Type N mount. Bronze 1. Terminal compartments for Type A, B, C, F, H, and K mounts. 2. Collars for Type C, D, and F mounts. Special Provisions SP-270 Williams Ave S & Wells Ave S Conversion Project December 2019 3. Ell fittings for Type L and LE mounts. 4. Messenger hanger and wire entrance fittings for Type P, Q, R, and S mounts. 5. Balance adjuster for Type Q, R, and S mounts. Galvanized Steel 1. Washers for Type A, B, C, D, F, H, and K mounts. 2. Fasteners for Type A, B, E, H, and K mounts. Stainless Steel 1. All set screws and cotter Keys. 2. Bands for Type N mount. 3. Bolt, nut and washers for Type L mount. 4. Bolts, nuts, washers, and screw buckle swivels. Steel 1. Center pipes, nipples, elbow and tee fittings for Type A, B, C, F, H, and K mounts. 2. Nipples for Type L, LE, and P mounts. All other miscellaneous hardware shall be stainless steel. All hardware for mounts shall be painted with two coats of factory applied baked enamel black paint. Pins for messenger hanger fittings shall be a minimum of 1 /2 inch in diameter. Terminal compartments for Type A, B, C, F, H, and K mounts shall contain a 12 section terminal block. 9-29.18 Vehicle Detector 9-29.18(3) Video Detection System Section 9-29.18(3) is new section: The multi-sensor system shall utilize two different sensors of different technologies, video imaging and radar, to detect and track licensed and unlicensed vehicles at distances over 500 feet (152 meters). The sensor system shall fuse vehicle information from the two sensors to provide highly accurate and precise detection for simultaneous stop bar presence detection, advanced detection, and special or advanced applications. The multi-sensor system shall use a primary detector rack mounted processor to interface with the traffic control cabinet. The module shall process information from both video imaging and radar sensors simultaneously in real-time. The multi-sensor detection system shall consist of a hybrid video camera/radar sensor, detection processors (DP) capable of processing from one to two sensors, output extension modules, surge suppressors, a setup tool, a monitor, and a pointing device. The system shall include software that detects vehicles in multiple lanes. Video imaging Special Provisions SP-271 Williams Ave S & Wells Ave S Conversion Project December 2019 detection zones shall be defined using only an on-board video menu, a monitor, and a pointing device to place the zones on a video image. Up to 24 video detection zones per camera view shall be available. Five additional trigger zones for the radar sensor shall be available and be configurable by using the same system setup menu on the DP. A separate computer shall not be required to program the detection zones, but a PC-based setup tool shall be provided free- of-charge if a user chooses this option for setup. A portable tablet-based setup tool shall be available for sensor alignment and adjustment of camera’s field of view and focus. The field hardware shall consist of the following four elements: a. Video imaging camera sensor b. Radar sensor c. Multi-sensor assembly d. Sensor data combiner Video Imaging Camera Sensor The camera enclosure shall include a proportionally controlled Indium Tin Oxide heater design that maximizes heat transfer to the lens. The output power of the heater shall vary with temperature, to assure proper operation of the lens functions at low temperatures and prevent moisture condensation on the optical faceplate of the enclosure. The transparent coating shall not impact the visual acuity and shall be optically clear. The camera sensor shall allow the user to set the focus and field of view via Wi-Fi connectivity. The camera shall produce a useable video image of the bodies of vehicles under all roadway lighting conditions, regardless of time of day. The minimum range of scene luminance over which the camera shall produce a useable video image shall be the minimum range from nighttime to daytime, but not less than the range 1.0 lux to 10,000 lux. The camera electronics shall include automatic gain control to produce a satisfactory image at night. The imager luminance signal-to-noise ratio (S/N) shall be more than 50 dB with the automatic gain control disabled. The imager shall employ three-dimensional dynamic noise reduction (3D-DNR) to remove unwanted image noise. The camera imager shall employ wide dynamic range (WDR) technology to compensate for wide dynamic outdoor lighting conditions. The dynamic range shall be greater than 100 dB. The camera shall be digital signal processor (DSP) based and shall use a CCD sensing element and shall output color video with resolution of not less than 550 TV lines. The color CCD imager shall have a minimum pixel count of 380K (NTSC) / 440K (PAL). Special Provisions SP-272 Williams Ave S & Wells Ave S Conversion Project December 2019 The camera sensor shall include an electronic shutter control based upon average scene luminance and shall be equipped with an auto-iris lens that operates in tandem with the electronic shutter. The electronic shutter shall operate between the ranges of 1/4 to 1/10,000th second. The camera sensor shall utilize automatic white balance. The camera sensor shall include a variable focal length lens with variable focus that can be adjusted, without opening up the camera housing, to suit the site geometry by means of a portable interface device designed for that purpose and manufactured by the detection system supplier. The horizontal field of view shall be adjustable from 4.6 to 53.6 degrees. This camera configuration may be used for most detection approaches in order to minimize the setup time. The lens shall be a 12x zoom lens with a focal length of 3.7mm to 44.0mm. The lens shall also have an auto-focus feature with a manual override to facilitate ease of setup. The camera shall incorporate the use of preset positioning that store zoom and focus positioning information. The camera shall have the capability to recall the previously stored preset upon application of power. The camera shall be housed in a weather-tight sealed enclosure conforming to IP-67 specifications. The housing shall allow the camera to be rotated to allow proper alignment between the camera and the traveled road surface. The camera enclosure shall be equipped with a sunshield. The sunshield shall include a provision for water diversion to prevent water from flowing in the camera's field of view. The camera enclosure shall be designed so that the pan, tilt and rotation of the camera assembly can be accomplished independently without affecting the other settings. The glass face on the front of the enclosure shall have an anti-reflective coating to minimize light and image reflections. When mounted outdoors in the enclosure, the camera shall operate in a temperature range from -30 oF to +165 oF (-34 °C to +74 °C) and a humidity range from 0% to 100% RH. The camera sensor shall acquire its power from the sensor data combiner. Recommended camera placement height shall be 18-33 feet (or 6-10 meters) above the roadway, and over the traveled way on which vehicles are to be detected. For optimum detection the camera should be centered above the traveled roadway. The camera shall view approaching vehicles at a distance not to exceed 350 feet (107 meters) for reliable detection (height to distance ratio of 10:100). Camera placement and field of view (FOV) shall be unobstructed and as noted in the installation documentation provided by the supplier. The video signal shall be fully isolated from the camera enclosure and power cabling A weather-proof protective cover shall be provided to protect all terminations at the camera. Special Provisions SP-273 Williams Ave S & Wells Ave S Conversion Project December 2019 Radar Sensor The radar sensor shall operate in the 24 GHz frequency band and shall operate on 1 of 7 available enumerated channels that is user selectable. The radar detection range shall be over 500 feet (152 meters) minimum, +/- 5%. The radar sensor shall be able to track up to 20 independent objects simultaneously. Object speed detection shall be within a range of 0 to 150 miles per hour +/- 1.0 miles per hour (240 km per hour ± 1.5 km per hour). The radar sensor shall be able to detect vehicles in 1 to 4 traffic lanes. The radar sensor shall be housed in a weather-tight sealed enclosure conforming to IP-67 specifications. The housing shall allow the radar to be adjusted to allow proper alignment between the sensor and the traveled road surface. When mounted outdoors in the enclosure, the radar shall operate in a temperature range from -30 oF to +165 oF (-34 °C to +74 °C) and a humidity range from 0% to 100% RH. The radar sensor shall communicate with the sensor data combiner. The radar sensor shall acquire its power from the sensor data combiner. Multi-Sensor Assembly Both camera and radar sensors shall be housed in an overall, single enclosure assembly. The overall size of the multi-sensor enclosure shall not exceed 14 inches x 15 inches x 17 inches (355mm x 380mm x 430mm). The overall weight of the multi-sensor unit shall not exceed 11 pounds (5kg).The maximum power consumption for the multi-sensor assembly shall be less than 10 watts typical, 20 watts peak. Sensor Data Combiner A sensor data combiner that combines sensor information from both video and radar sensors shall be employed. The sensor data combiner shall supply primary power to each sensor unit and shall facilitate digital communications between the sensor data combiner and each of the sensor units. The sensor data combiner shall communicate with the detection processor using a single coax cable. Both video imaging and radar data shall use the single coax cable. The sensor data combiner shall also employ industry standard Wi-Fi connectivity for remote sensor system setup using a mobile programming device such as a netbook or tablet computer. Video camera and radar sensor shall be able to be configured independently. The sensor data combiner shall be housed in a weather-tight sealed enclosure conforming to IP-67 specifications. Special Provisions SP-274 Williams Ave S & Wells Ave S Conversion Project December 2019 Detection Processor (DP) Detection processors shall be provided for each video/radar multi-sensor devices in the intersection. These shall be 2-channel processors that accept (NTSC) or (PAL) signals from an external video source via BNC type connectors located on the front of the processing unit. The sensor input shall also facilitate the data from the radar sensor. An LED indicator shall be provided to indicate the presence of the sensor signal. The LED shall illuminate upon valid sensor synchronization and turn off when the presence of a valid sensor signal is removed. One video output shall be provided. The real time video output shall have the capability to show text and graphical overlays to aid in system setup. The overlays shall display real-time actuation of detection zones upon vehicle detection or presence. Four (4) open collector outputs shall be provided. Additionally, the detection processor shall allow the use of extension modules to provide up to 24 open collector contact closures per camera input. Each open collector output shall be capable of sinking 30 mA at 24 VDC. Open collector outputs will be used for vehicle detection indicators as well as discrete outputs for alarm conditions. The system shall be capable of automatically detecting a low-visibility condition such as fog and respond by placing all effected detection zones in a constant call mode. A user-selected alarm output shall be active during the low-visibility condition that can be used to modify the controller operation if connected to the appropriate controller input modifier. The system shall automatically revert to normal detection mode when the low-visibility condition no longer exists. Placement of detection zones shall be done by using only a pointing device, and a graphical interface built into the DP and displayed on a video monitor, to draw the detection zones on the video image from each video camera. No separate computer shall be required to program the detection zones. Up to six video detection zones per sensor input shall have the capability to count the number of vehicles detected. The zone shall also have the capability to calculate and store average speed and lane occupancy at bin intervals. One radar sensor zone shall also count vehicles, calculate, and store the average speed and lane occupancy across the approach. In addition to the count type zone, the processor shall be able to calculate and/or acquire average speed and lane occupancy using both video and radar sensors. The fully functional video detection systems shall be provided and installed by the Contractor. The Contractor shall submit complete equipment list to the City Engineer for approval prior to the systems purchase. The video detection system shall be capable of providing presence vehicle detection and shall be expandable without removing or replacing existing units. All materials furnished during construction for temporary and permanent detection shall be new, unused, current production models and shall be items currently in distribution. The video detection system shall have a minimum 18-month warranty (from the time of permanent installation) against manufacturing defects in materials and workmanship from the date of shipment. The Contractor shall supply the warranty and all documentation necessary to maintain and operate the system to the COR Transportation Operations Maintenance Special Provisions SP-275 Williams Ave S & Wells Ave S Conversion Project December 2019 Representative prior to approval of the video detection system by the Transportation Operations Maintenance Manager. The Video Detection System shall consist of ITERIS video detection equipment, auxiliary equipment, cameras, housings, and mounts, and all required mounting hardware, cables, connectors, and wiring. The video detection equipment shall be of the quantities shown in the Plans, and shall meet the following specifications (The contractor shall submit to the COR Transportation Operations Maintenance Shop Representative a detailed summary of video detection equipment prior to placing an order): Camera and Mounting: Vantage Vector color camera with video and radar sensor fusion and with integrated weatherproof housing. The camera mounting hardware shall be mounted on a mast arm per manufacturer’s recommendations. The Contractor shall have approval for the mounting location from the Transportation Operations Maintenance Manager prior to installation. Video Detection Board: Iteris Dual Camera Processor that operable with above Camera model(s) Monitor Equipment: Include (1) shelf mounted 9” LCD color monitor and (1) computer optical USB mouse per one signal cabinet Modem: Edge Connect Network Modem Surge Suppression: Each camera assembly shall have a surge suppressor which shall be installed inside the traffic signal controller cabinet. The surge suppressor shall be an EDCO CX06-BNCY meeting these specifications: Peak Surge Current 5Ka Technology Hybrid, Solid State Attenuation 0.1dB @ 10 Mhz Response Time <1 nanosecond Protection Line to Ground Clamp Voltage 6 V Connectors BNC Special Provisions SP-276 Williams Ave S & Wells Ave S Conversion Project December 2019 Impedance 75 ohms Environmental -40F to 185F Mechanical 4½" x 1½" x 1¼" Bicycle Detection Systems: Bicycle detection zones shall differentiate between motorized vehicles and bicycles, producing a call for one but not the other. Bicycle zone types shall only output when a bicycle is detected. Larger motorized vehicles such as cars and trucks that traverse a bicycle zone shall not provide an output. Bicycle zones shall have the ability to have extensions assigned to individual bicycle zones for applications where the traffic controller does not have bicycle specific detection inputs. The bicycle detection processor shall provide the ability to assign a separate output channel for bicycle zones to allow traffic controllers to implement special bicycle timing for applications where the traffic controller has separate bicycle detection inputs. 9-29.19 Pedestrian Push Buttons Section 9-29.19 is replaced by the following: The Contractor shall furnish and install a fully functioning accessible pedestrian push button system at locations specified in the Contract Plans. The pedestrian push button system shall include the following items: Pedestrian push button assemblies shall be ADA Accessible Pedestrian Signals (APS), “iNavigator 2-Wire Push Button Station”, Model IN23TN0-B, by Polara Engineering, Inc. The push button assemblies shall include the following features:  Vibrating button during Walk  Confirmation of button push by latching LED, audible “walk” sound and tactile bounce  Locating tone during Don’t Walk  Audible Message during the Walk phase (shall be approved by the Engineer)  All sounds adjust to ambient noise  Most sounds have a minimum and maximum volume setting option  Select and Custom audio messages, change configuration settings, and perform firmware updates wirelessly using iOS devices, or a Windows PC with Polara’s Bluetooth Dongle  Built in health/event logging feature, up to 300 events Special Provisions SP-277 Williams Ave S & Wells Ave S Conversion Project December 2019  Independent ambient adjustment setting for the locate tone which allows fine adjustments for low ambient conditions  Built in False walk detection: four (4) independent checks  Program selection options: time of day, week, month, holidays, and daylight savings time  Programs (configurations): one (1) default plus three (3) alternate programs  Sounds synchronized across all push buttons  Can provide pre-configured special messages played throughout the entire intersection upon a central system activated signal (preemption)Operate over a single pair of wires  All push button stations wired in parallel, individually assignable to any phase  Accommodate at least sixteen (16) push button stations  Four (4) Locate tone selectable options  Fourteen (14) walk sound selectable options, three (3) of them custom options  Seven (7) clearance sound selectable options  Capable of boost volume for next Walk and Clearance with Extended Button Push  Capable of direction of travel message with Extended Button Push  Capable of mutes all but selected crosswalk with Extended Push Priority  Extended push activation settings: 0-6 second range, 0.5 second increments  Beaconing and Ping Pong features available  9”x15” Hi-Intensity Retroreflective MUTCD R10-3e countdown sign (per WSDOT Standard Plan J-20.26)  No Braille on the Face Plate  Custom Audio Messages  Black Plate and Body  Black Button Cover One Shelf Mount Central Control Unit shall be provided and installed in the traffic controller cabinet per intersection as an interface between the signal controller and the pedestrian push button stations. The Shelf Mount iNTELLIGENT CENTRAL CONTOL UNIT, Model iCCU-S, Special Provisions SP-278 Williams Ave S & Wells Ave S Conversion Project December 2019 by Polara Engineering, Inc., shall:  Designed to site on a shelf, and interfaces to traffic cabinet either through the Polara 50 pin cable assembly, or a SDLC cable  Support full bidirectional Bus Interface Unit (BIU) capability allow the control unit to get interval timing information and place calls to the traffic controller directly through the SDLC interface the power supply and signaling interface between the existing intersection Traffic Control Unit and the iN2 Navigator Push Button Stations installed on the intersection include one (1) Custom Cable Harness 50-pin Connector, Model 850-216, cable assembly with all cables 12-feet long for double wide cabinets  Accommodate up to 16 push button stations  Support SDLC communication in TS1 and TS2 cabinets  Include a front panel with a backlit LCD for displaying system status information  Perform setup functions via Ethernet or Wi-Fi/Bluetooth using a PC, iPhone or iPad  Provide free apps for both Windows PCs (Windows 7 or higher) and iOS (8.0 or higher) devices.  Supports multiple configurations, with ability to change operational features based on time of day  Include a built in conflict monitoring system that monitors pedestrian push button stations and pedestrian signal head lights and powers off in the event of a conflict  Include health log data capture that is downloadable and contains extensive status/fault reporting  Support remote monitoring over Ethernet  Include an Ethernet port for communication  Include a USB port  Include the Interconnect Board, Model iN2-ICB, for termination of field wiring intersection/field button  Include two (2) SDLC Cables, Model iN2-SDLC-CABLE, a standard 6-feet long SDLC cable  Include a three (3) year manufacturer limited warranty  Include one (1) power cable for 120VAC, 60Hz, 5A Special Provisions SP-279 Williams Ave S & Wells Ave S Conversion Project December 2019 9-29.20 Pedestrian Signals Section 9-29.20 is supplemented with the following: The pedestrian signal shall be hand/man with a countdown feature. The hand and man and countdown symbols shall have a uniform appearance; individual LEDs shall not be visible. The hand and man symbols shall be on the left side superimposed and the countdown symbol on the right side and shall comply with the latest MUTCD requirements. The countdown feature shall allow countdown time to remain stored internally, even when power is removed for extended periods of time, shall automatically adjust to traffic controller interval changes and the symbol shall be minimum 9 inches high. The housing shall be 18 inches and the face shall have z-crates. Except as noted in the following pre-approved list of this section, samples of each item shall be submitted to the Engineer for approval. 9-29.24 Service Cabinets Section 9-29.24 is deleted and replaced with the following: The electrical service cabinet shall be per the City Standard Plan 122.1 and the breaker configuration shall be per the panel schedule as shown on the Plans. The signal/street lighting service cabinet shall be as indicated on the Contract Plans and detail sheets. All electrical conductors, buss bars and conductor terminals shall be copper or brass. The cabinet shall be fabricated from galvanized cold rolled sheet steel, with 12 gauge used for exterior surfaces and 14 gauge for interior panels. Door hinges shall be the continuous concealed piano type and no screws, rivets or bolts shall be visible outside the enclosure. The cabinet door shall be fitted for a Best internal type lock. The cabinet shall have ventilation louvers on the lower and upper sides complete with screens, filters and have rain tight gaskets. The cabinet door shall have a one piece weather proof neoprene gasket. The service cabinet shall have a 24V blue indicator light. The service cabinet shall be equipped with a sliding dimmer switch and shall only be connected to the LED uplight luminaire circuit. 9-29.24(1) Painting Section 9-29.24(1) is deleted and replaced with the following: The finish coat shall be a factory baked on enamel light grey in color. The galvanized surface shall be etched before the baked on enamel is applied. The interior shall be given a finish coat of exterior grade of white metal enamel. 9-29.24(2) Electrical Circuit Breakers and Contactors Section 9-29.24(2) is deleted and replaced with the following: Special Provisions SP-280 Williams Ave S & Wells Ave S Conversion Project December 2019 The electrical circuit breakers and contactors shall be as indicated on the Contract Plans and detail sheets. The following equipment shall be featured within the cabinet. 1. Main circuit breaker 2. Branch circuit breakers 3. Utility plug (120 volt-20 Amp rated) G.F.I. Type 4. Light control test switch (120 volt-15 Amp) 5. Contactor relay for each circuit 6. Double pole branch breaker(s) for lighting circuits (240 volt) 7. One 120 volt, 20 Amp single pole branch breaker (for utility plugs) 8. Type 3-single phase 120/240 volt grounded neutral service 9. One 120 volt 40 Amp single pole branch breaker (signal service) 10. Complete provisions for 16 breaker poles 11. Name plates phenolic black with white engraving except the main breaker which shall be red with white lettering. All name plates shall be attached by S.S. screws. 12. Meter base sections are unnecessary 9-29.25 Amplifier, Transformer, and Terminal Cabinets Section 9-29.25 is supplemented with the following: The terminal box shall be weather tight, have a single door with continuous hinge on one side and screw hold-downs on the door locking side. All hardware will be stainless steel. All mounting hardware shall be stainless steel and shall be incidental to the unit price of terminal box. Terminal blocks shall be 600V heavy duty, barrier type. Each terminal shall be separated by a marker strip. The marker strip shall be permanently marked with the circuit number indicated in the Plans. Each connector shall be a screw type with No. 10 post capable of accepting no less than 3 #12 AWG wires fitted with spade tips. Interconnect splice tower cabinets shall be Type F, with nominal dimensions of 22" high x 13" wide x 11" deep and constructed of cast aluminum and fitted with a Best internal lock. Painting of terminal boxes shall be done in conformance with these Special Provisions of Section 6-07. 9-29.26 PTZ Cameras Section 9-29.26 is added as follows: PTZ cameras shall be Siqura PD910 and supplied as a unit including the following: GENERAL A. This product shall be manufactured by a firm whose quality system is in compliance with the ISO-9001 B. All equipment and materials used shall be standard components that are regularly manufactured and used in the manufacturer’s system. Special Provisions SP-281 Williams Ave S & Wells Ave S Conversion Project December 2019 C. All systems and components shall have been thoroughly tested and proven in actual use. D. All materials furnished under this item shall be compliant with 802.3 Ethernet standards E. All systems and components shall be provided with comprehensive repair and spare parts replacement. The manufacturer on warranty and non-warranty items shall guarantee the spare parts and the repair. Camera Image sensor 1/2.8" Progressive scan CMOS Effective pixels 2065x1553 Min. illumination 0.04 lux Color, 0.002 lux B/W (F/1.6) Shutter speed 1 to 1/10,000 sec Day/Night IR-cut filter Lens 40x zoom IR Illumination 850 nm IR illumination distance 200m Iris P-iris and auto-iris Focal length 4.3mm to 170 mm (F/1.6) Horizontal field of view 62° (W) to 2.0° (T) Lens material High-grade optical glass PTZ Pan range 360° Continuous rotation Tilt range -20° to +100° Number of presets 256 Preset speed 280°/s Special Provisions SP-282 Williams Ave S & Wells Ave S Conversion Project December 2019 Manual speed 0.1°/s to 90°/s Pan; 0.1°/s to 55°/s Tilt Preset accuracy 0.16° Features Speed by zoom Sequence Scan 8 Cruise Scan 8 Autopan 4 Body material Aluminum alloy, ABS Internal demister/heater Standard Image control Dynamic range (WDR) 120 dB, dual exposure HDR White balance Auto, ATW, Manual, One push Image settings Contrast Brightness Saturation Hue Sharpness SNR Better than 54dB Noise reduction 3DNR, 2DNR, Color Low, mid, high (w/ Motion Compensation) Image Stabilization Yes (Digital) Digital zoom 10x Text and picture overlay Compass, date & time, 4x line (40 characters each), preset title, image, image transparency Privacy masks 16 Image rotation 90°, 180°, 270° rotation Video Special Provisions SP-283 Williams Ave S & Wells Ave S Conversion Project December 2019 Video compression H.265, H.264 (main or high profile); MJPEG Number of compression instances Any combination of H.265 or H.264 streams with possibly one MJPEG stream. Supported resolutions 2065x1553 (3MP); 1080p30,1280x1024; 720p30; 1024x768; 800x600; 720x567(D1); 640x480 (VGA); 352x288 (CIF) Max streaming (H264/H265/MJPEG) ≤ 60fps 2048x1536 1280x720 ≤ 60fps 2048x1536 800x600 720x480 352x240 ≤ 30fps 2048x1536 1920x1080 1280x1024 1280x1024 ≤ 30fps (dual shutter WDR) 2048x1536 1920x1080 1280x1024 720x480 Compression bit rate control Constant bit rate (CBR), variable bit rate (VBR), Low bit rate (LBR) Number of video output streams Up to 20 (RTSP) Total output data rate (max) 60 Mb/s Video frame rate 1 to 60 fps, 1 to 50 fps Analog video output PAL/NTSC (BNC) Audio Audio compression G.711, G.726, AAC, LPCM Audio Input Line in Special Provisions SP-284 Williams Ave S & Wells Ave S Conversion Project December 2019 Audio Output Line out Analytics Event detection Motion Detection; Audio detection Event Triggers External Input, Analytics, Network Failure Detection, Periodical Event, Manual Trigger Network Local storage Micro SD/SDHC/SDXC up to 128 GB; Network storage NAS (Support NFS, SMB/CIFS) Protocols IPv4/IPv6, HTTP, HTTPS, 802.1x, Qos, FTP, SMTP, UPnP, SNMP, DNS, DDNS, NTP, RTSP, RTCP, RTP, TCP/IP, DHCP, PPPoE, Diamond*, NTCIP*. Security User authentication, IP filtering, Digest authentication (RTSP, HTTP) HTTPS encryption (TLS1.2); IEEE 802.1x port-based network access control Standard ONVIF (Profile S, Profile G, Profile Q), Siqura API Web browser IE 9, 10 and 11; limited support for Edge, Chrome, Firefox Network interface 10/100 Mb (RJ45) Environmental Ingress protection level IP66 Ambient temperature (NEMA TS-2) -40 °C to +74 °C (-40 °F to +165 °F) Special Provisions SP-285 Williams Ave S & Wells Ave S Conversion Project December 2019 Relative humidity 5 to 100% MTBF (@40°C) >200,000 h Vibration (NEMA TS-2) 5 to 30 Hz, 0.5 g during 1 h. (x, y, and z) Shock (NEMA TS-2) 10 g (x, y, and z) Max wind velocity 225 km/h (150 mph) Power supply 12Vdc, 24 Vac, 802.3bt Type 3 (Hi-PoE, 50 W) Power consumption Max. 39 W Mechanical Interfaces - Ethernet RJ45 - Alarm in / out 4x / 2x Terminal Block - 12Vdc Terminal Block - 24Vac Terminal Block - Audio in / out terminal Block - Video out BNC Connector - RS485 Terminal Block Dimensions Ø 207.4 x 300.4 mm with Sunshield Weight 3.8 kg Color RAL 9003 (signal white) Camera mounting shall be per manufacturer’s recommendations. Camera housing and all mounting equipment shall be painted as specified in 6-07 of these Special Provisions. Cameras shall be mounted to the poles, at the locations shown on the specifications and detail sheets, and per manufacturer’s recommendations. PTZ System Cabling Special Provisions SP-286 Williams Ave S & Wells Ave S Conversion Project December 2019 POE Cable connections between the camera system and the controller cabinet shall be per section 9-29.3(2)J of these Special Provisions and as shown in the Plans. The POE cable ends shall be factory terminated. Cable installation shall only require installing the connector shell at the camera end, and modifying the power cable at the cabinet end. The POE cable used between the PTZ camera and the controller cabinet shall be compatible with the video detection cameras and shall not exceed 200 feet in length. If POE cable exceeds 200’ 120V power cable will need to be ran from camera to controller cabinet. PTZ System Software System shall include one (1) license of the compatible software and shall meet the following requirements:  Highly customizable user interface  HD camera support  Failover server support  Scalable and Modular architecture  Support of graphical maps for easy localization  Centralized User Management  Automated switching to failover Server(s)  HD Quality Video in multiple compression standards  Automated Event – Reaction macro  Multiple time schedule based  Supports multiple security subsystems 9-30 WATER DISTRIBUTION MATERIALS 9-30.1 Pipe Section 9-30.1 is supplemented and revised as follows: All materials for water distribution and transmission shall be new and undamaged. Prior to ordering any pipe and fittings to be used in a potable water supply, the Contractor shall submit the material source as required by Section 1-06.1 of the Standard Specifications.  All direct and indirect drinking water system components which come in contact with potable water shall have National Sanitation Foundation (NSF) certification. All pipe and fittings shall be clearly marked with the manufacturer’s name, type, class, and thickness as applicable and shall be marked on the component at the place of manufacture.  Marking shall be legible and permanent under normal conditions of handling and storage. 9-30.1(1) Ductile Iron Pipe Section 9-30.1(1) is revised as follows: 1. Ductile iron pipe shall be centrifugally cast in 18 or 20 foot nominal lengths and meet the requirements of AWWA C151. Ductile iron pipe shall have a double thick cement mortar lining and a 1-mil thick seal coat meeting the requirements of AWWA C104. Ductile iron pipe shall be minimum Standard Thickness Class 52 or the thickness class as shown in the Plans. Flanged ductile iron pipe shall be Class 53 per AWWA C115. Special Provisions SP-287 Williams Ave S & Wells Ave S Conversion Project December 2019   2. Non-restrained joint shall be rubber gasket, push-on type joint (Tyton) or mechanical joint (M.J.) conforming to AWWA C111, unless otherwise specified.   3. Restrained joints shall be as specified in Section 9-30.2(6). 4. Flanged joints shall conform to ANSI B16.1, class 125 drilling pattern, rated for 250 psi working pressure. Flanged ductile iron pipe shall be Class 53 per AWWA C 115. Thicker Classes are acceptable.   The Contractor shall furnish certification from the manufacturer of the pipe and gasket being supplied that the inspection and all of the specified tests have been made and the results thereof comply with the requirements of the above referenced standards. 9-30.1(2) Polyethylene Encasement Section 9-30.1(2) is supplemented and revised as follows: Polyethylene encasement (plastic film wrap) shall be eight mil polyethylene, tube type conforming to AWWA C105. All ductile iron pipes and fittings shall be installed with a polyethylene encasement, tube-type and in black color. 9-30.2 Fittings 9-30.2(1) Ductile Iron Pipe Section 9-30.2(1) is supplemented and revised as follows: Fittings for ductile iron pipe shall be ductile iron conforming to AWWA C110, and AWWA C111 or AWWA C153 and shall be cement-lined conforming to AWWA C104.  All water main fittings shall be ductile iron, short body, cement lined and for pressure rating of 350 psi for mechanical joint fittings and 250 psi for flange joint fittings, unless otherwise specified. Metal thickness and manufacturing process shall conform to applicable portions of ANSI/AWWA C110/A21.10. Mechanical joint, ductile iron, compact fittings 24 inches and less shall conform to ANSI A21.53 (AWWA C153).  Flanged fittings, cast or ductile iron, shall conform to ANSI B16.1, class 125 drilling pattern.   Ductile iron fittings include: tees, crosses, wyes, bends, adapters, sleeves, plugs, caps, offsets, reducers, and ells. Rubber gaskets for push-on joints or mechanical joint (M.J.) shall conform to ANSI A21.11 / AWWA C111. Gasket materials for flange joints shall be neoprene, Buna N, chlorinated butyl, or cloth-inserted rubber suitable for pressurized water service purposes. Type of connections shall be specified as push-on joint, mechanical joint (M.J.), plain end (P.E.), flanged (FL), restrained joint (RJ) and threaded.   Sleeves less than 12 inches in diameter shall be 12 inches minimum length and shall be mechanical joint. Sleeves greater than 12 inches in diameter shall be of the long body type and shall be 15 inches minimum length and shall be mechanical joint. Special Provisions SP-288 Williams Ave S & Wells Ave S Conversion Project December 2019   Where ductile iron pipe is to be joined to existing cast iron pipe of the same nominal size and the outside diameter of the existing cast iron pipe is 0.05 inches or less from the outside diameter of the ductile iron pipe being joined, the pipe shall be joined with a mechanical joint sleeve.   Where ductile iron pipe is to be joined to existing cast iron pipe of the same nominal size and the outside diameter of the existing cast iron pipe conforms to AWWA 1908 classifications A, B, C, D, or F, the pipe shall be joined with a transition mechanical joint sleeve having a single- piece casting. Threaded pipe and flanges combinations shall not be used.   Bolts in piping and fittings shall be malleable iron, Cor-ten or stainless steel. Bolts and nuts for flanged pipe and fittings shall conform in size and length with ANSI/AWWA C111/A21.11. Stainless steel bolts shall meet the requirements of ASTM A-307, Grade A. Shackle rods shall be Cor-ten or stainless steel all thread 316SS. Stainless steel nuts and bolts shall be type 316SS.   Contractor shall provide Manufacturer’s Certificate of Compliance in accordance with Section 1-06.3 Manufacturer’s Certificate of Compliance of the Standards Specifications for all fittings and bolts to be used. 9-30.2(2) Galvanized Iron Pipe Section 9-30.2(2) is a new section and shall read as follows: Where galvanized iron pipe is specified, the pipe shall be standard weight, Schedule 40, steel pipe per Standard Specifications for black and hot-dipped, zinc coated (galvanized) welded and seamless steel pipe for ordinary uses (ASTM A-120).  Fittings shall be screwed malleable iron galvanized per ANSI B16.3. 9-30.2(3) Steel Casing Pipe Section 9-30.2(3) is a new section and shall read as follows: Steel casing shall be black steel pipe conforming to ASTM A 53. Before installation, coat casing exterior with shop-applied anticorrosive coating conforming to AWWA C210. Minimum coating thickness shall be 16 mils dry film thickness (DFT); however, thickness shall not exceed manufacturer’s recommended thickness. Coating type shall be a polyamide epoxy- coal tar equal to Tnemec Hi-Build Theme-Tar, Series 46H-413.   Casing wall thickness shall be 0.250 inch for casings 24 inches or less in diameter and 0.375 inch for casings over 24 inches in diameter. Carrier pipe for water main shall be Restrained Joint Ductile Iron, Class 52. 9-30.2(4) Steel Pipe Section 9-30.2(4) including title is revised as follows: Special Provisions SP-289 Williams Ave S & Wells Ave S Conversion Project December 2019 9-30.2(4) Spacers and Seals for Steel Casing Pipe Casing spacers shall be “centered positioning” type bands at least 12 inch in width, and shall be either stainless steel or heavy duty fusion bonded epoxy coated steel.  Runners shall be 2- inch wide glass reinforced plastic securely bonded to the spacer, and shall be aligned on the spacer along the axis of insertion of the water main into the casing pipe. Runner length shall approximate the width of the spacer. Securing the spacer to the water main shall be in accordance with the manufacturer’s instruction. The height of the risers and runners combined shall be sufficient to keep the carrier pipe bell, couplings or fittings at least 0.75 inch from the casing pipe wall at all times and provide at least 1-inch clearance between the runners and the top of the casing wall, to prevent jamming during installation.   Acceptable spacers and end seals manufacturers are Pipeline Seal and Insulator model S12G-2 for stainless steel and model C12G-2, C8G-2 for fusion-bonded and coated steel, Cascade Waterworks Mfg. Co., Advance Products & Systems, Inc. or approved equal. 9-30.2(6) Restrained Joint Section 9-30.2(6) including title is revised as follows: 9-30.2(6) Restrained Joint Pipe and Fittings Restrained joints (RJ) ductile iron pipe and fittings shall be push-on joint with Megalug Harness Series 1700 or Romac Series 600 or approved equal where required on the Contract Plans, shall be flexible after assembly and be able to be disassembled. All mechanical joint (MJ) fittings and valves as shown on Contract Plans shall have restrained retainer glands equal to Megalug 1100 Series, or Romac RomaGrip or approved equal where required on the Contract Plans in addition to concrete blocking per City of Renton Standard Plans. 9-30.2(7) Bolted, Sleeve-Type Couplings for Plain End Pipe Section 9-30.2(7) is revised as follows:   Transition couplings, reducing couplings, transition reducing couplings, sleeves, flexible couplings for water main shall be compression type by pipe manufacturer: Romac or Ford or approved equal. Bolts and nuts shall be high strength, low alloy steel, corrosion resistant per AWWA C111. Stainless steel bolts require anti-seize compound. Heavy hex nuts shall be used.   The long body pattern with a minimum center ring or center sleeve length of 12-inches for pipe less than 12 inches in diameter and equal to or greater than the pipe diameter for pipe greater than 12 inches in diameter. Solid sleeves (greater than 12 inch diameter) shall be a 15 inch minimum length. 9-30.3 Valves Section 9-30.3 is supplemented and revised as follows:   Special Provisions SP-290 Williams Ave S & Wells Ave S Conversion Project December 2019 The valves shall be a standard pattern of a manufacturer whose products are approved by the Engineer and shall have the name or mark of the manufacturer, year valve casting was made, size and working pressure plainly cast in raided and legible letters on the valve body. All valves shall be NSF approved and valve bodies shall be ductile iron. All valves shall be stamped with “NSF APPROVED” and “DI”.   Where a valve is required to operate in a higher pressure environment than the Class of valve specified in Section 9-30.3, the class of valve shall be as specified in the Contract. 9-30.3(1) Gate Valves (3 inches to 16 inches) Section 9-30.3(1) is replaced with the following:   All valve material shall be new and undamaged. Unless otherwise approved by the Engineer, the same manufacturer of each item shall be used throughout the work.  All gate valves shall be ductile iron body, bronze mounted, resilient seat, non-rising stem and shall be equipped with a standard two (2) inch square operating nut and O-ring stem seals. Valves shall open counterclockwise when viewed from above.  Valves shall be designed for a minimum water operating pressure of 200 PSI.   Resilient seated gate valves shall be manufactured to meet or exceed the requirements of AWWA Standard C-509 and C-515 latest revisions.   Valve ends shall be mechanical joints, flanged joints or mechanical by flanged joints as shown on the project plans. Where restrained joints are called out, valve ends shall be flanged with appropriate flange by restrained joint adapters.   All gate valves shall include an 8" x 24" cast iron gate valve box and extensions, as required. A valve stem extension is required where the valve operating nut is more than 3 feet below finished grade. Valve stem extensions are to be a minimum of 1 foot with only one extension per valve in shall be installed in accordance to the City of Renton standard plans. Acceptable gate valves are Clow, M & H/Kennedy, American Flow Control (ACIPCo), Pratt/Mueller, US Metroseal or approved equal in sizes 16 inches and less. Approval of valves other than models specified shall be obtained prior to bid opening. 9-30.3(3) Butterfly Valves Section 9-30.3(3) is supplemented and revised as follows:   In addition to the requirements of section 9-30.3, water main butterfly valves shall conform to AWWA C504 and shall be Class 150B. The valve shall be short-body type and shall have flanged ends. Flanged ends shall be sized and drilled in conformance with ANSI B16.1 Class 125. Valve shall be suitable for direct bury and shall have a stem extension with AWWA 2- inch square operating nut and suitable valve box. All butterfly valves bodies and discs shall be ductile iron.   The butterfly valves shall be manufactured by Henry Pratt Company, Mueller, DeZurick, Mosser Valve Division of Olsen Technologies, Dresser 450, Pratt Groundhog or approved equal. Special Provisions SP-291 Williams Ave S & Wells Ave S Conversion Project December 2019 9-30.3(4) Valve Boxes Section 9-30.3(4) is supplemented and revised as follows:   Valve boxes shall be installed on all buried valves. The box and lid shall be cast iron, 2-piece slip type with cast iron extension as necessary, conforming to the City of Renton latest standard plans. The cover shall have the word “WATER” cast in it and shall have cast-iron “ears” installed in the direction of the main. Valve box extension pieces shall be provided for valves with groundcover in excess of the depth of the standard valve box. Acceptable manufacturers of valves boxes and covers are Olympic Foundry, Inc., EJCO, Rich (Varnish Casting Corp.) 9-30.3(5) Valve Marker Posts Section 9-30.3(5) is supplemented and revised as follows: Valve markers shall be Carsonite composite utility marker .375"x 6'-0" or approved equal with blue label "water”. The valve markers shall be installed in conformance with the City of Renton Standard Plans. 9-30.3(6) Valve Stem Extensions Section 9-30.3(6) is supplemented and revised as follows:   Valve stem extensions shall have a 2-inch square operating nut and self-centering rockplate. A valve stem extension is required where the valve operating nut is more than 3 feet below finished grade. Valve stem extensions are to be a minimum of 1 foot with only one extension per valve in shall be installed in accordance to the City of Renton standard plans.  9-30.3(7) Combination Air Release/ Air Vacuum Valves Section 9-30.3(7) is supplemented and revised as follows:   Combination air release/air vacuum valves shall comply with the requirements of ANSI/AWWA C512. Air and vacuum release valves shall be APCO No. 143C- Valve and Primer Corp, "Heavy-Duty," combination air release valve, Val-Matic No. 201C, Crispin UL10 or approved equal. Installation shall be per the City of Renton Standard Details, latest revision. Piping and fitting shall be copper or brass. Location of the air release valve as show on the plans is approximate. The installation shall be set at the actual high point of the line. 9-30.3(8) Tapping Sleeve and Valve Assembly Section 9-30.3(8) is supplemented and revised as follows:   Tapping sleeves shall be cast iron, ductile iron, or epoxy coated steel. Bolt and nuts shall be Cor-Ten or stainless steel. 9-30.3(9) Blow-Off Assembly Section 9-30.3(9) is supplemented and revised as follows: Special Provisions SP-292 Williams Ave S & Wells Ave S Conversion Project December 2019   Installation of blow-off assembly shall be per City of Renton Standard Details, latest revision. Pipe and fittings shall be galvanized. Blow-off assembly shall be installed at location(s) shown on the plans. Temporary blow-off assembly on new dead-end water main shall be installed at location shown on the plans. Temporary blow-off assemblies for testing and flushing of the new water mains will not be included under this item and shall be considered incidental to the contract and no additional payment shall be made. 9-30.5 Hydrants Section 9-30.5 is supplemented and revised as follows:   Fire hydrants shall conform to AWWA C502 and shall be of standard manufacture and of a pattern approved by the City of Renton. The name or mark of the manufacturer, size of the valve opening and year made shall be plainly cast in raised letters on the hydrant barrel to be visible after the hydrant is installed.   Hydrants of the following manufacture and pattern have been approved by the City of Renton.   Clow Medallion, M&H 929, Mueller Centurion Model A-423, Waterous Pacer, American Darling Model B-62B, Kennedy K81D Guardian, East Jordan WaterMaster 5CD250. 9-30.5(1) End Connections Section 9-30.5(1) is supplemented and revised as follows:   Hydrant end connections shall be mechanical joint connection unless otherwise specified in the description of the bid of proposal. 9-30.5(2) Hydrant Dimensions Section 9-30.5(2) is replaced with the following: Fire hydrants shall have a valve opening with minimum diameter 1 of 5-1/4 inches, “O” ring stem seal, two 2-1/2 inches National Standard Thread (N.S.T.) hose nozzle connections, one 4-inches pumper port connection with City of Seattle standard threats and with a 4.875” Seattle thread x 5” Storz adapter attached with a 1/8” stainless steel cable. The shoe connection and hydrant connection inside pipe size and auxiliary gate valve shall be 6 inches, mechanical joint with lugs. The operating nut and port cap nuts are 1-1/4-inch pentagonal.   Hydrant restraint system shall be two 3/4-inch diameter Cor-Ten steel shackle rods with a poured in place concrete thrust block behind the hydrant shoe. If a wedge restraint system is used in lieu of shackle rods, mechanical joint pipe shall be used. Hydrants shall be provided with a breakaway flange assembly and be equipped with breaking devices at the sidewalk.   The hydrant curb stand section of the hydrant that is above ground including all exposed surfaces of the breakaway flange shall be painted with 2 field coats of paint Kelly-Moore Luxlite or approved equal in Safety Yellow color.   Special Provisions SP-293 Williams Ave S & Wells Ave S Conversion Project December 2019 Fire hydrants shall be installed per City of Renton Standard Details for fire hydrants, latest revisions. 9-30.6 Water Service Connections (2 Inches and Smaller) 9-30.6(3) Service Pipes 9-30.6(3)B Polyethylene Pipe Section 9-30.6(3)B is revised to read as follows:   Polyethylene pipe shall not be used. 9-30.6(4) Service Fittings Section 9-30.6(4) is revised to read as follows:   Fittings used for copper tubing shall be compression type with gripper ring. 9-30.6(5) Meter Setters Section 9-30.6(5) is supplemented with the following:   Meter setters shall be installed per the City of Renton Standard Details for water meters, latest revision. City of Renton Contract Provisions for Williams Ave S and Wells Ave S Conversion Project ______________________________________________________________________________ VIII. APPENDICES City of Renton Contract Provisions for Williams Ave S and Wells Ave S Conversion Project ______________________________________________________________________________ APPENDIX A – Wage Rates Page | 1   1 | Page  WA190001   Modification   17  Federal Wage Determinations for Highway Construction  "General Decision Number: WA20190001 12/27/2019 Superseded General Decision Number: WA20180001 State: Washington Construction Type: Highway Counties: Washington Statewide. HIGHWAY (Excludes D.O.E. Hanford Site in Benton and Franklin Counties) Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.60 for calendar year 2019 applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2015. If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.60 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2019. If this contract is covered by the EO and a classification considered necessary for performance of work on the contract does not appear on this wage determination, the contractor must pay workers in that classification at least the wage rate determined through the conformance process set forth in 29 CFR 5.5(a)(1)(ii) (or the EO minimum wage rate,if it is higher than the conformed wage rate). The EO minimum wage rate will be adjusted annually. Please note that this EO applies to the above-mentioned types of contracts entered into by the federal government that are subject to the Davis-Bacon Act itself, but it does not apply to contracts subject only to the Davis-Bacon Related Acts, including those set forth at 29 CFR 5.1(a)(2)-(60). Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/04/2019 1 01/18/2019 2 02/15/2019 3 05/03/2019 4 05/24/2019 5 06/14/2019 6 06/28/2019 7 07/05/2019 8 07/19/2019 9 07/26/2019 10 08/02/2019 11 08/09/2019 12 08/16/2019 13 08/30/2019 14 11/01/2019 15 11/08/2019 16 12/20/2019 17 12/27/2019 Page | 2   2 | Page  WA190001   Modification   17  Federal Wage Determinations for Highway Construction  CARP0003-006 06/01/2018 SOUTHWEST WASHINGTON: CLARK, COWLITZ, KLICKITAT, LEWIS(Piledriver only), PACIFIC (South of a straight line made by extending the north boundary line of Wahkiakum County west to Willapa Bay to the Pacific Ocean), SKAMANIA, and WAHKIAKUM Counties. Rates Fringes Carpenters: CARPENTERS..................$ 37.64 16.83 DIVERS TENDERS..............$ 43.73 16.83 DIVERS......................$ 87.73 16.83 DRYWALL.....................$ 37.64 16.83 MILLWRIGHTS.................$ 38.17 16.83 PILEDRIVERS.................$ 38.71 16.83 DEPTH PAY: 50 TO 100 FEET $1.00 PER FOOT OVER 50 FEET 101 TO 150 FEET $1.50 PER FOOT OVER 101 FEET 151 TO 200 FEET $2.00 PER FOOT OVER 151 FEET Zone Differential (Add up Zone 1 rates): Zone 2 - $0.85 Zone 3 - 1.25 Zone 4 - 1.70 Zone 5 - 2.00 Zone 6 - 3.00 BASEPOINTS: ASTORIA, LONGVIEW, PORTLAND, THE DALLES, AND VANCOUVER, (NOTE: All dispatches for Washington State Counties: Cowlitz, Wahkiakum and Pacific shall be from Longview Local #1707 and mileage shall be computed from that point.) ZONE 1: Projects located within 30 miles of the respective city hall of the above mentioned cities ZONE 2: Projects located more than 30 miles and less than 40 miles of the respective city of the above mentioned cities ZONE 3: Projects located more than 40 miles and less than 50 miles of the respective city of the above mentioned cities ZONE 4: Projects located more than 50 miles and less than 60 miles of the respective city of the above mentioned cities. ZONE 5: Projects located more than 60 miles and less than 70 miles of the respective city of the above mentioned cities ZONE 6: Projects located more than 70 miles of the respected city of the above mentioned cities ---------------------------------------------------------------- Page | 3   3 | Page  WA190001   Modification   17  Federal Wage Determinations for Highway Construction  * CARP0030-004 06/01/2019 CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PACIFIC (North of a straight line made by extending the north boundary line of Wahkiakum County west to the Pacific Ocean), PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WHATCOM Counties Rates Fringes CARPENTER BRIDGE CARPENTERS...........$ 45.92 16.52 CARPENTERS ON CREOSOTE MATERIAL....................$ 46.02 16.52 CARPENTERS..................$ 45.92 16.52 DIVERS TENDER...............$ 50.79 16.52 DIVERS......................$ 99.68 16.52 MILLWRIGHT AND MACHINE ERECTORS....................$ 47.42 16.52 PILEDRIVER, DRIVING, PULLING, CUTTING, PLACING COLLARS, SETTING, WELDING OR CRESOTE TREATED MATERIAL, ALL PILING........$ 46.17 16.52 (HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - ALL CLASSIFICATIONS EXCEPT MILLWRIGHTS AND PILEDRIVERS Hourly Zone Pay shall be paid on jobs located outside of the free zone computed from the city center of the following listed cities: Seattle Olympia Bellingham Auburn Bremerton Anacortes Renton Shelton Yakima Aberdeen-Hoquiam Tacoma Wenatchee Ellensburg Everett Port Angeles Centralia Mount Vernon Sunnyside Chelan Pt. Townsend Zone Pay: 0 -25 radius miles Free 26-35 radius miles $1.00/hour 36-45 radius miles $1.15/hour 46-55 radius miles $1.35/hour Over 55 radius miles $1.55/hour (HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - MILLWRIGHT AND PILEDRIVER ONLY) Hourly Zone Pay shall be computed from Seattle Union Hall, Tacoma City center, and Everett City center Zone Pay: 0 -25 radius miles Free Page | 4   4 | Page  WA190001   Modification   17  Federal Wage Determinations for Highway Construction  26-45 radius miles $ .70/hour Over 45 radius miles $1.50/hour ---------------------------------------------------------------- * CARP0059-002 06/01/2019 ADAMS, ASOTIN, BENTON, CHELAN (East of 120th meridian), COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT (East of 120th meridian), KITTITAS (East of 120th meridian), LINCOLN, OKANOGAN (East of 120th meridian), PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN, and YAKIMA (East of 120th meridian) Counties Rates Fringes CARPENTER GROUP 1.....................$ 35.47 16.88 GROUP 2.....................$ 47.42 18.96 GROUP 3.....................$ 36.66 16.88 GROUP 4.....................$ 36.66 16.88 GROUP 5.....................$ 83.96 16.88 GROUP 6.....................$ 40.23 16.88 GROUP 7.....................$ 41.23 16.88 GROUP 8.....................$ 37.66 16.88 GROUP 9.....................$ 44.23 16.88 CARPENTER & DIVER CLASSIFICATIONS: GROUP 1: Carpenter GROUP 2: Millwright, Machine Erector GROUP 3: Piledriver - includes driving, pulling, cutting, placing collars, setting, welding, or creosote treated material, on all piling GROUP 4: Bridge, Dock, and Wharf carpenters GROUP 5: Diver Wet GROUP 6: Diver Tender, Manifold Operator, ROV Operator GROUP 7: Diver Standby GROUP 8: Assistant Diver Tender, ROV Tender/Technician GROUP 9: Manifold Operator-Mixed Gas ZONE PAY: ZONE 1 0-45 MILES FREE ZONE 2 45-100 $4.00/PER HOUR ZONE 3 OVER 100 MILES $6.00/PER HOUR DISPATCH POINTS: CARPENTERS/MILLWRIGHTS: PASCO (515 N Neel Street) or Main Page | 5   5 | Page  WA190001   Modification   17  Federal Wage Determinations for Highway Construction  Post Office of established residence of employee (Whichever is closest to the worksite). CARPENTERS/PILEDRIVER: SPOKANE (127 E. AUGUSTA AVE.) or Main Post Office of established residence of employee (Whichever is closest to the worksite). CARPENTERS: WENATCHEE (27 N. CHELAN) or Main Post Office of established residence of employee (Whichever is closest to the worksite). CARPENTERS: COEUR D' ALENE (1839 N. GOVERNMENT WAY) or Main Post Office of established residence of employee (Whichever is closest to the worksite). CARPENTERS: MOSCOW (306 N. JACKSON) or Main Post Office of established residence of employee (Whichever is closest to the worksite). DEPTH PAY FOR DIVERS BELOW WATER SURFACE: 50-100 feet $2.00 per foot 101-150 feet $3.00 per foot 151-220 feet $4.00 per foot 221 feet and deeper $5.00 per foot PREMIUM PAY FOR DIVING IN ENCLOSURES WITH NO VERTICAL ASCENT: 0-25 feet Free 26-300 feet $1.00 per Foot SATURATION DIVING: The standby rate applies until saturation starts. The saturation diving rate applies when divers are under pressure continuously until work task and decompression are complete. the diver rate shall be paid for all saturation hours. WORK IN COMBINATION OF CLASSIFICATIONS: Employees working in any combination of classifications within the diving crew (except dive supervisor) in a shift are paid in the classification with the highest rate for that shift. HAZMAT PROJECTS: Anyone working on a HAZMAT job (task), where HAZMAT certification is required, shall be compensated at a premium, in addition to the classification working in as follows: LEVEL D + $.25 per hour - This is the lowest level of protection. No respirator is used and skin protection is minimal. LEVEL C + $.50 per hour - This level uses an air purifying respirator or additional protective clothing. Page | 6   6 | Page  WA190001   Modification   17  Federal Wage Determinations for Highway Construction  LEVEL B + $.75 per hour - Uses same respirator protection as Level A. Supplied air line is provided in conjunction with a chemical ""splash suit"". LEVEL A +$1.00 per hour - This level utilizes a fully encapsulated suit with a self-contained breathing apparatus or a supplied air line. ---------------------------------------------------------------- * CARP0770-003 06/01/2019 WEST OF 120TH MERIDIAN FOR THE FOLLOWING COUNTIES: CHELAN, DOUGLAS, GRANT, KITTITAS, OKANOGAN, and YAKIMA Rates Fringes CARPENTER CARPENTERS ON CREOSOTE MATERIAL....................$ 46.02 16.52 CARPENTERS..................$ 45.92 16.52 DIVERS TENDER...............$ 50.79 16.52 DIVERS......................$ 99.68 16.52 MILLWRIGHT AND MACHINE ERECTORS....................$ 47.42 16.52 PILEDRIVER, DRIVING, PULLING, CUTTING, PLACING COLLARS, SETTING, WELDING OR CRESOTE TREATED MATERIAL, ALL PILING........$ 46.17 16.52 (HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - ALL CLASSIFICATIONS EXCEPT MILLWRIGHTS AND PILEDRIVERS Hourly Zone Pay shall be paid on jobs located outside of the free zone computed from the city center of the following listed cities: Seattle Olympia Bellingham Auburn Bremerton Anacortes Renton Shelton Yakima Aberdeen-Hoquiam Tacoma Wenatchee Ellensburg Everett Port Angeles Centralia Mount Vernon Sunnyside Chelan Pt. Townsend Zone Pay: 0 -25 radius miles Free 26-35 radius miles $1.00/hour 36-45 radius miles $1.15/hour 46-55 radius miles $1.35/hour Over 55 radius miles $1.55/hour (HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - MILLWRIGHT AND PILEDRIVER ONLY) Page | 7   7 | Page  WA190001   Modification   17  Federal Wage Determinations for Highway Construction  Hourly Zone Pay shall be computed from Seattle Union Hall, Tacoma City center, and Everett City center Zone Pay: 0 -25 radius miles Free 26-45 radius miles $ .70/hour Over 45 radius miles $1.50/hour ---------------------------------------------------------------- * ELEC0046-001 08/04/2019 CALLAM, JEFFERSON, KING AND KITSAP COUNTIES Rates Fringes CABLE SPLICER....................$ 59.91 3%+21.46 ELECTRICIAN......................$ 53.49 22.31 ---------------------------------------------------------------- * ELEC0048-003 01/01/2019 CLARK, KLICKITAT AND SKAMANIA COUNTIES Rates Fringes CABLE SPLICER....................$ 44.22 21.50 ELECTRICIAN......................$ 44.85 23.57 HOURLY ZONE PAY: Hourly Zone Pay shall be paid on jobs located outside of the free zone computed from the city center of the following listed cities: Portland, The Dalles, Hood River, Tillamook, Seaside and Astoria Zone Pay: Zone 1: 31-50 miles $1.50/hour Zone 2: 51-70 miles $3.50/hour Zone 3: 71-90 miles $5.50/hour Zone 4: Beyond 90 miles $9.00/hour *These are not miles driven. Zones are based on Delorrne Street Atlas USA 2006 plus. ---------------------------------------------------------------- ELEC0048-029 01/01/2019 COWLITZ AND WAHKIAKUM COUNTY Rates Fringes CABLE SPLICER....................$ 44.22 21.50 ELECTRICIAN......................$ 44.85 23.57 ---------------------------------------------------------------- Page | 8   8 | Page  WA190001   Modification   17  Federal Wage Determinations for Highway Construction  ELEC0073-001 07/01/2019 ADAMS, FERRY, LINCOLN, PEND OREILLE, SPOKANE, STEVENS, WHITMAN COUNTIES Rates Fringes CABLE SPLICER....................$ 34.10 16.68 ELECTRICIAN......................$ 36.05 19.18 ---------------------------------------------------------------- ELEC0076-002 08/31/2018 GRAYS HARBOR, LEWIS, MASON, PACIFIC, PIERCE, AND THURSTON COUNTIES Rates Fringes CABLE SPLICER....................$ 48.06 23.23 ELECTRICIAN......................$ 43.69 23.10 ---------------------------------------------------------------- ELEC0112-005 06/01/2019 ASOTIN, BENTON, COLUMBIA, FRANKLIN, GARFIELD, KITTITAS, WALLA WALLA, YAKIMA COUNTIES Rates Fringes CABLE SPLICER....................$ 48.35 21.13 ELECTRICIAN......................$ 46.05 21.06 ---------------------------------------------------------------- ELEC0191-003 06/01/2019 ISLAND, SAN JUAN, SNOHOMISH, SKAGIT AND WHATCOM COUNTIES Rates Fringes CABLE SPLICER....................$ 44.23 17.73 ELECTRICIAN......................$ 46.45 23.66 ---------------------------------------------------------------- ELEC0191-004 06/01/2018 CHELAN, DOUGLAS, GRANT AND OKANOGAN COUNTIES Rates Fringes CABLE SPLICER....................$ 40.82 17.63 ELECTRICIAN......................$ 42.45 21.34 ---------------------------------------------------------------- Page | 9   9 | Page  WA190001   Modification   17  Federal Wage Determinations for Highway Construction  ENGI0302-003 06/01/2018 CHELAN (WEST OF THE 120TH MERIDIAN), CLALLAM, DOUGLAS (WEST OF THE 120TH MERIDIAN), GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, KITTITAS, MASON, OKANOGAN (WEST OF THE 120TH MERIDIAN), SAN JUNA, SKAGIT, SNOHOMISH, WHATCOM AND YAKIMA (WEST OF THE 120TH MERIDIAN) COUNTIES Zone 1 (0-25 radius miles): Rates Fringes POWER EQUIPMENT OPERATOR Group 1A...................$ 44.44 19.97 Group 1AA..................$ 45.09 19.97 Group 1AAA.................$ 45.73 19.97 Group 1.....................$ 43.79 19.97 Group 2.....................$ 43.23 19.97 Group 3.....................$ 42.74 19.97 Group 4.....................$ 40.01 19.97 Zone Differential (Add to Zone 1 rates): Zone 2 (26-45 radius miles) - $1.00 Zone 3 (Over 45 radius miles) - $1.30 BASEPOINTS: Aberdeen, Bellingham, Bremerton, Everett, Kent, Mount Vernon, Port Angeles, Port Townsend, Seattle, Shelton, Wenatchee, Yakima POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1AAA - Cranes-over 300 tons, or 300 ft of boom (including jib with attachments) GROUP 1AA - Cranes 200 to 300 tons, or 250 ft of boom (including jib with attachments); Tower crane over 175 ft in height, base to boom GROUP 1A - Cranes, 100 tons thru 199 tons, or 150 ft of boom (including jib with attachments); Crane-overhead, bridge type, 100 tons and over; Tower crane up to 175 ft in height base to boom; Loaders-overhead, 8 yards and over; Shovels, excavator, backhoes-6 yards and over with attachments GROUP 1 - Cableway; Cranes 45 tons thru 99 tons, under 150 ft of boom (including jib with attachments); Crane-overhead, bridge type, 45 tons thru 99 tons; Derricks on building work; Excavator, shovel, backhoes over 3 yards and under 6 yards; Hard tail end dump articulating off-road equipment 45 yards and over; Loader- overhead 6 yards to, but not including 8 yards; Mucking machine, mole, tunnel, drill and/or shield; Quad 9, HD 41, D-10; Remote control operator on rubber tired earth moving equipment; Rollagon; Scrapers-self propelled 45 yards and over; Slipform pavers; Transporters, all truck or track type Page | 10   10 | Page  WA190001   Modification   17  Federal Wage Determinations for Highway Construction  GROUP 2 - Barrier machine (zipper); Batch Plant Operaor- Concrete; Bump Cutter; Cranes, 20 tons thru 44 tons with attachments; Crane-overhead, bridge type-20 tons through 44 tons; Chipper; Concrete Pump-truck mount with boom attachment; Crusher; Deck Engineer/Deck Winches (power); Drilling machine; Excavator, shovel, backhoe-3yards and under; Finishing Machine, Bidwell, Gamaco and similar equipment; Guardrail punch; Horizontal/directional drill operator; Loaders-overhead under 6 yards; Loaders-plant feed; Locomotives-all; Mechanics-all; Mixers-asphalt plant; Motor patrol graders-finishing; Piledriver (other than crane mount); Roto-mill,roto-grinder; Screedman, spreader, topside operator-Blaw Knox, Cedar Rapids, Jaeger, Caterpillar, Barbar Green; Scraper-self propelled, hard tail end dump, articulating off-road equipment-under 45 yards; Subgrade trimmer; Tractors, backhoes-over 75 hp; Transfer material service machine-shuttle buggy, blaw knox-roadtec; Truck crane oiler/driver-100 tons and over; Truck Mount portable conveyor; Yo Yo Pay dozer GROUP 3 - Conveyors; Cranes-thru 19 tons with attachments; A-frame crane over 10 tons; Drill oilers-auger type, truck or crane mount; Dozers-D-9 and under; Forklift-3000 lbs. and over with attachments; Horizontal/directional drill locator; Outside hoists-(elevators and manlifts), air tuggers, strato tower bucket elevators; Hydralifts/boom trucks over 10 tons; Loader-elevating type, belt; Motor patrol grader-nonfinishing; Plant oiler- asphalt, crusher; Pumps-concrete; Roller, plant mix or multi-lift materials; Saws-concrete; Scrpers-concrete and carry-all; Service engineer-equipment; Trenching machines; Truck Crane Oiler/Driver under 100 tons; Tractors, backhoe 75 hp and under GROUP 4 - Assistant Engineer; Bobcat; Brooms; Compressor; Concrete finish mahine-laser screed; Cranes-A frame-10 tons and under; Elevator and Manlift-permanent or shaft type; Gradechecker, Stakehop; Forklifts under 3000 lbs. with attachments; Hydralifts/boom trucks, 10 tons and under; Oil distributors, blower distribution and mulch seeding operator; Pavement breaker; Posthole digger, mechanical; Power plant; Pumps, water; Rigger and Bellman; Roller-other than plant mix; Wheel Tractors, farmall type; Shotcrete/gunite equipment operator Page | 11   11 | Page  WA190001   Modification   17  Federal Wage Determinations for Highway Construction  HANDLING OF HAZARDOUS WASTE MATERIALS: Personnel in all craft classifications subject to working inside a federally designated hazardous perimeter shall be elgible for compensation in accordance with the following group schedule relative to the level of hazardous waste as outlined in the specific hazardous waste project site safety plan. H-1 Base wage rate when on a hazardous waste site when not outfitted with protective clothing H-2 Class ""C"" Suit - Base wage rate plus $ .25 per hour. H-3 Class ""B"" Suit - Base wage rate plus $ .50 per hour. H-4 Class ""A"" Suit - Base wage rate plus $ .75 per hour. ---------------------------------------------------------------- ENGI0370-002 06/01/2018 ADAMS, ASOTIN, BENTON, CHELAN (EAST OF THE 120TH MERIDIAN), COLUMBIA, DOUGLAS (EAST OF THE 120TH MERIDIAN), FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN (EAST OF THE 120TH MERIDIAN), PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN AND YAKIMA (EAST OF THE 120TH MERIDIAN) COUNTIES ZONE 1: Rates Fringes POWER EQUIPMENT OPERATOR GROUP 1.....................$ 27.51 15.95 GROUP 2.....................$ 27.83 15.95 GROUP 3.....................$ 28.44 15.95 GROUP 4.....................$ 28.60 15.95 GROUP 5.....................$ 28.76 15.95 GROUP 6.....................$ 29.04 15.95 GROUP 7.....................$ 29.31 15.95 GROUP 8.....................$ 30.41 15.95 ZONE DIFFERENTIAL (Add to Zone 1 rate): Zone 2 - $2.00 Zone 1: Within 45 mile radius of Spokane, Pasco, Washington; Lewiston, Idaho Zone 2: Outside 45 mile radius of Spokane, Pasco, Washington; Lewiston, Idaho Page | 12   12 | Page  WA190001   Modification   17  Federal Wage Determinations for Highway Construction  POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1: Bit Grinders; Bolt Threading Machine; Compressors (under 2000 CFM, gas, diesel, or electric power); Deck Hand; Fireman & Heater Tender; Hydro-seeder, Mulcher, Nozzleman; Oiler Driver, & Cable Tender, Mucking Machine; Pumpman; Rollers, all types on subgrade, including seal and chip coatings (farm type, Case, John Deere & similar, or Compacting Vibrator), except when pulled by Dozer with operable blade; Welding Machine; Crane Oiler-Driver (CLD required) & Cable Tender, Mucking Machine GROUP 2: A-frame Truck (single drum); Assistant Refrigeration Plant (under 1000 ton); Assistant Plant Operator, Fireman or Pugmixer (asphalt); Bagley or Stationary Scraper; Belt Finishing Machine; Blower Operator (cement); Cement Hog; Compressor (2000 CFM or over, 2 or more, gas diesel or electric power); Concrete Saw (multiple cut); Distributor Leverman; Ditch Witch or similar; Elevator Hoisting Materials; Dope Pots (power agitated); Fork Lift or Lumber Stacker, hydra-lift & similar; Gin Trucks (pipeline); Hoist, single drum; Loaders (bucket elevators and conveyors); Longitudinal Float; Mixer (portable-concrete); Pavement Breaker, Hydra-Hammer & similar; Power Broom; Railroad Ballast Regulation Operator (self-propelled); Railroad Power Tamper Operator (self-propelled); Railroad Tamper Jack Operator (self-propelled; Spray Curing Machine (concrete); Spreader Box (self-propelled); Straddle Buggy (Ross & similar on construction job only); Tractor (Farm type R/T with attachment, except Backhoe); Tugger Operator GROUP 3: A-frame Truck (2 or more drums); Assistant Refrigeration Plant & Chiller Operator (over 1000 ton); Backfillers (Cleveland & similar); Batch Plant & Wet Mix Operator, single unit (concrete); Belt-Crete Conveyors with power pack or similar; Belt Loader (Kocal or similar); Bending Machine; Bob Cat (Skid Steer); Boring Machine (earth); Boring Machine (rock under 8 inch bit) (Quarry Master, Joy or similar); Bump Cutter (Wayne, Saginau or similar); Canal Lining Machine (concrete); Chipper (without crane); Cleaning & Doping Machine (pipeline); Deck Engineer; Elevating Belt-type Loader (Euclid, Barber Green & similar); Elevating Grader-type Loader (Dumor, Adams or similar); Generator Plant Engineers (diesel or electric); Gunnite Combination Mixer & Compressor; Locomotive Engineer; Mixermobile; Mucking Machine; Posthole Auger or Punch; Pump (grout or jet); Soil Stabilizer (P & H or similar); Spreader Machine; Dozer/Tractor (up to D-6 or equivalent) and Traxcavator; Traverse Finish Machine; Turnhead Operator Page | 13   13 | Page  WA190001   Modification   17  Federal Wage Determinations for Highway Construction  GROUP 4: Concrete Pumps (squeeze-crete, flow-crete, pump- crete, Whitman & similar); Curb Extruder (asphalt or concrete); Drills (churn, core, calyx or diamond); Equipment Serviceman; Greaser & Oiler; Hoist (2 or more drums or Tower Hoist); Loaders (overhead & front-end, under 4 yds. R/T); Refrigeration Plant Engineer (under 1000 ton); Rubber-tired Skidders (R/T with or without attachments); Surface Heater & Plant Machine; Trenching Machines (under 7 ft. depth capacity); Turnhead (with re-screening); Vacuum Drill (reverse circulation drill under 8 inch bit) GROUP 5: Backhoe (under 45,000 gw); Backhoe & Hoe Ram (under 3/4 yd.); Carrydeck & Boom Truck (under 25 tons); Cranes (25 tons & under), all attachments including clamshell, dragline; Derricks & Stifflegs (under 65 tons); Drilling Equipment(8 inch bit & over) (Robbins, reverse circulation & similar); Hoe Ram; Piledriving Engineers; Paving (dual drum); Railroad Track Liner Operaotr (self-propelled); Refrigeration Plant Engineer (1000 tons & over); Signalman (Whirleys, Highline Hammerheads or similar); Grade Checker GROUP 6: Asphalt Plant Operator; Automatic Subgrader (Ditches & Trimmers)(Autograde, ABC, R.A. Hansen & similar on grade wire); Backhoe (45,000 gw and over to 110,000 gw); Backhoes & Hoe Ram (3/4 yd. to 3 yd.); Batch Plant (over 4 units); Batch & Wet Mix Operator (multiple units, 2 & incl. 4); Blade Operator (motor patrol & attachments); Cable Controller (dispatcher); Compactor (self-propelled with blade); Concrete Pump Boom Truck; Concrete Slip Form Paver; Cranes (over 25 tons, to and including 45 tons), all attachments including clamshell, dragline; Crusher, Grizzle & Screening Plant Operator; Dozer, 834 R/T & similar; Drill Doctor; Loader Operator (front-end & overhead, 4 yds. incl. 8 yds.); Multiple Dozer Units with single blade; Paving Machine (asphalt and concrete); Quad-Track or similar equipment; Rollerman (finishing asphalt pavement); Roto Mill (pavement grinder); Scrapers, all, rubber-tired; Screed Operator; Shovel(under 3 yds.); Trenching Machines (7 ft. depth & over); Tug Boat Operator Vactor guzzler, super sucker; Lime Batch Tank Operator (REcycle Train); Lime Brain Operator (Recycle Train); Mobile Crusher Operator (Recycle Train) Page | 14   14 | Page  WA190001   Modification   17  Federal Wage Determinations for Highway Construction  GROUP 7: Backhoe (over 110,000 gw); Backhoes & Hoe Ram (3 yds & over); Blade (finish & bluetop) Automatic, CMI, ABC, Finish Athey & Huber & similar when used as automatic; Cableway Operators; Concrete Cleaning/Decontamination machine operator; Cranes (over 45 tons to but not including 85 tons), all attachments including clamshell and dragine; Derricks & Stiffleys (65 tons & over); Elevating Belt (Holland type); Heavy equipment robotics operator; Loader (360 degrees revolving Koehring Scooper or similar); Loaders (overhead & front-end, over 8 yds. to 10 yds.); Rubber-tired Scrapers (multiple engine with three or more scrapers); Shovels (3 yds. & over); Whirleys & Hammerheads, ALL; H.D. Mechanic; H.D. Welder; Hydraulic Platform Trailers (Goldhofer, Shaurerly andSimilar); Ultra High Pressure Wateriet Cutting Tool System Operator (30,000 psi); Vacuum Blasting Machine Operator GROUP 8: Cranes (85 tons and over, and all climbing, overhead,rail and tower), all attachments including clamshell, dragline; Loaders (overhead and front-end, 10 yards and over); Helicopter Pilot BOOM PAY: (All Cranes, Including Tower) 180 ft to 250 ft $ .50 over scale Over 250 ft $ .80 over scale NOTE: In computing the length of the boom on Tower Cranes, they shall be measured from the base of the Tower to the point of the boom. HAZMAT: Anyone working on HAZMAT jobs, working with supplied air shall receive $1.00 an hour above classification. ---------------------------------------------------------------- ENGI0612-001 09/28/2018 PIERCE County ON PROJECTS DESCRIBED IN FOOTNOTE A BELOW, THE RATE FOR EACH GROUP SHALL BE 90% OF THE BASE RATE PLUS FULL FRINGE BENEFITS. ON ALL OTHER WORK, THE FOLLOWING RATES APPLY. Zone 1 (0-25 radius miles): Rates Fringes POWER EQUIPMENT OPERATOR GROUP 1A...................$ 44.44 19.97 GROUP 1AA..................$ 45.09 19.97 GROUP 1AAA.................$ 45.73 19.97 GROUP 1.....................$ 43.79 19.97 GROUP 2.....................$ 43.23 19.97 GROUP 3.....................$ 42.74 19.97 GROUP 4.....................$ 40.01 19.97 Page | 15   15 | Page  WA190001   Modification   17  Federal Wage Determinations for Highway Construction  Zone Differential (Add to Zone 1 rates): Zone 2 (26-45 radius miles) = $1.00 Zone 3 (Over 45 radius miles) - $1.30 BASEPOINTS: CENTRALIA, OLYMPIA, TACOMA POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1 AAA - Cranes-over 300 tons or 300 ft of boom (including jib with attachments) GROUP 1AA - Cranes- 200 tonsto 300 tons, or 250 ft of boom (including jib with attachments; Tower crane over 175 ft in height, bas to boom GROUP 1A - Cranes, 100 tons thru 199 tons, or 150 ft of boom (including jib with attachments); Crane-overhead, bridge type, 100 tons and over; Tower crane up to 175 ft in height base to boom; Loaders-overhead, 8 yards and over; Shovels, excavator, backhoes-6 yards and over with attachments GROUP 1 - Cableway; Cranes 45 tons thru 99 tons under 150 ft of boom (including jib with attachments); Crane-overhead, bridge type, 45 tons thru 99 tons; Derricks on building work; Excavator, shovel, backhoes over 3 yards and under 6 yards; Hard tail end dump articulating off-road equipment 45 yards and over; Loader- overhead, 6 yards to, but not including, 8 yards; Mucking machine, mole, tunnel, drill and/or shield; Quad 9 HD 41, D-10; Remote control operator on rubber tired earth moving equipment; Rollagon; Scrapers- self-propelled 45 yards and over; Slipform pavers; Transporters, all track or truck type GROUP 2 - Barrier machine (zipper); Batch Plant Operator- concrete; Bump Cutter; Cranes, 20 tons thru 44 tons with attachments; Crane-Overhead, bridge type, 20 tons through 44 tons; Chipper; Concrete pump-truck mount with boom attachment; Crusher; Deck engineer/deck winches (power); Drilling machine; Excavator, shovel, backhoe-3 yards and under; Finishing machine, Bidwell, Gamaco and similar equipment; Guardrail punch; Loaders, overhead under 6 yards; Loaders-plant feed; Locomotives-all; Mechanics- all; Mixers, asphalt plant; Motor patrol graders, finishing; Piledriver (other than crane mount); Roto-mill, roto- grinder; Screedman, spreader, topside operator-Blaw Knox, Cedar Rapids, Jaeger, Caterpillar, Barbar Green; Scraper-self- propelled, hard tail end dump, articulating off-road equipment- under 45 yards; Subgrader trimmer; Tractors, backhoe over 75 hp; Transfer material service machine-shuttle buggy, Blaw Knox- Roadtec; Truck Crane oiler/driver-100 tons and over; Truck Mount Portable Conveyor; Yo Yo pay Page | 16   16 | Page  WA190001   Modification   17  Federal Wage Determinations for Highway Construction  GROUP 3 - Conveyors; Cranes through 19 tons with attachments; Crane-A-frame over 10 tons; Drill oilers-auger type, truck or crane mount; Dozer-D-9 and under; Forklift-3000 lbs. and over with attachments; Horizontal/directional drill locator; Outside Hoists-(elevators and manlifts), air tuggers, strato tower bucket elevators; Hydralifts/boom trucks over 10 tons; Loaders-elevating type, belt; Motor patrol grader-nonfinishing; Plant oiler- asphalt, crusher; Pump-Concrete; Roller, plant mix or multi-lfit materials; Saws-concrete; Scrapers, concrete and carry all; Service engineers-equipment; Trenching machines; Truck crane oiler/driver under 100 tons; Tractors, backhoe under 75 hp GROUP 4 - Assistant Engineer; Bobcat; Brooms; Compressor; Concrete Finish Machine-laser screed; Cranes A-frame 10 tons and under; Elevator and manlift (permanent and shaft type); Forklifts-under 3000 lbs. with attachments; Gradechecker, stakehop; Hydralifts/boom trucks, 10 tons and under; Oil distributors, blower distribution and mulch seeding operator; Pavement breaker; Posthole digger-mechanical; Power plant; Pumps-water; Rigger and Bellman; Roller-other than plant mix; Wheel Tractors, farmall type; Shotcrete/gunite equipment operator FOOTNOTE A- Reduced rates may be paid on the following: 1. Projects involving work on structures such as buildings and bridges whose total value is less than $1.5 million excluding mechanical, electrical, and utility portions of the contract. 2. Projects of less than $1 million where no building is involved. Surfacing and paving included, but utilities excluded. 3. Marine projects (docks, wharfs, etc.) less than $150,000. HANDLING OF HAZARDOUS WASTE MATERIALS: Personnel in all craft classifications subject to working inside a federally designated hazardous perimeter shall be elgible for compensation in accordance with the following group schedule relative to the level of hazardous waste as outlined in the specific hazardous waste project site safety plan. H-1 Base wage rate when on a hazardous waste site when not outfitted with protective clothing, Class ""D"" Suit - Base wage rate plus $ .50 per hour. H-2 Class ""C"" Suit - Base wage rate plus $1.00 per hour. H-3 Class ""B"" Suit - Base wage rate plus $1.50 per hour. H-4 Class ""A"" Suit - Base wage rate plus $2.00 per hour. ---------------------------------------------------------------- Page | 17   17 | Page  WA190001   Modification   17  Federal Wage Determinations for Highway Construction  ENGI0612-012 09/28/2018 LEWIS, PACIFIC (portion lying north of a parallel line extending west from the northern boundary of Wahkaikum County to the sea) AND THURSTON COUNTIES ON PROJECTS DESCRIBED IN FOOTNOTE A BELOW, THE RATE FOR EACH GROUP SHALL BE 90% OF THE BASE RATE PLUS FULL FRINGE BENEFITS. ON ALL OTHER WORK, THE FOLLOWING RATES APPLY. Zone 1 (0-25 radius miles): Rates Fringes POWER EQUIPMENT OPERATOR GROUP 1A...................$ 44.44 19.97 GROUP 1AA..................$ 45.09 19.97 GROUP 1AAA.................$ 45.73 19.97 GROUP 1.....................$ 43.79 19.97 GROUP 2.....................$ 43.23 19.97 GROUP 3.....................$ 42.74 19.97 GROUP 4.....................$ 40.01 19.97 Zone Differential (Add to Zone 1 rates): Zone 2 (26-45 radius miles) = $1.00 Zone 3 (Over 45 radius miles) - $1.30 BASEPOINTS: CENTRALIA, OLYMPIA, TACOMA POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1 AAA - Cranes-over 300 tons or 300 ft of boom (including jib with attachments) GROUP 1AA - Cranes- 200 tonsto 300 tons, or 250 ft of boom (including jib with attachments; Tower crane over 175 ft in height, bas to boom GROUP 1A - Cranes, 100 tons thru 199 tons, or 150 ft of boom (including jib with attachments); Crane-overhead, bridge type, 100 tons and over; Tower crane up to 175 ft in height base to boom; Loaders-overhead, 8 yards and over; Shovels, excavator, backhoes-6 yards and over with attachments GROUP 1 - Cableway; Cranes 45 tons thru 99 tons under 150 ft of boom (including jib with attachments); Crane-overhead, bridge type, 45 tons thru 99 tons; Derricks on building work; Excavator, shovel, backhoes over 3 yards and under 6 yards; Hard tail end dump articulating off-road equipment 45 yards and over; Loader- overhead, 6 yards to, but not including, 8 yards; Mucking machine, mole, tunnel, drill and/or shield; Quad 9 HD 41, D-10; Remote control operator on rubber tired earth moving equipment; Rollagon; Scrapers- self-propelled 45 yards and over; Slipform pavers; Transporters, all track or truck type Page | 18   18 | Page  WA190001   Modification   17  Federal Wage Determinations for Highway Construction  GROUP 2 - Barrier machine (zipper); Batch Plant Operator- concrete; Bump Cutter; Cranes, 20 tons thru 44 tons with attachments; Crane-Overhead, bridge type, 20 tons through 44 tons; Chipper; Concrete pump-truck mount with boom attachment; Crusher; Deck engineer/deck winches (power); Drilling machine; Excavator, shovel, backhoe-3 yards and under; Finishing machine, Bidwell, Gamaco and similar equipment; Guardrail punch; Loaders, overhead under 6 yards; Loaders-plant feed; Locomotives-all; Mechanics- all; Mixers, asphalt plant; Motor patrol graders, finishing; Piledriver (other than crane mount); Roto-mill, roto- grinder; Screedman, spreader, topside operator-Blaw Knox, Cedar Rapids, Jaeger, Caterpillar, Barbar Green; Scraper-self- propelled, hard tail end dump, articulating off-road equipment- under 45 yards; Subgrader trimmer; Tractors, backhoe over 75 hp; Transfer material service machine-shuttle buggy, Blaw Knox- Roadtec; Truck Crane oiler/driver-100 tons and over; Truck Mount Portable Conveyor; Yo Yo pay GROUP 3 - Conveyors; Cranes through 19 tons with attachments; Crane-A-frame over 10 tons; Drill oilers-auger type, truck or crane mount; Dozer-D-9 and under; Forklift-3000 lbs. and over with attachments; Horizontal/directional drill locator; Outside Hoists-(elevators and manlifts), air tuggers, strato tower bucket elevators; Hydralifts/boom trucks over 10 tons; Loaders-elevating type, belt; Motor patrol grader-nonfinishing; Plant oiler- asphalt, crusher; Pump-Concrete; Roller, plant mix or multi-lfit materials; Saws-concrete; Scrapers, concrete and carry all; Service engineers-equipment; Trenching machines; Truck crane oiler/driver under 100 tons; Tractors, backhoe under 75 hp GROUP 4 - Assistant Engineer; Bobcat; Brooms; Compressor; Concrete Finish Machine-laser screed; Cranes A-frame 10 tons and under; Elevator and manlift (permanent and shaft type); Forklifts-under 3000 lbs. with attachments; Gradechecker, stakehop; Hydralifts/boom trucks, 10 tons and under; Oil distributors, blower distribution and mulch seeding operator; Pavement breaker; Posthole digger-mechanical; Power plant; Pumps-water; Rigger and Bellman; Roller-other than plant mix; Wheel Tractors, farmall type; Shotcrete/gunite equipment operator FOOTNOTE A- Reduced rates may be paid on the following: 1. Projects involving work on structures such as buildings and bridges whose total value is less than $1.5 million excluding mechanical, electrical, and utility portions of the contract. 2. Projects of less than $1 million where no building is involved. Surfacing and paving included, but utilities excluded. 3. Marine projects (docks, wharfs, etc.) less than $150,000. Page | 19   19 | Page  WA190001   Modification   17  Federal Wage Determinations for Highway Construction  HANDLING OF HAZARDOUS WASTE MATERIALS: Personnel in all craft classifications subject to working inside a federally designated hazardous perimeter shall be elgible for compensation in accordance with the following group schedule relative to the level of hazardous waste as outlined in the specific hazardous waste project site safety plan. H-1 Base wage rate when on a hazardous waste site when not outfitted with protective clothing, Class ""D"" Suit - Base wage rate plus $ .50 per hour. H-2 Class ""C"" Suit - Base wage rate plus $1.00 per hour. H-3 Class ""B"" Suit - Base wage rate plus $1.50 per hour. H-4 Class ""A"" Suit - Base wage rate plus $2.00 per hour. ---------------------------------------------------------------- ENGI0701-002 01/01/2018 CLARK, COWLITZ, KLICKKITAT, PACIFIC (SOUTH), SKAMANIA, AND WAHKIAKUM COUNTIES POWER RQUIPMENT OPERATORS: ZONE 1 Rates Fringes POWER EQUIPMENT OPERATOR GROUP 1.....................$ 41.65 14.35 GROUP 1A....................$ 43.73 14.35 GROUP 1B....................$ 45.82 14.35 GROUP 2.....................$ 39.74 14.35 GROUP 3.....................$ 38.59 14.35 GROUP 4.....................$ 37.51 14.35 GROUP 5.....................$ 36.27 14.35 GROUP 6.....................$ 33.05 14.35 Zone Differential (add to Zone 1 rates): Zone 2 - $3.00 Zone 3 - $6.00 For the following metropolitan counties: MULTNOMAH; CLACKAMAS; MARION; WASHINGTON; YAMHILL; AND COLUMBIA; CLARK; AND COWLITZ COUNTY, WASHINGTON WITH MODIFICATIONS AS INDICATED: All jobs or projects located in Multnomah, Clackamas and Marion Counties, West of the western boundary of Mt. Hood National Forest and West of Mile Post 30 on Interstate 84 and West of Mile Post 30 on State Highway 26 and West of Mile Post 30 on Highway 22 and all jobs or projects located in Yamhill County, Washington County and Columbia County and all jobs or porjects located in Clark & Cowlitz County, Washington except that portion of Cowlitz County in the Mt. St. Helens ""Blast Zone"" shall receive Zone I pay for all classifications. Page | 20   20 | Page  WA190001   Modification   17  Federal Wage Determinations for Highway Construction  All jobs or projects located in the area outside the identified boundary above, but less than 50 miles from the Portland City Hall shall receive Zone II pay for all classifications. All jobs or projects located more than 50 miles from the Portland City Hall, but outside the identified border above, shall receive Zone III pay for all classifications. For the following cities: ALBANY; BEND; COOS BAY; EUGENE; GRANTS PASS; KLAMATH FALLS; MEDFORD; ROSEBURG All jobs or projects located within 30 miles of the respective city hall of the above mentioned cities shall receive Zone I pay for all classifications. All jobs or projects located more than 30 miles and less than 50 miles from the respective city hall of the above mentioned cities shall receive Zone II pay for all classifications. All jobs or projects located more than 50 miles from the respective city hall of the above mentioned cities shall receive Zone III pay for all classifications. POWER EQUIPMENT OPERATORS CLASSIFICATIONS Group 1 Concrete Batch Plan and or Wet mix three (3) units or more; Crane, Floating one hundred and fifty (150) ton but less than two hundred and fifty (250) ton; Crane, two hundred (200) ton through two hundred ninety nine (299) ton with two hundred foot (200') boom or less (including jib, inserts and/or attachments); Crane, ninety (90) ton through one hundred ninety nine (199) ton with over two hundred (200') boom Including jib, inserts and/or attachments); Crane, Tower Crane with one hundred seventy five foot (175') tower or less and with less than two hundred foot (200') jib; Crane, Whirley ninety (90) ton and over; Helicopter when used in erecting work Group 1A Crane, floating two hundred fifty (250) ton and over; Crane, two hundred (200) ton through two hundred ninety nine (299) ton, with over two hundred foot (200') boom (including jib, inserts and/or attachments); Crane, three hundred (300) ton through three hundred ninety nine (399) ton; Crane, Tower Crane with over one hundred seventy five foot (175') tower or over two hundred foot (200') jib; Crane, tower Crane on rail system or 2nd tower or more in work radius Page | 21   21 | Page  WA190001   Modification   17  Federal Wage Determinations for Highway Construction  Group 1B Crane, three hundred (300) ton through three hundred ninety nine (399) ton, with over two hundred foot (200') boom (including jib, inserts and/or attachments); Floating crane, three hundred fifty (350) ton and over; Crane, four hundred (400) ton and over Group 2 Asphalt Plant (any type); Asphalt Roto-Mill, pavement profiler eight foot (8') lateral cut and over; Auto Grader or ""Trimmer""; Blade, Robotic; Bulldozer, Robotic Equipment (any type); Bulldozer, over one hundred twenty thousand (120,000) lbs. and above; Concrete Batch Plant and/or Wet Mix one (1) and two (2) drum; Concrete Diamond Head Profiler; Canal Trimmer; Concrete, Automatic Slip Form Paver (Assistant to the Operator required); Crane, Boom Truck fifty (50) ton and with over one hundred fifty foot (150') boom and over; Crane, Floating (derrick barge) thirty (30) ton but less than one hundred fifty (150) ton; Crane, Cableway twenty-five (25) ton and over; Crane, Floating Clamshell three (3) cu. Yds. And over; Crane, ninety (90) ton through one hundred ninety nine (199) ton up to and including two hundred foot (200') of boom (including jib inserts and/or attachments); Crane, fifty (50) ton through eighty nine (89) ton with over one hundred fifty foot (150') boom (including jib inserts and/or attachments); Crane, Whirley under ninety (90) ton; Crusher Plant; Excavator over one hundred thirty thousand (130,000) lbs.; Loader one hundred twenty thousand (120,000) lbs. and above; Remote Controlled Earth Moving Equipment; Shovel, Dragline, Clamshell, five (5) cu. Yds. And over; Underwater Equipment remote or otherwise, when used in construction work; Wheel Excavator any size Group 3 Bulldozer, over seventy thousand (70,000) lbs. up to and including one hundred twenty thousand (120,000) lbs.; Crane, Boom Truck fifty (50) ton and over with less than one hundred fifty foot (150') boom; Crane, fifty (50) ton through eighty nine (89) ton with one hundred fifty foot (150') boom or less (including jib inserts and/or attachments); Crane, Shovel, Dragline or Clamshell three (3) cu. yds. but less than five (5) cu. Yds.; Excavator over eighty thousand (80,000) lbs. through one hundred thirty thousand (130,000) lbs.; Loader sixty thousand (60,000) lbs. and less than one hundred twenty thousand (120,000) lbs. Page | 22   22 | Page  WA190001   Modification   17  Federal Wage Determinations for Highway Construction  Group 4 Asphalt, Screed; Asphalt Paver; Asphalt Roto-Mill, pavement profiler, under eight foot (8') lateral cut; Asphalt, Material Transfer Vehicle Operator; Back Filling Machine; Backhoe, Robotic, track and wheel type up to and including twenty thousand (20,000) lbs. with any attachments; Blade (any type); Boatman; Boring Machine; Bulldozer over twenty thousand (20,000) lbs. and more than one hundred (100) horse up to seventy thousand (70,000) lbs.; Cable-Plow (any type); Cableway up to twenty five (25) ton; Cat Drill (John Henry); Chippers; Compactor, multi-engine; Compactor, Robotic; Compactor with blade self-propelled; Concrete, Breaker; Concrete, Grout Plant; Concrete, Mixer Mobile; Concrete, Paving Road Mixer; Concrete, Reinforced Tank Banding Machine; Crane, Boom Truck twenty (20) ton and under fifty (50) ton; Crane, Bridge Locomotive, Gantry and Overhead; Crane, Carry Deck; Crane, Chicago Boom and similar types; Crane, Derrick Operator, under one hundred (100) ton; Crane, Floating Clamshell, Dragline, etc. Operator, under three (3) cu. yds. Or less than thirty (30) ton; Crane, under fifty (50) ton; Crane, Quick Tower under one hundred foot (100') in height and less than one hundred fifty foot (150') jib (on rail included); Diesel-Electric Engineer (Plant or Floating); Directional Drill over twenty thousand (20,000) lbs. pullback; Drill Cat Operator; Drill Doctor and/or Bit Grinder; Driller, Percussion, Diamond, Core, Cable, Rotary and similar type; Excavator Operator over twenty thousand (20,000) lbs. through eighty thousand (80,000) lbs.; Generator Operator; Grade-all; Guardrail Machines, i.e. punch, auger, etc.; Hammer Operator (Piledriver); Hoist, stiff leg, guy derrick or similar type, fifty (50) ton and over; Hoist, two (2) drums or more; Hydro Axe (loader mounted or similar type); Jack Operator, Elevating Barges, Barge Operator, self-unloading; Loader Operator, front end and overhead, twenty five thousand (25,000) lbs. and less than sixty thousand (60,000) lbs.; Log Skidders; Piledriver Operator (not crane type); Pipe, Bending, Cleaning, Doping and Wrapping Machines; Rail, Ballast Tamper Multi-Purpose; Rubber-tired Dozers and Pushers; Scraper, all types; Side-Boom; Skip Loader, Drag Box; Strump Grinder (loader mounted or similar type); Surface Heater and Planer; Tractor, rubber-tired, over fifty (50) HP Flywheel; Trenching Machine three foot (3') depth and deeper; Tub Grinder (used for wood debris); Tunnel Boring Machine Mechanic; Tunnel, Mucking Machine; Ultra High Pressure Water Jet Cutting Tool System Operator; Vacuum Blasting Machine Operator; Water pulls, Water wagons Page | 23   23 | Page  WA190001   Modification   17  Federal Wage Determinations for Highway Construction  Group 5 Asphalt, Extrusion Machine; Asphalt, Roller (any asphalt mix); Asphalt, Roto-Mill pavement profiler ground man; Bulldozer, twenty thousand (20,000) lbs. or less, or one hundred (100) horse or less; Cement Pump; Chip Spreading Machine; Churn Drill and Earth Boring Machine; Compactor, self-propelled without blade; Compressor, (any power) one thousand two hundred fifty (1,250) cu. ft. and over, total capacity; Concrete, Batch Plant Quality control; Concrete, Combination Mixer and compressor operator, gunite work; Concrete, Curb Machine, Mechanical Berm, Curb and/or Curb and Gutter; Concrete, Finishing Machine; Concrete, Grouting Machine; Concrete, Internal Full Slab Vibrator Operator; Concrete, Joint Machine; Concrete, Mixer single drum, any capacity; Concrete, Paving Machine eight foot (8') or less; Concrete, Planer; Concrete, Pump; Concrete, Pump Truck; Concrete, Pumpcrete Operator (any type); Concrete, Slip Form Pumps, power driven hydraulic lifting device for concrete forms; Conveyored Material Hauler; Crane, Boom Truck under twenty (20) tons; Crane, Boom Type lifting device, five (5) ton capacity or less; Drill, Directional type less than twenty thousand (20,000) lbs. pullback; Fork Lift, over ten (10) ton or Robotic; Helicopter Hoist; Hoist Operator, single drum; Hydraulic Backhoe track type up to and including twenty thousand (20,000) lbs.; Hydraulic Backhoe wheel type (any make); Laser Screed; Loaders, rubber-tired type, less than twenty five thousand (25,000) lbs.; Pavement Grinder and/or Grooving Machine (riding type); Pipe, cast in place Pipe Laying Machine; Pulva-Mixer or similar types; Pump Operator, more than five (5) pumps (any size); Rail, Ballast Compactor, Regulator, or Tamper machines; Service Oiler (Greaser); Sweeper Self-Propelled; Tractor, Rubber-Tired, fifty (50) HP flywheel and under; Trenching Machine Operator, maximum digging capacity three foot (3') depth; Tunnel, Locomotive, Dinkey; Tunnel, Power Jumbo setting slip forms, etc. Group 6 Asphalt, Pugmill (any type); Asphalt, Raker; Asphalt, Truck Mounted Asphalt Spreader, with Screed; Auger Oiler; Boatman; Bobcat, skid steed (less than one (1) yard); Broom, self-propelled; Compressor Operator (any power) under 1,250 cu. ft. total capacity; Concrete Curing Machine (riding type); Concrete Saw; Conveyor Operator or Assistant; Crane, Tugger; Crusher Feederman; Crusher Oiler; Deckhand; Drill, Directional Locator; Fork Lift; Grade Checker; Guardrail Punch Oiler; Hydrographic Seeder Machine, straw, pulp or seed; Hydrostatic Pump Operator; Mixer Box (CTB, dry batch, etc.); Oiler; Plant Oiler; Pump (any power); Rail, Brakeman, Switchman, Motorman; Rail, Tamping Machine, mechanical, self-propelled; Rigger; Roller grading (not asphalt); Truck, Crane Oiler-Driver ---------------------------------------------------------------- Page | 24   24 | Page  WA190001   Modification   17  Federal Wage Determinations for Highway Construction  * IRON0014-005 07/01/2019 ADAMS, ASOTIN, BENTON, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN, PEND ORIELLE, SPOKANE, STEVENS, WALLA WALLA AND WHITMAN COUNTIES Rates Fringes IRONWORKER.......................$ 33.59 29.26 ---------------------------------------------------------------- IRON0029-002 05/01/2018 CLARK, COWLITZ, KLICKITAT, PACIFIC, SKAMANIA, AND WAHKAIKUM COUNTIES Rates Fringes IRONWORKER.......................$ 37.00 27.87 ---------------------------------------------------------------- * IRON0086-002 07/01/2019 YAKIMA, KITTITAS AND CHELAN COUNTIES Rates Fringes IRONWORKER.......................$ 33.59 29.26 ---------------------------------------------------------------- * IRON0086-004 07/01/2019 CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PIERCE, SKAGIT, SNOHOMISH, THURSTON, AND WHATCOM COUNTIES Rates Fringes IRONWORKER.......................$ 42.35 29.56 ---------------------------------------------------------------- Page | 25   25 | Page  WA190001   Modification   17  Federal Wage Determinations for Highway Construction  LABO0238-004 06/01/2019 PASCO AREA: ADAMS, BENTON, COLUMBIA,DOUGLAS (East of 120th Meridian), FERRY, FRANKLIN, GRANT, OKANOGAN, WALLA WALLA SPOKANE AREA: ASOTIN, GARFIELD, LINCOLN, PEND OREILLE, SPOKANE, STEVENS & WHITMAN COUNTIES Rates Fringes LABORER (PASCO) GROUP 1.....................$ 25.84 13.00 GROUP 2.....................$ 27.94 13.00 GROUP 3.....................$ 28.21 13.00 GROUP 4.....................$ 28.48 13.00 GROUP 5.....................$ 28.76 13.00 LABORER (SPOKANE) GROUP 1.....................$ 25.84 13.00 GROUP 2.....................$ 27.94 13.00 GROUP 3.....................$ 28.21 13.00 GROUP 4.....................$ 28.48 13.00 GROUP 5.....................$ 28.76 13.00 Zone Differential (Add to Zone 1 rate): $2.00 BASE POINTS: Spokane, Pasco, Lewiston Zone 1: 0-45 radius miles from the main post office. Zone 2: 45 radius miles and over from the main post office. LABORERS CLASSIFICATIONS GROUP 1: Flagman; Landscape Laborer; Scaleman; Traffic Control Maintenance Laborer (to include erection and maintenance of barricades, signs and relief of flagperson); Window Washer/Cleaner (detail cleanup, such as, but not limited to cleaning floors, ceilings, walls, windows, etc. prior to final acceptance by the owner) GROUP 2: Asbestos Abatement Worker; Brush Hog Feeder; Carpenter Tender; Cement Handler; Clean-up Laborer; Concrete Crewman (to include stripping of forms, hand operating jacks on slip form construction, application of concrete curing compounds, pumpcrete machine, signaling, handling the nozzle of squeezcrete or similar machine,6 inches and smaller); Confined Space Attendant; Concrete Signalman; Crusher Feeder; Demolition (to include clean-up, burning, loading, wrecking and salvage of all material); Dumpman; Fence Erector; Firewatch; Form Cleaning Machine Feeder, Stacker; General Laborer; Grout Machine Header Tender; Guard Rail (to include guard rails, guide and reference posts, sign posts, and right-of-way markers); Hazardous Waste Worker, Level D (no respirator is used and skin protection is minimal); Miner, Class ""A"" (to include all bull gang, concrete crewman, dumpman and pumpcrete Page | 26   26 | Page  WA190001   Modification   17  Federal Wage Determinations for Highway Construction  crewman, including distributing pipe, assembly & dismantle, and nipper); Nipper; Riprap Man; Sandblast Tailhoseman; Scaffold Erector (wood or steel); Stake Jumper; Structural Mover (to include separating foundation, preparation, cribbing, shoring, jacking and unloading of structures); Tailhoseman (water nozzle); Timber Bucker and Faller (by hand); Track Laborer (RR); Truck Loader; Well-Point Man; All Other Work Classifications Not Specially Listed Shall Be Classified As General Laborer GROUP 3: Asphalt Roller, walking; Cement Finisher Tender; Concrete Saw, walking; Demolition Torch; Dope Pot Firemen, non-mechanical; Driller Tender (when required to move and position machine); Form Setter, Paving; Grade Checker using level; Hazardous Waste Worker, Level C (uses a chemical ""splash suit"" and air purifying respirator); Jackhammer Operator; Miner, Class ""B"" (to include brakeman, finisher, vibrator, form setter); Nozzleman (to include squeeze and flo-crete nozzle); Nozzleman, water, air or steam; Pavement Breaker (under 90 lbs.); Pipelayer, corrugated metal culvert; Pipelayer, multi- plate; Pot Tender; Power Buggy Operator; Power Tool Operator, gas, electric, pneumatic; Railroad Equipment, power driven, except dual mobile power spiker or puller; Railroad Power Spiker or Puller, dual mobile; Rodder and Spreader; Tamper (to include operation of Barco, Essex and similar tampers); Trencher, Shawnee; Tugger Operator; Wagon Drills; Water Pipe Liner; Wheelbarrow (power driven) GROUP 4: Air and Hydraulic Track Drill; Aspahlt Raker;Brush Machine (to include horizontal construction joint cleanup brush machine, power propelled); Caisson Worker, free air; Chain Saw Operator and Faller; Concrete Stack (to include laborers when laborers working on free standing concrete stacks for smoke or fume control above 40 feet high); Gunite (to include operation of machine and nozzle); Hazardous Waste Worker, Level B (uses same respirator protection as Level A. A supplied air line is provided in conjunction with a chemical ""splash suit""); High Scaler; Laser Beam Operator (to include grade checker and elevation control); Miner, Class C (to include miner, nozzleman for concrete, laser beam operator and rigger on tunnels); Monitor Operator (air track or similar mounting); Mortar Mixer; Nozzleman (to include jet blasting nozzleman, over 1,200 lbs., jet blast machine power propelled, sandblast nozzle); Pavement Breaker (90 lbs. and over); Pipelayer (to include working topman, caulker, collarman, jointer, mortarman, rigger, jacker, shorer, valve or meter installer); Pipewrapper; Plasterer Tender; Vibrators (all) GROUP 5 - Drills with Dual Masts; Hazardous Waste Worker, Level A (utilizes a fully encapsulated suit with a self-contained breathing apparatus or a supplied air line); Miner Class ""D"", (to include raise and shaft miner, laser beam operator on riases and shafts) Page | 27   27 | Page  WA190001   Modification   17  Federal Wage Determinations for Highway Construction  ---------------------------------------------------------------- LABO0238-006 06/01/2019 COUNTIES EAST OF THE 120TH MERIDIAN: ADAMS, ASOTIN, BENTON, CHELAN, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN, PEND OREILLE, STEVENS, SPOKANE, WALLA WALLA, WHITMAN Rates Fringes Hod Carrier......................$ 27.95 12.90 ---------------------------------------------------------------- LABO0242-003 06/01/2019 KING COUNTY Rates Fringes LABORER GROUP 1.....................$ 27.10 11.94 GROUP 2A....................$ 31.03 11.94 GROUP 3.....................$ 38.78 11.94 GROUP 4.....................$ 39.72 11.94 GROUP 5.....................$ 40.36 11.94 Group 6.....................$ 40.36 12.04 BASE POINTS: BELLINGHAM, MT. VERNON, EVERETT, SEATTLE, KENT, TACOMA, OLYMPIA, CENTRALIA, ABERDEEN, SHELTON, PT. TOWNSEND, PT. ANGELES, AND BREMERTON ZONE 1 - Projects within 25 radius miles of the respective city hall ZONE 2 - More than 25 but less than 45 radius miles from the respective city hall ZONE 3 - More than 45 radius miles from the respective city hall ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES): ZONE 2 - $1.00 ZONE 3 - $1.30 BASE POINTS: CHELAN, SUNNYSIDE, WENATCHEE, AND YAKIMA ZONE 1 - Projects within 25 radius miles of the respective city hall ZONE 2 - More than 25 radius miles from the respective city hall ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES): ZONE 2 - $2.25 Page | 28   28 | Page  WA190001   Modification   17  Federal Wage Determinations for Highway Construction  LABORERS CLASSIFICATIONS GROUP 1: Landscaping and Planting; Watchman; Window Washer/Cleaner (detail clean-up, such as but not limited to cleaning floors, ceilings, walls, windows, etc., prior to final acceptance by the owner) GROUP 2A: Batch Weighman; Crusher Feeder; Fence Laborer; Flagman; Pilot Car GROUP 3: General Laborer; Air, Gas, or Electric Vibrating Screed; Asbestos Abatement Laborer; Ballast Regulator Machine; Brush Cutter; Brush Hog Feeder; Burner; Carpenter Tender; Cement Finisher Tender; Change House or Dry Shack; Chipping Gun (under 30 lbs.); Choker Setter; Chuck Tender; Clean-up Laborer; Concrete Form Stripper; Curing Laborer; Demolition (wrecking and moving including charred material); Ditch Digger; Dump Person; Fine Graders; Firewatch; Form Setter; Gabian Basket Builders; Grout Machine Tender; Grinders; Guardrail Erector; Hazardous Waste Worker (Level C: uses a chemical ""splash suit"" and air purifying respirator); Maintenance Person; Material Yard Person; Pot Tender; Rip Rap Person; Riggers; Scale Person; Sloper Sprayer; Signal Person; Stock Piler; Stake Hopper; Toolroom Man (at job site); Topper-Tailer; Track Laborer; Truck Spotter; Vinyl Seamer GROUP 4: Cement Dumper-Paving; Chipping Gun (over 30 lbs.); Clary Power Spreader; Concrete Dumper/Chute Operator; Concrete Saw Operator; Drill Operator (hydraulic, diamond, aiartrac); Faller and Bucker Chain Saw; Grade Checker and Transit Person; Groutmen (pressure) including post tension beams; Hazardous Waste Worker (Level B: uses same respirator protection as Level A. A supplied air line is provided in conjunction with a chemical ""splash suit""); High Scaler; Jackhammer; Laserbeam Operator; Manhole Builder-Mudman; Nozzleman (concrete pump, green cutter when using combination of high pressure air and water on concrete and rock, sandblast, gunite, shotcrete, water blaster, vacuum blaster); Pavement Breaker; Pipe Layer and Caulker; Pipe Pot Tender; Pipe Reliner (not insert type); Pipe Wrapper; Power Jacks; Railroad Spike Puller-Power; Raker-Asphalt; Rivet Buster; Rodder; Sloper (over 20 ft); Spreader (concrete); Tamper and Similar electric, air and glas operated tool; Timber Person-sewer (lagger shorer and cribber); Track Liner Power; Tugger Operator; Vibrator; Well Point Laborer GROUP 5: Caisson Worker; Mortarman and Hodcarrier; Powderman; Re-Timberman; Hazardous Waste Worker (Level A: utilizes a fully encapsulated suit with a self-contained breathing apparatus or a supplied air line). Group 6: Miner ---------------------------------------------------------------- Page | 29   29 | Page  WA190001   Modification   17  Federal Wage Determinations for Highway Construction  LABO0252-010 06/01/2019 CLALLAM, GRAYS HARBOR, JEFFERSON, KITSAP, LEWIS, MASON, PACIFIC (EXCLUDING SOUTHWEST), PIERCE, AND THURSTON COUNTIES Rates Fringes LABORER GROUP 1.....................$ 27.10 11.94 GROUP 2.....................$ 31.03 11.94 GROUP 3.....................$ 38.78 11.94 GROUP 4.....................$ 39.72 11.94 GROUP 5.....................$ 40.36 11.94 BASE POINTS: BELLINGHAM, MT. VERNON, EVERETT, SEATTLE, KENT, TACOMA, OLYMPIA, CENTRALIA, ABERDEEN, SHELTON, PT. TOWNSEND, PT. ANGELES, AND BREMERTON ZONE 1 - Projects within 25 radius miles of the respective city hall ZONE 2 - More than 25 but less than 45 radius miles from the respective city hall ZONE 3 - More than 45 radius miles from the respective city hall ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES): ZONE 2 - $1.00 ZONE 3 - $1.30 BASE POINTS: CHELAN, SUNNYSIDE, WENATCHEE, AND YAKIMA ZONE 1 - Projects within 25 radius miles of the respective city hall ZONE 2 - More than 25 radius miles from the respective city hall ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES): ZONE 2 - $2.25 LABORERS CLASSIFICATIONS GROUP 1: Landscaping and Planting; Watchman; Window Washer/Cleaner (detail clean-up, such as but not limited to cleaning floors, ceilings, walls, windows, etc., prior to final acceptance by the owner) GROUP 2: Batch Weighman; Crusher Feeder; Fence Laborer; Flagman; Pilot Car Page | 30   30 | Page  WA190001   Modification   17  Federal Wage Determinations for Highway Construction  GROUP 3: General Laborer; Air, Gas, or Electric Vibrating Screed; Asbestos Abatement Laborer; Ballast Regulator Machine; Brush Cutter; Brush Hog Feeder; Burner; Carpenter Tender; Cement Finisher Tender; Change House or Dry Shack; Chipping Gun (under 30 lbs.); Choker Setter; Chuck Tender; Clean-up Laborer; Concrete Form Stripper; Curing Laborer; Demolition (wrecking and moving including charred material); Ditch Digger; Dump Person; Fine Graders; Firewatch; Form Setter; Gabian Basket Builders; Grout Machine Tender; Grinders; Guardrail Erector; Hazardous Waste Worker (Level C: uses a chemical ""splash suit"" and air purifying respirator); Maintenance Person; Material Yard Person; Pot Tender; Rip Rap Person; Riggers; Scale Person; Sloper Sprayer; Signal Person; Stock Piler; Stake Hopper; Toolroom Man (at job site); Topper-Tailer; Track Laborer; Truck Spotter; Vinyl Seamer GROUP 4: Cement Dumper-Paving; Chipping Gun (over 30 lbs.); Clary Power Spreader; Concrete Dumper/Chute Operator; Concrete Saw Operator; Drill Operator (hydraulic, diamond, aiartrac); Faller and Bucker Chain Saw; Groutmen (pressure) including post tension beams; Hazardous Waste Worker (Level B: uses same respirator protection as Level A. A supplied air line is provided in conjunction with a chemical ""splash suit""); Jackhammer; Laserbeam Operator; Manhole Builder-Mudman; Nozzleman (concrete pump, green cutter when using combination of high pressure air and water on concrete and rock, sandblast, gunite, shotcrete, water blaster, vacuum blaster); Pavement Breaker; Pipe Layer and Caulker; Pipe Pot Tender; Pipe Reliner (not insert type); Pipe Wrapper; Power Jacks; Railroad Spike Puller-Power; Raker-Asphalt; Rivet Buster; Rodder; Sloper (over 20 ft); Spreader (concrete); Tamper and Similar electric, air and glas operated tool; Timber Person-sewer (lagger shorer and cribber); Track Liner Power; Tugger Operator; Vibrator; Well Point Laborer GROUP 5: Caisson Worker; Miner; Mortarman and Hodcarrier; Grade Checker and Transit Person; High Scaler; Powderman; Re-Timberman; Hazardous Waste Worker (Level A: utilizes a fully encapsulated suit with a self-contained breathing apparatus or a supplied air line). Page | 31   31 | Page  WA190001   Modification   17  Federal Wage Determinations for Highway Construction  ---------------------------------------------------------------- LABO0292-008 06/01/2019 ISLAND, SAN JUAN, SKAGIT, SNOHOMISH, AND WHATCOM COUNTIES Rates Fringes LABORER GROUP 1.....................$ 27.10 11.94 GROUP 2.....................$ 31.03 11.94 GROUP 3.....................$ 38.78 11.94 GROUP 4.....................$ 39.72 11.94 GROUP 5.....................$ 40.36 11.94 BASE POINTS: BELLINGHAM, MT. VERNON, EVERETT, SEATTLE, KENT, TACOMA, OLYMPIA, CENTRALIA, ABERDEEN, SHELTON, PT. TOWNSEND, PT. ANGELES, AND BREMERTON ZONE 1 - Projects within 25 radius miles of the respective city hall ZONE 2 - More than 25 but less than 45 radius miles from the respective city hall ZONE 3 - More than 45 radius miles from the respective city hall ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES): ZONE 2 - $1.00 ZONE 3 - $1.30 BASE POINTS: CHELAN, SUNNYSIDE, WENATCHEE, AND YAKIMA ZONE 1 - Projects within 25 radius miles of the respective city hall ZONE 2 - More than 25 radius miles from the respective city hall ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES): ZONE 2 - $2.25 LABORERS CLASSIFICATIONS GROUP 1: Landscaping and Planting; Watchman; Window Washer/Cleaner (detail clean-up, such as but not limited to cleaning floors, ceilings, walls, windows, etc., prior to final acceptance by the owner) GROUP 2: Batch Weighman; Crusher Feeder; Fence Laborer; Flagman; Pilot Car Page | 32   32 | Page  WA190001   Modification   17  Federal Wage Determinations for Highway Construction  GROUP 3: General Laborer; Air, Gas, or Electric Vibrating Screed; Asbestos Abatement Laborer; Ballast Regulator Machine; Brush Cutter; Brush Hog Feeder; Burner; Carpenter Tender; Cement Finisher Tender; Change House or Dry Shack; Chipping Gun (under 30 lbs.); Choker Setter; Chuck Tender; Clean-up Laborer; Concrete Form Stripper; Curing Laborer; Demolition (wrecking and moving including charred material); Ditch Digger; Dump Person; Fine Graders; Firewatch; Form Setter; Gabian Basket Builders; Grout Machine Tender; Grinders; Guardrail Erector; Hazardous Waste Worker (Level C: uses a chemical ""splash suit"" and air purifying respirator); Maintenance Person; Material Yard Person; Pot Tender; Rip Rap Person; Riggers; Scale Person; Sloper Sprayer; Signal Person; Stock Piler; Stake Hopper; Toolroom Man (at job site); Topper-Tailer; Track Laborer; Truck Spotter; Vinyl Seamer GROUP 4: Cement Dumper-Paving; Chipping Gun (over 30 lbs.); Clary Power Spreader; Concrete Dumper/Chute Operator; Concrete Saw Operator; Drill Operator (hydraulic, diamond, aiartrac); Faller and Bucker Chain Saw; Grade Checker and Transit Person; Groutmen (pressure) including post tension beams; Hazardous Waste Worker (Level B: uses same respirator protection as Level A. A supplied air line is provided in conjunction with a chemical ""splash suit""); High Scaler; Jackhammer; Laserbeam Operator; Manhole Builder-Mudman; Nozzleman (concrete pump, green cutter when using combination of high pressure air and water on concrete and rock, sandblast, gunite, shotcrete, water blaster, vacuum blaster); Pavement Breaker; Pipe Layer and Caulker; Pipe Pot Tender; Pipe Reliner (not insert type); Pipe Wrapper; Power Jacks; Railroad Spike Puller-Power; Raker-Asphalt; Rivet Buster; Rodder; Sloper (over 20 ft); Spreader (concrete); Tamper and Similar electric, air and glas operated tool; Timber Person-sewer (lagger shorer and cribber); Track Liner Power; Tugger Operator; Vibrator; Well Point Laborer GROUP 5: Caisson Worker; Miner; Mortarman and Hodcarrier; Powderman; Re-Timberman; Hazardous Waste Worker (Level A: utilizes a fully encapsulated suit with a self-contained breathing apparatus or a supplied air line). ---------------------------------------------------------------- Page | 33   33 | Page  WA190001   Modification   17  Federal Wage Determinations for Highway Construction  LABO0335-001 06/01/2018 CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH OF A STRAIGHT LINE MADE BY EXTENDING THE NORTH BOUNDARY LINE OF WAHKIAKUM COUNTY WEST TO THE PACIFIC OCEAN), SKAMANIA AND WAHKIAKUM COUNTIES Rates Fringes Laborers: ZONE 1: GROUP 1....................$ 31.72 11.49 GROUP 2....................$ 32.38 11.49 GROUP 3....................$ 32.87 11.49 GROUP 4....................$ 33.29 11.49 GROUP 5....................$ 28.98 11.49 GROUP 6....................$ 26.31 11.49 GROUP 7....................$ 22.78 11.49 Zone Differential (Add to Zone 1 rates): Zone 2 $ 0.65 Zone 3 - 1.15 Zone 4 - 1.70 Zone 5 - 2.75 BASE POINTS: LONGVIEW AND VANCOUVER ZONE 1: Projects within 30 miles of the respective city all. ZONE 2: More than 30 miles but less than 40 miles from the respective city hall. ZONE 3: More than 40 miles but less than 50 miles from the respective city hall. ZONE 4: More than 50 miles but less than 80 miles from the respective city hall. ZONE 5: More than 80 miles from the respective city hall. LABORERS CLASSIFICATIONS GROUP 1: Asphalt Plant Laborers; Asphalt Spreaders; Batch Weighman; Broomers; Brush Burners and Cutters; Car and Truck Loaders; Carpenter Tender; Change-House Man or Dry Shack Man; Choker Setter; Clean-up Laborers; Curing, Concrete; Demolition, Wrecking and Moving Laborers; Dumpers, road oiling crew; Dumpmen (for grading crew); Elevator Feeders; Median Rail Reference Post, Guide Post, Right of Way Marker; Fine Graders; Fire Watch; Form Strippers (not swinging stages); General Laborers; Hazardous Waste Worker; Leverman or Aggregate Spreader (Flaherty and similar types); Loading Spotters; Material Yard Man (including electrical); Pittsburgh Chipper Operator or Similar Types; Railroad Track Laborers; Ribbon Setters (including steel forms); Rip Rap Man (hand placed); Road Pump Tender; Sewer Labor; Signalman; Skipman; Slopers; Spraymen; Stake Chaser; Stockpiler; Tie Back Shoring; Timber Faller and Bucker (hand labor); Toolroom Man (at job site); Tunnel Bullgang (above ground); Weight-Man- Crusher (aggregate when used) Page | 34   34 | Page  WA190001   Modification   17  Federal Wage Determinations for Highway Construction  GROUP 2: Applicator (including pot power tender for same), applying protective material by hand or nozzle on utility lines or storage tanks on project; Brush Cutters (power saw); Burners; Choker Splicer; Clary Power Spreader and similar types; Clean- up Nozzleman-Green Cutter (concrete, rock, etc.); Concrete Power Buggyman; Concrete Laborer; Crusher Feeder; Demolition and Wrecking Charred Materials; Gunite Nozzleman Tender; Gunite or Sand Blasting Pot Tender; Handlers or Mixers of all Materials of an irritating nature (including cement and lime); Tool Operators (includes but not limited to: Dry Pack Machine; Jackhammer; Chipping Guns; Paving Breakers); Pipe Doping and Wrapping; Post Hole Digger, air, gas or electric; Vibrating Screed; Tampers; Sand Blasting (Wet); Stake-Setter; Tunnel-Muckers, Brakemen, Concrete Crew, Bullgang (underground) GROUP 3: Asbestos Removal; Bit Grinder; Drill Doctor; Drill Operators, air tracks, cat drills, wagon drills, rubber-mounted drills, and other similar types including at crusher plants; Gunite Nozzleman; High Scalers, Strippers and Drillers (covers work in swinging stages, chairs or belts, under extreme conditions unusual to normal drilling, blasting, barring-down, or sloping and stripping); Manhole Builder; Powdermen; Concrete Saw Operator; Pwdermen; Power Saw Operators (Bucking and Falling); Pumpcrete Nozzlemen; Sand Blasting (Dry); Sewer Timberman; Track Liners, Anchor Machines, Ballast Regulators, Multiple Tampers, Power Jacks, Tugger Operator; Tunnel-Chuck Tenders, Nippers and Timbermen; Vibrator; Water Blaster GROUP 4: Asphalt Raker; Concrete Saw Operator (walls); Concrete Nozzelman; Grade Checker; Pipelayer; Laser Beam (pipelaying)-applicable when employee assigned to move, set up, align; Laser Beam; Tunnel Miners; Motorman-Dinky Locomotive-Tunnel; Powderman-Tunnel; Shield Operator-Tunnel GROUP 5: Traffic Flaggers GROUP 6: Fence Builders GROUP 7: Landscaping or Planting Laborers ---------------------------------------------------------------- LABO0335-019 06/01/2018 Rates Fringes Hod Carrier......................$ 31.72 11.49 ---------------------------------------------------------------- Page | 35   35 | Page  WA190001   Modification   17  Federal Wage Determinations for Highway Construction  LABO0348-003 06/01/2019 CHELAN, DOUGLAS (W OF 12TH MERIDIAN), KITTITAS, AND YAKIMA COUNTIES Rates Fringes LABORER GROUP 1.....................$ 23.12 11.94 GROUP 2.....................$ 26.51 11.94 GROUP 3.....................$ 29.01 11.94 GROUP 4.....................$ 29.71 11.94 GROUP 5.....................$ 30.22 11.94 BASE POINTS: BELLINGHAM, MT. VERNON, EVERETT, SEATTLE, KENT, TACOMA, OLYMPIA, CENTRALIA, ABERDEEN, SHELTON, PT. TOWNSEND, PT. ANGELES, AND BREMERTON ZONE 1 - Projects within 25 radius miles of the respective city hall ZONE 2 - More than 25 but less than 45 radius miles from the respective city hall ZONE 3 - More than 45 radius miles from the respective city hall ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES): ZONE 2 - $1.00 ZONE 3 - $1.30 BASE POINTS: CHELAN, SUNNYSIDE, WENATCHEE, AND YAKIMA ZONE 1 - Projects within 25 radius miles of the respective city hall ZONE 2 - More than 25 radius miles from the respective city hall ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES): ZONE 2 - $2.25 LABORERS CLASSIFICATIONS GROUP 1: Landscaping and Planting; Watchman; Window Washer/Cleaner (detail clean-up, such as but not limited to cleaning floors, ceilings, walls, windows, etc., prior to final acceptance by the owner) GROUP 2: Batch Weighman; Crusher Feeder; Fence Laborer; Flagman; Pilot Car Page | 36   36 | Page  WA190001   Modification   17  Federal Wage Determinations for Highway Construction  GROUP 3: General Laborer; Air, Gas, or Electric Vibrating Screed; Asbestos Abatement Laborer; Ballast Regulator Machine; Brush Cutter; Brush Hog Feeder; Burner; Carpenter Tender; Cement Finisher Tender; Change House or Dry Shack; Chipping Gun (under 30 lbs.); Choker Setter; Chuck Tender; Clean-up Laborer; Concrete Form Stripper; Curing Laborer; Demolition (wrecking and moving including charred material); Ditch Digger; Dump Person; Fine Graders; Firewatch; Form Setter; Gabian Basket Builders; Grout Machine Tender; Grinders; Guardrail Erector; Hazardous Waste Worker (Level C: uses a chemical ""splash suit"" and air purifying respirator); Maintenance Person; Material Yard Person; Pot Tender; Rip Rap Person; Riggers; Scale Person; Sloper Sprayer; Signal Person; Stock Piler; Stake Hopper; Toolroom Man (at job site); Topper-Tailer; Track Laborer; Truck Spotter; Vinyl Seamer GROUP 4: Cement Dumper-Paving; Chipping Gun (over 30 lbs.); Clary Power Spreader; Concrete Dumper/Chute Operator; Concrete Saw Operator; Drill Operator (hydraulic, diamond, aiartrac); Faller and Bucker Chain Saw; Grade Checker and Transit Person; Groutmen (pressure) including post tension beams; Hazardous Waste Worker (Level B: uses same respirator protection as Level A. A supplied air line is provided in conjunction with a chemical ""splash suit""); High Scaler; Jackhammer; Laserbeam Operator; Manhole Builder-Mudman; Nozzleman (concrete pump, green cutter when using combination of high pressure air and water on concrete and rock, sandblast, gunite, shotcrete, water blaster, vacuum blaster); Pavement Breaker; Pipe Layer and Caulker; Pipe Pot Tender; Pipe Reliner (not insert type); Pipe Wrapper; Power Jacks; Railroad Spike Puller-Power; Raker-Asphalt; Rivet Buster; Rodder; Sloper (over 20 ft); Spreader (concrete); Tamper and Similar electric, air and glas operated tool; Timber Person-sewer (lagger shorer and cribber); Track Liner Power; Tugger Operator; Vibrator; Well Point Laborer GROUP 5: Caisson Worker; Miner; Mortarman and Hodcarrier; Powderman; Re-Timberman; Hazardous Waste Worker (Level A: utilizes a fully encapsulated suit with a self-contained breathing apparatus or a supplied air line). ---------------------------------------------------------------- Page | 37   37 | Page  WA190001   Modification   17  Federal Wage Determinations for Highway Construction  PAIN0005-002 07/01/2019 STATEWIDE EXCEPT CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH), SKAMANIA, AND WAHKIAKUM COUNTIES Rates Fringes Painters: STRIPERS....................$ 31.61 16.07 ---------------------------------------------------------------- PAIN0005-004 03/01/2009 CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WHATCOM COUNTIES Rates Fringes PAINTER..........................$ 20.82 7.44 ---------------------------------------------------------------- * PAIN0005-006 07/01/2018 ADAMS, ASOTIN; BENTON AND FRANKLIN (EXCEPT HANFORD SITE); CHELAN, COLUMBIA, DOUGLAS, FERRY, GARFIELD, GRANT, KITTITAS, LINCOLN, OKANOGAN, PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN AND YAKIMA COUNTIES Rates Fringes PAINTER Application of Cold Tar Products, Epoxies, Polyure thanes, Acids, Radiation Resistant Material, Water and Sandblasting............$ 30.19 11.71 Over 30'/Swing Stage Work..$ 22.20 7.98 Brush, Roller, Striping, Steam-cleaning and Spray....$ 22.94 11.61 Lead Abatement, Asbestos Abatement...................$ 21.50 7.98 *$.70 shall be paid over and above the basic wage rates listed for work on swing stages and high work of over 30 feet. ---------------------------------------------------------------- Page | 38   38 | Page  WA190001   Modification   17  Federal Wage Determinations for Highway Construction  PAIN0055-003 07/01/2019 CLARK, COWLITZ, KLICKITAT, PACIFIC, SKAMANIA, AND WAHKIAKUM COUNTIES Rates Fringes PAINTER Brush & Roller..............$ 25.14 12.90 Spray and Sandblasting......$ 25.14 12.90 All high work over 60 ft. = base rate + $0.75 ---------------------------------------------------------------- PAIN0055-006 07/01/2019 CLARK, COWLITZ, KLICKITAT, SKAMANIA and WAHKIAKUM COUNTIES Rates Fringes Painters: HIGHWAY & PARKING LOT STRIPER.....................$ 35.45 12.56 ---------------------------------------------------------------- PLAS0072-004 06/01/2019 ADAMS, ASOTIN, BENTON, CHELAN, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT, KITTITAS, LINCOLN, OKANOGAN, PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN, AND YAKIMA COUNTIES Rates Fringes CEMENT MASON/CONCRETE FINISHER ZONE 1......................$ 30.21 14.93 Zone Differential (Add to Zone 1 rate): Zone 2 - $2.00 BASE POINTS: Spokane, Pasco, Lewiston; Wenatchee Zone 1: 0 - 45 radius miles from the main post office Zone 2: Over 45 radius miles from the main post office ---------------------------------------------------------------- Page | 39   39 | Page  WA190001   Modification   17  Federal Wage Determinations for Highway Construction  PLAS0528-001 06/01/2019 CLALLAM, COWLITZ, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PACIFIC, PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON, WAHKIAKUM AND WHATCOM COUNTIES Rates Fringes CEMENT MASON CEMENT MASON................$ 44.43 18.04 COMPOSITION, TROWEL MACHINE, GRINDER, POWER TOOLS, GUNNITE NOZZLE.......$ 44.93 18.04 TROWELING MACHINE OPERATOR ON COMPOSITION..............$ 44.93 18.04 ---------------------------------------------------------------- PLAS0555-002 07/01/2019 CLARK, KLICKITAT AND SKAMANIA COUNTIES ZONE 1: Rates Fringes CEMENT MASON CEMENT MASONS DOING BOTH COMPOSITION/POWER MACHINERY AND SUSPENDED/HANGING SCAFFOLD..$ 37.32 18.77 CEMENT MASONS ON SUSPENDED, SWINGING AND/OR HANGING SCAFFOLD............$ 36.58 18.77 CEMENT MASONS...............$ 35.85 18.77 COMPOSITION WORKERS AND POWER MACHINERY OPERATORS...$ 36.58 18.77 Zone Differential (Add To Zone 1 Rates): Zone 2 - $0.65 Zone 3 - 1.15 Zone 4 - 1.70 Zone 5 - 3.00 BASE POINTS: BEND, CORVALLIS, EUGENE, MEDFORD, PORTLAND, SALEM, THE DALLES, VANCOUVER ZONE 1: Projects within 30 miles of the respective city hall ZONE 2: More than 30 miles but less than 40 miles from the respective city hall. ZONE 3: More than 40 miles but less than 50 miles from the respective city hall. ZONE 4: More than 50 miles but less than 80 miles from the respective city hall. ZONE 5: More than 80 miles from the respective city hall ---------------------------------------------------------------- Page | 40   40 | Page  WA190001   Modification   17  Federal Wage Determinations for Highway Construction  TEAM0037-002 06/01/2019 CLARK, COWLITZ, KLICKITAT, PACIFIC (South of a straight line made by extending the north boundary line of Wahkiakum County west to the Pacific Ocean), SKAMANIA, AND WAHKIAKUM COUNTIES Rates Fringes Truck drivers: ZONE 1 GROUP 1....................$ 29.08 15.27 GROUP 2....................$ 29.20 15.27 GROUP 3....................$ 29.34 15.27 GROUP 4....................$ 29.62 15.27 GROUP 5....................$ 29.85 15.27 GROUP 6....................$ 30.03 15.27 GROUP 7....................$ 30.24 15.27 Zone Differential (Add to Zone 1 Rates): Zone 2 - $0.65 Zone 3 - 1.15 Zone 4 - 1.70 Zone 5 - 2.75 BASE POINTS: ASTORIA, THE DALLES, LONGVIEW AND VANCOUVER ZONE 1: Projects within 30 miles of the respective city hall. ZONE 2: More than 30 miles but less than 40 miles from the respective city hall. ZONE 3: More than 40 miles but less than 50 miles from the respective city hall. ZONE 4: More than 50 miles but less than 80 miles from the respective city hall. ZONE 5: More than 80 miles from the respective city hall. TRUCK DRIVERS CLASSIFICATIONS GROUP 1: A Frame or Hydra lifrt truck w/load bearing surface; Articulated Dump Truck; Battery Rebuilders; Bus or Manhaul Driver; Concrete Buggies (power operated); Concrete Pump Truck; Dump Trucks, side, end and bottom dumps, including Semi Trucks and Trains or combinations there of: up to and including 10 cu. yds.; Lift Jitneys, Fork Lifts (all sizes in loading, unloading and transporting material on job site); Loader and/or Leverman on Concrete Dry Batch Plant (manually operated); Pilot Car; Pickup Truck; Solo Flat Bed and misc. Body Trucks, 0-10 tons; Truck Tender; Truck Mechanic Tender; Water Wagons (rated capacity) up to 3,000 gallons; Transit Mix and Wet or Dry Mix - 5 cu. yds. and under; Lubrication Man, Fuel Truck Driver, Tireman, Wash Rack, Steam Cleaner or combinations; Team Driver; Slurry Truck Driver or Leverman; Tireman Page | 41   41 | Page  WA190001   Modification   17  Federal Wage Determinations for Highway Construction  GROUP 2: Boom Truck/Hydra-lift or Retracting Crane; Challenger; Dumpsters or similar equipment all sizes; Dump Trucks/Articulated Dumps 6 cu to 10 cu.; Flaherty Spreader Driver or Leverman; Lowbed Equipment, Flat Bed Semi-trailer or doubles transporting equipment or wet or dry materials; Lumber Carrier, Driver-Straddle Carrier (used in loading, unloading and transporting of materials on job site); Oil Distributor Driver or Leverman; Transit mix and wet or dry mix trcuks: over 5 cu. yds. and including 7 cu. yds.; Vacuum Trucks; Water truck/Wagons (rated capacity) over 3,000 to 5,000 gallons GROUP 3: Ammonia Nitrate Distributor Driver; Dump trucks, side, end and bottom dumps, including Semi Trucks and Trains or combinations thereof: over 10 cu. yds. and including 30 cu. yds. includes Articulated Dump Trucks; Self-Propelled Street Sweeper; Transit mix and wet or dry mix truck: over 7 cu yds. and including 11 cu yds.; Truck Mechanic-Welder-Body Repairman; Utility and Clean-up Truck; Water Wagons (rated capacity) over 5,000 to 10,000 gallons GROUP 4: Asphalt Burner; Dump Trucks, side, end and bottom cumps, including Semi-Trucks and Trains or combinations thereof: over 30 cu. yds. and including 50 cu. yds. includes Articulated Dump Trucks; Fire Guard; Transit Mix and Wet or Dry Mix Trucks, over 11 cu. yds. and including 15 cu. yds.; Water Wagon (rated capacity) over 10,000 gallons to 15,000 gallons GROUP 5: Composite Crewman; Dump Trucks, side, end and bottom dumps, including Semi Trucks and Trains or combinations thereof: over 50 cu. yds. and including 60 cu. yds. includes Articulated Dump Trucks GROUP 6: Bulk Cement Spreader w/o Auger; Dry Pre-Batch concrete Mix Trucks; Dump trucks, side, end and bottom dumps, including Semi Trucks and Trains of combinations thereof: over 60 cu. yds. and including 80 cu. yds., and includes Articulated Dump Trucks; Skid Truck GROUP 7: Dump Trucks, side, end and bottom dumps, including Semi Trucks and Trains or combinations thereof: over 80 cu. yds. and including 100 cu. yds., includes Articulated Dump Trucks; Industrial Lift Truck (mechanical tailgate) ---------------------------------------------------------------- Page | 42   42 | Page  WA190001   Modification   17  Federal Wage Determinations for Highway Construction  * TEAM0174-001 06/01/2019 CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PACIFIC (North of a straight line made by extending the north boundary line of Wahkiakum County west to the Pacific Ocean), PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WHATCOM COUNTIES Rates Fringes Truck drivers: ZONE A: GROUP 1:...................$ 40.38 20.46 GROUP 2:...................$ 39.54 20.46 GROUP 3:...................$ 36.73 20.46 GROUP 4:...................$ 31.76 20.46 GROUP 5:...................$ 39.93 20.46 ZONE B (25-45 miles from center of listed cities*): Add $.70 per hour to Zone A rates. ZONE C (over 45 miles from centr of listed cities*): Add $1.00 per hour to Zone A rates. *Zone pay will be calculated from the city center of the following listed cities: BELLINGHAM CENTRALIA RAYMOND OLYMPIA EVERETT SHELTON ANACORTES BELLEVUE SEATTLE PORT ANGELES MT. VERNON KENT TACOMA PORT TOWNSEND ABERDEEN BREMERTON TRUCK DRIVERS CLASSIFICATIONS GROUP 1 - ""A-frame or Hydralift"" trucks and Boom trucks or similar equipment when ""A"" frame or ""Hydralift"" and Boom truck or similar equipment is used; Buggymobile; Bulk Cement Tanker; Dumpsters and similar equipment, Tournorockers, Tournowagon, Tournotrailer, Cat DW series, Terra Cobra, Le Tourneau, Westinghouse, Athye Wagon, Euclid Two and Four-Wheeled power tractor with trailer and similar top-loaded equipment transporting material: Dump Trucks, side, end and bottom dump, including semi-trucks and trains or combinations thereof with 16 yards to 30 yards capacity: Over 30 yards $.15 per hour additional for each 10 yard increment; Explosive Truck (field mix) and similar equipment; Hyster Operators (handling bulk loose aggregates); Lowbed and Heavy Duty Trailer; Road Oil Distributor Driver; Spreader, Flaherty Transit mix used exclusively in heavy construction; Water Wagon and Tank Truck-3,000 gallons and over capacity Page | 43   43 | Page  WA190001   Modification   17  Federal Wage Determinations for Highway Construction  GROUP 2 - Bulllifts, or similar equipment used in loading or unloading trucks, transporting materials on job site; Dumpsters, and similar equipment, Tournorockers, Tournowagon, Turnotrailer, Cat. D.W. Series, Terra Cobra, Le Tourneau, Westinghouse, Athye wagon, Euclid two and four-wheeled power tractor with trailer and similar top-loaded equipment transporting material: Dump trucks, side, end and bottom dump, including semi-trucks and trains or combinations thereof with less than 16 yards capacity; Flatbed (Dual Rear Axle); Grease Truck, Fuel Truck, Greaser, Battery Service Man and/or Tire Service Man; Leverman and loader at bunkers and batch plants; Oil tank transport; Scissor truck; Slurry Truck; Sno-Go and similar equipment; Swampers; Straddler Carrier (Ross, Hyster) and similar equipment; Team Driver; Tractor (small, rubber-tired)(when used within Teamster jurisdiction); Vacuum truck; Water Wagon and Tank trucks-less than 3,000 gallons capacity; Winch Truck; Wrecker, Tow truck and similar equipment GROUP 3 - Flatbed (single rear axle); Pickup Sweeper; Pickup Truck. (Adjust Group 3 upward by $2.00 per hour for onsite work only) GROUP 4 - Escort or Pilot Car GROUP 5 - Mechanic HAZMAT PROJECTS Anyone working on a HAZMAT job, where HAZMAT certification is required, shall be compensated as a premium, in addition to the classification working in as follows: LEVEL C: +$.25 per hour - This level uses an air purifying respirator or additional protective clothing. LEVEL B: +$.50 per hour - Uses same respirator protection as Level A. Supplied air line is provided in conjunction with a chemical ""splash suit."" LEVEL A: +$.75 per hour - This level utilizes a fully- encapsulated suit with a self-contained breathing apparatus or a supplied air line. ---------------------------------------------------------------- Page | 44   44 | Page  WA190001   Modification   17  Federal Wage Determinations for Highway Construction  TEAM0690-004 01/01/2019 ADAMS, ASOTIN, BENTON, CHELAN, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT KITTITAS, LINCOLN, OKANOGAN, PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN AND YAKIMA COUNTIES Rates Fringes Truck drivers: (AREA 1: SPOKANE ZONE CENTER: Adams, Chelan, Douglas, Ferry, Grant, Kittitas, Lincoln, Okanogan, Pen Oreille, Spokane, Stevens, and Whitman Counties AREA 1: LEWISTON ZONE CENTER: Asotin, Columbia, and Garfield Counties AREA 2: PASCO ZONE CENTER: Benton, Franklin, Walla Walla and Yakima Counties) AREA 1: GROUP 1....................$ 23.91 17.40 GROUP 2....................$ 26.18 17.40 GROUP 3....................$ 26.68 17.40 GROUP 4....................$ 27.01 17.40 GROUP 5....................$ 27.12 17.40 GROUP 6....................$ 27.29 17.40 GROUP 7....................$ 27.82 17.40 GROUP 8....................$ 28.18 17.40 AREA 2: GROUP 1....................$ 26.05 17.40 GROUP 2....................$ 28.69 17.40 GROUP 3....................$ 28.80 17.40 GROUP 4....................$ 29.13 17.40 GROUP 5....................$ 29.24 17.40 GROUP 6....................$ 29.24 17.40 GROUP 7....................$ 29.78 17.40 GROUP 8....................$ 30.10 17.40 Zone Differential (Add to Zone 1 rate: Zone 1 + $2.00) BASE POINTS: Spokane, Pasco, Lewiston Zone 1: 0-45 radius miles from the main post office. Zone 2: Outside 45 radius miles from the main post office TRUCK DRIVERS CLASSIFICATIONS GROUP 1: Escort Driver or Pilot Car; Employee Haul; Power Boat Hauling Employees or Material GROUP 2: Fish Truck; Flat Bed Truck; Fork Lift (3000 lbs. and under); Leverperson (loading trucks at bunkers); Trailer Mounted Hydro Seeder and Mulcher; Seeder & Mulcher; Stationary Fuel Operator; Tractor (small, rubber-tired, pulling trailer or similar equipment) Page | 45   45 | Page  WA190001   Modification   17  Federal Wage Determinations for Highway Construction  GROUP 3: Auto Crane (2000 lbs. capacity); Buggy Mobile & Similar; Bulk Cement Tanks & Spreader; Dumptor (6 yds. & under); Flat Bed Truck with Hydraullic System; Fork Lift (3001-16,000 lbs.); Fuel Truck Driver, Steamcleaner & Washer; Power Operated Sweeper; Rubber-tired Tunnel Jumbo; Scissors Truck; Slurry Truck Driver; Straddle Carrier (Ross, Hyster, & similar); Tireperson; Transit Mixers & Truck Hauling Concrete (3 yd. to & including 6 yds.); Trucks, side, end, bottom & articulated end dump (3 yards to and including 6 yds.); Warehouseperson (to include shipping & receiving); Wrecker & Tow Truck GROUP 4: A-Frame; Burner, Cutter, & Welder; Service Greaser; Trucks, side, end, bottom & articulated end dump (over 6 yards to and including 12 yds.); Truck Mounted Hydro Seeder; Warehouseperson; Water Tank truck (0-8,000 gallons) GROUP 5: Dumptor (over 6 yds.); Lowboy (50 tons & under); Self- loading Roll Off; Semi-Truck & Trailer; Tractor with Steer Trailer; Transit Mixers and Trucks Hauling Concrete (over 6 yds. to and including 10 yds.); Trucks, side, end, bottom and end dump (over 12 yds. to & including 20 yds.); Truck-Mounted Crane (with load bearing surface either mounted or pulled, up to 14 ton); Vacuum Truck (super sucker, guzzler, etc.) GROUP 6: Flaherty Spreader Box Driver; Flowboys; Fork Lift (over 16,000 lbs.); Dumps (Semi-end); Mechanic (Field); Semi- end Dumps; Transfer Truck & Trailer; Transit Mixers & Trucks Hauling Concrete (over 10 yds. to & including 20 yds.); Trucks, side, end, bottom and articulated end dump (over 20 yds. to & including 40 yds.); Truck and Pup; Tournarocker, DWs & similar with 2 or more 4 wheel-power tractor with trailer, gallonage or yardage scale, whichever is greater Water Tank Truck (8,001- 14,000 gallons); Lowboy(over 50 tons) GROUP 7: Oil Distributor Driver; Stringer Truck (cable oeprated trailer); Transit Mixers & Trucks Hauling Concrete (over 20 yds.); Truck, side, end, bottom end dump (over 40 yds. to & including 100 yds.); Truck Mounted Crane (with load bearing surface either mounted or pulled (16 through 25 tons); GROUP 8: Prime Movers and Stinger Truck; Trucks, side, end, bottom and articulated end dump (over 100 yds.); Helicopter Pilot Hauling Employees or Materials Footnote A - Anyone working on a HAZMAT job, where HAZMAT certification is required, shall be compensated as a premium, in additon to the classification working in as follows: LEVEL C-D: - $.50 PER HOUR (This is the lowest level of protection. This level may use an air purifying respirator or additional protective clothing. Page | 46   46 | Page  WA190001   Modification   17  Federal Wage Determinations for Highway Construction  LEVEL A-B: - $1.00 PER HOUR (Uses supplied air is conjunction with a chemical spash suit or fully encapsulated suit with a self-contained breathing apparatus. Employees shall be paid Hazmat pay in increments of four(4) and eight(8) hours. NOTE: Trucks Pulling Equipment Trailers: shall receive $.15/hour over applicable truck rate ---------------------------------------------------------------- WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. ================================================================ Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017. If this contract is covered by the EO, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health-related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health-related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). ---------------------------------------------------------------- Page | 47   47 | Page  WA190001   Modification   17  Federal Wage Determinations for Highway Construction  The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of ""identifiers"" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than ""SU"" or ""UAVG"" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the ""SU"" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Page | 48   48 | Page  WA190001   Modification   17  Federal Wage Determinations for Highway Construction  Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. ---------------------------------------------------------------- WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 Page | 49   49 | Page  WA190001   Modification   17  Federal Wage Determinations for Highway Construction  2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. ================================================================ END OF GENERAL DECISION" State of Washington Department of Labor & Industries Prevailing Wage Section - Telephone 360-902-5335 PO Box 44540, Olympia, WA 98504-4540 Washington State Prevailing Wage The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, worker's wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements are provided on the Benefit Code Key. Journey Level Prevailing Wage Rates for the Effective Date: 01/24/2020 County Trade Job Classification Wage HolidayOvertimeNote *Risk Class King Asbestos Abatement Workers Journey Level $50.86 5D 1H View King Boilermakers Journey Level $69.04 5N 1C View King Brick Mason Journey Level $58.82 5A 1M View King Brick Mason Pointer-Caulker-Cleaner $58.82 5A 1M View King Building Service Employees Janitor $25.58 5S 2F View King Building Service Employees Traveling Waxer/Shampooer $26.03 5S 2F View King Building Service Employees Window Cleaner (Non- Scaffold) $29.33 5S 2F View King Building Service Employees Window Cleaner (Scaffold) $30.33 5S 2F View King Cabinet Makers (In Shop)Journey Level $22.74 1 View King Carpenters Acoustical Worker $62.44 7A 4C View King Carpenters Carpenter $62.44 7A 4C View King Carpenters Carpenters on Stationary Tools $62.57 7A 4C View King Carpenters Creosoted Material $62.54 7A 4C View King Carpenters Floor Finisher $62.44 7A 4C View King Carpenters Floor Layer $62.44 7A 4C View King Carpenters Scaffold Erector $62.44 7A 4C View King Cement Masons Application of all Composition Mastic $62.97 7A 4U View King Cement Masons Application of all Epoxy Material $62.47 7A 4U View King Cement Masons Application of all Plastic Material $62.97 7A 4U View King Cement Masons Application of Sealing Compound $62.47 7A 4U View King Cement Masons Application of Underlayment $62.97 7A 4U View King Cement Masons Building General $62.47 7A 4U View Page 1 of 21 12/27/2019https://fortress.wa.gov/lni/wagelookup/PrvWageLookUp.aspx King Cement Masons Composition or Kalman Floors $62.97 7A 4U View King Cement Masons Concrete Paving $62.47 7A 4U View King Cement Masons Curb & Gutter Machine $62.97 7A 4U View King Cement Masons Curb & Gutter, Sidewalks $62.47 7A 4U View King Cement Masons Curing Concrete $62.47 7A 4U View King Cement Masons Finish Colored Concrete $62.97 7A 4U View King Cement Masons Floor Grinding $62.97 7A 4U View King Cement Masons Floor Grinding/Polisher $62.47 7A 4U View King Cement Masons Green Concrete Saw, self- powered $62.97 7A 4U View King Cement Masons Grouting of all Plates $62.47 7A 4U View King Cement Masons Grouting of all Tilt-up Panels $62.47 7A 4U View King Cement Masons Gunite Nozzleman $62.97 7A 4U View King Cement Masons Hand Powered Grinder $62.97 7A 4U View King Cement Masons Journey Level $62.47 7A 4U View King Cement Masons Patching Concrete $62.47 7A 4U View King Cement Masons Pneumatic Power Tools $62.97 7A 4U View King Cement Masons Power Chipping & Brushing $62.97 7A 4U View King Cement Masons Sand Blasting Architectural Finish $62.97 7A 4U View King Cement Masons Screed & Rodding Machine $62.97 7A 4U View King Cement Masons Spackling or Skim Coat Concrete $62.47 7A 4U View King Cement Masons Troweling Machine Operator $62.97 7A 4U View King Cement Masons Troweling Machine Operator on Colored Slabs $62.97 7A 4U View King Cement Masons Tunnel Workers $62.97 7A 4U View King Divers & Tenders Bell/Vehicle or Submersible Operator (Not Under Pressure) $116.20 7A 4C View King Divers & Tenders Dive Supervisor/Master $79.23 7A 4C View King Divers & Tenders Diver $116.20 7A 4C 8V View King Divers & Tenders Diver On Standby $74.23 7A 4C View King Divers & Tenders Diver Tender $67.31 7A 4C View King Divers & Tenders Manifold Operator $67.31 7A 4C View King Divers & Tenders Manifold Operator Mixed Gas $72.31 7A 4C View King Divers & Tenders Remote Operated Vehicle Operator/Technician $67.31 7A 4C View King Divers & Tenders Remote Operated Vehicle Tender $62.69 7A 4C View King Dredge Workers Assistant Engineer $56.44 5D 3F View King Dredge Workers Assistant Mate (Deckhand) $56.00 5D 3F View King Dredge Workers Boatmen $56.44 5D 3F View Page 2 of 21 12/27/2019https://fortress.wa.gov/lni/wagelookup/PrvWageLookUp.aspx King Dredge Workers Engineer Welder $57.51 5D 3F View King Dredge Workers Leverman, Hydraulic $58.67 5D 3F View King Dredge Workers Mates $56.44 5D 3F View King Dredge Workers Oiler $56.00 5D 3F View King Drywall Applicator Journey Level $62.44 5D 1H View King Drywall Tapers Journey Level $62.94 5P 1E View King Electrical Fixture Maintenance Workers Journey Level $30.59 5L 1E View King Electricians - Inside Cable Splicer $83.17 7C 4E View King Electricians - Inside Cable Splicer (tunnel) $89.34 7C 4E View King Electricians - Inside Certified Welder $80.36 7C 4E View King Electricians - Inside Certified Welder (tunnel) $86.25 7C 4E View King Electricians - Inside Construction Stock Person $41.48 7C 4E View King Electricians - Inside Journey Level $77.55 7C 4E View King Electricians - Inside Journey Level (tunnel) $83.17 7C 4E View King Electricians - Motor Shop Journey Level $45.08 5A 1B View King Electricians - Powerline Construction Cable Splicer $79.60 5A 4D View King Electricians - Powerline Construction Certified Line Welder $72.98 5A 4D View King Electricians - Powerline Construction Groundperson $47.94 5A 4D View King Electricians - Powerline Construction Heavy Line Equipment Operator $72.98 5A 4D View King Electricians - Powerline Construction Journey Level Lineperson $72.98 5A 4D View King Electricians - Powerline Construction Line Equipment Operator $62.06 5A 4D View King Electricians - Powerline Construction Meter Installer $47.94 5A 4D 8W View King Electricians - Powerline Construction Pole Sprayer $72.98 5A 4D View King Electricians - Powerline Construction Powderperson $54.55 5A 4D View King Electronic Technicians Journey Level $51.07 7E 1E View King Elevator Constructors Mechanic $94.22 7D 4A View King Elevator Constructors Mechanic In Charge $101.73 7D 4A View King Fabricated Precast Concrete Products All Classifications - In- Factory Work Only $18.25 5B 1R View King Fence Erectors Fence Erector $43.11 7A 4V 8Y View King Fence Erectors Fence Laborer $43.11 7A 4V 8Y View King Flaggers Journey Level $43.11 7A 4V 8Y View King Glaziers Journey Level $66.51 7L 1Y View King Heat & Frost Insulators And Asbestos Workers Journeyman $76.61 5J 4H View King Heating Equipment Mechanics Journey Level $85.88 7F 1E View King Journey Level $52.44 7A 4V 8Y View Page 3 of 21 12/27/2019https://fortress.wa.gov/lni/wagelookup/PrvWageLookUp.aspx Hod Carriers & Mason Tenders King Industrial Power Vacuum Cleaner Journey Level $13.50 1 View King Inland Boatmen Boat Operator $61.41 5B 1K View King Inland Boatmen Cook $56.48 5B 1K View King Inland Boatmen Deckhand $57.48 5B 1K View King Inland Boatmen Deckhand Engineer $58.81 5B 1K View King Inland Boatmen Launch Operator $58.89 5B 1K View King Inland Boatmen Mate $57.31 5B 1K View King Inspection/Cleaning/Sealing Of Sewer & Water Systems By Remote Control Cleaner Operator, Foamer Operator $31.49 1 View King Inspection/Cleaning/Sealing Of Sewer & Water Systems By Remote Control Grout Truck Operator $13.50 1 View King Inspection/Cleaning/Sealing Of Sewer & Water Systems By Remote Control Head Operator $24.91 1 View King Inspection/Cleaning/Sealing Of Sewer & Water Systems By Remote Control Technician $19.33 1 View King Inspection/Cleaning/Sealing Of Sewer & Water Systems By Remote Control Tv Truck Operator $20.45 1 View King Insulation Applicators Journey Level $62.44 7A 4C View King Ironworkers Journeyman $72.18 7N 1O View King Laborers Air, Gas Or Electric Vibrating Screed $50.86 7A 4V 8Y View King Laborers Airtrac Drill Operator $52.44 7A 4V 8Y View King Laborers Ballast Regular Machine $50.86 7A 4V 8Y View King Laborers Batch Weighman $43.11 7A 4V 8Y View King Laborers Brick Pavers $50.86 7A 4V 8Y View King Laborers Brush Cutter $50.86 7A 4V 8Y View King Laborers Brush Hog Feeder $50.86 7A 4V 8Y View King Laborers Burner $50.86 7A 4V 8Y View King Laborers Caisson Worker $52.44 7A 4V 8Y View King Laborers Carpenter Tender $50.86 7A 4V 8Y View King Laborers Cement Dumper-paving $51.80 7A 4V 8Y View King Laborers Cement Finisher Tender $50.86 7A 4V 8Y View King Laborers Change House Or Dry Shack $50.86 7A 4V 8Y View King Laborers Chipping Gun (30 Lbs. And Over) $51.80 7A 4V 8Y View King Laborers Chipping Gun (Under 30 Lbs.) $50.86 7A 4V 8Y View King Laborers Choker Setter $50.86 7A 4V 8Y View King Laborers Chuck Tender $50.86 7A 4V 8Y View King Laborers Clary Power Spreader $51.80 7A 4V 8Y View Page 4 of 21 12/27/2019https://fortress.wa.gov/lni/wagelookup/PrvWageLookUp.aspx King Laborers Clean-up Laborer $50.86 7A 4V 8Y View King Laborers Concrete Dumper/Chute Operator $51.80 7A 4V 8Y View King Laborers Concrete Form Stripper $50.86 7A 4V 8Y View King Laborers Concrete Placement Crew $51.80 7A 4V 8Y View King Laborers Concrete Saw Operator/Core Driller $51.80 7A 4V 8Y View King Laborers Crusher Feeder $43.11 7A 4V 8Y View King Laborers Curing Laborer $50.86 7A 4V 8Y View King Laborers Demolition: Wrecking & Moving (Incl. Charred Material) $50.86 7A 4V 8Y View King Laborers Ditch Digger $50.86 7A 4V 8Y View King Laborers Diver $52.44 7A 4V 8Y View King Laborers Drill Operator (Hydraulic, Diamond) $51.80 7A 4V 8Y View King Laborers Dry Stack Walls $50.86 7A 4V 8Y View King Laborers Dump Person $50.86 7A 4V 8Y View King Laborers Epoxy Technician $50.86 7A 4V 8Y View King Laborers Erosion Control Worker $50.86 7A 4V 8Y View King Laborers Faller & Bucker Chain Saw $51.80 7A 4V 8Y View King Laborers Fine Graders $50.86 7A 4V 8Y View King Laborers Firewatch $43.11 7A 4V 8Y View King Laborers Form Setter $50.86 7A 4V 8Y View King Laborers Gabian Basket Builders $50.86 7A 4V 8Y View King Laborers General Laborer $50.86 7A 4V 8Y View King Laborers Grade Checker & Transit Person $52.44 7A 4V 8Y View King Laborers Grinders $50.86 7A 4V 8Y View King Laborers Grout Machine Tender $50.86 7A 4V 8Y View King Laborers Groutmen (Pressure) Including Post Tension Beams $51.80 7A 4V 8Y View King Laborers Guardrail Erector $50.86 7A 4V 8Y View King Laborers Hazardous Waste Worker (Level A) $52.44 7A 4V 8Y View King Laborers Hazardous Waste Worker (Level B) $51.80 7A 4V 8Y View King Laborers Hazardous Waste Worker (Level C) $50.86 7A 4V 8Y View King Laborers High Scaler $52.44 7A 4V 8Y View King Laborers Jackhammer $51.80 7A 4V 8Y View King Laborers Laserbeam Operator $51.80 7A 4V 8Y View King Laborers Maintenance Person $50.86 7A 4V 8Y View King Laborers Manhole Builder-Mudman $51.80 7A 4V 8Y View King Laborers Material Yard Person $50.86 7A 4V 8Y View King Laborers Motorman-Dinky Locomotive $51.80 7A 4V 8Y View Page 5 of 21 12/27/2019https://fortress.wa.gov/lni/wagelookup/PrvWageLookUp.aspx King Laborers Nozzleman (Concrete Pump, Green Cutter When Using Combination Of High Pressure Air & Water On Concrete & Rock, Sandblast, Gunite, Shotcrete, Water Blaster, Vacuum Blaster) $51.80 7A 4V 8Y View King Laborers Pavement Breaker $51.80 7A 4V 8Y View King Laborers Pilot Car $43.11 7A 4V 8Y View King Laborers Pipe Layer Lead $52.44 7A 4V 8Y View King Laborers Pipe Layer/Tailor $51.80 7A 4V 8Y View King Laborers Pipe Pot Tender $51.80 7A 4V 8Y View King Laborers Pipe Reliner $51.80 7A 4V 8Y View King Laborers Pipe Wrapper $51.80 7A 4V 8Y View King Laborers Pot Tender $50.86 7A 4V 8Y View King Laborers Powderman $52.44 7A 4V 8Y View King Laborers Powderman's Helper $50.86 7A 4V 8Y View King Laborers Power Jacks $51.80 7A 4V 8Y View King Laborers Railroad Spike Puller - Power $51.80 7A 4V 8Y View King Laborers Raker - Asphalt $52.44 7A 4V 8Y View King Laborers Re-timberman $52.44 7A 4V 8Y View King Laborers Remote Equipment Operator $51.80 7A 4V 8Y View King Laborers Rigger/Signal Person $51.80 7A 4V 8Y View King Laborers Rip Rap Person $50.86 7A 4V 8Y View King Laborers Rivet Buster $51.80 7A 4V 8Y View King Laborers Rodder $51.80 7A 4V 8Y View King Laborers Scaffold Erector $50.86 7A 4V 8Y View King Laborers Scale Person $50.86 7A 4V 8Y View King Laborers Sloper (Over 20") $51.80 7A 4V 8Y View King Laborers Sloper Sprayer $50.86 7A 4V 8Y View King Laborers Spreader (Concrete) $51.80 7A 4V 8Y View King Laborers Stake Hopper $50.86 7A 4V 8Y View King Laborers Stock Piler $50.86 7A 4V 8Y View King Laborers Swinging Stage/Boatswain Chair $43.11 7A 4V 8Y View King Laborers Tamper & Similar Electric, Air & Gas Operated Tools $51.80 7A 4V 8Y View King Laborers Tamper (Multiple & Self- propelled) $51.80 7A 4V 8Y View King Laborers Timber Person - Sewer (Lagger, Shorer & Cribber) $51.80 7A 4V 8Y View King Laborers Toolroom Person (at Jobsite) $50.86 7A 4V 8Y View King Laborers Topper $50.86 7A 4V 8Y View King Laborers Track Laborer $50.86 7A 4V 8Y View Page 6 of 21 12/27/2019https://fortress.wa.gov/lni/wagelookup/PrvWageLookUp.aspx King Laborers Track Liner (Power) $51.80 7A 4V 8Y View King Laborers Traffic Control Laborer $46.10 7A 4V 9C View King Laborers Traffic Control Supervisor $46.10 7A 4V 9C View King Laborers Truck Spotter $50.86 7A 4V 8Y View King Laborers Tugger Operator $51.80 7A 4V 8Y View King Laborers Tunnel Work-Compressed Air Worker 0-30 psi $120.61 7A 4V 9B View King Laborers Tunnel Work-Compressed Air Worker 30.01-44.00 psi $125.64 7A 4V 9B View King Laborers Tunnel Work-Compressed Air Worker 44.01-54.00 psi $129.32 7A 4V 9B View King Laborers Tunnel Work-Compressed Air Worker 54.01-60.00 psi $135.02 7A 4V 9B View King Laborers Tunnel Work-Compressed Air Worker 60.01-64.00 psi $137.14 7A 4V 9B View King Laborers Tunnel Work-Compressed Air Worker 64.01-68.00 psi $142.24 7A 4V 9B View King Laborers Tunnel Work-Compressed Air Worker 68.01-70.00 psi $144.14 7A 4V 9B View King Laborers Tunnel Work-Compressed Air Worker 70.01-72.00 psi $146.14 7A 4V 9B View King Laborers Tunnel Work-Compressed Air Worker 72.01-74.00 psi $148.14 7A 4V 9B View King Laborers Tunnel Work-Guage and Lock Tender $52.54 7A 4V 8Y View King Laborers Tunnel Work-Miner $52.54 7A 4V 8Y View King Laborers Vibrator $51.80 7A 4V 8Y View King Laborers Vinyl Seamer $50.86 7A 4V 8Y View King Laborers Watchman $39.18 7A 4V 8Y View King Laborers Welder $51.80 7A 4V 8Y View King Laborers Well Point Laborer $51.80 7A 4V 8Y View King Laborers Window Washer/Cleaner $39.18 7A 4V 8Y View King Laborers - Underground Sewer & Water General Laborer & Topman $50.86 7A 4V 8Y View King Laborers - Underground Sewer & Water Pipe Layer $51.80 7A 4V 8Y View King Landscape Construction Landscape Construction/Landscaping Or Planting Laborers $39.18 7A 4V 8Y View King Landscape Construction Landscape Operator $68.02 7A 3K 8X View King Landscape Maintenance Groundskeeper $17.87 1 View King Lathers Journey Level $62.44 5D 1H View King Marble Setters Journey Level $58.82 5A 1M View King Metal Fabrication (In Shop)Fitter $15.86 1 View King Metal Fabrication (In Shop)Laborer $13.50 1 View King Metal Fabrication (In Shop)Machine Operator $13.50 1 View King Metal Fabrication (In Shop)Painter $13.50 1 View King Metal Fabrication (In Shop)Welder $15.48 1 View Page 7 of 21 12/27/2019https://fortress.wa.gov/lni/wagelookup/PrvWageLookUp.aspx King Millwright Journey Level $63.94 7A 4C View King Modular Buildings Cabinet Assembly $13.50 1 View King Modular Buildings Electrician $13.50 1 View King Modular Buildings Equipment Maintenance $13.50 1 View King Modular Buildings Plumber $13.50 1 View King Modular Buildings Production Worker $13.50 1 View King Modular Buildings Tool Maintenance $13.50 1 View King Modular Buildings Utility Person $13.50 1 View King Modular Buildings Welder $13.50 1 View King Painters Journey Level $43.40 6Z 2B View King Pile Driver Crew Tender $67.31 7A 4C View King Pile Driver Crew Tender/Technician $67.31 7A 4C View King Pile Driver Hyperbaric Worker - Compressed Air Worker 0-30.00 PSI $77.93 7A 4C View King Pile Driver Hyperbaric Worker - Compressed Air Worker 30.01 - 44.00 PSI $82.93 7A 4C View King Pile Driver Hyperbaric Worker - Compressed Air Worker 44.01 - 54.00 PSI $86.93 7A 4C View King Pile Driver Hyperbaric Worker - Compressed Air Worker 54.01 - 60.00 PSI $91.93 7A 4C View King Pile Driver Hyperbaric Worker - Compressed Air Worker 60.01 - 64.00 PSI $94.43 7A 4C View King Pile Driver Hyperbaric Worker - Compressed Air Worker 64.01 - 68.00 PSI $99.43 7A 4C View King Pile Driver Hyperbaric Worker - Compressed Air Worker 68.01 - 70.00 PSI $101.43 7A 4C View King Pile Driver Hyperbaric Worker - Compressed Air Worker 70.01 - 72.00 PSI $103.43 7A 4C View King Pile Driver Hyperbaric Worker - Compressed Air Worker 72.01 - 74.00 PSI $105.43 7A 4C View King Pile Driver Journey Level $62.69 7A 4C View King Plasterers Journey Level $59.42 7Q 1R View King Playground & Park Equipment Installers Journey Level $13.50 1 View King Plumbers & Pipefitters Journey Level $87.69 6Z 1G View King Power Equipment Operators Asphalt Plant Operators $69.16 7A 3K 8X View King Power Equipment Operators Assistant Engineer $65.05 7A 3K 8X View King Power Equipment Operators Barrier Machine (zipper) $68.55 7A 3K 8X View King Power Equipment Operators Batch Plant Operator: concrete $68.55 7A 3K 8X View King Power Equipment Operators Bobcat $65.05 7A 3K 8X View Page 8 of 21 12/27/2019https://fortress.wa.gov/lni/wagelookup/PrvWageLookUp.aspx King Power Equipment Operators Brokk - Remote Demolition Equipment $65.05 7A 3K 8X View King Power Equipment Operators Brooms $65.05 7A 3K 8X View King Power Equipment Operators Bump Cutter $68.55 7A 3K 8X View King Power Equipment Operators Cableways $69.16 7A 3K 8X View King Power Equipment Operators Chipper $68.55 7A 3K 8X View King Power Equipment Operators Compressor $65.05 7A 3K 8X View King Power Equipment Operators Concrete Finish Machine - Laser Screed $65.05 7A 3K 8X View King Power Equipment Operators Concrete Pump - Mounted Or Trailer High Pressure Line Pump, Pump High Pressure $68.02 7A 3K 8X View King Power Equipment Operators Concrete Pump: Truck Mount With Boom Attachment Over 42 M $69.16 7A 3K 8X View King Power Equipment Operators Concrete Pump: Truck Mount With Boom Attachment Up To 42m $68.55 7A 3K 8X View King Power Equipment Operators Conveyors $68.02 7A 3K 8X View King Power Equipment Operators Cranes friction: 200 tons and over $71.26 7A 3K 8X View King Power Equipment Operators Cranes: 100 tons through 199 tons, or 150’ of boom (including jib with attachments) $69.85 7A 3K 8X View King Power Equipment Operators Cranes: 20 Tons Through 44 Tons With Attachments $68.55 7A 3K 8X View King Power Equipment Operators Cranes: 200 tons- 299 tons, or 250’ of boom including jib with attachments $70.57 7A 3K 8X View King Power Equipment Operators Cranes: 300 tons and over or 300’ of boom including jib with attachments $71.26 7A 3K 8X View King Power Equipment Operators Cranes: 45 Tons Through 99 Tons, Under 150' Of Boom (including Jib With Attachments) $69.16 7A 3K 8X View King Power Equipment Operators Cranes: A-frame - 10 Tons And Under $65.05 7A 3K 8X View King Power Equipment Operators Cranes: Friction cranes through 199 tons $70.57 7A 3K 8X View King Power Equipment Operators Cranes: through 19 tons with attachments, A-frame over 10 tons $68.02 7A 3K 8X View King Power Equipment Operators Crusher $68.55 7A 3K 8X View King Power Equipment Operators Deck Engineer/Deck Winches (power) $68.55 7A 3K 8X View King Power Equipment Operators Derricks, On Building Work $69.16 7A 3K 8X View King Power Equipment Operators Dozers D-9 & Under $68.02 7A 3K 8X View Page 9 of 21 12/27/2019https://fortress.wa.gov/lni/wagelookup/PrvWageLookUp.aspx King Power Equipment Operators Drill Oilers: Auger Type, Truck Or Crane Mount $68.02 7A 3K 8X View King Power Equipment Operators Drilling Machine $69.85 7A 3K 8X View King Power Equipment Operators Elevator And Man-lift: Permanent And Shaft Type $65.05 7A 3K 8X View King Power Equipment Operators Finishing Machine, Bidwell And Gamaco & Similar Equipment $68.55 7A 3K 8X View King Power Equipment Operators Forklift: 3000 Lbs And Over With Attachments $68.02 7A 3K 8X View King Power Equipment Operators Forklifts: Under 3000 Lbs. With Attachments $65.05 7A 3K 8X View King Power Equipment Operators Grade Engineer: Using Blue Prints, Cut Sheets, Etc $68.55 7A 3K 8X View King Power Equipment Operators Gradechecker/Stakeman $65.05 7A 3K 8X View King Power Equipment Operators Guardrail Punch $68.55 7A 3K 8X View King Power Equipment Operators Hard Tail End Dump Articulating Off- Road Equipment 45 Yards. & Over $69.16 7A 3K 8X View King Power Equipment Operators Hard Tail End Dump Articulating Off-road Equipment Under 45 Yards $68.55 7A 3K 8X View King Power Equipment Operators Horizontal/Directional Drill Locator $68.02 7A 3K 8X View King Power Equipment Operators Horizontal/Directional Drill Operator $68.55 7A 3K 8X View King Power Equipment Operators Hydralifts/Boom Trucks Over 10 Tons $68.02 7A 3K 8X View King Power Equipment Operators Hydralifts/Boom Trucks, 10 Tons And Under $65.05 7A 3K 8X View King Power Equipment Operators Loader, Overhead 8 Yards. & Over $69.85 7A 3K 8X View King Power Equipment Operators Loader, Overhead, 6 Yards. But Not Including 8 Yards $69.16 7A 3K 8X View King Power Equipment Operators Loaders, Overhead Under 6 Yards $68.55 7A 3K 8X View King Power Equipment Operators Loaders, Plant Feed $68.55 7A 3K 8X View King Power Equipment Operators Loaders: Elevating Type Belt $68.02 7A 3K 8X View King Power Equipment Operators Locomotives, All $68.55 7A 3K 8X View King Power Equipment Operators Material Transfer Device $68.55 7A 3K 8X View King Power Equipment Operators Mechanics, All (leadmen - $0.50 Per Hour Over Mechanic) $69.85 7A 3K 8X View King Power Equipment Operators Motor Patrol Graders $69.16 7A 3K 8X View King Power Equipment Operators Mucking Machine, Mole, Tunnel Drill, Boring, Road Header And/or Shield $69.16 7A 3K 8X View Page 10 of 21 12/27/2019https://fortress.wa.gov/lni/wagelookup/PrvWageLookUp.aspx King Power Equipment Operators Oil Distributors, Blower Distribution & Mulch Seeding Operator $65.05 7A 3K 8X View King Power Equipment Operators Outside Hoists (Elevators And Manlifts), Air Tuggers, Strato $68.02 7A 3K 8X View King Power Equipment Operators Overhead, Bridge Type Crane: 20 Tons Through 44 Tons $68.55 7A 3K 8X View King Power Equipment Operators Overhead, Bridge Type: 100 Tons And Over $69.85 7A 3K 8X View King Power Equipment Operators Overhead, Bridge Type: 45 Tons Through 99 Tons $69.16 7A 3K 8X View King Power Equipment Operators Pavement Breaker $65.05 7A 3K 8X View King Power Equipment Operators Pile Driver (other Than Crane Mount) $68.55 7A 3K 8X View King Power Equipment Operators Plant Oiler - Asphalt, Crusher $68.02 7A 3K 8X View King Power Equipment Operators Posthole Digger, Mechanical $65.05 7A 3K 8X View King Power Equipment Operators Power Plant $65.05 7A 3K 8X View King Power Equipment Operators Pumps - Water $65.05 7A 3K 8X View King Power Equipment Operators Quad 9, Hd 41, D10 And Over $69.16 7A 3K 8X View King Power Equipment Operators Quick Tower - No Cab, Under 100 Feet In Height Based To Boom $65.05 7A 3K 8X View King Power Equipment Operators Remote Control Operator On Rubber Tired Earth Moving Equipment $69.16 7A 3K 8X View King Power Equipment Operators Rigger and Bellman $65.05 7A 3K 8X View King Power Equipment Operators Rigger/Signal Person, Bellman (Certified) $68.02 7A 3K 8X View King Power Equipment Operators Rollagon $69.16 7A 3K 8X View King Power Equipment Operators Roller, Other Than Plant Mix $65.05 7A 3K 8X View King Power Equipment Operators Roller, Plant Mix Or Multi- lift Materials $68.02 7A 3K 8X View King Power Equipment Operators Roto-mill, Roto-grinder $68.55 7A 3K 8X View King Power Equipment Operators Saws - Concrete $68.02 7A 3K 8X View King Power Equipment Operators Scraper, Self Propelled Under 45 Yards $68.55 7A 3K 8X View King Power Equipment Operators Scrapers - Concrete & Carry All $68.02 7A 3K 8X View King Power Equipment Operators Scrapers, Self-propelled: 45 Yards And Over $69.16 7A 3K 8X View King Power Equipment Operators Service Engineers - Equipment $68.02 7A 3K 8X View King Power Equipment Operators Shotcrete/Gunite Equipment $65.05 7A 3K 8X View King Power Equipment Operators $68.02 7A 3K 8X View Page 11 of 21 12/27/2019https://fortress.wa.gov/lni/wagelookup/PrvWageLookUp.aspx Shovel, Excavator, Backhoe, Tractors Under 15 Metric Tons. King Power Equipment Operators Shovel, Excavator, Backhoe: Over 30 Metric Tons To 50 Metric Tons $69.16 7A 3K 8X View King Power Equipment Operators Shovel, Excavator, Backhoes, Tractors: 15 To 30 Metric Tons $68.55 7A 3K 8X View King Power Equipment Operators Shovel, Excavator, Backhoes: Over 50 Metric Tons To 90 Metric Tons $69.85 7A 3K 8X View King Power Equipment Operators Shovel, Excavator, Backhoes: Over 90 Metric Tons $70.57 7A 3K 8X View King Power Equipment Operators Slipform Pavers $69.16 7A 3K 8X View King Power Equipment Operators Spreader, Topsider & Screedman $69.16 7A 3K 8X View King Power Equipment Operators Subgrader Trimmer $68.55 7A 3K 8X View King Power Equipment Operators Tower Bucket Elevators $68.02 7A 3K 8X View King Power Equipment Operators Tower Crane Up To 175' In Height Base To Boom $69.85 7A 3K 8X View King Power Equipment Operators Tower Crane: over 175’ through 250’ in height, base to boom $70.57 7A 3K 8X View King Power Equipment Operators Tower Cranes: over 250’ in height from base to boom $71.26 7A 3K 8X View King Power Equipment Operators Transporters, All Track Or Truck Type $69.16 7A 3K 8X View King Power Equipment Operators Trenching Machines $68.02 7A 3K 8X View King Power Equipment Operators Truck Crane Oiler/driver - 100 Tons And Over $68.55 7A 3K 8X View King Power Equipment Operators Truck Crane Oiler/Driver Under 100 Tons $68.02 7A 3K 8X View King Power Equipment Operators Truck Mount Portable Conveyor $68.55 7A 3K 8X View King Power Equipment Operators Welder $69.16 7A 3K 8X View King Power Equipment Operators Wheel Tractors, Farmall Type $65.05 7A 3K 8X View King Power Equipment Operators Yo Yo Pay Dozer $68.55 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Asphalt Plant Operators $69.16 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Assistant Engineer $65.05 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Barrier Machine (zipper) $68.55 7A 3K 8X View King Batch Plant Operator, Concrete $68.55 7A 3K 8X View Page 12 of 21 12/27/2019https://fortress.wa.gov/lni/wagelookup/PrvWageLookUp.aspx Power Equipment Operators- Underground Sewer & Water King Power Equipment Operators- Underground Sewer & Water Bobcat $65.05 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Brokk - Remote Demolition Equipment $65.05 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Brooms $65.05 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Bump Cutter $68.55 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Cableways $69.16 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Chipper $68.55 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Compressor $65.05 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Concrete Finish Machine - Laser Screed $65.05 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Concrete Pump - Mounted Or Trailer High Pressure Line Pump, Pump High Pressure $68.02 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Concrete Pump: Truck Mount With Boom Attachment Over 42 M $69.16 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Concrete Pump: Truck Mount With Boom Attachment Up To 42m $68.55 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Conveyors $68.02 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Cranes friction: 200 tons and over $71.26 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Cranes: 100 tons through 199 tons, or 150’ of boom (including jib with attachments) $69.85 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Cranes: 20 Tons Through 44 Tons With Attachments $68.55 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Cranes: 200 tons- 299 tons, or 250’ of boom including jib with attachments $70.57 7A 3K 8X View Page 13 of 21 12/27/2019https://fortress.wa.gov/lni/wagelookup/PrvWageLookUp.aspx King Power Equipment Operators- Underground Sewer & Water Cranes: 300 tons and over or 300’ of boom including jib with attachments $71.26 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Cranes: 45 Tons Through 99 Tons, Under 150' Of Boom (including Jib With Attachments) $69.16 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Cranes: A-frame - 10 Tons And Under $65.05 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Cranes: Friction cranes through 199 tons $70.57 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Cranes: through 19 tons with attachments, A-frame over 10 tons $68.02 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Crusher $68.55 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Deck Engineer/Deck Winches (power) $68.55 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Derricks, On Building Work $69.16 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Dozers D-9 & Under $68.02 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Drill Oilers: Auger Type, Truck Or Crane Mount $68.02 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Drilling Machine $69.85 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Elevator And Man-lift: Permanent And Shaft Type $65.05 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Finishing Machine, Bidwell And Gamaco & Similar Equipment $68.55 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Forklift: 3000 Lbs And Over With Attachments $68.02 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Forklifts: Under 3000 Lbs. With Attachments $65.05 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Grade Engineer: Using Blue Prints, Cut Sheets, Etc $68.55 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Gradechecker/Stakeman $65.05 7A 3K 8X View King Guardrail Punch $68.55 7A 3K 8X View Page 14 of 21 12/27/2019https://fortress.wa.gov/lni/wagelookup/PrvWageLookUp.aspx Power Equipment Operators- Underground Sewer & Water King Power Equipment Operators- Underground Sewer & Water Hard Tail End Dump Articulating Off- Road Equipment 45 Yards. & Over $69.16 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Hard Tail End Dump Articulating Off-road Equipment Under 45 Yards $68.55 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Horizontal/Directional Drill Locator $68.02 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Horizontal/Directional Drill Operator $68.55 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Hydralifts/Boom Trucks Over 10 Tons $68.02 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Hydralifts/Boom Trucks, 10 Tons And Under $65.05 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Loader, Overhead 8 Yards. & Over $69.85 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Loader, Overhead, 6 Yards. But Not Including 8 Yards $69.16 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Loaders, Overhead Under 6 Yards $68.55 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Loaders, Plant Feed $68.55 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Loaders: Elevating Type Belt $68.02 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Locomotives, All $68.55 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Material Transfer Device $68.55 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Mechanics, All (leadmen - $0.50 Per Hour Over Mechanic) $69.85 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Motor Patrol Graders $69.16 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Mucking Machine, Mole, Tunnel Drill, Boring, Road Header And/or Shield $69.16 7A 3K 8X View King $65.05 7A 3K 8X View Page 15 of 21 12/27/2019https://fortress.wa.gov/lni/wagelookup/PrvWageLookUp.aspx Power Equipment Operators- Underground Sewer & Water Oil Distributors, Blower Distribution & Mulch Seeding Operator King Power Equipment Operators- Underground Sewer & Water Outside Hoists (Elevators And Manlifts), Air Tuggers, Strato $68.02 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Overhead, Bridge Type Crane: 20 Tons Through 44 Tons $68.55 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Overhead, Bridge Type: 100 Tons And Over $69.85 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Overhead, Bridge Type: 45 Tons Through 99 Tons $69.16 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Pavement Breaker $65.05 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Pile Driver (other Than Crane Mount) $68.55 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Plant Oiler - Asphalt, Crusher $68.02 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Posthole Digger, Mechanical $65.05 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Power Plant $65.05 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Pumps - Water $65.05 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Quad 9, Hd 41, D10 And Over $69.16 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Quick Tower - No Cab, Under 100 Feet In Height Based To Boom $65.05 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Remote Control Operator On Rubber Tired Earth Moving Equipment $69.16 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Rigger and Bellman $65.05 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Rigger/Signal Person, Bellman (Certified) $68.02 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Rollagon $69.16 7A 3K 8X View King Roller, Other Than Plant Mix $65.05 7A 3K 8X View Page 16 of 21 12/27/2019https://fortress.wa.gov/lni/wagelookup/PrvWageLookUp.aspx Power Equipment Operators- Underground Sewer & Water King Power Equipment Operators- Underground Sewer & Water Roller, Plant Mix Or Multi- lift Materials $68.02 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Roto-mill, Roto-grinder $68.55 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Saws - Concrete $68.02 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Scraper, Self Propelled Under 45 Yards $68.55 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Scrapers - Concrete & Carry All $68.02 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Scrapers, Self-propelled: 45 Yards And Over $69.16 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Service Engineers - Equipment $68.02 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Shotcrete/Gunite Equipment $65.05 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Shovel, Excavator, Backhoe, Tractors Under 15 Metric Tons. $68.02 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Shovel, Excavator, Backhoe: Over 30 Metric Tons To 50 Metric Tons $69.16 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Shovel, Excavator, Backhoes, Tractors: 15 To 30 Metric Tons $68.55 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Shovel, Excavator, Backhoes: Over 50 Metric Tons To 90 Metric Tons $69.85 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Shovel, Excavator, Backhoes: Over 90 Metric Tons $70.57 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Slipform Pavers $69.16 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Spreader, Topsider & Screedman $69.16 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Subgrader Trimmer $68.55 7A 3K 8X View King Tower Bucket Elevators $68.02 7A 3K 8X View Page 17 of 21 12/27/2019https://fortress.wa.gov/lni/wagelookup/PrvWageLookUp.aspx Power Equipment Operators- Underground Sewer & Water King Power Equipment Operators- Underground Sewer & Water Tower Crane Up To 175' In Height Base To Boom $69.85 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Tower Crane: over 175’ through 250’ in height, base to boom $70.57 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Tower Cranes: over 250’ in height from base to boom $71.26 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Transporters, All Track Or Truck Type $69.16 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Trenching Machines $68.02 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Truck Crane Oiler/driver - 100 Tons And Over $68.55 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Truck Crane Oiler/Driver Under 100 Tons $68.02 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Truck Mount Portable Conveyor $68.55 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Welder $69.16 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Wheel Tractors, Farmall Type $65.05 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Yo Yo Pay Dozer $68.55 7A 3K 8X View King Power Line Clearance Tree Trimmers Journey Level In Charge $50.96 5A 4A View King Power Line Clearance Tree Trimmers Spray Person $48.35 5A 4A View King Power Line Clearance Tree Trimmers Tree Equipment Operator $50.96 5A 4A View King Power Line Clearance Tree Trimmers Tree Trimmer $45.54 5A 4A View King Power Line Clearance Tree Trimmers Tree Trimmer Groundperson $34.51 5A 4A View King Refrigeration & Air Conditioning Mechanics Journey Level $82.51 6Z 1G View King Residential Brick Mason Journey Level $58.82 5A 1M View King Residential Carpenters Journey Level $32.06 1 View King Residential Cement Masons Journey Level $29.25 1 View King Journey Level $46.43 7A 4C View Page 18 of 21 12/27/2019https://fortress.wa.gov/lni/wagelookup/PrvWageLookUp.aspx Residential Drywall Applicators King Residential Drywall Tapers Journey Level $47.17 5P 1E View King Residential Electricians Journey Level $36.01 1 View King Residential Glaziers Journey Level $44.15 7L 1H View King Residential Insulation Applicators Journey Level $29.87 1 View King Residential Laborers Journey Level $26.18 1 View King Residential Marble Setters Journey Level $27.38 1 View King Residential Painters Journey Level $27.80 1 View King Residential Plumbers & Pipefitters Journey Level $39.43 1 View King Residential Refrigeration & Air Conditioning Mechanics Journey Level $54.12 5A 1G View King Residential Sheet Metal Workers Journey Level (Field or Shop) $51.89 7F 1R View King Residential Soft Floor Layers Journey Level $51.07 5A 3J View King Residential Sprinkler Fitters (Fire Protection) Journey Level $48.18 5C 2R View King Residential Stone Masons Journey Level $58.82 5A 1M View King Residential Terrazzo Workers Journey Level $54.06 5A 1M View King Residential Terrazzo/Tile Finishers Journey Level $24.39 1 View King Residential Tile Setters Journey Level $21.04 1 View King Roofers Journey Level $53.27 5A 3H View King Roofers Using Irritable Bituminous Materials $56.27 5A 3H View King Sheet Metal Workers Journey Level (Field or Shop) $85.88 7F 1E View King Shipbuilding & Ship Repair New Construction Boilermaker $36.36 7V 1 View King Shipbuilding & Ship Repair New Construction Carpenter $36.36 7V 1 View King Shipbuilding & Ship Repair New Construction Crane Operator $36.36 7V 1 View King Shipbuilding & Ship Repair New Construction Electrician $36.36 7V 1 View King Shipbuilding & Ship Repair New Construction Heat & Frost Insulator $76.61 5J 4H View King Shipbuilding & Ship Repair New Construction Laborer $36.36 7V 1 View King Shipbuilding & Ship Repair New Construction Machinist $36.36 7V 1 View King Shipbuilding & Ship Repair New Construction Operating Engineer $36.36 7V 1 View King Shipbuilding & Ship Repair New Construction Painter $36.36 7V 1 View King Shipbuilding & Ship Repair New Construction Pipefitter $36.36 7V 1 View King Shipbuilding & Ship Repair New Construction Rigger $36.36 7V 1 View Page 19 of 21 12/27/2019https://fortress.wa.gov/lni/wagelookup/PrvWageLookUp.aspx King Shipbuilding & Ship Repair New Construction Sheet Metal $36.36 7V 1 View King Shipbuilding & Ship Repair New Construction Shipfitter $36.36 7V 1 View King Shipbuilding & Ship Repair New Construction Warehouse/Teamster $36.36 7V 1 View King Shipbuilding & Ship Repair New Construction Welder / Burner $36.36 7V 1 View King Shipbuilding & Ship Repair Ship Repair Boilermaker $46.15 7X 4J View King Shipbuilding & Ship Repair Ship Repair Carpenter $44.95 7X 4J View King Shipbuilding & Ship Repair Ship Repair Crane Operator $45.06 7Y 4K View King Shipbuilding & Ship Repair Ship Repair Electrician $46.15 7X 4J View King Shipbuilding & Ship Repair Ship Repair Heat & Frost Insulator $76.61 5J 4H View King Shipbuilding & Ship Repair Ship Repair Laborer $46.15 7X 4J View King Shipbuilding & Ship Repair Ship Repair Machinist $46.15 7X 4J View King Shipbuilding & Ship Repair Ship Repair Operating Engineer $45.06 7Y 4K View King Shipbuilding & Ship Repair Ship Repair Painter $46.15 7X 4J View King Shipbuilding & Ship Repair Ship Repair Pipefitter $46.15 7X 4J View King Shipbuilding & Ship Repair Ship Repair Rigger $46.15 7X 4J View King Shipbuilding & Ship Repair Ship Repair Sheet Metal $46.15 7X 4J View King Shipbuilding & Ship Repair Ship Repair Shipwright $44.95 7X 4J View King Shipbuilding & Ship Repair Ship Repair Warehouse / Teamster $45.06 7Y 4K View King Sign Makers & Installers (Electrical) Journey Level $50.90 0 1 View King Sign Makers & Installers (Non-Electrical) Journey Level $31.52 0 1 View King Soft Floor Layers Journey Level $51.07 5A 3J View King Solar Controls For Windows Journey Level $13.50 1 View King Sprinkler Fitters (Fire Protection) Journey Level $81.39 5C 1X View King Stage Rigging Mechanics (Non Structural) Journey Level $13.50 1 View King Stone Masons Journey Level $58.82 5A 1M View King Street And Parking Lot Sweeper Workers Journey Level $19.09 1 View King Surveyors Assistant Construction Site Surveyor $68.02 7A 3K 8X View King Surveyors Chainman $65.05 7A 3K 8X View King Surveyors Construction Site Surveyor $69.16 7A 3K 8X View King Telecommunication Technicians Journey Level $51.07 7E 1E View King Telephone Line Construction - Outside Cable Splicer $41.81 5A 2B View King Telephone Line Construction - Outside Hole Digger/Ground Person $23.53 5A 2B View Page 20 of 21 12/27/2019https://fortress.wa.gov/lni/wagelookup/PrvWageLookUp.aspx King Telephone Line Construction - Outside Installer (Repairer) $40.09 5A 2B View King Telephone Line Construction - Outside Special Aparatus Installer I $41.81 5A 2B View King Telephone Line Construction - Outside Special Apparatus Installer II $40.99 5A 2B View King Telephone Line Construction - Outside Telephone Equipment Operator (Heavy) $41.81 5A 2B View King Telephone Line Construction - Outside Telephone Equipment Operator (Light) $38.92 5A 2B View King Telephone Line Construction - Outside Telephone Lineperson $38.92 5A 2B View King Telephone Line Construction - Outside Television Groundperson $22.32 5A 2B View King Telephone Line Construction - Outside Television Lineperson/Installer $29.60 5A 2B View King Telephone Line Construction - Outside Television System Technician $35.20 5A 2B View King Telephone Line Construction - Outside Television Technician $31.67 5A 2B View King Telephone Line Construction - Outside Tree Trimmer $38.92 5A 2B View King Terrazzo Workers Journey Level $54.06 5A 1M View King Tile Setters Journey Level $54.06 5A 1M View King Tile, Marble & Terrazzo Finishers Finisher $44.89 5A 1B View King Traffic Control Stripers Journey Level $47.68 7A 1K View King Truck Drivers Asphalt Mix Over 16 Yards $61.59 5D 4Y 8L View King Truck Drivers Asphalt Mix To 16 Yards $60.75 5D 4Y 8L View King Truck Drivers Dump Truck $60.75 5D 4Y 8L View King Truck Drivers Dump Truck & Trailer $61.59 5D 4Y 8L View King Truck Drivers Other Trucks $61.59 5D 4Y 8L View King Truck Drivers - Ready Mix Transit Mix $61.59 5D 4Y 8L View King Well Drillers & Irrigation Pump Installers Irrigation Pump Installer $17.71 1 View King Well Drillers & Irrigation Pump Installers Oiler $13.50 1 View King Well Drillers & Irrigation Pump Installers Well Driller $18.00 1 View Page 21 of 21 12/27/2019https://fortress.wa.gov/lni/wagelookup/PrvWageLookUp.aspx  6XSSOHPHQWDOWR:DJH5DWHV (GLWLRQ3XEOLVKHG$XJXVWVW  :DVKLQJWRQ6WDWH'HSDUWPHQWRI/DERUDQG,QGXVWULHV 3ROLF\6WDWHPHQW 5HJDUGLQJWKH3URGXFWLRQRI6WDQGDUGRU1RQVWDQGDUG,WHPV    %HORZLVWKHGHSDUWPHQW V 6WDWH/ , V OLVWRIFULWHULDWREHXVHGLQGHWHUPLQLQJZKHWKHUD SUHIDEULFDWHGLWHPLVVWDQGDUGRUQRQVWDQGDUG)RULWHPVQRWDSSHDULQJRQ:6'27 V SUHGHWHUPLQHGOLVWWKHVHFULWHULDVKDOOEHXVHGE\WKH&RQWUDFWRU DQGWKH&RQWUDFWRU V VXEFRQWUDFWRUVDJHQWVWRVXEFRQWUDFWRUVVXSSOLHUVPDQXIDFWXUHUVDQGIDEULFDWRUV WR GHWHUPLQHFRYHUDJHXQGHU5&:7KHSURGXFWLRQLQWKH6WDWHRI:DVKLQJWRQRI QRQVWDQGDUGLWHPVLVFRYHUHGE\5&:DQGWKHSURGXFWLRQRIVWDQGDUGLWHPVLVQRW 7KHSURGXFWLRQRIDQ\LWHPRXWVLGHWKH6WDWHRI:DVKLQJWRQLVQRWFRYHUHGE\5&:   ,VWKHLWHPIDEULFDWHGIRUDSXEOLFZRUNVSURMHFW",IQRWLWLVQRWVXEMHFWWR5&: ,ILWLVJRWRTXHVWLRQ   ,VWKHLWHPIDEULFDWHGRQWKHSXEOLFZRUNVMREVLWH",ILWLVWKHZRUNLVFRYHUHGXQGHU 5&:,IQRWJRWRTXHVWLRQ   ,V WKHLWHP IDEULFDWHGLQ DQ DVVHPEO\IDEULFDWLRQ SODQWVHWXS IRU DQG GHGLFDWHG SULPDULO\WRWKHSXEOLFZRUNVSURMHFW",ILWLVWKHZRUNLVFRYHUHGE\5&:,IQRW JRWRTXHVWLRQ   'RHVWKHLWHPUHTXLUHDQ\DVVHPEO\FXWWLQJPRGLILFDWLRQRURWKHUIDEULFDWLRQE\WKH VXSSOLHU",IQRWWKHZRUNLVQRWFRYHUHGE\5&:,I\HVJRWRTXHVWLRQ   ,VWKHSUHIDEULFDWHGLWHPLQWHQGHGIRUWKHSXEOLFZRUNVSURMHFWW\SLFDOO\DQLQYHQWRU\ LWHPZKLFKFRXOGUHDVRQDEO\EHVROGRQWKHJHQHUDOPDUNHW",IQRWWKHZRUNLVFRYHUHG E\5&:,I\HVJRWRTXHVWLRQ   'RHVWKHVSHFLILFSUHIDEULFDWHGLWHPJHQHUDOO\GHILQHGDVVWDQGDUGKDYHDQ\XQXVXDO FKDUDFWHULVWLFVVXFKDVVKDSHW\SHRIPDWHULDOVWUHQJWKUHTXLUHPHQWVILQLVKHWF",I\HV WKHZRUNLVFRYHUHGXQGHU5&:  $Q\ ILUP ZLWK TXHVWLRQV UHJDUGLQJ WKH SROLF\ :6'27 V 3UHGHWHUPLQHG /LVW RU IRU GHWHUPLQDWLRQVRIFRYHUHGDQGQRQFRYHUHGZRUNHUVVKDOOEHGLUHFWHGWR6WDWH/ ,DW     :6'27 V 3UHGHWHUPLQHG/LVWIRU 6XSSOLHUV0DQXIDFWXUHV)DEULFDWRU 6XSSOHPHQWDOWR:DJH5DWHV (GLWLRQ3XEOLVKHG$XJXVWVW  %HORZLVDOLVWRISRWHQWLDOO\SUHIDEULFDWHGLWHPVRULJLQDOO\IXUQLVKHGE\:6'27WR :DVKLQJWRQ6WDWH'HSDUWPHQWRI/DERUDQG,QGXVWULHVWKDWPD\EHFRQVLGHUHGQRQ VWDQGDUGDQGWKHUHIRUHFRYHUHGE\WKHSUHYDLOLQJZDJHODZ5&:,WHPVPDUNHG ZLWKDQ;LQWKH<(6FROXPQVKRXOGEHFRQVLGHUHGWREHQRQVWDQGDUGDQGWKHUHIRUH FRYHUHG E\ 5&:   ,WHPV PDUNHG ZLWK DQ ; LQ WKH 12 FROXPQ VKRXOG EH FRQVLGHUHGWREHVWDQGDUGDQGWKHUHIRUHQRWFRYHUHG2IFRXUVHH[FHSWLRQVWRWKLV JHQHUDOOLVWPD\RFFXUDQGLQWKDWFDVHVKDOOEHHYDOXDWHGDFFRUGLQJWRWKHFULWHULD GHVFULEHGLQ6WDWHDQG/ , VSROLF\VWDWHPHQW     ,7(0'(6&5,37,21 <(6 12    0HWDOUHFWDQJXODUIUDPHVVROLGPHWDOFRYHUVKHUULQJERQHJUDWHV DQGELGLUHFWLRQDOYDQHGJUDWHVIRU&DWFK%DVLQ 7\SHV/3DQGDQG&RQFUHWH,QOHWV6HH6WG3ODQV   ; 0HWDOFLUFXODUIUDPHV ULQJV DQGFRYHUVFLUFXODUJUDWHV DQGSUHIDEULFDWHGODGGHUVIRU0DQKROH7\SHVDQG 'U\ZHOO7\SHVDQGDQG&DWFK%DVLQ7\SH 6HH6WG3ODQV  ; 3UHIDEULFDWHGVWHHOJUDWHVXSSRUWVDQGZHOGHGJUDWHV PHWDOIUDPHVDQGGXDOYDQHGJUDWHVDQG7\SHDQG VWUXFWXUDOWXELQJJUDWHVIRU'URS,QOHWV6HH6WG3ODQV   ; &RQFUHWH3LSH3ODLQ&RQFUHWHSLSHDQGUHLQIRUFHG FRQFUHWHSLSH&ODVVWRVL]HVVPDOOHUWKDQLQFKGLDPHWHU  ; &RQFUHWH3LSH3ODLQ&RQFUHWHSLSHDQGUHLQIRUFHG FRQFUHWHSLSH&ODVVWRVL]HVODUJHUWKDQLQFKGLDPHWHU  ; &RUUXJDWHG6WHHO3LSH6WHHOORFNVHDPFRUUXJDWHG SLSHIRUFXOYHUWVDQGVWRUPVHZHUVVL]HVLQFK WRLQFKHVLQGLDPHWHU0D\DOVREHWUHDWHGWKUX   ; &RUUXJDWHG$OXPLQXP3LSH$OXPLQXPORFNVHDPFRUUXJDWHG SLSH IRUFXOYHUWVDQGVWRUPVHZHUVVL]HVLQFKWRLQFKHVLQ GLDPHWHU0D\DOVREHWUHDWHG   ;        6XSSOHPHQWDOWR:DJH5DWHV (GLWLRQ3XEOLVKHG$XJXVWVW        ,7(0'(6&5,37,21 <(6 12  $QFKRU%ROWV 1XWV$QFKRU%ROWVDQG1XWVIRU PRXQWLQJVLJQVWUXFWXUHVOXPLQDULHVDQGRWKHULWHPVVKDOOEH PDGHIURPFRPPHUFLDOEROWVWRFN 6HH&RQWUDFW3ODQVDQG6WG3ODQVIRUVL]HDQGPDWHULDOW\SH  ; $OXPLQXP3HGHVWULDQ+DQGUDLO3HGHVWULDQKDQGUDLO FRQIRUPLQJWRWKHW\SHDQGPDWHULDOVSHFLILFDWLRQVVHWIRUWKLQ WKH FRQWUDFWSODQV:HOGLQJRIDOXPLQXPVKDOOEH LQDFFRUGDQFHZLWK6HFWLRQ    ; 0DMRU6WUXFWXUDO6WHHO)DEULFDWLRQ)DEULFDWLRQRIPDMRUVWHHO LWHPVVXFKDVWUXVVHVEHDPVJLUGHUVHWFIRUEULGJHV  ; 0LQRU6WUXFWXUDO6WHHO)DEULFDWLRQ)DEULFDWLRQRIPLQRUVWHHO ,WHPVVXFKDVVSHFLDOKDQJHUVEUDFNHWVDFFHVVGRRUVIRU VWUXFWXUHVDFFHVVODGGHUVIRULUULJDWLRQER[HVEULGJHH[SDQVLRQ MRLQWV\VWHPVHWFLQYROYLQJZHOGLQJFXWWLQJSXQFKLQJDQGRU ERULQJRIKROHV6HH&RQWDFW3ODQVIRULWHPGHVFULSWLRQDQG VKRS GUDZLQJV  ; $OXPLQXP%ULGJH5DLOLQJ7\SH%30HWDOEULGJHUDLOLQJ FRQIRUPLQJWRWKHW\SHDQGPDWHULDOVSHFLILFDWLRQVVHWIRUWK LQWKH&RQWUDFW3ODQV:HOGLQJRIDOXPLQXPVKDOOEHLQ DFFRUGDQFHZLWK6HFWLRQ    ; &RQFUHWH3LOLQJ3UHFDVW3UHVWUHVVHGFRQFUHWHSLOLQJIRUXVHDV  DQGWRQFRQFUHWHSLOLQJ&RQFUHWHWRFRQIRUPWR 6HFWLRQRI6WG6SHF   ; 3UHFDVW0DQKROH7\SHVDQGZLWKFRQHVDGMXVWPHQW VHFWLRQVDQGIODWWRSVODEV6HH6WG3ODQV;  3UHFDVW'U\ZHOO7\SHVDQGZLWKFRQHVDQGDGMXVWPHQW 6HFWLRQV 6HH6WG3ODQV  ; 3UHFDVW&DWFK%DVLQ&DWFK%DVLQW\SH/3DQG :LWKDGMXVWPHQWVHFWLRQV6HH6WG3ODQV  ;  6XSSOHPHQWDOWR:DJH5DWHV (GLWLRQ3XEOLVKHG$XJXVWVW       ,7(0'(6&5,37,21 <(6 12   3UHFDVW&RQFUHWH,QOHWZLWKDGMXVWPHQWVHFWLRQV 6HH6WG3ODQV  ;  3UHFDVW'URS,QOHW7\SHDQGZLWKPHWDOJUDWHVXSSRUWV 6HH6WG3ODQV  ;  3UHFDVW*UDWH,QOHW7\SHZLWKH[WHQVLRQDQGWRSXQLWV 6HH6WG3ODQV  ;  0HWDOIUDPHVYDQHGJUDWHVDQGKRRGVIRU&RPELQDWLRQ ,QOHWV6HH6WG3ODQV  ; 3UHFDVW&RQFUHWH8WLOLW\9DXOWV3UHFDVW&RQFUHWHXWLOLW\YDXOWV RI YDULRXVVL]HV8VHGIRULQJURXQGVWRUDJHRIXWLOLW\IDFLOLWLHVDQG FRQWUROV6HH&RQWUDFW3ODQVIRUVL]HDQGFRQVWUXFWLRQ UHTXLUHPHQWV6KRSGUDZLQJVDUHWREHSURYLGHGIRUDSSURYDO SULRUWRFDVWLQJ  ; 9DXOW5LVHUV)RUXVHZLWK9DOYH9DXOWVDQG 8WLOLWLHV  ; 9DXOWV  ;  9DOYH9DXOW)RUXVHZLWKXQGHUJURXQGXWLOLWLHV 6HH&RQWUDFW3ODQVIRUGHWDLOV; 3UHFDVW&RQFUHWH%DUULHU3UHFDVW&RQFUHWH%DUULHUIRU XVHDVQHZEDUULHURUPD\DOVREHXVHGDV7HPSRUDU\&RQFUHWH %DUULHU2QO\QHZVWDWHDSSURYHGEDUULHUPD\EHXVHGDV SHUPDQHQWEDUULHU  ; 5HLQIRUFHG(DUWK:DOO3DQHOV±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±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±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x %XLOGLQJ6HUYLFH(PSOR\HHV x (OHFWULFDO)L[WXUH0DLQWHQDQFH:RUNHUV x (OHFWULFLDQV0RWRU6KRS x +HDWLQJ(TXLSPHQW0HFKDQLFV x ,QGXVWULDO(QJLQHDQG0DFKLQH0HFKDQLFV x ,QGXVWULDO3RZHU9DFXXP&OHDQHUV x ,QVSHFWLRQ&OHDQLQJ6HDOLQJRI:DWHU6\VWHPVE\5HPRWH&RQWURO x /DERUHUV8QGHUJURXQG6HZHU :DWHU x 0DFKLQLVWV +\GURHOHFWULF6LWH:RUN  x 0RGXODU%XLOGLQJV x 3OD\JURXQG 3DUN(TXLSPHQW,QVWDOOHUV x 3RZHU(TXLSPHQW2SHUDWRUV8QGHUJURXQG6HZHU :DWHU x 5HVLGHQWLDO $//$662&,$7('5$7(6  x 6LJQ0DNHUVDQG,QVWDOOHUV 1RQ(OHFWULFDO  x 6LJQ0DNHUVDQG,QVWDOOHUV (OHFWULFDO  x 6WDJH5LJJLQJ0HFKDQLFV 1RQ6WUXFWXUDO     7KHIROORZLQJRFFXSDWLRQVPD\EHXVHGRQO\DVRXWOLQHGLQWKHSUHFHGLQJWH[WFRQFHUQLQJ :6'27 VOLVWIRU6XSSOLHUV0DQXIDFWXUHUV)DEULFDWRUV  x )DEULFDWHG3UHFDVW&RQFUHWH3URGXFWV x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† ILOHGHIIHFWLYH6WDWXWRU\$XWKRULW\&KDSWHUVDQG 5&:DQG5&:DQG†ILOHGDQG HIIHFWLYH@   Benefit Code Key – Effective 8/31/2019 thru 4/1/2020 1 ************************************************************************************************************ Overtime Codes Overtime calculations are based on the hourly rate actually paid to the worker. On public works projects, the hourly rate must be not less than the prevailing rate of wage minus the hourly rate of the cost of fringe benefits actually provided for the worker. 1. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. C. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other overtime hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. D. The first two (2) hours before or after a five-eight (8) hour workweek day or a four-ten (10) hour workweek day and the first eight (8) hours worked the next day after either workweek shall be paid at one and one-half times the hourly rate of wage. All additional hours worked and all worked on Sundays and holidays shall be paid at double the hourly rate of wage. E. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. F. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other overtime hours worked, except Labor Day, shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. G. The first ten (10) hours worked on Saturdays and the first ten (10) hours worked on a fifth calendar weekday in a four- ten hour schedule, shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of ten (10) hours per day Monday through Saturday and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. H. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions or equipment breakdown) shall be paid at one and one-half times the hourly rate of wage. All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. I. All hours worked on Sundays and holidays shall also be paid at double the hourly rate of wage. J. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked over ten (10) hours Monday through Saturday, Sundays and holidays shall be paid at double the hourly rate of wage. K. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. M. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. N. All hours worked on Saturdays (except makeup days) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. Benefit Code Key – Effective 8/31/2019 thru 4/1/2020 2 Overtime Codes Continued 1. O. The first ten (10) hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays, holidays and after twelve (12) hours, Monday through Friday and after ten (10) hours on Saturday shall be paid at double the hourly rate of wage. P. All hours worked on Saturdays (except makeup days if circumstances warrant) and Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. Q. The first two (2) hours after eight (8) regular hours Monday through Friday and up to ten (10) hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of ten (10) hours per day Monday through Saturday and all hours worked on Sundays and holidays (except Christmas day) shall be paid at double the hourly rate of wage. All hours worked on Christmas day shall be paid at two and one-half times the hourly rate of wage. R. All hours worked on Sundays and holidays shall be paid at two times the hourly rate of wage. S. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays and all other overtime hours worked, except Labor Day, shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. U. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays (except Labor Day) shall be paid at two times the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. V. All hours worked on Sundays and holidays (except Thanksgiving Day and Christmas day) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Thanksgiving Day and Christmas day shall be paid at double the hourly rate of wage. W. All hours worked on Saturdays and Sundays (except make-up days due to conditions beyond the control of the employer)) shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. X. The first four (4) hours after eight (8) regular hours Monday through Friday and the first twelve (12) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked over twelve (12) hours Monday through Saturday, Sundays and holidays shall be paid at double the hourly rate of wage. When holiday falls on Saturday or Sunday, the day before Saturday, Friday, and the day after Sunday, Monday, shall be considered the holiday and all work performed shall be paid at double the hourly rate of wage. Y. All hours worked outside the hours of 5:00 am and 5:00 pm (or such other hours as may be agreed upon by any employer and the employee) and all hours worked in excess of eight (8) hours per day (10 hours per day for a 4 x 10 workweek) and on Saturdays and holidays (except labor day) shall be paid at one and one-half times the hourly rate of wage. (except for employees who are absent from work without prior approval on a scheduled workday during the workweek shall be paid at the straight-time rate until they have worked 8 hours in a day (10 in a 4 x 10 workweek) or 40 hours during that workweek.) All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and Labor Day shall be paid at double the hourly rate of wage. Z. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid the straight time rate of pay in addition to holiday pay. Benefit Code Key – Effective 8/31/2019 thru 4/1/2020 3 Overtime Codes Continued 2. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B. All hours worked on holidays shall be paid at one and one-half times the hourly rate of wage. C. All hours worked on Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at two times the hourly rate of wage. F. The first eight (8) hours worked on holidays shall be paid at the straight hourly rate of wage in addition to the holiday pay. All hours worked in excess of eight (8) hours on holidays shall be paid at double the hourly rate of wage. G. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on paid holidays shall be paid at two and one-half times the hourly rate of wage including holiday pay. H. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on holidays shall be paid at one and one-half times the hourly rate of wage. O. All hours worked on Sundays and holidays shall be paid at one and one-half times the hourly rate of wage. R. All hours worked on Sundays and holidays and all hours worked over sixty (60) in one week shall be paid at double the hourly rate of wage. U. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked over 12 hours in a day or on Sundays and holidays shall be paid at double the hourly rate of wage. W. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. On a four-day, ten- hour weekly schedule, either Monday thru Thursday or Tuesday thru Friday schedule, all hours worked after ten shall be paid at double the hourly rate of wage. The first eight (8) hours worked on the fifth day shall be paid at one and one-half times the hourly rate of wage. All other hours worked on the fifth, sixth, and seventh days and on holidays shall be paid at double the hourly rate of wage. 3. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. Work performed in excess of eight (8) hours of straight time per day, or ten (10) hours of straight time per day when four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or outside the normal shift, and all work on Saturdays shall be paid at time and one-half the straight time rate. Hours worked over twelve hours (12) in a single shift and all work performed after 6:00 pm Saturday to 6:00 am Monday and holidays shall be paid at double the straight time rate of pay. Any shift starting between the hours of 6:00 pm and midnight shall receive an additional one dollar ($1.00) per hour for all hours worked that shift. The employer shall have the sole discretion to assign overtime work to employees. Primary consideration for overtime work shall be given to employees regularly assigned to the work to be performed on overtime situations. After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight (8) hours or more. C. Work performed in excess of eight (8) hours of straight time per day, or ten (10) hours of straight time per day when four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or outside the normal shift, and all work on Saturdays shall be paid at one and one-half times the hourly rate of wage. All work performed after 6:00 pm Saturday to 5:00 am Monday and Holidays shall be paid at double the hourly rate of wage. After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight (8) hours or more. Benefit Code Key – Effective 8/31/2019 thru 4/1/2020 4 Overtime Codes Continued 3. E. All hours worked Sundays and holidays shall be paid at double the hourly rate of wage. Each week, once 40 hours of straight time work is achieved, then any hours worked over 10 hours per day Monday through Saturday shall be paid at double the hourly wage rate. F. All hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on paid holidays shall be paid at two and one-half times the hourly rate of wage including holiday pay. H. All work performed on Sundays between March 16th and October 14th and all Holidays shall be compensated for at two (2) times the regular rate of pay. Work performed on Sundays between October 15th and March 15th shall be compensated at one and one half (1-1/2) times the regular rate of pay. J. All hours worked between the hours of 10:00 pm and 5:00 am, Monday through Friday, and all hours worked on Saturdays shall be paid at a one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. K. Work performed in excess of eight (8) hours of straight time per day, or ten (10) hours of straight time per day when four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or outside the normal 5 am to 6pm shift, and all work on Saturdays shall be paid at one and one-half times the hourly rate of wage. All work performed after 6:00 pm Saturday to 5:00 am Monday and Holidays, and all hours worked in excess of twelve (12) hours in a single shift shall be paid at double the hourly rate of wage. After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight (8) hours or more. When an employee returns to work without at least eight (8) hours time off since their previous shift, all such time shall be a continuation of shift and paid at the applicable overtime rate until he/she shall have the eight (8) hours rest period. 4. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. All hours worked in excess of eight (8) hours per day or forty (40) hours per week shall be paid at double the hourly rate of wage. All hours worked on Saturdays, Sundays and holidays shall be paid at double the hourly rate of wage. B. All hours worked over twelve (12) hours per day and all hours worked on holidays shall be paid at double the hourly rate of wage. C. On Monday through Friday, the first four (4) hours of overtime after eight (8) hours of straight time work shall be paid at one and one half (1-1/2) times the straight time rate of pay, unless a four (4) day ten (10) hour workweek has been established. On a four (4) day ten (10) hour workweek scheduled Monday through Thursday, or Tuesday through Friday, the first two (2) hours of overtime after ten (10) hours of straight time work shall be paid at one and one half (1-1/2) times the straight time rate of pay. On Saturday, the first twelve (12) hours of work shall be paid at one and one half (1-1/2) times the straight time rate of pay, except that if the job is down on Monday through Friday due to weather conditions or other conditions outside the control of the employer, the first ten (10) hours on Saturday may be worked at the straight time rate of pay. All hours worked over twelve (12) hours in a day and all hours worked on Sunday and Holidays shall be paid at two (2) times the straight time rate of pay. Overtime Codes Continued 4. D. All hours worked in excess of eight (8) hours per day or forty (40) hours per week shall be paid at double the hourly rate of wage. All hours worked on Saturday, Sundays and holidays shall be paid at double the hourly rate of pay. Rates include all members of the assigned crew. Benefit Code Key – Effective 8/31/2019 thru 4/1/2020 5 EXCEPTION: On all multipole structures and steel transmission lines, switching stations, regulating, capacitor stations, generating plants, industrial plants, associated installations and substations, except those substations whose primary function is to feed a distribution system, will be paid overtime under the following rates: The first two (2) hours after eight (8) regular hours Monday through Friday of overtime on a regular workday, shall be paid at one and one-half times the hourly rate of wage. All hours in excess of ten (10) hours will be at two (2) times the hourly rate of wage. The first eight (8) hours worked on Saturday will be paid at one and one-half (1-1/2) times the hourly rate of wage. All hours worked in excess of eight (8) hours on Saturday, and all hours worked on Sundays and holidays will be at the double the hourly rate of wage. All overtime eligible hours performed on the above described work that is energized, shall be paid at the double the hourly rate of wage. 4. E. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. On a four-day, ten-hour weekly schedule, either Monday thru Thursday or Tuesday thru Friday schedule, all hours worked after ten shall be paid at double the hourly rate of wage. The Monday or Friday not utilized in the normal four- day, ten hour work week, and Saturday shall be paid at one and one half (1½) times the regular shift rate for the first eight (8) hours. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. F. All hours worked between the hours of 6:00 pm and 6:00 am, Monday through Saturday, shall be paid at a premium rate of 20% over the hourly rate of wage. All hours worked on Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. G. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. H. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other overtime hours worked, except Labor Day, and all hours on Sunday shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. I. The First eight (8) hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of eight (8) per day on Saturdays shall be paid at double the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. J. The first eight (8) hours worked on a Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of eight (8) hours on a Saturday shall be paid at double the hourly rate of wage. All hours worked over twelve (12) in a day, and all hours worked on Sundays and Holidays shall be paid at double the hourly rate of wage. K. All hours worked on a Saturday shall be paid at one and one-half times the hourly rate of wage, so long as Saturday is the sixth consecutive day worked. All hours worked over twelve (12) in a day Monday through Saturday, and all hours worked on Sundays and Holidays shall be paid at double the hourly rate of wage. L. The first twelve (12) hours worked on a Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on a Saturday in excess of twelve (12) hours shall be paid at double the hourly rate of pay. All hours worked over twelve (12) in a day Monday through Friday, and all hours worked on Sundays shall be paid at double the hourly rate of wage. All hours worked on a holiday shall be paid at one and one-half times the hourly rate of wage, except that all hours worked on Labor Day shall be paid at double the hourly rate of pay. Benefit Code Key – Effective 8/31/2019 thru 4/1/2020 6 4. M. All hours worked on Sunday and Holidays shall be paid at double the hourly rate. Any employee reporting to work less than nine (9) hours from their previous quitting time shall be paid for such time at time and one-half times the hourly rate. N. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays, and all work performed between the hours of midnight (12:00 AM) and eight AM (8:00 AM) every day shall be paid at double the hourly rate of wage. O. All hours worked between midnight Friday to midnight Sunday shall be paid at one and one-half the hourly rate of wage. After an employee has worked in excess of eight (8) continuous hours in any one or more calendar days, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of six (6) hours or more. All hours worked on Holidays shall be paid at double the hourly rate of wage. P. All hours worked on Holidays shall be paid at one and one-half times the hourly rate of wage. Q. The first four (4) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked over twelve (12) hours Monday through Saturday shall be paid at double the hourly rate. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. R. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage, so long as Saturday is the sixth consecutive day worked. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. S. All hours worked on Saturdays and Holidays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays shall be paid at double the hourly rate of wage. T. The first two (2) hours of overtime for hours worked Monday-Friday shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of ten (10) hours per day shall be paid at double the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. For work on Saturday which is scheduled prior to the end of shift on Friday, the first six (6) hours work shall be paid at one and one-half times the hourly rate of wage, and all hours over (6) shall be paid double the hourly rate of wage. For work on Saturday which was assigned following the close of shift on Friday, all work shall be paid at double the hourly rate of wage. U. The first four (4) hours after eight (8) regular hours Monday through Friday and the first twelve (12) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. (Except on makeup days if work is lost due to inclement weather, then the first eight (8) hours on Saturday may be paid the regular rate.) All hours worked over twelve (12) hours Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. V. Work performed in excess of ten (10) hours of straight time per day when four ten (10) hour shifts are established or outside the normal shift (5 am to 6pm), and all work on Saturdays, except for make-up days shall be paid at time and one-half (1 ½) the straight time rate. In the event the job is down due to weather conditions, then Saturday may, be worked as a voluntary make-up day at the straight time rate. However, Saturday shall not be utilized as a make-up day when a holiday falls on Friday. All work performed on Sundays and holidays and work in excess of twelve (12) hours per day shall be paid at double (2x) the straight time rate of pay. After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight (8) hours. When an employee returns to work without a break of eight (8) hours since their previous shift, all such time shall be a continuation of shift and paid at the applicable overtime rate until such time as the employee has had a break of eight (8) hours. Benefit Code Key – Effective 8/31/2019 thru 4/1/2020 7 4. W. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. When an employee returns to work without at least eight (8) hours time off since their previous shift, all such time shall be a continuation of shift and paid at the applicable overtime rate until such time as the employee has had a break of eight (8) hours. X. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. Work performed outside the normal shift of 6 am to 6pm shall be paid at one and one-half the straight time rate, (except for special shifts or three shift operations). All work performed on Sundays and holidays shall be paid at double the hourly rate of wage. Shifts may be established when considered necessary by the Employer. The Employer may establish shifts consisting of eight (8) or ten (10) hours of work (subject to WAC 296-127-022), that shall constitute a normal forty (40) hour work week. The Employer can change from a 5-eight to a 4-ten hour schedule or back to the other. All hours of work on these shifts shall be paid for at the straight time hourly rate. Work performed in excess of eight hours (or ten hours per day (subject to WAC 296-127-022) shall be paid at one and one- half the straight time rate. When due to conditions beyond the control of the Employer, or when contract specifications require that work can only be performed outside the regular day shift, then by mutual agreement a special shift may be worked at the straight time rate, eight (8) hours work for eight (8) hours pay. The starting time shall be arranged to fit such conditions of work. When an employee returns to work without at a break of eight (8) hours since their previous shift, all such time shall be a continuation of shift and paid at the applicable overtime rate until such time as the employee has had a break of eight (8) hours. Holiday Codes 5. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, and Christmas Day (7). B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, the day before Christmas, and Christmas Day (8). C. Holidays: New Year's Day, Presidents’ Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). D. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). H. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Day after Thanksgiving Day, And Christmas (6). I. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6). J. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, Friday after Thanksgiving Day, Christmas Eve Day, And Christmas Day (7). K. Holidays: New Year’s Day, Presidents’ Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, The Day Before Christmas, And Christmas Day (9). Benefit Code Key – Effective 8/31/2019 thru 4/1/2020 8 5. L. Holidays: New Year’s Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day (8). N. Holidays: New Year's Day, Presidents’ Day, Memorial Day, Independence Day, Labor Day, Veterans' Day, Thanksgiving Day, The Friday After Thanksgiving Day, And Christmas Day (9). P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday And Saturday After Thanksgiving Day, The Day Before Christmas, And Christmas Day (9). If A Holiday Falls On Sunday, The Following Monday Shall Be Considered As A Holiday. Q. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6). R. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Day After Thanksgiving Day, One-Half Day Before Christmas Day, And Christmas Day. (7 1/2). S. Paid Holidays: New Year's Day, Presidents’ Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, And Christmas Day (7). T. Paid Holidays: New Year's Day, Washington’s Birthday, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, Christmas Day, And The Day Before Or After Christmas (9). Z. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). Holiday Codes Continued 6. A. Paid Holidays: New Year’s Day, Presidents’ Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). E. Paid Holidays: New Year's Day, Day Before Or After New Year's Day, Presidents Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and a Half- Day On Christmas Eve Day. (9 1/2). G. Paid Holidays: New Year's Day, Martin Luther King Jr. Day, Presidents’ Day, Memorial Day, Independence Day, Labor Day, Veterans' Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and Christmas Eve Day (11). H. Paid Holidays: New Year's Day, New Year’s Eve Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, Christmas Day, The Day After Christmas, And A Floating Holiday (10). I. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, And Christmas Day (7). T. Paid Holidays: New Year's Day, Presidents’ Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, The Last Working Day Before Christmas Day, And Christmas Day (9). Z. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day (7). If a holiday falls on Saturday, the preceding Friday shall be considered as the holiday. If a holiday falls on Sunday, the following Monday shall be considered as the holiday. Benefit Code Key – Effective 8/31/2019 thru 4/1/2020 9 7. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). Any Holiday Which Falls On A Sunday Shall Be Observed As A Holiday On The Following Monday. If any of the listed holidays falls on a Saturday, the preceding Friday shall be a regular work day. B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. C. Holidays: New Year's Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. D. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran’s Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). Unpaid Holidays: President’s Day. Any paid holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any paid holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. E. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. F. Holidays: New Year’s Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the last working day before Christmas day and Christmas day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. G. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. H. Holidays: New Year's Day, Martin Luther King Jr. Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day (9). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. I. Holidays: New Year's Day, President’s Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, The Day Before Christmas Day And Christmas Day (9). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. J. Holidays: New Year's Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day and Christmas Day (6). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. K. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. Benefit Code Key – Effective 8/31/2019 thru 4/1/2020 10 7. L. Holidays: New Year's Day, Memorial Day, Labor Day, Independence Day, Thanksgiving Day, the Last Work Day before Christmas Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. M. Paid Holidays: New Year's Day, The Day after or before New Year’s Day, President’s Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, And the Day after or before Christmas Day (10). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. N. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. When Christmas falls on a Saturday, the preceding Friday shall be observed as a holiday. P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Q. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. If any of the listed holidays falls on a Saturday, the preceding Friday shall be a regular work day. R. Paid Holidays: New Year's Day, the day after or before New Year’s Day, President’s Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and the day after or before Christmas Day (10). If any of the listed holidays fall on Saturday, the preceding Friday shall be observed as the holiday. If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. S. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, Christmas Day, the Day after Christmas, and A Floating Holiday (9). If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. T. Paid Holidays: New Year's Day, the Day after or before New Year’s Day, President’s Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and The Day after or before Christmas Day. (10). If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. V. Holidays: New Year's Day, President’s Birthday, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, the day before or after Christmas, and the day before or after New Year’s Day. If any of the above listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. W. Holidays: New Year's Day, Day After New Year’s, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Eve Day, Christmas Day, the day after Christmas, the day before New Year’s Day, and a Floating Holiday. X. Holidays: New Year's Day, Day before or after New Year’s Day, Presidents’ Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and the day before or after Christmas day. If a holiday falls on a Saturday or on a Friday that is the normal day off, then the holiday will be taken Benefit Code Key – Effective 8/31/2019 thru 4/1/2020 11 on the last normal workday. If the holiday falls on a Monday that is the normal day off or on a Sunday, then the holiday will be taken on the next normal workday. 7. Y. Holidays: New Year's Day, Presidents’ Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, and Christmas Day. (8) If the holiday falls on a Sunday, then the day observed by the federal government shall be considered a holiday and compensated accordingly. Z. Holidays: New Year's Day, President’s Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. Holiday Codes Continued 15. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the day before Christmas Day and Christmas Day. (8) Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. B. Holidays: New Year's Day, Martin Luther King Jr. Day, President’s Day, Memorial Day, Independence Day, Labor Day, Veteran’s Day, Thanksgiving Day, and Christmas Day. (9) C. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the day before Christmas Day and Christmas Day. (8) D. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, Christmas Day, and the day after Christmas. E. Holidays: the day before New Years’s Day, New Year's Day, Martin Luther King, Jr. Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Veteran’s Day, Thanksgiving Day, Friday after Thanksgiving Day, the day before Christmas, and Christmas Day. (12) Note Codes 8. D. Workers working with supplied air on hazmat projects receive an additional $1.00 per hour. L. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $0.75, Level B: $0.50, And Level C: $0.25. M. Workers on hazmat projects receive additional hourly premiums as follows: Levels A & B: $1.00, Levels C & D: $0.50. N. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $1.00, Level B: $0.75, Level C: $0.50, And Level D: $0.25. P. Workers on hazmat projects receive additional hourly premiums as follows -Class A Suit: $2.00, Class B Suit: $1.50, Class C Suit: $1.00, And Class D Suit $0.50. Q. The highest pressure registered on the gauge for an accumulated time of more than fifteen (15) minutes during the shift shall be used in determining the scale paid. Benefit Code Key – Effective 8/31/2019 thru 4/1/2020 12 8. S. Effective August 31, 2012 – A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other traffic control labor is being utilized. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho. This classification is only effective on or after August 31, 2012. T. Effective August 31, 2012 – A Traffic Control Laborer performs the setup, maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian traffic during construction operations. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho. This classification is only effective on or after August 31, 2012. U. Workers on hazmat projects receive additional hourly premiums as follows – Class A Suit: $2.00, Class B Suit: $1.50, And Class C Suit: $1.00. Workers performing underground work receive an additional $0.40 per hour for any and all work performed underground, including operating, servicing and repairing of equipment. The premium for underground work shall be paid for the entire shift worked. Workers who work suspended by a rope or cable receive an additional $0.50 per hour. The premium for work suspended shall be paid for the entire shift worked. Workers who do “pioneer” work (break open a cut, build road, etc.) more than one hundred fifty (150) feet above grade elevation receive an additional $0.50 per hour. V. In addition to the hourly wage and fringe benefits, the following depth and enclosure premiums shall be paid. The premiums are to be calculated for the maximum depth and distance into an enclosure that a diver reaches in a day. The premiums are to be paid one time for the day and are not used in calculating overtime pay. Depth premiums apply to depths of fifty feet or more. Over 50' to 100' - $2.00 per foot for each foot over 50 feet. Over 101' to 150' - $3.00 per foot for each foot over 101 feet. Over 151' to 220' - $4.00 per foot for each foot over 220 feet. Over 221' - $5.00 per foot for each foot over 221 feet. Enclosure premiums apply when divers enter enclosures (such as pipes or tunnels) where there is no vertical ascent and is measured by the distance travelled from the entrance. 25’ to 300’ - $1.00 per foot from entrance. 300’ to 600’ - $1.50 per foot beginning at 300’. Over 600’ - $2.00 per foot beginning at 600’. W. Meter Installers work on single phase 120/240V self-contained residential meters. The Lineman/Groundmen rates would apply to meters not fitting this description. X. Workers on hazmat projects receive additional hourly premiums as follows - Class A Suit: $2.00, Class B Suit: $1.50, Class C Suit: $1.00, and Class D Suit: $0.50. Special Shift Premium: Basic hourly rate plus $2.00 per hour. When due to conditions beyond the control of the Employer or when an owner (not acting as the contractor), a government agency or the contract specifications requires that work can only be performed outside the normal 5 am to 6pm shift, then the special shift premium will be applied to the basic hourly rate. When an employee works on a special shift, they shall be paid a special shift premium for each hour worked unless they are in OT or Double-time status. (For example, the special shift premium does not waive the overtime requirements for work performed on Saturday or Sunday.) Y. Tide Work: When employees are called out between the hours of 6:00 p.m. and 6:00 a.m. to work on tide work (work located in the tide plane) all time worked shall be at one and one-half times the hourly rate of pay. Swinging Stage/Boatswains Chair: Employees working on a swinging state or boatswains chair or under conditions that require them to be tied off to allow their hands to be free shall receive seventy-five cents ($0.75) per hour above the classification rate. Benefit Code Key – Effective 8/31/2019 thru 4/1/2020 13 8. Z. Workers working with supplied air on hazmat projects receive an additional $1.00 per hour. Special Shift Premium: Basic hourly rate plus $2.00 per hour. When due to conditions beyond the control of the Employer or when an owner (not acting as a contractor), a government agency or the contract specifications require that more than (4) hours of a special shift can only be performed outside the normal 6 am to 6pm shift, then the special shift premium will be applied to the basic straight time for the entire shift. When an employee works on a special shift, they will be paid a special shift premium for each hour worked unless they are in overtime or double- time status. (For example, the special shift premium does not waive the overtime requirements for work performed on Saturday or Sunday.) Note Codes Continued 9. A. Workers working with supplied air on hazmat projects receive an additional $1.00 per hour. Special Shift Premium: Basic hourly rate plus $2.00 per hour. When due to conditions beyond the control of the Employer or when an owner (not acting as the contractor), a government agency or the contract specifications require that more than four (4) hours of a special shift can only be performed outside the normal 6 am to 6pm shift, then the special shift premium will be applied to the basic straight time for the entire shift. When an employee works on a special shift, they shall be paid a special shift premium for each hour worked unless they are in overtime or double- time status. (For example, the special shift premium does not waive the overtime requirements for work performed on Saturday or Sunday.) Certified Crane Operator Premium: Crane operators requiring certifications shall be paid $0.50 per hour above their classification rate. Boom Pay Premium: All cranes including tower shall be paid as follows based on boom length: (A) – 130’ to 199’ – $0.50 per hour over their classification rate. (B) – 200’ to 299’ – $0.80 per hour over their classification rate. (C) – 300’ and over – $1.00 per hour over their classification rate. B. The highest pressure registered on the gauge for an accumulated time of more than fifteen (15) minutes during the shift shall be used in determining the scale paid. Tide Work: When employees are called out between the hours of 6:00 p.m. and 6:00 a.m. to work on tide work (work located in the tide plane) all time worked shall be at one and one-half times the hourly rate of pay. Swinging Stage/Boatswains Chair: Employees working on a swinging stage or boatswains chair or under conditions that require them to be tied off to allow their hands to be free shall receive seventy-five cents ($0.75) per hour above the classification rate. C. Tide Work: When employees are called out between the hours of 6:00 p.m. and 6:00 a.m. to work on tide work (work located in the tide plane) all time worked shall be at one and one-half times the hourly rate of pay. Swinging Stage/Boatswains Chair: Employees working on a swinging stage or boatswains chair or under conditions that require them to be tied off to allow their hands to be free shall receive seventy-five cents ($0.75) per hour above the classification rate. Effective August 31, 2012 – A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other traffic control labor is being utilized. A Traffic Control Laborer performs the setup, maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian traffic during construction operations. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho. These classifications are only effective on or after August 31, 2012. City of Renton Contract Provisions for Williams Ave S and Wells Ave S Conversion Project ______________________________________________________________________________ APPENDIX B – City of Renton Standard Plans BID ITEM(INCLUDES SIDEWALK RAMPS) 8'MIN. VARIES(SEE NOTE 7) - 6'MIN. SEE NOTE 8) SEE NOTE 8) 10 LF OF PAVED DRIVEWAY REQUIRED , 3/8'EXPANSION JOINT(TYP.) SEE STD.PLAN 102) CEMENTCONCRETESIDEWALK ISEE NOTE 5 M.II-o SEE NOTE 7 CEMENT CONCRETERAMPWITH12H:1V B RB TSLOPE(TVP.) CU( SEE& NOTEGUTER 3) 3/8'CONTRACTION JOINT(TYP.) SEE STD.PLAN 102) PLAN VIEW TYPE C3 SHOWN,Cl&C2&C-MAX SIMILAR) SEE NOTE 9) VARIES SEE NOTE 10) 8.3%MAX.SEE NOTE 8(TP). as,sana" 6"1"1361 ME mminr 10'MIN. 10'MIN. CEMENT CONCRETE 10"MIN. SIDEWALK 3/8"EXPANSION JOINT(TYP.) SECTION OA (SEE STD.PLAN 102) SIDEWALK WIDTH 10%DIFFERENCE IN SLOPE MAX— 1/2'R(TYP.) 0 DRIVEWAY W/'•SINE SLOPE(SLOPE SHOWN EXAGGERATED) 1.5% Aft1.5% 1 V DRIVEWAY WM 10'MIN. . IDRIVEWAYW/RELATIVE SEE DETAIL ON STD PLAN 104.2NEGATIVESLOPE(SLOP SHOWN EXAGGERATED) SECTION O s T CEMENT CONCRETE p: , CURB&GUTTER SEE NOTE 3) F OLITHIC CEMENT i,j AIL,STD.PIAN 104.2) CONCRETESIDEWALK TYPE C2-ISOMETRIC VIEW For NOTES see STD.PLAN 104.2 1' Y 0 STD. PLAN - 104 ER . PUBLIC WORKS CEMENT CONCRETE DRIVEWAY ' PPRO D:DEPARTMENT ENTRANCE - TYPES Cl, C2, tNT C3, and C-MAX i ii,i !A 01/ Gregg Zimmerman,Public Works Administrator PATCHED AREA i A q COVER COVER PER STD PLAN 401 SEE NOTE 9) SEAL WITH AR 4000 OR APPROVED EQUAL AND DRY SAND AFTER P L A N PATCHING NTS OUTSIDE DIAMETER OF SEE NOTE 9) ADJUSTMENT RING AND x SEE NOTE 2 X gOTTOM OF FRAME t---- MORTAR JOINT(S) (3/8" MIN.-2" MAX.) ADJUSTMENT RING (1" MIN.). SEE SEE NOTE 3 AND SPECIAL PROVISION NOTE 6. 7-05.3(1). SECTION A-A NOTES 1. REMOVE PAVEMENT AND BASE MATERIALS FOR A DISTANCE 5. CONSTRUCTION AND ADJUSTMENT SHALL BE PERFORMED WHICH IS EQUAL TO THE DIAMETER OF THE FRAME PLUS ONE ONLY BY A JOURNEYMAN MASON. FOOT(MIN.). ADJUST CASTING FRAME TO PAVEMENT SURFACE USING RISER RINGS AND MORTAR. 6. ADJUSTMENT OF THE FRAME TO GRADE SHALL BE ACCOMPLISHED WITH ADJUSTMENT RINGS AND MORTAR ONLY. 2. REPLACE EXCAVATED MATERIAL WITH A MINIMUM OF 8"OF THE USE OF SHIMS IS PROHIBITED. HMA CLASS"PG 64-22(OR TO A DEPTH THAT S 2"BELOW THE BOTTOM OF THE UPPER ADJUSTMENT RING WHICHEVER 7• FRAME SHALL BE ADJUSTED TO PAVEMENT GRADE BY IS GREATER)OR AS APPROVED BY THE ENGINEER. TAPPING UNTIL FRAME IS FLUSH WITH PAVEMENT AS DETERMINED WITH A STRAIGHT EDGE OF SUFFICIENT LENGTH. 3. ADJUSTMENT RINGS AND FRAME SHALL BE FULLY BEDDED IN MORTAR.MORTAR SHALL BE ASTM C270 FOR TYPE S. 8. ALL MORTAR JOINTS SHALL BE TRIMMED FLUSH AND REMAIN VISIBLE UPON COMPLETION. 4. MORTAR SHALL BE MIXED AND APPLIED PER MANUFACTURERS DIRECTIONS. 9. X=1'-0"MIN.TO 2'-6"MAX.-PER ENGINEER'S INSTRUCTION STD. PLAN - 106 j PUBLIC WORKS TY'CAL CONSTRUCTION A ROVED: al' DEPARTMENT AND ADJUSTMENT OF flMANNOLERISER3 e o r>tor DA E DocuSign Envelope ID: F41B6C7D-1A89-4D3E-83C3-E2F0224FAF965/22/2019 | 9:01 AM PDT DocuSign Envelope ID: 5D308A1A-204D-48E8-BB23-8A2834BB565E z LA z 0LLJ0— a. Lu Z 0 cc LLJ P4 j LULuu Z------------ LLrLLIU j Lu z co 0 3 it Lum In de 1. LLI Lu z Ln 0 Ed > fm -c O Lu 00< IN a 14 Lu 0 u-j < ui z F0 A LZ 60 w A F- z z 0 LL I'VE 0E XQ F-1 Ln 2. IN V- j II jf4 9 N I I A A SERVICE CABINET STD. PLAN — 122.1 PUBLIC WORKS ATPROVED: DEPARTMENT GAZ 3/13/20191DATE DocuSign Envelope ID: 5D308A1A-204D-48E8-BB23-8A2834BB565E COMPONENT SCHEDULE 1D METERBASE: 200 AMP. 4 JA'vV. B-L-INE LI264- MANUAL B"_--P SS_ W/ 5TH JAW AT 9:00 POSITION PANELBOARD: 120-240 -\'AC. 100 A',IP COP?7—R 3L-S. MAIN BREAKER: 100 ANIP FRA'\IE. 100 AEI? -RI?. BOLT -ON BRANCH BREAKERS. EATON TY?= BA3 2 - 20.2 ILLUMINATION BRANCH A B 1 - 201 ITS BRANCH 1 - 20.1 CONTROL CKT BRANCH 1 - 20.1 GROUND FAULT RECEPTACLE BRANC= 3 - 20.1 SPARE BRANCH CONTACTOR: NE1IA LIGHTING RATED. 36A. = POLE. 2 V SQD #8910DPA34V02. 1—REQUIRED 4 PHOTO CELL: PHOTO ELECTRIC CELL: h .'- Vx GATT. I MOUNTED INSIDE CABINET BEHIND XVIREGLASS 5 PHOTO -CELL BYPASS SNITCH. SPDT. 15 _ANIP, 6 GROUND FAULT RECEPTACLE: -10 AMP_ 12 , '\ 'AC. D ..-?;- X CABINET: NEMA 3R. PAD\IOL"NT. 1 S" ALUNIINUNI 2 _z- C+ -Y a-- _ _ 2 SCREENED AND GASKET-D A"=N-S DOORS: HEAVY DUTY HINGES (LIFT-0-7-7 STAINLESS STEEL VAULT HANDLES.'AD__C BEST" CN LOCK ON DISTRIB ,TION D00--l- _ - =- __--- NVINDONV IN AIETER DOOR. CLOSED C7— - N ' -N7 -7-, CARD HOLDER FINISH: MILL FINISH ALUMINUM NOTE: 1. SIGNAL BREAKER(S) SHALL BE ADDED WHEN APPLICABLE SERVICE CABINET NOTES STD. PLAN - 122.2 PUBLIC WORKS A ROVED: DEPARTMENT GAZ 3/13/2019 DATE DocuSign Envelope ID: 5D308A1A-204D-48E8-BB23-8A2834BB565E CONDUIT ENTRANCE AREA PLAN VIEW SIZE TO FIT SIZE TO FIT CABINET CABINET 6" 6" GRADE LEVEL N a ad' d FRONT VIEW SIDE VIEW ELECTRICAL SERVICE CABINET FOUNDATION n SHIM TO PLUMB SEE NOTE 3 0 L_k_HT71 # 4 HOOPS 4 BAR E AC-,' CORNER 6" MIN 1" TO 2" 3/8" DIAMETER PLASTIC DRAIN SIDE VIEW CABINET DEPTH 1'-6" + 2" 1'-6" IIII #4 BAR EACH 4 CORNER HOOPS Q TIT PLAN VIEW CONTROLLER CABINET FOUNDATION NOTES PER STD PLAN 126.2 Y o CABINET FOUNDATION STD. PLAN 126.1 PUBLIC WORKS DETAILS PROVED: Ps 1w DEPARTMENT ZAZ 3/13/2019 MIT DATE DocuSign Envelope ID: 5D308A1A-204D-48E8-BB23-8A2834BB565E SHIM TO PLUMB SEE NOTE NOTES 1. WHERE FOUNDATION PAD IS LOCATED WITHIN A SIDEWALK, CONSTRUCT PAD TOP FLUSH WITH SIDEWALK GRADE, OMITTING CHAMFER WHERE TOP AND SIDEWALK ABUT. MOUNT TOP SHALL BE FINISHED BY A CONCRETE CONTRACTOR AND SHALL MEET THE REQUIREMENTS OF SECTION 8-14.3 IN THE WSDOT STANDARD SPECIFICATIONS. 2. PAD MOUNT DESIGN IS TYPICAL. 3. PLACE A SILICONE SEAL BETWEEN THE FOUNDATION AND CABINET. 4. ANCHOR BOLTS AND THEIR SPACING TO BE SUPPLIED BY CABINET MANUFACTURER AND SUBMITTED TO THE ENGINEER FOR APPROVAL. 5. CONDUIT SIZES/QUANTITIES FOR THE CONTROLLER AND CONTACTOR CABINETS SHALL BE INSTALLED PER THE CONTRACT PLANS, PLUS ONE 2" SPARE CAPPED OUT PAST THE FOUNDATION. 6. CONCRETE CLASS PER STD PLAN 135. 7. 2" CONDUIT SHALL BE PLACED FROM THE COMBINED BBS/CONTACTOR TO THE CONTROLLER CABINET. 8. EACH CABINET SHALL HAVE A 3/s" DIAMETER PLASTIC DRAIN PIPE. 9. LOCATE CONDUITS CENTRALLY WITHIN THE CABINETS. 10. WHEN ALL THREE CABINETS ARE TO BE INSTALLED AND SPACE ALLOWS, A COMBINED FOUNDATION SHALL BE USED. 11. WOODEN SHIMS SHALL NOT BE USED 12. GROUNDING SHALL BE PER WSDOT STANDARD PLAN J-60.05, SHEET 3. SHIM TO PLUMB SEE NOTE 3 4 HOOPS SHIM TO PLUMB EQUAL SPACES) SEE NOTE 3 NI 2» 6" MIN 3 — #4 REINFORCING BAR (EQUAL SPACES) SEE NOTE 5 1 1. I I \ \ Li U 1" TO 2' FRONT VIEW 3/8" DIAMETER PLASTIC DRAIN (ONE PER CABINET) SEE NOTE 7 3/8" DIAMETER PLASTIC DRAIN SEE NOTE 5 O U w U > HORIZONTAL 0 COMBINED FOUNDATION REINF. BAR DIAGRAM 6 PIECES L#4 HOOPS BBSI CONTROLLER CONTACTOR CABINET CABINET 10" WIDTH 5„ WIDTH 10" 1' + 2" PLAN VIEW COMBINED CONTROLLER/BBS/CONTACTOR FOUNDATION 3 — #4 REINFORCING BAR EQUAL SPACES) CABINET FOUNDATION STD. PLAN 126.2 PUBLIC WORKS DETAILS A6ROVED: DEPARTMENT AZ 3/13/2019 1 4SDATE PRECAST BASE SECTION SEE NOTE 1 NOTES: 1.AS ACCEPTABLE ALTERNATIVES TO THE REBAR SHOWN IN THE PRECAST BASE SECTION, FIBERS (PLACED IN ACCORDANCE WITH STANDARD SPECIFICATION 9-05.50(9)), OR WIRE MESH HAVING A MINIMUM AREA OF 0.12 SQUARE INCHES PER FOOT SHALL BE USED WITH THE MINIMUM REQUIRED REBAR SHOWN IN THE ALTERNATIVE PRECAST BASE SECTION. WIRE MESH SHALL NOT BE PLACED IN THE KNOCKOUTS. AS AN ACCEPTABLE ALTERNATIVE TO THE REBAR SHOWN IN THE RECTANGULAR ADJUSTMENT SECTION, WIRE MESH HAVING A MINIMUM AREA OF 0.12 SQUARE INCHES PER FOOT MAY BE USED. 2.THE KNOCKOUT DIAMETER SHALL NOT BE GREATER THAN 20". KNOCKOUTS SHALL HAVE A WALL THICKNESS OF 2" MINIMUM TO 2.5" MAXIMUM. PROVIDE A 1.5" MINIMUM GAP BETWEEN THE KNOCKOUT WALL AND THE OUTSIDE OF THE PIPE. AFTER THE PIPE IS INSTALLED, FILL THE GAP WITH JOINT MORTAR IN ACCORDANCE WITH STANDARD SPECIFICATION 9-04.3. 3.THE MAXIMUM DEPTH FROM THE FINISHED GRADE TO THE LOWEST PIPE INVERT SHALL BE 5 FEET. 4.THE FRAME AND GRATE MUST BE INSTALLED WITH THE FLANGE DOWN. 5.THE PRECAST BASE SECTION MAY HAVE A ROUNDED FLOOR, AND THE WALLS MAY BE SLOPED AT A RATE OF 1H:24V OR STEEPER. 6.THE OPENING SHALL BE MEASURED AT THE TOP OF THE PRECAST BASE SECTION. 7.ALL PICKUP HOLES SHALL BE GROUTED FULL AFTER THE INLET HAS BEEN PLACED. USE GROUT TYPE 2 FOR NON-SHRINK APPLICATIONS IN ACCORDANCE WITH STANDARD SPECIFICATION 9-20.3(2). 8.ALL GRADE RINGS AND CASTINGS SHALL BE SET IN MORTAR IN ACCORDANCE WITH STANDARD SPECIFICATION 9-04.3. THEN APPLY MORTAR TO INSIDE AND OUTSIDE OF ALL JOINTS, RINGS, RISERS, AND FRAMES. 9.MORTAR SHALL BE MIXED AND APPLIED PER MANUFACTURER'S DIRECTIONS. 10.FRAME SHALL BE ADJUSTED TO PAVEMENT GRADE BY TAPPING UNTIL FRAME IS FLUSH WITH PAVEMENT AS DETERMINED WITH A STRAIGHT EDGE OF SUFFICIENT LENGTH. 11.ALL MORTAR JOINTS SHALL BE TRIMMED FLUSH AND REMAIN VISIBLE UPON COMPLETION. FRAME AND VANED GRATE RECTANGULAR ADJUSTMENT SECTION 34" 24" 30 20 5" 5" 1", 2", 4", 6", 12", OR 24" ONE #3 BAR HOOP FOR 6" HEIGHT INCREMENT (SPACED EQUALLY), SEE NOTE 1 PIPE ALLOWANCES PIPE MATERIAL MAXIMUM INSIDE DIAMETER REINFORCED OR PLAIN CONCRETE 12" ALL METAL PIPE 15" CPSSP*, STD. SPEC. 9-05.20 12" SOLID WALL PVC, STD. SPEC. 9-05.12(1)15" PROFILE WALL PVC, STD. SPEC. 9-05.12(2) 15" CORRUGATED POLYETHYLENE STORM SEWER PIPE 26", S E E N O T E 6 22SE E N O T E 6 3"4"44" 21" MIN.4" MI N. (T Y P.)3 BAR EACH SIDE 3 BAR EACH WAY 3 BAR EACH CORNER 3 BAR EACH CORNER 18" MIN.3 BAR HOOP ALTERNATIVE PRECAST BASE SECTION CATCH BASIN TYPE 1 STD. PLAN - 200. 00PUBLIC WORKS DEPARTMENT APPROVED: DATEGregg Zimmerman Public Works Administrator UNLESS OTHERWISE NOTED, DRAWING IS NOT TO SCALE (NTS)DocuSign Envelope ID: 6EECF5B6-602A-4E4A-B436-A317AA638878 9/28/ REDUCING SECTION 36 20 40" 24" 6" 8" 8" 12" 4"32",SEE N O T E6 28 SE E N O T E 6 4" MI N. (T Y P.)44" 2"PRECAST BASE SECTION SEE NOTE 1 ALTERNATIVE PRECAST BASE SECTION NOTES:1.AS ACCEPTABLE ALTERNATIVES TO THE REBAR SHOWN IN THE PRECAST BASE SECTION, FIBERS (PLACED IN ACCORDANCE WITH STANDARD SPECIFICATION 9-05.50(9)), OR WIRE MESH HAVING A MINIMUM AREA OF 0. 12 SQUARE INCHES PER FOOT SHALL BE USED WITH THE MINIMUM REQUIRED REBAR SHOWN IN THE ALTERNATIVE PRECAST BASE SECTION. WIRE MESH SHALL NOT BE PLACED IN THE KNOCKOUTS. AS AN ACCEPTABLE ALTERNATIVE TO THE REBAR SHOWN IN THE RECTANGULAR ADJUSTMENT SECTION, WIRE MESH HAVING A MINIMUM AREA OF 0.12 SQUARE INCHES PER FOOT MAY BE USED.2.THE KNOCKOUT DIAMETER SHALL NOT BE GREATER THAN 26". KNOCKOUTS SHALL HAVE A WALL THICKNESS OF 2" MINIMUM TO 2.5" MAXIMUM. PROVIDE A 1.5" MINIMUM GAP BETWEEN THE KNOCKOUT WALL AND THE OUTSIDE OF THE PIPE. AFTER THE PIPE IS INSTALLED, FILL THE GAP WITH JOINT MORTAR IN ACCORDANCE WITH STANDARD SPECIFICATION 9-04.3.3.THE MAXIMUM DEPTH FROM THE FINISHED GRADE TO THE LOWEST PIPE INVERT SHALL BE 5'.4.THE FRAME AND GRATE MUST BE INSTALLED WITH THE FLANGE DOWN.5.THE PRECAST BASE SECTION MAY HAVE A ROUNDED FLOOR, AND THE WALLS MAY BE SLOPED AT A RATE OF 1H:24V OR STEEPER.6.THE OPENING SHALL BE MEASURED AT THE TOP OF THE PRECAST BASE SECTION.7.ALL PICKUP HOLES SHALL BE GROUTED FULL AFTER THE INLET HAS BEEN PLACED.USE GROUT TYPE 2 FOR NON-SHRINK APPLICATIONS IN ACCORDANCE WITH STANDARD SPECIFICATION 9-20.3(2).8.ALL GRADE RINGS AND CASTINGS SHALL BE SET IN MORTAR IN ACCORDANCE WITH STANDARD SPECIFICATION 9-04.3. THEN APPLY MORTAR TO INSIDE AND OUTSIDE OF ALL JOINTS, RINGS, RISERS, AND FRAMES.9.MORTAR SHALL BE MIXED AND APPLIED PER MANUFACTURER'S DIRECTIONS.10.FRAME SHALL BE ADJUSTED TO PAVEMENT GRADE BY TAPPING UNTIL FRAME IS FLUSH WITH PAVEMENT AS DETERMINED WITH A STRAIGHT EDGE OF SUFFICIENT LENGTH.11.ALL MORTAR JOINTS SHALL BE TRIMMED FLUSH AND REMAIN VISIBLE UPON COMPLETION. FRAME AND VANED GRATE RECTANGULAR ADJUSTMENT SECTION 34" 24" 30 20 5"5"1", 2", 4", 6", 12", OR 24"ONE #3 BAR HOOP FOR 6" HEIGHT INCREMENT (SPACED EQUALLY),SEE NOTE 1 3 BAR EACH CORNER 18" MIN.3 BAR HOOP PIPE ALLOWANCES PIPE MATERIAL MAXIMUM INSIDE DIAMETER REINFORCED OR PLAIN CONCRETE 18" ALL METAL PIPE 21"CPSSP*,STD. SPEC. 9-05.20 18"SOLID WALL PVC,STD. SPEC. 9- 05.12(1) 21"PROFILE WALL PVC,STD. SPEC. 9- 05.12(2) 21"CORRUGATED POLYETHYLENE STORM SEWER PIPE TWO #3 BAR HOOPS 3 BAR EACH SIDE 3 BAR EACH WAY 3 BAR EACH CORNER CATCH BASIN TYPE 1L STD. PLAN - 200. 10 PUBLICWORKS DEPARTMENT APPROVED:DATEGregg Zimmerman Public Works Administrator UNLESS OTHERWISE NOTED, DRAWING IS NOT TO SCALE (NTS)DocuSign Envelope ID: 6EECF5B6- 602A-4E4A-B436-A317AA638878 9/28/2018 | 4"25"PRECAST BASE SECTION NOTES:1.AS ACCEPTABLE ALTERNATIVES TO THE REBAR SHOWN IN THE PRECAST BASE SECTION, FIBERS ( PLACED IN ACCORDANCE WITH STANDARD SPECIFICATION 9-05. 50(9)),OR WIRE MESH HAVING A MINIMUM AREA OF 0. 12 SQUARE INCHES PER FOOT SHALL BE USED WITH THE MINIMUM REQUIRED REBAR SHOWN IN THE ALTERNATIVE PRECAST BASE SECTION. WIRE MESH SHALL NOT BE PLACED IN THE KNOCKOUTS. AS AN ACCEPTABLE ALTERNATIVE TO THE REBAR SHOWN IN THE RECTANGULAR ADJUSTMENT SECTION, WIRE MESH HAVING A MINIMUM AREA OF 0.12 SQUARE INCHES PER FOOT MAY BE USED.2.THE KNOCKOUT DIAMETER SHALL NOT BE GREATER THAN 18". KNOCKOUTS SHALL HAVE A WALL THICKNESS OF 2"MINIMUM TO 2.5" MAXIMUM. PROVIDE A 1.5" MINIMUM GAP BETWEEN THE KNOCKOUT WALL AND THE OUTSIDE OF THE PIPE. AFTER THE PIPE IS INSTALLED, FILL THE GAP WITH JOINT MORTAR IN ACCORDANCE WITH STANDARD SPECIFICATION 9- 04.3.3.THE MAXIMUM DEPTH FROM THE FINISHED GRADE TO THE LOWEST PIPE INVERT SHALL BE 5'.4.THE FRAME AND GRATE SHALL BE INSTALLED WITH THE FLANGE DOWN.5.THE PRECAST BASE SECTION MAY HAVE A ROUNDED FLOOR,AND THE WALLS MAY BE SLOPED AT A RATE OF 1H: 24V OR STEEPER.6.THE STRUCTURE OPENING DIMENSIONS SHALL BE MEASURED AT THE TOP OF THE PRECAST BASE SECTION.7.ALL PICKUP HOLES SHALL BE GROUTED FULL AFTER THE INLET HAS BEEN PLACED. USE GROUT TYPE 2 FOR NON-SHRINK APPLICATIONS IN ACCORDANCE WITH STANDARD SPECIFICATION 9-20. 3(2).8.ALL GRADE RINGS AND CASTINGS SHALL BE SET IN MORTAR IN ACCORDANCE WITH STANDARD SPECIFICATION 9- 04.3.THEN APPLY MORTAR TO INSIDE AND OUTSIDE OF ALL JOINTS, RINGS, RISERS, AND FRAMES.9.MORTAR SHALL BE MIXED AND APPLIED PER MANUFACTURER' S DIRECTIONS.10.FRAME SHALL BE ADJUSTED TO PAVEMENT GRADE BY TAPPING UNTIL FRAME IS FLUSH WITH PAVEMENT AS DETERMINED WITH A STRAIGHT EDGE OF SUFFICIENT LENGTH.11.ALL MORTAR JOINTS SHALL BE TRIMMED FLUSH AND REMAIN VISIBLE UPON COMPLETION.FRAME AND VANED GRATE RECTANGULAR ADJUSTMENT SECTION 4" MI N. (T Y P.)26",SEE N O T E6 22 SE E N O T E 6 SEE NOTE 1 ALTERNATIVE PRECAST BASE SECTION 3 BAR EACH SIDE TOP AND BOTTOM 3 BAR EACH CORNER ONE # 3 BAR ACROSS BOTTOM 3 BAR EACH CORNER 18" (MIN.)3 BAR HOOP PIPE ALLOWANCES PIPE MATERIAL MAXIMUM INSIDE DIAMETER REINFORCED OR PLAIN CONCRETE 12"ALL METAL PIPE 15"CPSSP* ,STD. SPEC. 9- 05. 20 12"SOLID WALL PVC,STD. SPEC. 9-05.12( 1)15"PROFILE WALL PVC,STD. SPEC. 9-05. 12( 2)15"CORRUGATED POLYETHYLENE STORM SEWER PIPE 34" 24" 30 20 5"5"1", 2", 4", 6", 12", OR 24"ONE #3 BAR HOOP FOR 6" HEIGHT INCREMENT ( SPACED EQUALLY),SEE NOTE 1 CONCRETE INLET STD. PLAN - 200.30 PUBLIC WORKS DEPARTMENTAPPROVED: DATEGregg Zimmerman Public Works Administrator UNLESS OTHERWISE NOTED, DRAWING IS NOT TO SCALE (NTS)DocuSign Envelope ID: 6EECF5B6-602A-4E4A- B436-A317AA638878 9/28/2018 | 9:45 2' 11-1/2" 2' 2"4-3/4"4-3/4" 2' 7"1' 10" 4-1/2" 4-1/2" DRA I N 3' 4" 3' 3' 6-1/4" 1' 11-1/2" 2' 9-1/2"2' 5" 6" 8" 3' 8" 5-1/2" 6" 5' 5-3/4" ONE #4 BAR HOOP 4s EACH SIDE OF OPENING CONVERSION RISER Ø 2' 6" 8" CONVERSION RISER ADJUSTMENT RINGS CONVERSION RISER STD. PLAN - 200.40 PUBLIC WORKS DEPARTMENT APPROVED: DATEGreggZimmerman Public Works Administrator UNLESS OTHERWISE NOTED, DRAWING IS NOT TO SCALE (NTS) DEPTH: 3.52' TO IE OUT DocuSign Envelope ID: 6EECF5B6-602A-4E4A-B436-A317AA638878 9/28/2018 | 9:45 AM PDT NOTES: 1.NO STEPS ARE REQUIRED WHEN HEIGHT IS 4' OR LESS. 2.THE BOTTOM OF THE PRECAST CATCH BASIN MAY BE SLOPED TO FACILITATE CLEANING. 3.THE RECTANGULAR FRAME AND GRATE MUST BE INSTALLED WITH THE FLANGE DOWN. THE FRAME MAY BE CAST INTO THE ADJUSTMENT SECTION. 4.KNOCKOUTS SHALL HAVE A WALL THICKNESS OF 2" MINIMUM TO 2.5" MAXIMUM. PROVIDE A 1.5" MINIMUM GAP BETWEEN THE KNOCKOUT WALL AND THE OUTSIDE OF THE PIPE. AFTER THE PIPE IS INSTALLED, FILL THE GAP WITH JOINT MORTAR IN ACCORDANCE WITH STANDARD SPECIFICATION 9-04.3. 5.ALL GRADE RINGS, RISERS, AND CASTINGS SHALL BE SET IN MORTAR IN ACCORDANCE WITH STANDARD SPECIFICATION 9-04.3. 6.WHEN CONNECTING TO A NEW PIPE, USE A FLEXIBLE CONNECTOR (KOR-N-SEAL BOOT WITH CORRUGATED PIPE ADAPTER OR APPROVED EQUAL). WHEN CONNECTING TO AN EXISTING PIPE, USE A FABRICATED SAND COLLAR OF THE SAME MATERIAL AS THE CONNECTING PIPE. 7.MORTAR SHALL BE MIXED AND APPLIED PER MANUFACTURER'S DIRECTIONS. 8.FRAME SHALL BE ADJUSTED TO PAVEMENT GRADE BY TAPPING UNTIL FRAME IS FLUSH WITH PAVEMENT AS DETERMINED WITH A STRAIGHT EDGE OF SUFFICIENT LENGTH. 9.ALL MORTAR JOINTS SHALL BE TRIMMED FLUSH AND REMAIN VISIBLE UPON COMPLETION. CATCH BASIN FRAME AND VANED GRATE PER STD. PLAN 204.00 RECTANGULAR OR CIRCULAR ADJUSTMENT SECTION (TWO SECTIONS MAX.) MORTAR, (TYP.), SEE NOTE 5 FLAT SLAB TOP SEE NOTE 6, TYP. REINFORCING STEEL, (TYP.) GRAVEL BACKFILL FOR PIPE ZONE BEDDING PER WSDOT STD. SPECIFICATION SECTION 9-03.12(3) INTEGRAL BASE PRECAST WITH RISER STEPS OR LADDER 4" MIN. 16" MAX.28" MAX. 48", 54", 60", 72", 84", 96", 120" OR 144" 12" (TYP.) 24" MIN. 12" MAX. 1" MIN. 2.5" MAX. 12" 6" 15' MAX. FOR MAINTENANCE SEPARATE BASE PRECAST O" RING 12" 6" CATCH BASIN DIMENSIONS CATCH BASIN DIAMETER MIN. WALL THICKNESS MIN. BASE THICKNESS MAXIMUM KNOCKOUT SIZE MINIMUM DISTANCE BETWEEN KNOCKOUTS 48"4"6"36"8" 54"4.5"8"42"8" 60"5"8"48"8" 72"6"8"60"12" 84"8"12"72"12" 96"8"12"84"12" 120"10"12"96"12" 144"12"12"108"12" PIPE ALLOWANCES CATCH BASIN DIAMETER PIPE MATERIAL WITH MAXIMUM INSIDE DIAMETER CONCRETE ALL METAL CPSSP 1 SOLID WALL PVC 2 PROFILE WALL PVC 3 48"24"30"24"30"30" 54"30"36"30"36"36" 60"36"42"36"42"42" 72"42"54"42"48"48" 84"54"60"54"48"48" 96"60"72"60"48"48" 120"66"84"60"48"48" 144"78"96"60"48"48" 1 CORRUGATED POLYETHYLENE STORM SEWER PIPE (STD. SPEC. 9-05.20) 2 STD. SPEC. 9-05.12(1) 3 STD. SPEC. 9-05.12(2) CATCH BASIN TYPE 2 STD. PLAN - 201.00 PUBLIC WORKS DEPARTMENT APPROVED: DATEGreggZimmerman Public Works Administrator UNLESS OTHERWISE NOTED, DRAWING IS NOT TO SCALE (NTS) DocuSign Envelope ID: 6EECF5B6-602A-4E4A-B436-A317AA638878 9/28/2018 | 9:45 AM PDT FRAME AND VANED GRATE ADJUSTMENT SECTION NOTES: 1.THE COVER OR GRATING OF A CATCH BASIN SHALL NOT BE ADJUSTED TO FINAL GRADE UNTIL THE FINAL ELEVATION OF THE PAVEMENT, GUTTER, DITCH, OR SIDEWALK IN WHICH IT IS TO BE PLACED HAS BEEN ESTABLISHED, AND UNTIL PERMISSION THEREAFTER IS GIVEN BY THE ENGINEER TO MORTAR IN PLACE IN ACCORDANCE WITH WSDOT/APWA STANDARD SPECIFICATION 7-05.3. 2.SHIMS SHALL NOT BE USED TO SET FRAME TO GRADE. THE USE OF SHIMS IS PROHIBITED. 3.A CONTINUOUS LAYER OF MORTAR SHALL BE PLACED BETWEEN ADJUSTMENT RINGS AND BRICKS PRIOR TO PLACEMENT. 4.ONLY BY APPROVAL OF THE CITY, THE USE OF BRICKS IS PERMITTED WHERE THE BRICKS ARE STAGGERED TO CREATE A RUNNING BOND OR 12 BOND. 5.BASE SECTION SHALL BE SEALED TO THE BOTTOM AREA OF THE ADJUSTMENT SECTION WITH MORTAR. 6.MORTAR SHALL MEET THE REQUIREMENTS OF WSDOT/APWA STANDARD SPECIFICATION 9-04.3. 7.PICK / LIFTING HOLES ARE TO BE GROUTED WATER TIGHT. USE GROUT TYPE 2 FOR NON-SHRINK APPLICATIONS IN ACCORDANCE WITH STANDARD SPECIFICATION 9-20.3(2). 8.MORTAR SHALL BE MIXED AND APPLIED PER MANUFACTURER'S DIRECTIONS. 9.FRAME SHALL BE ADJUSTED TO PAVEMENT GRADE BY TAPPING UNTIL FRAME IS FLUSH WITH PAVEMENT AS DETERMINED WITH A STRAIGHT EDGE OF SUFFICIENT LENGTH. 10.ALL MORTAR JOINTS SHALL BE TRIMMED FLUSH AND REMAIN VISIBLE UPON COMPLETION. BASE SECTION SEE NOTE 4 CLEAN SURFACE AND BOTTOM AREA. PROVIDE UNIFORM CONTACT. THE SURFACE AREA OF THE BASE SECTION MUST BE MORTARED TO THE BOTTOM AREA OF THE ADJUSTMENT SECTION CATCH BASIN INSTALLATION STD. PLAN - 202.00 PUBLIC WORKS DEPARTMENT APPROVED: DATEGreggZimmerman Public Works Administrator UNLESS OTHERWISE NOTED, DRAWING IS NOT TO SCALE (NTS) DocuSign Envelope ID: 6EECF5B6-602A-4E4A-B436-A317AA638878 9/28/2018 | 9:45 AM PDT 5" ECCENTRIC CONE SECTION 72" FLAT SLAB TOP RECTANGULAR ADJUSTMENT SECTION CIRCULAR ADJUSTMENT SECTION PREFABRICATED LADDER STEP 84" or 96" FLAT SLAB TOP NOTES: 1.AS AN ACCEPTABLE ALTERNATIVE TO REBAR, WIRE MESH HAVING A MINIMUM AREA OF 0.12 SQUARE INCHES PER FOOT MAY BE USED FOR ADJUSTMENT SECTIONS. 48", 54", or 60" FLAT SLAB TOP 20"x24", 24" DIA., 48" DIA., OR 54" DIA. HOLE 6 BARS @ 7" SPACING 12" 2" (TYP.) 1" MIN. 2 1/2" MAX. 12" (TYP.) 12" 9" 6" 48" MAX. 24" MIN. 5 BARS @ 6" SPACING 20"x24", 24" DIA., 48" DIA., OR 54" DIA. HOLE 8" 2" (TYP.) 1" MIN. 2 1/2" MAX. TYPICAL ORIENTATION FOR ACCESS AND STEPS 6" 9 1/2" MAX. 12" MIN. 48" MIN. 24" MIN. 18" MIN. 42" MAX. 4 BARS @ 6" SPACING 20"x24" OR 24" DIA. HOLE 8" 2" (TYP.) 1" MIN. 2 1/2" MAX. 34" ONE #3 BAR HOOP FOR 6" HEIGHT INCREMENT (SPACED EQUALLY), SEE NOTE 1 34" 24" 30 20 5" 5" 1", 2", 4", 6", 12", OR 24" ONE #3 BAR HOOP FOR 6" HEIGHT INCREMENT (SPACED EQUALLY), SEE NOTE 1 1", 2", 4", 6", 12", OR 24" MISCELLANEOUS DETAILS FOR DRAINAGE STRUCTURES STD. PLAN - 204.60 PUBLIC WORKS DEPARTMENT APPROVED: DATEGreggZimmerman Public Works Administrator UNLESS OTHERWISE NOTED, DRAWING IS NOT TO SCALE (NTS) DocuSign Envelope ID: 6EECF5B6-602A-4E4A-B436-A317AA638878 9/28/2018 | 9:45 AM PDT NOTES: 1.THIS FRAME IS DESIGNED TO ACCOMMODATE 20" × 24" GRATES OR COVERS,SEE STANDARD PLANS 204.10, 204.20, 204.30, AND 204.40.2. BOLT-DOWN CAPABILITY IS REQUIRED ON ALL FRAMES, GRATES, AND COVERS, UNLESS OTHERWISE SPECIFIED. PROVIDE TWO HOLES IN THE FRAME THAT ARE VERTICALLY ALIGNED WITH THE GRATE OR COVER SLOTS.THE FRAME SHALL ACCEPT THE 5/8"-11 NC x 2" ALLEN HEAD CAP SCREW BY BEING TAPPED, OR OTHER APPROVED MECHANISM. LOCATION OF BOLT- DOWN HOLES VARIES BY MANUFACTURER.3. REFER TO STANDARD SPECIFICATION 9-05.15(2) FOR ADDITIONAL REQUIREMENTS. GRATE FRAME SEE NOTE 2 RECESSED ALLEN HEAD CAP SCREW 5/ 8" - 11 NC x 2"SECTION A DETAIL TOP ISOMETRIC VIEW BOLT- DOWN HOLE (TYP.) ~ 5/8",11 NC, SEE DETAIL AND NOTE 2 29 1/4"25 1/4"SECTION BOLT-DOWN DETAIL 24 1/4"SEE DETAIL 3/ 4"4 1/2"1 5/8"2 1/2"1 5/8"1 1/4"3/ 4"7/ 8"1/ 8"ARECTANGULAR FRAME STD. PLAN - 204.00 PUBLIC WORKS DEPARTMENT APPROVED: DATEGregg ZimmermanPublic Works Administrator UNLESS OTHERWISE NOTED, DRAWING IS NOT TO SCALE (NTS)DocuSign Envelope ID: 6EECF5B6-602A-4E4A-B436-A317AA638878 9/ 28/2018 | 9:45 AM PDT NOTES: BOLT-DOWN SLOT DETAIL SEE NOTE 1 SECTION A TOP SECTION B SECTION C 1.BOLT-DOWN CAPABILITY IS REQUIRED ON ALL FRAMES, GRATES, AND COVERS, UNLESS OTHERWISE SPECIFIED. PROVIDE TWO HOLES IN THE FRAME THAT ARE VERTICALLY ALIGNED WITH THE GRATE OR COVER SLOTS. THE FRAME SHALL ACCEPT THE 5/8"-11 NC x 2" ALLEN HEAD CAP SCREW BY BEING TAPPED, OR OTHER APPROVED MECHANISM. LOCATION OF BOLT-DOWN HOLES VARIES BY MANUFACTURER. 2.ALTERNATIVE REINFORCING DESIGNS ARE ACCEPTABLE IN LIEU OF THE RIB DESIGN. 3.REFER TO STANDARD SPECIFICATION 9-05.15(2) FOR ADDITIONAL REQUIREMENTS. 4.FOR FRAME DETAILS, SEE CITY OF RENTON STANDARD PLAN 204.00. 24" 1 1/2" 3" R26", SEE NOTE 2 BOLT-DOWN SLOT, SEE DETAIL AND NOTE121/2" DIA. HOLE 1 5/8" MAX. 4 3/4"1 1/2" 3" R39", SEE NOTE 2 1 1/2" 1/2" DIA. HANDLE 3/4" DIA. HOLE 5/8" 3/4" 4" 3 1/2" 5" 1/2" 3/4" 1 1/4" 5/8"ACB20" ISOMETRIC PUBLIC WORKS DEPARTMENT APPROVED: DATEGreggZimmerman Public Works Administrator UNLESS OTHERWISE NOTED, DRAWING IS NOT TO SCALE (NTS) RECTANGULAR SOLID METAL COVER STD. PLAN - 204.10 DocuSign Envelope ID: 6EECF5B6-602A-4E4A-B436-A317AA638878 9/28/2018 | 9:45 AM PDT NOTES: ISOMETRIC SECTION B TOPFOUNDRY NAMEDIFLOW SECTION A 1.BOLT-DOWN CAPABILITY IS REQUIRED ON ALL FRAMES, GRATES, AND COVERS, UNLESS OTHERWISE SPECIFIED. PROVIDE TWO HOLES IN THE FRAME THAT ARE VERTICALLY ALIGNED WITH THE GRATE OR COVER SLOTS. THE FRAME SHALL ACCEPT THE 5/8"-11 NC x 2" ALLEN HEAD CAP SCREW BY BEING TAPPED, OR OTHER APPROVED MECHANISM. LOCATION OF BOLT-DOWN HOLES VARIES BY MANUFACTURER. 2.REFER TO STANDARD SPECIFICATION 9-05.15(2) FOR ADDITIONAL REQUIREMENTS. 3.FOR FRAME DETAILS, SEE STANDARD PLAN 204.00. FLOWFLOWBOLT-DOWN SLOT DETAIL SEE NOTE 1 1/2" 3/4" 1 1/4" 5/8" BOLT-DOWN SLOT, SEE DETAIL AND NOTE 1 20" 5" 5" 5" 3" 1" 3" 5" 5" 5" DIRECTION OF FLOW 24" 7 OR 8 EQUAL SPACES 1 5/8" MAX. A BOUTFALL TO STREAM DUMP NO POLLUTANTS 3/8" RECESSED LETTERING RECTANGULAR VANED GRATE STD. PLAN - 204.20 PUBLIC WORKS DEPARTMENT APPROVED: DATEGreggZimmerman Public Works Administrator UNLESS OTHERWISE NOTED, DRAWING IS NOT TO SCALE (NTS) DocuSign Envelope ID: 6EECF5B6-602A-4E4A-B436-A317AA638878 9/28/2018 | 9:45 AM PDT ISOMETRIC NOTES: SECTION B TOPFOUNDRY NAMEDIFLOW SECTION A 1.BOLT-DOWN CAPABILITY IS REQUIRED ON ALL FRAMES, GRATES, AND COVERS, UNLESS OTHERWISE SPECIFIED. PROVIDE TWO HOLES IN THE FRAME THAT ARE VERTICALLY ALIGNED WITH THE GRATE OR COVER SLOTS. THE FRAME SHALL ACCEPT THE 5/8"-11 NC x 2" ALLEN HEAD CAP SCREW BY BEING TAPPED, OR OTHER APPROVED MECHANISM. LOCATION OF BOLT-DOWN HOLES VARIES BY MANUFACTURER. 2.REFER TO STANDARD SPECIFICATION 9-05.15(2) FOR ADDITIONAL REQUIREMENTS. 3.USE ONLY IN SAGS ON VERTICAL CURVES. 4.FOR FRAME DETAILS, SEE STANDARD PLAN 204.00. FLOWFLOWBOLT-DOWN SLOT DETAIL SEE NOTE 1 1/2" 3/4" 1 1/4" 5/8" BOLT-DOWN SLOT, SEE DETAIL AND NOTE 1 20" 5" 5" 5" 3" 1" 3" 5" 5" 5" 24" 1 5/8" MAX. 4 EQUAL SPACES 4 EQUAL SPACES A BOUTFALL TO STREAM DUMP NO POLLUTANTS 3/8" RECESSED LETTERING RECTANGULAR BI-DIRECTIONAL VANED GRATE STD. PLAN - 204.30 PUBLIC WORKS DEPARTMENT APPROVED: DATEGreggZimmerman Public Works Administrator UNLESS OTHERWISE NOTED, DRAWING IS NOT TO SCALE (NTS) DocuSign Envelope ID: 6EECF5B6-602A-4E4A-B436-A317AA638878 9/28/2018 | 9:45 AM PDT COVER SECTION VIEW ASTM A48 CL35B00371780MO/ DA/YR X3717C1PTEON BOLTING DETAIL GASKET GROOVE DETAIL FRAME SECTION VIEW COVER BOTTOM VIEW PLAN VIEW DRAINIFCOMADEINUSA EJIW DUMPNO P OL L U T A N TS - DRAINS T O S T REAMR E N T O N NOTES:1.ALL COVERS SHALL BE LOCKING LID PER EJ No. 3717C1 OR APPROVED EQUAL.1/2" LETTERING BOLT HOLES - 3 PLACES EQUALLY SPACED 120° APART ON 23 1/16" DIA. B. C.1 1/4" LETTERING 1) 1" DIA. PICKHOLE 25" DIA.3/ 4"1"2 1/ 2"8 3/4"TYP.) 3) BLT SOC. (ALLEN HEAD)5/8"-11 x 1.5 SS RUBBER WASHER 5/ 8"25 1/4" DIA.26 1/2" DIA.23 3/8" DIA. CL OPEN 27 5/16" DIA.34 1/ 8" DIA.1 1/16"6"1/8" 1/4" 1 1/16"R1/8" 1/4" DIA. NEOPRENE GASKET STORM ROUND FRAME AND COVER STD. PLAN - 204. 50PUBLIC WORKS DEPARTMENT APPROVED: DATEGregg Zimmerman Public Works Administrator UNLESS OTHERWISE NOTED, DRAWING IS NOT TO SCALE (NTS)DocuSign Envelope ID: 6EECF5B6-602A-4E4A-B436-A317AA638878 9/28/ RIGID PIPE NOTES: 1.PIPE COMPACTION LIMITS SHOWN ON THIS PLAN ARE FOR PIPE CONSTRUCTION IN AN EMBANKMENT. FOR PIPE CONSTRUCTION IN A TRENCH, THE HORIZONTAL LIMITS OF THE PIPE COMPACTION ZONE SHALL BE THE WALLS OF THE TRENCH. 2.O.D. IS EQUAL TO THE OUTSIDE DIAMETER OF A PIPE OR THE OUTSIDE SPAN OF PIPE-ARCH. 3.SEE STANDARD WSDOT/APWA SPECIFICATIONS SECTION 2-09.4 FOR TRENCH WIDTH. 4.PIPE ZONE BEDDING AND BACKFILL MATERIAL SHALL BE PLACED IN 6" LOOSE LAYERS AND COMPACTED TO 95% MAXIMUM DENSITY. 5.EXCAVATE UNSTABLE MATERIAL DOWN TO FIRM SOIL AND REPLACE WITH FOUNDATION MATERIAL CLASS A OR B PER STANDARD WSDOT/APWA SPECIFICATIONS SECTION 9-03.17. GRAVEL BACKFILL FOR PIPE ZONE BEDDING (WSDOT 9-03.12(3)) OR MAINTENANCE ROCK (WSDOT 9-03.9(4)) CIRCULAR PIPE FOUNDATION MATERIAL, IF REQUIRED, SEE NOTE 5 SPAN 6" PIPE - ARCH 6" PIPE TYPE MINIMUM COVER (FT)PUBLIC?PRIVATE? ALLOWED IN ZONE 1 OF THE APA? CORRUGATED STEEL PIPE 2.0 YES YES YES SPIRAL RIB STEEL PIPE 2.0 YES YES YES PLAIN CONCRETE PIPE (PCP)2.0 NO YES NO REINFORCED CONCRETE PIPE RCP) 1.0 YES YES NO CORRUGATED OR SPIRAL RIB ALUMINUM PIPE 2.0 YES YES NO DUCTILE IRON PIPE 1.0 YES YES YES FOUNDATION LEVEL RISE TRENCH WIDTH, SEE NOTE 3 CIRCULAR PIPE DIAMETER MINIMUM DISTANCE BETWEEN BARRELS 12" TO 24"12" 30" TO 96"DIAMETER / 3 102" TO 180"48" PIPE-ARCH SPAN MINIMUM DISTANCE BETWEEN BARRELS 18" TO 36"12" 43" TO 142"SPAN / 3 148" TO 199"48" TRENCH WIDTH, SEE NOTE 3 6" O.D. 6" FOUNDATION LEVEL PIPE ZONE BEDDING AND BACKFILL, SEE NOTE 4 FOUNDATION MATERIAL, IF REQUIRED, SEE NOTE 5 PIPE ZONE BEDDING AND BACKFILL, SEE NOTE 4 PIPE ZONE BEDDING AND COMPACTION - RIGID PIPE STD. PLAN - 220.00 PUBLIC WORKS DEPARTMENT APPROVED: DATEGreggZimmerman Public Works Administrator UNLESS OTHERWISE NOTED, DRAWING IS NOT TO SCALE (NTS) DocuSign Envelope ID: 6EECF5B6-602A-4E4A-B436-A317AA638878 9/28/2018 | 9:45 AM PDT FLEXIBLE PIPE NOTES: 1.PROVIDE UNIFORM SUPPORT UNDER BARRELS. 2.HAND TAMP UNDER HAUNCHES. 3.DIRECTLY OVER PIPE, HAND TAMP ONLY. 4.SEE STANDARD WSDOT/APWA SPECIFICATIONS SECTION 2-09.4 FOR TRENCH WIDTH. 5.PIPE ZONE BEDDING AND BACKFILL MATERIAL SHALL BE PLACED IN 6" LOOSE LAYERS AND COMPACTED TO 95% MAXIMUM DENSITY. 6.EXCAVATE UNSTABLE MATERIAL DOWN TO FIRM SOIL AND REPLACE WITH FOUNDATION MATERIAL CLASS A OR B PER STANDARD WSDOT/APWA SPECIFICATIONS SECTION 9-03.17. SEE NOTE 4, LIMIT OF PIPE ZONE 6" O.D. 6" FOUNDATION LEVEL PIPE ZONE BEDDING AND BACKFILL, SEE NOTE 5 FLEXIBLE PIPE PIPE TYPE MINIMUM COVER (FT)PUBLIC?PRIVATE? ALLOWED IN ZONE 1 OF THE APA? LINE CORRUGATED POLYETHYLENE PIPE (LCPE) 2.0 YES YES YES CORRUGATED POLYETHYLENE PIPE CPE) - TRIPLE WALL 2.0 YES YES YES POLYVINYL CHLORIDE PIPE (PVC)3.0 YES YES YES SOLID WALL HIGH DENSITY POLYETHYLENE PIPE (HDPE) 2.0 YES YES YES DIAMETER MINIMUM DISTANCE BETWEEN BARRELS 12" TO 24"12" 30" TO 96"DIAMETER / 3 102" TO 180"48" GRAVEL BACKFILL FOR PIPE ZONE BEDDING (WSDOT 9-03.12(3)) OR MAINTENANCE ROCK (WSDOT 9-03.9(4)) FOUNDATION MATERIAL, IF REQUIRED, SEE NOTE 6 PIPE ZONE BEDDING AND COMPACTION - FLEXIBLE PIPE STD. PLAN - 220.10 PUBLIC WORKS DEPARTMENT APPROVED: DATEGreggZimmerman Public Works Administrator UNLESS OTHERWISE NOTED, DRAWING IS NOT TO SCALE (NTS) DocuSign Envelope ID: 6EECF5B6-602A-4E4A-B436-A317AA638878 9/28/2018 | 9:45 AM PDT EROSION AND SEDIMENT CONTROL STANDARD PLAN NOTES STD. PLAN - 268.00 EROSION AND SEDIMENT CONTROL (ESC) STANDARD PLAN NOTES: THE FOLLOWING IS A LISTING OF GENERAL NOTES THAT SHALL BE INCORPORATED IN THE EROSION AND SEDIMENT CONTROL (ESC) PLAN SET. ALL THE NOTES ON THE LIST MAY NOT PERTAIN TO EVERY PROJECT. THE APPLICANT OR OWNER, HEREBY REFERRED TO AS APPLICANT, MAY STRIKE OUT IRRELEVANT NOTES IF NOT APPLICABLE TO THE PROJECT. HOWEVER, THE APPLICANT SHALL NOT RENUMBER NOR EDIT THE REMAINING NOTES. IF ADDITIONAL NOTES ARE NEEDED FOR SPECIFIC ASPECTS, THEY SHALL BE ADDED AFTER THE ESC STANDARD PLAN NOTES. 1.BEFORE ANY CONSTRUCTION OR DEVELOPMENT ACTIVITY OCCURS, A PRE-CONSTRUCTION MEETING SHALL BE HELD AMONG THE CITY OF RENTON, HEREBY REFERRED TO AS THE CITY, THE APPLICANT, AND THE APPLICANT'S CONTRACTOR. 2.THE APPLICANT IS RESPONSIBLE FOR OBTAINING THE WASHINGTON STATE DEPARTMENT OF ECOLOGY (ECOLOGY) CONSTRUCTION STORMWATER GENERAL PERMIT, IF IT IS REQUIRED FOR THE PROJECT. THE APPLICANT SHALL PROVIDE THE CITY COPIES OF ALL MONITORING REPORTS PROVIDED TO ECOLOGY ASSOCIATED WITH THE CONSTRUCTION STORMWATER GENERAL PERMIT. 3.THE ESC PLAN SET SHALL INCLUDE AN ESC CONSTRUCTION SEQUENCE DETAILING THE ORDERED STEPS THAT SHALL BE FOLLOWED FROM CONSTRUCTION COMMENCEMENT TO POST-PROJECT CLEANUP IN ORDER TO FULFILL PROJECT ESC REQUIREMENTS. 4.THE BOUNDARIES OF THE CLEARING LIMITS, SENSITIVE AREAS AND THEIR BUFFERS, AND AREAS OF VEGETATION PRESERVATION AND TREE RETENTION AS PRESCRIBED ON THE PLAN(S) SHALL BE CLEARLY DELINEATED BY FENCING AND PROTECTED IN THE FIELD IN ACCORDANCE WITH APPENDIX D OF THE CITY OF RENTON SURFACE WATER DESIGN MANUAL (RENTON SWDM) PRIOR TO THE START OF CONSTRUCTION. DURING THE CONSTRUCTION PERIOD, NO DISTURBANCE BEYOND THE CLEARING LIMITS SHALL BE PERMITTED. THE CLEARING LIMITS SHALL BE MAINTAINED BY THE APPLICANT/ESC SUPERVISOR FOR THE DURATION OF CONSTRUCTION. 5.STABILIZED CONSTRUCTION ENTRANCES SHALL BE INSTALLED AT THE BEGINNING OF CONSTRUCTION AND MAINTAINED FOR THE DURATION OF THE PROJECT. ADDITIONAL MEASURES, SUCH AS CONSTRUCTED WHEEL WASH SYSTEMS OR WASH PADS, MAY BE REQUIRED TO ENSURE THAT ALL PAVED AREAS ARE KEPT CLEAN AND TRACK-OUT TO ROAD RIGHT OF WAY DOES NOT OCCUR FOR THE DURATION OF THE PROJECT. IF SEDIMENT IS TRACKED OFFSITE, PUBLIC ROADS SHALL BE CLEANED THOROUGHLY AT THE END OF EACH DAY, OR MORE FREQUENTLY DURING WET WEATHER, AS NECESSARY TO PREVENT SEDIMENT FROM ENTERING WATERS OF THE STATE. 6.WASHOUT FROM CONCRETE TRUCKS SHALL BE PERFORMED OFF-SITE OR IN DESIGNATED CONCRETE WASHOUT AREAS ONLY. DO NOT WASH OUT CONCRETE TRUCKS ONTO THE GROUND, OR TO STORM DRAINS OR OPEN DITCHES. ON-SITE DUMPING OF EXCESS CONCRETE SHALL ONLY OCCUR IN DESIGNATED CONCRETE WASHOUT AREAS. 7.ALL REQUIRED ESC BMPS SHALL BE CONSTRUCTED AND IN OPERATION PRIOR TO LAND CLEARING AND/OR CONSTRUCTION TO PREVENT TRANSPORTATION OF SEDIMENT TO SURFACE WATER, DRAINAGE SYSTEMS AND ADJACENT PROPERTIES. ALL ESC BMPS SHALL BE MAINTAINED IN A SATISFACTORY CONDITION UNTIL SUCH TIME THAT CLEARING AND/OR CONSTRUCTION IS COMPLETE AND POTENTIAL FOR ON-SITE EROSION HAS PASSED. ALL ESC BMPS SHALL BE REMOVED AFTER CONSTRUCTION IS COMPLETED AND THE SITE HAS BEEN STABILIZED TO ENSURE POTENTIAL FOR ON-SITE EROSION DOES NOT EXIST. THE IMPLEMENTATION, MAINTENANCE, REPLACEMENT, ENHANCEMENT, AND REMOVAL OF ESC BMPS SHALL BE THE RESPONSIBILITY OF THE APPLICANT. 8.ANY HAZARDOUS MATERIALS OR LIQUID PRODUCTS THAT HAVE THE POTENTIAL TO POLLUTE RUNOFF SHALL BE DISPOSED OF PROPERLY. 9.THE ESC BMPS DEPICTED ON THIS DRAWING ARE INTENDED TO BE MINIMUM REQUIREMENTS TO MEET ANTICIPATED SITE CONDITIONS. AS CONSTRUCTION PROGRESSES AND UNEXPECTED OR SEASONAL CONDITIONS DICTATE, THE APPLICANT SHALL ANTICIPATE THAT MORE ESC BMPS WILL BE NECESSARY TO ENSURE COMPLETE SILTATION CONTROL ON THE PROPOSED SITE. DURING THE COURSE OF CONSTRUCTION, IT SHALL BE THE OBLIGATION AND RESPONSIBILITY OF THE APPLICANT TO ADDRESS ANY NEW CONDITIONS THAT MAY BE CREATED BY THE ACTIVITIES AND TO PROVIDE ADDITIONAL ESC BMPS, OVER AND ABOVE MINIMUM REQUIREMENTS, AS MAY BE NEEDED, TO PROTECT ADJACENT PROPERTIES AND WATER QUALITY OF THE RECEIVING DRAINAGE SYSTEM. 10.APPROVAL OF THIS PLAN IS FOR ESC ONLY. IT DOES NOT CONSTITUTE AN APPROVAL OF STORM DRAINAGE DESIGN, SIZE NOR LOCATION OF PIPES, RESTRICTORS, CHANNELS, OR STORMWATER FACILITIES. 11.ANY DEWATERING SYSTEM NECESSARY FOR THE CONSTRUCTION OF STORMWATER FACILITIES SHALL BE SUBMITTED TO THE CITY FOR REVIEW AND APPROVAL. 12.ANY AREAS OF EXPOSED SOILS, INCLUDING ROADWAY EMBANKMENTS, THAT WILL NOT BE DISTURBED FOR TWO DAYS DURING THE WET SEASON (OCTOBER 1ST THROUGH APRIL 30TH) OR SEVEN DAYS DURING THE DRY SEASON (MAY 1ST THROUGH SEPTEMBER 30TH) SHALL BE IMMEDIATELY STABILIZED WITH THE APPROVED ESC COVER METHODS (E.G., SEEDING, MULCHING, PLASTIC COVERING, ETC.) IN CONFORMANCE WITH APPENDIX D OF THE RENTON SWDM. 13.WET SEASON ESC REQUIREMENTS APPLY TO ALL CONSTRUCTION SITES BETWEEN OCTOBER 1ST AND APRIL 30TH, UNLESS OTHERWISE APPROVED BY THE CITY. 14.ANY AREA NEEDING ADDITIONAL ESC MEASURES, NOT REQUIRING IMMEDIATE ATTENTION, SHALL BE ADDRESSED WITHIN SEVEN (7) DAYS. 15.THE ESC BMPS ON INACTIVE SITES SHALL BE INSPECTED AND MAINTAINED AT A MINIMUM OF ONCE A MONTH OR WITHIN 24 HOURS FOLLOWING A STORM EVENT. INSPECTION AND MAINTENANCE SHALL OCCUR MORE FREQUENTLY AS REQUIRED BY THE CITY. 16.BEFORE COMMENCEMENT OF ANY CONSTRUCTION ACTIVITY, CATCH BASIN INSERTS PER THE CITY STANDARD PLAN 216.30 SHALL BE PROVIDED FOR ALL STORM DRAIN INLETS DOWNSLOPE AND WITHIN 500 FEET OF A DISTURBED OR CONSTRUCTION AREA, UNLESS THE RUNOFF THAT ENTERS THE INLET WILL BE CONVEYED TO A SEDIMENT POND OR TRAP. ALL CATCH BASIN INSERTS SHALL BE PERIODICALLY INSPECTED AND REPLACED AS NECESSARY TO ENSURE FULLY FUNCTIONING CONDITION. 17.AT NO TIME SHALL SEDIMENT ACCUMULATION EXCEED 2/3 OF THE CAPACITY OF THE CATCH BASIN SUMP. ALL CATCH BASINS AND CONVEYANCE LINES SHALL BE CLEANED PRIOR TO PAVING. THE CLEANING OPERATION SHALL NOT FLUSH SEDIMENT-LADEN WATER INTO THE DOWNSTREAM SYSTEM. 18.ANY PERMANENT STORMWATER FACILITY LOCATION USED AS A TEMPORARY SETTLING BASIN SHALL BE MODIFIED WITH THE NECESSARY ESC BMPS AND SHALL PROVIDE ADEQUATE STORAGE CAPACITY. IF THE TEMPORARY FACILITY IS TO ULTIMATELY FUNCTION AS AN INFILTRATION SYSTEM IN ITS PERMANENT STATE, THE TEMPORARY FACILITY SHALL BE ROUGH GRADED SO THAT THE BOTTOM AND SIDES ARE AT LEAST THREE FEET ABOVE THE FINAL GRADE OF THE PERMANENT FACILITY. 19.AREAS DESIGNATED ON THE PLAN(S) CONTAINING EXISTING STORMWATER FACILITIES OR ON-SITE BMPS (AMENDED SOILS, BIORETENTION, PERMEABLE PAVEMENT, ETC.) SHALL BE CLEARLY FENCED AND PROTECTED USING ESC BMPS TO AVOID SEDIMENTATION AND COMPACTION DURING CONSTRUCTION. 20.PRIOR TO THE BEGINNING OF THE WET SEASON (OCTOBER 1ST), ALL DISTURBED AREAS SHALL BE INSPECTED TO IDENTIFY WHICH ONES SHALL BE SODDED OR SEEDED IN PREPARATION FOR THE WINTER RAINS. DISTURBED AREAS SHALL BE SODDED OR SEEDED WITHIN ONE WEEK OF THE BEGINNING OF THE WET SEASON. AN EXHIBIT OF THOSE AREAS TO BE SODDED OR SEEDED AND THOSE AREAS TO REMAIN UNCOVERED SHALL BE SUBMITTED TO THE CITY FOR REVIEW. 21.PRIOR TO FINAL CONSTRUCTION ACCEPTANCE, THE PROJECT SITE SHALL BE STABILIZED TO PREVENT SEDIMENT-LADEN WATER FROM LEAVING THE PROJECT SITE, ALL ESC BMPS SHALL BE REMOVED, AND STORMWATER CONVEYANCE SYSTEMS, FACILITIES, AND ON-SITE BMPS SHALL BE RESTORED TO THEIR FULLY FUNCTIONING CONDITION. ALL DISTURBED AREAS OF THE PROJECT SITE SHALL BE VEGETATED OR OTHERWISE PERMANENTLY STABILIZED. AT A MINIMUM, DISTURBED AREAS SHALL BE SODDED OR SEEDED AND MULCHED TO ENSURE THAT SUFFICIENT COVER WILL DEVELOP SHORTLY AFTER FINAL APPROVAL. MULCH WITHOUT SEEDING IS ADEQUATE FOR AREAS TO BE LANDSCAPED BEFORE OCTOBER 1ST. 22.ROCKERIES ARE CONSIDERED TO BE A METHOD OF BANK STABILIZATION AND EROSION CONTROL. ROCKERIES SHALL NOT BE CONSTRUCTED TO SERVE AS RETAINING WALLS. ALL ROCKERIES IN CITY ROAD RIGHTS-OF-WAY SHALL BE CONSTRUCTED IN ACCORDANCE WITH CITY STANDARDS. ROCKERIES OUTSIDE OF ROAD RIGHTS-OF-WAY SHALL BE CONSTRUCTED IN ACCORDANCE WITH THE INTERNATIONAL BUILDING CODE. PUBLIC WORKS DEPARTMENT APPROVED: DATEGreggZimmerman Public Works Administrator UNLESS OTHERWISE NOTED, DRAWING IS NOT TO SCALE (NTS) DocuSign Envelope ID: 6EECF5B6-602A-4E4A-B436-A317AA638878 9/28/2018 | 9:45 AM PDT WATER PLAN GENERAL NOTES Standard Plan No. 300 1. ALL WORK AND MATERIALS SHALL BE IN ACCORDANCE WITH THE LATEST EDITION OF THE CITY OF RENTON PUBLIC WORKS STANDARD SPECIFICATIONS AND SPECIAL PROVISIONS AND WSDOT / APWA STANDARD SPECIFICATIONS, LATEST EDITION AS AMENDED BY THE CITY OF RENTON. A SET OF CITY APPROVED PLANS SHALL BE KEPT AT THE JOB SITE WHENEVER CONSTRUCTION IS IN PROGRESS. A PRE -CONSTRUCTION CONFERENCE SHALL BE HELD PRIOR TO THE START OF CONSTRUCTION. THE CONTRACTOR AND OR DEVELOPER SHALL BE RESPONSIBLE FOR SECURING ALL NECESSARY PERMITS PRIOR TO CONSTRUCTION. 2. ALL EXISTING UTILITIES SHALL REMAIN IN SERVICE DURING CONSTRUCTION UNLESS OTHERWISE NOTED. THE CONTRACTOR SHALL CALL 1-800-424-5555 TO VERIFY UTILITY LOCATIONS BEFORE BEGINNING EXCAVATION. 3. ALL MATERIALS USED FOR THE CONSTRUCTION OF WATER SYSTEM IMPROVEMENTS SHALL BE NEW AND UNDAMAGED, AND CATALOG CUTS" FOR ALL MATERIALS SHALL BE APPROVED IN WRITING BY THE CITY OF RENTON PRIOR TO BRINGING ANY MATERIALS ON-SITE. 4. ALL WATER MAIN PIPE MATERIALS SHALL BE CEMENT LINED DUCTILE IRON PIPE, THICKNESS CLASS 52 PER AWWA C 151 AND C 104. PIPE JOINTS SHALL BE PUSH -ON OR MECHANICAL JOINT. CAST IRON OR DUCTILE IRON PIPE FITTINGS SHALL BE CLASS 250 AS PER ANSI/AWWA C110/A21.10-82. ALL DUCTILE IRON PIPE AND FITTINGS SHALL BE WRAPPED WITH 8 -MIL BLACK, TUBE -TYPE, POLYETHYLENE PLASTIC PER AWWA C105 STANDARDS. 5. MINIMUM COVER FROM TOP OF WATER MAINS TO FINISHED GRADE SHALL BE 36 INCHES FOR PIPE DIAMETER OF 10 -INCH OR LESS AND 48 INCHES FOR PIPE DIAMETER OF 12 -INCH AND LARGER. MAXIMUM COVER FOR ALL WATER MAINS SHALL BE 60 INCHES. ANY DEVIATIONS MUST BE APPROVED BY THE CITY OF RENTON PRIOR TO CONSTRUCTION. WHERE UTILITY CONFLICTS OCCUR, THE PROFILE OF THE WATER MAIN SHALL BE ADJUSTED AS NECESSARY TO CLEAR CONFLICTS AND TO PROVIDE MINIMUM COVER. PIPE DEFLECTION SHALL NOT EXCEED ONE-HALF OF PIPE MANUFACTURER'S SPECIFICATION FOR SIZE OF PIPE USED. ALL TRENCH BACKFILL SHALL BE COMPACTED TO 95 PERCENT MAXIMUM DRY DENSITY AS DETERMINED BY THE MODIFIED PROCTOR TEST METHOD (MDD) IN ROADWAYS, ROADWAY SHOULDERS, ROADWAY PRISM AND DRIVEWAYS, AND 85 PERCENT MDD IN UNPAVED AREAS. ALL PIPE ZONE COMPACTION SHALL BE 95 MDD. 6. CONCRETE BLOCKING FOR WATER MAINS SHALL BE DESIGNED, INSTALLED AND POURED IN PLACE IN ACCORDANCE WITH CITY OF RENTON STANDARD DETAILS AND SPECIFICATIONS AND SHALL BE INSTALLED AT ALL VERTICAL AND HORIZONTAL BENDS, FITTINGS AND BASE OF HYDRANTS. MEGA -LUGS (OR SIMILAR PRODUCT) MAY BE REQUIRED ON ALL MECHANICAL JOINTS IN ADDITION TO CONCRETE BLOCKING. ALL NEW WATER MAIN PIPES AND FITTINGS SHALL HAVE A FOAM PIPE PIG RUN THROUGH THEM PRIOR TO BEING FLUSHED, DISINFECTED, AND TESTED. CLEANING, PRESSURE AND PURITY TESTING SHALL BE DONE IN THE PRESENCE OF AND UNDER THE SUPERVISION OF A CITY OF RENTON UTILITY INSPECTOR. THE CONTRACTOR SHALL SUPPLY, INSTALL AND REMOVE PLUGS, CORPORATION STOPS, BLOW -OFF ASSEMBLIES, AND THRUST RESTRAINT / BLOCKING FOR TESTING AND PURITY ACCEPTANCE. NO CONNECTION SHALL BE MADE BETWEEN THE NEW MAIN OR BETWEEN THE NEW WET -TAP VALVE TO AN EXISTING MAIN UNTIL THE NEW PIPING HAS BEEN FOAM -PIGGED, DISINFECTED, FLUSHED, AND PASSED BOTH PRESSURE AND PURITY TESTING. 8. NEW WATER MAINS INCLUDING SERVICE LATERALS SHALL BE TESTED AT A STATIC PRESSURE OF 150 PSI ABOVE WORKING PRESSURE WITH A MINIMUM OF 225 PSI TEST PRESSURE FOR 120 MINUTES WITH A MAXIMUM OF 5 PSI PRESSURE DROP DURING THE ENTIRE TEST PERIOD. UPON SATISFACTORY COMPLETION OF THE PRESSURE TEST, THE LINE SHALL BE DISINFECTED, FLUSHED, AND THEN WATER SAMPLES SHALL BE TAKEN FOR PURITY TESTING BY THE PUBLIC WORKS INSPECTOR. 9. THE CONTRACTOR SHALL NOTIFY THE CITY OF RENTON WATER UTILITY AND MAINTENANCE DEPARTMENTS AT LEAST 10 WORKING DAYS PRIOR TO MAKING CONNECTIONS TO THE EXISTING WATER SYSTEM. THE CONTRACTOR SHALL EXPOSE THE EXISTING WATER MAIN AND FITTINGS AT THE CONNECTION POINT BEFORE ORDERING THE NECESSARY ADAPTORS AND FITTINGS REQUIRED FOR THE FINAL CONNECTION. THE CONTRACTOR SHALL EXCAVATE, REMOVE ALL SURFACE MATERIALS, AND PROVIDE SHORING AND ALL MATERIALS REQUIRED FOR THE CITY OF RENTON TO PERFORM THE CONNECTION TO THE EXISTING WATER SYSTEM. THE CONTRACTOR SHALL PROVIDE AND INSTALL BACKFILL, CONCRETE BLOCKING, AND COMPLETE SURFACE RESTORATION. a, STD. PLAN - 300.0 PUBLIC WORxsWATER PLAN GENERAL NOTES DEPARTMENT MARCH 2010 wz J WI- Q Z TESTING DETAIL x 18 FTW a 0 NEW D.I. WATER LINE TAPPING TEE (MJxFL) VERTICAL CROSS(MJxFL) FOR POLYPIGGING TAPPING GATE VALVE (FL XMJ) 1—BLIND FLANGE ON TOP WITH 2" TAP AND 2" PLUG TEMPORARY PLUG (MJ) WITH 2—INCH TAP 1—BLIND FLANGE ON BOTTOM AND 2—INCH BLOW—OFF ASSEMBLY 1—PLUG(MJ) WITH 2"TAP & 2" BLOW—OFF CONCRETE BLOCKING TEMPORARY BLOCK wz J KwHa 0 c FINAL CONNECTION DETAIL z Xw W -ALA-- @ENEW D.I. WATER LINE AFTER ALL CLEANING BY POLYPIG, PRESSURE TESTING AND DISINFECTION, REMOVE TEMPORAY BLOCK & BLOW—OFF AND CONNECT TO VALVE WITH D.I. SLEEVE (MJ) & D.I. SPOOLS FINAL CONNECTION BY CITY FORCES NOTES: 1. TAPPING TEES SHALL BE MADE OF CAST IRON, DUCTILE IRON OR EPDXY—COATED STEEL. BOLTS AND NUTS SHAL BE COR—TEN. ALL TEES AND VALVES SHALL BE WATER TESTED BEFORE TAP 2. NO SIZE ON SIZE TAPS ON CAST—IRON WATER LINES. TAP SHALL BE AT LEAST 2" SMALLER DIAMETER THAN THE EXISTING MAIN. 3. NO WET TAP ON ASBESTOS CEMENT LINE OR STEEL LINE 4, WET—TAPPING OF EXISTING CITY OF RENTON WATER MAINS WILL BE DONE BY SPEER TAP OR SUPERIOR TAPPING INC. 5. CONTRACTOR SHALL POTHOLE AND VERIFY THE HORIZONTAL AND VERTICAL ALIGNMENT OF EXISTING LINE OR STUB AND SHALL START LAYING THE NEW LINE AT THE SAME HORIZONTAL AND VERTICAL ALIGNMENT OF THE EXISTING STUB. 6. CITY FORCES WILL PERFORM THE FINAL CONNECTION FROM THE WATER LINE TO THE TAPPING VALVE WITH D.I. SLEEVE AND D.I. SPOOL. Y STD. PLAN — 300.1 as + PUBLIC WORKS CONNECTION TO WATER MAIN WITH DEPARTMENT TAPPING TEE & VALVE N,p MARCH 2010 EXISTING WATER LINE PLAN VIEW TESTING DETAIL ICAL CROSS(MJxFL) FOR POLYPIGGING ONE BLIND FLANGE ON TOP WITH 2"TAP & 2"PLUG ONE BLIND FLANGE ON BOTTOM ONE (MJ) PLUG WITH 2" TAP & 2" TEMPORARY BLOW -OFF TEMPORARY BLOCK CUT -)N (BY CITY FORCES) TEE (FLxFL) W/ CONC. BLOCK 1- GATE VALVES (FLxMJ) 2- SOLID SLEEVES (MJ) OR RO-MAC COUPLINGS 1- PLUG (MJ) W/2"TAP & TEMP. BLOW -OFF TEMP. BLOCK EXISTING WATER LINE EXISTING WATER LINE FINAL CONNECTION DETAIL AFTER ALL TESTING, CLEANING BY POLYPIG, AND DISINFECTION, REMOVE TEMP. BLOCK & BLOW -OFF & CONNECT WITH SLEEVE (MJ) & D.I. SPOOLS FINAL CONNECTION BY CITY FORCES EXISTING WATER LINE ZY e + PUBLIC WORKS CONNECTION TO WATER MAIN CUT STD. PLAN — 300.2 O DEPARTMENT IN—LINE TEE & ONE VALVE N,yp MARCH 2010 EXISTING WATER LINE TESTING DETAIL Jm PLAN VIEW EXISTING WATER LINE FINAL CONNECTION DETAIL EXISTING WATER LINE TICAL CROSS(MJxFL) FOR POLYPIGGING BLIND FLANGE ON TOP WITH 2"TAP & 2`PLUG BLIND FLANGE ON BOTTOM MJ) PLUG WITH 2" TAP & 2" TEMPORARY BLOW -OFF ORARY BLOCK INGS AFTER ALL TESTING, CLEANING BY POLYPIG, AND DISINFECTION, REMOVE TEMP. BLOCK & BLOW -OFF & CONNECT WITH SLEEVE CMJ) & D.L SPOOLS FINAL CONNECTION BY CITY FORCES SY as PUBLIC WORKS CONNECTION TO WATER MAIN CUT STD. PLAN — 300.36 DEPARTMENT IN—LINE TEE & TWO VALVES N,tp MARCH 2010 10 FT EXISTING WATER LINE TESTING DETAIL EXISTING TEE, DEAD END LINE, CAP OR PLUG DO NOT DISTURB BLOCKING NEW WATER LINE U 2F VERTICAL CROSS (MJxFL) FOR POLYPIGGING 1—BLIND FLANGE ON TOP WITH 2"TAP & 2"PLUG 1—BLIND FLANGE ON BOTTOM 1—PLUG(MJ) W/2"TAP & 2" BLOW—OFF TEMP. BLOCK FINAL CONNECTION DETAIL EXIST. WATER LINE NEW WATER LINE 0 r— AFTER ALL TESTING, CLEANING BY POLYPIG AND DISINFECTION, REMOVE TEMP. BLOCK & BLOW—OFF & CONNECT TO EXISTING WATER LINE WITH SLEEVE (MJ) AND D.I. SPOOLS FINAL CONNECTION BY CITY FORCES Y STD. PLAN — 300.50as + PUBLIC WORKS CONNECTION TO WATER MAIN DEPARTMENT EXISTING TEE OR END LINE CAP N,tp MARCH 2010 TEMPORARY 2" GALVANIZED PIPE AND 2" GATE VALVE i n ya.zH:n.»xmxmrrni INSTALL 2" PLUG ON TOP BLIND FLANGE AFTER REMOVAL OF POLYPIG 3 FT MIN. COVER (10—INCH DIAMETER AND UNDER) 4 FT MIN. COVER (12—INCH DIAMETER AND OVER) a NEW WATER MAIN POLYPIG I> a VERTICAL CROSS FOR POLYPIGGING STATION: SIZE OF VERTICAL CROSS SHALL BE THE SAME AS SIZE OF MAIN LINE VERTICAL CROSS (MJ X FL) ONE BLIND FLANGE ON TOP OF CROSS WITH 2" TAP & 2" TEMPORARY BLOW—OFF ASSEMBLY REMOVE BLOW—OFF ASSEMBLY AND INSTALL 2" PLUG AFTER REMOVAL OF CLEANING "POLY—PIG") ONE BLIND FLANGE ON BOTTOM OF CROSS ONE PLUG (MJ) ON END OF CROSS CONCRETE BLOCKING ALL DEBRIS AND POLYPIGS SHALL BE REMOVED FROM SUMP OF VERTICAL CROSS BEFORE DISINFECTION OF NEW WATER MAIN ZY Oe + PUBLIC WORKS POLY PIG STATION FOR CLEANING OF STD. PLAN — 300.6 DEPARTMENT WATER MAINS N,yp MARCH 2010 FIRE HYDRANT SHALL BE COREY—TYPE EQUAL TO IOWA F-5110 OR COMPRESSION TYPE SUCH AS CLOW MEDALLION; M & H 929, MUELLER SUPER CENTURION 200, AND WATEROUS PACER WITH 6" MECHANICAL JOINT INLET WITH LUGS. 5-1/4" MAIN VALVE OPENING. TWO 2-1/2" HOSE CONNECTIONS NATIONAL STANDARD THREADS. 4" PUMPER CONNECTION CITY OF SEATTLE THREADS WITH A STORZ ADAPTOR, 4.875" SEATTLE THREAD X 5" STORZ, ATTACHED WITH 1/8" STAINLESS STEEL CABLE. 1-1/4" PENTAGON OPERATING NUT. FIRE HYDRANT TO BE PAINTED WITH TWO COATS OF PAINT. KELLY— MOORE/PRESERVATIVE PAINT No. 5780-563 DTM ACRYLIC GLOSS, SAFETY YELLOW OR APPROVED EQUAL. PUMPER CONNECTION TO FACE ROADWAY OR AS DIRECTED BY RENTON FIRE DEPARTMENT. FIRE HYDRANT EXTENSION TO BE USED IF REQUIRED. MIN. 18" TO 20" BEHIND BACK OF CURB OR 12" BEHIND BACK OF 3' SIDEWALK THAT IS ADJACENT TO CURB 4.875" x 5" STORZ 5'x5'x6" THICK CONCRETE PAD AROUND HYDRANT. FINISH TO MATCH SIDEWALK. E EXPANSION JOINT AT 2` 1 BACK OF SIDEWALK fCONCRETE SIDEWALK OR PLANTING STRIP 36" MIN COVER TWO—PIECE CAST IRON VALVE BOX WITH LUG TYPE COVER. EQUAL TO OLYMPIC FOUNDRY CO. STANDARD 8" TOP SECTION WITH REGULAR BASE SECTION LENGTH TO FIT. VALVE NUT EXTENSION AS REQUIRED. RAISED PAVEMENT MARKER TYPE 88—A STIMSONITE TWO—WAY BLUE REFLECTIVE CONCRETE BLOCKING CONCRETE ' . THRUST BLOCK MAIN LINE TEE. WITH 6" FLANGE SIDE OUTLET. 6" GATE VALVE (FL X MJ) AWWA C-509, RESILIENT SEAT 6" DUCTILE IRON PIPE, CLASS 52 CEMENT LINED, LENGTH TO FIT 2-3/4" COR—TEN STEEL TIE RODS. 16" x 8" x 4" MININUM X1/2 YARD OF 1-1/4" WASHED DRAIN ROCK CONCRETE BEARING 1' ABOVE BOOT FLANGE. PLACE 8 MIL BLOCK UNDER HYDRANT POLYETHYLENE FILM AROUND TOP AND SIDES OF GRAVEL. 1 O FIRE HYDRANT ASSEMBLY CUT D ONE MAN ROCK - 1 6 TE PAD LEVEL ALL GROUND MIN 3' RADIUS a elk 6" CONCRETE PAD FI LL HYDRANT LOCATION IN CUT OR FILL ZY STD. PLAN — 310.1 e + PUBLIC WORKS FIRE HYDRANT ASSEMBLYODEPARTMENT N,yp MARCH 2010 MARKER MARKER I 4 I TWO LANE ROAD OFFSET MARKER TO INDICATE WHICH SIDE OF STREET HYDRANT IS ON (4" FROM DOTS OR PAINTED LINE) MARKER e o FOUR LANE ROAD OFFSET MARKER TO INDICATE WHICH SIDE OF STREET HYDRANT IS ON (4" FROM DOTS OR PAINTED LANE DIVIDER) HYDRANT MARKERS MARKER t e ON SIDE STREETS WHERE THE HYDRANT IS WITHIN 20' OF A MAIN TRAVELED STREET, THE MARKER IS TO BE INSTALLED ON THAT MAIN STREET MARKER o 4 FIVE LANE ROAD OFFSET MARKER TO INDICATE WHICH SIDE OF STREET HYDRANT IS ON (4" FROM DOTS OR PAINTED LANE DIVIDER) RAISED PAVMENT MARKER TYPE 88 AB STIMSONITE TWO—WAY (BLUE) Y STD. PLAN — 310.3 et ' PUBLIC WORKS DEPARTMENT HYDRANT MARKER LAYOUT T MARCH 2010 13"x24" PLASTIC METER BOX EQUAL TO MID -STATES PLASTIC, INC. BCF SERIES MSBCF 1324-18 WITH 1.75" THICK DUCTILE CITY PRIVATE IRON DIAMOND PLATE COVER EQUAL TO MID -STATES PLASTICS, INC. MSCBC-1324-R WITH READER LID AND 2" DRILLED HOLE PIPING PIPING FOR TOUCHREAD PIT LID (SEE DETAIL A -A) 9" MIN. 12" MAX FINISH GRADE z ¢ TOUCHREAD WATER METER TO BE o 0 SUPPLIED BY THE 12 z Q bj 36" MIN COVER N 7 CITY > TYPE " K" SOFT c 0 22-1/2° COPPER TUBING V u NEW DUCTILE IRON WATERMAIN IF SERVICE LINE TO HOUSE IS 3/4" OR 1" TO BE INSTALLED IN THE FUTURE GALVANIZED INSTALL FORD C14-33 OR 44 FIPT PLUG x COMPRESSION COUPLING Z_LOOP DOWN TO CENTERLINE OF WATER MAIN TO PROVIDE SLACK IN COPPER COPPERSETTER FOR 5/8"x3/4" METER: FORD SERVICE LINE TO METER. VBH72-15W-44-33G, OR McDONALD BRASS: 21-215WCQQ33, OR MUELLER: 3/4-B-2470-2 WITH ANGLE BALL VALVE ON INLET AND SINGLE CHECK VALVE ON OUTLET CORPORATION STOP WITH BALL VALVE. FORD COPPERSETTER FOR 1" METER: FORD VBH72-15W-44-44G, OR TAPERED THREAD (CC). QUICK JOINT McDONALD BRASS: 21-415WCQQ44, OR MUELLER: 1-B-2470-2 3/4" FB1000-3-Q) OR AY MCDONALD 4701B BOTH INLET AND OUTLET WITH QUICK JOINT. PADLOCK WINGS ON 1" FB1000-4-Q) OR AY MCDONALD 4701B INLET ANGLE BALL VALVE AND SINGLE CHECK VALVE ON OUTLET. ALL FITTINGS SHALL BE WITH QUICK JOINT. NOTE: ALL METER BOXES INSTALLED WITHIN CONCRETE OR PAVED DRIVEWAYS SHALL BE CAST-IRON EQUAL TO OLYMPIC FOUNDARY. EXPANSION JOINTS MUSH BE INSTALLED ON BOTH SIDES OF METER BOX. AA DRILL 2" DIA. HOLE FOR AMR (AUTOMATIC METER READ) TOUCHREAD DEVICE 7F—"—T; 2-1/2" MIN. FROM NEAREST FAND FRONT EDGE OF PIT LID 71 TYPICAL RIB NOTE: THE CENTER OF THE HOLE MUST BE AT LEAST 1" FROM UNDERNEATH RIBS UNLESS THE RIB SPACING ALLOWS THE NUT TO TIGHTEN AGAINST THE OPEN SIDE OF MORE THAN ONE RIB. ZY Oer< PUBLIC WORKS 34" AND 1" WATER SERVICE STD. PLAN — 320.1 DEPARTMENT N,yp NOVEMBER 2009 J I IN UNIMPROVED RIGHT OF JfWAYINSTALLMETERBOXAT PROPERTY LINE WITH 12" w LONG COPPER TAILPIECE, w aI SIDEWALK m z ¢ TOUCHREAD WATER METER TO BE o 0 SUPPLIED BY THE 12 z Q bj 36" MIN COVER N 7 CITY > TYPE " K" SOFT c 0 22-1/2° COPPER TUBING V u NEW DUCTILE IRON WATERMAIN IF SERVICE LINE TO HOUSE IS 3/4" OR 1" TO BE INSTALLED IN THE FUTURE GALVANIZED INSTALL FORD C14-33 OR 44 FIPT PLUG x COMPRESSION COUPLING Z_LOOP DOWN TO CENTERLINE OF WATER MAIN TO PROVIDE SLACK IN COPPER COPPERSETTER FOR 5/8"x3/4" METER: FORD SERVICE LINE TO METER. VBH72-15W-44-33G, OR McDONALD BRASS: 21-215WCQQ33, OR MUELLER: 3/4-B-2470-2 WITH ANGLE BALL VALVE ON INLET AND SINGLE CHECK VALVE ON OUTLET CORPORATION STOP WITH BALL VALVE. FORD COPPERSETTER FOR 1" METER: FORD VBH72-15W-44-44G, OR TAPERED THREAD (CC). QUICK JOINT McDONALD BRASS: 21-415WCQQ44, OR MUELLER: 1-B-2470-2 3/4" FB1000-3-Q) OR AY MCDONALD 4701B BOTH INLET AND OUTLET WITH QUICK JOINT. PADLOCK WINGS ON 1" FB1000-4-Q) OR AY MCDONALD 4701B INLET ANGLE BALL VALVE AND SINGLE CHECK VALVE ON OUTLET. ALL FITTINGS SHALL BE WITH QUICK JOINT. NOTE: ALL METER BOXES INSTALLED WITHIN CONCRETE OR PAVED DRIVEWAYS SHALL BE CAST-IRON EQUAL TO OLYMPIC FOUNDARY. EXPANSION JOINTS MUSH BE INSTALLED ON BOTH SIDES OF METER BOX. AA DRILL 2" DIA. HOLE FOR AMR (AUTOMATIC METER READ) TOUCHREAD DEVICE 7F—"—T; 2-1/2" MIN. FROM NEAREST FAND FRONT EDGE OF PIT LID 71 TYPICAL RIB NOTE: THE CENTER OF THE HOLE MUST BE AT LEAST 1" FROM UNDERNEATH RIBS UNLESS THE RIB SPACING ALLOWS THE NUT TO TIGHTEN AGAINST THE OPEN SIDE OF MORE THAN ONE RIB. ZY Oer< PUBLIC WORKS 34" AND 1" WATER SERVICE STD. PLAN — 320.1 DEPARTMENT N,yp NOVEMBER 2009 1-1/2" AND 2" WATER SERVICE DETAIL CAUTION: VALVE BOX SHOULD NOT REST ON PIPE. LATER COMPACTION IN AREA OF VALVE BOX COULD CAUSE THE BREAKAGE OF THE SERVICE. CITY PIPING w C Z zJJ IN UNIMPROVED RIGHT—OF—WAY INSTALL METER a BOX AT PROPERTY LINE WITH ii0 12" LONG COPPER TAILPIECE 0 Xo_ Ofo_ COUPLING x MIPT CAST IRON OR DUCTILE IRON WATERMAIN 9" MIN. 12" MAX. z za Qg ? W 3 M:2> 0 4 o, LEAVE EXPOSED : 0 0 N r) 12„ BY PASS NOT ALLOWED o FOR IRRIGATION METERS MATERIAL LIST FOR 2" SERVICE: METER LOCATED IN PLANTING STRIP BETWEEN CURB & SIDEWALK 1. 2" tapped tee, on new water main. 2. 4" long X 2" brass nipple with threaded ends (MIPT). 3. 2" resilient seat gate valve with threaded ends, square operating nut, and valve nut extension if required (see standard detail 330.1). 4. Two piece cast iron valve box. Standard 8" top section with regular base section, length to fit, "lug" type cover. 2" brass bushing (MIPT x FIPT). 5. 2 each 2" brass or bronze nipples 6" length, threaded ends. 2 each 2"-90° brass or bronze elbows (FIPT x FIPT). 6. 2" (MIPT) x compression fitting, Ford C84-66 or equal. 7. 2" soft copper tubing type K or brass nipples (MIPT x MIPT), length to fit. 8. 2" threaded brass 90' ell. 9. 2" Customsetter with by—pass Ford: VBH 86-12B-11-77 (x 17-3/16" McDonald Brass: 30B715WDFF775 or Mueller B-1427-2", with flanged angle ball valve and padlock wings on inlet, and angle check valve outlet, ball valve on bypass with padlock wings. Customsetter shall have vertical inlet and outlet. 10. Rigid meter spreader to be supplied and installed in meter setter by contractor. 11. Water meter shall be supplied and installed by City of Renton upon payment of all related water meter fee and satisfactory pressure and purity tests. 12. 17"x30" Plastic meter box equal to Mid—States Plastics, Inc. BCF Series MSBCF 1730-18 with 2" thick Ductile iron diamond plate cover 18"x31" equal to Mid—States Plastics, Inc. MSCBC-1730—R with 2" drilled hole for touchread pit lid, and meter read lid. 13. 2" coupling (compression x FIPT) with 2" plug (MIPT), Ford C-14-66 or equal. The property owner is responsible for any necessary adaptation or extension of water service. NOTE: ALL METER BOXES INSTALLED IN CONCRETE OR PAVED DRIVEWAYS SHALL BE CAST—IRON EQUAL TO OLYMPIC FOUNDARY. EXPANSION JOINTS MUST BE INSTALLED 12" MINIMUM ON BOTH SIDES OF METER BOX. PRIVATE PIPING MATERIAL LIST FOR 1-1/2" SERVICE: METER LOCATED IN PLANTING STRIP BETWEEN CURB & SIDEWALK 1. 2" tapped tee on new water main. 2. 4" long X 2" brass nipple with threaded ends (MIPT). 3. 2" resilient seat gate valve with threaded ends, square operating nut, and valve nut extension if required (see standard detail 330.1). 4. Two piece cast iron valve box. Standard 8" top section with regular base section, length to fit, "lug" type cover. 5. 2" X 1-1/2" hex brass bushing (MIPT x FIPT. 2 each 1-1/2" brass or bronze nipples 6" length, threaded ends. 2 each 1-1/2"-90° brass or bronze elbows (FIPT x FIPT. 6. 1-1/2" (MIPT) x compression fitting, Ford C84-66 or equal. 7. 1-1/2" soft copper tubing type K or brass nipples (MIPT x MIPT), length to fit. 8. 1-1/2" threaded brass 90° ell, for Ford L44-77 or equal. 9. 1-1/2" Customsetter with by—pass Ford: VBH 86-12B-11-66 (x 13-3/16"), McDonald Brass: 3OB612WDFF665 or Mueller B-1427-1 1/2", with flanged angle ball valve and padlock wings on inlet, and angle check valve outlet, ball valve on bypass with padlock wings. Customsetter shall have vertical inlet and outlet. 10. Rigid meter spreader to be supplied and installed in meter setter by contractor. 11. Water meter shall be supplied and installed by City of Renton upon payment of all related water meter fee and satisfactory pressure and purity tests. 12. 17"x30" Plastic meter box equal to Mid—States Plastics, Inc. BCF Series MSBCF 1730-18 with 2" thick Ductile iron diamond plate cover 18"x31" equal to Mid—States Plastics, Inc. MSCBC-1730—R with 2" drilled hole for touchread pit lid. 13. 1-1/2" coupling (compression x FIPT) with 1-1/2" plug (MIPT), Ford C-14-66 or equal. The property owner is responsible for any necessary adaptation or extension of water service. ZY e + PUBLIC WORKS 1 %2" AND 2" WATER SERVICE LOCATED STD. PLAN — 320.2 O DEPARTMENT IN PLANTING STRIP N,yp MARCH 2010 CRUSHED ROCK J BASE TO SUPPORT AVAULT. A DRILL 2" DIA. HOLE FOR TOUCHREAD DEVICE QUICK—JOINT COUPLING x MIPT CAST IRON OR DUCTILE IRON WATERMAIN 2-1/2" MIN. FROM NEAREST NOTE: AND FRONT EDGE OF PIT LID THE CENTER OF THE HOLE MUST BE AT LEAST 1" FROM UNDERNEATH RIBS UNLESS THE RIB SPACING ALLOWS THE NUT TO TIGHTEN AGAINST THE OPEN SIDE OF MORE THAN ONE RIB. TYPICAL RIB MATERIAL LIST FOR 2" SERVICE: METER LOCATED IN PLANTING STRIP BETWEEN CURB & SIDEWALK 1. 2" tapped tee, on new water main. 2. 4" long X 2" brass nipple with threaded ends (MIPT). 3. 2" resilient seat gate valve with threaded ends, square operating nut, and valve nut extension if required (see standard detail 330.1). 4. Two piece cast iron valve box. Standard 8" top section with regular base section, length to fit, "lug" type cover. 2" brass bushing (MIPT x FIPT). 5. 2 each 2" brass or bronze nipples 6" length, threaded ends. 2 each 2"-90° brass or bronze elbows (FIPT x FIPT). 6. 2" (MIPT) x compression fitting, Ford C84-66 or equal. 7. 2" soft copper tubing type K or brass nipples (MIPT x MIPT), length to fit. 8. 2" threaded brass 90' ell. 9. 2" Customsetter with by—pass Ford: VBH 86-12B-11-77 (x 17-3/16" McDonald Brass: 30B715WDFF775 or Mueller B-1427-2", with flanged angle ball valve and padlock wings on inlet, and angle check valve outlet, ball valve on bypass with padlock wings. Customsetter shall have vertical inlet and outlet. 10. Rigid meter spreader to be supplied and installed in meter setter by contractor. 11. Water meter shall be supplied and installed by City of Renton upon payment of all related water meter fee and satisfactory pressure and purity tests. 12. 17"x30" Plastic meter box equal to Mid—States Plastics, Inc. BCF Series MSBCF 1730-18 with 2" thick Ductile iron diamond plate cover 18"x31" equal to Mid—States Plastics, Inc. MSCBC-1730—R with 2" drilled hole for touchread pit lid, and meter read lid. 13. 2" coupling (compression x FIPT) with 2" plug (MIPT), Ford C-14-66 or equal. The property owner is responsible for any necessary adaptation or extension of water service. NOTE: ALL METER BOXES INSTALLED IN CONCRETE OR PAVED DRIVEWAYS SHALL BE CAST—IRON EQUAL TO OLYMPIC FOUNDARY. EXPANSION JOINTS MUST BE INSTALLED 12" MINIMUM ON BOTH SIDES OF METER BOX. PRIVATE PIPING MATERIAL LIST FOR 1-1/2" SERVICE: METER LOCATED IN PLANTING STRIP BETWEEN CURB & SIDEWALK 1. 2" tapped tee on new water main. 2. 4" long X 2" brass nipple with threaded ends (MIPT). 3. 2" resilient seat gate valve with threaded ends, square operating nut, and valve nut extension if required (see standard detail 330.1). 4. Two piece cast iron valve box. Standard 8" top section with regular base section, length to fit, "lug" type cover. 5. 2" X 1-1/2" hex brass bushing (MIPT x FIPT. 2 each 1-1/2" brass or bronze nipples 6" length, threaded ends. 2 each 1-1/2"-90° brass or bronze elbows (FIPT x FIPT. 6. 1-1/2" (MIPT) x compression fitting, Ford C84-66 or equal. 7. 1-1/2" soft copper tubing type K or brass nipples (MIPT x MIPT), length to fit. 8. 1-1/2" threaded brass 90° ell, for Ford L44-77 or equal. 9. 1-1/2" Customsetter with by—pass Ford: VBH 86-12B-11-66 (x 13-3/16"), McDonald Brass: 3OB612WDFF665 or Mueller B-1427-1 1/2", with flanged angle ball valve and padlock wings on inlet, and angle check valve outlet, ball valve on bypass with padlock wings. Customsetter shall have vertical inlet and outlet. 10. Rigid meter spreader to be supplied and installed in meter setter by contractor. 11. Water meter shall be supplied and installed by City of Renton upon payment of all related water meter fee and satisfactory pressure and purity tests. 12. 17"x30" Plastic meter box equal to Mid—States Plastics, Inc. BCF Series MSBCF 1730-18 with 2" thick Ductile iron diamond plate cover 18"x31" equal to Mid—States Plastics, Inc. MSCBC-1730—R with 2" drilled hole for touchread pit lid. 13. 1-1/2" coupling (compression x FIPT) with 1-1/2" plug (MIPT), Ford C-14-66 or equal. The property owner is responsible for any necessary adaptation or extension of water service. ZY e + PUBLIC WORKS 1 %2" AND 2" WATER SERVICE LOCATED STD. PLAN — 320.2 O DEPARTMENT IN PLANTING STRIP N,yp MARCH 2010 CAUTION VALVE BOX SHOULD NOT REST ON PIPE. LATER COMPACTION IN AREA OF VALVE BOX COULD CAUSE THE BREAKAGE OF THE SERVICE. 9" MIN. 12" MAX. O NO Un CRUSHED ROCK BASE TO SUPPORT VAULT. 1-1/2" AND 2" WATER SERVICE DETAIL MATERIAL LIST FOR 2" SERVICE WITH METER LOCATED IN RIGHT—OF—WAY BEHIND SIDEWALK FRIM PRIVATE PLUMBING SHALL CONNECT HERE 2" BRASS PLUG THREADED) BY PASS NOT ALLOWED FOR IRRIGATION METERS VMrIPTx QUICK JOINT 1. 2" tapped tee on new water meter. 2. 4" long X 2" brass nipple with threaded ends (MIPT). A — A 3. 2" resilient seat valve with threaded ends, square operating nut and valve nut extension if DRILL 2" DIA. HOLE FOR required (see standard detail 330.1). TOUCHREAD DEVICE 4. Two piece cast iron valve box. Standard 8" top section with regular base section, length to fit, "lug" type cover. 5. 2" brass bushing (MIPT x FIPT) 2 each 2" brass or bronze nipples 6" length, threaded ends 2 each 2"-90° brass or bronze elbows (FIPT x FIPT) 6. 2" (MIPT) x compression fitting, Ford C84-66 or equal. 7. 2" soft copper type K or brass nipples, length to fit. 8. 2" threaded brass 90' ell. 9. 2" Customsetter with by—pass Ford VBH 86-128-11-77 (17-3/16") or McDonald brass 3OB715WDFF775, with flanged angle ball valve and padlock wings on inlet, and angle check valve outlet, ball valve on bypass with padlock wings. Customsetter shall have vertical inlet and outlet. 10. Rigid meter spreader to be supplied and installed in meter setter by contractor. 11. Water meter shall be supplied and installed by City of Renton upon payment of all related water meter fee and satisfactory pressure and purity tests. 12. 17"x30" equal to Mid—States Plastics, Inc. BCF Series MSBCF 1730-18 with 2" thick Ductile iron damond plate cover 18"x31" equal to Mid—States Plastics, Inc. MSCBC-1730—R with 2" drilled hole for touchread pit lid, and meter read lid. 13. 2" coupling (compression x FIPT) with 2" plug (MIPT), Ford C-14-66 or equal. The property owner is responsible for any necessary adaptation or extension of water service. MATERIAL LIST FOR 1-1/2" SERVICE WITH METER LOCATED IN RIGHT—Of—WAY BEHIND SIDEWALK 1. 2" tapped tee on new water main 2. 4" long X 2" brass nipple with threaded ends (MIPT). 3. 2" resilient seat valve with threaded ends, square operating nut and valve nut extension if required see standard detail 330.1). 4. Two piece cast iron valve box. Standard 8" top section with regular base section, length to fit, lug" type cover. 5. 2" X 1-1/2" hex brass bushing (MIPT x FIPT), 2 each 1-1/2" brass or bronze nipples 6" length threaded ends), 2 each 1-1/2"— 90' brass or bronze elbows (FIPT x FIPT) 6. 1-1/2" (MIPT) x compression fitting, Ford C84-66 or equal. 7. 1-1/2" soft copper type K or brass nipples, length to fit. B. 1-1/2" pack—joint 90° ell, for Ford L44-77 or equal. 9. 1-1/2" Customsetter with by—pass Ford VBH 66-12B x 13-3/16" or McDonald brass, with flanged angle ball valve and padlock wings on inlet, and angle check valve outlet, ball valve on bypass with padlock wings. Customsetter shall have vertical inlet and outlet. 10. Rigid meter spreader to be supplied and installed in meter setter by contractor. 11. Water meter shall be supplied and installed by City of Renton upon payment of all related water meter fee and satisfactory pressure and purity tests. 12. 17"x30" equal to Mid—States Plastics, Inc. BCF Series MSBCF 1730-18 with 2" thick Ductile iron damond plate cover 18"x31" equal to Mid—States Plastics, Inc. MSCBC-1730—R with 2" drilled hole for touchread pit lid and meter read lid. 13. 1-1/2" coupling (compression x FIPT) with 1-1/2" plug (MIPT), Ford C-14-66 or equal. The property owner is responsible for any necessary adaptation or extension of water service. NOTE: ALL METER BOXES INSTALLED IN CONCRETE OR PAVED DRIVEWAYS SHALL BE CAST—IRON EQUAL TO OLYMPIC FOUNDARY. EXPANSION JOINTS MUST BE INSTALLED 12" MINIMUM ON BOTH SIDES OF METER BOX. TYPICAL RIB 2-1/2" MIN. FROM NEAREST AND FRONT EDGE OF PIT LID ZY e + PUBLIC WORKS 2 AND 1 12" WATER SERVICE LOCATED STD. PLAN — 320.3 O DEPARTMENT IN RIGHT OF WAY BEHIND SIDEWALK N,yp FEBRUARY 2010 12" M. 18" MF SEE A A PLAN VIE WATER SECTION A—A VALVE BOX LID WITH EARS IN DIRECTION OF 2" SQUARE WATER MAIN AND WORD OPERATING NUT WATER" CAST INTO IT CONCRETE COLLAR FOR LVES IN PAVED AREAS 4-1/4" DIA. 1/8" MIN. THICKNESS IECE CAST IRON VALVE X, RICH—SEATTLE TYPE OLYMPIC FOUNDRY 1" STEEL LENGTH AS REQUIRED 1/8" MIN. THICKNESS 2-1/4" INSIDE MEASUREMENT 2-1/4" DEPTH VALVE OPERATING NUT EXTENSION VALVE OPERATION NUT EXTENSION NOTE: EXTENSIONS ARE REQUIRED WHEN VALVE NUT IS MORE THAN THREE (3) FEET BELOW 3" FINISHED GRADE. EXTENSIONS ARE TO BE A 38" MIN. MINIMUM OF ONE (1) FOOT LONG. ONLY ONE WIDTH EXTENSION TO BE USED PER VALVE. WHITE POS NOTE: ALL EXTENSIONS ARE TO BE MADE 62" OF STEEL, SIZED AS NOTED, AND PAINTED — —I WITH TWO COATS OF METAL PAINT. llllllllllll 111111_ -Ti i 24" VALVE MARKER NOTES: VALVE MARKERS SHALL BE EQUAL TO CARSONITE UTILITY MARKER VALVE MARKER POST TO BE USED FOR ALL MAIN LINE VALVES OUTSIDE PAVED AREAS VALVE MARKER POST ZY Oe + PUBLIC WORKS VALVE BOX, MARKER & OPERATING STD. PLAN — 330.1 DEPARTMENT NUT EXTENSION N,yp MARCH 2010 CAP 22-1/2' BEND 45° BEND TEE 90° BEND THRUST BLOCK BEARING AREA IN SQUARE FEET (SEE NOTES) FOR HORIZONTAL AND DOWNWARD VERTICAL BENDS SOIL FIRM SILT COMPACT SAND FIRM SILTY SAND COMPACT SAND & GRAVEL 90°45° BEND 11 1/4° 90° 45` BEND 11 1/4° 90° 45° BEND 11 1/4° FITTING BEND TEE CAP OR PLUG 22 1/2° BEND TEE CAP OR PLUG & 22 1/2° BEND TEE CAP OR PLUG & 22 1/2° BEND BEND BEND 4" 7.0 4.2 1 4.2 1.7 2.9 2.1 2.1 1.0 2.2 1.6 1.6 1.0 6" 13.3 9.4 9.4 3.8 6.7 4.7 4.7 1.9 5.0 3.5 3.5 1.4 8" 23.3 16.7 16.7 6.7 11.7 8.4 8.4 3.4 8.8 6.3 6.3 2.5 12" 53.0 37.5 37.5 15.0 126.5 18.8 18.8 7.5 20.0 14.0 14.0 5.6 AREAS CALCULATED ON 300 PSI TEST PRESSURE. 3'-0" MIN. COVER FOR WATERMAIN LESS THAN 12". 4'-0" MIN. COVER FOR WATERMAIN 12" OR GREATER. MAX. HEIGHT OF THRUST BLOCK (FT) = 0.5 x DEPTH OF TRENCH MIN. HEIGHT OF THRUST BLOCK (FT) = O.D. PIPE + 1.0' TRUST BLOCK BE, REA REFERS TO 4CE OF BLOCK M IN SQUARE FEET NOTES: 1. LOCATION AND SIZE OF BLOCKING FOR PIPE LARGER THAN 12"DIAMETER AND FOR SOIL TYPES DIFFERENT THAN SHOWN SHALL BE DETERMINED BY THE ENGINEER. 2. ALL BLOCKING SHALL BE POURED IN PLACE AGAINST UNDISTURBED NATIVE GROUND. 3. ALL POURED THRUST BLOCKS SHALL BE BACKFILLED AFTER MIN. 1 DAY. PRESSURE TESTING SHALL OCCUR AFTER CONCRETE HAS REACHED NOMINAL COMPRESSIVE STRENGTH. 4. ALL BLOCKING SHALL BE CONCRETE CL 5 (1-1/7'). 5. BLOCKING AGAINST FITTINGS SHALL BEAR AGAINST THE GREATEST FITTING SURFACE AREA POSSIBLE, BUT SHALL NOT COVER OR ENCLOSE BELL ENDS, JOINT BOLTS OR GLANDS REASONABLE ACCESS TO BOLTS AND GLANDS SHALL BE PROVIDED. r+(ND CONCRETE BLOCKING FOR STD. PLAN - 330.2 PUBLIC WORKS DEPARTMENT HORIZONTAL AND DOWNWARD Ll VERTICAL BENDS MARCH 2010 TYPE B BLOCKING FOR 45° VERTICAL BENDS SHACKLE RODS a VB d d L Q p p TYP) W J d O U7 n a w U JO Q d' U7W O - ( Z W W- J w R F S WS N Z U W d Q d O Z Z cn- ln Hp WUO w OU - d ad d W O vt El d 4 d d p 4 300 45 27 3 Q 206" d d 8" I-- m oo a LLJ LLLd a 2t /a d LEST d 27 3 a a 8" 300 a 23t/2 s/a 2422t/2 a a 64 4 t d d 300 22t/2 125 5 t 36 Li d O d Q d p a d4 a d d°d ad 4 a a d j111/4 d 4 d S j 1 N i R = INSIDE RADIUS OF SHACKLE ROD BEND QW p m af cn N o SHACKLE RODS TYP) R R i 2 TURNBUCKLES TYPE A THREAD 6" 0.19*S Q1 d a 4 J 4 a d 4 d4 4 2° m D ad d CG a a 4 d 4 a 44 CD Ld aD z 4 Q 4 ul Lu C) 1dD a 4 4 4 LL W 4 a x 4 4 9 q d Ld d 4 d 4 d 4 d0 4 44 4 4 O d Q d a S TYPE B Y CONCRETE BLOCKING FOR VERTICAL STD. PLAN 330.3 as PUBLIC WORKS FITTINGS DEPARTMENT N'C MARCH 2010 TYPE B BLOCKING FOR 45° VERTICAL BENDS a VB d d L Q p p WO Z W J d O U7 n a w U JO Q d' U7W O - ( Z W W- J w O O U F S WS N Z U W d Q d O Z Z cn- ln Hp WUO w OU - d ad d W O vt p d 4 d d p 4 300 45 27 3 Q 206" d d 8" J 5 a 6" 300 t a 2t /a d 24 d 27 3 a a 8" 300 a 23t/2 s/a 2422t/2 a a 64 4 t d d 300 22t/2 125 5 t 36 O d O d Q d p a d4 a d d°d ad 4 a a d d 4 d S 1 TYPE B BLOCKING FOR 45° VERTICAL BENDS VB s d L Q p p WO Z W J z O U7 n m N w U JO Q d' U7W O - ( Z W W- J w O O U F S WS N Z d a U W m O W W p Z O Z Z cn- ln Hp WUO w OU - O- H W O vt p d 4 p 4" 300 45 27 3 s/a 206" 64 4 8" 125 5 6" 300 t 30 TYPE A BLOCKING FOR 11 t/a° & 22t/2' VERTICAL BENDS VB S d L Q p W p WO z W wJ z n oZw p m w mw U vw ow w U W - W J pU m N = U U N VlZ d U U Hp WU O W W p O OZ O ZOZ Hfn U Z p H U W W OO Z U N Q p W p 4" 300 111/4 8 2 s/a 18 22t/2 12 2t/a 24 6" 300 111/4 12 2t /a s/a 24 22t 2 27 3 8" 300 143 23t/2 s/a 2422t/2 11t/a 64 4 t 24 12" 300 22t/2 125 5 t 36 Where shown on the plans or in the specifications or required by the Engineer, joint restraint system (shackle rods) shall be used. All joints restraint materials used shall be those manufactured by Star National Products, 1323 Holly Avenue, PO Box 258, Columbus,. Ohio 43216 unless an equal alternate is approved in writing by the Engineer. Materials Steel Types: High strength low—alloy steel (cor—ten), ASTM A588 heat—treated. 1. Tebolt: ASTM A588, Grade B, Cor—Ten, equal to SuperStar Tielbolt SST 7 5/8" for 2" and 3" mechanical joints (M.J.) with eye for 5/8" rod SST 7 3/4" for 4" to 12" M.J. with eye for 3/4" rod SST 756: 3/4" for 14" to 24" M.J. with eye for 3/4" rod SST 747: 3/4" for 4" to 12" M.J. with eye for 7/8" and 1" rod SST 757: 3/4" for 14" to 24" M.J. with eye for 7/8" and 1" rod SST 778: 1" for 30" to 36" M.J. with eye for 1" rod 2.Tienut: Hex Nut ASTM A588, Grade B, Cor—Ten, equal to SuperStar Tienut SS8 for 5/8", 3/4", 7/8", 1" Tiebolt and Tierod 3.Tiecoupling with Tiestop Pin ASTM A588, Grade B, Cor—Ten, equal to SuperStar Tiecoupling SS10 for 5/8", 3/4", 7/8", 1" Tierod 4. Tierod: Continuous threaded rod for cutting to desired lengths ASTM A588, Grade B, Cor—Ten, equal to SuperStar Tierod SS12 for 5/8", 3/4", 7/8", 1" 5. Tiewasher ASTM A588, Grade B, Cor—Ten, equal to SuperStar Tiewasher SS17 for 5/8", 3/4", 7/8", 1" round flat washer Installation: Install the joint restraint system in accordance with the Manufacturer's instructions so all joints are mechanically locked together to prevent joint separation. Tiebolts shall be installed to pull against the mechanical joint body and not the M.J. follower. Torque nuts at 75-90 foot pounds for 3/4" nuts. Install tiecouplings with both rods threaded equal distance into tiecouplings. Arrange tierods symmetrically around the pipe. Where a Manufacturer's mechanical joint valve or fitting is supplied with slots for "T" bolts instead of holes, a flanged valve with a flange by mechanical joint adaptor shall be used instead, so as to provide adequate space for locating tiebolt. Where a continuous run of pipe is required to be restrained, no run of restrained pipe shall be greater than 60 feet in length betwee fittings. Insert long body solid sleeves as required on longer runs to keep tierod lengths to the 60 foot maximum. Pipe used in continuously restrained runs shall be mechanical joint pipe and tiebolts shall be installed as rod guides at each joint. Pipe Size Inches Test Pressure PSI 2 4 Number and Size of Rods 6 8 10 12 14 24 2 250 314" 3 250 314" 4 250 314" 6 250 314" 8 250 314" 10 250 314" 12 250 314" 14 250 314" 16 250 314" 18 250 314" 20 250 314" 24 250 314" 30 200 314" 36 200 1" 42 200 1" 48 200 1" S Y STD. PLAN — 330.5Oe PUBLIC WORKS SHACKLE RODDS DEPARTMENT AND TIE BOLTS N,yp MARCH 2010 WATER MAIN IF ADDITIONAL ADJUSTMENT IS REQUIRED, INSTALL 2-2" CLOSE NIPPLE AND 2-2" 90° BEND, SCREWED 2" CLOSE NIPPLE AT THIS POINT. FIELD LOCATE PLASTIC METER BOX IN PLANTER OR CAST IRON BOX IN PAVED OR CONCRETE AREAS. 2" CLOSE NIPPLE 2" 2" 90• ELBOW 2" 90° ELBOW GALVANIZED PIPE AS REQUIRED CONCRETE BLOCKING IrisA\ VALVE NUT EXTENSION AS REQUIRED TWO PIECE CAST IRON VALVE (SEE DWG BR46 / PAGE B090) EQUAL TO OLYMPIC FOUNDRY CO. GROUND LINE CONCRETE SIDEWALK STANDARD 8" TOP SECTION, 6" MAX. WITH REGULAR BASE SECTION LENGTH TO FIT., 2" RESILIENT SEATED 2 1/2" NST (HOSE) GATE VALVE, SCREWED AND 2 1/2" FNST 2" GALVANIZED CAP WITH GASKET PIPE 12" LONG 2" CLOSE NIPPLE 2"x2"x2" TEE AND 2" CAP BETWEEN CAP OR PLUG _ 2" CLOSE NIPPLE BEWTEEN TEE AND 2" 90° ELBOW AND 90° ELBOW. INSTALL 4 MIL POLYETHYLENE 18" MAX. oa ooa ooa PLASTIC COVER OVER WASHED ° ° ° °°0 °° ° ° ° ° GRAVEL. CUT HOLE FOR PIPE° a° °0 oOo 0 000 00000 10 CU. FT. WASHED GRAVEL PASSING 1-1/2" AND RETAINED ON 1/4" MESH FOR DRAIN ELEVATION 2" 90° ELBOW ZY STD. PLAN — 340.1Oet + PUBLIC WORKS 2" BLOW—OFF DEPARTMENT PERMANENT ASSEMBLY N,yp MARCH 2010 CONCRETE DEAD MAN BLOCKING WITH SHACKLE RODS TO CAP, BLOCK SHALL BE POURED AGAINST UNDISTURBED EARTH, SIZE OF BLOCK TO BE DETERMINED BASED ON TEST PRESSURE OF WATER LINE AND SOIL CHARACTERISTICS. CAST IRON CAP OR PLUG WITH 2" IPS TAP SHALL BE A ROCKWELL 482 END CAP COUPLING. WATER MAIN 2" GALVANIZED IRON PIPE7 AS REQUIRED. 2" CLOSE NIPPLE 2" 90° ELBOW *2" GALVANIZED IRON PIPE, 12" LONG. PLAN TWO PIECE CAST IRON VALVE BOX VALVE NUT EXTENSION IF REQUIRED EQUAL TO RICH VALVE CO. STANDARD (SEE DWG BR46 / PAGE B090) 8" TOP SECTION, WITH REGULAR BASE SECTION LENGTH TO FIT. INSTALL 2" 90° ELBOW, SCREWED 2" PLUG, SCREWED 18" 2" GALVANIZED IRON PIPE 12" LONG - 2" GALVANIZED IRON PIPET"2 AS REQUIRED. RESILIENT GATE VE, SCREWED INSTALL 2" 90° ELBOW, SCREWED 2" GALVANIZED IRON PIPE AS REQUIRED. ELEVATION Y STD. PLAN — 340.2 et + PUBLIC WORKS 2" BLOW -OFF NTo DEPARTMENT TEMPORARY ASSEMBLY MARCH 2010 2" BEEHIVE STRAINER 2"x2"x2" TEE I \ 2" 90° BENDS 2" GALVANIZED IRON PIPE TO FIT WASHED GRAVEL, PASSING 1-1/2" AND RETAINED ON 1/4" MESH FOR DRAIN NOTE: 2" OPEN PATTERN, RETURN BEND - 180' 2" GALVANIZED IRON PIPE FIELD LOCATE 2" 90' ELBOW CUT OPENING AS REQUIRED, AFTER INSTALLATION, GROUT AROUND PIPE. 2" UNION SHORT NIPPLE 2" CLOSE NIPPLE 2" UNION 17"x30" PLASTIC METER BOX EQUAL TO MID STATES PLASTIC, BCF SERIES 1730-18 WITH 2" THICK DUCTILE IRON DIAMOND PLATE. 18"x31" MSCBC 1730R 2" BRONZE GATE VALVE, SCREWED EQUAL TO RED -WHITE VALVE CORP. FIG NO. 280 2" RESILIENT SEAT GATE VALVE WITH THREADED ENDS 2-2" BRASS 90' BENDS WITH CLOSE NIPPLE BETWEEN BENDS r 0 ' 0 00°°, o 0j:o° o2" TYPE K SOFT COPPER TUBING TO FIT AIR AND VACUUM VALVE 2" ASSEMBLY APCO NO. 1452C OR EQUAL. AIR AND VACUUM RELEASE VALVE ASSEMBLY SHALL BE INSTALLED AT HIGHEST POINT OF LINE. IF HIGH POINT FALLS IN A LOCATION WHERE ASSEMBLY CANNOT BE INSTALLED, PROVIDE ADDITIONAL DEPTH OF LINE TO CREATE A HIGH POINT AT A LOCATION WHERE ASSEMBLY CAN BE INSTALLED. LOCATE AIR VACUUM METER BOX OUTSIDE OF TRAFFIC AREAS, IN PLANTING STRIPS, BEHIND CURB AND SIDEWALK. CLOSE NIPPLE 2 CORPORATION STOP 90° BEND, I.P. THREAD TO COPPER, EQUAL TO FORD FB 500. DOUDLE STRAP SERVICE CLAMP WITH 2" IPS TAP TO FIT, EQUAL TO MUELLER CO. DOUDLE STRAP SERVICE CLAMP WITH 2" IPS TAP TO FIT, EQUAL TO MUELLER CO. ZY e + PUBLIC WORKS 2" AIR & VACUUM RELEASE STD. PLAN — 340.4 O DEPARTMENT ASSEMBLY N,yp MARCH 2010 W (SEE NOTE 7) -- — LIMITS OF PIPE ZONE 1 013 BEDDING MATERIAL FOR SANITARY SEWER PIPE O.D. OF PIPE SEE NOTE 5) OUNDATION LEVEL BEDDING FOR SANITARY SEWER PIPE NOTES: 1. PROVIDE UNIFORM SUPPORT UNDER BARREL. 2. HAND TAMP UNDER HAUNCHES. 3. COMPACT BEDDING MATERIAL TO 95% MAX. DENSITY EXCEPT DIRECTLY OVER PIPE. HAND TAMP ONLY. 4. PIPE INSTALLATION SHALL BE PER SECTION 7-08 OF THE STANDARD SPECIFICATIONS. 5. PIPE ZONE MATERIAL SHALL BE PER SECTION 9-03.12(3)' OF THE STANDARD SPECIFICATIONS OR PEA GRAVEL. 6. PIPE MUST BE ANCHORED IN SUCH A MANNER AS TO ENSURE FLOW LINE IS MAINTAINED. 7. TRENCH WIDTH SHALL BE PER SECTION 2-09.4 OF THE STANDARD SPECIFICATIONS. STD. PLAN - 40S PUBLIC WORKS PIPE BEDDING APP OVED: DEPARTMENT FOR SANITARY SEWERS G o c QamPubBcWar. n DATE ' City of Renton Contract Provisions for Williams Ave S and Wells Ave S Conversion Project ______________________________________________________________________________ APPENDIX C – WSDOT Standard Plans SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION STATE DESIGN ENGINEER Washington State Department of Transportation DETAILS RETROFIT GROUNDING EXISTING JUNCTION BOX STANDARD PLAN J-40.05-006"A B ELEVATION PLAN2"1 1 2" 2" 1/4" »¿3" FRAME BONDING DETAILDRAWN BY: BILL BERENS2 A 4 3 3 1 2 2 2 ~ FENDER FLAT WASHER STAINLESS STEEL EDGE OF LID SUPPORT FRAME EDGE WELD (TYP.) FILLET WELD AND (FIELD VARIFY) MANUFACTURERS’ FRAME VARIES AMONG LID SUPPORT ~ WASHER STAINLESS STEEL FLAT ADJUSTING NUTS STAINLESS STEEL STAINLESS STEEL FLAT WASHER ~ FENDER LID SUPPORT DEPTH BONDING JUMPER LID TO FRAME CRIMP CONNECTOR COPPER SOLDERLESS BONDING CONDUCTOR FRAME TO EQUIPMENT BONDING JUMPER ~ CONDUCTOR EQUIPMENT GROUNDING BOLT FRAME BONDING GRS PVC LID BONDING STUD2 1 ANTI-SEIZE COMPOUND COAT THIS ASSEMBLY WITH STUD PLATE ~ LIBERALLY WELD TO FRAME BONDING 1/4" NC 1" STAINLESS STEEL FRAME BONDING STUD ~ MIN. 1/8 B LID BONDING DETAIL 4 LOCATION 4’ TO FRAME BONDING STUD BONDING JUMPER ~ #8 MINIMUM BOND TINNED BRAIDED COPPER BONDING BOLT ATTACH TO FRAME FLAT WASHER STAINLESS STEEL STAINLESS STEEL NUT ~ 2 EACH 1/8 liberally coat entire assembly w/ anti-seize compound. Weld all around lid bonding stud ~ 1/4 NC 1" stainless steel ~ Omit Frame Bonding Stud Plate if the Frame Bonding point already exists. Protect conductors with fireproof cloth prior to welding. 1/16" (in) chamfer or rounding. shall be broken by light grinding to achieve an approximate All corners rounded. Corners along exposed sheared or cut edges Grind lid bearing surface flat after welding. 1/4" (in) weld ~ 3 sides. Weld to lid support frame. Weld Bonding Stud to Frame Bonding Plate. Stainless Steel Bonding Stud. 3/8" (in) 2" (in) 2" (in) Frame Bonding Stud Plate with 1/4 NC 1" CONDUCTOR) EQUIPMENT GROUNDING (BOND JUMPER TO TINNED BRAIDED COPPER #8 MINIMUM 4’ (FT) BONDING JUMPER ~ BRAIDED COPPER. GROUND STUD. # 8 AWG (MIN.) 4’ (FT) TINNED BONDING JUMPER ATTACHED TO BOX LID(S) COUPLING NUT BONDING JUMPER ATTACHED TO BOX WALL EQUIPMENT GROUNDING CONDUCTOR BONDING JUMPER KEY 1 2 3 4 WITH FULL CIRCLE CONNECTOR GROUNDING CONDUCTOR 3 TO EQUIPMENT CIRCLE CONNECTOR TO LID BONDING STUD WITH FULL 4 ROUTE LID BONDING JUMPER 3"3"STA TEOFWASHINGT O NR EGISTEREDPROFE S SIONAL ENGINEER39820YELIAB HPESOJ ERODOEHT GROUND STUD (TYP) \ (SEE NOTE 4) \ 1\ --------------------- .. -------------------r-~ z 0 ~ 48" 0 42" 36" 0 1/8" GAP BElWEEN LIDS I I I/ I lr SEE HINGE DETAIL = ~ • = : ' = ·= ~d,. ·--·-·-·-·-·-·-·-·-· -y_-_-_-_-_-_-_-J-_-_-_-_-_-_-_-_--~ ~ ~ ~-----~ ~ ~ ~ ~ ~ ~ ~ f----_---! ~ I 1.0 -.. L I h I -·-·--rj~-: ~ I 3" I ___, 0 w ~ COVER MARKING DETAIL ::::: 1" (TYP.). 1 r-::::: 1" (TYP.) lli s_[ 1/2" (TYP.) ! i=-t "\t_~~~~~ 1/4" CLEAR ~~I T s : ALL AROUND -....:~-";"\""""("""( ';:1';:1';:1';:1';:1 SEE NOTES NOTES 1. All box dimensions are approximate. Exact configurations vary among manufacturers. 2. Minimum lid thicknesses are shown. Junction Boxes installed in sidewalks, walkways, and shared-use paths shall have a slip-resistant coating on the lid and lip cover plate and shall be installed with the surface flush with and matched to the grade of the sidewalk, walkway, or shared-use path. The non-slip lid shall be identified with permanent markings on the underside, indicating the type of surface treatment (see Contract Documents for details) and the year of manufacture. The permanent marking shall be 1/8" (in) line thickness formed with a mild steel weld bead and shall be placed prior to hot-dip galvanizing. 3. Lid support members shall be 3/16" (in) min. thick steel C, L, or T shape, welded to the frame. Exact configurations vary among manufacturers. 4. A 1/4-20 NC x 3/4" (in) S. S. ground stud shall be welded to the bottom of each lid; include (2) S. S. nuts and (2) S. S. flat washers. 5. The hinges shall allow the lids to open 180°. 6. Bolts and nuts shall be liberally coated with anti-seize compound. z ::J 0 11.. -11.. ~0 I SEE NOTE 8 ~ 1 : I ' ~ ~ a------,---,-, 8: 0 ,~----~ -----+------, ~-"""l.== _-:---~---~_-;---rr--SEE ~ANDLE ----~ """'-~~ r --r--- en ~ Co z N W 7. Connect Equipment Bonding Jumper to ground stud on lid. As an alternative to the ground stud connection, the Equipment Bonding Jumper shall be attached to the front face of the hinge pocket with a 5/16-20 NC x 3/4" (in) S. S. bolt, (2) each S. S. nuts, and (2) each S. S. flat washers. Equipment Bonding Jumper shall be #8 AWG min. x 4' (ft) of tinned braided copper. :I: 1- 0 s: w 0 Ci) z HEADED ANCHOR SHEAR STUD - 3/8" (IN) x 3" (IN), 10 COUNT STUDS EVENLY SPACED AROUND FRAME ~ Equipment Grounding Conductor 0 Copper Solderless Crimp Connector ~ Equipment Bonding Jumper 0 Foundation ~ See Contract for conduit size and number TOP OF SOIL SURFACE L ~- I 1" (TYP.) I DETAIL i ~ en 0 ::J l-en (") 1-, . "1 ~ r I I I _......J 19" T • ' ' ' ' F----~1 ~~'Y. : h c ______ J ~"~):.: ~ -----------~ 0~-----~ --: ' ~--~ ; h \ 1\ ~ \'------.-r----<(TYP.) \_ DIAMOND PATTERN ~ ~ 3/16 V1 1/2 (SEE NOTE 2) 19" 4 STUDS EVENLY SPACED PLAN VIEW 8. The System Identification letters shall be 1/8" (in) line thickness formed by a mild steel weld bead. See Cover Marking detail. Grind off diamond pattern before forming letters. See Standard Specification 9-29.2(4) for details. 9. See the Standard Specifications for alternative reinforcement and class of concrete. 10. See Standard Plan J-40.10 for Welded Wire Fabric and Headed Anchor Shear Stud attachment details. 11. Capacity -conduit diameter = 24" (in) 12. Lid Bolt Down Attachment Tab provides a method of retrofitting by using a mechanical process in lieu of welding. Attachment Tab shown depicts a typical component arrangement; actual configurations of assembly will vary among manufacturers. See approved manufacturers' shop drawing for specifics. 13. Unless otherwise noted in the plans or approved by the Engineer, Junction Boxes, Cable Vaults and Pull Boxes shall not be placed within the sidewalk, walkway, shared use path, traveled way or paved shoulders. All Junction Boxes, Cable Vaults, and Pull Boxes placed within the traveled way or paved shoulders shall be Heavy-Duty. 14. Distance between the top of the conduit and the bottom of the Junction Box lid shall be 6" (in) min. to 8" (in) max. for final grade of new construction only. See Standard Specification 8-20.3(5). Where adjustments are to be made to existing Junction Boxes, or for interim construction stages during the contract, the limits shall be from 6" (in) min. to 10" (in) max. See Standard Specification 8-20.3(6). LOCKING LID STANDARD DUTY JUNCTION BOX 42" 1/2" (IN) STEEL COVER PLATE (TYP.) 3" (TYP.) LIFT HOLE- 1" (IN) -2" (IN) DIAM. 5 PVC CONDUIT GRS CONDUIT 5 SECTION 0 HEX COUPLING NUT (TYP.) -SEE DETAIL "C" TOP OF BASE COURSE TOP OF PAVED SURFACE #5 HOOP WITH 8" (IN) OVERLAP - 2 TIES = a. '<~"o N I- 4 30" 20" INSIDE WIDTH OF FOUNDATION GROUND STUD SECTION 0 CONDUITS NOT SHOWN 3" (TYP.) WELDED WIRE FABRIC (TYP.) (WNF) 4x4-W2.9 (6 GAGE) (SEE NOTE 9) WELDED WIRE HOOP (TYP.) W2.9 (6 GAGE) (SEE NOTE 9) LOCKING LID STANDARD DUTY ~UNCTION BOX TYPES STANDARD PLAN ~-40.30-04 SHEET 1 OF 2 SHEETS APPROVED FOR PUBLICATION STATE DESIGN ENGINEER ..... ... Washington State Department of Transportation 3/16 FRAME -L 1 3/4" (IN) x 1/2" (IN) X 3/16" (IN) VWJF -TIED IN 2 PLACES TO HEADED ANCHOR SHEAR STUD (SEE NOTE 10) 3/8" (IN) x 3" (IN) HEADED ANCHOR SHEAR STUD - WELDED TO LIP PLATE (SEE NOTE 10) 3/16 FRAME -L 1 3/4" (IN X 1/2" (IN) X 3/16" (IN) 1JW.JF-TIED IN 2 PLACES TO HEADED ANCHOR SHEAR STUD (SEE NOTE 10) n I I. I. <J 3" <J ! ' <J I 3" .I 1 1/2" ' <J -~ .I LID SUPPORT-3/16" (IN) MIN. THICK 1/2" (IN) STEEL COVER PLATE GROUND STUD WITH 2 NUTS AND 2 WASHERS (TYP.) (SEE NOTE 4) ALTERNATE LOCATION FOR ATTACHMENT OF EQUIPMENT BONDING JUMPER (SEE NOTE 7) S. S. PIN WITH SNAP RING GROOVE (TYP.) 1/2" (IN) STEEL COVER PLATE ' L__ ____ __, ~-------------------~ HANDLE STOP 1/2" (IN) STEEL COVER PLATE TOP VIEW HANDLE -BENT 1/2" (IN) STEEL ROD, FLUSH WITH LID EQUIPMENT BONDING JUMPER (TYP.) ~ / S. S. FLAT WASHER (TYP.) ~« S. S. SNAP RING (TYP.) WJ(§il, ·. (SEE NOTE 7) HEX COUPLING NUT-S. S. 5/16 NC x 7/8" (IN) WITH S. S. 5/16 NC x 3/4" (IN) BOLT AND 4 EACH S. S. WASHERS (TYP.) DETAIL 0 1 3/8" 2 1/4" F1l Kl ~ ----t-- ~I ~ 1 If---. _2_" -----i~ BOLT PLATE CHANNEL HINGE DETAIL 5/8" (IN) X 1" (IN) VERTICAL SLOT LID ~SUPPORT -3/16" (I~) MIN. THICK 1/2-13 X 1 1/2 S. S. PENTA HEAD BOLT AND 1/2" (IN) HANDLE-SEE DETAIL S. S. FLAT WASHER I I BOLT PLATE CHANNEL SLOTTED S. S. CHANNEL WITH S. S. CHANNEL NUT AND SPRING 3/8" (IN) x 3" (IN) HEADED ANCHOR SHEAR STUD - WELDED TO LIP PLATE (SEE NOTE 1 0) DETAIL 0 5/8" (IN) X 1" (IN) VERTICAL SLOT 1/2" (IN) STEEL COVER PLATE HANDLE STOP - 6" (IN) X 3" (IN) X 1/4" (IN) FRAME -L 1 3/4" (IN) X 1/2" (IN) )( 3/16" (IN) LID SUPPORT - 3/16" (IN) MIN. THICKNESS BOLT PLATE CHANNEL- WELD TO STEEL COVER PLATE 5/8" (IN) X 1" (IN) HORIZONTAL SLOT SLOTTED S. S. CHANNEL WITH S. S. CHANNEL NUT AND SPRING 1" (IN) X 1" (IN) X 1/4" (IN) (TYP.) 1/2 -13 x 1 1/2 S. S. PENTA HEAD BOLT AND 1/2" (IN) S. S. FLAT WASHER 1 3/8" (IN) DIAM. HOLE FRONT VIEW HANDLE DETAIL 1/2" (IN) STEEL COVER PLATE- SHOWN CUT AWAY FOR CLARITY DETAIL 0 ISOMETRIC VIEW q ' LOCKING LID STANDARD DUTY ~UNCTION BOX TYPES STANDARD PLAN ~-40.30-04 SHEET 2 OF 2 SHEETS APPROVED FOR PUBLICATION STATE DESIGN ENGINEER ..... . ... Washington State Department of Transportation APPROVED FOR PUBLICATION STATE DESIGN ENGINEER Washington State Department of Transportation GROUNDING DETAILS TYPICAL STANDARD PLAN J-60.05-01 SHEET 1 OF 3 SHEETS 1. 2. 3. 4 11 14 10 11 23 14 14 9 23 23 11 4 10 11 11111123 111111 1 5 8 8 4 6 92388 8 9 9 99 8 11 10 12(SEE CONTRACT)12(SEE CONTRACT)1212272626278 8 10 11 28282828 28 28 28 28 2828 8 8 8 8 4 8 13 24 FRONT 34 33 8 13 13 23 8 11 9 4 8 8 34 FRONT 1128 8 9 11 3911 22 22 222222 22 2222 22 22 22 13 13 1313 131313 13 1313 39 13 14 13 8 4 4 14 13 14 13 14 13 9 9 14 13 33 ON SHEET 2 CONTINUED ON SHEET 2 CONTINUED 121212 10 10DRAWN BY: LISA CYFORD7 AND RIGID PVC CONDUIT (PVC) APPLICATION COMBINED GALVANIZED STEEL RIGID METAL CONDUIT (RMC) RIGID PVC CONDUIT (PVC) APPLICATION 10 10 40 40 40 40 4040 40 28 22 28 22 2228 23 23 23 23 23232323 41 41414141 41 41 41 41 41 41414141 42 43 43 42 RAILROADORROADWAYORROADWAYRAILROADSOURCE TO POWER NOTES 15 2 19 15 5 FRONT 3 43 428 5 15 215 25 40 10 3 40 888 8 4 13 12 FRONT 6 45 6 45 12 10 10 12 8 GROUND DETAILS 9 9 9 2 19 3 (SEE CONTRACT)3 8 4 25 5 444 FRONT 8 1212 8 34 33 1128 FRONT 12 12 39 4 11 22 12 12 12 33 34 20 21 12 11 10 22 4 4 8 9 ON SHEET 2 CONTINUED 12 12 GALVANIZED STEEL RIGID METAL CONDUIT (RMC) APPLICATION 10 40 404040 23 41 APPLICATION RMC APPLICATION PVC 15 15 9ROADWAYRAILROAD 1519 215 5 42 43 310 8 8 8 4 8 4 8 4 8 4 4 8 12 45 6 KEY 1 23 24 25 26 27 28 29 32 15 16 17 18 19 14 13 9 7 6 8 4 3 2 39 38 37 36 35 40 30 31 41 42 43 44 5 45 JUNCTION BOX EQUIPMENT GROUNDING CONDUCTOR SERVICE ENCLOSURE GROUNDED NEUTRAL BUS (COPPER) (TYP. ALL RMC CONDUIT TERMINATIONS) GROUNDING BUSHING BONDING JUMPER GROUNDING ELECTRODE CONDUCTOR SERVICE GROUND SERVICE NEUTRAL TO SERVICE NEUTRAL BUS CODE SIZE RMC CONCRETE COVER JUNCTION BOX OR 8" DRAIN TILE WITH APPROVED CLAMP EDGE OF FOUNDATION, POLE OR SERVICE SUPPORT GROUND ROD - GROUNDING BUSHING - GS COUPLING - APPROVED ADAPTER FITTING - GS FACTORY ELBOWS OPTION B - 10’ RMC - GROUNDING BUSHING - APPROVED ADAPTER FITTING OPTION A - 10’ RMC WITH FIELD BEND RIGID PVC CONDUIT (PVC) GALVANIZED STEEL RIGID METAL CONDUIT (RMC) COPPER SOLDERLESS CRIMP CONNECTOR (LUMINAIRE POLE AND TRAFFIC SIGNAL POLE) ELECTRICAL LOAD SUPPORT UNGROUNDED CABINET NEUTRAL BUSS (COPPER) ITS CAMERA, RAMP METER, TRAFFIC DATA STATION, HIGHWAY ADVISORY RADIO CABINET MAIN BONDING JUMPER GROUND LUG WELDED TO CABINET WALL (W/ TINNED COPPER BUSS) BOX FRAME BONDING ATTACHMENT POINT GROUNDING CONDUCTOR NON-INSULATED (FROM REINFORCING CAGE) TRANSFORMER CABINET CABINET, CABLE VAULT, OR PULL BOX DETECTABLE UNDERGROUND WARNING TAPE. COIL 2’ INSIDE CABLE VAULT OR PULL BOX BETWEEN SEPERATE SERVICES EQUIPMENT GROUNDING CONDUCTOR CONNECTION POINT IN PVC OR PE INNERDUCT GALVANIZED STEEL RIGID METAL CONDUIT OUTERDUCT WITH RIGID PVC OUTERDUCT WITH PVC OR PE INNERDUCT CABINET GROUNDING BUSS (COPPER) TRAFFIC SIGNAL CABINET EDGE OF FOUNDATION ITS CABINET PULL BOX CABLE VAULT BOX LID(S) GROUND STUD NON-METALLIC CONDUIT (PVC) SCHEDULE 80 HIGH-DENSITY POLYETHYLENE CONDUIT (HDPE) CODE SIZED PVC (TYP. ALL NON-METALLIC CONDUIT TERMINATIONS) END BELL BUSHING BRAIDED COPPER. GROUND STUD. # 8 AWG (MIN.) 4’ (FT) TINNED BONDING JUMPER ATTACHED TO BOX LID(S) COUPLING NUT BONDING JUMPER ATTACHED TO BOX WALL EQUIPMENT GROUNDING SYSTEM TO GROUNDING TERMINAL OR CONNECTION TO Electrical Code (No. 8 minimum). sized in accordance with the National grounding electrode conductors shall be Equipment grounding conductors and conductors shall be copper. Except for the above, all grounding neutral bar in the service enclosure. secure the service neutral to the copper type ground connector shall be used to conductors, an approved Al-Cu pressure- ment. If the utility uses aluminum service Service ground per serving utility require- number of circuits contained. for each conduit, regardless of the Only one grounding conductor is required on the basis of the largest conductor. grounding conductor shall be determined contained in one conduit, the size of the If parallel circuits of different sizes are STA TEOFWASHINGT O NR EGISTEREDPROFE S SIONAL ENGINEER39820YELIAB HPESOJ ERODOEHT SHEET 2 OF 3 SHEETS APPROVED FOR PUBLICATION Washington State Department of Transportation STATE DESIGN ENGINEER GROUNDING DETAILS TYPICAL STANDARD PLAN J-60.05-01 FROM SHEET 1 CONTINUED FROM SHEET 1 CONTINUED SECTION 38 38 BDRAWN BY: LISA CYFORD1128 4 222341 9 13 14 44 SECTION (PVC) APPLICATION RIGID PVC CONDUIT 40 8 (PVC) APPLICATION RIGID PVC CONDUIT CONDUIT (RMC) AND STEEL RIGID METAL COMBINED GALVANIZED 1128 4 222341 9 13 14 44 8 23 8 11 28 4 29 14 FRONT 8 34 1123 8 28 29 FRONT 13 13 34 8 13 11 11 22 22 4 13 13 14 14 13 31 A 14 B 41 41 41 14 13 8 9 13 41 13 13 14 2828 40 APPLICATION CONDUIT (PVC) (RMC) AND RIGID PVC RIGID METAL CONDUIT GALVANIZED STEEL ITS - COMBINED NO METALLIC CONDUCTORS FIBER OPTIC CABLE ONLY, RIGID PVC CONDUIT (PVC) APPLICATION. RIGID METAL CONDUIT (RMC)AND ITS - COMBINED GALVANIZED STEEL 14 FRONT 8 34 13 11 4 31 FRONT 8 11 394 5 3 43 13 1519 215 1414 13 PVC CONDUIT (PVC) APPLICATION RIGID METAL CONDUIT (RMC) AND RIGID ITS - COMBINED GALVANIZED STEEL 8 9 40 FRONT 834 13 11 FRONT 8 11 39 3 43 1313 42 1525 215 40 ONLY - NO METALLIC CONDUCTORS APPLICATION FIBER OPTIC CABLE ITS - RIGID PVC CONDUIT (PVC) ITS - RIGID PVC CONDUIT (PVC) APPLICATION APPLICATION CONDUIT (PVC) ITS - RIGID PVC 4 2223 828 29 41 11 1123282241 29 8 30 30 OR 30 29 8 8 41 28 GROUND OR EXISTING TOP OF PAVEMENT GROUND OR EXISTING TOP OF PAVEMENT 8 4 8 4 13 SHOWN 26 OR 27 POSSIBLE PLANS ~ SEE CONTRACT SERVICE FROM DIFFERENT SERVICE FROM DIFFERENT 6 31 45 45 4531 6 45 45 12"36 12"112328 29 4 12 FRONT 12 34 8 11 22 4 FROM SHEET 1 CONTINUED 12 29 A 41 1128222341 1128 8 9 222341 (RMC) APPLICATION RIGID METAL CONDUIT ITS - GALVANIZED STEEL (RMC) APPLICATION METAL CONDUIT GALVANIZED STEEL RIGID 44 1128222341 10 1128 9 222341 44 40 FRONT 834 11 4 31 FRONT 8 11 394 3 43 42 5 1519 215 12 12 1212 12 METALLIC CONDUCTORS FIBER OPTIC CABLE ONLY - NO METAL CONDUIT (RMC) APPLICATION ITS - GALVANIZED STEEL RIGID METAL CONDUIT (RMC) APPLICATION ITS - GALVANIZED STEEL RIGID 4 4 1122284123 42929 8 8 40 8 10 8 8 4 4 8 4 8 4 45 6 4531 SERVICE FROM DIFFERENT A411 2221 OR 30 41 28 4 11 2221 29 OR 30 29 41 28 11 2221 374 41 28 4 11 2221 OR 30 29 37 29 OR 29 OR 21 22 11 37 2221 11 STA TEOFWASHINGT O NR EGISTEREDPROFE S SIONAL ENGINEER39820YELIAB HPESOJ ERODOEHT SHEET 3 OF 3 SHEETS APPROVED FOR PUBLICATION Washington State Department of Transportation STATE DESIGN ENGINEER GROUNDING DETAILS TYPICAL STANDARD PLAN J-60.05-01 15 2525 17 18 18 18 3 8 17 20 21 24 24 1’ - 0" NOM. 16 24 3 SUPPLEMENTAL GROUND 1 17 B 2SERVICE GROUND2SERVICE GROUND DETAILDETAIL 6’ - 0" MIN. 1515 32 325 3 15(TYP.)15 FOR PARTS SEE KEY ON SHEET 1 MIN. 6"DRAWN BY: LISA CYFORDA SERVICE CABINET TYPE D A B 6 3 RIGID PVC CONDUIT (PVC) APPLICATION SEE PLAN J-10.10 STANDARD1"8 18 19 417 5 3 5 4 19 5 4 15 318 18 16 SERVICE GROUNDSUPPLEMENTAL GROUND 1 NOM. 1’ - 0" 20 21 19 15 17 C 2SERVICE GROUND DETAIL DETAIL D 6’ - 0" MIN. 1515 (TYP.) 32 3 3 15 MIN. 6" SERVICE CABINET TYPE D C D GALVANIZED STEEL RIGID METAL CONDUIT (RMC) APPLICATION 6 3 SEE PLAN J-10.10 STANDARD1"2 17 2 1 3 B 6’ - 0" MIN. 1515 A 6 C 6’ - 0" MIN. 1515 D GALVANIZED STEEL RIGID METAL CONDUIT (RMC) APPLICATION 4 RIGID PVC CONDUIT (PVC) APPLICATION 4 6 4 5 lug on grounding bushing. grounding conductor shall not be routed through Grounding electrode conductor and equipment Type B modified service cabinet of foundation only. cabinet shall be installed on raised surface Type B service cabinet and transformer on lower surface of foundation only. Type D service cabinet shall be installed concept for Type E cabinet or transformer. Type D service cabinet shown. Use this derived systems Required at all service and separately required in the plans direct burial aerial feeds, or where grounding for luminaire standards with Required to supplement equipment PLAN J-10.20 STANDARDSEE PLAN J-10.20 STANDARDSEE STA TEOFWASHINGT O NR EGISTEREDPROFE S SIONAL ENGINEER39820YELIAB HPESOJ ERODOEHT 0::: w ::c ~ w ....1 11.. ~ ....1 0 (.) ~ z ~ 0 KEY CD CENTER PIPE (]) CHASE NIPPLE G) NIPPLE 4 CD SERRATED ELBOW @SERRATED OR FLANGED ELBOW @ REAMED TEE WITH SET SCREW (j) REAMED ELBOW WITH SET SCREW SIDE MOUNT TYPE A -PEDESTRIAN TYPE H -VEHICLE @ BRONZE TERMINAL COMPARTMENT WITH: • GASKETED COVER •FASTENERS •WIRE LEADS • MOUNTING SADDLE FOR SIDE MOUNTS ON ROUND/TAPERED POLES -OMIT SADDLE ON MULTI-SIDED POLES •1/4" (IN) DIAM. DRAIN HOLE •12-POSITION TERMINAL STRIP • WIREWAY FOR SIDE MOUNTS @ BRONZE COLLAR -4 1/4" (IN) I. D. OFFSET OPENING W/SET SCREWS @) ORNAMENT CAP @ NEOPRENE GASKET @WASHER @ CONDUIT LOCKNUT @ TYPE E HINGE CLAMSHELL MOUNT -LEFT OR RIGHT, SEE CONTRACT @ FASTENER WITH SPACER- •1/2" (IN) LAG SCREWS ON WOOD POLE •1/2" (IN) BOLTS TAPPED TO METAL POLE @ FLATHEAD SOCKET BOLT @ 1/2" (IN) INSERT HOLE FOR EXTERNAL WIRE ENTRANCE (REQUIRED ON TIMBER POLE MOUNTING ONLY) @ TERMINAL BLOCK AND PHENOLIC TAG @ INSULINER-1" (IN) MIN. DIAM. HOLE @SIGNAL HEAD WITH BACKPLATE @ FIELD DRILL POLE AND INSERT AN INSULINER OR SIMILAR DEVICE TO PROTECT CONDUCTORS 4 9 TOP MOUNT @ SIMILAR TO @ WITH BRONZE INTEGRAL COLLAR TYPE D • PEDESTRIAN -OFFSET BRONZE COLLAR TO FRONT @ 1/2" (IN) DIAM. x 3" (IN) LONG BOLT WITH WASHER OR VEHICLE (SHOWN)-OFFSET BRONZE COLLAR TO BACK 15 15 15 SIDE MOUNT TYPE B • PEDESTRIAN TYPE K-VEHICLE TOP 5 1/2" oc=Jo ELEVATION TYPEE MOUNTING DETAILS 18 16 TOP MOUNT TYPE C -PEDESTRIAN TYPE F -VEHICLE 14 (! (]::::::::::::::::. .:i __ ,i :: i i :~~::::::::::::~\ f~] ! i :!_ .. ! i i <::::::::::::::\.-' PEDESTRIAN HEAD SIDE MOUNT (LEFT SIDE SHOWN) TYPE E -COUNTDOWN LED PEDESTRIAN HEAD NOTES 1. See Contract for head type, mounting height, and orientation . 2. All nipples, fittings, and center pipes shall be 1 1/2" (in) diameter. 3. Install neoprene gasket inside head when flanged elbows are supplied. 4. Extend wire sheath a minimum of 1" (in) inside all signal and sign housings and terminal compartments. 5. Apply bead of silicone to the serrated ring and around the perimeter of all top openings prior to installation of fittings. 6. See Standard Specification 9-29.16 for backplate requirements. Where required, prismatic sheeting shall be applied in accordance with the manufacturer's recommendations. The application surface of the backplate shall be cleaned, degreased with isopropyl alcohol, and dried prior to application of the sheeting. 7. Drill a 1/4" (in) drain hole in the bottom of each signal display assembly, and one in the bottom of each pedestrian head. When signal display assembly is mounted horizontally, drill a 1/4" (in) drain hole at the lowest point of each section of the signal assembly. SIGNAL HEAD MOUNTING DETAILS -POLE AND POST TOP MOUNTINGS STANDARD PLAN .J-75.10-02 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION STATE DESIGN ENGINEER ..... ... Washington State Department of Transportation (April 1, 2019) 1 Standard Plans 2 The State of Washington Standard Plans for Road, Bridge and Municipal Construction M21-01 3 transmitted under Publications Transmittal No. PT 16-048, effective August 6, 2018 is made a 4 part of this contract. 5 6 The Standard Plans are revised as follows: 7 8 A-40.10 9 Section View, PCCP to HMA Longitudinal Joint, callout, was – “Sawed Groove ~ Width 10 3/16” (IN) MIN. to 5/16” (IN) MAX. ~ Depth 1” (IN) MIN. ~ see Std. Spec. 5-04.3(12)B” is 11 revised to read; “Sawed Groove ~ Width 3/16” (IN) MIN. to 5/16” (IN) MAX. ~ Depth 1” (IN) 12 MIN. ~ see Std. Spec. Section 5-04.3(12)A2” 13 Section View, Transverse Contraction Joint, dimension, was – “D/4” is revised to read: “D/3 14 to D/4” 15 16 A-50.10 17 Sheet 2 of 2, Plan, with Single Slope Barrier, reference C-14a is revised to C-70.10 18 19 A-50.20 20 Sheet 2 of 2, Plan, with Anchored Barrier, reference C-14a is revised to C-70.10 21 22 A-50.30 23 Sheet 2 of 2, Plan (top), reference C-14a is revised to C-70.1 24 25 B-10.60 26 DELETED 27 28 B-82.20 29 DELETED 30 31 B-90.40 32 Valve Detail - DELETED 33 34 C-1b 35 STEEL POST Detail on page 2: The upper callout is changed from “3/4” (IN) DIAM. HOLE 36 (TYP.)” to “3/4” (IN) OR 13/16” (IN) DIAM. HOLE (TYP.)” 37 38 C-2C 39 CASE 9A (typical of 2 callouts): The dimensions were “3’-0” MIN. ~ TO FACE OF 40 GUARDRAIL”. are now revised to read “5’-0” MIN ~ TO FACE OF GUARDRAIL”. 41 42 C-4b 43 DELETED 44 45 C-4e 46 DELETED 47 48 C-4f 49 Sheet 1, BULLNOSE GRADING PLAN: Slopes shall be not steeper than 10H:1V for the 1 bullnose guardrail system including slopes into the guardrail face to 1 foot behind the 2 guardrail post. 3 4 Sheet 2, POST 1R & 1L, 2R & 2L, 3R TO 8R and 3L TO 8L, 9R TO 12 R and 9L TO 12L 5 elevation view details: Slopes into the guardrail face to 1 foot behind the guardrail post shall 6 not be steeper than 10H:1V. 7 8 Sheet 3, SECTION B, callout – was: “THE NUT SHALL BE ASTM A563D STEEL, AND 9 GALVANIZED ACCORDING TO STANDARD SPEC. 9-16.3(3).” Is revised to read: ”THE 10 NUT SHALL BE ASTM A307 STEEL, AND GALVANIZED ACCORDING TO STANDARD 11 SPEC. 9-16.3(3).” 12 13 C-20.10 14 STEEL POST Detail: The upper callout is changed from “1/4” (IN) DIAM. HOLE FOR ANTI-15 ROTATION 16d NAIL (TYP.)” to “1/4” (IN) OR 13/16” (IN) DIAM. HOLE FOR ANTI-16 ROTATION 16d NAIL (TYP.)” 17 The lower callout is changed from “3/4” (IN) DIAM. HOLE FOR BUTTON HEAD BOLT 18 (TYP.)” to “3/4” (IN) OR 13/16” (IN) DIAM. HOLE FOR BUTTON HEAD BOLT (TYP.)” 19 20 C-20.14 21 CASE 3-31: The dimension was “5’-0” MIN” from the back of guardrail to the center of 22 railroad signal support is now revised to “5’-0” MIN” from face of guardrail to the front edge 23 of the railroad signal support. 24 25 Note 3, was – “The slope from the edge of the shoulder into the face of the guardrail cannot 26 exceed 10H : 1V when the face of the guardrail is less than 12’ – 0” from the edge of the 27 shoulder.” is revised to read: “The slope from the edge of the shoulder into the face of the 28 guardrail cannot be steeper than 10H : 1V when the face of the guardrail is less than 12’ – 29 0” from the edge of the shoulder. The slope from the edge of the shoulder into the face of 30 the guardrail cannot be steeper than 6H : 1V when the guardrail is 12’ – 0” or more from the 31 edge of the shoulder.” 32 33 C-20.18 34 ALL CASES: The dimensions were “3’-0” MIN” from the face of guardrail to the front edge 35 of the fixed feature are now revised to “5’-0” MIN” from the face of guardrail to the front 36 edge of the fixed feature. 37 38 Note 1, was – “The slope from the edge of the shoulder into the face of the guardrail should 39 not exceed 10H : 1V when the guardrail is within 12’ – 0” from the edge of the shoulder.” Is 40 revised to read: “The slope from the edge of the shoulder into the face of the guardrail 41 should not be steeper than 10H : 1V when the guardrail is less than 12’ – 0” from the edge 42 of the shoulder. The slope from the edge of the shoulder into the face of the guardrail 43 should not be steeper than 6H : 1V when the guardrail is 12’ – 0” or more from the edge of 44 shoulder.” 45 46 C-20.41 47 BOX CULVERT POST, ELEVATION VIEW Detail: The upper callout is changed from “3/4” 48 (IN) DIAM. HOLE” to “3/4” (IN) OR 13/16” (IN) DIAM. HOLE” 49 50 C-20.45 51 STEEL POST Detail: The upper callout is changed from “1/4” (IN) DIAM. HOLE FOR ANTI-1 ROTATION 16d NAIL (TYP.)” to “1/4” (IN) OR 13/16” (IN) DIAM. HOLE FOR ANTI-2 ROTATION 16d NAIL (TYP.)” 3 The lower callout is changed from “3/4” (IN) DIAM. HOLE FOR BUTTON HEAD BOLT 4 (TYP.) ~ SEE DETAIL AT RIGHT” to “3/4” (IN) OR 13/16” (IN) DIAM. HOLE FOR BUTTON 5 HEAD BOLT (TYP.) ~ SEE DETAIL AT RIGHT” 6 7 C-22.14 8 DELETED 9 10 C-22.16 11 Note 3, formula, was: “Elevation G = (Elevation S – D x (0.1) + 31” is revised to read: 12 “Elevation G = (Elevation S – D x (0.1) + 31/12” 13 14 C-22.40 15 PLAN VIEW, MSKT-SP-MGS (TL-3) SHOWN: The dimension was “4’-0” MIN” from the face 16 of the terminal to the edge of the widened embankment is now revised to “4’-0” MIN” from 17 the back of the terminal post to the edge of the widened embankment. 18 19 Elevation View, MSKT-SP-MGS (TL-3), dimension, MSKT-SP-MGS (TL-3) SYSTEM 20 LENGTH = 50’ – 0” , dimension is revised to read: 46’ – 101/2” 21 22 Elevation View, SOFTSTOP (TL-3), dimension, SOFTSTOP (TL-3) SYSTEM 23 LENGTH = 50’ – 9 1/2”, dimension is revised to read: 50’ – 10 1/2” 24 25 Note 6, was – “…a maximum taper of 25.4 : 1 or flatter is allowed over the system length of 26 50’ – 9 ½” with a maximum…” is revised to read: “…a maximum taper of 25.44 : 1 or flatter 27 is allowed over the system length of 50’ – 10 ½” with a maximum…” 28 29 C-22.45 30 PLAN VIEW, MSKT-SP-MGS (TL-2) SHOWN: The dimension was “4’-0” MIN” from the face 31 of the terminal to the edge of the widened embankment is now revised to “4’-0” MIN” from 32 the back of the terminal post to the edge of the widened embankment. 33 34 35 Elevation View, MSKT-SP-MGS (TL-2), dimension, MSKT-SP-MGS (TL-2) SYSTEM 36 LENGTH = 25’ – 0”, dimension is revised to read 34’ – 4 1/2” 37 38 Elevation View, SOFTSTOP (TL-2), dimension, SOFTSTOP (TL-2) SYSTEM 39 LENGTH = 38’ – 3 1/2”, dimension is revised to read 38’ – 4 1/2” 40 41 Note 6, was – “…flare of 38.29 : 1 or flatter is allowed over the system length of 38’ – 3 ½” 42 with a maximum…” is revised to read: “…flare of 38.38 : 1 or flatter is allowed over the 43 system length of 38’ – 4 ½” with a maximum…” 44 45 C-25.26 46 Elevation View, TYPE 23: The guardrail height dimension was 2’-8” from the top of the thrie 47 beam to the top of the bridge curb is now revised to 2’-8” from the top of the thrie beam to 48 the top of the ground line. 49 50 C-25.80 51 Plan View, callout, was – “12” (IN) BLOCKOUT” is revised to read; “12” (IN) or 8” (IN) 1 BLOCKOUT (12” (IN) SHOWN)” 2 Elevation View, add labels to posts (below view); beginning at left side of view – Label 3 Posts as follows; POST 1, POST 2 through POST 6”. 4 General Notes, add Note 6. Note reads as follows; “6. Post 1 shall use an 8 inch blockout, 5 and posts 2 through post 6 shall use 12 inch or 8 inch blockouts.” 6 7 C-40.14 8 DELETED 9 10 C-90.10 11 DELETED 12 13 D-10.10 14 Wall Type 1 may be used if no traffic barrier is attached on top of the wall. Walls with traffic 15 barriers attached on top of the wall are considered non-standard and shall be designed in 16 accordance with the current WSDOT Bridge Design Manual (BDM) and the revisions stated 17 in the 11/3/15 Bridge Design memorandum. 18 19 D-10.15 20 Wall Type 2 may be used if no traffic barrier is attached on top of the wall. Walls with traffic 21 barriers attached on top of the wall are considered non-standard and shall be designed in 22 accordance with the current WSDOT BDM and the revisions stated in the 11/3/15 Bridge 23 Design memorandum. 24 25 D-10.20 26 Wall Type 3 may be used in all cases. The last sentence of Note 6 on Wall Type 3 shall be 27 revised to read: The seismic design of these walls has been completed using a site 28 adjusted (effective) peak ground acceleration of 0.32g. 29 30 D-10.25 31 Wall Type 4 may be used in all cases. The last sentence of Note 6 on Wall Type 4 shall be 32 revised to read: The seismic design of these walls has been completed using a site 33 adjusted (effective) peak ground acceleration of 0.32g. 34 35 D-10.30 36 Wall Type 5 may be used in all cases. 37 38 D-10.35 39 Wall Type 6 may be used in all cases. 40 41 D-10.40 42 Wall Type 7 may be used if no traffic barrier is attached on top of the wall. Walls with traffic 43 barriers attached on top of the wall are considered non-standard and shall be designed in 44 accordance with the current WSDOT BDM and the revisions stated in the 11/3/15 Bridge 45 Design memorandum. 46 47 D-10.45 48 Wall Type 8 may be used if no traffic barrier is attached on top of the wall. Walls with traffic 49 barriers attached on top of the wall are considered non-standard and shall be designed in 50 accordance with the current WSDOT BDM and the revisions stated in the revisions stated 1 in the 11/3/15 Bridge Design memorandum. 2 3 D-15.10 4 STD Plans D-15 series “Traffic Barrier Details for Reinforced Concrete Retaining Walls” are 5 withdrawn. Special designs in accordance with the current WSDOT BDM are required in 6 place of these STD Plans. 7 8 D-15.20 9 STD Plans D-15 series “Traffic Barrier Details for Reinforced Concrete Retaining Walls” are 10 withdrawn. Special designs in accordance with the current WSDOT BDM are required in 11 place of these STD Plans. 12 13 D-15.30 14 STD Plans D-15 series “Traffic Barrier Details for Reinforced Concrete Retaining Walls” are 15 withdrawn. Special designs in accordance with the current WSDOT BDM are required in 16 place of these STD Plans. 17 18 F-10.12 19 Section Title, was – “Depressed Curb Section” is revised to read: “Depressed Curb and 20 Gutter Section” 21 22 F-10.40 23 “EXTRUDED CURB AT CUT SLOPE”, Section detail - Deleted 24 25 F-10.42 26 DELETE – “Extruded Curb at Cut Slope” View 27 28 H-70.20 29 Sheet 2, Spacing Detail, Mailbox Support Type 1, reference to Standard Plan I-70.10 is 30 revised to H-70.10 31 32 I-30.30 33 8” Diameter Wattle Spacing Table, lower left corner, was –“Slope:1H : 1V, Maximum 34 Spacing:10’ – 0”” is revised to read: “Slope:1H : 1V, Maximum Spacing:8’ – 0””. 35 36 J-10.21 37 Note 18, was – “When service cabinet is installed within right of way fence, see Standard 38 Plan J-10.22 for details.” Is revised to read; “When service cabinet is installed within right of 39 way fence, or the meter base is mounted on the exterior of the cabinet, see Standard Plan 40 J-10.22 for details.” 41 42 J-10.22 43 Key Note 1, was – “Meter base per serving utility requirements~ as a minimum, the meter 44 base shall be safety socket box with factory-installed test bypass facility that meets the 45 requirements of EUSERC drawing 305.” Is revised to read; “Meter base per serving utility 46 requirements~ as a minimum, the meter base shall be safety socket box with factory-47 installed test bypass facility that meets the requirements of EUSERC drawing 305. When 48 the utility requires meter base to be mounted on the side or back of the service cabinet, the 49 meter base enclosure shall be fabricated from type 304 stainless steel.” 50 Key Note 4, “Test with (SPDT Snap Action, Positive close 15 Amp – 120/277 volt “T” rated). 1 Is revised to read: “Test Switch (SPDT snap action, positive close 15 amp – 120/277 volt 2 “T” rated).” 3 Key Note 14, was – “Hinged dead front with ¼ turn fasteners or slide latch.” Is revised to 4 read; “Hinged dead front with ¼ turn fasteners or slide latch. ~ Dead front panel bolts shall 5 not extend into the vertical limits of the breaker array(s).” 6 Key Note 15, was – “Cabinet Main Bonding Jumper. Buss shall be 4 lug tinned copper. See 7 Cabinet Main bonding Jumper detail, Standard Plan J-3b.“ is revised to read; “Cabinet Main 8 Bonding Jumper Assembly ~ Buss shall be 4 lug tinned copper ~ See Standard Plan J-9 10.20 for Cabinet Main Bonding Jumper Assembly details.” 10 Note 1, was – “…socket box mounting detail, see Standard Plan J-3b.” is revised to read to 11 read: “…socket box mounting detail, see Standard Plan J-10.20.” 12 Note 6, was – “…See door hinge detail, Standard Plan J-3b.” is revised to read: “…See 13 door hinge detail, Standard Plan J-10.20.” 14 15 J-20.10 16 Add Note 5, “5. One accessible pedestrian signal assembly per pedestrian pushbutton 17 post.” 18 19 J-20.11 20 Sheet 2, Foundation Detail, Elevation, callout – “Type 1 Signal Pole” is revised to read: 21 “Type PS or Type 1 Signal Pole” 22 Sheet 2, Foundation Detail, Elevation, add note below Title, “(Type 1 Signal Pole Shown)” 23 Add Note 6, “6. One accessible pedestrian signal assembly per pedestrian pushbutton 24 post.” 25 26 J-20.26 27 Add Note 1, “1. One accessible pedestrian pushbutton station per pedestrian pushbutton 28 post.” 29 30 J-20.16 31 View A, callout, was – LOCK NIPPLE, is revised to read; CHASE NIPPLE 32 33 J-21.10 34 Sheet 1, Elevation View, Round Concrete Foundation Detail, callout – “ANCHOR BOLTS ~ 35 ¾” (IN) x 30” (IN) FULL THREAD ~ THREE REQ’D. PER ASSEMBLY” IS REVISED TO 36 READ: “ANCHOR BOLTS ~ ¾” (IN) x 30” (IN) FULL THREAD ~ FOUR REQ’D. PER 37 ASSEMBLY” 38 Sheet 1 of 2, Elevation view (Round), add dimension depicting the distance from the top of 39 the foundation to find 2 #4 reinforcing bar shown, to read; 3” CLR.. Delete “(TYP.)” from the 40 2 ½” CLR. dimension, depicting the distance from the bottom of the foundation to find 2 # 4 41 reinf. Bar. 42 Sheet 1 of 2, Elevation view (Square), add dimension depicting the distance from the top of 43 the foundation to find 1 #4 reinforcing bar shown, to read; 3” CLR. Delete “(TYP.)” from the 44 2 ½” CLR. dimension, depicting the distance from the bottom of the foundation to find 1 # 4 45 reinf. Bar. 46 Sheet 2 of 2, Elevation view (Round), add dimension depicting the distance from the top of 47 the foundation to find 2 #4 reinforcing bar shown, to read; 3” CLR. Delete “(TYP.)” from the 48 2 ½” CLR. dimension, depicting the distance from the bottom of the foundation to find 2 # 4 49 reinf. Bar. 50 Sheet 2 of 2, Elevation view (Square), add dimension depicting the distance from the top of 1 the foundation to find 1 #4 reinforcing bar shown, to read; 3” CLR. Delete “(TYP.)” from the 2 2 ½” CLR. dimension, depicting the distance from the bottom of the foundation to find 1 # 4 3 reinf. Bar. 4 Detail F, callout, “Heavy Hex Clamping Bolt (TYP.) ~ 3/4” (IN) Diam. Torque Clamping Bolts 5 (see Note 3)” is revised to read; “Heavy Hex Clamping Bolt (TYP.) ~ 3/4” (IN) Diam. Torque 6 Clamping Bolts (see Note 1)” 7 Detail F, callout, “3/4” (IN) x 2’ – 6” Anchor Bolt (TYP.) ~ Four Required (See Note 4)” is 8 revised to read; “3/4” (IN) x 2’ – 6” Anchor Bolt (TYP.) ~ Three Required (See Note 2)” 9 10 J-21.15 11 Partial View, callout, was – LOCK NIPPLE ~ 1 ½” DIAM., is revised to read; CHASE 12 NIPPLE ~ 1 ½” (IN) DIAM. 13 14 J-21.16 15 Detail A, callout, was – LOCKNIPPLE, is revised to read; CHASE NIPPLE 16 17 J-22.15 18 Ramp Meter Signal Standard, elevation, dimension 4’ - 6” is revised to read; 6’-0” 19 (2x) Detail A, callout, was – LOCK NIPPLE ~ 1 ½” DIAM. is revised to read; CHASE 20 NIPPLE ~ 1 ½” (IN) DIAM. 21 22 J-40.10 23 Sheet 2 of 2, Detail F, callout, “12 – 13 x 1 ½” S.S. PENTA HEAD BOLT AND 12” S. S. 24 FLAT WASHER” is revised to read; “12 – 13 x 1 ½” S.S. PENTA HEAD BOLT AND 1/2” 25 (IN) S. S. FLAT WASHER” 26 27 J-60.14 28 All references to J-16b (6x) are revised to read; J-60.11 29 30 K-80.30 31 In the NARROW BASE, END view, the reference to Std. Plan C-8e is revised to Std. Plan 32 K-80.35 33 Plan Title, was “ALTERNATIVE TEMPORARY CONC. BARRIER (F-SHAPE)” is revised to 34 read: “CONCRETE BARRIER TYPE F” 35 36 The following are the Standard Plan numbers applicable at the time this project was 37 advertised. The date shown with each plan number is the publication approval date shown 38 in the lower right-hand corner of that plan. Standard Plans showing different dates shall not 39 be used in this contract. 40 41 A-10.10-00........8/7/07 A-40.00-00.........8/11/09 A-50.30-00…....11/17/08 A-10.20-00......10/5/07 A-40.10-03.........12/23/14 A-50.40-00…....11/17/08 A-10.30-00......10/5/07 A-40.15-00.........8/11/09 A-60.10-03........12/23/14 A-20.10-00......8/31/07 A-40.20-04.........1/18/17 A-60.20-03.........12/23/14 A-30.10-00......11/8/07 A-40.50-02.........12/23/14 A-60.30-01..........6/28/18 A-30.30-01......6/16/11 A-50.10-00…....11/17/08 A-60.40-00..........8/31/07 A-30.35-00.......10/12/07 A-50.20-01…......9/22/09 42 B-5.20-02........1/26/17 B-30.50-03.........2/27/18 B-75.20-02..........2/27/18 B-5.40-02.........1/26/17 B-30.70-04.........2/27/18 B-75.50-01..........6/10/08 B-5.60-02.........1/26/17 B-30.80-01..........2/27/18 B-75.60-00............6/8/06 B-10.20-02........3/2/18 B-30.90-02........1/26/17 B-80.20-00.........6/8/06 B-10.40-01........1/26/17 B-35.20-00..........6/8/06 B-80.40-00.........6/1/06 B-10.70-00……1/26/17 B-35.40-00..........6/8/06 B-85.10-01.........6/10/08 B-15.20-01........2/7/12 B-40.20-00..........6/1/06 B-85.20-00..........6/1/06 B-15.40-01........2/7/12 B-40.40-02........1/26/17 B-85.30-00..........6/1/06 B-15.60-02........1/26/17 B-45.20-01..........7/11/17 B-85.40-00..........6/8/06 B-20.20-02.......3/16/12 B-45.40-01..........7/21/17 B-85.50-01.........6/10/08 B-20.40-04.......2/27/18 B-50.20-00..........6/1/06 B-90.10-00….......6/8/06 B-20.60-03.......3/15/12 B-55.20-02..........2/27/18 B-90.20-00..........6/8/06 B-25.20-02........2/27/18 B-60.20-01..........6/28/18 B-90.30-00..........6/8/06 B-25.60-02.........2/27/18 B-60.40-01..........2/27/18 B-90.40-01..........1/26/17 B-30.10-03.........2/27/18 B-65.20-01..........4/26/12 B-90.50-00..........6/8/06 B-30.15-00……..2/27/18 B-65.40-00..........6/1/06 B-95.20-01..........2/3/09 B-30.20-04.........2/27/18 B-70.20-00..........6/1/06 B-95.40-01..........6/28/18 B-30.30-03.........2/27/18 B-70.60-01..........1/26/17 B-30.40-03..........2/27/18 1 C-1....................6/28/18 C-20.15-02..........6/11/14 C-40.18-03........7/21/17 C-1a.................7/14/15 C-20.18-02..........6/11/14 C-70.10-01........6/17/14 C-1b...................7/14/15 C-20.19-02..........6/11/14 C-75.10-01........6/11/14 C-1d................10/31/03 C-20.40-06..........7/21/17 C-75.20-01........6/11/14 C-2c..................6/21/06 C-20.41-01..........7/14/15 C-75.30-01........6/11/14 C-4f...................7/2/12 C-20.42-05..........7/14/15 C-80.10-01........6/11/14 C-6a................10/14/09 C-20.45.01...........7/2/12 C-80.20-01........6/11/14 C-7.....................6/16/11 C-22.16-06........7/21/17 C-80.30-01........6/11/14 C-7a...................6/16/11 C-22.40-06........7/21/17 C-80.40-01........6/11/14 C-8.....................2/10/09 C-22.45-03........7/21/17 C-80.50-00........4/8/12 C-8a...................7/25/97 C-23.60-04........7/21/17 C-85.10-00........4/8/12 C-8b....................2/29/16 C.24.10-01........6/11/14 C-85.11-00........4/8/12 C-8e....................2/21/07 C-25.20-06........7/14/15 C-85.14-01........6/11/14 C-8f.....................6/30/04 C-25.22-05........7/14/15 C-85.15-01........6/30/14 C-16a.................7/21/17 C-25.26-03........7/14/15 C-85.16-01........6/17/14 C-20.10-04.........7/21/17 C-25.30-00…….6/28/18 C-85-18-01........6/11/14 C-20.11-00……..7/21/17 C-25.80-04........7/15/16 C-85.20-01........6/11/14 C-20.14-03..........6/11/14 C-40.16-02........7/2/12 2 D-2.04-00........11/10/05 D-2.48-00........11/10/05 D-3.17-02……5/9/16 D-2.06-01........1/6/09 D-2.64-01........1/6/09 D-4.................12/11/98 D-2.08-00........11/10/05 D-2.66-00........11/10/05 D-6...................6/19/98 D-2.14-00........11/10/05 D-2.68-00........11/10/05 D-10.10-01......12/2/08 D-2.16-00........11/10/05 D-2.80-00........11/10/05 D-10.15-01......12/2/08 D-2.18-00........11/10/05 D-2.82-00........11/10/05 D-10.20-00.........7/8/08 D-2.20-00........11/10/05 D-2.84-00........11/10/05 D-10.25-00.........7/8/08 D-2.32-00........11/10/05 D-2.86-00........11/10/05 D-10.30-00.........7/8/08 D-2.34-01........1/6/09 D-2.88-00........11/10/05 D-10.35-00.........7/8/08 D-2.36-03........6/11/14 D-2.92-00........11/10/05 D-10.40-01......12/2/08 D-2.42-00........11/10/05 D-3.09-00........5/17/12 D-10.45-01......12/2/08 D-2.44-00........11/10/05 D-3.10-01……5/29/13 D-15.10-01......12/2/08 D-2.60-00........11/10/05 D-3.11-03……6/11/14 D-15.20-03........5/9/16 D-2.62-00........11/10/05 D-3.15-02……6/10/13 D-15.30-01......12/02/08 D-2.46-01........6/11/14 D-3.16-02……5/29/13 1 E-1....................2/21/07 E-4....................8/27/03 E-2....................5/29/98 E-4a..................8/27/03 2 F-10.12-03.......6/11/14 F-10.62-02........4/22/14 F-40.15-03........6/29/16 F-10.16-00.......12/20/06 F-10.64-03........4/22/14 F-40.16-03........6/29/16 F-10.18-01.........7/11/17 F-30.10-03........6/11/14 F-45.10-02........7/15/16 F-10.40-03...........6/29/16 F-40.12-03........6/29/16 F-80.10-04........7/15/16 F-10.42-00.........1/23/07 F-40.14-03........6/29/16 3 G-10.10-00........9/20/07 G-25.10-04.......6/10/13 G-90.10-03……7/11/17 G-20.10-02........6/23/15 G-30.10-04.......6/23/15 G-90.11-00……4/28/16 G-22.10-04..........6/28/18 G-50.10-03.......6/28/18 G-90.20-05……7/11/17 G-24.10-00......11/8/07 G-60.10-04.......6/28/18 G-90.30-04……7/11/17 G-24.20-01......2/7/12 G-60.20-02.......6/18/15 G-90.40-02……4/28/16 G-24.30-02......6/28/18 G-60.30-02.......6/18/15 G-95.10-02........6/28/18 G-24.40-07.....6/28/18 G-70.10-03.......6/18/15 G-95.20-03........6/28/18 G-24.50-04.....7/11/17 G-70.20-04.......7/21/17 G-95.30-03........6/28/18 G-24.60-05.....6/28/18 G-70.30-04.......7/21/17 4 H-10.10-00..........7/3/08 H-32.10-00.......9/20/07 H-70.10-01......2/7/12 H-10.15-00..........7/3/08 H-60.10-01.........7/3/08 H-70.20-01......2/16/12 H-30.10-00......10/12/07 H-60.20-01.........7/3/08 H-70.30-02......2/7/12 5 I-10.10-01.........8/11/09 I-30.20-00.........9/20/07 I-40.20-00.........9/20/07 I-30.10-02.........3/22/13 I-30.30-01.........6/10/13 I-50.20-01..........6/10/13 I-30.15-02.........3/22/13 I-30.40-01.......6/10/13 I-60.10-01..........6/10/13 I-30.16-00.........3/22/13 I-30.60-01.........3/7/18 I-60.20-01..........6/10/13 I-30.17-00.........3/22/13 I-40.10-00.........9/20/07 I-80.10-02..........7/15/16 6 J-10..................7/18/97 J-28.22-00.......8/07/07 J-50.25-00…….6/3/11 J-10.10-03……6/3/15 J-28.24-01.......6/3/15 J-50.30-00…….6/3/11 J-10.15-01........6/11/14 J-28.26-01......12/02/08 J-60.05-01…….7/21/16 J-10.16-00……6/3/15 J-28.30-03......6/11/14 J-60.11-00…....5/20/13 J-10.17-00……6/3/15 J-28.40-02......6/11/14 J-60.12-00…....5/20/13 J-10.18-00……6/3/15 J-28.42-01.......6/11/14 J-60.13-00…....6/16/10 J-10.20-01……6/1/16 J-28.43-01.......6/28/18 J-60.14-00……6/16/10 J-10.21-00……6/3/15 J-28.45-03.......7/21/16 J-75.10-02……7/10/15 J-10.22-00........5/29/13 J-28.50-03.......7/21/16 J-75.20-01……7/10/15 J-10.25-00……7/11/17 J-28.60-02.......7/21/16 J-75.30-02…….7/10/15 J-12.15-00……6/28/18 J-28.70-03.......7/21/17 J-75.40-02……6/1/16 J-12.16-00……6/28/18 J-29.10-01.......7/21/16 J-75.41-01……6/29/16 J-15.10-01........6/11/14 J-29.15-01.......7/21/16 J-75.45-02……6/1/16 J-15.15-02……7/10/15 J-29.16-02.......7/21/16 J-80.10-00……6/28/18 J-20.10-03........6/30/14 J-30.10-00…...6/18/15 J-80.15-00……6/28/18 J-20.11-02........6/30/14 J-40.05-00……7/21/16 J-81.10-00……6/28/18 J-20.15-03........6/30/14 J-40.10-04…...4/28/16 J-86.10-00……6/28/18 J-20.16-02........6/30/14 J-40.20-03…...4/28/16 J-90.10-03…….6/28/18 J-20.20-02........5/20/13 J-40.30-04……4/28/16 J-90.20-03…….6/28/18 J-20.26-01........7/12/12 J-40.35-01……5/29/13 J-90.21-02……6/28/18 J-21.10-04......6/30/14 J-40.36-02……7/21/17 J-90.50-00……6/28/18 J-21.15-01......6/10/13 J-40.37-02……7/21/17 J-21.16-01......6/10/13 J-40.38-01.......5/20/13 J-21.17-01......6/10/13 J-40.39-00……5/20/13 J-21.20-01......6/10/13 J-40.40-01……4/28/16 J-22.15-02......7/10/15 J-45.36-00……7/21/17 J-22.16-03......7/10/15 J-50.05-00……7/21/17 J-26.10-03…..7/21/16 J-50.10-00…….6/3/11 J-26.15-01…..5/17/12 J-50.11-01…….7/21/17 J-26.20-01…..6/28/18 J-50.12-01…….7/21/17 J-27.10-01…..7/21/16 J-50.15-01…….7/21/17 J-27.15-00…..3/15/12 J-50.16-01…….3/22/13 J-28.10-01......5/11/11 J-50.20-00…….6/3/11 1 K-70.20-01.......6/1/16 K-80.10-01.......6/1/16 K-80.20-00.....12/20/06 K-80.30-00.......2/21/07 K-80.35-00.......2/21/07 K-80.37-00.......2/21/07 2 L-10.10-02........6/21/12 L-40.10-02........6/21/12 L-70.10-01.......5/21/08 L-20.10-03........7/14/15 L-40.15-01........6/16/11 L-70.20-01.......5/21/08 L-30.10-02........6/11/14 L-40.20-02........6/21/12 3 M-1.20-03.........6/24/14 M-12.10-01……6/28/18 M-40.10-03......6/24/14 M-1.40-02.........6/3/11 M-15.10-01........2/6/07 M-40.20-00...10/12/07 M-1.60-02.........6/3/11 M-17.10-02........7/3/08 M-40.30-01......7/11/17 M-1.80-03.........6/3/11 M-20.10-02........6/3/11 M-40.40-00......9/20/07 M-2.20-03.........7/10/15 M-20.20-02........4/20/15 M-40.50-00......9/20/07 M-2.21-00……7/10/15 M-20.30-04........2/29/16 M-40.60-00......9/20/07 M-3.10-03.........6/3/11 M-20.40-03........6/24/14 M-60.10-01......6/3/11 M-3.20-02.........6/3/11 M-20.50-02........6/3/11 M-60.20-02......6/27/11 M-3.30-03.........6/3/11 M-24.20-02.......4/20/15 M-65.10-02......5/11/11 M-3.40-03.........6/3/11 M-24.40-02.......4/20/15 M-80.10-01......6/3/11 M-3.50-02.........6/3/11 M-24.50-00.......6/16/11 M-80.20-00......6/10/08 M-5.10-02.........6/3/11 M-24.60-04.......6/24/14 M-80.30-00......6/10/08 M-7.50-01.........1/30/07 M-24.65-00……7/11/17 M-9.50-02.........6/24/14 M-24.66-00……7/11/17 M-9.60-00……..2/10/09 M-11.10-02........7/11/17 4 City of Renton Contract Provisions for Williams Ave S and Wells Ave S Conversion Project ______________________________________________________________________________ APPENDIX D – Geotechnical Report Excerpts GEOTECHNICAL ENGINEERING REPORT Williams Ave S and Wells Ave S Conversion Project Renton, Washington Prepared for: KPG 2502 Jefferson Avenue Tacoma, Washington Prepared by: Amec Foster Wheeler Environment & Infrastructure, Inc. 4020 Lake Washington Blvd NE, Suite 200 Kirkland, WA 98033-7862 (425) 368-1000 September 10, 2019 Project No. PS17191350 Amec Foster Wheeler Project No. PS17191350 i EXECUTIVE SUMMARY The City of Renton is considering two-way street conversion and intersection improvements for segments of Williams Ave S and Wells Ave S, from South 2nd Street to South 3rd Street in Renton, Washington. This report provides an assessment of existing pavement conditions, subgrade soil, and preliminary geotechnical recommendations for designing signal pole foundations. Project Description: The project primary goal is to convert Williams Ave S and Wells Ave S from one- way to two-way streets. Major intersection improvements are planned where these roadways cross South 2nd and 3rd Streets. New Portland cement concrete pavement will be used at the intersections and new signal poles will be installed. Other pedestrian and bicycle improvements are planned. Explorations: Ten soil borings, ranging in depth from 21.5 to 26.5 feet below ground surface, were drilled along the alignment to evaluate the pavement, subgrade and subsurface conditions for geotechnical design of pavement and pole foundations. Pavement Conditions: In general, the pavement along Williams Ave S and Wells Ave S is in good condition between South 2nd Street and South 3rd Street, except within the intersections, where shallow rutting is observed in the direction of South 2nd Street and South 3rd Street. These lanes generally consist of a composite section of 3 to 9 inches of Portland cement concrete (PCC) pavement, overlain with asphalt pavement. Brick paving was encountered beneath PCC pavement in explorations AM-8, AM-9, and AM-10. In some areas, PCC is absent, and the pavement sections consists of only asphalt. Soil Conditions: In general, subgrade soils beneath the pavement includes medium dense, silty sand with gravel that appears to be fill placed during roadway grading (Fill). Below the roadway fill, native soils varied but tended to consist of loose silty sand (Alluvium). Groundwater Conditions: At the time of drilling, we encountered groundwater in all borings at depths between 14 and 18.5 feet below the ground surface. Because our explorations were performed during an extended period of generally wet weather, these observed groundwater conditions may closely represent the seasonal high levels. Pavement Design Recommendations: For the intersection reconstruction, we recommend the following rigid pavement section: Amec Foster Wheeler ii Project No. PS17191350 5 inches crushed rock base course (CRB). If pavement needs to be replaced along the streets outside of the intersections, we recommend a flexible pavement section of: 7 inches HMA, over 6 inches CRB. Signal Pole Foundations: Signal pole structures are designed in accordance with Washington State Department of Transportation (WSDOT) Standard Foundations, based on correlations provided in Chapter 17 of the Geotechnical Design Manual (WSDOT, 2010). The site soil conditions consist of very soft profile and WSDOT Standard Plan J-26.10-03 does not provide design recommendations for the lower range of “Very Soft” soils, an allowable lateral bearing pressure below 1,000 psf. Therefore, a non-standard foundation design is provided for design of signal pole foundations. Specific design recommendations for the proposed signal pole foundation locations are discussed in Section 5 of this report. Amec Foster Wheeler Project No. PS17191350 iii TABLE OF CONTENTS 1.0 INTRODUCTION ....................................................................................................................... 1 1.1 PROJECT BACKGROUND .................................................................................................. 1 1.2 EXPLORATORY METHODS ................................................................................................ 1 2.0 SITE CONDITIONS ................................................................................................................... 2 2.1 PAVEMENT CONDITIONS .................................................................................................. 3 2.1.1 Pavement Observations ..................................................................................... 3 2.1.2 Pavement Coring ............................................................................................... 3 2.2 SOIL CONDITIONS ............................................................................................................ 4 2.3 GROUNDWATER CONDITIONS ........................................................................................... 5 3.0 PAVEMENT DESIGN ................................................................................................................ 6 3.1 SOIL SUBGRADE DESIGN VALUES .................................................................................... 6 3.2 TRAFFIC DESIGN VALUES ................................................................................................. 6 3.3 PAVEMENT STRUCTURE DESIGN ...................................................................................... 7 3.4 RECOMMENDED PAVEMENT THICKNESS ........................................................................... 8 4.0 STORMWATER INFILTRATION ............................................................................................... 8 5.0 SIGNAL POLE FOUNDATIONS ................................................................................................ 8 6.0 LIMITATIONS .......................................................................................................................... 10 7.0 REFERENCES ........................................................................................................................ 11 Amec Foster Wheeler iv Project No. PS17191350 TABLES Table 1 Approximate Locations, Elevations, and Depths of Explorations ................................... 2 Table 2 Pavement Thickness and Base Course ......................................................................... 4 Table 3 Laboratory Test Results ................................................................................................. 5 Table 4 Subgrade Soil Design Parameters ................................................................................. 6 Table 5 Design Traffic Input ........................................................................................................ 7 Table 6 Pavement Structural Numbers ....................................................................................... 7 Table 7 Design Recommendations for Signal Poles ................................................................... 9 FIGURES Figure 1 Site Vicinity Figure 2 Key Figure Plan Figure 2A Site and Exploration Plan – Williams Avenue S, STA 30+00 to 34+00 Figure 2B Site and Exploration Plan – Williams Avenue S, STA 34+00 to 38+00 Figure 2C Site and Exploration Plan – Wells Avenue S, STA 87+00 to 91+00 Figure 2D Site and Exploration Plan – Wells Avenue S, STA 92+00 to 96+00 Figure 3 Signal Pole Foundations APPENDICES Appendix A Subsurface Exploration Procedures and Results Appendix B Laboratory Testing Procedures and Results Appendix C Drilled Pier Foundation Calculations for Signal Poles Amec Foster Wheeler Project No. PS17191350 1 GEOTECHNICAL ENGINEERING REPORT Williams Ave S and Wells Ave S Conversion Project Renton, Washington 1.0 INTRODUCTION Amec Foster Wheeler Environment & Infrastructure, Inc. (Amec Foster Wheeler), prepared this Geotechnical Engineering Report for the proposed conversion and improvements of Williams Ave S and Wells Ave S Conversion Project, between South 2nd Street and South 3rd Street within the city limits of Renton, Washington, as shown on Figure 1. This Report presents a summary of subsurface conditions, existing pavement conditions, and geotechnical engineering recommendations for the planned improvements. 1.1 Project Background The Williams Ave S and Wells Ave S Conversion Project currently consists of one-way streets, each configured with two lanes and on street parking with curb, gutter, and sidewalk. Both Williams Ave S and Wells Ave S existing roadway consists of an original four-lane roadway surfaced with Portland cement concrete (PCC) pavement, which has been overlain with multiple hot-mix asphalt (HMA) overlays. A concrete planter currently occupies a portion of the right-most and the left-most lane of both subject avenues at the South 3rd Street intersections. South 2nd Street is a four-lane street and South 3rd Street is a two lane street with on street parking. 1.2 Exploratory Methods The specific number, locations, and depths of our explorations were selected by Amec Foster Wheeler, with assistance and input from the City of Renton and KPG. These locations were then field- adjusted in relation to the existing and proposed site features, under the constraints of surface access, underground utility locations, and budget considerations. We estimated the relative location of each exploration by measuring from existing features and scaling these measurements onto a layout plan supplied to us, then we estimated their elevations by interpolating between contour lines shown on this same plan. Consequently, the data listed in Table 1 and the locations depicted on Figure 2 and Figures 2A through 2D should be considered accurate only to the degree permitted by our data sources and implied by our measuring methods. Amec Foster Wheeler 2 Project No. PS17191350 Amec Foster Wheeler explored surface and subsurface conditions at the project site between January 23 and January 26, 2018. The exploration and testing program consisted of the following elements: Visual surface reconnaissance of the site; Ten borings designated AM-1 through AM-10; Laboratory testing performed on selected soil samples to determine index and engineering properties for geotechnical engineering purposes; and Review of published geologic maps and literature. Table 1 summarizes the approximate locations, surface elevations, and termination depths of our subsurface explorations, and Figures 2A through 2D depict their approximate locations. Detailed exploration logs are included in Appendix A. Laboratory testing results are attached in Appendix B. Table 1 Approximate Locations, Elevations, and Depths of Explorations Location Exploration Station Surface Elevation (feet) Termination Depth (feet) Williams Ave. S & S 2nd St. AM-1 36+59, 18.5’ L — 21.5 AM-2 36+56, 16’ R — 26.5 Williams Ave. S & S 3rd St. AM-8 31+12, 10.5’ L — 26.5 AM-9 31+36, 15’ R — 21.5 Wells Ave. S & S 2nd St. AM-7 92+69, 15’ R — 26.5 AM-10 92+68, 15’ L — 21.5 Wells Ave. S & S 3rd St. AM-4 86+85, 15’ L — 21.5 AM-5 87+17, 4.5’ R — 26.5 North of Wells Ave. S & S 2nd St. AM-3 95+32, 4.5’ L — 21.5 North of Wells Ave. S & S 3rd St. AM-6 90+34, 15.5’ R — 21.5 a. Topographic survey not available at time of production of this draft report. 2.0 SITE CONDITIONS The following sections present our observations, measurements, findings, and interpretations regarding conditions of the existing pavement and underlying subgrade soils for the evaluated segments of Williams Ave S and Wells Ave S Conversion Project. Amec Foster Wheeler Project No. PS17191350 3 2.1 Pavement Conditions In general, the pavement along Williams Avenue S and Wells Avenue S is in good condition between South 2nd Street and South 3rd Street except at the intersections, where shallow rutting is observed in the direction of South 2nd Street and South 3rd Street. This rutting likely has resulted from higher traffic volumes along South 2nd Street and South 3rd Street. Amec Foster Wheeler observed minor longitudinal cracking along Wells Avenue South and Williams Avenue South. These segments also consist of more recent asphalt patching with sealed edges. The pavement section on Wells Avenue South between South 2nd Street and South Riverside Drive is in a similar condition, with more distinct longitudinal cracking between the center-most two lanes and the outer-most left and right lanes, likely a result of reflected PCC panel joints between the lanes. Few cracks were observed within panels, which seems to indicate the panels are mostly intact. In general, the asphalt surface was in good condition over the concrete panels. Pavement cores were evaluated during the subsurface investigation to determine the thickness of the existing pavement sections, which helped determine the strength of the existing pavement. Pavement coring was performed during our subsurface exploration program conducted between January 23 and January 26, 2018. The approximate locations of the pavement cores are shown on Figures 2A through 2D. Table 2 summarizes the measurements of pavement thickness and subgrade observations recorded at each exploration location. Amec Foster Wheeler 4 Project No. PS17191350 Table 2 Pavement Thickness and Base Course Location Exploration Station HMA Thickness (inches) PCC Thickness (inches) Brick (inches) Base Course / Subbase Williams Ave. S & S 2nd St. AM-1 36+59, 18.5’ L 6 to 8 — — CRB AM-2 36+56, 16’ R 9 — — CRB Williams Ave. S & S 3rd St. AM-8 31+12, 10.5’ L 3 9 3 None AM-9 31+36, 15’ R 7 3 3 None Wells Ave. S & S 2nd St. AM-7 92+69, 15’ R 9 — — None AM-10 92+68, 15’ L 5 6 4 None Wells Ave. S & S 3rd St. AM-4 86+85, 15’ L 4 6 — None AM-5 87+17, 4.5’ R 3 9 — None North of Wells Ave S & S 2nd St AM-3 95+32, 4.5’ L 6 3 — None North of Wells Ave S & S 3rd St AM-6 90+34, 15.5’ R 3 7 — None a. “—“ Indicates PCC or brick not observed. HMA = hot-mix asphalt pavement CRB = crushed rock base course PCC = Portland cement concrete pavement To summarize Table 2, the thickness of HMA overlay and PCC panels varied between 3 and 9 inches. 2.2 Soil Conditions According to published geologic maps (Mullineaux, 1965), soil conditions in the site vicinity are characterized by the following units: Artificial fill; and Holocene-aged alluvium. The exploration logs in Appendix A provide a detailed description of the soil strata encountered in our subsurface explorations. In general, our explorations encountered the existing roadway pavement sections described in Section 2.1.2, underlain by silty sand fill or Holocene alluvium. Borings AM-2 and AM-9 encountered 3 and 4 feet of fill, respectively, consisting of loose to medium dense silty sand. In general, the Holocene alluvium consists of very loose to loose silty sand. A medium dense to dense layer of sandy gravel was encountered between 15 and 19 feet below ground surface. Geotechnical laboratory tests revealed that the alluvial soils are silty sands. We interpret these soils to be currently near or above their optimum moisture contents, and to be moderately to highly sensitive to variations in moisture content. The laboratory testing sheets in Appendix B graphically illustrate the test results, and Table 3 summarizes these results. Amec Foster Wheeler Project No. PS17191350 5 Table 3 Laboratory Test Results Sample Location, Sample ID, and Project Station Soil Type Sample Depth (feet) Moisture Content (percent) Gravel Content (percent) Sand Content (percent) Silt/Clay Content (percent) AM-1, S-2; 36+59, 18.5’ L SW-SM (Qal) 10 – 11.5 N/T 14 77 9 AM-1, S-3; 36+59, 18.5’ L SW-SM (Qal) 15 – 16.5 16 N/T N/T N/T AM-2, S-1; 36+56, 16’ R SM (Qal) 5 – 6.5 N/T 1 68 31 AM-2, S-3; 36+56, 16’ R SP (Qal) 15 – 16.5 N/T 15 80 5 AM-4, S-1; 86+85, 15’ L SM (Qal) 5 – 6.5 22 N/T N/T N/T AM-4, S-2; 86+85, 15’ L SP-SM (Qal) 10 – 11.5 N/T 10 85 5 AM-4, S-3; 86+85, 15’ L SW/GW (Qal) 15 – 16.5 3 N/T N/T N/T AM-5, S-1; 87+17, 4.5’ R SM (Qal) 5 – 6.5 N/T 0 77 23 AM-5, S-2; 87+17, 4.5’ R SM (Qal) 10 – 11.5 N/T 5.2 83 17 AM-5, S-3; 87+17, 4.5’ R SM (Qal) 15 – 16.5 11 N/T N/T N/T AM-6, S-1; 90+34, 15.5’ R SW (Qal) 5 – 6.5 8 N/T N/T N/T AM-6, S-3; 90+34, 15.5’ R GW (Qal) 15 – 16.5 3 N/T N/T N/T AM-8, S-2; 31+12, 10.5’ R SM (Qal) 10 – 11.5 N/T 0 38 62 AM-8, S-4; 31+12, 10.5’ R SP-SM (Qal) 20 – 21.5 N/T 40 55 5 AM-9, S-2; 31+36, 15’ R ML (Qal) 10 – 11.5 N/T 0 27 73 AM-9, S-3; 31+36, 15’ R ML (Qal) 15 – 16.5 32 N/T N/T N/T AM-9, S-4; 31+36, 15’ R GW-GM (Qal) 20 – 21.5 N/T 50 45 5 AM-10, S-1; 92+68 15’ R SM (Qal) 5 – 6.5 N/T 0 59 41 AM-10, S-3; 92+68 15’ R SM (Qal) 15 – 16.5 14 N/T N/T N/T a. Soil types defined in boring logs in Appendix A. N/T = not tested 2.3 Groundwater Conditions At the time of drilling (January 23 to January 26, 2018), we encountered groundwater in all borings at depths between 14 and 18.5 feet below the ground surface. Depth to groundwater at time of drilling is shown on the boring logs enclosed in Appendix A. Groundwater observation wells were not installed in the borings. Because our explorations were performed during an extended period of generally wet weather, these observed groundwater conditions may closely represent the seasonal high levels; lower groundwater levels would be expected during drier summer and fall months. At all times of year, groundwater levels would likely fluctuate in response to changes in precipitation, influence from the existing storm drainage system, construction activities, and site utilization. Amec Foster Wheeler 6 Project No. PS17191350 3.0 PAVEMENT DESIGN The pavement design recommendations presented in this report are based on the procedures outlined by the Washington State Department of Transportation’s WSDOT Pavement Policy (WSDOT, 2015a), which incorporate the design standards and methods detailed in the 1993 AASHTO Guide for Design of Pavement Structures by the American Association of State Highway and Transportation Officials (AASHTO, 1993). Specific design parameters, correlation of soil quality, and equivalent single axle load (ESAL) determination described in the WSDOT Pavement Guide Interactive (WSDOT, 2003) were used as applicable. 3.1 Soil Subgrade Design Values Soil design values for subgrade conditions were determined based on visual classification, laboratory testing, and guidance provided in the WSDOT Pavement Policy (WSDOT, 2015a). Four samples were tested for California bearing ratio (CBR), which can be correlated to a subgrade modulus value. Table 4 gives CBR test results and subgrade modulus values for subgrade soils. Using the WSDOT methodology, most of the subgrade soils are of average quality. Table 4 Subgrade Soil Design Parameters Location Sample Information Soil Type CBR (%) Correlated Subgrade Modulus Design Subgrade Modulus Williams Ave. S & S 2nd St. AM-1, G-1 @ 12-14” AM-2, G-1 @ 20-24” Silty SAND with gravel (SM) 21 17,900 15,000 Williams Ave. S & S 3rd St. AM-4, G-1 @ 10-16” AM-5, G-1 @ 12-24” Silty SAND with gravel (SM) 26 20,600 Wells Ave. S & S 2nd St. AM-7, G-1 @ 18-30” AM-10, G-1 @ 18-22” Silty SAND with gravel (SM) 18 16,200 Wells Ave. S & S 3rd St. AM-8, G-1 @ 13-24” AM-9, G-1 @ 18-22” Silty SAND with gravel (SM) 24 19,500 a. Soil types defined on boring logs in Appendix A. CBR = California bearing ratio 3.2 Traffic Design Values Traffic data were provided by KPG. We combined average daily traffic (ADT) of intersecting streets to determine ADT of each subject intersection. The traffic volume for the most utilized traffic intersections (Williams Avenue South and South 3rd Street/South 2nd Street) is summarized in Table 5. We recommend using the equivalent traffic volumes for design of the Wells Avenue South and South 3rd Street/South 2nd Street intersections. Amec Foster Wheeler Project No. PS17191350 7 Table 5 Design Traffic Input Location Average Daily Traffic (ADT) Trucks Lane Distribution Factor Directional Distribution Factor Traffic Growth Rate Wells Ave. S 2,500 4% 1 1 1.2% Williams Ave. S 3,500 4% 1 1 1.2% Intersections 13,500 4% 1 1 1.2% 3.3 Pavement Structure Design To determine the structural strength needed for a pavement, the design traffic volumes represented as ESALs, the soil subgrade condition, and pavement design life are assessed to determine the structural number (SN). Table 6 summarizes the required structural number for the design of the intersections, Wells Avenue South, and Williams Avenue South. Drainage: Local drainage characteristics of proposed pavement areas are considered fair. As recommended in the WSDOT Pavement Policy (WSDOT, 2015a), a design drainage coefficient of 1.0 was used when applying the AASHTO (1993) criteria for design. Serviceability and Reliability: For rigid pavement design of the intersections, initial and terminal serviceability indices of 4.5 and 3, respectively, were used, resulting in a change in serviceability index of 1.5. A reliability value of 85 percent was used, in accordance with the AASHTO (1993) criteria for design. Table 6 Pavement Structural Numbers Location Design Life Design Year Design Subgrade Modulus ESALs Structural Number Wells Ave. S 20 year 2018 15,000 0.75 mil 2.82 50 year 2.2 mil 3.41 Williams Ave. S 20 year 1.0 mil 2.97 50 year 3.1 mil 3.62 Intersections 20 year 3.9 mil 3.76 50 year 11.9 mil 4.51 ESAL = equivalent single-axle load mil – Millions Amec Foster Wheeler 8 Project No. PS17191350 3.4 Recommended Pavement Thickness We understand that the project design intends to create raised, PCC intersections consisting of: 10 inches PCC, over 5 inches CRB. Based on the above soil subgrade properties, design traffic, drainage, service/reliability, we determined this section would be suitable for a 50-year design life. We understand that the project design plans to use flexible pavement as needed within street segments outside of the intersections. The preferred section consists of: 7 inches HMA, over 6 inches CRB. Based on the above soil subgrade properties, design traffic, drainage, service/reliability, we determined this section would be suitable for a 50-year design life (with maintenance and periodic overlays). If the surface of the pavement needs to be improved, we recommend grinding off the surface asphalt as necessary and replacing with a 2-inch HMA overlay. 4.0 STORMWATER INFILTRATION The entire project site is within Zone 1 of an Aquifer Protection Area. Therefore, according to the 2017 City of Renton Surface Water Design Manual, Chapter 1.3.6, infiltration facilities are prohibited. 5.0 SIGNAL POLE FOUNDATIONS New signal pole structures are designed in accordance with Washington State Department of Transportation (WSDOT) Standard Foundations, based on correlations provided in Chapter 17 of the Geotechnical Design Manual (WSDOT, 2010). Subsurface Soils: The site soil conditions encountered consists of very soft profile and WSDOT Standard Plan J-26.10-03 does not provide design recommendations for the lower range of “Very Soft” soils, an allowable lateral bearing pressure below 1,000 psf. Therefore, a non-standard foundation design is required for design of signal pole foundations. Amec Foster Wheeler Project No. PS17191350 9 Allowable Lateral Bearing Pressures: Signal pole shaft foundation can be designed for an allowable lateral bearing pressure and a soil-to- foundation contact friction angle summarized in Table 7, based on correlations provided in Chapter 17 of the WSDOT GDM. Shaft foundation designs for the proposed signal pole foundation locations are enclosed as Figure 3. In general, the signal pole shaft foundation designs are deeper than typical to accommodate axial structural loading and to account for subsurface conditions. The drilled shafts have been extended down to bear within dense soil. If any soft organic soils are encountered at the bottom of the pole foundations, the contractor should continue drilling to bearing soils beneath any localized zones of soft or organic soils. Table 7 Design Recommendations for Signal Poles Intersection Corner Boring Soil Typea Average N-Value (bpf) Allowable Lateral Bearing Pressure (psf) Soil Friction Angle (degree) Wells Ave S & S 2nd Street SE AM-7 SM 3 750 26 NE AM-7 SM 3 750 26 NW AM-10 SM 2b 750 26 SW AM-10 SM 2b 750 26 Wells Ave S & S 3rd Street SE AM-5 SM 3 800 26 NE AM-5 SM 3 800 26 NW AM-4 SM 3 800 26 SW AM-4 SM 3 800 26 Williams Ave S & S 2nd Street SE AM-2 SM 4 800 26 NE AM-2 SM 4 800 26 NW AM-1 SM 3 800 26 SW AM-1 SM 3 800 26 Williams Ave S & S 3rd Street SE AM-9 SM 3 750 26 NE AM-9 SM 3 750 26 NW AM-8 SM 2b 750 26 SW AM-8 SM 2b 750 26 a = detailed soil descriptions are in Appendix A b = Soil density and N-value interpreted from adjacent boring showing similar subsurface conditions bpf = blows per foot psf = pounds per square foot NE = northeast NW = northwest SE = southeast SW = southwest Amec Foster Wheeler 10 Project No. PS17191350 Drilled Shaft Construction Considerations: In general, we anticipate most of the drilled shaft signal pole foundations are going to extend below ground water table. Therefore, we anticipate these two shafts be constructed using a combination of cased and wet construction methods as described in FHWA-NHI-10-016, Drilled Shaft Construction Procedures. This method would involve advancing temporary casing to design drilled shaft tip elevation during drilled shaft excavation. Water or drilling slurry should be added inside of the casing when ground water table is reached and maintained typically 5 to 10 feet above the observed ground water table to create a positive pressure on the shaft bottom during excavation. The casing should be advanced ahead of shaft drilling. This combination method should mitigate bottom heaving during shaft excavation and prevent shaft sidewall caving. When design shaft depth is reached, the shaft bottom would be cleaned using a flat bottom cleanout bucket at provide firm shaft bottom prior to reinforcement installation. At all times, water head inside of the casing should be maintained to prevent bottom heaving. Concrete placement should be achieved using a tremie pour method which delivers concrete to the bottom of the shaft and displaces drilling fluid (water of slurry) upward. Drilling fluid is pumped out of the shaft during concrete placement. Concrete placement continues through the tremie while always keeping the tremie embedded into the fresh concrete so that concrete does not mix with the drilling fluid. Signal Poles and Underground Utilities: Due to the proximity of existing underground and overhead utilities to the proposed signal poles, careful utility locating will be required before the foundations are installed. This may require hand or vacuum excavating the upper portion of each foundation hole in order to minimize the risk of damaging underground utilities during construction. 6.0 LIMITATIONS This report has been prepared for the exclusive use of KPG, the City of Renton, and their consultants for specific application to this project, in accordance with generally accepted geotechnical engineering practice. The preliminary conclusions, recommendations, and opinions presented in this report are based, in part, on the explorations Amec Foster Wheeler performed and used for this study and on information provided for the proposed project. Geotechnical information obtained from borings represents conditions at specific locations at the time of the explorations and may not reflect conditions at other locations. If variations in subgrade conditions are observed at a later time, additional explorations may be needed, and we may need to modify this report to reflect those changes. Amec Foster Wheeler Project No. PS17191350 11 We are available to provide geotechnical engineering throughout the design process and to perform monitoring services throughout construction. 7.0 REFERENCES American Association of State Highway and Transportation Officials (AASHTO). 1993. AASHTO Guide For Design of Pavement Structures. Washington, D.C. GeoDesign, Inc. 2016. Report for Geotechnical Engineering Services, Main Avenue South and Bronson Way South–Renton, Washington. January 14. Luzier, J. E. 1969. Geology and ground-water resources of southwestern King County, Washington: Washington Department of Water Resources, Water-Supply Bull. 28, 260 pp. Mullineaux, D.R. 1965. Geologic Map of the Renton Quadrangle, King County, Washington. U.S. Geological Survey, Geologic Quadrangle Map GQ-405. Washington State Department of Transportation (WSDOT). 2003. Pavement Guide Interactive. Olympia, Washington. WSDOT. 2018. Standard Specifications for Road, Bridge, and Municipal Construction. Publication M 41-10. Olympia, Washington. WSDOT. 2015a. WSDOT Pavement Policy. Environmental and Engineering Programs Division, State Materials Laboratory Pavements Division, Olympia, Washington. June. WSDOT. 2015b. Geotechnical Design Manual. Publication M46-03.11. WSDOT. 2016. Traffic Signal Standard Foundation. Standard Plan J-26.10-03. July 21. FIGURES C:\Users\adam.stenberg\appdata\local\temp\AcPublish_1424\WellsWilliams-02_010318.dwg - Figure 1 - Feb. 16, 2018 6:38pm - adam.stenberg CITY OF RENTON Amec Foster Wheeler Environment & Infrastructure, Inc. 4020 Lake Washington Blvd, Suite 210 Kirkland, Washington 98033 1 FIGURE PS17-19135-0 PROJECT NO. AS SHOWN SCALE FEBRUARY 2018 DATE DRAWN BY: APS CHECKED BY: MRCLIENT PROJECT TITLE SITE 0 APPROXIMATE SCALE IN FEET 1,000 2,000 WELLS AND WILLIAMS AVENUES S SITE VICINITY © 2018 Microsoft Corporation © 2018 DigitalGlobe ©CNES (2018) Distribution Airbus DS PI 30+51.03 PI 36+11.10 PI 46+52.59 PI 87+49.72 PI 93+09.84 PI 100+87.11 P I 1 0 4 + 4 6 . 0 6 PI 105+25.04WELLS AND WILLIAMS AVENUES SKEY FIGURE PLANCITY OF RENTON100' 150'50'0'1" = 100'2FIGUREPS17-19135-0PROJECT NO.AS SHOWNSCALEFEBRUARY 2018DATEDRAWN BY: JRS CHECKED BY: ___C:\Users\adam.stenberg\appdata\local\temp\AcPublish_4688\WellsWilliams-02_010318.dwg - Figure 2 - Feb. 21, 2018 1:13pm - adam.stenbergLEGENDBORING - AMEC FOSTER WHEELER(JANUARY, 2018)Amec Foster WheelerEnvironment & Infrastructure, Inc.4020 Lake Washington Blvd, Suite 210Kirkland, Washington 98033FIGURE 2DFIGURE 2CFIGURE 2BFIGURE 2AAM-7AM-10AM-6AM-3AM-9AM-8AM-2AM-1AM-5AM-4WILLIAMS AVE SS 3RD ST S 2ND ST WELLS AVE SMAIN AVE SSTREET ALIGNMENT PROVIDED BY KPG (Z16125ALN.DWG) AM-8AM-9PI 30+51.03 PI 36+11.10 PI 46+52.59WELLS AND WILLIAMS AVENUES SSITE AND EXPLORATION PLANWILLIAMS AVENUE SSTA 30+00 - 34+00CITY OF RENTON2AFIGUREPS17-19135-0PROJECT NO.AS SHOWNSCALEFEBRUARY 2018DATEDRAWN BY: JRS CHECKED BY: ___C:\Users\adam.stenberg\appdata\local\temp\AcPublish_4688\WellsWilliams-02_010318.dwg - Figure 2A - Feb. 21, 2018 1:17pm - adam.stenbergLEGENDBORING - AMEC FOSTER WHEELER(JANUARY, 2018)Amec Foster WheelerEnvironment & Infrastructure, Inc.4020 Lake Washington Blvd, Suite 210Kirkland, Washington 980330APPROXIMATE SCALE IN FEET15 30WILLIAMS AVE SS 3RD STSTREET ALIGNMENT PROVIDED BY KPG (Z16125ALN.DWG) AM-1AM-2PI 36+11.10 PI 46+52.59WELLS AND WILLIAMS AVENUES SSITE AND EXPLORATION PLANWILLIAMS AVENUE SSTA 34+00 - 38+00CITY OF RENTON2BFIGUREPS17-19135-0PROJECT NO.AS SHOWNSCALEFEBRUARY 2018DATEDRAWN BY: JRS CHECKED BY: ___C:\Users\adam.stenberg\appdata\local\temp\AcPublish_4688\WellsWilliams-02_010318.dwg - Figure 2B - Feb. 21, 2018 1:26pm - adam.stenbergLEGENDBORING - AMEC FOSTER WHEELER(JANUARY , 2018)Amec Foster WheelerEnvironment & Infrastructure, Inc.4020 Lake Washington Blvd, Suite 210Kirkland, Washington 980330APPROXIMATE SCALE IN FEET15 30WILLIAMS AVE SS 2ND STSTREET ALIGNMENT PROVIDED BY KPG (Z16125ALN.DWG) AM-6AM-4AM-5PI 87+49.72 PI 93+09.84 PI 100+87.11WELLS AND WILLIAMS AVENUES SSITE AND EXPLORATION PLANWELLS AVENUE SSTA 87+00 TO 91+00CITY OF RENTON2CFIGUREPS17-19135-0PROJECT NO.AS SHOWNSCALEFEBRUARY 2018DATEDRAWN BY: JRS CHECKED BY: ___C:\Users\adam.stenberg\appdata\local\temp\AcPublish_4688\WellsWilliams-02_010318.dwg - Figure 2C - Feb. 21, 2018 1:35pm - adam.stenbergLEGENDBORING - AMEC FOSTER WHEELER(JANUARY, 2018)Amec Foster WheelerEnvironment & Infrastructure, Inc.4020 Lake Washington Blvd, Suite 210Kirkland, Washington 980330APPROXIMATE SCALE IN FEET15 30WELLS AVE SS 3RD STSTREET ALIGNMENT PROVIDED BY KPG (Z16125ALN.DWG) AM-10AM-7AM-3PI 93+09.84 PI 100+87.11WELLS AND WILLIAMS AVENUES SSITE AND EXPLORATION PLANWELLS AVENUE SSTA 92+00 TO 96+00CITY OF RENTON2DFIGUREPS17-19135-0PROJECT NO.AS SHOWNSCALEFEBRUARY 2018DATEDRAWN BY: JRS CHECKED BY: ___C:\Users\adam.stenberg\appdata\local\temp\AcPublish_4688\WellsWilliams-02_010318.dwg - Figure 2D - Feb. 21, 2018 1:39pm - adam.stenbergLEGENDBORING - AMEC FOSTER WHEELER(JANUARY, 2018)Amec Foster WheelerEnvironment & Infrastructure, Inc.4020 Lake Washington Blvd, Suite 210Kirkland, Washington 980330APPROXIMATE SCALE IN FEET15 30WELLS AVE SS 2ND STSTREET ALIGNMENT PROVIDED BY KPG (Z16125ALN.DWG) APPENDIX A Subsurface Exploration Procedures and Results Amec Foster Wheeler Project No. PS17191350 A-1 APPENDIX A Subsurface Exploration Procedures and Results Project No. PS17-19135-0 The following paragraphs describe procedures associated with the field explorations and field tests Amec Foster Wheeler Environment & Infrastructure, Inc. (Amec Foster Wheeler), conducted for this project. Descriptive logs of our explorations are enclosed in this appendix. AUGER BORING PROCEDURES Our exploratory borings were advanced with a hollow-stem auger, using a truck-mounted drill rig operated by an independent drilling firm working under subcontract to Amec Foster Wheeler. A geologist from Amec Foster Wheeler continuously observed the borings, logged the subsurface conditions, and collected representative soil samples. All samples were stored in watertight containers and later transported to a geotechnical laboratory for further visual examination and testing. After each boring was completed, the borehole was backfilled with a mixture of bentonite chips and soil cuttings, and the surface was patched with asphalt or concrete (where appropriate). Throughout the drilling operation, soil samples were obtained at 5-foot depth intervals by means of the Standard Penetration Test (SPT) per American Society for Testing and Materials (ASTM) D-1586. This testing and sampling procedure consists of driving a standard 2-inch-diameter steel split-spoon sampler 18 inches into the soil with a 140-pound hammer free-falling 30 inches. The number of blows required to drive the sampler through each 6-inch interval is counted, and the total number of blows struck during the final 12 inches is recorded as the standard penetration resistance, or "SPT blow count." If a total of 50 blows are struck within any 6-inch interval, the driving is stopped and the blow count is recorded as 50 blows for the actual penetration distance. The resulting standard penetration resistance values indicate the relative density of granular soils and the relative consistency of cohesive soils. The surficial grab samples were taken below current pavement section subgrade for CBR evaluation. The enclosed boring logs describe the vertical sequence of soils and materials encountered in each boring, based primarily on our field classifications and supported by our subsequent laboratory examination and testing. Where a soil contact was observed to be gradational, our logs indicate the average contact depth. Where a soil type changed between sample intervals, we inferred the contact depth. Our logs also graphically indicate the blow count, sample type, sample number, and approximate depth of each soil sample obtained from the borings, as well as any laboratory tests Amec Foster Wheeler A-2 Project No. PS17191350 performed on these soil samples. If any groundwater was encountered in a borehole, the approximate groundwater depth is depicted on the boring log. Groundwater depth estimates are typically based on the moisture content of soil samples, the wetted height on the drilling rods, and the water level measured in the borehole after the auger has been extracted. CORING PROCEDURES The exploration drilling conducted in January 2018 advanced the pavement corings with the drill rig using a 10-inch-diameter core bit prior to advancing the boreholes. A geologist from Amec Foster Wheeler continuously observed the corings, measured the thickness of the pavement layers in each corehole by means of a hand-held ruler, and obtained a sample of the underlying soil by means of a hand spade. After each coring was completed, we patched the corehole with quick-setting cement grout. (GREATER THAN 12% FINES) LETTER SYMBOLS CL PT OH CH MH OL ML SM SP SW SC GC GM GP GW INORGANIC INORGANIC ORGANIC ORGANIC WELL-GRADED GRAVELS, GRAVEL - SAND MIXTURES, LITTLE OR NO FINES POORLY-GRADED GRAVELS, GRAVEL - SAND MIXTURES, LITTLE OR NO FINES SILTY GRAVELS, GRAVEL - SAND - SILT MIXTURES CLAYEY GRAVELS, GRAVEL - SAND - CLAY MIXTURES WELL-GRADED SANDS, GRAVELLY SANDS, LITTLE OR NO FINES POORLY-GRADED SANDS, GRAVELLY SAND, LITTLE OR NO FINES SILTY SANDS, SAND - SILT MIXTURES CLAYEY SANDS, SAND - CLAY MIXTURES HUMAN ALTERED SOIL OR MODIFIED LAND INORGANIC SILTS AND VERY FINE SANDS, ROCK FLOUR, SILTY OR CLAYEY FINE SANDS OR CLAYEY SILTS WITH SLIGHT PLASTICITY INORGANIC CLAYS OF LOW TO MEDIUM PLASTICITY, GRAVELLY CLAYS, SANDY CLAYS, SILTY CLAYS, LEAN CLAYS ORGANIC SILTS AND ORGANIC SILTY CLAYS OF LOW PLASTICITY INORGANIC SILTS, MICACEOUS OR DIATOMACEOUS FINE SAND OR SILTY SOILS INORGANIC CLAYS OF HIGH PLASTICITY ORGANIC CLAYS OF MEDIUM TO HIGH PLASTICITY, ORGANIC SILTS PEAT, HUMUS, SWAMP SOILS WITH HIGH ORGANIC CONTENTS CLEAN GRAVELS (LESS THAN 5% FINES) GRAVELS WITH FINES (GREATER THAN 12% FINES) CLEAN SANDS (LESS THAN 5% FINES) SANDS WITH FINES SAND AND SANDY SOILS MORE THAN 50% OF COARSE FRACTION RETAINED ON NO. 4 SIEVE GRAVEL AND GRAVELLY SOILS MORE THAN 50 OF COARSE FRACTION PASSING NO. 4 SIEVE FILL SOILS SILTS AND CLAYS LIQUID LIMIT LESS THAN 50 SILTS AND CLAYS LIQUID LIMIT GREATER THAN 50 HIGHLY ORGANIC SOILS MORE THAN 50% OF MATERIAL IS SMALLER THAN NO. 200 SIEVE SIZE FINE GRAINED SOILS MORE THAN 50% OF MATERIAL IS LARGER THAN NO. 200 SIEVE SIZE COARSE GRAINED SOILS MAJOR DIVISIONS TYPICAL DESCRIPTIONSGRAPH SOIL DESCRIPTIONS ARE BASED ON THE GENERAL APPROACH PRESENTED IN THE STANDARD PRACTICE FOR DESCRIPTION ANDIDENTIFICATION OF SOILS (VISUAL-MANUAL PROCEDURE), AS OUTLINED IN ASTM D 2488. WHERE LABORATORY INDEX TESTING HAS BEENCONDUCTED, SOIL CLASSIFICATIONS ARE BASED ON THE STANDARD TEST METHOD FOR CLASSIFICATION OF SOILS FOR ENGINEERINGPURPOSES, AS OUTLINED IN ASTM D 2487. SOIL DESCRIPTION TERMINOLOGY IS BASED ON VISUAL ESTIMATES (IN THE ABSENCE OF LABORATORY TEST DATA) OF THE PERCENTAGESOF EACH SOIL TYPE AND IS DEFINED AS DESCRIBED BELOW: DUAL SYMBOLS (E.G. SP-SM, OR GP-GM) ARE USED TO INDICATE A SOIL WITH AN ESTIMATED 5-12% FINES. PRIMARY CONSTITUENT:SECONDARY CONSTITUENTS:ADDITIONAL CONSTITUENTS: RELATIVE DENSITY OF SOIL IS BASED ON STANDARD TEST METHOD FOR PENETRATION TEST (SPT) AND SPLIT-BARREL SAMPLING OF SOILSASTM D 1586 OR CORRELATIONS FOR OTHER SIMPLER TYPES AND METHODS FOR SPT SAMPLING, THE FOLLOWING BLOW COUNTCORRELATION APPLIES. NOTES:1. 2. 3. 4. A. RELATIVE DENSITY OF COARSE GRAINED SOILS VERY LOOSE: N = <4 LOOSE: N = >4 AND <10 MEDIUM DENSE: N = >10 AND <30 DENSE: N = >30 AND <50 VERY DENSE: N = >50 _ _ _ _ _ _ _ _ B. RELATIVE CONSISTENCY OF FINE GRAINED SOILS VERY SOFT: N = <2 SOFT: N = >2 AND <4 MEDIUM STIFF: N = >4 AND <8 STIFF: N = >8 AND <15 VERY STIFF: N = >15 AND <30 HARD: N = >30 (N = BLOWS/FOOT SPT METHOD) (N = BLOWS/FOOT SPT METHOD) >50% - "GRAVEL", "SAND", "SILT", "CLAY", etc.>12% and <50% - "gravelly", "sandy", "silty", etc. >5% and <12% - "some gravel", "some sand", "some silt", etc. <5% - "trace gravel", "trace sand", "trace silt" etc. or not noted. ___ _ FILL (AF) SOIL CLASSIFICATION CHART / KEY Amec Foster Wheeler Environment & Infrastructure, Inc. 4020 Lake Washington Blvd. NE, Suite 200 Kirkland, Washington 98033 A-1 FIGURE PROJECT NO. NOT TO SCALE SCALE JUNE 2017 DATE DRAWN BY: JRS CHECKED BY: JD G-1 S-1 S-2 S-3 S-4 21 972%83%44%39%6 to 8 inches of Asphalt over 2 to 4 inches of crushed rock road base Loose, moist, medium brown, silty SAND with some gravel. (SM) [Qal] Water jetted and vacuumed from approximately 2.75 feet to 5 feet Very loose, moist, yellowish brown with orangish brown mottling, silty SAND with some organics (leaf debris) and interbeds of gray silt. (SM) [Qal] Very loose to loose, moist to wet, gray well-graded SAND with silt. (SW-SM) [Qal] Becomes saturated Medium dense, saturated, gray, well-graded GRAVEL with sand / well-graded SAND with gravel, trace silt; interbedded, gravel is subrounded to subangular. (GW/SW) [Qal] Boring backfilled with bentonite to 1.5 feet. Road patched with black tinted fast setting concrete. Boring terminated at approximately 21.5 feet 0 5 10 15 20 25 30 Grab Sample Standard Drilled by:Gregory Date drilled:Automatic HSA Other USCS/USGSGRAPHICS2.00-inch OD split-spoon sampler Groundwater level at time of drilling Grain Size Analysis (% fines shown) JOB No. Soil Description Location: Approximate ground surface elevation: AM-1 50 Drilling Method: 10 20 30 40 California Bearing Ratio Blows per foot PLRDEPTH(feet)SAMPLETYPELEGEND Logged By: West side of Williams Ave S just north of S 2ndSt Hammer Type: 4020 Lake Washington Blvd NE, Ste 200 Kirkland, WA 98033 100.0 feet PS17-19135-0 Page 1 of 1 PENETRATION RESISTANCE 0 TESTING PROJECT:GROUNDWATERSAMPLENUMBERWells and Williams Conversion BORING No. January 23, 2018KIRKLAND_GEO_2017.GLB 2017 BORING_LOG FORMAT GINT LOGS.GPJ KIRKLAND_TEMPLATE_2017.GDT PRINTDATE 2/23/1820 40 60 80 Blows over inches Liquid Limit 0 #/# 100 MOISTURE CONTENTPlastic Limit 2 4 10 21 G-1 S-1 S-2 S-3 S-4 S-5 21 31 567%33%67%0%0%9 inches of Asphalt over 3 inches of Crushed Rock road base Water jetted and vacuumed down to 5 feet Loose, moist, yellowish brown with orangish brown mottling, well-graded SAND with interbeds of gray silt. (SM) [Qal] Loose, moist, gray SAND with some silt and gravel. (SW-SM) [Qal] Rough drilling action at 14 feet Medium dense, gray, poorly-graded SAND with gravel, with trace silty sand interbeds. (SP) [Qal] Becomes saturated. Boring backfilled with bentonite to 1.5 feet. Road patched with black tinted fast setting concrete. Boring terminated at approximately 26.5 feet 0 5 10 15 20 25 30 Grab Sample Standard Drilled by:Gregory Date drilled:Automatic HSA Other USCS/USGSGRAPHICSNo Recovery 2.00-inch OD split-spoon sampler Groundwater level at time of drilling Grain Size Analysis (% fines shown) JOB No. Soil Description Location: Approximate ground surface elevation: AM-2 50 Drilling Method: 10 20 30 40 California Bearing Ratio Blows per foot PLRDEPTH(feet)SAMPLETYPELEGEND Logged By: East side of Williams Ave S just north of S 2ndSt Hammer Type: 4020 Lake Washington Blvd NE, Ste 200 Kirkland, WA 98033 100.0 feet PS17-19135-0 Page 1 of 1 PENETRATION RESISTANCE 0 TESTING PROJECT:GROUNDWATERSAMPLENUMBERWells and Williams Conversion BORING No. January 23, 2018KIRKLAND_GEO_2017.GLB 2017 BORING_LOG FORMAT GINT LOGS.GPJ KIRKLAND_TEMPLATE_2017.GDT PRINTDATE 2/23/1820 40 60 80 Blows over inches Liquid Limit 0 #/# 100 MOISTURE CONTENTPlastic Limit 3 5 13 4 37 G-1 S-1 S-2 S-3 S-444%0%0%0%6 inches of Asphalt over 3 inches of Concrete (decomposed) Loose, moist, brownish gray, silty SAND with some gravel. (SM) [Qal] Water jetted and vacuumed to 4.5 feet Loose, moist, gray, well-graded SAND with gravel, trace silt. (SW) [Qal] Dense to medium dense, moist to wet, poorly-graded GRAVEL with sand and some cobbles and trace silt. (GP) [Qal] Rough drilling action Becomes saturated Boring backfilled with bentonite to 1.5 feet. Road patched with black tinted fast setting concrete. Boring terminated at approximately 21.5 feet 0 5 10 15 20 25 30 Grab Sample Standard Drilled by:Gregory Date drilled:Automatic HSA Other USCS/USGSGRAPHICSNo Recovery 2.00-inch OD split-spoon sampler Groundwater level at time of drilling JOB No. Soil Description Location: Approximate ground surface elevation: AM-3 50 Drilling Method: 10 20 30 40 Blows per foot PLRDEPTH(feet)SAMPLETYPELEGEND Logged By: West side of Wells Ave S just north of S 2nd St Hammer Type: 4020 Lake Washington Blvd NE, Ste 200 Kirkland, WA 98033 100.0 feet PS17-19135-0 Page 1 of 1 PENETRATION RESISTANCE 0 TESTING PROJECT:GROUNDWATERSAMPLENUMBERWells and Williams Conversion BORING No. January 23, 2018KIRKLAND_GEO_2017.GLB 2017 BORING_LOG FORMAT GINT LOGS.GPJ KIRKLAND_TEMPLATE_2017.GDT PRINTDATE 2/23/1820 40 60 80 Blows over inches Liquid Limit 0 #/# 100 MOISTURE CONTENTPlastic Limit 6 35 29 14 G-1 S-1 S-2 S-3 S-4 26 5 5172%72%17%0%4 inches of Asphalt over 6 inches of Concrete Loose, moist, gray-yellowish brown, silty SAND with some gravel and trace cobbles. (SM) [Qal] Water jetted and vacuumed to 5 feet Very loose, moist, yellowish brown, silty SAND with organics (leaf debris) and interbeds of fine SAND and sandy silt. (SM) [Qal] Medium dense, moist, yellowish brown, poorly-graded SAND with silt. (SP-SM) [Qal] Dense, moist, gray, well-graded SAND with gravel / well-graded GRAVEL with sand, trace silt. (SW/GW) [Qal] Blow counts overstated; gravel in tip of shoe Becomes saturated Blow counts overstated; gravel in tip of shoe Boring backfilled with bentonite to 1.5 feet. Road patched with black tinted fast setting concrete. Boring terminated at approximately 21.5 feet 0 5 10 15 20 25 30 Grab Sample Standard Drilled by:Gregory Date drilled:Automatic HSA Other USCS/USGSGRAPHICSNo Recovery 2.00-inch OD split-spoon sampler Groundwater level at time of drilling Grain Size Analysis (% fines shown) JOB No. Soil Description Location: Approximate ground surface elevation: AM-4 50 Drilling Method: 10 20 30 40 California Bearing Ratio Blows per foot PLRDEPTH(feet)SAMPLETYPELEGEND Logged By: West side of Wells Ave S just south of S 3rd St Hammer Type: 4020 Lake Washington Blvd NE, Ste 200 Kirkland, WA 98033 100.0 feet PS17-19135-0 Page 1 of 1 PENETRATION RESISTANCE 0 TESTING PROJECT:GROUNDWATERSAMPLENUMBERWells and Williams Conversion BORING No. January 24, 2018KIRKLAND_GEO_2017.GLB 2017 BORING_LOG FORMAT GINT LOGS.GPJ KIRKLAND_TEMPLATE_2017.GDT PRINTDATE 2/23/1820 40 60 80 Blows over inches Liquid Limit 0 #/# 100 MOISTURE CONTENTPlastic Limit 3 12 37 G-1 S-1 S-2 S-3 S-4 S-5 26 23 1778%72%17%0%0%3 inches of Asphalt over 9 inches of Concrete over Very loose, moist, yellowish brown, silty SAND with trace organics (leaf debris) and interbeds of silt. (SM) [Qal] Water jetted and vacuumed to 5 feet Very loose, moist, gray, silty SAND, with interbeds of SILT slightly mottled orangish brown. (SM) [Qal] Rough drill action at 17 feet Medium dense, moist to wet, well-graded SAND with gravelly, trace silt and interbeds of fine sandy gravel. (SW) [Qal] Becomes saturated Boring backfilled with bentonite to 1.5 feet. Road patched with black tinted fast setting concrete. Boring terminated at approximately 26.5 feet 0 5 10 15 20 25 30 Grab Sample Standard Drilled by:Gregory Date drilled:Automatic HSA Other USCS/USGSGRAPHICSNo Recovery 2.00-inch OD split-spoon sampler Groundwater level at time of drilling Grain Size Analysis (% fines shown) JOB No. Soil Description Location: Approximate ground surface elevation: AM-5 50 Drilling Method: 10 20 30 40 California Bearing Ratio Blows per foot PLRDEPTH(feet)SAMPLETYPELEGEND Logged By: East side of Wells Ave S just south of S 3rd St Hammer Type: 4020 Lake Washington Blvd NE, Ste 200 Kirkland, WA 98033 100.0 feet PS17-19135-0 Page 1 of 1 PENETRATION RESISTANCE 0 TESTING PROJECT:GROUNDWATERSAMPLENUMBERWells and Williams Conversion BORING No. January 24, 2018KIRKLAND_GEO_2017.GLB 2017 BORING_LOG FORMAT GINT LOGS.GPJ KIRKLAND_TEMPLATE_2017.GDT PRINTDATE 2/23/1820 40 60 80 Blows over inches Liquid Limit 0 #/# 100 MOISTURE CONTENTPlastic Limit 3 3 1 14 13 G-1 S-1 S-2 S-3 S-472%28%28%55%3 inches of Asphalt over 7 inches of Concrete Loose, moist, brownish gray, well-graded SAND with gravel and trace silt and cobbles. (SW) [Qal] Water jetted and vacuumed to 5 feet Rough drilling begins at 12 feet Medium dense to dense, moist to wet, gray, well-graded GRAVEL with interbeds of silty fine to coarse sand. (GW) [Qal] Becomes saturated Boring backfilled with bentonite chips to 1.5 feet. Road patched with black-tinted fast setting concrete. Boring terminated at approximately 21.5 feet 0 5 10 15 20 25 30 Grab Sample Standard Drilled by:Gregory Date drilled:Automatic HSA Other USCS/USGSGRAPHICS2.00-inch OD split-spoon sampler Groundwater level at time of drilling JOB No. Soil Description Location: Approximate ground surface elevation: AM-6 50 Drilling Method: 10 20 30 40 Blows per foot PLRDEPTH(feet)SAMPLETYPELEGEND Logged By: East side of Wells Ave S mid-block between S2nd St and S 3rd St Hammer Type: 4020 Lake Washington Blvd NE, Ste 200 Kirkland, WA 98033 100.0 feet PS17-19135-0 Page 1 of 1 PENETRATION RESISTANCE 0 TESTING PROJECT:GROUNDWATERSAMPLENUMBERWells and Williams Conversion BORING No. January 25, 2018KIRKLAND_GEO_2017.GLB 2017 BORING_LOG FORMAT GINT LOGS.GPJ KIRKLAND_TEMPLATE_2017.GDT PRINTDATE 2/23/1820 40 60 80 Blows over inches Liquid Limit 0 #/# 100 MOISTURE CONTENTPlastic Limit 5 10 22 40 G-1 S-1 S-2 S-3 S-4 S-5 18 72%83%83%0%33%9 inches of Asphalt Loose to very loose, moist, yellowish brown, silty SAND, with interbeds of fine to medium SAND and sandy SILT (SM) [Qal] Water jetted and vacuumed to 4.5 feet Soft, moist to wet, grayish brown SILT with interbeds of silty sand. (ML) [Qal] Bed of organic debris (branches, bark, leaves) at 16 feet Medium dense, saturated, gray, well-graded GRAVEL with sand, trace silt. (GW) [Qal] Loose, wet, gray, well-graded SAND with gravel, trace silt interbedded with fine to medium SAND. (SW) [Qal] Boring backfilled with bentonite chips to 1.5 feet. Concrete patch placed to surface. Boring terminated at approximately 26.5 feet. Boring terminated at approximately 26.5 feet 0 5 10 15 20 25 30 Grab Sample Standard Drilled by:Gregory Date drilled:Automatic HSA Other USCS/USGSGRAPHICSNo Recovery 2.00-inch OD split-spoon sampler Groundwater level at time of drilling JOB No. Soil Description Location: Approximate ground surface elevation: AM-7 50 Drilling Method: 10 20 30 40 California Bearing Ratio Blows per foot PLRDEPTH(feet)SAMPLETYPELEGEND Logged By: East side of Wells Ave S just south of S 2nd St Hammer Type: 4020 Lake Washington Blvd NE, Ste 200 Kirkland, WA 98033 100.0 feet PS17-19135-0 Page 1 of 1 PENETRATION RESISTANCE 0 TESTING PROJECT:GROUNDWATERSAMPLENUMBERWells and Williams Conversion BORING No. January 25, 2018KIRKLAND_GEO_2017.GLB 2017 BORING_LOG FORMAT GINT LOGS.GPJ KIRKLAND_TEMPLATE_2017.GDT PRINTDATE 2/23/1820 40 60 80 Blows over inches Liquid Limit 0 #/# 100 MOISTURE CONTENTPlastic Limit 4 1 3 17 5 G-1 S-1 S-2 S-3 S-4 S-5 24 62 572%100%0%67%22%3 inches of Asphalt over 7 inches of Concrete over 3 inches of Brick Medium dense, moist, gray, silty SAND with some gravel. (SM) [Qal] Water jetted and vacuumed to 4.5 feet Very loose, moist to wet, yellowish brown, sandy clayey SILT with trace organics (leaf debris) and interbeds of yelowish brown to gray fine SAND. (SM) [Qal] Becomes saturated Drill action is smooth Loose to medium dense, saturated, gray with scattered orange oxidation, poorly-graded SAND with silt and gravel. (SP-SM) [Qal] Wood in shoe, larger pieces of wood in barrel. Boring backfilled with bentonite chips to 1.5 feet. Road patched with black-tinted concrete to surface. Boring terminated at approximately 26.5 feet 0 5 10 15 20 25 30 Grab Sample Standard Drilled by:Gregory Date drilled:Automatic HSA Other USCS/USGSGRAPHICSNo Recovery 2.00-inch OD split-spoon sampler Groundwater level at time of drilling Grain Size Analysis (% fines shown) JOB No. Soil Description Location: Approximate ground surface elevation: AM-8 50 Drilling Method: 10 20 30 40 California Bearing Ratio Blows per foot PLRDEPTH(feet)SAMPLETYPELEGEND Logged By: West side of Williams Ave S just north of S 3rdSt Hammer Type: 4020 Lake Washington Blvd NE, Ste 200 Kirkland, WA 98033 100.0 feet PS17-19135-0 Page 1 of 1 PENETRATION RESISTANCE 0 TESTING PROJECT:GROUNDWATERSAMPLENUMBERWells and Williams Conversion BORING No. January 26, 2018KIRKLAND_GEO_2017.GLB 2017 BORING_LOG FORMAT GINT LOGS.GPJ KIRKLAND_TEMPLATE_2017.GDT PRINTDATE 2/23/1820 40 60 80 Blows over inches Liquid Limit 0 #/# 100 MOISTURE CONTENTPlastic Limit 0 2 0 28 9 G-1 S-1 S-2 S-3 S-4 24 73 583%83%89%67%7 inches of Asphalt over 3 inches of Concrete over 4 inches of Brick Medium dense, moist, brownish gray poorly-graded SAND with some gravel and trace silt and cobbles. (SP) [Hf] Water jetted down to 5 feet Very loose, moist to wet, gray, clayey SILT with sand. (ML) [Qal] Becomes saturated Dense, saturated, gray, well-graded GRAVEL with silt and sand. (GW-GM) [Qal] Boring backfilled with bentonite to 1.5 feet. Road patched with black tinted fast setting concrete. Boring terminated at approximately 21.5 feet 0 5 10 15 20 25 30 Grab Sample Standard Drilled by:Gregory Date drilled:Automatic HSA Other USCS/USGSGRAPHICS2.00-inch OD split-spoon sampler Groundwater level at time of drilling Grain Size Analysis (% fines shown) JOB No. Soil Description Location: Approximate ground surface elevation: AM-9 50 Drilling Method: 10 20 30 40 California Bearing Ratio Blows per foot PLRDEPTH(feet)SAMPLETYPELEGEND Logged By: East side of Williams Ave S just north of S 3rdSt Hammer Type: 4020 Lake Washington Blvd NE, Ste 200 Kirkland, WA 98033 100.0 feet PS17-19135-0 Page 1 of 1 PENETRATION RESISTANCE 0 TESTING PROJECT:GROUNDWATERSAMPLENUMBERWells and Williams Conversion BORING No. January 26, 2018KIRKLAND_GEO_2017.GLB 2017 BORING_LOG FORMAT GINT LOGS.GPJ KIRKLAND_TEMPLATE_2017.GDT PRINTDATE 2/23/1820 40 60 80 Blows over inches Liquid Limit 0 #/# 100 MOISTURE CONTENTPlastic Limit 3 3 2 33 G-1 S-1 S-2 S-3 S-4 18 41 56%100%50%0%5 inches of Asphalt over 6 inches of Concrete over 4 inches of Brick Loose, moist, yellowish brown, silty SAND, with interbeds of fine to medium SAND and sandy SILT. (SM) [Qal] Water jetted and vacuumed to 4.5 feet Medium dense, moist to wet, orange-brown, silty SAND, with interbeds of gravelly SAND. (SM) [Qal] Becomes saturated Boring backfilled with bentonite to 1.5 feet. Road patched with black tinted fast setting concrete. Boring terminated at approximately 21.5 feet 0 5 10 15 20 25 30 Grab Sample Standard Drilled by:Gregory Date drilled:Automatic HSA Other USCS/USGSGRAPHICSNo Recovery 2.00-inch OD split-spoon sampler Groundwater level at time of drilling Grain Size Analysis (% fines shown) JOB No. Soil Description Location: Approximate ground surface elevation: AM-10 50 Drilling Method: 10 20 30 40 California Bearing Ratio Blows per foot PLRDEPTH(feet)SAMPLETYPELEGEND Logged By: West side of Wells Ave S just south of S 2nd St Hammer Type: 4020 Lake Washington Blvd NE, Ste 200 Kirkland, WA 98033 100.0 feet PS17-19135-0 Page 1 of 1 PENETRATION RESISTANCE 0 TESTING PROJECT:GROUNDWATERSAMPLENUMBERWells and Williams Conversion BORING No. January 26, 2018KIRKLAND_GEO_2017.GLB 2017 BORING_LOG FORMAT GINT LOGS.GPJ KIRKLAND_TEMPLATE_2017.GDT PRINTDATE 2/23/1820 40 60 80 Blows over inches Liquid Limit 0 #/# 100 MOISTURE CONTENTPlastic Limit 0 0 22 16