Loading...
HomeMy WebLinkAboutContract � � CITY OF RENTON RENTON, WASHINGTON r �, CONTRACT DOCUMENTS � forthe 2017 STREET PATCH AND OVERLAY WITH CURB RAMPS � PROJECT NO.CAG-17-094 � � June 2017 �` BIDDING RE UIREMENTS Q � CONTRACT FORMS CONDITIONS OF THE CONTRACT SPECIFICATIONS � PLANS � � � � � CITY OF RENTON 1055 South Grady Way Renton, WA 98057 � � � � Printed on Recyded Paper � � CITY OF RENTON Project No. CAG-17-094 � 2017 STREET PATCH AND OVERLAY WITH CURB RAMPS INDEX � I. CALL FOR BIDS � II. INFORMATION FOR BIDDERS 1. INSTRUCTION AND CHECKLIST FOR BIDDERS 2. SUMMARY OF FAIR PRACTICES POLICY, CITY OF RENTON � 3. SUMMARY OF AMERICANS WITH DISABILITIES ACT POLICY, CITY OF RENTON 4. SCOPE OF WORK S. SCHEDULE LISTS 6. PATCHING LISTS III. PROJECT PROPOSAL � 1. BIDDER'S CHECKLIST 2. *PROPOSAL BOND 3. *PROPOSAL (SCHEDULE OF PRICES) � 4. *NON-COLLUSION DECLARATION 5. CERTIFICATION FOR FEDERAL-AID CONTRACTS 6. DISADVANTAGED BUSINESS ENTERPRIES UTILIZATION CERTIFICATION � 7. *SUBCONTRACTOR LIST 8. *PROPOSAL SIGNATURE PAGE 9. *ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA �,,,, IV. CONTRACT DOCUMENT FORMS 1. •:• BOND TO THE CITY OF RENTON 2. •:• CONTRACT AGREEMENT 3. ❖ RETAINAGE METHOD SELECTION 4. ❖ CITY OF RENTON INSURANCE INFORMATION FORM � 5. CERTIFICATE OF INSURANCE (SAMPLE) 6. ❖ FAIR PRACTICES POLICY 7. ❖ CONFINED SPACE ENTRY PROGRAM AFFADAVIT � * Submit with Bid :• Submit at Notice of Award � V. CONTRACT SPECIFICATIONS 1. SPECIAL PROVISIONS � 2. AMENDMENTS TO THE STANDARD SPECIFICATIONS APPENDIX A—SAMPLE FORMS � 1. REQUEST TO SUBLET WORK 2. MONTHLY UTILIZATION REPORT(CC-257) 3. CERTIFICATION OF PAYMENT OF PREVAILING WAGES � APPENDIX B—HOURLY MINIMUM WAGE RATES APPENDIX C—STANDARD PLANS � � 2017 STREET PATCH AND OVERLAY WITH CURB RAMPS Table of Contents � MAY 2017 I �„ CAG17-094 CITY OF RENTON � CALL FOR BIDS �` 2017 STREET PATCH AND OVERLAY r�� � � � � � � I � CALL FOR BIDS � � � � � � � � �� i�-i.do� ositsizol� �'�, � � _ �I � CAG-17-094 CITY OF RENTON � CALL FOR BIDS � 2017 STREET PATCH AND OVERLAY � Sealed bids will be received until 2:00 p.m., Tuesday, June 6, 2017, at the City Clerk's office 7th floor, and will be opened � and publicly read in the 5th floor conference room #519, Renton Municipal Building, 1055 S Grady Way for the Street Patch and Overlay with Curb Ramps Project. � The work to be performed within 60 working days from the date of commencement under this contract shall include, but not be limited to: � Installation of 32 ADA compliant curb ramps. approximately 8,941 tons of asphalt concrete pavement (HMA Class %" PG 64-22) for asphalt overlay, 928 tons of asphalt concrete paving (HMA Class %" PG 64-22) for asphalt patching, removal of asphalt concrete (by cold planing), utility adjustments, channelization, and complete restoration as set �,r forth in the design drawings and specifications. Engineer's Estimate: $1,730,681.01 � The City reserves the right to reject any and/or all bids and to waive any and/or all informalities. � Bid documents will be available the 19th day of May, 2017. Plans, specifications, addenda, and plan holders list for this project are available on-line through Builders Exchange of Washington, Inc., at ht€p��vu�,r,ru��x�r�.car�. Click on "bxwa.com"; "Posted Projects"; "Public Works", "City of Renton", "Projects Bidding". (Note: Bidders are encouraged � to "Register as a Bidder," in order to receive automatic email notification of future addenda and to be placed on the "Bidders List.") Questions about the project shall be addressed to, Jayson Grant, City of Renton, Public Works Maintenance, 3555 NE 2"d Street, Renton,Wa.,98056, phone (425)430-7400,fax(425)430-7426. � A certified check or bid bond in the amount of five percent (5%) of the total amount of each bid must accompany each � bid. The City's Fair Practices and Non-Discrimination, and Americans with Disability Act Policies shall appty. � '� _ i ��� � � � � Jason A.� , City Clerk � I � Published: � Daily Journal of Commerce: May 19, 2017 � Daily Journal of Commerce: May 26, 2017 I � II� 17-I.doc 5/18/2017 I �w li _ .�I � CITY OF RENTON 2017 STREET PATCH AND OVERLAY WITH CURB RAMPS � � � , � � �� � INTR D O UCTION � � � � � � �! � 2017 STREET PATCH AND OVERLAY 1�7TH CURB RAMPS II � ' � INSTRUCTIONS TO BIDDERS 1. Sealed bids for this proposal will be received by the City of Renton at the office of the Renton City � Clerk, Renton City Hall, until the time and date specified in the Call for Bids. At this time the bids will be publicly opened and read, after which the bids will be considered and the � award made as early as practicable. No proposal may be changed or withdrawn after the time set for receiving bids. Proposals shall be � submitted on the forms attached hereto. 2 Any omissions, discrepancies or need for interpretation should be brought, in writing, to the � attention of the Project Engineer. Written addenda to clarify questions that arise may then be issued. � No oral statements by Owner, Engineer, or other representative of the owner shali, in any way, modify the contract documents, whether made before or after letting the contract. 3 The work to be done is shown in the plans and / or specifications. Quantities are understood to be � only approximate. Final payment will be based on actual quantities and at the unit price bid. The City reserves the right to add or to eliminate portions of that work as deemed necessary. � 4. Plans may be examined and copies obtained at the Public Works Department Office. Bidders shall satisfy themselves as to the local conditions by inspection of the site. � 5. The bid price for any item must include the performance of all work necessary for completion of that item as described in the specifications. � 6. The bid price shall be stated in terms of the units indicated and as to a total amount. In the event of errors, the unit price bid will govern. Illegible figures will invalidate the bid. � 7. The right is reserved to reject any and/or all bids and to waive informalities if it is deemed advantageous to the City to do so. � 8. A certified check or satisfactory bid bond made payable without reservation to the Director of Finance of the City of Renton in an amount not less than 5% of the total amount of the bid shall accompany each bid proposal. Checks will be returned to unsuccessful bidders immediately following � the decision as to award of contract. The check of the successful bidder will be returned provided he enters into a contract and furnishes a satisfactory performance bond covering the full amount of the work within ten days after receipt of notice of intention to award contract. Should he fail, or refuse � to do so, the check shall be forfeited to the City of Renton as liquidated damage for such failure. 9. All bids must be self-explanatory. No opportunity will be offered for oral explanation except as the � City may request further information on particular points. I 10. The bidder shall, upon request, furnish information to the City as to his financial and practical ability �, � to satisfactorily perform the work. ', 11. Payment for this work will be made in Cash Warrants. � � Revised:May 201 l tp .� ' � 12. The contractor shall obtain such construction insurance (e.g. fire and extended coverage, worker's compensation, public liability, and property damage as identified within Special Provisions, Specification Section 1-07.18 "Public Liability and Property Damage Insurance". 13. The contractor, prior to the start of construction, shail provide the City of Renton a detailed bar chart type construction schedule for the project. �Ir 14 Before starting work under this contract, the Contractor is required to supply information to the City of Renton on all chemical hazards Contractor is bringing into the work place and potentially exposing � City of Renton Employees. 15. Payment of retainage shall be done in accordance with Section 1-09.9(1) "Retainage". � 16. Basis For Approval � The construction contract wiil be awarded by the City of Renton to the lowest, responsible, responsive bidder. The bidder shall bid on all bid schedules items of all schedules set forth in the bid forms to be considered responsive for award. The total price of all schedules will be used to determine the successfui low responsive bidder. Partial bids will not be accepted. The owner reserves the right to award any or all schedules of the � Bid to meet the needs of the City. The intent is to award to only one BIDDER. 17. Trench Excavation Safety Systems � As required by RCW 39.04.180, on public works projects in which trench excavation will exceed a depth of four feet, any contract therefor shall require adequate safety systems for the trench excavation that meet the requirements of the Washington Industriai Safety and Health Act, Chapter � 49.17 RCW. These requirements shali be included in the Bid Schedule as a separate item. The costs of trench safety systems shall not be considered as incidental to any other contract item and any � attempt to include the trench safety systems as an incidental cost is prohibited. 18. Payment of Prevailing Wages � In accordance with Revised Code of Washington Chapters 39.12 and 49.28 as amended or supplemented herein, there shall be paid to all laborers, workmen or mechanics employed on this contract the prevailing rate of wage for an hour's work in the same trade or occupation in the area of � work regardless of any contractual relationship which may exist, or be alleged to exist, between the CONTRACTOR and any laborers, workmen, mechanics or subconsultants. � The most recent issue of the prevailing wage rates are included within these specifications under section titled "Prevailing Minimum Hourly Wage Rates". The Contractor is Responsible for obtaining updated issues of the prevailing wage rate forms as they become available during the duration of the � contract. The wage rates shall be included as part of any subcontracts the Contractor may enter into for work on this project. � 19. Pollution Control Requirements Work under this contract shall meet all local, state and federal requirements for the prevention of � environmental pollution and the preservation of public natural resources. The CONTRACTOR shall conduct the work in accordance with all applicable pollution control laws. The CONTRACTOR shall � Revised:May 2011 tp , � comply with and be liable for all penalties, damages, and violations under Chapter 90.48 RCW, in performance of the work. The CONTRACTOR shall also comply with Article 4 in the Puget Sound Air , Pollution Control Agency Regulation I11 regarding removal and encapsulation of asbestos materials. �• 20. Standard Specifications All work under this contract shall be performed in accordance with the foliowing standard �r„ specifications except as may be exempted or modified by the City of Renton Supplemental Specifications, Speciai Provisions other sections of these contract documents. These standard � specifications are hereby made a part of this contract and shall control and guide all activities within this project whether referred to directly, paragraph by paragraph, or not. � 1. WSDOT/APWA "2014 Standard Specifications for Road, Bridge and Municipai Construction" and "Division 1 APWA Supplement" hereinafter referred to by the abbreviated title "Standard Specifications." � A. Any reference to "State," "State of Washington," "Department of Transportation," "WSDOT," or any combination thereof in the WSDOT/APWA standards shall be modified to read "City of Renton," unless specificaily referring to a standard specification or test � method. B. All references to measurement and payment in the WSDOT/APWA standards shall be detected and the measurement and payment provisions of Section 1-09.14, Measurement and Payment (added herein) shall govern. 21. If a soils investigation has been completed, a copy may be included as an appendix to this document. � If one has not been provided for this project by the City or Engineer, the Bidders shall familiarize themselves adequately with the project site and existing subsurface condition as needed to submit their bid. Upon approvai of the City, the Bidder may make such subsurface explorations and � investigations as they see fit. The Bidder shall be responsible for protection of all existing facilities, utilities and other buried or surface improvements and shail restore the site to the satisfaction of the City. � 22 Bidder's Checklist � ❑ It is the responsibility of each bidder to ascertain if all the documents listed on the attached index are included in their copy of the bid specifications. If documents are missing, it is the sole responsibility of the bidder to contact the City of Renton to obtain the missing documents prior � to bid opening time. ❑ Have you submitted, as part of your bid, all documents marked in the index as "Submit With Bid"? � ❑ Has bid bond or certified check been enclosed? ❑ Is the amount of the bid guaranty at least 5 percent of the total amount of bid including sales , tax? � ❑ Has the proposal been signed? ❑ Have you bid on ALL ITEMS and ALL SCHEDULES? � ❑ Have you submitted the Subcontractors List (If required) ❑ Have you reviewed the Prevailing Wage Requirements? � ❑ Have you certified receipt of addenda, if any? � Revised:May 2011 tp � � CITY OF RENTON � SUMMARY OF FAIR PRACTICES POLICY �' ADOPTED BY RESOLUTION NO. 4085 � � It is the poiicy of the City of Renton to promote and provide equal treatment and service to ail citizens and to ensure equal empioyment opportunity to all persons without regard to their race; religion/creed; national origin; ancestry; sex; age over 40; sexual orientation � or gender identity; pregnancy; H1V/AIDS and Hepatitis C status; use of a guide dog/service animal; marital status; parental/family status; military status; or veteran's status, or the presence of a physical, sensory, or mental disability, when the City of Renton can � reasonably accommodate the disability, of employees and applicants for employment and fair, non-discriminatory treatment to all citizens. All departments of the City of Renton shall adhere to the following guidelines: � (1) EMPLOYMENT PRACTICES - The City of Renton wilf ensure all employment related activities included recruitment, selection, promotion, demotion, training, retention and separation are conducted in a manner which is based on job-related criteria which does not discriminate against women, minorities and other protected classes. Human re5ources decisions will be in accordance with individual performance, staffing requirements, � governing civil service rules, and labor contract agreements. (2) COOPERATION WITH HUMAN RIGHTS ORGANIZATIONS - The City of � Renton will cooperate fully with all organizations and commissions organized to promote fair practices and equal opportunity in employment. (3) CONTRACTORS' OBLIGATIONS - Contractors, sub-contractors, consultants � and suppliers conducting business with the City of Renton shall affirm and subscribe to the Fair Practices and Non-discrimination policies set forth by the (aw and by City policy. � Copies of this policy shall be distributed to all City employees, shall appear in all operational documentation of the City, including bid calls, and shall be prominently � displayed in appropriate city facilities. CONCURRED IN by the City Council of the City of Renton, Washington, this�th day of � March , 2011 , CITY O RENTON � RENTON CITY COUNCIL � ��� \� � � - Denis Law, Mayor uncil Pr sident � Attest: :;, ;;� ��..�q � �,.,v� ����� 1'� '�{f�1fi�i ���V t'�/Y'�C.�.' `�.."i I����.�'a'' �'\�� ✓�; � Bonnie I. Walton, City Clerk ` � �=� �� ���� '�'= � 2 •� ,- � i/�f,�/�„� �ro^�\\\- �„ a��CjG` ��\\\ �•,,, �\\ ;,�;i;/!/ilillilllPi11111''�\\��� � � � CITY OF R�NTON � SU2�IMARY OFAR�'12ICANS WITH DISAB ILITIESACT P4LICY ADOPTED BYRESOLLT170NN0. 3007 � � � The policy of the City of Renton is to promote and afford equal treatment and service to all citiz�ens and employment opportunity to persons with disabilities, when the City of Renton can reasonably accommodate the � disability. This policy shall be based on the principles of equal employment opportunity, the Americans With Disabilities Act and other applicable guidelines as set forth in federal, stzte and local laws. All departme�ts af the City of Renton sball adhere to the following guidelines: � (1) EMPLOYMENT PRACTICES - All activities relating to employment such as recnutment, selectioq promotion,tennination and training shall be conduct�ed in a noa- discriminatory manner. Personne! decisions will be bascd on individual perforniance, � staffing requirements, and in accordance with the Americans With Disabilities Ad and other applicable laws and regulations. � (2) COOPERATION WI1�-I HUMAN RIGHTS ORGAIV7ZATIONS - The City of Rexiton will cooperate fully with all organizations and commissions organized to promote fair practices and equal oppoctunity for persons with disabilities in employment and receipt of City services,activities and progran�s. (3) AMERICANS WTI'H DISABILTI7ES ACT POLICY-The City of Reaton Americans � With Disabilities Act Policy will be maintained to facilitate equitable representation within the City work force and to assure equal employment opportunity and equal access ta City services, activities and programs to all people with disabilities. It shall � be the responsibility and the duty of all City officiaLs and employces to carry out the poticies and guidelines as set forth in this poiicy � (4) �ONTRACTORS' OBLIGATION - Contractors, subcontractors, consultants and suppliers conducting business with the City of Renton shall abide by the requirements of the Americans With Disabilities Act and promote access to services, activities and � programs for people with disabilities. Copies of this poticy shall be distribvted to a11 City em}�loyees, shall appear in all operational documentation of the City, � including bid calls, and shall be prominently displayed in appropriate City facilities. CONCURRED IN by the City Council of the City ofRenton, Washrngton, � this 4th day of October 1993. C RENTON RENTON CTTY COUNCIL: �� Mayor ouncil President � ' � Attest: �, City Clerk i � � r � CITY OF RENTON 2017 STREET PATCH AND OVERLAY WITH CURB RAMPS � SCOPE OF WORK � The work involved under the terms of this contract document shall be full and com lete P � installation of the facilities, as shown on the plans and as described in the construction specifications, to include but not be limited to: Asphalt concrete patching, asphalt concrete paving (HMA Class '/2" PG 64-22), removal � of asphalt pavement, installation of ADA compliant curb ramps, utility adjustments, and channelization. Furnishing of materials, equipment, tools, labor, and other work or items incidental thereto (excepting any materials, equipment, utilities, or service, if any specified herein to be furnished by Owner or others), and performing all Work as required by the Contract in accordance with the Contract Documents, all of which are made a part hereof. � Any contractor connected with this project shall comply with all Federal, State, County, and City � codes and regulations applicable to such work and perform the work in accordance with the plans and specifications of this contract document. A total of 60 working days will be allowed for the completion of this project. I, � �i , �� , � � � 2017 STREET PATCH AND OVERLAY � � 2017 STREET PATCH AND OVERLAY WITH CUR� RAMPS QUANTITI ES - � - S� � MAP# STREET NAME FROM TO LONG WIDE THICK SQ FT SQ YD TONS END GRIND SIDE GRIND MON MH VW SE SOUTHEAST Dl BENSON HILL a� 109 AV SE SE 182 ST 108 PL SE 239 26 4 6,214 690 157 1 - 108 PL SE 109 AV SE EOCS 527 28 4 14,756 1,640 374 2 5C 1 SE 183 PL 108 PL SE 110 AV SE 411 28 4 11,508 1,279 292 2 gE 110 AV SE SE 183 PL SE 183 CT 302 26 4 7,852 872 199 � SE 183 CT 110 AV SE EOCW 341 26 4 8,866 985 225 2 1 SE 183 PL 110 AV SE 112 AV SE 702 26 4 18,252 2,028 462 6 �� TOTALS 67,448 7,494 1,709 13 1 3� � SOUTHEAST 3� 2 SE 2 ST ELMA PL SE 285'SOUTH 285 28 4 7,980 887 202 1 3� DUVALL AV SE SE 2 ST ELMA PL SE 525 28 4 14,700 1,633 372 1 1 3� � TOTALS 22,680 2,520 575 1 1 1 'E 3° SOUTHEAST �� � � 3 SE MAY VALLEY RD COAL CREEK PKWAY SE 148 AV SE 3875 28 2 108,500 12,056 1,374 116 806 1 9 13 3� TOTALS 108,500 12,056 1,374 116 806 1 9 13 � SOUTH _ �� 4 5750 TALBOT AVE S ENTERANCE TO SPRINGBROOK TREATMENT BUILDING 410 16 3 6,560 729 125 44 3� TOTALS 6,560 729 125 44 3� JE � SOUTH - BURNETT AVE S S 7 ST LANE SPLIT 343 35 4 12,005 1,334 304 2 �� BURNETT AVE S BURNETT AV S S 6 ST 192 40 4 7,680 853 195 1 1 IE � BURNETT AVE S S 6 ST S 5 ST 565 40 4 22,600 2,511 573 1 3 iE 5 BURNETT AVE S S 5 ST HOUSER WY S 488 40 4 19,520 2,169 495 1 5 7 E S 6TH ST BURNETT AVE S BURNETT AVE S 81 33 4 2,673 297 68 - S 5TH ST BURNETT AVE S BURNETT AVE S 76 33 4 2,508 279 64 1 2 E � HOUSER WAY S BURNETT AVE S BURNETT AVE S 87 35 4 3,045 338 77 E BURNETT AVE S HOUSER WY S S 4 ST 72 37 4 2,664 296 67 E TOTALS 72,695 8,077 1,842 1 10 13 E � NORTHEAST _ BRONSON WY NE NE 3 ST VUEMONT PL NE 940 27 4 25,380 2,820 643 3 4 6 BRONSON WY NE VUEMONT PL NE NE 4 ST 297 30 4 8,910 990 226 7 1 10 NE 4 ST BRONSON WY NE EDMONDS AV NE 1412 37 4 52,244 5,805 1,324 3 3 4 � TOTALS 86,534 9,615 2,192 13 4 18 NORTHEAST � JERICHO AV NE SE 2 PL NE 1 ST 748 34 2 25,432 2,826 322 71 970 1 2 JERICHO AV NE NE 1 ST NE 2 ST 581 34 2 19,754 2,195 250 774 1 2 JERICHO AV NE NE 2 ST NE 2 PL 309 34 2 10,506 1,167 133 412 1 1 7 JERICHO AV NE NE 2 PL NE 2 CT 262 34 2 8,908 990 113 350 1 1 � JERICHO AV NE NE 2 CT NE 3 ST 249 34 2 8,466 941 107 ;332 1 2 1 JERICHO AV NE NE 3 ST NE 3 PL 279 34 2 9,486 1,054 120 372 1 JERICHO AV NE NE 3 PL NE 4 ST 182 34 2 6,188 688 78 122 216 1 3 � TOTALS 88,740 9,860 1,124 193 3,426 6 12 1 GRAND TOTAL 453,157 50,351 8,941 353 4,232 35 37 46 � � oa/zs/zo2s Zov-zozz �. 1 2017 STREET PATCH AND OVERLAY WITH CURB RAMPS CHANNELIZATION � MAP# STREET NAME FROM TO LONG WIDE CW SB ARROW 1y 2d 1W 2e 2b 41NCH FOG LOOPS R&R CROSSING SOUTHEAST � 2 SE 2 ST ELMA PL SE 285'SOUTH 285 28 DUVALL AV SE SE 2 ST ELMA PL SE 512 28 365 41 1 1030 TOTALS 365 41 1 1030 , SOUTHEAST 3 SE MAY VALLEY RD COAL CREEK PKWAY SE 148 AV SE 3875 28 60 29 2583 287 8 7750 � TOTALS 60 29 2,583 287 8 7,750 SOUTH BURNETT AVE S S 7 ST LANE SPLIT 343 35 14 1 261 27 � BURNETT AVE S BURNETT AV S S 6 ST 192 40 80 9 BURNETT AVE S S 6 ST S 5 ST 565 40 160 6 5 BURNETT AVE S S 5 ST HOUSER WY S 488 40 160 � S 6TH ST BURNETT AVE S BURNETT AVE S 81 33 33 S 5TH ST BURNETT AVE S BURNETT AVE S 76 33 31 HOUSER WAY S BURNETT AVE S BURNETT AVE S 87 35 20 J BURNETT AVE S HOUSER WY S S 4 ST 72 37 80 2 � TOTALS 480 107 7 261 27 2 1 � NORTHEAST BRONSON WY NE NE 3 ST VUEMONT PL NE 940 27 137 20 6 BRONSON WY NE VUEMONT PL NE NE 4 ST 297 30 44 6 NE 4 ST BRONSON WY NE EDMONDS AV NE 1412 37 180 33 230 35 1 1741 � TOTALS 180 33 411 61 1 1,741 NORTHEAST JERICHO AV NE SE 2 PL NE 1 ST 748 34 180 499 56 1267 � JERICHO AV NE NE 1 ST NE 2 ST 581 34 387 44 1055 7 JERICHO AV NE NE 2 ST NE 2 PL 309 34 206 24 535 JERICHO AV NE NE 2 PL NE 2 CT 262 34 175 18 449 � JERICHO AV NE NE 2 CT NE 3 ST 249 34 166 18 402 JERICHO AV NE NE 3 ST NE 3 PL 279 34 186 20 325 JERICHO AV NE NE 3 PL NE 4 ST 182 34 160 2 121 14 120 10 6 � TOTALS 340 2 1,740 194 120 10 4,033 6 GRAND TOTALS 1,060 169 9 5,360 610 120 10 10 14,554 8 1 � oa/zs/zozs � � � � � 1 � ] 2017 STREET PATCH AND OVERLAY WITH CURB RAMPS CONCRETE � MAP# STREET AT RAMP #OF RAMP SF RETROFIT LF SAWCUT LF,AW LF REM SY REM LF REM SY REM LF INST SY lNST LF INST CY INST SY INST CY INSTALL NAME STREET LOCATION RAMPS TYPE TRUNC DOMES CONCRETE ASPIiALT C&G WALK/RAMP EXTRUDED CURB ASPHALT C&G SI�E EXTRUDED CURB TOPSOIL SOD BARK ''� SOUTHEAST 109 AVE SE SE 182 ST NE CORNER 1 F-40.12-03 A 8 0.26 2.3 � 109 AVE SE SE 182 ST NW CORNER 1 F-40.12-03 A 8 3 3 1.7 0.70 3 1.7 0.30 2.7 108 PL SE 109 AVE SE NE CORNER 1 F-40.12-03 A 78 78 0.24 2.2 108 PL SE 109 AVE SE NW CORNER 1 F-40.12-03 A 3 0.24 2.2 110 AVE SE SE 183 PL NE CORNER 1 F-40.12-03 A 109 127 0.26 � 1 110 AVE SE SE 183 PL NW CORNER 1 F-40.12-03 A 8 3 2 1.1 0.40 2 1.1 0.27 2.4 112 AVE SE SE 183 PL SW CORNER 1 F-40.12-03 A 8 0.26 2.3 112 AVE SE SE 183 PL NW CORNER 1 F-40.12-03 A 4 4 2.2 0.90 4 2.2 0.29 0.29 � SE 183 PL ADDRESS#11119 SW CORNER 1 F-40.12-03 A 3 ? 1 2.2 67 0.20 1 0.60 100 0.23 2.1 SE 183 PL ADDRESS#11113 NW CORNER 1 F-40.12-03 A 11 0.26 2.3 SE 183 PL ADDRESS#11102 SE CORNER 1 F-40.12-03 A 8 0.26 2.3 � SE 183 PL ADDRESS#11020 NE CORNER 1 F-40.12-03 A 8 3.3 105 3.3 130 0.07 0.7 TOTALS 12 65 11 10 10.5 359 2.2 10 8.9 435 2.94 21.5 0.29 SOUTH � BURNETT AV S S 7 ST SW CORNER 1 F-40.12-03 A 9 9 4.3 1 9 5 0.37 3.3 BURNETT AV S S 7 ST SE CORNER 1 F-40.15-03 15 BURNETT AV S S 6 ST SW CORNER 1 F-40.15-03 A 3 7 7 3.3 0.78 7 7.6 0.12 1.1 1 BURNETT AV S S 6 ST SE CORNER 1 F-40.16-03 A 3 1 1 3.3 0.10 1 3.3 0.34 3.1 BURNETT AV S S 6 ST SW CORNER 1 F-40.15-03 A 3 5 5 8.1 0.60 5 5 4 0.49 4.4 5 BURNETT AV S S 6 ST NW CORNER 1 F-40.15-03 A 12 3 3 14.7 0.30 3 1h.7 0.49 BURNETT AV S S 5 ST NE CORNER 1 F-40.16-03 A 6 16 14 3.9 1.60 16 3.9 0.23 � BURNETT AV S S 5 ST NW CORNER 1 F-40.15-03 A 6 0.21 1.9 BURNETT AV S S 5 ST SE CORNER 1 F-40.16-03 A 3 5.3 5.3 0.37 3.3 BURNETT AV S S 5 ST SW CORNER 1 F-40.15-03 A 3 � 5 0.60 5 0.20 2.2 � BURNETT AV S S 5 ST SE CORNER 1 F-40.15-03 A 6 5.3 5.3 0.20 1.7 BURNETT AV S S 5 ST NW CORNER 1 F-40.15-03 A 11 1.1 1 1 BURNETT AV S S 5 ST NECORNER 1 F-40.15-03 A 6 7 7 4.0 0.80 7 4.0 0.04 0.4 BURNETT AV S S 5 ST NW CORNER 1 F-40.16-03 A 11 6 7 2.8 0.80 7 2.8 1 TOTALS 14 15 73 59 58 56.1 6.58 60 58.4 2.83 21.4 0.23 NORTHEAST � BRONSON WAY NE VUEMONT PL NE NE CORNER 1 F-40.12-03 A 18 6 9 5.7 4.7 9 5.7 0.21 1.9 0 BRONSON WAY NE VUEMONT PL NE NW CORNER 1 F-40.12-03 A 3 9 16 7.1 5.3 16 8.9 0.44 0 0.44 6 BRONSON WAY NE VUEMONT PL NE SW CORNER 1 F-40.12-03 A 3 4 16 23.2 4.2 16 7.2 0.40 0 0 � BRONSON WAY NE VUEMONT PL NE SE CORNER 1 F-40.12-03 A 0 10 12 7.4 5.6 12 7.3 0.37 3.3 0 NE 4 ST EDMONDS AVE NE SW CORNER 1 F-40.12-03 A 5 TOTALS 5 29 29 53 43.4 19.8 53 29.1 1.42 5.2 0.44 � NORTHEAST 7 JERHICO AV NE SE 2 PL NE CORNER 1 F-40.12-03 A 12 14 6.7 1.3 14 6.7 0.38 0.38 TOTALS 1 12 14 6.7 1.3 14 6.7 0.38 0.38 � GRAND TOTALS 32 15 167 111 135 116.7 359 29.88 137 103.1 435 7.57 48.1 1.34 � > � 2017-2022 4/25/2025 � � 2017 STREET PATCH AND OVERLAY WITH CURB RAMPS ,� JERHICO AVE NE � PATCH # LONG WIDE THICK SQ FT SY YD TONS � PATCH # 1 120 4 4 480 53 12 � PATCH #2 42 4 4 168 19 4 PATCH #3 50 4 4 200 22 5 � PATCH #4 449 4 4 1796 200 45 � PATCH #5 361 4 4 1444 160 37 I PATCH #6 37 4 4 148 16 4 � PATCH # 7 28 4 4 112 12 3 PATCH #8 112 4 4 448 50 11 � PATCH #9 186 4 4 744 83 19 PATCH # 10 506 4 4 2024 225 51 Iii PATCH # 11 462 4 4 1848 205 47 �� PATCH # 12 27 4 4 108 12 3 � PATCH # 13 471 4 4 1884 209 48 rr, PATCH # 14 472 4 4 1888 210 48 il � PATCH # 15 81 4 4 324 36 8 PATCH # 16 77 4 4 308 34 8 PATCH # 17 134 4 4 536 60 14 rr� PATCH # 18 137 4 4 548 61 14 ` PATCH # 19 218 4 4 872 97 22 � PATCH #20 407 4 4 1628 181 41 PATCH #21 178 4 4 712 79 18 `�; TOTAL 17,572 2,024 462 � � OS/01/2017 2017-2022 � 2017 STREET PATCH AND OVERLAY WITH CURB RAMPS MAY VALLEY ROAD � �� � PATCH# LONG WIDE THICK SQ FT SY YD TONS � PATCH#1 38 4 4 152 17 4 PATCH#2 88 4 4 352 39 9 � PATCH#3 80 4 4 320 36 8 PATCH#4 59 4 4 236 26 6 � PATCH#5 84 4 4 336 37 9 PATCH#6 71 4 4 284 32 7 � PATCH#7 77 4 4 308 34 8 PATCH#8 132 4 4 528 59 13 � PATCH#9 78 4 4 312 35 8 PATCH#10 9 4 4 36 4 1 � PATCH#11 11 4 4 44 5 1 PATCH#12 139 4 4 556 62 14 PATCH#13 42 4 4 168 19 4 � PATCH#14 47 4 4 164 18 4 �i�� PATCH#15 86 4 4 344 38 9 � PATCH#16 73 4 4 292 32 7 PATCH#17 55 4 4 220 24 6 ' PATCH#18 101 4 4 404 45 10 � PATCH#19 23 4 4 92 10 2 PATCH#20 116 4 4 464 52 12 � PATCH#21 44 4 4 176 20 4 PATCH#22 55 4 4 220 24 6 PATCH#23 166 4 4 664 74 17 PATCH#24 351 4 4 1404 156 36 � PATCH#25 400 4 4 1600 178 41 PATCH#26 52 4 4 208 23 5 � PATCH#27 63 4 4 252 28 6 PATCH#28 105 4 4 420 47 11 � PATCH#29 59 4 4 236 26 6 PATCH#30 133 4 4 532 59 13 PATCH#31 33 4 4 132 15 3 � � osioaizon zon-zozz � 2017 STREET PATCH AND OVERLAY WITH CURB RAMPS � MAY VALLEY ROAD � ��;; PATCH# LONG WIDE THICK SQ FT SY YD TONS PATCH#32 74 4 4 296 33 7 � PATCH#33 158 4 4 632 70 16 PATCH#34 113 4 4 452 50 11 PATCH#35 19 4 4 76 8 2 �` PATCH#36 46 4 4 184 20 5 ilr PATCH#37 51 4 4 204 23 5 � PATCH#38 35 4 4 140 16 4 PATCH#39 60 4 4 240 27 6 ` ' PATCH#40 13 4 4 52 6 1 irr PATCH#41 78 4 4 72 8 2 PATCH#42 153 4 4 612 68 16 � PATCH#43 24 4 4 96 11 2 PATCH#44 64 4 4 256 28 6 � PATCH#45 63 4 4 252 28 6 PATCH#46 63 4 4 252 28 6 � � PATCH#47 24 4 4 96 11 2 PATCH#48 19 4 4 76 8 2 PATCH#49 24 4 4 96 11 2 � PATCH#50 58 4 4 232 26 6 PATCH#51 150 4 4 600 67 15 i�r PATCH#52 60 4 4 240 27 6 � PATCH#53 61 4 4 244 27 6 PATCH#54 44 4 4 176 20 4 PATCH#55 13 4 4 52 6 1 � PATCH#56 102 4 4 408 45 10 PATCH#57 44 4 4 176 20 4 � PATCH#58 57 4 4 228 25 6 PATCH#59 31 4 4 124 14 3 � PATCH#60 38 10 4 380 42 10 �� TOTAL 17,896 2,044 466 � � osioanon zoi�-zozz � - , � III. PROJECT PROPOSAL CITY OF RENTON � � � ��'I�' � ,, , ,, � � PROJECT: 2017 STREET PATCH AND OVERLAY WITH CURB RAMPS � CAG NO.: CAG- '!7-094 � � i ,. CPM Development Corporation ' COMPANY: DBA ICON Materials BiD AMOUNT: �1►�06��, o�a.(pa- ADDRESS' 1508 Valentine Ave SE TEL. NO.: 206 575-3200 � • Pacific, WA 98047-2103 a t. � � t � �,'"°, � 111 i � PROJECT PR4POSAL � ;� � � � � ' . � � � ? , � 2017 STREET PATCII AND OVER1.Al'N'iTH CURB RAM11PS � Page 19 Project Proposal Provided to Buiiders Exchange of WA, Inc. For usage Conditions Agreement see www,bxwa.com-Always Verify Scale r.. � �,' , � III. PROJECT PROPOSAL � CITY OF RENTON � � BIDDER'S CHECKLIST oy � � � { 1. '� BIDDERS CHECKLIST � < � 2• ►� PROPOSAL BID BOND � � 3. � PROPUSAL � � � 4• ✓ NON-COL,LUSION DECLARATION � 5. NJA CERTIFICATION FOR FEDERAL-AiD CONTR.ACTS �� � 6. N/A DISADVANTACED BUSINESS ENTERPRISE UTILIZATI4N � CBRTIFICATION � � 7• '� SUBCONTRACTOR LIST S• �/ PROPOSAL-SIGNATURE PAGE � 9• v ACKNOWLEDGEMBNT OF RECEiPT OF ADDENDA i � � - � � The documents mu � t st be execut�d �y the C�ntractors Authorized Official(s) � � �; � � � � ' ' , r � � 2017 STREET PATCH MD OVERLAY WITH CURB RAMPS . rw Page 20 Bidder's Checklist Provided to Builders Exchange of WA, Inc. For usage Condftions Agreement see www.bxwa.com-Always Verify Scale rr. � '. ' �� T� CITY Of � � �`�'ntC3� � Pro osal Bid Bon , p d �. KN�W All MEN BY THESE PRESENTS,Thai we,[Contractorj CPM Development Corporation DBA ICON ' � Materials of[address) 1508 Valentine Ave SE Pacific, WA 98047 as Principal, ' and[Surety) Fidelity and Deposi ompany o ary a corporation duly orgamzed under the laws of the State of Marvland and authorized to do business in the State of Washington, as Surety, are he�d and firmly bound unto the City of Renton in the sum of flve(5)percent of the total amount of the bid proposal of satd Principai for the work hereinafter � described, for the payment of which, weli and truly to be made, we bind ourselves, our heirs, executors, administrators and assigns,and successors and assigns,jointly and severally,firmly by these presents. The condition of this bond is such,that whereas the Principa!herein is herewith submitting his/her or its � sealed proposal far the foilowing highway construction,to wit: CAG-17-094 2017 Street Patch and Overlay wit ur amps � said bid and proposai,by reference thereto,being made a part hereof. NOW,THEREFORE,if the said proposai bid by safd Principal be accepted,and the contract be awarded to sald Principal, and if said Principal shali duly make and enie� into and execute safd contract and shall furnish performance bond as required by the City of Renion wlthi�a period of ten (10)days from and after said award, exclusive of the day of such award,then this obiigation shali be nuil and void,othetwise it shall remain and be fn full force and effect. ' iN THE EVENT the Principal, following award, fails to execute an Agreement with the Gity of Renton in accordance with the terms of the Proposal and furnish a performance bond with Surety or Sureties approved by the City of Renton wtthin ten (10)days from and after said award, then Principal shall forfeit the 8id Bond/Bid Proposal Deposit or Surety shall immediately pay and forfeit to the Cty of Renton the amount of the Proposal Bid i' Bond,as set forth in RCW 35A.40.200 and RCW 35.23.352. �� IN TESTIMONY WHEREOF,the Pri�cipal and Surety have caused these presents to be signed and sealed � this 6th day of June 2017 CPM Development Corporation ' DBA ICON Materials Fidelity and Deposit Company of Maryland �Pn�� !� �' (Sure � [S�gnature of authorized official) ' nature of authorized official 1 �,, �onstruction Division Manager gy. Karen Rhinehart fTP*��� [Attor�ey-in-Fact] � 1508 Valentine Ave SE ,, [Address) � Pacific, WA 98047-2103 _ ��; '^ __ � ' f�� 206575-3200 �'� '� �_ ..�-i :. =,. � :=, [Telephone NumberJ ---_--�'�� -' � wr Page 21 Proposal Bid Bond Provided to Builders Exchange of WA, Ina For usage Cond'Rions Agreement see vvuvw.bxwa.com-Always Verify Scale `. � ' �� � ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND � POWER OF ATTORNEY i KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY,a corporation of the State of New York,the COLONIAL AMERICAN CASUALT'I'AND SURETY COMPANY,a corporation of the State of Maryland,and the FIDELITY � AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Maryland (herein collectively called the "Companies"), by THOMAS O. MCCLELLAN, Vice President, in pursuance of authority granted by Article V, Section 8, of the By-Laws of said Companies,which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof,do hereby nominate,constitute,and appoint Rob D.MEIDINGER,Karen RHINEHART,Susan L.DEVANEY and Scott A.DROPPELMAN,all � of Pacific,Washington, EACH its true and lawful agent and Attorney-in-Fact,to make,execute,seal and deliver,for,and on its behalf as surety,and as its act and deed: any and all bonds and undertakings,Any and all bid bonds issued on behalf of ICON Materials(dba of CPM Development Corporation),Pacific,Washington each in a penalty not to exceed the sum of$1,000,000 and the execution of such � bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies, as fully and amply, to all intents and purposes,as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New Yark, New York., the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the regularly elected officers of the FIDELITY AND DEPOSIT � COMPANY OF MARYLAND at its office in Owings Mills, Maryland.,in their own proper persons. � The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V,Section 8,of the By-Laws of said Companies,and is now in force. � IN WITNESS WHEREOF, the said Vice-President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANI'OF MARYLAND,this 27th day of October,A.D.2015. � ATTEST: ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY � �+ FIDELTI'Y AND DEPOSIT COMPANY OF MARYLAND 'rr' � '*o ocios� ��%tns�!��a .w. � � ��°':o r�t`Q�.�`di'°�43'Yn'. BEAL � "" ` —• �5m � �n i �,7 � �� ; �u; ��i �'MI\ �� Ij� Ib l�M� a..n. �'•.y�?'•......�%*?A��j'l� '�••.w u..�'�� � / � . . �. 1����sf�t�'�L��� 1�� � ,�. .. �' �"7• .�.:_� _ � . � Secr�tary Vice President Michael�l�cKibben Thomas O.McClellan State ot Maryland • County of Baltimore On this 27th day of October,A.D.2015,before the subscriber,a Notary Public of the State of Maryland,duly commissioned and qualified,THOMAS O. , MCCLELLAN,Vice President,and MICHAEL MCHIBBEN,Secretary, of the Companies,to me personally known to be the individuals and officers described in and who executed the preceding instrument,and acknowledged the execution of same,and being by me duly swom,deposeth and saith,that irr helshe is the said o�cer of the Company aforesaid,and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies,and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. � IN TESTIMONY WHEREOF,I have hereunto set my hand and a�xed my Official Seal the day and year first above written. �.�`p ii:�n'�'fi� w�����.;.......:.;t's i�. t,C�1.� � ' '?f,'' r J•�.:,�: : ' � t 'I %�i+� ` I : ,(� i{(.'':�Q'I I b%�4�� /���c.1✓ `�����%%�I IIs���� � Maria D.Adamski,Notary Public ` My Commission Expires:July 8,2019 � POA-F 020-8022U I � � '. � � EXTRACT FROM BY-LAWS OF THE COMPANIES � "Article V,Section 8,Attornevs-in-Fact. The Chief Exewtive Officer,the President,or any Executive Vice President or Vice President may, by written instrument under the attested corporate seal, appoint attorneys-in-fact with authority to execute bonds, policies, recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such � attorney-in-fact to affix the corporate seal thereto;and may with or without cause modify of revoke any such appointment or authority at any time." +� CERTIFICATE I, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN � CASUALTY AND SURETY COMPANY, and the FIDELIT'1'AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that Article V, Section 8,of the By-Laws of the Companies is still in force. � This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998. � RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary � and the Seal of the Company may be affixed by facsimile on any Power of Attorney...Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company.° � This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the Sth day of � May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the l Oth day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature � of any Vice-President, Secretary, or Assistant Secretary of the Company,whether made heretofore or hereafrer,wherever appearing upon a � certified copy of any power of attorney issued by the Company,shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN�STIMO Y WHEREOF,I have hereunto subscribed my name and affixed the corparate seals of the said Companies, � this 6 day of �W�e ,20�. M�� � � wp CEip�` .�'�►l�,,,v,q�s !�,_ =�,y.ro.� a :�¢�,'�°�roiy�Wn: �`1'� �r� � � :�+i '�o','c� � �w.� 1 : �. • a :z' � e0: � 8��r.�� :. � F yu��'.. 1YOE j�3 ���«:. �� � 4r.e.. %?*••�'l��ja,s "� ',b4�iG "'�a•»...w`'� "����.� � � � i � Michael Bond,Vice President � ' ' ■ � CITY OF RENTON � 2017 Street Patch And Overlay With Curb Ramps Project CAG 17-094 � PROPOSAI �, TO THE CiTY OF RENTOIV � RfNTON,WASHINGTON � I.adies 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 woric embraced in this improvement,and the nature of the work,and the method by which payment will be made for said work,and fiereby proposes to undertake and comptete the work detailed in and in acco�dance with these Contract Documents,and the following schedule of rates � and prices. � The Bidder understands that the quantities mentioned herein are appraximate only and are subject to � increase or decrease,and hereby proposes to perform al!quantities of work as either increased or decreased in accordance with the Contract Documents. , � As evidence of good faith,a Bid Proposa�Deposit in the form of(check one)�bid bond,or O cashier's check(made payable to the City o#Renton),or 0 postal money order(made payable to the Gty of � Renton),in an amount equal to five percent(S%)of the TotalBid Price,is attathed hereto. ! � r 8idder understands that Contract Award or Bid rejection will occur within 45 calendar da afte�the opening of blds,as specified in Section 1-03.2 of the Standard 5pecifications. � Bidder further understands that should Bidder fail to enter into this contract in accordance with his or her Bid and furnish a performance bond within a period of ten t101 davs from the date at which he or � she is notified that he or she is the successful bidder,the Bid Proposal Deposlt shall be forfeited to the City of Renton,as se#forth in RCW 35A.40.200 and RCW 35.23.352 9idder hereby agrees to compiete the Physical Work in all respects within 60 workina davs from the ��: � date of written Notice to Proceed. If the work is nat completed within tMis time period,Bidder shal)pay liquidated damages to the City of Renton,as specified in Section 1-08.9 of the Standard Specifications. � In addition, Bidder shall compensate the City of Renton for actual engineering inspection and ;I � € supervision costs and any other legal fees incurred by the City of Renton as a result of such delay. � I � � � r � , � 2017 Street Patch And Overlay With Curb Ramps ProJect CAG 17-694 C PM Development May 2077 �`' � Corporation � . DBA ICON Materials Page 22 Proposal Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always VeriTy Scale Wr � � � III. PROJECT PROPOSAL CITY OF RENTON ;i'. � � 3. SCHEDLTLE OF PRICES � � ALL ENTRIES SHALL BE WRIITEN IN INK OR TYPED TO VALIDATE BID I t+ I � � � � � � � ' �'t � � „'' � . � !i 1 ! � 4 I � � � � ; I � C�M Development 2017 STREET PATCH AND OVERt.AY N7TH CURB RAMPS Corporation �t'( ; : DBA ICON Materials Page 23 Schedule of Prices Provided to Builders Exchange of WA, Inc. For usage Conditions�qreement see www.bxwa.com-Always Verify Scale i� � fI . , , ? 2017 STREET PATCH AND OVERLAY VUITH CURB � RAMPS � SCHEDULE SCHEDULE OF PRiCES UIVIT PRICES FOR AtL I�EMS,ALl EXTENSIONS,AND TOTAL AMOUNT OF B1D SHALL BE SHOWN. ;i ALI.ENTRIES SHALL BE WRITTEN IN INK OR TYPED TO VAUDATE BID (N�Me S�rOW PRIC�E PER UNff N F70URE3 ONLr FGURES WRfTTEN TU THE R�HT Of Tt1E OOt(AEC�A�L!fJ TF�MUCE PER UNR COItdM 9HALL 8E N7ERPRETED K t�N15) ITEM PLAN li'EM DESCRIPTION PRICE PER UNIT TOTAI AMOUNT � NO. QUANTITY DOLLARS DOLLARS r ` <;.';: ,;, � 1 .� s 0� MOBILIZATION :. __.._._ __.__ `% .�_;: l oS,OI o.oa ���' 0�. °� � LUMP SUM LUMP SUM 2 1.00 PROJECT TEMPORARY TRA�FIC CONTROL �7��b o�� Q p a� /70�OC�J. , � LUMP SUM LUMP SUM �r 3 2,498.00 FOR 2LOVER�AY �22 qT �3.d� c TON PER TON ���l�J��D� ' � 4 125.00 HMA CL. 1/2 iN.PG 64-22 qT ��I� 5 �0 � FOR 3"OVERLAY L� �� � ' TON PER TON �� � � 5 6,318.00 HMA CL. 1/2 IN.PG 64-22 AT � �OR 4"FULL STREET PATCH �3�� �/_� �1��'�� � TON PER TON Y� � oS � ' 6 4,585.00 REMOVING ASPHALT CONCRETE PAYEMFNT AT �� �� �`�� � SY COL�Q�AN�A1G S�5 D SQ.YD, PER SQ.YD. � 7 31,774.00 REMOVING ASPHALT C�NCRETE PAVEMENT AT � ., PATCH AND MISC PATC EgFULL STl2EET pE�SQ 5 �6�/`35 SD SQ.YD. 8 928.00 For 4 CPAVEMENT REPAIR PAT�HlNG AT I�S Ov / �i �d TON PER TON `��� �� 9 60.00 ROADWAY EXCAVATlO1V ItdCLUD1h1G HAUL AT �OY.00 ����p , DO � ;, CU YD PER CU.YD. 14 150.00 CRUSHED SURFACING TOP COURSE AT " �3. d0 � TON PER TON �/��6� D� � 11 35.00 ADJUST MONUMENT A7 / EACH ER EA�D d����.�• d U 12 37.00 ADJUST MANHOLE AT ������ ��v�•�d EACH PER EACH 3�,�3�• d0 13 46.00 ADJUST WATER VALVE AT � �qS,Do 3!, j�o, o0 EACH PER EACH 14 10.00 4"RAISED PAVEMENT MARKER AT � TYPE 2b,BLUE /�` 7� �07 DD EACH PER EACH 15 5,360.00 4�RAISED PAVEMENT MARKER AT TYPE 1,YELLOW !• � Q � 5�6� Qo � EACH PER EACH � .�� CPM Development Corporation Page 24 bBA ICON Materials � Provided to Builders Exchange of WA, inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale � 2097 STREET PATCH AND OVERLAY WlTH CURB RAMPS � SCHEDULE 5CH€DULE OF PRICES UNIT PRICES FOR ALL ITEMS,ALL EXl'ENSIONS,AND TOTAL AMOUNT OF BID SHALL BE SNOWN. j A�L ENTRIES SHALI 8E WRIITEN IN INK OR TYPED TO VAUDA7E BID �Nole 910�WPRICEPERUWINFIGURESOIYY FK`sURESNTUffENTOMERIprtOF?i#DDTjOECRA1i�N1NEPRICEPERWRCOLUFH&W_LlENTBiPFiE7EDASCB7f5.) 16 610.00 4"RAISED PAVEMENiT MARKER AT �,L�l�' �/�D�. SD TYPE 2d,YEI.LOW � EACH PER EAC#i 77 120.00 4"RAISED PAVEMENT MARKER AT TYPE 1.WHITE �. �D `��. D� EACH PER EACH 18 10.00 4"RA15ED PAVEMENT MARKER AT TYPE 2e,WHITE �•�5 3�• �D �" EACH PER EACH 19 14,554.00 4"WH1TE EDGE OF ROADLINE AT D (FOG) �� � �3�p 6 o�O LIN.FT. PER LIN.FT. " � � 20 8.00 INDUCTION LOOPS AT �� �� < <� � EACH PER EACH / �` a U � 21 169.00 TNERMO PLASTiC STOP BAR(1 S"W1DE) AT �+Sa 1����. Sa LIN.FT. PER LIN.FT. 22 1,060.00 8HXR�MO PLASTIC CROSSWAt1C AT �� n� �l PER UN`Ff. '�/ �S �.oa LIN.FY. 23 9.00 THERMO PLASTIC ARROW AT � ��` a� ���`- Qo � EACH PER EACH 24 1.00 RAILROAD CROSSING THERMO MARKIidG AT �a8.oa �a� a� � EACH PER E4CH 25 19.00 CURB RAMP,CEMENT CONCRETE AT Standard Plan F-40.12-03 A ��R�1� �Q��s�� �O � EACH See S eclal Provision&14.4 � 26 9.00 CURB RAMP,CEMENT CONCRETE AT��� � � Standard Plan F-40.15-03 A / % ����i O� � EACH See S ecial Provision&14.4 PER EACH / , 27 4.00 CURB RAMP,CEMEM CONCRETE qT /y� x Standard Plan F-40.16-03 A S����W a�/ g�O.Od � EACH See S ecial Provision 8-14.4 PER EACH � � ` 28 15.00 RETROFIT TRUNCATED DOMES ON AT C ? EXISTING CURB RAMPS 53•J� �Qa� 50 �� SQ FT PER SQ.FT. 29 167.00 SAWCUT CONCRETE 4'-6" AT 5,00 ���, oO I � LIN.FT. PER LIN.FT. � � CPM Development �� Corporation �' DBA ICON Materials Page 25 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxvva.com-Always Verify Scale � � � � 2017 STREET PATCH AND �VERLAY WITH CURB RA,MPS � SCHEDULE SCHEDULE OF PRICES ��� UNIT PRICES FOR ALL�TEMS,14!-L EXTEN310PIS,AND TOTAL AMOUNT OF BID SHAIL BE SHOWN. ALL ENTRIES SHALL BE WRITTEN IN INK QR'fYPED TO VALIDATE BID � INoM SHO'w PPoCE PER UNR N fIGl/RES ONI.Y.FN'+URfS WRIttEN TO'�RKkii Of 11E DOT�DECM4Ay1N TME YWCE PEK UNR COLUM 9FMlilE NTlRPRETEO AS LFMS) 3D 111.00 SAWCUT ASPHALT 4'-8" AT , � �f.00 1���1L. DO LIN.FT. PER LIN.FT. 3� 135.00 REMOVE CONCRETE CURB AND GUTTER AT /7•50 �.3�.?- �O � LIN.FT. PER LIN.FT. 32 196J0 REMOVE CONCRETE SIDEWALK AT c —7 SQ YD p R gQ � �/�J� • ` � � 33 359.U0 REMOVE EXCRUDED CURB AT r�� � UN.FT. PER LW.FT. �/v �d3��D 3� 29.88 REMOVE ASPHALT AT CURB A�ID GUTTER AT 7�,O� D, S St1 YD PER SQ.Y0. �/�� � � 35 137.00 CEMEM'CONC.TRAFFIC CURB/WD GiJTTER AT �,7,�/') LIN.Ff. PER LIN.FT. �j" " ` :�D � 36 435 CEMENT CONC.EXCRUDED CURB AT � �. �s , a s � � PER LIN.FT. �/ ��� � LIN.FT. 3� 103.10 CEMENT CONCRETE SIDEWALK AT � ��� �� � a�-s�, ao SQ YD PEft SQ.YD. I 38 7.57 TOP501L TYPE A AT ; �357.`0 �, 703, a S ''_ � �U yp PER CU.YD. � 39 48.10 It�fSTALL SOD qr �o� 0� O � SQ YD PER SQ.YD. �i �a �• Od � � 40 1.34 INSTALL BEAUTY BARK AT 8�5.CY� G c I p C�yp PER CU.YD. �/ �8� �b ' ' e{� 1.00 EROSION AND SEDIMENT CONTROL � �/� �f/'T��•� �/�� �� LUMP SUM LUMP SUM � q2 1.00 FINiSH AND CLEANUP � ���� �V LUMP SUM / � �DD, CJD LUMP SUM � ' SCHEDULE TOTAL �i(�(oq���., 62� � � � CPM Development Corporation � " DBA ICON Materials Page 26 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Aiways Verify Scale � , , , � �, � I. Failure to return this Dectaration as part a�th� bid proposal package wit[ rnake �� �h� bid nonresponsive and i�aeligibt�for awarc�. NON-COLLUSION DECLARATION � I, by signing the proposal� hereby declare� under penalty of perjury under the laws of the , United States that the following statements are true and correct: 1. That the undersigned person(s), firm, association or corparation has (have) not, either directiy or indirectly, entered into any agreement, participated in any collusion, or ' otherwise taken any action in restraint of free competitive bidding in connection with the project for which this proposal is submitted. � 2. That by signing the signature page of this proposal, I am deemed to have signed and have agreed to the provisions of this declaration. � NOTICE TO AU.BIDDERS � To report bid rigging activities cali: I -800-4249071 �i The U.S. Department of Transpo�tation (USDOT)operates the above toll-free "hotline" Monday �r through Friday, 8:00 a.m. to 5:00 p.m., Eastern time. Anyone with knowledge of possible bid rigging, bidder collusion, or other fraudulent activities shauld use the "hotline" to report such � activities. The "ho�ine" is part of USDOT's continuing effort to identify and investigate highway construction contract fraud and abuse and is operated under the direction of the USDOT Inspector General. All information will be treated confidentially and caller anonymity will be respected. l �� � 1 � CPM Development 2017 Street Patch and Uv��rlay uithCurb Ramps Corporation � 5ubc:ontracwr List � Ju1y 201 I DBA ICON Materials Page 27 Non-Collusion Declaration R Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale � �r � � . � �► � � ���,��� Subcontractor Li�t Prepared in compliance with RCW 39.30.060 as ar»ended � To Be Submitted wfth the Bid Proposai Project Name CAG-17-094 2017 Street Patch and Overlay with Curb Ramps � Failure to list subcontractors with whom the bidder, if awarded the contract,wiH directiy subcontract for per#ormance of the work of heating,ventilation and air conditioning,plumbing,as described fn Chapter 18.106 RCW,and electrical, as described in Chapter 19.28 RCW or�aming more than one subcontractor to �, perforrn the same work wili result in your bid being non-respansive and therefare vold. Subconiractor(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 Chapier 18.106 RCW,and electncal as described in Chapter 19.28 RCW�,�be listed below. The work to be performed is to be listed below the subcontractor{s} � name. 7o the extent the Proiect incl�des one or more c�teqories oi work referenced in RG�'�'3q 30 060,and no � subcontractor�s listed below ta nertorm s�ch work the bidder certifies that th r-aork�.�11 either(jj�tg nerformed bv the bidder itsel# or(ii)bgoeriormed by�lower tier s�bcontractor ti,,;;o r,+lll not c�ti+��r• sl�rectiv w�th the b�dder. _�- � Subcontractor Name ��r(/�S',/�O/2iT"�'7`ZQi�/ ��J�'j��,�� Woric to be performed . ... ,_� . "'��`. Subcontractor Name Work to be performed ' � � j Subcontractor Name Work to be performed � � � i i Subcontractor Name ' Work to be performed ^ � : � �, Subcontractor Name �_� � � Work to be performed � � ' * 8idder's are notified that is the opinion of the enforcement agency that PVC or metal conduit,Junction boxes,etc, I � are considered electrical equipment and therefore considered part of electrical work, even if the instal�atfon is for future use and no wiring or electrical current is connected during the project. o' � sR CPM Develor1 ment DOTForm 271-015 EF N Revised 08/2012 Corporation `� DBA ICON Materials Page 28 Subcontractor List Provided to Huilders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale r � ' ' ^ + ' 4 � CITV OF �entOn � Proposal - Signature Pa e � g By signing below,Bidder acknowledges receipt and understanding of the following Addenda to the Bid Documents: Addendum No. Addendum No. � � Date of Reteipt Date nf Recelpt 1 �Y1�P. 3 � 2 4 NOTE: Foilure to acknowledge recelpf of Addenda may be considered os on frregularity In[he Bid Proposa/and � Owner reserves ihe right to deiermine whether the bid wi!!6e dlsqualifed. ey signtng below,Bidder certilies that: 1. Bidder has reviewed the insu�ance provisions of the Bid Documents and will provide the requi�ed coverage. 2. Bidder expressly agrees to all provisions of the WSDOT/APWA Standard Specifications for Road 8ridge and � Municipal Constructian(2016)and as modified in the Bid Documents,including ail indemnity provisio�s and Title 51 waiver of immunity for workplace injuries contained in General Requirements Section 1-07.14. � The Surety Company which will furnish the�equlred Contract Bond is Marsh USA Risk& Insurance Services, Inc of 15 West South Temple, Ste 700 Salt Lake City, UT 84101 (Name) (AddressJ � Bidder: CPM Development Corporation DBA ICON Materials Slgnature of Authorized OfficiaL• �;,,� '� �� � Printed Name and Title: Scott Droppelman Construction Division Manager � Address: 1508 Valentine Ave SE Pacific, WA 98047 GrNe One: Individual/Partnership/loint Venture/ State of Incorporation• Washington Corporation � � Phone No.: 206 575-3200 Date: 6/6/2017 This address ond phone number is[he one to which o1l communlcations reqarding this propasa!should be sent. City of Renton Business license�l BL3020544 � WA State Contractors Registration t1 ICONM"*982CF UBI# 601-006-854 � Industrial lnsurance Account�t 700,174-00 Employment Security Department�t 618584 01 0 State Excise Tax Registration tt 600 664 231 � DUNS# 075251322 ' NOTES: 1. If the 8idder is a co-partnership, give firm name under which business is tra�sacted; proposal must be executed by a partner. I!the Bidder is a corporation,proposal must be executed in the corporate name by the � president or vice-president�or any other corporate officer accompanied by evidence of authority to sign). 2. A bid must be received on all items. If any unit prices or extensions are left blank,they will be entered as$o- � nocharge 20ll Street Patch And Overlay With Curb Ramps Project CAG 17-094 May 20ll City of Renton � I Page 29 Proposal-Signature Page � Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale �- C�M DEVELOPMENT CORPORATION Oldcastie� CORPORATE OFFICE•5111 E BROADWAY•SPOKANE VALLEY,WA 99212 Materials P.O. BOX 3366•SPOKANE,WA 99220-3366•OFFICE:(509)534-6221 •FAX:(509)536-3051 � � � ^" CERTIFICATE OF AUTHORITY �' Central Pre-Mix co���ece co. please be advised,that the individuals wkose names,titles and si atures a ear below are authorized �, � PP r� to execute proposals,contracts,bonds,and other documents andlor instruments on behalf of CPM � Development Corporation,d/b/a ICON Materials. ICON Materials is a CPM Development Corporation Central Pre-Mix trade name. � Prestress Co. Signature � Name and Title �— t � Inland Asphalt Co. R1C Lll1aI'eS�Regional President � �o„�,,.,�...,.�.,, Rob Meidinger,General Manager/Vice President � � ( Interstate Concrete &Asphalt Ca. Scott Droppelman,Construction Division Manager s � ICON Materials Mark Eichelberger, Senior Project Manager � � Wenatchee Sand and Grevel � � E(�' C Central Washington Concrete � � Respectfully submitted, � Eugene h Sand&Grevel CPM DEVELOPMENT CORPORATION � � � � Susan L.Devaney � Viking Redi-MIx Northwest Division CFO STATE OF WASHINGTON ) � � ) ss. � COUNTY OF SPOKANE ) Green&White Rock Products On this day personally appeared before me Susan L. Devaney, known to me to be the person that � executed the foregoing instrument, on behalf of CPM Development Corporation, d/b/a ICON Materials, and acknowledged said instrument to be the free and voluntary act of said corporation, Klamath Pacific for the uses and purposes therein mentioned. Corporation Bandon Concrete SUBSCRIBED and sworn to before me this�da of�y�,2017. '� &Development y ���o �� � �- S ture of Notary RiverBend ���6�� L �1�i.�ANCs � Sand and Gravel � Notary Pubiic Print or Type Name of Notary state of washington NoT.�Y PUBL1c in and for the State of Washington �• JEFF L CAVINESS My Appointment Expires Mar 18,2018 Residing at �, �cn_Q, Salem My Commission expires on M�n. !� � � fy Road&Driveway ..�f 0 ' � � ;� Valley Concrete&Gravel r N. CONTRACT DOCUMENT FORMS C[TY OF RENTON r r � r � � INFORMATION ONLY �. `� IV _ � CONTRACT DOCUMENT FORMS � DOCUMENTS IN THE FOLLOWING FORM MUST BE EXECUTED AND SUBMITTED BY THE SUCCESSFUL BIDDER WITHIN TEN (10) DAYS FOLLOWING THE NOTICE OF AWARD. �r. r. � � � ` 2017 STREET PATCH AND OVERLAY H/forms/contracts/2016-OL_IV/WFWG3.11 Approved by Larry Warren 2/14/92 ` � Bond No. 9254798 ` CONTRACT BOND TO THE CITY OF RENTON KNOW ALL MEN BY THESE PRESENTS: ` Thatwe,theundersigned CPM Development Corporation dba Icon Materials �. Fidelity and Deposit as principal, and Company of Maryland corporation organized and existing under the laws of the State of Maryland as a surety corporation, and qualified under the „� laws of the State of Washington to become surety upon bonds of contractors with municipal corporations, as surety are jointly and severally held and firmly bound to the City of Renton in the penal sum of $ 1,669,122.62 for the payment of which sum on demand we bind ,r ourselves and our successors, heirs, administrators or person representatives, as the case may be. This obligation is entered into pursuant to the statutes of the State of Washington, the Ordinance of the City of Renton. Dated at , Washington,this day of , 20_ ` Nevertheless,the conditions of the above obligation are such that: WHEREAS, under and pursuant to Contract No. CAG-17-094providing for construction of the 2017 Street Patch And Overlay With Curb Ramps Prolect CAG 17-094;the Principal has accepted, or is about �` to accept,the contract, and undertake to perform the work therein provided for in the manner and within the time set forth; �. NOW, THEREFORE, this Performance and Payment Bond shall be satisfied and released only upon the condition that Principal: .. • Faithfully performs all provisions of the Contract and changes authorized by Owner in the manner and within the time specified as may be extended under the Contract; • Pays all laborers, mechanics, subcontractors, lower tier subcontractors, material persons, and all r. other persons or agents who supply labor, equipment, or materials to the Project; • Indemnifies and holds Owner, its officers, and agents harmless from and against all claims, liabilities, causes of action, damages, and costs for such payments for labor, equipment, and materials by .. satisfying all claims and demands incurred under the Contract, and reimbursing and paying Owner all expenses that Owner may incur in making good any default by Principal; and • Indemnifies and holds Owner harmless from all claims, liabilities, causes of action, damages and � costs, including property damages and personal injuries, resulting from any defect appearing or developing in the material provided or workmanship performed under the Contract. • Pays all taxes incurred on said contract under title 50 and 51 Revised Code of Washington (RCW) � and all taxes imposed on the Principle under Title 82 RCW. The indemnities to Owner shall also inure to the benefit of the Consulting Engineers and other design � professionals retained by Owner in connection with the Project. No change, extension of time, alteration, or addition to the terms of the Contract or to the Work to be .� performed under the Contract shall in any way affect Surety's obligation on the Performance Bond. Surety hereby waives notice of any change, extension of time, alteration, or addition to the terms of the � 2017 STREET PATCH AND OVERLAY WITH CURB RAMPS Bond to the City of Renton PROJECT CAG 17-094 Agreement May 2017 w r. Contract or the Work, with the exception that Surety shall be notified if the Contract time is extended by more than twenty percent (20%). If any modification or change increases the total amount to be paid under the Contract, Surety's `� obligation under this Performance and Payment Bond shall automatically increase in a like amount. Any such increase shall not exceed twenty-five percent (25%) of the original amount of the Performance and � Payment Bond without the prior written consent of Surety. This Contract Bond shall be governed and construed by the laws of the State of Washington, and venue shall be in King County, Washington. .. IN WITNESS WHEREOF, the parties have executed this instrument in two (2) identical counterparts this 26th day of June , 20 17 , �` CPM Development Corporation dba Icon Materials Fidelity and Deposit Company of Maryland Pri ' al Surety c� .. , � � - Signature /�ZOQ /)'I /N6E� Signa e �. ���/Q�}L. �� VJ� Linda Nipper, Attorney—in—Fact Title Title � Name and address of local office of Marsh USA Inc. .� agent and/or Surety Company: 15 W. South Temple, Ste. 700 Salt Lake City, UT 84101 �' Surety companies executing bonds must appear on the current Authorized Insurance List in ihe State of Washington per Section 1-02.7 of the Standard Specifications. r � 1i. � � � � 2017 STREET PATCH AND OVERLAY WITH CURB RAMPS Bond to the City of Renton PROJECT CAG 17-094 Agreement May 2017 r � ' � SURETY ACKNOWLEDGMENT � STATE OF UTAH } COUNTY OF SALT LAKE } SS ' � On this 26TH day of JUNE, 2017, before me personally came LINDA NIPPER to me �"" known, who, being by me duly sworn, did depose and say that she is an Attorney-In- Fact of FIDELITY AND DEPOSIT COMPANY OF MARYLAND the corporation � � described in and which executed the within instrument; that she knows the corporate seal of said corporation, that the seal affixed to the within instrument is � such corporate seal, and that she signed the said instrument and affixed the said seal as Attorney-In-Fact of the Board of Directors of said corporation and by authority of this office under the Standmg Resoluhons thereof. � � Not r Public � _ �. .���.��_,.�., w LISA HALL } Notary Public , ° ,�,,�'.� State of llkah , �����;'�;� Comm. iV��. v8S 511 � �``•'=�"" My Comm.Ex.pires Mar i3,20i9 , �:,:� �, � � � ' � �� � � � c. � � � ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY � FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY � KNOW ALL MEN BY THESE PRESENTS:That the ZURICH AMERICAN INSURANCE COMPANY,a corporation of the State of New York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Maryland, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Maryland (herein collectively called the "Companies"), by DAVID MCVICKER,Vice President,in pursuance of authority granted by Artide V, Section 8,of the By-Laws of said Companies,which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, � constitute, and appoint Tina DAVIS, Lisa HALL, Lindsey PLATTNER and Linda NIPPER, all of Salt Lake City, Utah, EACH its true and lawful agent and Attorney-in-Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds and undertakings,and the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies,as fully and amply,to all intents and purposes,as if they had been duly executed and acknowledged by the regularly elected � officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York,New York.,the regularly elected officers of the COLONIAL AMEWCAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in their own proper � persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8,of the By-Laws of said Companies,and is now in force. � IN WITNESS WHEREOF, the said Vice-President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND,this 15th day of June,A.D.2017. � ATTEST: ZURICH AMEffiCAN INSURANCE COMPANY COLONIAL ANIERICAN CASUALTY AND SLiRETY COMPANY � FIDELITY AND DEPOSIT COMPANY OF MARYLAND � ....a ��,A811k�, _'�p O�wIOs� •GpNINs�/ 4 � � ��. � � �p'M'� n i'�4�..�o�rortlr•.L�' �$EAL � � ` :�:'�� �^o�.m. `�c �,r, 7 '� tt» � t�. 19G9 ' r i � J��� 4'..w� :�l`�._....%*��,` "„aa.:}�uv+'� � 4� (^{j ,r � t � �F�,Y..s�''r�r.-�'�� ''\ + "� ,f i;' ^"' ' � � Assistant Secretary Vice President �. Joshua Lecker David Mcl�icker .w State of Maryland County of Baltimore � On this 15th day of June, A.D. 2017, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, DAVID MCVICKER,Vice President,and JOSHUA LECKER,Assistant Secretary, of the Companies,to me personally known to be the individuals and officers � described in and who executed the preceding instrument,and acknowledged the execution of same, and being by me duly sworn, deposeth and saith, that he/she is the said officer of the Company aforesaid,and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies,and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. � IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed my Official Seal the day and year first above written. �,�",����,,,� �,`�.6,.\,�)��,�� . \���1., ``.1•/�''. . `$;'``) '!i ..): ) '�: � l�fJ+'��"tf�� .�.,��f.,,r;- ,',��,,.,�Il:f`���'.;`�',�t '�;%n ...;,i .� ��i;i2• ��'��n nu�N`. n t ce A.Dunn Nota Public Co s an ry My Commission Expires:July 9,2019 i � POA-F 020-8022W � —� EXTRACT FROM BY-LAWS OF THE COMPANIES � "Article V,Section 8,Attornevs-in-Fact. The Chief Executive Officer,the President,or any Executive Vice President or Vice President � may, by written instrument under the attested corporate seal, appoint attorneys-in-fact with authority to execute bonds, policies, recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such � attorney-in-fact to affix the corporate seal thereto;and may with or without cause modify of revoke any such appointment or authority at any time." CERTIFICATE � 1, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the � faregoing Power of Attomey is still in full force and effect on the date of this certificate; and I do further certify that Article V, Section S,of the By-Laws of the Companies is still in force. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of � Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary � and the Seal of the Company may be affixed by facsimile on any Power of Attorney...Any such Power ar any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of � Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the Sth day of �11 May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the l Oth day of May, 1990. � RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice-President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appeazing upon a ' certified copy of any power of attomey issued by the Company,shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN TESTIMONY WHEREOF,I have hereunto subscribed my name and affixed the corporate seals of the said Companies, '� this26THday of JUNE ,2017 . -- ,�, Q OEIps �'�INSVy��A ���ro, �� ?Q)G: •�i(.s �C�MIII'4 v n :�4i:�c��1r"•�O� 'O a i 3 �o'.ce�1 wr� " ' —'" � tO7 8EAL � '.'. � '�` � ,o. � �t+� � i.b`•.,. 1968 !;a�r� �.�,.�•~ 4 r.n� :�j�•........:*��, JJh Ny��'A'1���J � � � � � Michael Bond,Vice President � TO REPORT A CLAIM WITH REGARD TO A SURETY BOND, PLEASE SUBMIT ALL REQUIRED INFORMATIOIv TO: � Zurich American Insurance Co. Attn: Surety Claims 1299 Zurich Way � Schaumburg,IL 60196-1056 � ' � � AGREEMENT ` CONTRACT NO. CAG-17-094 ` THIS AGREEMENT, made and entered into this �� day of , 2017_. by and between THE CITY OF RENTON, Washington, a municipal corporatio of the State of Washington, hereinafter referred to as "City" and ((;c'N yn,:z�f?��;•.t�,S , hereinafter referred to as � "Contractor." Now,therefore the parties agree as follows: � 1. Agreement. This agreement consists of all parts as defined in Section 1-04.2 of the Washington State Department of Transportation, Standard Specifications for Road Bridge and Municipal � Construction, 2016 and as amended in the Special Provisions of these Contract Provisions. 2. Project. Contractor shall complete all work and furnish all labor, tools, materials, and equipment .. for the project entitled 2017 Street Patch And Overlav With Curb Ramps Project CAG 17-094, including all changes to the Work and force account work, in accordance with the Contract Documents, as described in Section 1-04.2 of the Special Provisions. � 3. Payments. City shall pay Contractor at the unit and lump sum prices, and by force account as specified in the Proposal according to the Contract Documents as to time, manner, and condition r. of payment. The payments to Contractor include the costs for all labor, tools, materials and equipment for the Work. ` 4. Completion Date. Contract time shall commence upon City's Notice to Proceed to Contractor. The Work under this Agreement shall be completed within the time specified in the Proposal. If the Physical Work under this Agreement is not completed within the time specified, Contractor ■. shall pay liquidated damages and all engineering inspection and supervision costs to City as specified in the Proposal. 5. Attorney's Fees. In the event litigation is commenced to enforce this Agreement, the prevailing party shall be entitled to recover its costs, including reasonable attorney's and expert witness fees. r 6. Disclaimer. No liability of Contractor shall attach to City by reason of entering into this Agreement, except as expressly provided in this Agreement. 7. Counterparts. This Agreement is executed in two (2) identical counterparts, by the parties, each � of which shall for all purposes be deemed an original. 1�. ` � 2017 Street Patch And Overlay With Curb Ramps Project CAG 17-094 Agreement May 1 2017 �r r. � IN WITNESS WHEREOF,the City has caused these presents to be signed by its Mayor and attested by its City Clerk and the Contractor has hereunto set his hand and seal the day and year first above-written. �. CONTRACTOR CITY OF RENTO � / � �%��'`�-�� � �����������ni� � �� ����� � President/Partner/Owner Denis Law, ayor ``��.`�y 0����,,,�,����TO'�''�% , ;. .. ,,, y , s �; � �' �: ATTEST = * = g E A L : * : " ;- '� _ ^ = , � �i Z ,'���ii ����` ^�O� � �4 C� q��i�u���aa�`� �o• : f J �����A RATEO S�C,��•'�'��• ,.r ; I � ���n���►����+� Sec tary Jason e , City Clerk I�. d/b/a �,G�ly �'�rT�l�S (Firm Name) � check one � Individual O Partnership � Corporation Incorporated in �A6►�}t/J67bl� "' Address for giving notices: Address for giving notices: t 50B 0%t,E�Ti r.�E AvE 5E � ���.�, W�a ��—Z1r�'3 r. Attention: If business is a CORPORATION,the name of the corporation should be listed in full and both the President and Secretary must �, sign the contract. OR,if one signature is permitted by corporation by-laws,a copy of the by-laws shall be furnished to the City and made a part of the contract document. ` If the business is a PARTNERSHIP,the full name of each partner should be listed followed by d/b/a(doing business as)and firm or trade name. Any one partner may sign the contract. If the business is an INDIVIDUAL PROPRIETORSHIP,the name of the owner should appear followed by d/b/a and name of the � company. � ` � 2017 Street Patch And Overlay With Curb Ramps Project CAG 17-094 Agreement May 1 2017 � — Retainage Method Selection � Contract (Description/CAG #): 2017 Street Patch And Overlav With Curb Ramps Prolect CAG 17-094 In accordance with Section 1-09.9(1) Retainage, WSDOT Standard Specifications and RCW 60.28, a sum of 5% of the monies earned by the Contractor will be retained from progress � payments. The Contractor may select one of two options for the monies retained: 1. Retained in a fund by the Contracting Agency, or " 2. Deposited by the Contracting Agency in an escrow (interest-bearing) account in a bank, mutual saving bank, or savings and loan association (interest on monies so retained shall „� be paid to the Contractor). Deposits are to be in the name of the Contracting Agency and are not to be allowed to be withdrawn without the Contracting Agency's written Authorization. The Contracting Agency will issue a check representing the sum of the r. monies reserved, payable to the bank or trust company. Such check shall be converted into bond and securities chosen by the Contractor as the interest accrues. ` Option selected by Contractor: � Option 1. CPM Development .. ❑ option 2. Corporation contra . DBA ICON Materials r � By: f I /40,� �Ic�A/n�6E� r, Date: 6 Z�` �7 � Required if option 2. Is selected: ,,,, Name of bank or trust company: Address: � Agent name: � Agent phone number: Contractor assumes full responsibility to pay all costs that may accrue from escrow services, .. brokerage charges or both, and further agrees to assume all risks in connection with the investment of the retained percentages in securities. � � � Certificate of Insurance THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON YOU THE CERTIFICATE HOLDER. THIS CERTIFICATE IS NOT AN INSURANCE POLICY AND DOES NOT AMEND,EX'IEND,OR ALTER THE COVERAGE AFFORDED BY THE POLICIES LISTED BELOW.POLICY LIMITS ARE NO LESS THAN THOSE LISTED ALTHOUGH POLICIES MAY INCLUDE ADDITIONAL SUBLIMIT/LIMITS NOT LISTED BELOW. � This is to Certify that �ir � � � ICON Materials (a dba of CPM Development Corporation) NAME AND T ' ]�/( �-,,y � 1508 Valentine Ave SE ADDRESS Ll��� 1►1u l.l.��„ Pacific WA 98047 OF INSURED � � INSURANCE � is,at the issuc date of this certificate,insured by the Company under the policy(ies)listed below. The insurance afforded by the listed policy(ics)is subject to all their terms,exclusions and Conditions and is not altered by any requirement,term or condition of any con[ract or other document with respect to which this certificate may be issued. EXP DATE � TYPE OF POLICY �coNr�rruous pOLICY NUMBER LIMIT OF LIABILITY ❑EXTENDED �POLICY TERM COVERAGE AFFORDED UNDER WC L WORKERS 9/1/2017 WA7-C8D-004095-026 EMPLOYERS LIABILITY LAW OF THE FOLLOWING STATES: COMPENSATION WC7-C81-004095-016 WA,�WY States except OH,ND, Bod�ty in ury by n�o�aenc 1 ��0 ���Each Accident -��s:WI BodilylnjuryByDiseasc � 1 000 000 Bodily Injuty By Discase 1 000 000 COMMERCIAL 9/1/2017 TB2-C81-004095-116 Genera�,4g�egace �" GENERAL LIABILITY $2,000,000 -Per Project Aggregate included � m OCCURRENCE Products/Completed Operations Aggregate ❑CL.vMS M.aDE $2,000,000 Each Oceurrcncc W2 000 ��� � RETRO DATE Personal&Advertising Injury $2,00�,00� Per Person/Organization Other thcr � Dama e to Premises Rented to Medical Exp:$5,000 You: 0 000 AUTOMOBILE 9/1/2017 AS2-C81-004095-126 Ea�hAcc�dent—s�ng�e��m�� LIABILITY $2,���,0�� B.I.Md P.D.Combined Each Person � OWNED m NON-OWNED Each Accident or Occurrence �HIRED Each Accidentor Occurrence � OTHER 9/1/2016-9/1/2017 -AS2-C81-054502-526 Physical Damage only -Automobile policy -$10,000 Comp -$10,000 Coll -Excess Workers 9/1/2016-9/1/2017 -EW7-68N-004095-346 SIR$250,000 Compensation and Employer (WA) Excess WC-$250,000,000(indudes WA stop gap)/EL-$750,000 ' Liabilit Per OCC. � ADDITIONAL COMMENTS RE: CAG-17-094,2017 Street Patch&Overlay with Curb Ramps City of Renton,their Elected or Appointed Officers,Officials,Employees,Subconsultants and Volunteers are listed as additional insured with regards to the general liability and automobile liability policies,on a primary and non-contributory basis,where required by written contract. � Waiver of subrogation is included in favor of the additional insured,where required by written contract,and where applicable by law. *If the certificate expiration date is continuous or extended term,you will be notified if eoverage is terminated or reduced before the certificate expiration date. � NOTICE OF CANCELLATION:(NOT APPLICABLE UNLESS A NUMBER OF DAYS IS ENTERED BELOW.) Liber BEFORE THE STATED EXPIRATION DATE THE COMPANY WILL NOT CANCEL OR REDUCE THE ty Mutual �' INSURANCE AFFORDED UNDER THE ABOVE POLICIES UNTIL AT LEAST 30 DAYS NOTICE Insurance Group OF SUCH CANCELLATION HAS BEEN MA]LED TO: � CAG-17-094,2017 Street Patch 8�Overlay with Curb Ramps �City of Renton � ���-LGE J'.�� � y Attn: Gary Lamb, Risk Manager Valerie Reece �9 1055 South Grady Way Fairfield/049C AUTHORIZED REPRESENTATIVE f= Renton WA 98057 9450 Seward Road � " � � Fairfield OH 45014 800-332-3226 6/28/2017 OFF'ICE PHONE DATE ISSUED This certificate is executed by LIBERTY MUTUAL INSURANCE GROUP as respects such insurance as is afforded by those Companies NM 772 07-10 , � 36409126 � LM_94 � 9/16-9/17 - WA 2/2 � Donna Smitala � 6/28/2017 9:50:39 PM (CDT) � Page 1 of 1 LDI COI 268896 02 11 w � ACORD� CERTI DATE(MMIDD/YWY) `� FICATE OF LIABILITY INSURANCE si2ei2o,� � THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. � IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Liberty Mutual Insurance Co. National Insurance East NAMEACT Donna Smitala 2000 W@StWOOC� Df. PHONE X . 715-870-6376 FnAic No: 715-842-6865 � Wausau, WI 54401 E-MAIL nooRess: Donna.Smitala Libert Mutual.com INSURER S AFFORDING COVERAGE NAIC# www.LibertyMutual.com INSURERA: Llbel't Mutual Fire Insurance Com an 23035 . �` INSURED INSURER B: ICON Materials � �a dba of CPM Development Corporation) INSURERC: 508 Valentine Ave SE INSURERD: Pacific WA 98047 INSURER E: INSURER F: �"' COVERAGES CERTIFICATE NUMBER: 36409186 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD � INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS � CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ILTR TYPE OF INSURANCE ADDL SUBR pOLICY NUMBER MM/DDY/YYYY MMIDD/YYYY LIMITS COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ CLAIMS-MADE �OCCUR DAMAGE TO RENTED PREMISES Ea occurrence $ i MED EXP(Any one person) $ PERSONAL&ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ � POLICY� jE�o- � LOC PRODUCTS-COMP/OP AGG $ OTHER: $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ Ea accidenl ANY AUTO BODILY INJURY(Per person) $ � OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE $ AUTOS ONLY AUTOS ONLY Per accident $ � A UMBRELLALIAB �/ pCCUR �/ �/ TL2-681-054523-926 9/1/2016 9/1/2�17 EACHOCCURRENCE $ � ������ �/ EXCESSLIAB CLAIMS-MADE AGGREGATE $ 1,000,000 � ' DED RETENTION$ Products/Completed Op g 1,000,000 � WORKERSCOMPENSATION PER OTH- AND EMPLOYERS'LIABILITY �,�N STATUTE ER ANYPROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $ OFFICER/MEMBEREXCLUDED? � N�A (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ � DESCRIPTION OF OPERATIONS I LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be atWcM1ed if more space is required) RE:CAG-17-094,2017 Street Patch 8 Overlay with Curb Ramps City of Renton,their Elected or Appointed Officers,Officials,Employees,Subconsultants and Volunteers are listed as additional insured with regards � to the excess liability policy,on a primary and non-contributory basis,where required by written contract. Waiver of subrogation is included in favor of the additional insured,where required by written contract,and where applicable by law. � CERTIFICATE HOLDER CANCELLATION ,� CAG-17-094,2017 Street Patch 8�Overlay with Curb Ramps Clt of Renton SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE y THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Attn: Gary Lamb, Risk Manager ACCORDANCE WITH THE POLICY PROVISIONS. 1055 South Grady Way ii�.� Renton WA 98057 AUTHORI2ED REPRESENTATIVE ����L4 �/`-'�'��' � Valerie Reece O 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD � 36909186 � LM_94 � 9/16-9/17 Excess I Donna Smitala � 6/28/2017 4:52:42 PM (CDT) � Page 1 of 1 � � � � POLICY NUMBER: T62-C81-004095-916 COMMERCIAL GENERAL LIABILITY CG 2010 0413 � THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIQNAL INSURED - OWNERS, LESSEES OR � CONTRACTORS - SCHEDULED PERSON OR ORGANlZATION � This endorsemertt modifies insurance provided under the folbwing: � COMMERCIA!GENERAL LIABILITY COVERAGE PART A. Sectlon II — Who Is M Insured is amended to 1. AI!work,including materisls,patts or aquipment � include as an additional insured the person(s) or fumished in connecti�on with such woric, on the organization(s) shown in the Schedule, but onty project (other than service, maintenance or with respect to liability for"bodily injur�', 'property repairs)to be perfoRned by or on bei�alf of the damage" or "personal and advertising injury" additional insured(s) at the location of the � caused,In whole or in part, by: cflvered operationa has been completed;or 1. Your acts or omissions;or 2. That portion of "your work" out of which the 2. The acts or omissions of those ading on your injury or damage arises has been put to its � behalf; intended use by any person or organization in the perFormance of your ongoing operations for °ther than another oontractor or subcontractor the additional insur�ed(s) at the bcation(s} �gaged i��e�in�g operations for a principal designated above. pg project However. C. V11'dh respect to the insurance afforded to these � additional insureds, the following is added to 1. The insurance afforded to such additional Sectlon III—Limlts Of Insurance; insured only epplles to the exter�t permitted by If «�vverage provided to the additional insured is iaw,and required by a oontract or agreemerrt, the most we �,. 2. If coverage provided to the additfonal insured is will pay on behalf of the additional insured is the required by a contract or agreemerrt, the amouM of insurance: L insurance afForded to such additional insured �, Required by the contract or agresmen�or will not be broader than that which you are 2, Available under tl� a licable Llmits of requfred by the contract or agreemerrt to provide Insurance shown in the Declaratlons; for such additional insured. B. With raspecf to the insurance afforded to these ���r is less. � additional insureds, the following additional This endorsement shall not increase the applicable exclusions appiy: Limits aF Insurance shown in the Dectaretions. This insurance does not apply to "bodily injury" or � "property damage"occurring after: , � ' � CO 2010 0�413 �ISO Properties, Inc.,2012 Page 1 of 2 � �. , `.. i � � � SCHEDULE � Name Of Additionai Insured Person(s} Or O anizaticro s Location s Of Covered O erations City of Renton 1055 South Grady Way � Renton,WA 98057 # CAG-094 2017 Street Patch 8�Overlay with Curb Ramps � Information uired ta com lete this Schedule, if no#shown above wil!be shown in the Declarations. � � � � ' � � ' � � CG 2010 0418 �Insurance Services Office, Inc., 2012 Page 2 of 2 � � � � POLICY NUMBER: T62-C84-004095-116 COMMERCIAL CiENERAL LIABILiTY CG 20 37 p413 � THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITItJNAL INSURED - OINNERS, LESSEES C�R �; C4NTRACTORS - CQMPLETED OPERATIQNS � This endorsemerrt modifres insurance provided under the following: COMMERCIAL.GENERAL LiABILITY COVERAGE PART PROdUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART � 3CHEDULE � Name Of Addttlonat Insured Person(s) Or O anization s Location And Descri tion Of Com leted O rations City of Renton � 1055 South Gracfy Way Renton,WA 98057 GAG-094 2017 Street Patch &Overlay with � Curb Ram s Infortttation re uired to com Iste this Schedule, ff nat shown above,will be shown in the Declarations. � A. Secfion I! —Who Is M Insured is amended to B. With respect to the insurance afforded to these indude as an add�lonal insured the pers4n(s} or additiona! insureds, the following is added to organization{s) shown in the Schedule, but only Section III—Llmfts Of insurance: with respect to liability for "bodily injur�' or If coverage provided to the additional insured is � "property damage"caused, in whole or in part, by required by a contract ar agreement, Ehe most we "your work" at the location designated and ��� pay on behalf of the additional insured is the described in the Schedule of Ehis endorsement amourrt of insurance: perFormed for that additional insured and � induded in the "{�roducts-completed operationa �• Required by the corrtract or agreement;or hgzar'd"• 2. Available under the applicable Limits of H���; Insurance shown in the Declarations; � 1. The insurance afforded to such additional +Nhichever is less. II insured only applies to the exterrt permitted This endorsement shall not incxease the applicable by law;and Limits af Insurance shown in the Declarations. 2. If coverage provided to the additional insured � is required by a cantract or agreement, the insurance afforded to such addit�nal insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. � � CG 20 37 0413 �Insurance Services Office, Inc.,2012 Page 1 af 1 � , Y�r � � � Policy Number TB2-C81-004095-116 Issued by LIBERTY MUTUAL FIRE INSURANCE COMPANY � THIS ENDORSEMENT CHAN(iES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NON-CONTRIBUTORY—SCHEDULED ADDITIONAL INSURED � This endorsemerrt modifies insurance provided under the followin : 9 � COMMERCIAL GENERAL LIABILITY COVERAGE PART EXCESS COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART � Schedule � Person or Qrganization: � City of Renton � 1055 South Grady Way Renton,WA 98057 CAG-094 2077 Street Patch&�verlay with Curb Ramps � If you are obligated under a written agreement to provide liabiliry insurance on a primary, excess, contingent, or any other basis for any person or organization shown in the Schedule that is an addikional insured on this policy, this policy will apply solely on the basis required by such written agreement If the applicable written agreement � dces not specif�r on what basis the liability insurance will apply,this insurance shsll be excess over any other valid and collectible insurance available to the additional insured,whether such insurance is on an excess, contingerrt or primary besis.Condltlon 4 Other Insurance of Section N is revised according�y. � ' � � � � LD 2410 0713 �2013 Liberty Mutual Insuranoe.All rights reserved. Page 1 of 1 Includes oopyrighted matierial of Insurance Servlces Office, Inc.,with its perrnission. � � � � � � WAIVER OF TRANSFER OF RI HT F R G S 4 ECOYERY � AGAINST OTHERS TQ US This endorsement modifies insurance provided under the following: � COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTSlCOMPLE'i'ED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Person Or Organizatbn: � City of Rerrton 1055 South Grady Way Renton,WA 98057 � CAG-094 2017 Street Patch &Overla with Curb Ram Information r uired to com lete this Schedule iF not shown above will be shown in the Declaratlons. � The following is added to Paragraph 8. Transfer Of We waive any right of recovery we may have sgainst Rlghts Of Reravery A�ainst Others To Us of the person or organization shov►m in the Schedule Sectlon N—Conditions: above because of payments we make for injury or damage arising out of your ongoing operations or � "your work" done under a contract with that person or organization and included in the "produc�s- completed operations hazard". This wafver applies only to the person or organizafion shown in the St�edule above. 'Chss mdorsement is eaecuted by tfie LIBffitTY Mt7TUAL FIRE II.iSURANCE CO.'4IPANY � i'nussum S Effective Dete Fspisztion Date Foi an��ti�*,'.+r ro Pofiry No. TB2-CB1-004095-116 � Audit Basis Iasved To � � � Cout�tetsighed by tluthoriied Rcpmeeat�eive Iss�ed Sales Offirr and No. End.5eda1 No. � , � Ca 24 04 45 09 �t[nsurance Services OfFice, Inc.,2008 Page 1 of 1 ! � v ' � Policy Number TB2-C81-004095-116 Issued by LIBERTY MUTi7AL FIRE INSURANCE COMPANY � THIS ENDORSEMEMT CHANC3ES THE POLlCY. PLEASE READ(T CAREFULLY. NOTICE OF CANCEU.ATION TO THIRD PARTIES This endorsemeM modifies insurance provided under the following: BUSINESS AUTO COVERAGE PART � MOTQR CARRIER COVERAGE PART GAt2AGE COVERAGE PART TRUCKERS COVERAGE PART EXCESS AUTOMOBILE LIABILITY INDEMWITY COVERAGE PAR7 � SELF-INSURED TRUCKER EXCESS LIABILITY COVERAGE PART COMMERCIAL GENERAL LIABILITY COVERAGE PAR7 EXCESS C�MMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILfTY COVERAGE PART LIQUOR LIABIl.ITY COVERAGE PART COMMERCIAL LiABILITY—UMBRELLA COVERAGE FQRM � 3chedule � Name of Other Person(s)! Email Address or mailing address: Nurnber Days Notice: O anization s : City of Renton 1055 SOuth Grady Way 45 Renton,WA 9605! � CAG-094 2017 Street Patch 8� Overlay with Curb Ramps � A. If we cancel this policy for any reason other than nonpayment of premium, we will notify the persons or organizations shown in the Schedule above. Wa will send nofice to the email or mailing address listed above at least 10 days, or the number of days listed above, if any, before the cancellation becomes effective. In no � everrt does the notice to the third party exceed the notice to the first named insured. B. This advance notfication of a pending cancellation of coverage is irrtended as a courtesy only. Our failure to provide such advance notification will not extend the policy canoellat�n date nor negate cancellation of the policy. � All other terms and conditions of this policy remain unchanged. � � � � LIM 98 01 051�f �2011 Liberty Mutual Group of Companies.Ali rights reserved. Page 1 of 1 includes copyrighted material of Insurance Se►vices Office, Inc.,with its permisslon. � � � ' � Policy Number.A32-c81-o04o9s-126 fssued By: Liberty Mutual Fire 2nsurance Co. �, THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFUL�Y. NOTICE OF CANCELLA710N TO THIRD PARTIES Thls endorsement modlfles Insurance provided under the folbwing: � BUSINESS AUTO COVERAGE PART MQTOR CARRIER COVERAGE PART GARAGE COVERAGE PART � TRUCKERS COVERAGE PART EXCESS AUTOMOBILE LIABILITY INDEMNi7Y COVERAGE PART SELF-INSURED TRUCKER EXC�SS LIABILITY COVERAGE PART COMMERCIA�GENERAL LIABILITI(COVERAGE PART EXCESS COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLET�D OPERATIONS LIABILITY COVERAGE PART UQUOR LIABILITY COVERAG�PART � Schedule Name of Other Person(s�! Emaft Address or mailina Number � Organization(s): address: Days Notice: City of Renton 1055 South Grady way 45 Renton, WA 98057 � CAG-094 2017 Street Patch & dverlay with Curb Ramps � � A. If we cance! this policy for any reason other than nonpayment of premium, we will notify the persons or organizatbns shown in the Schedule above. We will send notice to the email or mailing address Ilsted abcve at least 10 days, or the number of days listed above, if any, beforo ths cancellation becomes effective. In no event does the notice to the third parly exceed the notice to the first named insured. � B. Thls advance noUflcaUon of a pending cancellation of coverage�intended as a vourtesy ony. Our fallure to provide such advance notification will not extend the pollcy qncellation date nor negate canceflation of the pollcy. � All ather terms and conditions of this policy remain unchanged. � LIM 99 01 0511 �2011, Liberty Mutual Group of Companies. All rights reserved. Page 1 of 1 Includes copyrighted material of Insurance Services Office, Inc. with Its permisslon. � I � + � POLICY NUMBER: AS2�81-00409�126 COMMERCIAL AUTO CA 04�441013 � THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER tJF RlGHTS OF RECOVERY AGAINST OTHERS TO US �WAIVER OF SUBROGATION) � This endorsement modifies ir�.surance provlded under the following: AUTO DEALERS Cf�VERAGE FORM � BUSINESS AUTO COVERAG�FORM MOTOR CARRIER COVERAGE FORM With rospectto ao�erage provided by this endorsement,the provisionsof the Coverage Form apply unless modified � by the endorsement. � SCHEDULE � Name(s)Of Person{s)Or Qrganization(s): Ciry of Renton � 1055 South Grady Way Renton, WA 98057 CAG-094 2017 Street Patch 8�Overlay with Curb Ramps � Prernium: $ Information required to complete this Schedule,if not shown above,will be shown In the Declarations. � The Transfer Of Rights Qf Recovery Against Otlters To Us condition does not apply to the persan(s) or organization(s)shown in the Schedule, �° but only to tt�e extent that subrogatbn is waived p�1or �r� to the "acc�dent" or the "loss" under a contract with that person or organization. � � � � CA 04 441013 (�Insurance S�rvices Office, Inc.,2011 Page 1 of 1 � � � PoliCy Number.AS2-C81-004095-126 Issued by: Liberty Mutual Fire rnsurance Co. � THIS ENDORSE111ENT CHANGES THE POIJCY. PLEASE READ IT CAREFULLY. � DESIGNATED INSURED-NONCONTRIBUTING This endorsement modifiss insurance provided under the fo8ow)np: � BIJSINESS AUTO COVERAGE FORM ��� GARAGE COVEi2AGE FORM MOTOR CARRIERS COVERAGE FORM � TRUCKERS COVERAGE FORM With respect to coverage provided by this endorsement, the provis(ons af the Coverage Form apply unless � modified by this endorsem�t. This endorsement identlfles person(s) or organization(s} who are "insureds" under the Who is An lnsured Provision of the Coverage Form.This endorxment does not alter coverage provided in the Coverage form, � Schedule Name of Person(s)or Organizations�a): � City of Renton 1055 South Grady Way Renton, WA 98057 Regarding Designated Contract or ProJect: CAC3-094 2017 Street Patch & Overlay with Curb Rampe �, Each person or organization shown in tha Schedule of this endorsement is an"insured"for Liability Caverage, but only ta the extent that person or organlzatlon quelfies as an "insured" under the Who Is An Insured Provision � contafned in Section II of the Coverage Form. The following is added ta the Other Insurance Condltion: If you hava agreed in a wrltten agreement that this policy will be prlmary and without rieht of corrtribuNon � from any Insurance in force for an Additional Insured for liabilityr arising out ot your operations, and the agreement was executed prior to the 'bodlty Injury" or "properly damage", then this insurance will be primary and we will not seek coMrlbutlon from such insurance. � I' � � � AC 84 23 0811 �201 D, Liberty Mutual Group of Companies. Atl rights reserved. Pa e � of 1 9 Includes copyrighted material of Insurance Services Office, lnc., � with its permission. � r. r� t�. tr. � � r. THIS PAGE INTENTIONALLY LEFT BLANK r r � � � �r lti. r� 1� � r. 2017 Street Pntch And Overlxy With Curb Ramps Project CAG 17-094 May 2�1'� � � City of Renion Human Resources&Risk Management Department Tnsuran¢eInformarion Form � - �o�:,_ PROJSCT:N[lMBBR: � �!,►F��ra;`�,1t i: � Cer�cau of Tnsurance indicates the wveragesllimits�ci6ed�n �Yes ❑ No contract� A�c Me followiog corerages and/a wnditions Yn effea7 ❑ Yns ❑ I�Tv � 'fhe Cumrnarcial Ge�ral Liabiliry policy form is en i50 1993 � y� � �p (3ucumei�ce Fomtot F,quivslent? (If eo,etrach�copy of the pnlicy w�h reqttired coverages cte�cly � idontiFied) CG l�[[10.3 Amendacory Endorsem�nt provided?+ ❑ y� �+ �o C�ener+d Aggragaro�xov�dod on a"per projoot basis(+DG?5031?° �y� ❑ I�io ' !#ddi�ioaai lus+aed wordin�provfde�9� �Yes �] IVo Goveragc oa a primiuy 6asis and non-conaibutiag basis?* �yes � i+10 Wava of Snbrogacion Clauso appl9es7• � yss [] No Severabi{iry of Iaterost Clause�Crass tiabiuty�apDlies? �( Y�Cs ❑ No � Nelice of Canc�Itadonl�Too-Renewal �Yeu ❑ No amcnded to 45 days pee RCW 48.18.2�p�' '7'o bw shnxm on rcrt{f�rnts of rnsurance• � .�141 BE5T'S RATIf�IG F'Ott CARRIER , � �� �._.��$_ auto ���______ vmb �''�` .� Pmfessuooal �.s'���r'� � — — ____:._..C.__w_ I'hr�t�t�esnonnnin is iaved as a Alat[er of.rnformerioa This quosaonnairo�s qoc an�nsuranco po�icY and doe� not aa�u�d,exeend a alter the caveFage,at�'omded by tke poiicies mdicared on the auaclicd CF±R'�iPIGAT'fi� [.ti3CiRANCE• The Ci'TY OF EtE�3dTON, at �n pptian,:ahell obkua copies af�he ps�ticies and/or sp�i�e � deciaration pages tROM ewarded biddei pnor to w�ecierios�p�da�acc .,�,� �w�u� � ,i��R'�;�`�V� ,j . � � laced BY CrYpe or 'nc Name? � `�J "Lw1C..� U� `i ,, omp) By(Signxnure) 1�.k:����r�..__ t,��� �L--�{�� Ivamt of petson to contacT elcphane Nuo�tr � NL1TEc TEfIS-QUESTIONNAlRiE MU3T BE GYJMfX.E7'ED FdR FAG'H IdAFB f7F COVERAGE AND A7'TACNEp 77p CERTlF1CATfi pF lNS�JRANCE � � — __.., _ .._.....__�_....__.�_ _..��,____ ., _... mn s�:r�ua�ua o.wr w.xcae a,a.�+�ew e,w trvw Vlaq-?��7 � � ' � � � � x�� .,_ � � � — ENDORSEML�IyT 1 �' ' In rnnsidcratioa vf the rwuecm char od it 1s hereb �g�'��•a"�I�p p g � Y a&�d and understood that Poliry Number is ued by �rance.Co n ,is aa�ended tv include the fdtowin s " Nn �ssued By the'(OVJNER) 8 aarurs and.cond'uioos as �+ r-oa�4 �a"`b"�°` � � l. ADD�'tTONAi, 1NS[J I�A The OWNER d�eir ole�ted or Sj1�OlptLa Off1Gt15..O�C1CtiIs, employees, �ubconsultanfs,and voluntders are incladed as tddi4onel{y iosureG witL rogerd to damages a�d de�nse of cla�ms arisittg.from- (s)acuvitiac performed biy or on behalt'of tha NAMLD II�iSURED:a(b)Products 7 � CompkSt�d opeaat�ons ot the NAI�D fIa16URED. or (ca pneimses owesd: lea.aed or uuA by tha � _ P1AS�I�D TNSURED. , 2 CONTAI8E13TON ivOT REQT3I�, AS��; (e)w�c pc�tonme,d bY AT ot on behsif of"the OVYNER; or{6)Aenducts'sold tLe NANit?D '� ��IVSUR��J.f�rr � �' preanses leased b�the AIA►+4ED IN5URED � 1N5URED to dic OWNER: o� (�3 froeq the O'WNER,the insur�ce aft'otded by th�s,policy�hall ffic al� t l�o��e ��� �' QRrNEIt, or ony,wher msured, en ol�ctsd or appolntod otficers, „ NAMEID.j1�$��Sulxonsultancs or votunbeers;.or stiind in an unbroken chaia ofooVerage axcess of the scheduled underiyin8 3�ima�' oovp,�8t Li`eithel ave�it, any other iasurance � m+�apaiard by the OWNBR,or any orher insur�;t}ils olxbed or sp�wuuad o$'icers, oCficials eag�IoYene, sutiruasvltants or wlrmtCers shall be in tarcas of this insurance and sliall aot coatribute with it ` ; �BVERAi,$,�LI1'Y(JtP'nVTFItBST. The j�ustoo of more than oae lns�ued upder ttiis policy�i's!1 n4t effxt fhe iights`b�any lnsuned 0s respects eny ctaim;suit or judgmenc mude oi b "; or fa an oiber ZnsWed or by rx for any employee of any ntha Insured. This ic skrll ��°� y � maaner as throagh e separate pnliey had been issued te each,excP,pt tiiaz aodting herein�hall ope�ra� increese N�aompany's liab�}iry beyond t6e aaaaat a"emewnta for whrch d,e�ompday would have bcen liable t�d anly one 3c�ared lieto nattKd � � � [.'ANC:S�.LATIWY,N077CE. T4e uuuraac� ai'tbrded by thia polic;y shal! ewt be s�cspende'd; vv�ded, canceled,ntlucetl ta oovarage or�n litnila e�ccept after FOR'T'Y-FIV�(4�)days'}xioe written aotice by f caitified c�i!rtturp. t�guested has troeu givea tn tha dWNER. Sueh no�cw�sh�ll be addteSaed m(a) die OV✓NER and ib��NTi2AC1Y)R: � , �� CLu�IM 1tEPORT[NG. The pWNER has no obliKeport to xt + Cckd w4tk�he OWIdHR � �ccumaces unleEc a cEa�m has been -------^. � 6 A6GR�;GA,TE LIMIT. Tha CiFneral A88�8ate Liati[�Limits of lncu�ance appiites separuely[o the � above uim�.�eaimact fa tht abo��named t1WNBi2 � (t� �.,� ���C.i �� �� � ,a�, ���� , ��$���� , ' ,.-,.- _ , ;.. . ,..,. . :���_.., �. . _ -.. �..�,:, ,� � ,�,� ��; �� „� � <�� � ��,. ; ,� � �� � � �.,� ,. .,��, » . _,. nrv.. . � �_ �.,,,., ' . ._ _ � — Iolrsue�v�usaaeo.w+.sa.�cwblewnrmuYcr�GirLva �� .. -- ��t��17 S I � � , � � r � r ` � r � THIS PAGE INTENTIONALLY LEFT BLANK � �r. i. �. v �. � � � `. � 201�Street Patch And Oveday With Curb Ramps Project CAG 17-094 ]�/Iay 2Q 17 � � �.�� t ',� �.��r J�� "' CtTY OF RENTON FAIR PRACTICES POLICY � CPM Development AFFIDAVIT OF COMPLIANCE � Corporation DBA ICON Materials hereby confirms and declares that: ` (Name of contractor/subcontractor/consultant) I. It is the policy of the above-named contractor/subcontractor/consultant, to offer equal �. opportunity to all qualified employees and applicants for empioyment without regard to their ,,,� race; religion/creed; national origin; ancestry; sex; the presence of a physical, sensory, or mental disability; age over 40; sexual orientation or gender identity; pregnancy; HIV/AIDS and Hepatitis C � status; use of a guide dog/service animal; marital status; parental/family status; military status; ,� or veteran's status. II. The above-named contractor/subcontractor/consultant complies with ali applicable federal, r state and locai laws governing non-discrimination in empioyment. � III. When applicable, the above-named contractor/subcontractor/consultant will seek out and t �„ negotiate with minority and women contractors for the award of subcontracts. �o� �lplN6�ie- � Print Agent/Representative's Name :� � a�vi c e �P Pr' nt/Representative's itle �. ---5 � ' , Agent/Representative Signature � _b�2�s�17 Date Signed v Instructions: This document MUST be completed by each contractor, subcontractor, consultant and/or i,. supplier. Include or attach this document(s) with the contract. r � r. CITY OF RENTON CONTRACT CAG-17-094 �. CPM Dev��iL� SPACE ENTRY PROGRAM AFFADAVIT Corporation `' DBA ICON Materials hereby confirms and declares that it: (Name of contractor) 1. will be responsible for following all confined space requirements established by the provisions in WAC 296-809 and its chapters, will coordinate entry operations with the City of Renton when � employees from the contractor will be warking in or near City confined spaces, and will communicate with the City regarding confined space entry operations exclusively through the City's assigned construction inspector and/or the City's project manager. � 2. will discuss its intended entry operations with the City of Renton Public Works contact including the program followed during confined space entry and will debrief the City on any hazards r. confronted or created at the completion of entry operations. 3. will place signs stating, "Danger, Follow Confined Space Entry Procedure Before Entering"at ` each confined space to be entered, and will never leave the confined space open and unattended. � f�o�B ���AiN6F2 �, Print Agent/Representative's Name G�I�I�A� �iYl��clg�ER- ��P �. P � ent/Representative's Title I � � Zs / � Agent/Representative ignature Date Signed � Instructions: This document MUST be completed and submitted by the contractor prior to starting work on this contract. � �. L � � 2017 Street Patch and Overlay Confined Space Entry Program Affidait � V. Contract Specifications City of Renton � � rr � Mrr r � .r V CONTRACT SPECIFICATIONS � ` �. �. �. �. .. 2017 Street Patch and Overlay with Curb Ramps r � � SPECIAL PROVISIONS � � � � � � � � � � � :� � � � � City of Renton — 2017 Street Patdi And Overlay with Curb Ra�nps May 2017 � � ProjectNo.CAG-17-094 � � r. � ir � � M� � THIS PA GE INTENTIONALL Y LEFT BLANK r. �. t �r b �r. �r Mr � i�r r � City of Renton—2017 Street Patch And Overlay May 2017 with Curb Ramps ir � r SPECIAL PROVISIONS IntroductionTo The Special Provisions....................................................................................... 1 � 1-01 DEFINITIONS AND TERMS.............................................................................................2 1-01.3 Definitions...................................................................................................................... 2 • 1-02 BID PROCEDURES AND CONDITIONS....................................................................... 4 � 1-02.1 Prequalification of Bidders.............................................................................................. 4 .. 1-02.2 Plans and Specifications.............................................................................................. 4 1-02.5 Proposal Forms............................................................................................................ 5 1-02.6 Preparation of Proposal................. � .............................................................................. 5 1-02.6(1) Proprietary Information........................................................................................... 5 1-02.7 Bid Deposit.................................................................................................................. 6 � 1-02.9 Delivery of Proposal........................................................................................................ 6 1-02.12 Public Opening of Proposals................................................................................... 7 � 1-02.13 Irregular Proposals................................................................................................... 7 � 1-02.14 Disqualification of Bidders...................................................................................... 7 1-02.15 Pre Award Information............................................................................................ 9 1-03 AWARD AND EXECUTION OF CONTRACT 9 "� ............................................................... 1-03.3 Execution of Contract.................................................................................................. 9 1-03.4 Contract Bond.............................................................................................................. 10 � 1-04 SCOPE OF WORK........................................................................................................... 11 � 1-04.2 Coordination of Contract Documents,Plans, Special Provisions,Specifications,and Addenda 10 "' 1-OS CONTROL OF WORK.................................................................................................... 12 1-05.4 Confornuty With and Deviation from Plans and Stakes............................................ 12 � 1-05.5 Contractor Provided As-Built Information................................................................ 15 1-05.7 Removal of Defective and Unauthorized Work......................................................... 16 � 1-05.11 Final Inspection..................................................................................................... 16 1-05.11 Final Inspections and Operational Testing............................................................ 16 � 1-05.11(1) SubstantialCompletionDate............................................................................. 17 � 1-05.11(2) Final Inspection and Physical Completion Date................................................ 17 1-05.11(3) OperationalTesting............................................................................................ 18 1-05.11(3) Operational Testing............................................................................................ 18 ,nr 1-05.13 Superintendents,Labor and Equipment of Contractor.......................................... 18 1-05.14 Cooperation With Other Contractors..................................................................... 18 '° 1-05.15 Method of Serving Notices.................................................................................... 19 .■ 1-05.16 Water and Power.................................................................................................... 19 1-05.17 Oral Agreements.................................................................................................... 19 � 1-06 CONTROL OF MATERIAL............................................................................................ 19 1-06.1 Approval of Materials Prior to Use.............................................................................. 19 1 � � � City of Renton-2017 Street Patch And SP i Special Provisions Overlay with Curb Ramps May 2017 Pmier.t Nn CA(;-17-(194 � � 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC.......................20 � 1-07.1 Laws to be Observed................................................................................................. 20 1-07.2 Sales Tax....................................................................................................................... 20 1-07.7 Load Limits............................................................................................................... 19 ,�. 1-07.13 Contractor's Responsibility for Work.................................................................... 22 1-07.13(1) General.............................................................................................................. 22 1-07.15 Temporary Water Pollution/ErosionControl......................................................... 22 � 1-07.15(1) Spill Prevention,Control and Countermeasures Plan........................................ 22 1-07.17 Utilities and Similar Facilities............................................................................... 23 1-07.17(3) Interruption of Services..................................................................................... 24 "' 1-07.18 Public Liability and Property Damage Insurance........................................................ 24 1-07.18 Insurance..................................................................................................................... 23 � 1-07.18(5)F Excess or Umbrella Liability............................................................................ 26 1-07.23(1) Construction Under Traffic.................................................................................... 28 1-07.23(1) ConstructionUnderTraffic................................................................................ 28 ,,. 1-07.24 Rights of Way........................................................................................................ 30 1-08 PROSECUTION AND PROGRESS................................................................................ 31 ` 1-08 Prosecution and Progress................................................................................................. 31 1-08.0 Preliminary Matters................................................................................................... 32 1-08.0(1) Preconstruction Conference...................................................................................... 32 •„ 1-08.0(2) Hours of Work.......................................................................................................... 32 1-08.0(3) Reimbursement for Overtime Wark of Contracting Agency Employees..........33 1-08.4 Notice to Proceed and Prosecution of the Work........................................................ 33 � 1-08.5 Time for Completion................................................................................................. 33 1-08.7 Maintenance During Suspension............................................................................... 34 1-08.9 Liquidated Damages..................................................................................................... 35 r 1-09 MEASUREMENT AND PAYMENT............................................................................... 35 1-09.6 ForceAccount............................................................................................................ 37 i1-09.7 Mobilization.............................................................................................................. 37 1-09.9 Payments................................................................................................................... 3 8 1-09.13(3)A Administration of Arbitration........................................................................ 39 r 1-10 TEMPORARY TRAFFIC CONTROL........................................................................... 39 1-10.2(2) Traffic Control Plans............................................................................................. 39 +r 1-10.3 Traffic Control Labor,Procedures and Devices........................................................ 41 1-10.3(1)C Uniformed Police Officer....................................................................................... 41 1-10.3(3)A Construction Signs............................................................................................. 41 r1-10.5 Payment..................................................................................................................... 42 1-11 RENTON SURVEYING STANDARDS.......................................................................... 42 � 1-11.1(1) Responsibilityforsurveys..................................................................................... 42 1-11.1(2) Survey Datum and Precision................................................................................. 42 1-11.1(3) SubdivisionInformation........................................................................................ 43 � City of Renton- 2017 Street Patch Md SP ii Special Provisions Overlay with Curb Ramps May 2017 �, Pmiect Nn CAC�-17-�94 � 1-11.1(4) FieldNotes............................................................................................................. 43 1-11.1(5) Corners and Monuments........................................................................................43 1-11.1(6) Control or Base Line Survey................................................................................. 44 �` 1-11.1(7) Precision Levels..................................................................................................... 44 1-11.1(8) Radial and Station--Offset Topography............................................................... 44 r 1-11.1(9) Radial Topography................................................................................................ 45 1-11.1 10 Station--Offset To o ra h ............................ 45 9 � ) Pg PY ................................................... 1-11.1(11) As-Built Survey................................................................................................. 45 „�, 1-11.1(12) Monument Setting and Referencing.................................................................. 45 1-11.2 Materials.................................................................................................................... 46 1-112(1) Property/LotCorners............................................................................................. 46 ..� 1-11.2(2) Monuments............................................................................................................ 46 1-11.2(3) Monument Case and Cover................................................................................... 46 1-11.5 Payment..................................................................................................................... 46 """ END OF DIVISION 1.................................................................................................................. 46 � 2-02 REMOVAL OF STRUCTURE AND OBSTRUCTIONS............................................... 47 � 2-02.3(3) Removal of Pavement, Sidewalks,and Curbs....................................................... 47 2-02.4 Measurement............................................................................................................. 47 � 2-02.5 Payment..................................................................................................................... 47 END OF DIVISION 2.................................................................................................................. 47 � �.rr 5-04 HOT MIX ASPHALT...................................................................................................... 48 ENDOF DIVISION 5.................................................................................................................. 52 7-OS MANHOLES,INLETS,AND CATCH BASINS........................................................52 " ENDOF DIVISION 7.................................................................................................................. 52 .� 8-09 RAISED PAVEMENT MARKERS................................................................................ 54 8-14 CEMENT CONCRETE SIDEWALKS ......................................................................... 55 � 8-20 ILLiTMINATION,TRAFFIC SIGNAL SYSTEMS,AND ELECTRICAL..............57 8-20.3(14)C Induction Loop Vehicle Detectors....................................................................... 57 ! 8-20.3(14)D Test for Induction Loops and Lead-in Cable...................................................... 57 8-22 PAVEMENT MARKING................................................................................................ 57 ..r 8-23 TEMPORARY PAVEMENT MARKINGS................................................................... 57 8-23.5 Payment..................................................................................................................... 57 , 8-50 TRENCH RESTORATION AND STREET OVERLAY REQUIREMENTS............ 58 � ENDOF DIVISION 8.................................................................................................................. 62 DIVISION 9—MATERIALS ............................ 62 " ......................................................................... 9-02 BITUMINOUS MATERIALS ................................................................................... 62 9-02.1(10) Loop Sealant(RC).......................................................................................... 62 � 9-03 AGGREGATES............................................................................................................... 62 , 9-03.8(7) HMATolerances and Adjustments....................................................................... 62 .r City ofRenton-2017 Street Patch And SP vi Special Provisions Overlay With Curb Ramps May 2017 Pr�iect No.CAC;-17-094 r w. 9-OS DRAINAGE STRUCTURES,CULVERTS,AND CONDUITS................................. 63 9-05.15 Metal Castings....................................................................................................... 63 � 9-23 CONCRETE CURING MATERIALS AND ADMIXTURES.................................... 63 � 9-23.9 Fly Ash(RC) ............................................................................................................. 63 9-29 ILLUMINATION,SIGNALS,ELECTRICAL............................................................ 63 � 9-29.3(2)F DetectorLoop Wire............................................................................................... 63 ENDOF DIVISION 9.............................................................................................................. 63 � � � � Mr �r � M� � Ir � i1�1 � � Ciry of Renton-2017 Street Patch And SP vi Special Provisions Overlay With Curb Ramps May 2017 �, Proiect No.CAC',-17-094 � SPECIAL PROVISIONS � Introduction To The Special Provisions (July 31, 2007APWA GSP) ~ Supplement ,� The work on this project shall be accomplished in accordance with the Standard Specifications �' for Road, Bridge and Municipal Construction, 2016 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 date of the GSP and its source,as follows: (May 18, 2007 APWA GSP) " � (August 7, 2006 WSDOT GSP) (******) (Special .r Provision) Also incorparated into the Contract Documents by reference are: � • Manual on Uniform Tra�c 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 Contractor shall obtain copies of these publications,at Contractor's own expense. .. � � � 1 � � � ,,,. DIVISION 1 — GENERAL REQUIREMENTS 1-Ol DEFINITIONS AND TERMS r 1-01.3 Definitions (September 12, 2008 APWA GSP) Revision �w This Section is supplemented with the following: � All references in the Standard Specifications to the terms "State", "Department of Transportation", "Washington State Transportation Commission", "Cominission", "Secretary of Transportation", "Secretary", "Headquarters", and "State Treasurer" shall be revised to read "Contracting Agency". � All references to "State Materials Laboratory" shall be revised to read "Contracting Agency designated location". � The venue of all causes of action arising from the advertisement, award, execution, and performance of the contract shall be in the Superior Court of the County where the Contracting �, Agency's headquarters are located. Additive � A supplemental unit of work or group of bid items, identified separately in the 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 proposal, rw from which the Contracting Agency may make a choice between different methods or material of construction for perfornung the same work. ,,,� 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. Dates � Bid Opening Date � The date on which the Contracting Agency publicly opens and reads the bids. Award Date r The date of the formal decision of the Contracting Agency to accept the lowest � 2 `r � 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. ""' Substantial Completion Date ui The day the Engineer detern-unes the Contracting Agency has full and unrestricted use and benefit of the facilities, both from the operational and safety standpoint, and only � minor incidental work, replacement of temporary substitute facilities, or correction or repair remains for the physical completion of the total contract. � Physical Co�ipletion Date .r The day all of the wark 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. "'� Conipletion Date � The day all the work specified in the contract is completed and all the obligations of the Contractar under the contract are fizlfilled 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. ,� Notice of Award � The written notice from the Contracting Agency to the successful bidder signifying the � Contracting Agency's acceptance of the bid. .., Notice to Proceed .r 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. .ri , 3 � � r � 1-02 BID PROCEDURES AND CONDITIONS � 1-02.1 Prequalification of Bidders Delete this Section and replace it with the following: r 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 �` (October 1, 2005 APWA GSP) Delete this section and replace it with the following: r 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. r After award of the contract,plans and specifications will be issued to the Contractor at no cost as detailed below: .. To Prime Contractor No. of Sets Basis of Distribution Reduced plans (11" x 17") 10 Furnished automatically upon � and Contract Provisions award. Large plans (e.g., 22" x 34") 2 Furnished only upon request. ""' and Contract Provisions � r � �. � � r 4 � � Additional plans and Contract Provisions may be purchased by the Contractor by payment of the „ cost stated in the Call for Bids. 1-02.5 Proposal Forms � (October 1, 2005 APWA GSP) � Delete this section and replace it with the following: � At the request of a bidder, the Contracting Agency will provide a proposal form for any project on which the bidder is eligible to bid. The proposal form will identify the project and its location and describe the wark. It will also list estimated quantities, units of +rr measurement, the items of wark, 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 D/M/WBE commitment,if applicable; a State � of Washington Contractor's Registration Number; and a Business License Number,if r 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 forms unless otherwise specified. � Any correction to a bid made by interlineation, alteration, or erasure, shall be initialed by the signer of the bid. The bidder shall make no stipulation on the Bid Form, nor qualify the bid in � any 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 D/M/WBE 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 D/W/MBE requirements are to be satisfied through such an agreement. 1-02.6 Preparation of Proposal „� (October 10, 2008 APWA GSP) , Supplement the second paragraph with the following: r 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. �, 1-02.6(1) Proprietary Information (City of Renton GSP) New Section "� � 5 � � a. 1-02.6(1)is an added new section: Ib 1-02.6(1) Proprietary Information � Vendors should, in the bid proposal, identify clearly any material(s) which constitute "(valuable) formula, designs drawings, and research data" so as to be exempt from public disclosure, RCW 42.17.310, or any materials otherwise claimed to be exempt, along with a Statement of the basis for such claim of exemption. The Department (or State) will give "'� notice to the vendor of any request for disclosure of such information received within 5 (five) years from the date of submission. Failure to so label such materials or failure to timely respond after notice of request for public disclosure has been given shall be deemed a waiver � by the submitting vendor of any claim that such materials are,in fact, so exempt., 1-02.7 Bid Deposit � (October 1, 2005 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; r. 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 the 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. 1-02.9 Delivery of Proposal r. (January 24, 2011 APWA GSP) r. 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 Advertisement for Bids clearly marked on the outside of the "' envelope, or as otherwise required in the Bid Documents, to ensure proper handling and delivery. � The Contracting Agency will not consider Proposals it receives after the time fixed for opening Bids in the call for Bids. � 6 flr i � r 1-02.12 Public Opening of Proposals ,,,, (City ofRenton GSP) Supplement Section 1-02.12 is supplemented with the following: � �******� , The Contracting Agency reserves the right to postpone the date and time for bid opening. Notification to bidder will be by addenda. �"' 1-02.13 Irregular Proposals (March 25, 2009 APWA GSP) « Revise item 1 to read: � 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 deternuned from the Bid Proposal; "� £ 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; � h. The Bidder fails to submit or properly complete a Disadvantaged, Minority or Women's Business Enterprise Certification, if applicable, as required in Section 1- '� 02.6; � i. The Bid Proposal does not constitute a definite and unqualified offer to meet the material terms of the Bid invitation;or � j. More than one proposal is submitted for the same project from a Bidder under the same or different names. 1-02.14 Disqualification of Bidders "'� (March 25, 2009 APWA GSP, Option B) � Delete this Section and replace it with the following: A Bidder will be deemed not responsible if: � 1. the Bidder does not meet the mandatory bidder responsibility criteria in RCW 39.04.350(1),as amended;or r 2. evidence of collusion exists with any other Bidder or potential Bidder. Participants 7 � � � �. in collusion will be restricted from submitting further bids; or "" 3. the Bidder, in the opinion of the Contracting Agency, is not qualified for the work or to the full extent of the bid, or to the extent that the bid exceeds the authorized prequalification amount as may have been deternuned by a prequalification of the � Bidder; or 4. an unsatisfactory performance record exists based on past or current Contracting Agency work or for work done for others, as judged from the standpoint of conduct ""' of the work; workmanship; or progress; affirmative action; equal employment opportunity practices; termination for cause; or Disadvantaged Business Enterprise, Minority Business Enterprise,or Women's Business Enterprise utilization; or 1rr 5. there is uncompleted work (Contracting Agency or otherwise), which in the opinion of the Contracting Agency might hinder or prevent the prompt completion of the work bid upon; or rw 6. the Bidder failed to settle bills for labor or materials on past or current contracts, unless there are extenuating circumstances acceptable to the Contracting Agency; or �+ 7. the Bidder has failed to complete a written public contract or has been convicted of a crime arising from a previous public contract, unless there are extenuating circumstances acceptable to the Contracting Agency; or "' 8. the Bidder is unable, financially or otherwise, to perform the work, in the opinion of the Contracting Agency; or y� 9. there are any other reasons deemed proper by the Contracting Agency. As evidence that the Bidder meets the bidder responsibility criteria above, the apparent two lowest Bidders must submit to the Contracting Agency within 24 hours of the bid submittal "' deadline, documentation (sufficient in the sole judgment of the Contracting Agency) demonstrating compliance with all applicable responsibility criteria, including all documentation specifically listed in the supplemental criteria. The Contracting Agency � reserves the right to request such documentation from other Bidders as well, and to request further documentation as needed to assess bidder responsibility. ir,. The basis for evaluation of Bidder compliance with these supplemental criteria shall be any documents or facts obtained by Contracting Agency (whether from the Bidder or third parties) which any reasonable owner would rely on for deterniining such compliance, ,� including but not limited to: (i) financial, historical, or operational data from the Bidder; (ii) information obtained directly by the Contracting Agency from owners for whom the Bidder has warked, ar 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 deternunes 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 deterniination, it may appeal the determination within 24 hours of receipt of the Contracting � Agency's determination by presenting its appeal to the Contracting Agency. The Contracting Agency will consider the appeal before issuing its final deternunation. If the final determination affirms that the Bidder is not responsible, the Contracting Agency will not r. execute a contract with any other Bidder until at least two business days after the Bidder determined to be not responsible has received the final determination. .. 8 1�r � � r� .. 1-02.15 Pre Award Information (October 1, 2005 APWA GSP) ..r Revise this section to read: Befare 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, .�r 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, ,�, 6. Obtain, and furnish a copy of, a business license to do business in the city or county where the wark is located. .r 7. A copy of State of Washinpton Contractor's Registration,or � 8. Any other information or action taken that is deemed necessary to ensure that the �' bidder is the lowest responsible bidder. .ri 1-03 AWARD AND EXECUTION OF CONTRACT 1-03.1 Consideration of bids � Section 1-03.1 is supplemented with the following: �******� � All bids will be based on total sum of all schedules of prices. No partial bids will be accepted unless so stated in the call for bids or special provisions. The City reserves the +� right however to award all or any schedule of a bid to the lowest bidder at its discretion. 1-03.2 Award of Contract "� Section 1-03.2 is supplemented with the following: ��:*****� � The contract, bond form, and all other forms requiring execution, together with a list of all other forms or documents required to be submitted by the successful bidder, will be forwarded to the successful bidder within 10 days of the award. The number of copies to be � executed by the Contractor shall be determined by the Contracting Agency. � 1-03.3 Execution of Contract (October 1, 2005 APtiVA GSP) � Revise this section to read: '� 9 � � r ,,,. Copies of the Contract Provisions, includin�the unsi�ned Form of Contract, will be available for signature by the successful bidder on the first business da_y following award. The number of copies to be executed by the Contractor will be determined by the Contracting A�� � Within 10 (ten) 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 the calendar days after the award date stated above, the „� Contracting Agency may grant up to a maximum of 10 (ten) additional calendar days for return of the documents, provided the Contracting Agency deems the circumstances warrant it. � 1-03.4 Contract Bond (October 1, 2005 APWA GSP) rn Revise the first paragraph to read: The successful bidder shall provide an executed contract bond for the full contract amount. " This contract bond shall: 1. Be on a Contracting Agency-furnished form; r. 2. Be signed by an approved surety(or sureties)that: �. a. Is registered with the Washington State Insurance Commissioner,and b. Appears on the current Authorized Insurance List in the State of Washington � published by the Office of the Insurance Commissioner, 3. Be conditioned upon the faithful performance of the contract by the Contractor within the prescribed time; w. 4. Guarantee that the surety shall indemnify, defend, and protect the Contracting Agency against any claim of direct or indirect loss resulting from the failure: � a. Of the Contractor (or any of the employees, subcontractors, or lower tier subcontractors of the Contractor)to faithfully perform the contract,or 1�r b. Of the Contractor (or the subcontractors or lower tier subcontractors of the Contractor) to pay all laborers, mechanics, subcontractors, lower tier � subcontractors, material person, or any other person who provides supplies or provisions for carrying out the work; ,� 10 Ir ilI i � 5. Be accompanied by a power of attorney for the Suret�s officer empowered to sign � the bond;and „„ 6. Be si n�y an officer of the Contractor empowered to sign official statements (sole proprietor or partner). If the Contractor is a corporation, the bond must be si ng ed by � the president or vice-president, unless accompanied by written proof of the authoritX of the individual si�nin� the bond to bind the corporation (i.e., corporate resolution, ., power of attornev or a letter to such effect by the president or vice-presidentl. .� 1-04 SCOPE OF WORK Section 1-04 is supplemented by adding the following: � �******� � The intent of the contract covered bv these specifcations is to nr'ovide a niinimuni of 2 i�iches cOTl2pacted depth ofHMA Class %"PG 64-22 asnhalt concrete pavement at various locations, which are shown on tlze attached drawinQs. Channeli ation sliall be installed on some of these +� streets per plans.Iltilitv castifi,�s slzall be adiusted to tlze new overlav. All work re9uired to con2plete the proiect speci�ed herein, but not sneci�cally nientioned on the plans and specifications, shall be verfornied by the co�itractor and shall be considered as incidental to the "'r construction, and all costs therefore shall be included in the unit contract price. Due to restrictions some portions of this contract mav be deleted or added. � � There must, at all times, be niaterials on tlie iob site to handle anv and all hazardous material � spi[ls, caused bv the coratractor,sucli as tack, oils, diesel, etc.. Materials would include, but not be linzited to, oil absorbent nads and "kittv litter". The Contractor must supplv said materials at his expense and, in the event of a spill, be responsible for nroper cleanun and le�al disnosal of .rM contaminated or ha7ardous niateria[s. � .rt The Contractor niust contact the Citv's inspector bv 7:DD a.m. each nzorninQ to i»form him when °� and where the contractor's crew will be workinQ that dav. � 1-04.2 Coordination of Contract Documents, Plans, Special Pro�isions, Specifications, '� and Addenda (October 1, 2005 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): l. Addenda, .� 2. Proposal Form, 11 � � � 3. Special Provisions,including APWA General Special Provisions,if thev are included, .. 4. Contract Plans, 5. Amendments to the Standard Specifications, � 6. WSDOT Standard Specifications for Road,Brid�e and Municipal Construction, � 7. Contractin�gency's Standard Plans(if any�, and �" 8. WSDOT Standard Plans for Road,Bridge,and Municipal Construction. � 1-OS CONTROL OF WORK 1-05.4 Conformity With and Deviation from Plans and Stakes �., (WSDOT GSP,April 7, 2008) Supplement Section 1-05.4 is supplemented with the following: � Contractor Surveying-Roadwa,y Copies of the Contracting Agency provided primary survey control data are available for the r'�' bidder's inspection at the office of the Project Engineer. The Contractor shall be responsible for setting, maintaining, and resetting all alignment stakes, r• slope stakes, and grades necessary for the construction of the roadbed, drainage, surfacing, paving, channelization and pavement marking, illumination and signals, guardrails 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. ` 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: r,. l. 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 coardinates 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 � 12 Irr � 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. 'r' 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 �0 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. � 7. Establish intermediate elevation benchmarks as needed to check work throughout the proj ect. � 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. The Contractor shall collect additional topographic survey data as needed in order to � match into existing roadways such that the transition from the new pavement to the existing pavement is smooth and that the pavement and ditches drain properly. If changes � to the profiles or roadway sections shown in the contract plans are needed to achieve proper smoothness and drainage where matching into existing features, the Contractor shall submit these changes to the Project Engineer for review and approval 10 days prior � to the beginning of wark. k �rr 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 proj ect length.Primary control points will be described by reference to the project alignment and the coordinate system and elevation datum utilized by the proj ect.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 proj ect. The Contractor shall ensure a surveying accuracy within the following tolerances: � 13 � � r�r Vertical Horizontal *� �0.10 feet f0.10 feet f0.01 feet f0.5 feet(parallel to � alignment) _ �0.1 feet(normal to alignment) � N/A N/A f0.1 feet f0.01 feet f0.04 feet +1w �0.5 feet (parallel to alignment) Slope stakes t0.1 feet "' Subgrade grade stakes set 0.04 (normal to alignment) feet below grade f0.01 feet � f0.2 feet (parallel to alignment) Stationing on roadway f0.1 feet ,,., Alignment on roadway (normal to alignment) Surfacing grade stakes r. Roadway paving pins for '� surfacing or paving �rw 1r ` � � i� Iw 14 � I�r � 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 accuracytolerances. y� 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 in accordance with Section 1-04.1 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. .r 1-05.5 Contractor Provided As-Built Information (Ciry ofRenton GSP) New Section � Section 1-05.5 is a new section: �******� � 1-0�.5 Contractor Provided As-Built Information + It shall be the Contractor's responsibility to record the location prior to the backfilling of the trenches, by centerline station, offset, and depth below pavement, of all existing utilities � uncovered or crossed during his work as covered under this project. � It shall be the Contractor's responsibility to have his surveyor locate by centerline station, offset � and elevation each major item of work done under this contract per the survey standard of Section 1-1 l. Major items of work shall include but not be limited to: Manholes, Catch basins and Inlets, Valves, vertical and Horizontal Bends, Junction boxes, Cleanouts, Side Sewers, Street Lights & � Standards, Hydrants, Major Changes in Design Grade, Vaults, Culverts, Signal Poles, Electrical Cabinets. � After the completion of the work covered by this contract, the contractors surveyor shall provide to the City the hard covered field book(s) containing the as-built notes and one set of white prints � 15 �„ � 1yr of the project drawings upon which he has plotted the notes of the contractor locating existing +•� utilities, and one set of white prints of the project drawings upon which he has plotted the as-built location of the new work as he recorded in the field book(s). This drawing shall bear the surveyors seal and signature certifying it's accuracy. � All costs for as-built work shall be included in the contract item "Roadway Surveying," lump � sum. �w 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 �rr notice, with Contracting Agency farces 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 deterniines 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 r 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, ar 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. 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 FinalInspection � Delete this section and replace it with the following: � rr 1-05.11 Final Inspections and Operational Testing (October 1, 2005 APWA GSP) � �r 16 ` � 1-05.11(1) Substantial Completion Date (October 1, 2005 APWA GSP) "� 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 w Substantial Completion Date unilaterally. If, after this inspection, the Engineer concurs with the Contractar 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 therefore. 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. .r� 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 until physical completion of the listed deficiencies. This process will continue until the Engineer is satisfied the listed deficiencies have been corrected. 'r ar 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. , 17 � � r 1-05.11(3) Operational Testing a. 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 a manufacturer's guaranties or warranties furnished under the terms of the contract. 1-05.11(3) Operational Testing .. (City of Renton GSP) Supplement Section 1-05.11(3)is supplemented as follows: r. �****�*� Unless otherwise noted in the Contract Documents, Contractor shall give Engineer a minimum of 3 working days' notice of the time for each test and inspection. If the inspection is by another .. authority than Engineer, Contractor shall give Engineer a minimum of 3 working days' notice of the date fixed for such inspection. Required certificates of inspection by other authority than Engineer shall be secured by Contractor. � 1-05.13 Superintendents,Labor and Equipment of Contractor (March 25, 2009 APWA GSP) .. Revise the seventh paragraph to read: � Whenever the Contracting Agency evaluates the Contractor's �ualifications pursuant to Section 1-02.14, it will take these performance reports into account. .. 1-05.14 Cooperation With Other Contractors (Special Provision) Supplement � Supplement Section 1-05.14 with the following: �******� �, 18 rrr � The Contractor shall coordinate with King County Metro Transit when working on this project in � the public right-of-way and when impacting transit routes and/or facilities. The Contractor shall prepare and submit the appropriate construction notification documentation for King County Metro Transit and provide copies of such documentation to the Engineer. The documentation � may be found at: http://www.kingcounty�gov/trans�ortation/kcdot/MetroTrailsit/Construction.aspx � � 1-05.15 Method of Serving Notices (Special Provision) Revise .r1 Revise the second paragraph to read: All correspondence from the Contractar shall be directed to the Project Engineer. All � correspondence from the Contractor constituting any notification, notice of protest, notice of dispute, or other correspondence constitutin� notification required to be furnished under the �' Contract, shall be in paper format, hand delivered or sent via mail delivery service to the .r Project En�ineer's office. Electronic copies such as e-mails or electronically delivered co_pies of correspondence will also constitute such notice and shall comply with the requirements of the Contract. � � 1-05.16 Water and Power � (October 1, 2005 APWA GSP) New Section The Contractor shall inake 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. 1-05.17 Oral Agreements .rt (October 1, 2005 AWPA GSP) New Section No oral agreement or conversation with any officer, agent, or employee of the Contracting � Agency, either before or after execution of the contract, shall affect or modify any of the terms or obligations contained in any of the documents comprising the contract. Such aral agreement or � conversation shall be considered as unofficial information and in no way binding upon the Contractin A enc unless subse uentl ut in writin and si ned b the Contractin A enc ' g g Y, 9 Y P g g Y g g Y• 1-06 CONTROL OF MATERIAL � 1-06.1 Approval of Materials Prior to Use ' (Special Provision) Supplement .. Section 1-06.1 is supplemented as follows: �******� r The materials and equipment lists submitted to Engineer at the Preconstruction Conference shall include the quantity, manufacturer and model number, if applicable, of materials and equipment w�l to be installed under the Contract. This list will be checked by Engineer as to confornuty with the � 19 � � r Contract Documents. Engineer will review the lists within 10 working days, noting required as corrections. Contractor shall make required corrections and file 2 corrected copies with Engineer within one week after receipt of required corrections. Engineer's review and acceptance of the lists shall not relieve Contractar from responsibility for suitability for the intended purpose, nor « far deviations from the Contract Documents. � 1-07 LEGAL RELATIONS AND RESPONSISILITIES TO THE PUBLIC 1-07.1 Laws to be Observed r,�, (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. � 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). Irr The Contractar 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 ,r establish, publish, and make known to all employees, procedures for ensuring immediate removal to a hospital, or doctor's care, persons, including employees, who may have been injured on the project site. Employees should not be pernutted 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 doctar'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, ar 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. i 1-07.2(3) Services The Contractar 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). +�. �r.r 1-07.7 Load Limits � 20 ` � (WSDOT GSP, March 13, 1995) Supplement Section 1-07.7 is supplemented with the following: "�' 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. ., 1-07.13 Contractor's Responsibility for Work � 1-07.13(1) General (Special Provision) Modification ..t Delete the second paragraph of this section,and replace with the following: � �**�x***� Contractor shall bear the risk of loss or damage, for any reason, to all finished or partially '� finished work until Final Acceptance of the entire Contract. This includes all vandalism, .., theft,and acts of God or nature. 1-07.15 Temporary Water Pollution/Erosion Control � (Special Provision) Supplement �****�*� � In accordance with the Department of Ecology guidelines, wastewater from cement concrete, masonry, asphalt concrete cutting or any other operations shall not be discharged into storm � drainage systems or surface waters. Wastewaters from cutting operations increase the pH of � streams and lakes. Therefore, filtering prior to discharge is NOT acceptable. Wastewater shall be collected using a vacuum or pump and deposited into dnzms for disposal. „� Impervious surfaces contaminated with sediment and grit from cutting, planning or pulverizing operations shall be cleaned to prevent contaminants from ever entering the storm drainage system � or surface waters. �, The Temporary Erosion and Sediment Control Plan shall be incorporated in the Erosion/Water Pollution Control bid item and no additional payment shall be made. � 1-07.15(1) Spill Prevention,Control and Countermeasures Plan (Special Provision) Supplement �, �******� � The Contractor shall provide a spill prevention, control and countermeasures (SPCC) plan that is �„� applicable to any Contractor-supplied equipment or materials used during the course of this project.An SPCC plan template is show at the following website: +ri htt��://www.wsdot.wa.gov/NR/rdonlyres/3E7B226B-3C79-4CFF-933A- FSED 1922AEB0/0/SPCCPIanTemplate.pdf � 1-07.17 Utilities and Similar Facilities ,� 21 � � w (WSDOT GSP,April 2, 2007) Supplement � Section 1-07.17 is supplemented with the following: Locations and dimensions shown in the Plans far existing facilities are in accordance ,.. with available information obtained without uncovering,measuring,or other verification. The following addresses and telephone numbers of utility companies known or suspected of havin facilities within the roject limits are su lied for the Contractor's convenience: � Verizon Contact: Michael Fullmer Verizon Services Operations Renton—Fire Dept. 11311 NE 120th St Contact: Corey Thomas � Kirkland,WA 98034 Phone: 425-430-7024 Phone: 206-409-1260 AT&T Renton—Information Services � (Fiber Optic in City ROW) (City owned Fiber Optic)Contact: Contact: Daniel McGeough Ron Hansen � AT&T Cable Maintenance Renton City Hall— 1 st Floor � 11241 Willows Rd NE,Suite 130 1055 South Grady Way Redmond,WA 98052 Renton,WA 98057 Phone: 425-896-9830 Phone: 425-430-6873 �' Century Link Renton—Surface water/Wastewater Dept. Contact: Dena Kludsikofsky Contact: Richard Marshall or Stan Job Field 23315 66th Ave S Maintenanne�Shops 3555 NE 2 Street ++� Kent,WA 98032 Renton,WA 98056 Phone: 206-345-0173 Phone: 425-430-7400 �, Comcast Cable Renton — Water Maintenance Dept. Contact: Bill Walker Contact: George Stahl or Gregg 4020 Auburn Way N Seegmiller Field Maintenance Shops Auburn,WA 98002 3555 NE 2nd Street � Phone: 253-288-7538 Renton,WA 98056 Phone: 425-430-7400 Puget Sound Energy-Power r Contact: Leslie Wright,206-793-4624 Municipal Construction Planning Dept.PO Renton—Police Dept. Box 97034 EST-11 W Contact: Kevin Milosevich,Chief � Bellevue,WA 98009 Phone: 425-430-7503 Phone: 425-462-3381 Cell: 206-240-2482 Puget Sound Energy—Gas 360 Networks � Pilchuck Contact: Joe Bangah PO Box 2579 2101 4th Ave Suite 2000 Kirkland,WA 98083-2579 Seattle,WA 98121 11I� Phone: 425-952-6235 Ext 156 Phone: 206-612-1073 Comcast Cable ing County Metro Contact: Bill Walker Contact: Richard Garcia or Jim `• 4020 Auburn Way North ost Auburn,WA 98002 1270 6th Ave South,MS-QS Phone: 206-255-6975 Seattle,WA 98134 ` 1�r 22 ` Public and private utilities, ar 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. However, no impacts to any franchise utilities are anticipated with this project. � 1-07.17(3) Interruption of Services .. (City of Renton GSP) New Section Section 1-07.17(3)is an added new section: ar �******� 1-07.17(3) Interruption of Services � Overhead lighting outages shall not exceed 24 hours. All cost to Contractor for providing temporary overhead lighting to meet above requirements shall be incidental to the various unit � and lump sum items of the Contract;no separate payment will be made. � 1-07.18 Public Liability and Property Damage Insurance � Delete this section in its entirety,and replace it with the following: � 1-07.18 Insurance New '� 1-07.18 Public Liability and Property Damage Insurance .. Section 1-07.18 is deleted replaced by the following new section and subsections: �******� 1-07.18(1) General � The Contractor shall obtain and maintain in full force and effect, from the Contract Execution Date to the Completion Date,public liability and property damage insurance with an insurance � company(ies) ar through sources approved by the State Insurance Commissioner pursuant to RCW 48. The Contractor shall not begin work under the Contract until the required insurance has been , obtained and approved by the Contracting Agency. Insurance shall provide coverage to the ,.,� Contractor, all subcontractors, Contracting Agency and the Contracting Agency's consultant. The coverage shall protect against claims for bodily injuries, personal injuries, including � accidental death, as well as claims for property damages which may arise from any act or omission of the Contractor or the subcontractor, or by anyone directly or indirectly employed by either of them. � If warranted work is required the Contractor shall provide the City proof that insurance coverage and limits established under the term of the Contract far work are in full force and �` effect during the period of warranty work. The Contracting Agency may request a copy of the actual declaration pages(s) for each „� insurance policy effecting coverage(s) required on the Contract prior to the date work commences. � Failure of the Contractor to fully comply during the term of the Contract with the requirements described herein will be considered a material breach of contract and shall be caused for immediate ternunation of the Contract at the option of the Contracting Agency. * 23 � � r �s All costs for insurance shall be incidental to and included in the unit or Lump Sum prices of the contract and no additional payment will be made. � 1-07.18(2) Coverages All coverage provided by the Contractor shall be in a form and underwritten by a company +� acceptable to the Contracting Agency. The City requires that all insurers: 1. Be licensed to do business within the State of Washington. 2. Coverage to be on an "occurrence" basis (Professional Liability and Pollution ` coverage are acceptable when written on a claims-made basis). The City may also require proof of professional liability coverage be provided for up to two (2) years after the completion of the project. „� 3. The City may request a copy of the actual declaration page(s) for each insurance policy affecting coverage(s) required by the Contract prior to the date work commences. 4. Possess a minimum A.M. best rating of AVII (A rating of A XII or better is 1r preferred.) If any insurance carrier possesses a rating of less than AVII, the City may make an exception. The City reserves the right to approve the security of the insurance coverage provided by the "" insurance company(ies),terms, conditions, and the Certificate of Insurance. Failure of the Contractor to fully comply during the term of the Contract with these � requirements will be considered a material breach of contract and shall be cause for immediate termination of the contract at the option of the City. The Contractor shall obtain and maintain the minimum insurance coverage set forth below. By Irr requiring such minimum insurance, the City of Renton shall not be deemed ar construed to have assessed the risks that may be applicable to the Contractor. The Contractor shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverage. r Coverage shall include: r A. Commercial General Liability - ISO 1993 Form or equivalent. Coverage will be written on an occurrence basis and include: • Premises and Operations (including CG2503; General Aggregate to apply per project, if applicable) � • Explosion, Collapse, and Underground Hazards. • Products/Completed Operations • Contractual Liability (including Amendatory Endorsement CG 0043 or equivalent which includes defense coverage assumed under contract) "" • Broad Form Property Damage • Independent Contractars • Personal/Advertising Injury • Stop Gap Liability � B. Automobile Liability including all • Owned Vehicles • Non-Owned Vehicles rr. • Hired Vehicles C. Workers'Compensation • Statutory Benefits (Coverage A) - Show Washington Labor & Industries Number � D. Umbrella Liability(when necessary) • Excess of Commercial General Liability and Automobile Liability. Coverage - should be as broad as primary. ,� 24 ir E. Professional Liability- (whenever the work under this Contract includes Professional � Liability, including Advertising activities) the (CONTRACTOR� shall maintain professional liability covering wrongful acts, errors and/ar omissions of the (CONTRACTOR� for damage sustained by reason of or in the course of operations � under this Contract. F. Pollution Liability - the City may require this coverage whenever work under this Contract involves pollution risk to the environment. This coverage is to include sudden and gradual coverage for third party liability including defense costs and completed operations. .n Contractor shall name City of Renton, and its officers, officials, agents, employees and volunteers as Additional Insured (ISO F�rm CG 2010 or equivalent). The Contractor shall provide City of Renton Certificates of Insurance prior to commencement of work. The City � reserves the right to request copies of insurance policies, if at their sole discretion it is deemed appropriate.Further, all policies of insurance described above shall: A. Be on a primary basis not contributory with any other insurance coverage and/or � self-insurance carried by City of Renton. B. Include a Waiver of Subrogation Clause. � C. Severability of Interest Clause (Cross Liability) � D. The Contractor shall provide the Contracting Agency and all Additional Insured's "' with written notice of any policy cancellation, within two business days of their receipt of such notice. E. 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. .. 1-07.18(3) Limits LIMITS REQUIRED r Providing coverage in these stated amounts shall not be construed to relieve the Contractor from liability in excess of such limits. The Contractor shall carry the following limits of liability as required below: "� � Commercial General Liabilitv General Aggregate* $2,000,000 ** Products/Completed Operations $2,000,000 ** � Aggregate Each Occurrence Limit $1,000,000 � Personal/Advertising Injury $1,000,000 � Fire Damage(Any One Fire) $50,000 � Medical Payments(Any One $5,000 Person) Stop Gap Liability $1,000,000 "� * General Aggregate to apply per project � (ISO Form CG2503 or equivalent) � 25 ,� � r **Amount may vary based on project risk � Automobile Liabilitv Bodily Injury/Property Damage $1,000,000 s (Each Accident) Workers'Compensation � � Statutory Benefits-Coverage A Variable (Show Washington Labor and Industries Number) r�. Umbrella Liabilitv Each Occurrence Limit $1,000,000 r General Aggregate Limit $l,000,000 � Products/Completed Operations $1,000,000 Aggregate Professional Liability(If � re uired Each Occurrence/ $1,000,000 Incident/Claim Aggregate $2,000,000 Pollution Liabili . (If required� 1r� to a�lv on a per project basis Per Loss $1,000,000 � Aggregate $1,000,000 ""' The City may require the Contractor to keep professional liability coverage in effect for up to two (2) years after completion ofthe project. The Contractor shall promptly advise the CITY OF RENTON in the event any general ' aggregates are reduced for any reason, and shall reinstate the aggregate at the Contractor's expense to comply with the minimum limits and requirements as stated above and shall furnish to the CITY OF RENTON a new certificate of insurance showing such coverage is in force. r 1-07.18(4) Evidence of Insurance: Within 20 days of award of the Contract, the Contractor shall provide evidence of insurance by submitting to the Contracting Agency the Certificate of Insurance (ACORD Form 25s or '� equivalent) conforming to items as specified in Sections 1-07.18(1), 1-07.18(2), and 1-07.18(3) as revised above. Other requirements are as follows: � A. Strike the following or similar wording: "This Certificate is issued as a matter of information only and confers no rights upon the Certificate Holder". B. Strike the wording regarding cancellation notification to the City: "Failure to mail such notice shall impose no obligation or liability of any kind upon the ,,,. company, its agents ar representatives". r., 26 � � C. Amend the cancellation clause to state: "Should any of the above described � policies be cancelled before the expiration date thereof, notice will be delivered in accordance with the policy provisions." For Professional Liability coverage only, instead of the cancellation language specified � above, the City will accept a written agreement that the consultant's broker will provide the required noti�cation. � � 1-07.23(1) Construction Under Traffic (Special Provision) Supplement Section 1-07.23(1)is supplementedby addingthe following: � �******� � The Contractor shall be responsible for controlling dust and mud within the project limits and on any street which is utilized by his equipment for the duration of the project. The Contractor shall � be prepared to use watering trucks, power sweepers, and other pieces of equipment as deemed t necessary by the Engineer,to avoid creating a nuisance. ' Dust and mud control shall be considered as incidental to the lump sum bid item, Erosion/Water Pollution Control,and no compensation will be made for this section. "'� Complaints of dust, mud or unsafe practices and/ar property damage to private Ownership will be � transmitted to the Contractor and prompt action in correcting them will be required by the �ri Contractor. Contractor shall maintain the roads during construction in a suitable condition to minimize affects � to vehicular and pedestrian traffic. All cost to maintain the roads shall be borne by Contractor. One lane shall be provided in each direction for all streets during at all times. � Contractor shall provide one drivable roadway lane and maintain convenient access for local and commuter traffic to driveways, businesses, and buildings within and adjacent to the of Work zone � throughout the course of the project. Such access shall be maintained as near as possible to that which existed prior to the commencement of construction. This restriction shall not apply to the paving portion of the construction process. � All unattended excavations shall be properly barricaded and covered at all times. Contractor shall not open any trenches that cannot be completed and refilled that same day. Trenches shall be � patched or covered by a temporary steel plate, at Contractar's expense, except in areas where the roadway remains closed to public traffic. Steel plates must be anchored. � � � � 27 .. �/ r �..� 1-07Z3(1) Construction Under Traffic (WSDOT GSP,April 2, 2007) Supplement � Section 1-07.23(1)is supplemented with the following: 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. Minimum WZCZ distances are measured from the edge of traveled way and will be determined � as follows: Distance From Posted Speed 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 � Lane Closure Restrictions (WSDOT GSP,August 7, 2006) � Lane closures are subject to the restrictions as specified in Section 1-08.0(2). � � 28 � � If the Engineer deternunes the perniitted 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. No lane closures will be allowed on a holiday or holiday weekend, or after 12:00 PM (noon) on a � day prior to a holiday or holiday weekend. Holidays that occur on Friday, Saturday, Sunday or Monday are considered a holiday weekend. � r 1-07.24 Rights of Way (October 1, 2005 APWA GSP) .� Delete this section in its entirety,and replace it with the following: � Street right of way lines, limits of easements, and Iimits 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 far carrying out the work. Exceptions to this are noted in the Bid Documents ar 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, .r 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. 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 pernussion 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 pernuts have been . 29 �, � � 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 � 1-08 Prosecution and Progress Add the following new section: �"' 1-08.0 Preliminary Matters (May 25, 2006 APWA GSP) New � 1-08.0(1) Preconstruction Conference (October 10, 2008 APWA GSP) New i1r Prior to the Contractor beginning the work, a preconstruction conference shall be held between the Contractor, the Engineer and such other interested parties as may be invited. A minimum of five (5) working days notice is required for scheduling. The purpose of the preconstruction � conference will be: 1. To review the initial progress schedule; r 2. To establish a working understanding among the various parties associated or affected by the work; . I�r 3. To establish and review procedures for progress payment, notifications, approvals, submittals,etc.; �r. 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: 1. A breakdown of all lump sum items; r. 2. A preliminary schedule of working drawing submittals; .. 3. A list of material sources for approval if applicable; and 4. An approved Traffic Control Plan. ` �******� In addition, the Contractor shall be prepared for a thorough discussion and review, as well as r revision,which may be deemed necessary in the opinion of the Engineer,of the following: • Contractor's plan of operation and progress schedule to be submitted **7 working ,�,� 30 � � days**prior to the preconstruction meeting(3+copies) .r� • Approval of qualified subcontractors (bring list of subcontractors if different from list submitted with Bid) � • List of materials fabricated or manufactured off the proj ect i • Material sources on the project � - Names of principal suppliers • Detailed equipment list, including "Rental Rate Blue Book" hourly costs (both working i° and standby rates) • Weighted wage rates for all employee classifications anticipated to be used on Project � • Cost percentage breakdown far lump sum bid item(s) '� r • Shop Drawings(bring preliminary list) • Traffic Control Plans(3+copies) � • Spill Prevention Control and Countermeasures Plan & Temporary Water � Pollution/Erosion Control Plan(3+copies) The franchise utilities may be present at the preconstruction conference,and Contractor should be prepared for their review and discussion of progress schedule and coordination. .. 1-08.0(2) Hours of Work (May 25, 2006 APWA GSP) Except in the case of emergency or unless otherwise approved by the Contracting Agency, the � normal straight time working hours for the contract shall be any consecutive 8-hour period , between 7:00 a.m. and 6:00 p.m. of a working day with a maximum 1-hour lunch break and a 5- day work week. The normal straight time 8-hour working period for the contract shall be � established at the preconstruction conference or priar to the Contractor commencing the work. The hours of work in the street right-of-way shall be limited to 8:30a.m. to 3:30 p.m. on �ri weekdays unless otherwise approved in writing by the Public Works Department at (425) 430- 7301. The Police Department, Fire Department and 911 shall be notified 24 hours in advance of � any work in the right-of-way. If the Contractor desires to perform work on holidays, Saturdays, Sundays, or before 7:00 a.m. or after 6:00 p.m. on any day, the Contractor shall apply in writing to the Engineer for pernussion to work such times. Permission to work longer than an 8-hour period between 7:00 a.m. and 6:00 � p.m. is not required. Such requests shall be submitted to the Engineer no later than noon on the working day prior to the day for which the Contractor is requesting permission to work. r Pernussion to work between the hours of 10:00 p.m. and 7:00 a.m. during weekdays and between the hours of 10:00 p.m. and 9:00 a.m. on weekends or holidays may also be subject to noise � control requirements. Approval to continue work during these hours may be revoked at any time the Contractor exceeds the Contracting Agency's noise control regulations or complaints are � 31 � � � received from the public or adjoining property owners regarding the noise from the Contractor's j,. operations. The Contractor shall have no claim for damages or delays should such pernussion be revoked for these reasons. � Perniission to work Saturdays, Sundays, holidays or other than the agreed upon normal straight time working hours Monday through Friday may be given subject to certain other conditions set forth by the Contracting Agency or Engineer. These conditions may include but are not limited � to: requiring the Engineer or such assistants as the Engineer may deem necessary to be present during the work; requiring the Contractor to reimburse the Contracting Agency for the costs in excess of straight-time costs for Contracting Agency employees who warked during such times, on non Federal aid projects; considering the work performed on Saturdays, Sundays, and holidays r"' as working days with regards to the contract time; and 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. Assistants may include, but are not limited to, survey crews; personnel .. from the Contracting Agency's material testing lab; inspectors; and other Contracting Agency employees when in the opinion of the Engineer,such work necessitates their presence. `,i, 1-08A(3) Reimbursement for Overtime Work of Contracting Agency Employees (May 25, 2006 APWA GSP) ar Add the following new section: Where the Contractor elects to work on a Saturday, Sunday, or holiday, or longer than an 8-hour � work shift on a regular working day, as defined in the Standard Specifications, such work shall be considered as overtime work. On all such overtime work an inspector will be present, and a survey crew may be required at the discretion of the Engineer. In such case, the Contracting ` Agency may deduct from amounts due or to become due to the Contractor far the costs in excess of the straight-time costs for employees of the Contracting Agency required to work overtime hours. The Contractor by these specifications does hereby authorize the Engineer to deduct such costs from the amount due or to become due to the Contractor. �r 1-08.4 Notice to Proceed and Prosecution of the Work � (October 1, 2005 APWA GSP) Revise this section to read: �' Notice to Proceed will be given after the contract has been executed and the contract bond and evidence of insurance have been a�proved and filed by the Contractin�A�encv. The Contractor shall not commence with the work until the Notice to Proceed has been ivg en b_y the En_i�.neer• .. The Contractor shall commence construction activities on the�roiect 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. � 1-08.5 Time for Completion (Special Provision) Replacement �,,, The first five paragaphs of Section 1-08.5 are deleted and replaced with the following: �******� � 32 �r � The Wark shall be physically completed in its entirety within the time specified in the Contract � Documents or as extended by the Engineer. The Contract Time will be stated in "working days", shall begin on the Notice To Proceed Date,and shall end on the Contract Completion Date. 9 A nonworking day is defined as a Saturday, a Sunday, a day on which the contract specifically � suspends work,or one of these holidays: January l, third Monday of January, Memorial Day, July 4, Labor Day, November 11, Thanksgiving Day, the day after Thanksgiving, and Christmas Day. The day before Christmas shall be a holiday when Christmas Day occurs on a Tuesday or Friday. The day after Christmas shall be a holiday when Christmas Day occurs on a Monday,Wednesday, �` or Thursday. When Christmas Day occurs on a Saturday, the two preceding working days shall be observed as holidays. When Christmas day occurs on a Sunday, the two working days following shall be observed as holidays. When holidays other than Christmas fall on a Saturday, "r the preceding Friday will be counted as a non-working day and when they fall on a Sunday the following Monday will be counted as a non-working day. The Contract Time has been � established to allow for periods of normal inclement weather which, from historical records, is to be expected during the Contract Time, and during which periods, work is anticipated to be performed. Each successive working day, beginning with the Notice to Proceed Date and ending with the Physical Completion Date, shall be charged to the Contract Time as it occurs except a r,r day or part of a day which is designated a nonworking day or an Engineer determined unworkable day. If Substantial Completion has been granted and all the authorized working days have been used, charging of working days will cease. � The Engineer will furnish the Contractor a weekly report showing (1) the number of working � days charged against the Contract Time for the preceding week; (2) the Contract Time in warking days; (3) the number of working days remaining in the Contract Time; (4) the number of � nonworking days; and (5) any partial or whole days the Engineer declared unworkable the previous week. This weekly report will be correlated with the Contractor's current approved prob ess schedule. If the Contractor elects to work 10 hours a day and 4 days a week (a 4-10 " schedule) and the fifth day of the week in which a 4-10 shift is worked would ordinarily be charged 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. r The Contractor will be allowed 10 calendar days from the date of each report in which to file a written protest of an alleged discrepancy in the Contract Time as reported. Otherwise, the report ,�, will be deemed to have been accepted by the Contractor as correct. The requirements for scheduling the Final Inspection and establishing the Substantial Completion,Physical Completion,and Completion Dates are specified in Sections 1-05.11 and 1- � 05.12. �******� � The Contractor shall complete all work within ***Sixty (60)*** working days after receipt of written Notice to Proceed. � 1-08.7 Maintenance During Suspension (October 1, 2005 APWA GSP) .r Revise the second paragraph to read: At no expense to the Contracting Agency, the Contractor shall provide through the � construction area a safe, smooth, and unobstructed roadway, sidewalk, and path for public use during suspension (as required in Section 1-07.23 or the Special Provisions). This may ? 33 � rrl � include a temporary road or detour. � 1-08.9 Liquidated Damages (Special Provision) Supplement ,� Section 1-08.9 is supplemented as follows: �******� �r In addition, Contractor shall compensate Owner for actual engineering inspection and supervision costs and any other expenses and legal fees incurred by Owner as a result of such delay. Such labor costs will be billed to Contractor at actual costs,including administrative overhead costs. r In the event that Owner is required to commence any lawsuit in order to enforce any provision of this Contract or to seek redress for any breach thereof, Owner shall be entitled to recover its costs, � including reasonable attorneys fees, from Contractor. 1-08.11 Contractor's Plant and Equipment r. The contractor alone shall at all times be responsible for the adequacy, efficiency, and sufficiency of his and his subcontractor's plant and equipment. The Owner shall have the right to make use of the contractor's plant and equipment in the performance of any work on the site of the work. "' The use by the Owner of such plant and equipment shall be considered as extra work and paid for accordingly. � Neither the Owner nor the engineer assumes any responsibility, at any time, for the security of the site from the time contractor's operations have commenced until final acceptance of the work by the engineer and the Owner. The contractor shall employ such measures as additional fencing, barricades, and watchmen service, as he deems necessary for the public safety and for the i�r protection of the site and his plant and equipment. The Owner will be provided keys for all fenced, secured areas. �" Section 1-08.12 is a new section: �******� 1-08.12 Attention to Work � The contractor shall give his personal attention to and shall supervise the work to the end that it shall be prosecuted faithfully, and when he is not personally present on the work site, he shall at all times be represented by a competent superintendent who shall have full authority to execute the same, and to supply materials, tools, and labor without delay, and who shall be the legal � representative of the contractor. The contractor shall be liable far the faithful observance of any instructions delivered to him or to his authorized representative. � 1-09 MEASUREMENT AND PAYMENT " 1-09.1 Measurement of Quantities Section 1-09.1 is supplemented by adding the following: �***�:**� ` Lump Sum. The percentage of lump sum work completed, and payment will be based on the cost percentage breakdown of the lump sum bid price(s) submitted at the preconstruction conference. The Contractor shall submit a breakdown of costs for each lump sum bid item. The breakdown shall .. list the items included in the lump sum together with a unit price of labor, materials, and equipment for each item. The summation of the detailed unit prices for each item shall add up to the lump sum �. 34 Irr � bid. The unit price values may be used as a guideline for determining progress payments or � deductions or additions in payment for ordered work changes. Cubic Yard Quantities. Contractor shall provide truck trip tickets for progress payments only in the � following manner. Where items are specified to be paid by the cubic yard, the following tally system shall be used. All trucks to be employed on this work will be measured to deternline the volume of each truck. Each truck shall be clearly numbered, to the satisfaction of Engineer, and there shall be no duplication of numbers. � Duplicate tally tickets shall be prepared to accompany each truckload of material delivered on the project. All tickets received that do not contain the following information will not be processed for � payment: 1. Truck number � 2. Quantity and type of material delivered in cubic yards 3. Drivers name, date and time of delivery 4. Location of delivery,by street and stationing on each street 5. Place for Engineer to acknowledge receipt 6. Pay item number 7. Contract number and/or name "' It will be Contractor's responsibility to see that a ticket is given to Engineer on the project for each truckload of material delivered. Pay quantities will be prepared on the basis of said tally tickets. � Loads will be checked by Engineer to verify quantity shown on ticket. Quantities by Ton. It will be Contractor's responsibility to see that a certified weight ticket is given � to the Inspector on the project at the time of delivery of materials for each truckload delivered. Pay quantities will be prepared on the basis of said tally tickets, delivered to Inspector at time of delivery of materials. Tickets not receipted by Inspector will not be honored for payment. � Each truck shall be clearly numbered to the satisfaction of Engineer and there shall be no duplication of numbers. .r Duplicate tickets shall be prepared to accompany each truckload of material delivered to the project. All tickets received that do not contain the following information will not be processed for payment: 1. Truck number 2. Truck tare weight(stamped at source) .� 3. Gross truck load weight in tons (stamped at source) 4. Net load weight (stamped at source) 5. Driver's name, date, and time of delivery 6. Location for delivery by street and stationing on each street �' 7. Place for Engineer to acknowledge receipt 8. Pay item number � 9. Contract number and/or name 1-09.3 Scope of Payment Section 1-09.3 is supplemented by adding the following: � �******� Unless modified otherwise in the Contract Provisions, the Bid Items listed or referenced in the "Payment" clause of each Section of the Standard Specifications, will be the only items for which compensation will be made for the Work described in or specified in that particular Section when the ++� Contractor performs the specified Work. Should a Bid Item be listed in a "Payment" clause but not in the Proposal Form, and Work for that item is performed by the Contractor and the work is not � stated as included in or incidental to a pay item in the contract and is not work that would be required to complete the intent of the Contract per Section 1-04.1, then payment for that Work will be made as for Extra Work pursuant to a Change Order. � 35 � W `. The words `Bid Item," "Contract Item," and "Pay Item," and similar terms used throughout the � Contract Documents are synonymous. If the "payment" clause in the Specifications relating to any unit Bid Item price in the Proposal Form requires that said unit Bid Item price cover and be considered compensation for certain work .. or material essential to the item, then the work or material will not be measured or paid for under any other Unit Bid Item which may appear elsewhere in the Proposal Form or Specifications. Pluralized unit Bid Items appearing in these Specifications are changed to singular form. � Payment for Bid Items listed or referenced in the "Payment" clause of any particular Section of the Specifications shall be considered as including all of the Work required, specified, ar described in � that particular Section. Payment items will generally be listed generically in the Specifications, and specifically in the bid form. When items are to be "furnished" under one payment item and "installed" under another payment item, such items shall be furnished FOB project site, or, if � specified in the Special Provisions, delivered to a designated site. Materials to be "furnished," or �r "furnished and installed" under these conditions, shall be the responsibility of the Contractar with regard to storage until such items are incorporated into the Work or, if such items are not to be incorporated into the wark, delivered to the applicable Contracting Agency storage site when provided for in the Specifications. Payment for material "furnished," but not yet incorporated into � the Work, may be made on monthly estimates to the extent allowed. +r. 1-09.6 Force Account (October 10, 2008 APWA GSP) Supplement � Section 1-09.6 is supplemented as follows: �******� � 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. 1-09.7 Mobilization � (Special Provision) Supplement This section is supplemented with the following: � �******� Mobilization shall include, but not be limited to, the following items: the movement of the "" Contractor's personnel, equipment, supplies, and incidentals to the project site; the establishment of his 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 r. project not furnished by the City; and other work and operations which must be performed or costs that must be incurred. „� Payment will be made for the following item: "Mobilization,"per lump sum. � 36 r � Section 1-09.7 is supplemented as follows: ' .ri Sanitation Portable toilet facilities � �������� The Contractor shall furnish portable toilet facilities, at his expense. � The Contractor shall provide and maintain in a clean, neat, and sanitary condition, any accommodations far the Contractor and Owner employees that are necessary to comply with the requirements and regulations of the State of Washington Department of Social and Health Services and other agencies. The Contractor shall commit no public nuisance, keep all sites clean, dispose i° of all refuse in a proper manner and leave the Project Site in a neat and sanitary condition. , �������� � Mobilization shall also include, but not be limited to, the following items: the movement of Contractor's personnel, equipment, supplies, and incidentals to the project site; the establishment of an office, buildings, and other facilities necessary for work on the project; providing sanitary facilities for Contractor's personnel; and obtaining pernuts or licenses required to complete the .r project not furnished by Owner. This item shall also include providing Engineer and Inspectors with access to telephone, facsimile machine, and copy machine during all hours Contractor is working on the jobsite; and a table and "� chair for their use when needed. Payment will be made for the following bid item(s): � "Mobilization,"Lump Sum. 1-09.9 Payments (October 10, 2008 APWA GSP) Revise the first paragraph to read: . � The basis of payment will be the actual quantities of Work performed according to the � Contract and as specified far payment. For items Bid as lump sum, with a bid price of more than or equal to $20,000, the Contractor shall submit a breakdown of their lump sum price in � sufficient detail for the Project Engineer to determine the value of the Work performed on a monthly basis. Lump sum breakdowns shall be provided to the Project Engineer no later than the date of the preconstruction conference. .r Delete the third paragraph and replace it with the following: � 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. � 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 deternuning progress payment. The progress estimates are subject to change at any time prior to the calculation of the Final Payment. The � value of the progress estimate will be the sum of the following: 1. Unit Price Items in the Bid Form—the approximate quantity of acceptable units �� 37 � r ` of work completed multiplied by the unit price. � 2. Lump Sum Items in the Bid Form — partial payment for lump sum Bid items will be a percentage of the price in the Proposal based on the Engineer's � determination of the amount of Work performed, with consideration given to, but not exclusively based on,the Contractar's lump sum breakdown for that item. � 3. Materials on Hand — 100 percent of invoiced cost of material delivered to Job site or other storage area approved by the Engineer. 4. Change Orders— entitlement for approved extra cost or completed extra work as �' detertnined by the Engineer. � Progress payments will be made in accordance with the progress estimate less: � 1. Retainageper Section 1-099(1); � 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. Payments will be made by warrants, issued by the Contracting Agency's fiscal officer, .. against the appropriate fund source for the project. Payments received on account of wark performed by a subcontractor are subject to the provisions of RCW 39.04.250. Section 1-09.9 is supplemented as follows: � �������� Furnishing portable toilets shall be considered incidental to the project and no additional � compensation shall be made. � 1-09.13(3)A Administration of Arbitration (October 1, 2005 APWA GSP) r. 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 Contractin��ency's headquarters are located. 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(2) Traffic Control Plans (City of Renton GSP) Supplement � 38 r � Section 1-10.2(2)is supplemented as follows: � �******� The Contractor shall be responsible for assuring that traffic control is installed and maintained in � conformance to established standards. The Contractor shall continuously evaluate the operation of the traffic control plan and take prompt action to correct any problems that become evident during operation. ' • Traffic control plans for work within WSDOT limited access will be subject to WSDOT review priar to implementation. WSDOT review of traffic control plans may take up to 20 (twenty) working days. d �******� , Traffic Control Plans shall be submitted prior to or at the preconstruction meeting. "� Section 1-10 is supplemented by adding the following: ` ��*****� � Notifications r The Contractor shall be resnonsible for deliverin�notiFcation twice to all nronerties that fYont on, or access fron:, a�zv street on which the asplzalt co�zcrete is to be applied. The first � notiFcation shall be niade anproximately one week prior to the dav the work is scheduled to beQin on tlTe street and tlie second shall be rnade trventv-four hours(24 hours)prior to the be�inninQ of work. The City s/iall supply the Contractor with suffzcient quantities of standard noti�cation forms "'r that the Contractor shall fill out with the snecific location and times for each location prior to , issuinQ the notices to frontinQ/accessinQ properties. � A[I work and materials associated with the notiFcation nrocedures shall be incidental to the +r contract lunin sum nrice for "Proiect Temporarv Traffc Control." � On streets to be overlaid, the Contractor shall nost "No Parkin�"si�ns a minimunz of 72 hours in advance of the work takinQ place. The si�ns sliall snecifv the date and hours that the narkinQ � restrictions will be in effect and the nanie of the contractor and nhone number are clearlv visible on the siQn. The Contractor shall assure that nrior approval for the parkinQ restrictions has been obtained fYom the Citv ofRenton Depart�nent ofPublic Works Transportation Svstems +� Division. � � 39 � I� r. The Contractor shall be responsible for coordinatin,�witlz the Citv's inspector and/or Police � Department if the need arises to tow anv vehicle(s) violatinQ a posted "No Parking"siQn However, the Contractor shall fcrst make an effort to contact the vehicle owner if it is likelv the owner lives in the area. �. � Detailed Traffcc control nlans shall be repuired bv the Contractor for some streets prior to pavinQ. � The Contractor shall provide and use sufficient traffc control epuipment and trained personnel � at all times. The Federal HiQlTwav Administration's Manual O�z Uniform Traffic Control Devices for streets and higlzwavs,2009 Edition,shall be the guideline used to determine adequate traf�c control. Proper traffic control and safetv procedure will be used durinQ all ,,. plzases of the work, to include utilitv adiustments. � All work on this contract shall be verfornied between the off-neak traffic hours of 8:00 a.nz.�and 4:00 v.nz., unless otherwise anproved bv the en�ineer. 1-10.3 Traffic Control Labor,Procedures and Devices � (City of Renton GSP) Supplement Section 1-10.3 is supplementedas follows: '� �******� At the end of each warking day, provisions shall be made for the safe passage of traffic and � pedestrians during non-working hours. Barricades shall be reflectorized as specified in Part VI of the MUTCD, and shall be 3M diamond � grade or equivalent approved by Engineer. Barricades shall also be equipped with flashers. 1-10.3(1)C Uniformed Police Officer � (Special Provision) New Section The Contractor shall arrange for uniformed police officers to be present for flagging traffic when � construction affects traffic at any signalized intersection within the proj ect limits. 1-10.3(3)A Construction Signs � (City of Renton GSP) Revision Section 1-10.3(3)paragraph 1 is revised as follows: �******� � All signs required by the approved traffic control plan(s) as well as any other appropriate signs as deemed necessary by the Engineer, or required to conform with established standards, will be ,� 40 �r. � furnished by the Contractor. � Section 1-10.3(3)paragraph 4 is revised as follows: � ��**�x**� No separate pay item will be provided in the bid proposal for Class A or Class B construction ,.n signs. All costs to provide set-up, maintenance, relocation, and removal of Class A or Class B construction signs shall be included in the lump sum contract price of Project Temporary Traffic ' ContYol of the work in the bid proposal. � 1-10.5 Payment (Special Provision) Supplement „� Payment will be made for the following bid items: "Proj ect Temporary Traffic Control,"per lump sum.The lump sum Contract payment shall be full compensation for all costs incurred by � the Contractor in performing the Contract Work defined in Section 1-10 and the Special Provisions herein,including Uniformed Police Officers as necessary. , 1-11 RENTON SURVEYING STANDARDS " (City of Renton GSP) New Section .d The following is an added new section with new subsections: �******� � 1-11.1(1) Responsibility for surveys (City of Renton GSP) New Section � All surveys and survey reports shall be prepared under the direct supervision of a person registered to practice land surveying under the provisions of Chapter 18.43 RCW. a1 All surveys and survey reports shall be prepared in accordance with the requirements established by the Board of Registration for Professional Engineers and Land Surveyors under the provisions � of Chapter 18.43 RCW. 1-11.1(2) Survey Datum and Precision � The horizontal component of all surveys shall have as its coordinate base: The North American Datum of 1983/91. All horizontal control far projects must be referenced to or in conjunction with a minimum of two � of the City of Renton's Survey Control Network monuments. The source of the coordinate values a, used will be shown on the survey drawing per RCW 58.09.070. � The horizontal component of all surveys shall meet or exceed the closure requirements of WAC 332-130-060. The control base lines for all surveys shall meet or exceed the requirements for a Class A survey revealed in Table 2 of the Minimum Standard Detail Requirements for .. ALTA/ACSM Land Title Surveys jointly established and adopted by ALTA and ACSM in 1992 or comparable classification in future editions of said document. The angular and linear closure and precision ratio of traverses used for survey control shall be revealed on the face of the survey �„� drawing, as shall the method of adjustment. . 41 r �r The horizontal component of the control system for surveys using global positioning system j�,r, methodology shall exhibit at least 1 part in 50,000 precision in line length dependent error analysis at a 95 percent confidence level and performed pursuant to Federal Geodetic Control Subcommittee Standards for GPS control surveys as defined in Geometric Geodetic Accuracy ` Standards & Specifications for Using GPS Relative Positioning Techniques dated August 1, 1989 or comparable classification in future editions of said document. The vertical component of all surveys shall be based on NAVD 1988, the North American Vertical Datum of 1988, and tied � to at least one of the City of Renton Survey Control Network benchmarks. If there are two such benchmarks within 3000 feet of the project site a tie to both shall be made. The benchmark(s) used will be shown on the drawing. If a City of Renton benchmark does not exist within 3000 feet of a project, one must be set on or near the project in a pertnanent manner that will remain `' intact throughout the duration of the project. Source of elevations (benchmark) will be shown on the drawing, as well as a description of any bench marks established. �. 1-11.1(3) Subdivision Information Those surveys dependent on section subdivision shall reveal the controlling monuments used and the subdivision of the applicable quarter section. �r Those surveys dependent on retracement of a plat or short plat shall reveal the controlling monuments,measurements,and methodology used in that retracement. r 1-11.1(4) Field Notes r Field notes shall be kept in conventional format in a standard bound field book with waterproof pages. In cases where an electronic data collector is used field notes must also be kept with a sketch and a record of control and base line traverses describing station occupations and what measurements were made at each point. r Every point located or set shall be identified by a number and a description. Point numbers shall be unique within a complete job. The preferred method of point numbering is field notebook, �' page and point set on that page. Example: The first point set ar found on page 16 of field book 348 would be identified as Point No. 348.16.01,the second point would be 348.16.02,etc. r.� Upon completion of a City of Renton project, either the field notebook(s) provided by the City or the original field notebook(s) used by the surveyor will be given to the City. For all other work, surveyors will provide a copy of the notes to the City upon request. In those cases where an ,� electronic data collector is used, a hard copy print out in ASCII text format will accompany the field notes. r 1-11.1(5) Corners and Monuments Corner. A point on a land boundary, at the juncture of two or more boundary lines. A monument is usually set at such points to physically reference a corner's location on the ground. Monument. Any physical obj ect or structure of record which marks or accurately references: � • A corner or other survey point established by or under the supervision of an individual per section 1-11.1(1) and any corner or monument established by the General Land Office and its successor the Bureau of Land Management including � section subdivision corners down to and including one-sixteenth corners; and • Any permanently monumented boundary, right of way alignment, or horizontal and ,r 42 ` � r vertical control points established by any governmental agency or private surveyor including street intersections but excluding dependent interior lot corners.l-11.1(6) r Control or Base Line Survey Control or Base Line Surveys shall be established for all construction projects that will create � permanent structures such as roads, sidewalks, bridges, utility lines or appurtenances, signal or light poles, or any non-single family building. Control or Base Line Surveys shall consist of such , number of permanent monuments as are required such that every structure may be observed for staking or "as-builting" while occupying one such monument and sighting another such � monument. A minimum of two of these permanent monuments shall be existing monuments, recognized and on record with the City of Renton. The Control or Base Line Survey shall occupy each monument in turn, and shall satisfy all applicable requirements of Section 1-11.1 herein. �' The drawing depicting the survey shall be neat, legible, and drawn to an appropriate scale. North � orientation should be clearly presented and the scale shown graphically as well as noted. The drawing must be of such quality that a reduction thereof to one-half original scale remains legible. � If recording of the survey with the King County Recorder is required, it will be prepared on 18 � inch by 24 inch mylar and will comply with all provisions of Chapter 58.09 RCW. A photographic mylar of the drawing will be submitted to the City of Renton and, upon their review and acceptance per the specific requirements of the project, the original will be recorded with the ..r King County Recorder. If recording is not required, the survey drawing shall be prepared on 22 inch by 34 inch mylar, � and the original or a photographic mylar thereof will be submitted to the City of Renton. The survey drawings shall meet or exceed the requirements of WAC 332-130-050 and shall ' conform to the City of Renton's Drafting Standards. American Public Warks Association � symbols shall be used whenever possible, and a legend shall identify all symbols used if each point marked by a symbol is not described at each use. .r An electronic listing of all principal points shown on the drawing shall be submitted with each drawing. The listing should include the point number designation(corresponding with that in the � field notes), a brief description of the point, and northing, easting, and elevation (if applicable) values,all in ASCII format,on IBM PC compatible media. 1-11.1(7) Precision Levels r Vertical Surveys for the establishment of bench marks shall satisfy all applicable requirements of section 1-OS and 1-11.1. r Vertical surveys for the establishment of bench marks shall meet or exceed the standards, specifications and procedures of third arder elevation accuracy established by the Federal � Geodetic Control Committee. � Bench marks must possess both permanence and vertical stability. Descriptions of bench marks must be complete to insure both recoverablilty and positive identification on recovery. � � 43 iri r 1-111(8) Radial and Station--Offset Topography � �. Topographic surveys shall satisfy all applicable requirements of section 1-11.1 herein. All points occupied or back sighted in developing radial topography or establishing baselines for ,.. station--offset topography shall meet the requirements of section 1-11.1 herein. The drawing and electronic listing requirements set forth in section 1-11.1 herein shall be � observed for all topographic surveys. 1-11.1(9) Radial Topography � Elevations for the points occupied or back sighted in a radial topographic survey shall be determined either by 1) spirit leveling with misclosure not to exceed 01 feet or Federal Geodetic Control Committee third order elevation accuracy specifications, OR 2) trigonometric leveling � with elevation differences determined in at least two directions for each point and with misclosure of the circuit not to exceed 0.1 feet. I�r 1-ll1(10) Station--Offset Topography Elevations of the baseline and topographic points shall be determined by spirit leveling and shall � satisfy Federal Geodetic Control Committee specifications as to the turn points and shall not exceed 0.1 foot's error as to side shots. 1-11.1(11) As-Built Survey � All improvements required to be "as-built" (post construction survey) per City of Renton Codes, TITLE 4 Building Regulations and TITLE 9 Public Ways and Property, must be located both � horizontally and vertically by a Radial survey or by a Station offset survey. The "as-built" survey must be based on the same base line or control survey used for the construction staking survey for the improvements being "as-built". The "as-built" survey for all subsurface improvements should rr occur prior to backfilling. Close cooperation between the installing contractor and the "as- builting" surveyor is therefore required. ,� All "as-built" surveys shall satisfy the requirements of section 1-11.1(1) herein and shall be based upon control or base line surveys made in conformance with these Specifications. � The field notes for "as-built" shall meet the requirements of section 1-11.1(4) herein and submitted with stamped and signed "as-built" drawings which includes a statement certifying the accuracy of the"as built". � The drawing and electronic listing requirements set forth in section 1-11.1(6) herein shall be observed for all"as-built" surveys. .. 1-11.1(12) Monument Setting and Referencing All property or lot corners, as defined in 1-11.1(5), established or reestablished on a plat or other � recorded survey shall be referenced by a permanent marker at the corner point per 1-11.2(1). In situations where such markers are impractical ar in danger of being destroyed, e.g., the front corners of lots, a witness marker shall be set. In most cases, this will be the extension of the lot line to a tack in lead in the curb. The relationship between the witness monuments and their � respective corners shall be shown or described on the face of the plat or survey of record, e.g., "Tacks in lead on the extension of the lot side lines have been set in the curbs on the extension of � 44 f�r � said line with the curb." In all other cases the corner shall meet the requirements of section 1- 11.2(1)herein. .. All non corner monuments, as defined in 1-11.1(5), shall meet the requirements of section 1- 11.2(2) herein. If the monument falls with in a paved portion of a right of way or other area, the monument shall be set below the ground surface and contained within a lidded case kept separate r from the monument and flush with the pavement surface,per section 1-11.2(3). � In the case of right of way centerline monuments all points of curvature (PC), points of tangency � (PT), street intersections, center points of cul de sacs shall be set. If the point of intersection, PI, for the tangents of a curve fall within the paved portion of the right of way, a monument can be set at the PI instead of the PC and PT of the curve. � For all non corner monuments set while under contract to the City of Renton or as part of a City � of Renton approved subdivision of property, a City of Renton Monument Card (furnished by the city) identifying the monument; point of intersection (PI), point of tangency (PT), point of curvature (PC), one-sixteenth corner, Plat monument, street intersection, etc., complete with a description of the monument, a minimum of two reference points and NAD 83/91 coordinates � and NAVD 88 elevation shall be filled out and filed with the city. � 1-11.2 Materials .�i 1-11.2(1) Property/Lot Corners Corners per 1-11.1(5) shall be marked in a permanent manner such as 1/2 inch diameter rebar 24 � inches in length, durable metal plugs or caps, tack in lead, etc. and permanently marked or tagged with the surveyor's identification number. The specific nature of the marker used can be � determined by the surveyor at the time of installation. � 1-11.2(2) Monuments Monuments per 1-11.1(5) shall meet the requirements as set forth by WSDOT and permanently .r marked or tagged with the surveyor's identification number. 1-11.2(3) Monument Case and Cover � Materials shall meet the requirements of section 9-22 and WSDOT Standard Plan A-10.30-00 � with the cap labeled"MON". � � 1-11.5 Payment Any additional work required by this section shall be included in the lump sum contract price for " "Roadway Surveying." �, � END OF DIVISION 1 � � .�i , 45 � � rr � 2-02 REMOVAL OF STRUCTURE AND OBSTRUCTIONS Section 2-02 is revised supplemented as follows: �******� � General Requirements r. The Contractor shall remove all plastic traffic buttons and all thermoplastic markings from the roadway surface and area must be swept clean prior to application of the tack coat for � overlay. r. 2-02.3(3) Renzoval of Pavenzent,Sidewalks, and Curbs Section 2-02.3(3) is revised and suppiemented as follows: �******� r Item "1." Is revised as follows: In removing pavement, sidewalks, driveways, and curbs, the Contractor shall haul broken-up pieces to some off-project site. �. The section is supplemented as foilows: When an area where pavement, sidewaik, or driveway has been removed is to be � opened to traffic before pavement patching has been completed, temporary mix asphalt concrete patch shall be required. Temporary patching shail be placed to a minimum depth of 2 inches immediately after backfilling and compaction are complete, and before the road is opened to traffic. MC cold mix or MC hot mix shali be used at � the discretion of the Engineer. Section 2-02.4 replaces the existing vacant section: �, �******� 2-02.4 Measurement Sawcutting existing cement and asphalt concrete pavements shall be measured by the linear foot along the sawcut, full depth. Wheelcutting of pavement will not be measured for " separate payment, but shall be included in other items of Work. ,�, 2-02.5 Payment Section 2-02.5 is supplemented by adding: �******� The removal and disposal of plastic traffic buttons and thermoplastic markings shall be considered �` incidental to the project and no additional compensation shall be made. � "Saw Cutting", per Lineal Foot. "Remove Sidewalk", per Square Yard. "Remove Curb and Gutter", per Lineal Foot. '� "Remove Asphalt Concrete Pavement," per square yard. "Remove Cement Concrete pavement," per square yard. "Remove existing ," per `� All costs related to the removal and disposal of structures and obstructions including saw cutting, excavation, backfilling and temporary asphalt shall be considered incidental to and included in other items unless designated as specific bid items in the proposal. If .. pavements, sidewalks, or curbs lie within an excavation area and are not mentioned as City of Renton— 2017 Street Patch And SP 46 Special Provisions Overlay with Curb Ramps May 2017 rrr � separate pay items, their removal will be paid for as part of the quantity removed in excavation. If they are mentioned as a separate item in the proposal, they will be measured � and paid for as provided under Section 2-02.5, and will not be included in the quantity calculated for excavation. END OF DIVISION 2 � , 5-04 HOT MIX ASPHALT � 5-04.3(3)A Material transfer Device/Vehicle Section 5-04.3(3)A is deleted in it's entiretV. � 5-04.3(5) Conditioning of Existing Surface � � Section 5-04.3(5) is supplemented bv adding_ �******� � The Contractor shall maintain existina surface contour durinp overlav, unless otherwise .r instructed bv City engineer. � Some streets may repuire some pre-levelinp, at the discretion of the City's inspector. � "Thickened edqes"may be required on some streets. � 5-04.3(5)A Preparation of Existin�Surfaces � Section 5-04.3L)A is supplemented bv adding �******� The Contractor shall provide their own mechanical sweepinu equipment. The sweeper will be on „r the prolect prior to the start of paving, to insure the streets to be paved are clean before the tack coat is applied. The sweeper will keep the streets clean ahead of the pavinp machine and clean �' the streets behind the empty trucks that have dumped their loads into the pavinp machine. The " sweeper must sweep all streets made dirty by the Contractor's epuipment. If the pavinp machine is "walked"from one site to another, the sweeper must sweep up behind the pavinq mathine. � The sweeper shall not leave the overlav site until qiven permission by the Citv's inspector. � � City of Renton— 2017 Street Patch And SP 47 Special Provisions Overlay with Curb Ramps May 2017 � r All utilities shall be painted with a biodepradable "soap"to prevent the tack and ACP from � stickinq to the lids. Diesel shall not be used. After the application of soap catch basins must be covered to prevent tack and ACP from qettin4 into catch basin. r Preparation of existing surface shall be done as outlined in this section and a tack coat shall be +� applied at the rate of 0.02 to 0.08 qallons per spuare yard. PaVment for preparation of the su�ace and application of the tack coat shall be considered incidental to the pavinp and no separate payment shall be made. s. ""' All overlay ends and edqes shall be sealed within five days followinp the completion of the overlay. � The Contractor shall locate all utilities for access immediatelv after overlav and mark the location "� by means of paintinq a circle around the location and scoopinp a portion of asphalt 4"-6"in diameter and the depth of the overlay from the center of the utility location. rr The Contractor shall locate and completely expose qas and water va/ves for access immediately "'�` after final rollinp. � The day following the start of application of ACP, utility adiustments must beqin. The Contractor sha/l have an adiustment crew adiustinq utilities every workable workinq day until adiustments � are complete. Durinq the adiustment of any utility, existinp concrete bricks or qroutin9 material that has been broken or cracked sha/l be removed and replaced at the Contractor's expense. .. � Utility adiustment shall be made per contract with respect to materials and methods except for revisions approved in the field by the City inspector. � Utility patches shall be sealed weekly. � Utility adiustments must be completed 15 workinq days after overlay is complete, and within the specified working days. ■. City of Renton— 2017 Street Patch And SP 48 Special Provisions Overlay with Curb Ramps May 2017 �r � .� Payment for utility adiustments includes all labor, materials, tools, and epuipment necessary to complete the adiustments(includinq asphalt concrete pavement). � .. 5-04.3(7)A Mix Design 5-04.3(7)A2 Statistical or Nonstatistical Evaluation is deleted and replaced with: �*****� r 1. Nonstatistical HMA Evaluation. The contractor shall submit a certification � that the mix design submitted meets the requirements of Sections 9-03.8(2) and 9-03.8(6). The contractor must submit the mix design using DOT Form 350-042 EF. Verification of the mix design by the Contracting Agency is not needed. The � Project Engineer will determine anti-strip requirements for the HMA. � The mix design will be the initial job mix formula (JMF) for the class of mix. Any additional adjustments to the JMF will require the approval of the Project Engineer and may be made per Section 9-03.8(7). ""� 5-04.3(8)A Acceptance Sampling and Testing—HMA Mixture � Item 1 is deleted and replaced with: �*****� � 1. General. Acceptance of HMA shall be as provided under nonstatistical or ... commercial evaluation. Nonstatistical evaluation will be used for the acceptance of HMA „� Commercial evaluation will be used for Commercial HMA and for other classes of � HMA in the following applications: sidewalks, road approaches, ditches, slopes, paths, trails, gores, prelevel, and pavement repair. Other nonstructural applications as approved by the Project Engineer. Sampling and testing of HMA accepted by commercial evaluation will be at the option of the Engineer. The proposal quantity of HMA that is accepted by commercial evaluation will be excluded from the �" quantities used in the determination of nonstatistical evaluation. Item 7 is deleted w► 5-04.3(9) Spreading and finishing .. Section 5-04.3(5) is supplemented bv addin�: �*****� � The Contractor shall maintain a straight edge on mat, where there is no gutter-line, to a+ 2" per ,�, 100 linear feet tolerance. The Contractor may be required to pull a string line and paint a line as a guide. .. City of Renton— 2017 Street Patch And SP 49 Special Provisions Overlay with Curb Ramps May 2017 � �r � During overlay procedure,driveways and connecting streets shall be tied to new mat by means of adding additional material and "FEATHERING" the edge. All material raked off shall be removed r• from site. � ,� 5-04.3(14) Planing Bituminous Pavement � 5-04.3(14) is supplemented with the following: Areas for cold-planing will be marked out by the Engineer in the field and also shown typical in the � standard plan. All streets that are on the puantities sheets that are 4"thick, shall be around down 4"deep and paved with 4"of HMA in two 2"lifts, and shall be paid ouf of bid items#5 and#7. eefore the installation of the 4"of HMA, the streets shall be bladed and compacted to establish a 2% ,,,, crowned street. Sub-base material, which is determined by the Enpineer to be unsuitable shall be removed under the bid item#9, Roadway Excavation Includinp Haul and replaced with bid item #10, CSTC,prior to the application of HMA. � 5-04.5(1)A Price Adjustments for Quality of HMA �. Section is deleted and replaced with: �*****� Statistical analysis of quality of gradation and asphalt content will be performed ,� based on Section 1-06.2 using the following price adjustment factors: Table of Price Adjustment Factors Constituent Factor"f" All aggregate passing: 1 '/2", 1", 3/", � '/2", 3/8" and No. 4 sieves 2 All aggregate passing No. 8, No 16, No. 30, No. 50, No. 100 3 ""'' All aggregate passing No. 200 sieve 20 Asphalt binder 52 � A pay factor will be calculated for sieves listed in Section 9-03.8(7) for the class of HMA and for the asphalt binder. 1. Nonstatistical Evaluation. Each lot of HMA produced under Nonstatisical rr. 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 �,,,, acceptance tolerance limits in Section 9-03.8(7), the lot shall be evaluated in accordance with Section 1-06.2 to determine the appropriate CPF. The nonstatistical tolerance limits will be used in the calculation of the CPF and � the maximum CPF shall be 1.00. When less than three sublots exist, City of Renton— 2017 Street Patch And SP 50 Special Provisions Overlay with Curb Ramps May 201'7 rlir � 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. .t 2. Commercial Evaluation. 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 fail outside the commercial acceptance tolerance limits in Section 9-03.8(7), the lot shall � be evaluated to determine the appropriate CPF. The commercial tolerance limits will be used in the calculation of the CPF and the maximum CPF shall � be 1.00. When less than three sublots exist, backup sampies 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 produced under Nonstatistical or Commercial Evaluation when � the calculated CPF is less than 1.00, a Nonconforming Mix factor (NCFM) will be determined. THE NCFM 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 the .. m ix. If a constituent is not measured in accordance with these Specifications, its individual pay ,�, factor will be considered 1.00 in calculating the composite pay factor. 5-04.5(1)B Price Adjustments for Quality of HMA Compaction � Section is deleted and replaced with: �*****� , The maximum CPF of a compaction lot is 1.00 .. For each compaction lot of HMA when the CPF is less than 1.00, a Nonconforming 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 r calculated as the product of the NCFF, the quantity of HMA in the lot in tons and the unit contract price per ton of the mix. � END OF DIVISION 5 7-05 MANHOLES, INLETS, AND CATCH BASINS ° .. 7-05.3 Construction Requirements � 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, 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 .r required elevation. The Contractor shafl construct manholes so as to provide adjustment space for setting cover and casting to a finished grade as shown on the construction plans, Manhole � City of Renton— 2017 Street Patch And SP 51 Special Provisions Overlay with Curb Ramps May 2017 • r ring and covers shall be adjusted to the finished elevations per standard detail 400.4 � SP 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 r surfaced with crushed rock or gravei shail 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. r. 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 rinq and lid. The rinq and lid shall then be broupht to proper _prade utilizin_q the same .. methods of construction as for the manhole itself. The cast iron rinq and lid shall be placed on concrete bricks or concrete adiustment rinqs and set fo the desired _qrade. All adiustment lavers musf have 3/8 inches of mortar installed. The use of shims is prohibited. The mortar used shall be hiqh strenpth non- """ shrink qrout, such as Rapid SetO Cement All or equivalent, as approved bv the engineer. The asphalt concrete pavement shall be cut and removed to a neat circle, the diameter of which shall be equal to the outside diameter of the cast ` iron frame alus one foot. The base materials and crushed rock shall be removed to allow for 8"of HMA C/ass %" 64-22 or as approved bv the Enqineer. The asuhalt shall be compacted with a "plate compactor': The complete patch shall match the exisfin_q paved surface for texture, densitv, and uniformitv of � grade. The ioint between the patch and the existinq pavement shall then be carefully painted with hot asphalt cement and shall be immediatelv covered with dry pavin_q sand before fhe asphalt cement solidifies. The inside throat of the manhole shall be thorouphlv 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. City of Renton— 2017 Street Patch And SP 52 Special Provisions Overlay widi Curb Ramps May 2017 Irr � � � 7-05.4 Measurement � Section 7-05.4 is revised and supplemented as foilows: �******� Manholes will be measured per each. Measurement of manhole heights for payment �, purposes will be the distance from finished rim elevation to the invert of the lowest outiet pipe• '.. Adjustments of new structures and miscellaneous items such as valve boxes shall be considered incidental to the unit contract price of the new item and no further compensation shall be made. "'� Adjustment of existing structures and miscellaneous items such as valve boxes shall be � measured by "Adjust Existing ," per each, which shall be full pay for all labor and materials including all concrete for the compieted adjustment in accordance with Section 7- 05.3(1) and the City of Renton Standard Details. � Connection to existing pipes and structures shall be measured per each. .. 7-05.5 Payment Section 7-05.5 is supplemented as follows: � �******� "Adjust Existing ," per each. � The unit contract price per each for "Adjust Existing shall be full pay for all costs necessary to make the adjustment including restoration of adjacent areas in a manner acceptable to the Engineer. � If no bid item for Structure Excavation Class A or Structure Excavation Class B is included �, in the schedule of prices then the work will be considered incidental and its cost should be included in the cost of the pipe. "Connect to Existing Catch Basin," per each. �+ "Connect Structure to existing pipe," per each. � � 8-09 RAISED PAVEMENT MARKERS � 8-09.5 Payment p Section 8-09.5 has been revised as follows: �******� � Payment will be made for each of the following bid items that are included in the proposal: "Raised Pavement Marker Type 1- yellow", per each. "Raised Pavement Marker Type 1- white", per each. "Raised Pavement Marker Type 2d- yellow", per each. �' "Raised Pavement Marker Type 2e- white", per each. Raised Pavement Marker Type 2b- blue", per each "Raised Pavement Marker Type 3- In.", per each. ,,,t "Recessed Pavement Marker", per each. The unit contract price per each for "Raised Pavement Marker Type 1", "Raised Pavement � Marker Type 2", and "Raised Pavement Marker Type 3- In." and "Recessed Pavement Marker" shall be full pay for all labor, materials, and equipment necessary for � furnishing and installing the markers in accordance with these Specifications including all cost involved with traffic control unless traffic control is listed in the contract as a separate � pay item. � City of Renton— 2017 Street Patch And SP 53 Special Provisions Overlay with Curb Ramps May 2017 �/ 1r ` 8-14 CEMENT CONCRETE SIDEWALKS 8-14.3(3) PlacinQ and PinishinQ Concrete Section 8-14.3(4) is supplemented by adding the following: � �******� � On newlv placed sidewalk ramps, the detectable warninq pattern shall be achieved bv a cast-in-place material and installed before the concrete has cured. The material and methods of detectable warninq pattern placement is subiect to �,, the en_qineer's approval. On sfreets with concrete work, the curb and qutter and/or curb ramps shall be installed before the street is overlaid. r 8-14.3(4) Curing � Section 8-14.3(4) is replaced with: �******� The curing materials and procedures outlined in Section 5-05.3(13) of the Standard Specifications shall prevaii, except that white pigmented curing compound shall not be ,� used on sidewalks. The curing agent shali be applied immediately after brushing and be maintained for a period of 5 days. The Contractor shall have readily available sufficient protective covering, such as � waterproof paper or plastic membrane, to cover the pour of an entire day in the event of rain or other unsuitable weather. During the curing period, all traffic, both pedestrian and vehicular, shall be excluded. Vehicular traffic shall be excluded for such additional � time as the Engineer may specify. The Contractor shall be responsible for barricading, patrolling, or otherwise protecting the newly placed concrete to prevent damage. Damaged, vandalized, discolored, ,r, stained, or unsightly concrete shall be removed and replaced at the expense of the Contractor. 8-14.3(5)Ramp Detectable Warning Retrofit � (******)Section 8-14.3(5) is replaced with: � On the existinp curb ramps, the Contractor shall install preformed detectable warninqs approved bv the en_qineer. The Contractor shall use 1 of the detectab/e warnin_q pattern products listed in the Qualified Products List or ,,,. submit another manufacturer's product for approval bV the en_qineer. Torch down type preformed detectab/e warninqs shall not be allowed. � ` 8-14.4 Measurement Section 8-14.4 is supplemented by adding the following: �******� When fhe contract contains a pav item for "Curb Ramp, Cement Concrete," the per .� each measurement shall include all costs for the complete installation per the plans and standard details includinp expansion ioint material, curb and _qutter, pedestrian curbs cast in place detectable warnin_q, and ramped sidewalk section. Sawcuttinq, removal and disposal of excavated materials includinq existin_q asphalt pavement, � existin_p curb and putter, existin_q curb ramp and/or sidewalk, crushed surfacinq City oFRenton— 2017 Street Patch And SP 54 Special Provisions Overlay with Curb Ramps May 2017 o. � base materials and all other work, materials and equipmenf required per Section 8- 14 shall be included in the per each price for "Curb Ramp, Cement Concrete". Any � curb and _qutter or sidewalk removed and installed outside the limits of the "Curb Ramp, Cement Concrefe" shall be paid for out of Items #'s 29, 30 ,31, 32, 34, 35, 37,Schedule of Prices. � 8-14.5 Payment �, Section 8-14.5 is supplemented by adding the following: �******� � "Curb Ramp, Cement Concrete," per each. � Curb or pavement damaged due to Contractor operations shall be replaced by the Contractor, to the satisfaction of the Engineer, at the Contractor's expense. � 8-20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND ELECTRICAL � 8-20.3(l4) Signal Systems � 8-20.3(14)C Induction Loop Vehicle Detectors Section 8-20.3(14)C is revised as follows: �, 11. " change to read" Install sealant per Section 9-02.1(10)". 8-20.3(14)D Test for Induction Loops and Lead-in Cable ,,,� Section 8-20.3(14)D is supplemented by adding the following: �******� The Contractor shall keep records of field testing and shall furnish the engineer � with a copy of the results. � � 8-22 PAVEMENT MARKING , 8-22.1 Description � The following items in Section 8-22.1 is revised as follows: �******� Crosswalk Stripe .�ri A SOLID WHITE line, 8 inches wide and 10-feet long, installed parallel to another crosswalk stripe and parallel to the direction of traffic flow and centered in pairs on lane � lines and the center of lanes. See detail sheet. .r Skip Center Line (Replacement) A BROKEN YELLOW line 4 inches wide. The broken or "skip" pattern shall be based on a ' 24-foot unit consisting of a 9-foot line and a 15-foot gap. Skip center strip is used as center �, line delineation on two-lane or three-lane, two-way highways. Double Yellow Center Line (Replacement) Two SOLID YELLOW lines, each 4 inches wide, separated by a 4-inch space. Double .r yellow center stripe is used as center line delineation on multilane, two-way highways and for channelization. � Approach Line (New) 'r A SOLID WHITE line, 8 inches wide, used to separate left and right turning movements from through movements, to separate high occupancy vehicle lanes from general purpose lanes, for islands, hash marks, and other applications. Hash mark stripes shall be placed � on 45-degree angle and 10 feet apart. City of Renton— 2017 Street Patch And SP 55 Special Provisions Overlay with Curb Ramps May 2017 � € . �. � Lane Line (Replacement) A BROKEN WHITE line, 4 inches wide, used to delineate adjacent lanes traveling in the same direction. The broken or"skip" pattern shall be based on a 24-foot unit consisting of a 9-foot line and a 15-foot gap. � Two Way Left Turn Line (Replacement) A SOLID YELLOW line, 4 inches wide, with a BROKEN YELLOW line, 4 inches wide, separated by a 4-inch space. The broken or "skip" pattern shall be based on a 24-foot unit '� consisting of a 9-foot line and a 15-foot space. The solid line shall be installed to the right of the broken line in the direction of travel. � Crosswalk Line (Replacement) A SOLID WHITE line, 8 inches wide and 10 feet long, installed parallel to another crosswalk stripe and parallel to the direction of traffic flow and centered in pairs on lane lines and the center of lanes. See detail sheet. � Stop Line (Replacement) A SOLID WHITE line 12, 18, or 24 inches wide as noted on the Contract plans. � 8-22.3(S) Installation Instructions Section 8-22.3(5) shall be revised by deleting the last sentence: �******� �. 8-22.5 Payment „� Section 8-22.5 is supplemented as follows: �******� "Approach Stripe," per linear foot. r,. "Remove Paint Line ....." wide," per linear foot.* "Remove Plastic Line ......" Wide," per linear foot.* "" "Remove existing traffic markings, "per lump sum.* *The linear foot contract price for "Remove Paint Line" and "Remove Plastic Line" and the lump sum contract price for "Remove existing traffic markings" shall be full compensation � for furnishing all labor, tools, material, and equipment necessary for removal of existing traffic markings as per the plans, specifications and detail sheets. If these pay items do not appear in the contract schedule of prices, then the removal of old or conflicting traffic .. markings required to complete the channelization of the project as shown on the plans or detail sheets shall be considered incidental to other items in the contract and no further compensation shall be made. � 8-23 TEMPORARY PAVEMENT MARKINGS '� 8-23.5 Payment Section 8-23.5 is supplemented with the following: �******� .. If no pay item is included in the contract for installation or for removal of temporary pavement markings then all costs associated with these items are considered incidental to other items in the contract or included under "Traffic Control," if that item is included as a � bid item. �Ir City of Renton— 2017 Street Patch And SP 56 Special Provisions Overlay with Curb Ramps May 2017 1r � 8-50 TRENCH RESTORATION AND STREET OVERLAY REQUIREMENTS (City of Renton GSP)New Section � Section 8-50 is an added new section with new subsections: � �******� CITY OF RENTON TRENCH RESTORATION AND STREET OVERLAY REQUIREMENTS = Amended Apri14, 2005 by Ordinance 5131 SECTION 1 PURPOSE � The purpose of this code section is to establish guidelines for the restoration of City streets disturbed by installation of utilities and other construction activities. Any public or private � utilities, general contractors, or others permitted to work in the public right-of-way will adhere to the procedures set forth in this policy. SECTION 2 DEFINITIONS Engineer: The term engineer shall denote the City project manager, inspector and/or plan r reviewer, or their designated representative. SECTION 3 HOURS OF OPERATIONS ,� Hours for work within the roadway for asphalt overlays or trench restoration shall be as directed by the Traffic Control Plan requirements and as approved by the Traffic Operations Engineer. `* SECTION 4 APPLICATION 1. The following standards shall be followed when doing trench or excavation work within the paved portion of any City of Renton right-of-way. 2. Modifications or exemptions to these standards may be authorized by the �"�" Planning/Building/Public Works Administratar, or authorized representative,upon written request by the permittee,their contractor or engineer and demonstration of an equivalent alternative. � SECTION 5 INSPECTION ' The Engineer may deternune in the field that a full street-width(edge-of-pavement to edge- .. ofpavement) overlay is required due to changes in the permit conditions such as,but not limited to the following: 1. There has been damage to the existing asphalt surface due to the contractor's equipment. � 2. The trench width was increased significantly or the existing pavement is undermined or damaged. � 3. Any other construction related activities that require additional pavement restoration. SECTION 6 CITY OF RENTON STANDARDS � 1. Materials and workmanship are required to be in conformance with standards for the Standard Specifications for Road, Bridge, and Municipal Construction prepared by the "' Washington State Chapter of the American Public Works Association(APWA)and the Washington State Department of Transportation(WSDOT) and shall comply with the most current edition. ..ir An asphalt paver shall be used in accordance with Section 5-04.3(3) of Standard � Specifications. A"Layton Box"or equal may be used in place of the power-propelled paver. Rollers shall be used in accordance with Section 5-04.3(4)of the Standard Specifications. "Plate Compactors"and"Jumping Jacks" SHALL NOT be used in lieu of � rollers. � City of Renton— 2017 Street Patch And SP 57 Special Provisions Overlay with Curb Ramps May 2017 � � 2. Trench backfill and resurfacing shall be as shown in the City of Renton Standard Details �r or as shown on the Plans, unless modified by the City Permit. Surfacing depths shown in the Standard Details are minimums and may be increased by the Engineer to meet traffic loads or site conditions. � SECTION 7 REQUIREMENT FOR PATCHING, OVERLAY, OVERLAY WIDTHS All trench and pavement cuts shall be made by sawcut or by grinding. Sawcuts ar grinding shall be a minimum of one foot (1') outside the trench width. The top two inches(2")of asphalt shall ! be ground down to a minimum distance of one foot(1')beyond the actual outside edges of the trench and shall be replaced with two inches (2") of HMA asphalt, where applicable. At the discretion of the engineer, a full street width overlay may be required. "' Lane-width or a full street-width overlay will be determined based upon the location and length of the proposed trench within the roadway cross-section. Changes in field conditions may warrant implementation of additional overlay requirements. �• 1. Trenches(Road Crossings): a The minimum width of a transverse patch(road crossing) shall be six and one-half feet (6.5'). .. b Any affected lane will be ground down two inches(2") and paved for the entire width of the lane. c Patch shall be a minimum of one foot(1') beyond the excavation and patch length ,r shall be a minimum of an entire traveled lane. d if the outside of the trenching is within three feet(3') of any adjacent lane line, the entire adjacent traveled lane affected will be repaved e An area including the trench and one foot(1') on each side of the trench but not less � than six and one half feet(6.5')total far the entire width of the affected traveled lanes will be ground down to a depth of two inches (2"). A two-inch(2") overlay of HMA asphalt will be applied. '� 2. Trenches Running Parallel With the Street: a The minimum width of a longitudinal patch shall be four and one-half feet (4.5'). b If the trenching is within a single traveled lane, an entire lane-width overlay will be � required. c If the outside of the trenching is within three feet(3') of any adjacent lane line,the entire adjacent traveled lane affected will be overlaid. „� d if the trenching is greater than, or equal to 30%of lane per block(660-foot maximum block length), or if the total patches exceed 12 per block, then the lanes affected will be overlaid.Minimum overlay shall include all patches within the block section. � e The entire traveled lane width for the length of the trench and an additional ten feet (10') at each end of the trench will be ground down to a depth of two inches (2"). A two-inch(2") overlay of HMA asphalt will be applied. 3. Potholing: `~ Potholing shall meet the same requirements as trenching and pavement restoration. Potholing shall be a minimum of one foot (1')beyond the excavation. All affected lanes will be ground down to a depth of two inches (2") and paved not less than six and one � half feet(6.5')wide for the entire width of the lane. Potholes greater than five feet(5') in length, width or diameter shall be restored to trench restoration standards. In all cases, potholes shall be repaired per Renton Standard Plan#HROS (SP Page H032). +■+ Restoration requirements utilizing vactor equipment will be determined by the engineer. � SECTION 8 PAVEMENT REMOVAL IN LIEU OF GRINDING The contractor in all cases can remove the pavement in the replacement area instead of grinding � out the specified two inches(2") of asphalt. Full pavement replacement to meet or exceed the existing pavement depth will be required for the area of pavement removal. City of Renton— 2017 Street Patch And SP 58 Special Provisions Overlay with Curb Ramps May 2017 �. � SECTION 9 TRENCH BACKFILL AND RESTORATION CONSTRUCTION .r REQUIREMENTS 1. Trench restoration shall be either by a patch or overlay method, as required and indicated � on the Plans and City of Renton Standard Plan H033. 2. All trench and pavement cuts, which will not be overlaid, shall be made by sawcut or grinding. Sawcuts shall be a minimum of two feet(2') outside the excavated trench � width. 3. All trenching within the top four feet(4') shall be backfilled with crushed surfacing � materials conforming to Section 4-04 of the Standard Specifications. Any trenching over four feet(4') in depth may use materials approved by the Engineer or Materials Lab for backfilling below the four-foot(4') depth. If the existing material (or other material) is f°r determined by the Engineer to be suitable for backfill, the contractor may use the native material, except that the top six inches (6") shall be crushed surfacing top course material.The trench shall be � compacted to a minimum ninety-five percent(95%) density, as described in Section 2-03 of the Standard Specifications. In the top six feet(6') of any trench,backfill compaction shall be performed in eight to 12-inch(8-12") lifts. Any trench deeper than six feet (6')may be compacted in 24-inch lifts,up to the top six foot r (6') zone. All compaction shall be performed by mechanical methods. The compaction tests may be performed in maximum four-foot(4')vertical increments. The test results shall be .�,, given to the Engineer for review and approval prior to paving. The number and location of tests required shall be determined by the Engineer. � 4. Temporary restoration of trenches for overnight use shall be accomplished by using MC mix (cold mix), Asphalt Treated Base(ATB), or steel plates, as approved by the Engineer. ATB used for temporary restoration may be dumped directly into the trench, bladed out and rolled. After rolling, the trench must be filled flush with asphalt to provide a smooth riding surface. If the temporary restoration does not hold up,the � Contractor shall repair the patch within eight hours of being notified of the problem by the City. This requirement applies 24 hours per day, seven days a week. In the event that the City determines to repair the temporary patch, the contractor shall reimburse the City "° in an amount that is double the City's cost in repairing the patch,with the second half of the reimbursement to represent City overhead and hidden costs. � 5. HMA asphalt shall be placed to the compacted depth as required and indicated on the ... Plans, or as directed by the Engineer. The materials shall be made in conformance with Section 9-02.1(4) of the Standard Specifications. 6. Tack coat shall be applied to the existing pavement at edge of saw cuts and shall be r emulsified asphalt grade CSS-1, as specified in Section 9-02.1(6) of the Standard Specifications. Tack shall be applied as specified in Section 5-04 of the Standarcl � Specifications. � 7. HMA asphalt shall be placed in accordance with Section 5-04 of the Standard Specifications; except those longitudinal joints between successive layers of asphalt , concrete shall be displaced laterally a minimum of twelve inches(12"), unless otherwise approved by the Engineer. Fine and coarse aggregate shall be in accordance with Section �` 9-03.8 of the Standard Specifications. All street surfaces,walks or driveways within the street trenching areas shall be feathered and shimmed to an extent that provides a smooth-riding connection and expeditious "� drainage flow for the newly paved surface. Feathering and shimming shall not decrease the minimum vertical curb depth belo�v four � inches (4") for storm water flow. The Engineer may require additional grinding to increase the curb depth available for storm water flow in areas that are inadequate. Shimming and feathering, as required by the Engineer, shall be accomplished by raking out the oversized aggregates from the HMA mix as appropriate. �„ City of Renton— 2017 Street Patch And SP 59 Special Provisions Overlay with Curb Ramps May 2017 � � Surface smoothness shall be per Section 5-04.3(13) of the Standard Specifications. The rrs paving shall be corrected by removal and repaving of the trench only. Asphalt patch depths will vary based upon the streets being trenched. The actual depths of asphalt and the work to be performed shall be as required and indicated on the Plans. Compaction of all lifts of asphalt shall be a minimum ,� ninety-two percent(92%) of density as determined by WSDOT Test Method 705. The number of tests required shall be determined by the Engineer. Testing shall be performed by an independent testing lab with the results being supplied to the Engineer. Testing is not intended to relieve the � contractor from any liability for the trench restoration. It is intended to show the inspector, and the City, that the restoration meets these specifications. 8. All joints shall be sealed using paving asphalt AR-4000W. 9. When trenching within the unpaved roadway shoulder(s),the shoulder shall be restored r` to its original condition, or better. 10. The final patch or overlay shall be completed as soon as possible and shall not exceed fifteen(15)working days after first opening the trench. This time frame may be adjusted �* if delays are due to inclement paving weather or other adverse conditions that may exist. However, delaying of final patch or overlay work is subject to the Engineer's approval. The Engineer may deem it necessary to complete the work within the fifteen(15) rr working day time frame and not allow any time extension. Should this occur,the Contractor shall perform the necessary work, as directed by the Engineer. 11. A City of Renton temporary Traffic Control Plan(from Renton Transportation ` Engineering) shall be submitted and approved by the Engineer a minimum of three(3) working days prior to commencement of work. SECTION 10 REMOVAL OF UTILITY LOCATE MARKINGS FROM SIDEWALKS REQUIRED The Permittee will be required to remove utility locate marks on sidewalks only within the '� Downtown Core Area. The permittee shall remove the utility locate marks within 14 days of job completion. END OF DIVISION 8 .. DIVISION 9—MATERIALS '� 9-02 BITUMINOUS MATERIALS Section 9-02.1(10) is a new section: �******� � 9-02.1(IO) Loop Sealant(RC) Unless specified otherwise in the contract or permitted by the Engineer upon request from the Contractor, loop sealant shall be hot-melt, rubberized asphalt sealant (Crafco Loop Detector Sealant or approved equal), shall meet the penetration, flow and resilience .. specifications of ASTM D3407. The Contractor shall request and obtain approval from the Engineer for the type of loop sealant to be used before installing detector loops and shall submit manufacturer cutsheets " or other data if requested by the Engineer in order to enable the Engineer to determine the acceptability of the sealant. ., (January 5, 2004) � 9-03 AGGREGATES 9-03.8(7) HMA Tolerances and Adjustments �. Item 1 this is a new Section: City of Renton— 2017 Street Patch And SP 60 Special Provisions Overlay with Curb Ramps May 2017 � � �****� 1. Job Mix Formula Tolerances. After the JMF is determined as required in 5- •� 04.3(7)A, the constituents of the mixture at the time of acceptance shall conform to the following tolerances: � Nonstatistical Commercial Evaluation Evaluation Aggregate, percent passing � 1„ 3/„ ,/2", and 3/8" sieves ±6% ±8% ,,, U.S. No. 4 sieve ±6°/a ±8% U.S. No. 8 sieve ±6% ±8% U.S. No. 16 sieve ±4% ±6% ,,,� U.S. No. 30 sieve ±4% ±6% U.S. No. 50 sieve ±4% ±6% � U.S. No. 100 sieve ±3% ±5% U.S. No. 200 sieve ±2.0% ±3.0% Asphalt Binder ±0.5% ±0.7% � VMA 1.5% below minimum value in 9-03.8(2) VFA min. and max. as listed in 9-03.8(2) Va 2.5% minimum and 5.5% maximum r These tolerance limits constitute the allowable limits as described in Section 1-06.2. � The tolerance limit for aggregate shall not exceed the limits of the control points section, except the tolerance limits for sieves designated as 100% passing will be 99-100. 9-OS DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS ..r 9-05.15 Metal Castings (Special Provision) Revision Section 9-05.15 is revised as follows: � , In the first sentence of the second paragraph,delete"dipped." � 9-23 CONCRETE CURING MATERIALS AND ADMIXTURES 9-23.9 Fly Ash (RC) "f Section 9-23.9 is revised as follows: �******� � Fly ash shall not be used around water lines. 9-29 ILLUMINATION, SIGNALS, ELECTRICAL t .. 9-29.3(2) F Detector Loop Wire (Special Provision)Revision Section 9-29.3(2)F is revised as follows: '� �******� Detector loop wire shall be No. 12 AWG stranded copper wire, Class B, with chemically cross � linked polyethylene type RHH-RHW insulation of code thickness. � END OF DIVISION 9 �, City of Renton— 2017 Street Patch And SP 61 Special Provisions Overlay with Curb Ramps May 20I7 � _,r,� � r. � �r � 1r. � Il�r � r � � � r � r r City of Renton— 2017 Street Patch And SP 62 Special Provisions Overlay with Curb Ramps May 2017 � � CITY OF RENTON 2017 STREET PATCH AND OVERLAY �. CONTRACT DOCUMENTS r. � �, AMENDMENTS TO THE � STANDARD SPECIFICATIONS � � � � � �. � � � � � 1 INTRO.AP1 � 2 INTRODUCTION 3 The following Amendments and Special Provisions shall be used in conjunction with the � 4 2016 Standard Specifications for Road, Bridge, and Municipal Construction. 5 6 AMENDMENTS TO THE STANDARD SPECIFICATIONS � 7 8 The following Amendments to the Standard Specifications are made a part of this contract 9 and supersede any conflicting provisions of the Standard Specifications. For informational � 10 purposes, the date following each Amendment title indicates the implementation date of the 11 Amendment or the latest date of revision. 12 �13 Each Amendment contains all current revisions to the applicable section of the Standard 14 Specifications and may include references which do not apply to this particular project. 15 16 1-01.AP1 � 17 Section 1-01, Definitions and Terms 18 August 1, 2016 19 1-01.3 Definitions � 20 The following new term and definition is inserted after the eighth paragraph: 21 �22 Cold Weather Protection Period—A period of time 7 days from the day of concrete 23 placement or the duration of the cure period, whichever is longer. 24 � 25 1-02.AP1 ,,,�, 26 Section 1-02, Bid Procedures and Conditions 27 April 4, 2016 .�i 28 1-02.4(1) General 29 The first sentence of the last paragraph is revised to read: � 30 � 31 Any prospective Bidder desiring an explanation or interpretation of the Bid Documents, 32 shall request the explanation or interpretation in writing by close of business on the , 33 Thursday preceding the bid opening to allow a written reply to reach all prospective 34 Bidders before the submission of their Bids. "" 35 36 1-02.9 Delivery of Proposal 37 The last sentence of the third paragraph is revised to read: "'� 38 39 The Contracting Agency will not open or consider any Proposal when the Proposal or � 40 Bid deposit is received after the time specified for receipt of Proposals or received in a 41 location other than that specified for receipt of Proposals unless an emergency or 42 unanticipated event interrupts normal work processes of the Contracting Agency so that � 43 Proposals cannot be received. 44 � 45 The following new paragraph is inserted before the last paragraph: � 46 47 If an emergency or unanticipated event interrupts normal work processes of the 48 Contracting Agency so that Proposals cannot be received at the office designated for � 49 receipt of bids as specified in Section 1-02.12 the time specified for receipt of the � AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 � � 1 Proposal wili be deemed to be extended to the same time of day specified in the 2 solicitation on the first work day on which the normal work processes of the Contracting 3 Agency resume. � 4 5 1-02.12 Public Opening of Proposals � 6 This section is supplemented with the following new paragraph: 7 8 If an emergency or unanticipated event interrupts normal work processes of the 9 Contracting Agency so that Proposals cannot be opened at the time indicated in the call � 10 for Bids the time specified for opening of Proposals will be deemed to be extended to 11 the same time of day on the first work day on which the normal work processes of the 12 Contracting Agency resume. � 13 14 1-04.AP1 15 Section 1-04, Scope of the Work �° 16 January 3, 2017 �. 17 1-04.2 Coordination of Contract Documents, Plans, Special Provisions, 18 Specifications, and Addenda �„ 19 The following new paragraph is inserted before the second to last paragraph: 20 � 21 Whenever reference is made in these Specifications or the Special Provisions to codes, 22 rules, specifications, and standards, the reference shall be construed to mean the code, 23 rule, specification, or standard that is in effect on the Bid advertisement date, unless � 24 otherwise stated or as required by law. 25 26 1-04.3 Reference Information � 27 This section is supplemented with the following new sentence: 28 29 If a document that is provided as reference information contains material also included 30 as a part of the Contract, that portion of the document shall be considered a part of the � 31 Contract and not as Reference Information. 32 33 1-06.AP1 �' 34 Section 1-06, Control of Material �r. 35 January 4, 2016 � 36 This section is supplemented with the following new section and subsections: 37 38 1-06.6 Recycled Materials „ � 39 The Contractor shall make their best effort to utilize recycled materials in the ,� 40 construction of the project; the use of recycled concrete aggregate as specified in 41 Section 1-06.6(1)A is a requirement of the Contract. 42 ' � 43 The Contractor shall submit a Recycled Material Utilization Plan as a Type 1 Working 44 Drawing within 30 calendar days after the Contract is executed. The plan shall provide 45 the Contractor's anticipated usage of recycled materials for meeting the requirements of � 46 these Specifications. The quantity of recycled materials will be provided in tons and as 47 a percentage of the Plan quantity for each material listed in Section 9-03.21(1)E Table 48 on Maximum Allowable Percent (By Weight) of Recycled Material. When a Contract � 49 does not include Work that requires the use of a material that is included in the � AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK � Revised: 4/3/17 1 requirements for using materials the Contractor may state in their plan that no recycled � 2 materials are proposed for use. 3 �4 Prior to Physical Completion the Contractor shall report the quantity of recycled 5 materials that were utilized in the construction of the project for each of the items listed 6 in Section 9-03.21. The report shall include hot mix asphalt, recycled concrete 7 aggregate, recycled glass, steel furnace slag and other recycled materials (e.g. � 8 utilization of on-site material and aggregates from concrete returned to the supplier). 9 The Contractor's report shall be provided on DOT Form 350-075 Recycled Materials 10 Reporting. � 11 �,,, 12 1-06.6(1) Recycling ofAggregate and Concrete Materials 13 14 1-06.6(1)A General � 15 The minimum quantity of recycled concrete aggregate shall be 25 percent of the total 16 quantity of aggregate that is incorporated into the Contract for those items listed in � 17 Section 9-03.21(1)E Table on Maximum Allowable Percent (By Weight) of Recycled 18 Material that allow the use of recycled concrete aggregate. The percentage of recycled 19 material incorporated into the project for meeting the required percentage will be � 20 calculated in tons based on the quantity of recycled concrete used on the entire 21 Contract and not as individual items. ""' 22 23 If the Contractor's total cost for Work with recycled concrete aggregate is greater than 24 without the Contractor may choose to not use recycled concrete aggregate. When the r 25 Contractor does not meet the minimum requirement of 25 percent recycled concrete 26 aggregate for the Contract due to costs or any other reason the following shall be � 27 submitted: 28 29 1. A cost estimate for each material listed in Section 9-03.21(1)E that is utilized � 30 on the Contract. The cost estimate shall include the following: 31 32 a. The estimated costs for the Work for each material with 25 percent � 33 recycled concrete aggregate. The cost estimate shall include for each 34 material a copy of the price quote from the supplier with the lowest total 35 cost for the Work. � 36 37 b. The estimated costs for the Work for each material without recycled 38 concrete aggregate. 39 �40 The Contractor's cost estimates shall be submitted as an attachment to the Recycled 41 Materials Reporting form. 42 �43 1-07.AP1 44 Section 1-07, Legal Relations and Responsibilities to the Public 45 January 3, 2017 � 46 1-07.1 Laws to be Observed 47 In the second to last sentence of the third paragraph, "WSDOT" is revised to read � 48 "Contracting Agency". 49 � � ..r AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 � � 1 1-07.2(2) State Sales Tax: WAC 458-20-170 — Retail Sales Tax 2 The last three sentences of the first paragraph are deleted and repiaced with the following � 3 new sentence: 4 5 The Contractor (Prime or Subcontractor) shall include sales or use tax on the purchase 6 or rental of tools, machinery, equipment, or consumable supplies not integrated into the � 7 project, in the unit bid prices. 8 9 1-07.3(1) Forest Fire Prevention � 10 This section is supplemented with the following new subsections: 11 12 1-07.3(1)A Fire Prevention Control and Countermeasures Plan � 13 The Contractor shall prepare and implement a project-specific fire prevention, control, 14 and countermeasures plan (FPCC Plan) for the duration of the project. The Contractor 15 shall submit a Type 2 Working Drawing no later than the date of the preconstruction . � 16 conference. r 17 18 1-07.3(1)A1 FPCC Plan Implementation Requirements 19 The Contractor's FPCC Plan shall be fully implemented at all times. The � 20 Contractor shall update the FPCC Plan throughout project construction so that the 21 plan reflects actual site conditions and practices. The Contractor shall update the � 22 FPCC Plan at least annually and maintain a copy of the updated FPCC Plan that is 23 available for inspection on the project site. Revisions to the FPCC Plan and the 24 Industrial Fire Precaution Level (IFPL) shall be discussed at the weekly project 25 safety meetings. � 26 � 27 1-07.3(1)A2 FPCC Plan Element Requirements 28 The FPCC Plan shall include the following: 29 �r,► 30 1. The names, titles, and contact information for the personnel responsible 31 for implementing and updating the plan. � 32 33 2. The names and telephone numbers of the Federal, State, and local 34 agencies the Contractor shall notify in the event of a fire. � 35 36 3. All potential fire causing activities such as welding, cutting of inetal, 37 blasting, fueling operations, etc. � 38 39 4. The location of fire extinguishers, water, shovels, and other firefighting 40 equipment. 41 � 42 5. The response procedures the Contractor shall follow in the event of a fire. 43 44 Most of Washington State is covered under the IFPL system which, by law, is � 45 managed by the Department of Natural Resources (DNR). It is the Contractor's 46 responsibility to be familiar with the DNR requirements and to verify whether or not 47 IFPL applies to the specific project. � 48 49 If the Contractor wishes to continue a work activity that is prohibited under an 50 industrial fire precaution level, the Contractor shall obtain a waiver from the DNR 51 and provide a copy to the Engineer prior to continuation of work on the project. � 52 � AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK � Revised: 4/3/17 1 If the IFPL requirements prohibit the Contractor from performing Work the � 2 Contractor may be eligible for an unworkable day in accordance with Section 1- � 3 08.5. 4 5 The Contractor shall comply with the requirements of these provisions at no "'r 6 additional cost to the Contracting Agency. 7 �8 1-07.8 High-Visibility Apparel 9 The last paragraph is revised to read: 10 "! 11 High-visibility garments shall be labeled as, and in a condition compliant with the .r 12 ANSI/ISEA 107 (2004 or later version) and shall be used in accordance with 13 manufacturer recommendations. 14 ,� 15 1-07.8(1) Traffic Control Personnel 16 In this section, references to "ANSI/ISEA 107-2004" are revised to read "ANSI/ISEA 107". � 17 18 1-07.8(2) Non-Traffic Control Personnel 19 In this section, the reference to "ANSI/ISEA 107-2004" is revised to read "ANSI/ISEA 107". a� 20 21 1-07.9(2) Posting Notices �` 22 Items 1 and 2 are revised to read: 23 24 1. EEOC - P/E-1 (revised 11/09, supplemented 09/15)— Equal Employment � 25 Opportunity IS THE LAW published by US Department of Labor. Post for projects 26 with federal-aid funding. � 27 28 2. FHWA 1022 (revised 05/15)— NOTICE Federal-Aid Project published by Federal 29 Highway Administration (FHWA). Post for projects with federal-aid funding. � 30 .r 31 Items 5, 6 and 7 are revised to read: 32 33 5. WHD 1420 (revised 02/13) — Employee Rights and Responsibilities Under The .r 34 Family And Medical Leave Act published by US Department of Labor. Post on all 35 projects. � 36 37 6. WHD 1462 (revised 01/16)— Employee Polygraph Protection Act published by 38 US Department of Labor. Post on all projects. � 39 40 7. F416-081-909 (revised 09/15)—Job Safety and Health Law published by 41 Washington State Department of Labor and Industries. Post on all projects. 42 �43 Items 9 and 10 are revised to read: 44 45 9. F700-074-909 (revised 06/13)—Your Rights as a Worker in Washington State � 46 by Washington State Department of Labor and Industries (L&I). Post on all projects. .r► 47 48 10. EMS 9874 (revised 10/15) — Unemployment Benefits published by Washington 49 State Employment Security Department. Post on all projects. ,� 50 51 1-07.15(1) Spill Prevention, Control, and Countermeasures Plan � 52 The second sentence of the first paragraph is deleted. � � AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 � � 1 2 The first sentence of the second paragraph is revised to read: 3 � 4 The SPCC Plan shail address all fuels, petroleum products, hazardous materials, and 5 other materials defined in Chapter 447 of the WSDOT Environmental Manual M 31-11. 6 7 Item number four of the fourth paragraph (up until the colon) is revised to read: �. g 9 4. Potential Spill Sources — Describe each of the following for all potentially 10 hazardous materials brought or generated on-site, including but not limited to �r 11 materials used for equipment operation, refueling, maintenance, or cleaning: 12 � 13 The first sentence of item 7e of the fourth paragraph is revised to read: 14 15 BMP methods and locations where they are used to prevent discharges to ground or p 16 water during mixing and transfer of hazardous materials and fuel. ,r 17 18 The last paragraph is deleted. 19 ' � 20 1-08.AP1 21 Section 1-08, Prosecution and Progress 22 January 3, 2017 �` 23 1-08.1 Subcontracting � 24 The second sentence of the second to last paragraph is revised to read: 25 +r 26 Whenever the Contractor withholds payment to a Subcontractor for any reason 27 including disputed amounts, the Contractor shall provide notice within 10 calendar days 28 to the Subcontractor with a copy to the Contracting Agency identifying the reason for the �r 29 withholding and a clear description of what the Subcontractor must do to have the 30 withholding released. � 31 32 The fourth sentence of the second to last paragraph is revised to read: 33 �- 34 The Monthly Payment Summary shall include all Subcontractors that performed work � 35 that was paid on the progress estimate by the Contracting Agency. 36 37 1-08.1(1) Prompt Payment, Subcontract Completion and Return of Retainage � 38 Withheld 39 In item number 5 of the first paragraph, "WSDOT" is revised to read "Contracting Agency". 40 � 41 The last sentence in item number 11 of the first paragraph is revised to read: 42 43 The Contractor may also require any documentation from the Subcontractor that is � 44 required by the subcontract or by the Contract between the Contractor and Contracting 45 Agency or by law such as affidavits of wages paid, and material acceptance 46 certifications to the extent that they relate to the Subcontractor's Work. � 47 48 Item number 12 of the first paragraph is revised to read: 49 _ 50 12. If the Contractor fails to comply with the requirements of the Specification and the � 51 Subcontractor's retainage or retainage bond is wrongfully withheld, the Contractor * � AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 � I 1 will be subject to the actions described in No. 7 listed above. The Subcontractor � 2 may also seek recovery against the Contractor under applicable prompt pay 3 statutes in addition to any other remedies provided for by the subcontract or by law. 4 � 5 1-08.5 Time for Completion 6 In item 2c of the last paragraph, "Quarterly Reports" is revised to read "Monthly Reports". 7 �8 1-09.AP1 9 Section 1-09, Measurement and Payment 10 April 4, 2016 � � 11 1-09.6 Force Account 12 The second sentence of item number 4 is revised to read: 13 .r� 14 A "specialized service" is a work operation that is not typically done by worker 15 classifications as defined by the Washington State Department of Labor and Industries � 16 and by the Davis Bacon Act, and therefore bills by invoice for work in road, bridge and 17 municipal construction. 18 � 19 1-10.AP1 20 Section 1-10, Temporary Traffic Control � 21 January 3, 2017 22 1-10.1(2) Description '� 23 The first paragraph is revised to read: � 24 25 The Contractor shall provide flaggers and all other personnel required for labor for traffic 26 control activities that are not otherwise specified as being furnished by the Contracting ,� 27 Agency. 28 �' 29 In the third paragraph, "Project Engineer" is revised to read "Engineer". 30 31 The following new paragraph is inserted after the third paragraph: .ri 32 33 The Contractor shall keep lanes, on-ramps, and off-ramps, open to traffic at all times � 34 except when Work requires closures. Ramps shall not be closed on consecutive 35 interchanges at the same time, unless approved by the Engineer. Lanes and ramps 36 shall be closed for the minimum time required to complete the Work. When paving hot � 37 mix asphalt the Contractor may apply water to the pavement to shorten the time 38 required before reopening to traffic. 39 �40 1-10.3(2)C Lane Closure Setup/Takedown 41 The following new paragraph is inserted before the last paragraph: 42 , 43 Channelization devices shall not be moved by traffic control personnel across an open 44 lane of traffic. If an existing setup or staging of traffic control devices require crossing "" 45 an open lane of traffic, the traffic control devices shall be taken down completely and 46 then set up in the new configuration. 47 ,r� � '�! � AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 � ` � 1 2-03.AP2 2 Section 2-03, Roadway Excavation and Embankment �: 3 August 1, 2016 � 4 2-03.3(7)C Contractor-Provided Disposal Site 5 The second paragraph is revised to read: 6 '"" 7 The Contractor shall acquire all permits and approvals required for the use of the 8 disposal sites before any waste is hauled off the project. The Contractor shall submit a � 9 Type 1 Working Drawing consisting of copies of the permits and approvals for any 10 disposal sites to be used. The cost of any such permits and approvals shall be included 11 in the Bid prices for other Work. � 12 13 The third paragraph is deleted. 14 , �` 15 2-06.AP2 �,. 16 Section 2-06, Subgrade Preparation 17 January 3, 2017 j�„� 18 2-06.3(2) Subgrade for Pavement 19 The second sentence in the first paragraph is revised to read: � 20 21 The Contractor shall compact the Subgrade to a depth of 6 inches to 95 percent of 22 maximum density as determined by the compaction control tests for granular materials. � 23 24 3-04.AP3 25 Section 3-04, Acceptance of Aggregate � 26 January 3, 2017 27 3-04.5 Payment 28 In Table 1, the Contingent Unit Price Per Ton value for the item HMA Aggregate is revised � 29 to read "$15.00". 30 31 4-04.AP4 � 32 Section 4-04, Ballast and Crush Surfacing � 33 January 3, 2017 34 4-04.3(5) Shaping and Compaction � 35 The first sentence is revised to read: 36 37 Immediately following spreading and final shaping, each layer of surfacing shall be �,,. 38 compacted to at least 95 percent of maximum density determined by the requirements 39 of Section 2-03.3(14)D before the next succeeding layer of surFacing or pavement is 40 placed. ,� 41 42 5-01.AP5 � 43 Section 5-01, Cement Concrete Pavement Rehabilitation 44 January 3, 2017 45 In this section, "portland cement" is revised to read "cemenY'. 46 � AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK � Revised: 4/3/17 � 1 5-01.2 Materials � 2 In the first paragraph, the following item is inserted after the item "Joint Sealants": 3 4 Closed Cell Foam Backer Rod 9-04.2(3)A � 5 6 5-01.3(1)A Concrete Mix Designs 7 This section, including title, is revised to read: � 8 9 5-01.3(1)A Mix Designs 10 The Contractor shall use either concrete patching materials or cement concrete for the "� 11 rehabilitation of cement concrete pavement. Concrete patching materials shall be used �' 12 for spall repair and dowel bar retrofitting and cement concrete shall be used for concrete 13 panel replacement. 14 � 15 5-01.3(1)A1 Concrete Patching Materials 16 Item number 1 is revised to read: � 17 18 1. Materials —The prepackaged concrete patching material and the aggregate 19 extender shall conform to Section 9-20. � 20 21 5-01.3(1)A2 Portland Cement Concrete � 22 This section, including title, is revised to read: 23 24 5-01.3(1)A2 Cement Concrete for Panel Replacement "� 25 Cement concrete for panel replacement shall meet the requirements of Sections 5- 26 05.3(1) and 5-05.3(2) and be air entrained with a design air content of 5.5 percent. � 27 Cement concrete for panel replacement may use rapid hardening hydraulic cement 28 meeting the requirements of Section 9-01.2(2). Rapid hardening hydraulic cement will 29 be considered a cementitious material for the purpose of calculating the '� 30 water/cementitious materials ratio and the minimum cementitious materials requirement. +�► 31 32 5-01.3(1)B Equipment 33 This section's title is revised to read: ,r,� 34 35 Equipment for Panel Replacement � 36 37 5-01.3(2)B Portland Cement Concrete 38 This section's title is revised to read: � 39 40 Cement Concrete for Panel Replacement 41 � 42 This section is supplemented with the following new subsection: 43 44 5-01.3(2)B1 Conformance to Mix Design 45 Acceptance of cement concrete pavement for panel replacement shall be in accordance 46 with Section 5-01.3(2)B. The cement, coarse, and fine aggregate weights shall be within "" 47 the tolerances of the mix design in accordance with Section 5-05.3(1). 48 49 5-01.3(2)B1 Rejection of Concrete .� 50 This section is renumbered as follows: 51 � � � AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 � � 1 5-01.3(2)B2 Rejection of Concrete 2 � 3 5-01.3(4) Replace Portland Cement Concrete Panel 4 This section's title is revised to read: 5 6 Replace Cement Concrete Panel 7 �" 8 5-01.3(8) Sealing Existing Transverse and Longitudinal Joints 9 This section's title is revised to read: 10 �• 11 Sealing Existing Longitudinal and Transverse Joint 12 � 13 The first paragraph is revised to read: 14 15 The Contractor shall clean and seal existing longitudinal and transverse joints where 16 shown in the Plans or as marked by the Engineer. � 17 18 The first sentence of the second paragraph is revised to read: � 19 20 Old sealant and incompressible material shall be completely removed from the joint to 21 the depth of the new reservoir with a diamond blade saw in accordance with the detail � 22 shown in the Standard Plans. 23 24 The fifth paragraph is revised to read: 25 � 26 Immediately prior to sealing, the cracks shall be blown clean with dry oil-free 27 compressed air. If shown in the Plans, a backer rod shall be placed at the base of the 28 sawn reservoir. The joints shall be completely dry before the sealing installation may � 29 begin. Immediately following the air blowing and backer rod placement, if required, the 30 sealant material shall be installed in conformance to manufacturer's recommendations 31 and in accordance with Section 5-05.3(8)B. � 32 33 5-01.3(9) Portland Cement Concrete Pavement Grinding 34 This section's title is revised to read: 35 � 36 Cement Concrete Pavement Grinding � 37 38 5-01.3(11) Concrete Slurry and Grinding Residue ` � 39 The last sentence of the first paragraph is revised to read: 40 41 Slurry shall not be allowed to drain into an area open to traffic, off of the paved surface, 42 into any drainage structure, water of the state, or wetlands. ""' 43 44 The following new sentence is inserted at the end of the second paragraph: 45 � 46 The Contractor shall submit copies of all disposal tickets to the Engineer within 5 47 calendar days. � 48 49 5-01.4 Measurement 50 The fourth paragraph is revised to read: �' 51 � � AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK � Revised: 413/17 1 Sealing existing longitudinal and transverse joint will be measured by the linear foot, � 2 measured along the line of the completed joint. � 3 4 5-01.5 Payment � 5 The Bid item "Sealing Transverse and Longitudinal Joints", per linear foot and the paragraph 6 following Bid item are revised to read: 7 �8 "Sealing Existing Longitudinal and Transverse JoinY', per linear foot. 9 10 The unit Contract price per linear foot for"Sealing Existing Longitudinal and Transverse " 11 Joint", shall be full payment for all costs to complete the Work as specified, including r 12 removing incompressible material, preparing and sealing existing transverse and 13 longitudinal joints where existing transverse and longitudinal joints are cleaned and for 14 all incidentals required to complete the Work as specified. ,,,� 15 16 5-02.AP5 � 17 Section 5-02, Bituminous Surface Treatment 18 April 4, 2016 � 19 5-02.3(2) Preparation of Roadway Surface 20 This section is supplemented with the following new subsection: � 21 22 5-02.3(2)E Crack Sealing � 23 Where shown in the Plans, seal cracks and joints in the pavement in accordance with 24 Section 5-04.3(4)A1 and the following: 25 �26 1. Cracks '/4 inch to 1 inch in width -fill with hot poured sealant. 27 28 2. Cracks greater than 1 inch in width —fill with sand slurry. � 29 ,,,,; 30 5-04.AP5 . 31 Section 5-04, Hot Mix Asphalt 32 April 3, 2017 „y 33 This section (and all subsections) is revised to read: � 34 35 This Section 5-04 is written in a style which, unless otherwise indicated, shall be 36 interpreted as direction to the Contractor. � 37 38 5-04.1 Description 39 This Work consists of providing and placing one or more layers of plant-mixed hot mix 40 asphalt (HMA) on a prepared foundation or base, in accordance with these � 41 Specifications and the lines, grades, thicknesses, and typical cross-sections shown 42 in the Plans. The manufacture of HMA may include warm mix asphalt (WMA) processes 43 in accordance with these Specifications. �� 44 .M 45 HMA shall be composed of asphalt binder and mineral materials as required, and may 46 include reclaimed asphalt pavement (RAP) or reclaimed asphalt shingles (RAS), mixed 47 in the proportions specified to provide a homogeneous, stable, and workable mix. ,,,� 48 49 5-04.2 Materials � 50 Provide materials as specified in these sections: ► .r AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 � � 1 2 Asphalt Binder 9-02.1(4) � 3 Cationic Emulsified Asphait 9-02.1(6) 4 Anti-Stripping Additive 9-02.4 5 Warm Mix Asphalt Additive 9-02.5 6 Aggregates 9-03.8 � 7 Reclaimed Asphalt Pavement (RAP) 9-03.8(3)B 8 Reclaimed Asphalt Shingles (RAS) 9-03.8(3)B 9 Mineral Filler 9-03.8(5) � 10 Recycled Material 9-03.21 11 Joint Sealants 9-04.2 12 Closed Cell Foam Backer Rod 9-04.2(3)A � 13 14 5-04.2(1) How to Get an HMA Mix Design on the QPL 15 Comply with each of the following: � 16 � 17 • Develop the mix design in accordance with WSDOT SOP 732. 18 19 • Develop a mix design that complies with Sections 9-03.8(2) and 9-03.8(6). � 20 21 • Develop a mix design no more than 6 months prior to submitting it for QPL 22 evafuation. � 23 24 • Submit mix designs to the WSDOT State Materials Laboratory in 25 Tumwater, including WSDOT Form 350-042. �" 26 � 27 • Include representative samples of the materials that are to be used in the 28 HMA production as part of the mix design submittal. 29 � 30 • Identify the brand, type, and percentage of anti-stripping additive in the 31 mix design submittal. � 32 33 • Include with the mix design submittal a certification from the asphalt 34 binder supplier that the anti-stripping additive is compatible with the crude � 35 source and the formulation of asphalt binder proposed for use in the mix 36 design. 37 38 • Do not include warm mix asphalt (WMA) additives when developing a mix � 39 design or submitting a mix design for QPL evaluation. The use of warm 40 mix asphalt (WMA) additives is not part of the process for obtaining 41 approval for listing a mix design on the QPL. Refer to Section 5-04.2(2)B. 42 �r,. 43 The Contracting Agency's basis for approving, testing, and evaluating HMA mix 44 designs for approval on the QPL is dependent on the contractual basis for 45 acceptance of the HMA mixture, as shown in Table 1. �, 46 Table 1 � Basis for Contracting Agency Evaluation of HMA Mix Designs for Approval on the QPL Contractual Basis Basis for Contracting Contracting Agency �` for Acceptance of Agency Approval of Materials Testin for r � AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 � HMA Mixture (see Mix Design for Evaluation of the Mix � Section 5-04.3 9 Placement on QPL Desi n � The Contracting Agency WSDOT Standard Will test the mix design � Statistical Evaluation Practice QC-8 materials for compliance with Sections 9-03.8(2) and 9-03.8 6 . � The Contracting Agency Review of Form 350-042 may elect to test the mix for compliance with design materials, or � Visual Evaluation Sections 9-03.8(2) and evaluate in accordance 9-03.8(6) w�th WSDOT Standard Practice QC-8, at its sole discretion. � 1 2 If the Contracting Agency approves the mix design, it will be listed on the QPL for � 3 12 consecutive months. The Contracting Agency may extend the 12 month listing 4 provided the Contractor submits a certification letter to the Qualified Products 5 Engineer verifying that the aggregate source and job mix formula (JMF) gradation, � 6 and asphalt binder crude source and formulation have not changed. The Contractor 7 may submit the certification no sooner than three months prior to expiration of the '� 8 initial 12 month mix design approval. Within 7 calendar days of receipt of the 9 Contractor's certification, the Contracting Agency will update the QPL. The 10 maximum duration for approval of a mix design and listing on the QPL will be 24 � 11 months from the date of initial approval or as approved by the Engineer. 12 �13 5-04.2(1)A Mix Designs Containing RAP and/or RAS 14 Mix designs are classified by the RAP and/or RAS content as shown in Table 15 2. � 16 Table 2 Mix Design Classification Based on RAP/RAS Content � RAP/RAS Classification RAP/RAS Content' Low RAP/No RAS 0% <_ RAP% <_ 20% and RAS% _ 0% �High RAP/Any RAS 20% < RAP% <_ Maximum Allowable RAP2 and/or � 0% < RAS% <_ Maximum Allowable RAS2 'Percentages in this table are by total weight of HMA zSee Table 4 to determine the limits on the maximum amount RAP � and/or RAS. 17 18 5-04.2(1)A1 Low RAP/No RAS — Mix Design Submittals for Placement � 19 on QPL �+ 20 For Low RAP/No RAS mix designs, comply with the following additional 21 requirements: 22 ,,,,� 23 1. Develop the mix design with or without the inclusion of RAP. 24 � "� r AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 � 1 2. The asphalt binder grade shall be the grade indicated in the Bid �"' 2 item name or as otherwise required by the Contract. 3 � 4 3. Submit samples of RAP if used in development of the mix �� 5 design. 6 � 7 4. Testing RAP or RAS stockpiles is not required for obtaining 8 approval for placing these mix designs on the QPL. 9 � 10 5-04.2(1)A2 High RAP/Any RAS - Mix Design Submittals for 11 Placement on QPL 12 For High RAP/Any RAS mix designs, comply with the following additional � 13 requirements: 14 15 1. For mix designs with any RAS, test the RAS stockpile (and RAP � 16 stockpile if any RAP is in the mix design) in accordance with 17 Table 3. �" 18 19 2. For High RAP mix designs with no RAS, test the RAP stockpile � 20 in accordance with Table 3. 21 22 3. For mix designs with High RAP/Any RAS, construct a single � 23 stockpile for RAP and a single stockpile for RAS and isolate 24 (sequester) these stockpiles from further stockpiling before 25 beginning development of the mix design. Test the RAP and �' 26 RAS during stockpile construction as required by item 1 and 2 ,,,,� 27 above. Use the test data in developing the mix design, and report 28 the test data to the Contracting Agency on WSDOT Form 350- 29 042 as part of the mix design submittal for approval on the QPL. � 30 Account for the reduction in asphalt binder contributed from RAS 31 in accordance with AASHTO PP 78. Do not add to these � 32 stockpiles after starting the mix design process. 33 Table 3 Test Frequency of RAP/RAS During RAP/RAS Stockpile � Construction For Approving a High RAP/Any RAS Mix Desi n for Placement on the QPL Test Fre uenc ' Test for Test Method � • 1/1000 tons of RAP (minimum Asphalt Binder FOP for AASHTO of 10 per mix Content and Sieve T 308 design) and Analysis of Fine and • 1/100 tons of and Coarse FOP for WAQTC T RAS (minimum Aggregate 27/T 11 � of 10 per mix desi n '"tons", in this table, refers to tons of the reclaimed material � before being incorporated into HMA. 34 35 4. Limit the amount of RAP and/or RAS used in a High RAP/Any � 36 RAS mix design by the amount of binder contributed by the RAP 37 and/or RAS, in accordance with Table 4. � AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK � Revised: 4/3/17 1 �Table 4 Maximum Amount of RAP and/or RAS in HMA Mixture Maximum Amount of Binder Contributed from: � RAP RAS 40%' minus contribution of 20o�oZ binder from RAS � ' Calculated as the weight of asphalt binder contributed from the RAP as a percentage of the total weight of asphalt binder in the mixture. " 2 Calculated as the weight of asphaft binder contributed from +�► the RAS as a percentage of the total weight of asphalt binder in the mixture. 2 � 3 5. Develop the mix design including RAP, RAS, recycling agent, 4 and new binder. � 5 6 6. Extract, recover, and test the asphalt residue from the RAP and 7 RAS stockpiles to determine the percent of recycling agent � 8 and/or grade of new asphalt binder needed to meet but not 9 exceed the performance grade (PG) of asphalt binder required 10 by the Contract. 11 �12 a. Perform the asphalt extraction in accordance with AASHTO 13 T 164 or ASTM D 2172 using reagent grade solvent. 14 �15 b. Perform the asphalt recovery in accordance with AASHTO R 16 59 or ASTM D 1856. 17 �18 c. Test the recovered asphalt residue in accordance with 19 AASHTO R 29 to determine the asphalt binder grade in 20 accordance with Section 9-02.1(4). � 21 22 d. After determining the recovered asphalt binder grade, 23 determine the percent of recycling agent and/or grade of ,� 24 new asphalt binder in accordance with ASTM D 4887. 25 " 26 e. Test the final blend of recycling agent, binder recovered 27 from the RAP and RAS, and new asphalt binder in 28 accordance with AASHTO R 29. The final blended binder '� 29 shall meet but not exceed the performance grade of asphalt 30 binder required by the Contract and comply with the � 31 requirements of Section 9-02.1(4). 32 33 7. Include the following test data with the mix design submittal: '� 34 �„ 35 a. All test data from RAP and RAS stockpile construction. 36 37 b. All data from testing the recovered and blended asphalt � 38 binder. 39 � � � AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 � � 1 8. Include representative samples of the following with the mix 2 design submittal: 3 � 4 a. RAP and RAS. 5 6 b. 150 grams of recovered asphalt residue from the RAP and � 7 RAS that are to be used in the HMA production. 8 9 5-04.2(1)B Commercial HMA- Mix Design Submittal for Placement on � 10 QPL 11 For HMA used in the Bid item Commercial HMA, in addition to the 12 requirements of 5-04.2(1) identify the folfowing in the submittal: � 13 14 1. Commercial HMA 15 � 16 2. Class of HMA 17 18 3. PerFormance grade of binder 19 � 20 4. Equivalent Single Axle Load (ESAL) 21 22 The Contracting Agency may elect to approve Commercial HMA mix designs � 23 without evaluation. 24 25 5-04.2(1)C Mix Design Resubmittal for QPL Approval �� 26 Develop a new mix design and resubmit for approval on the QPL when any of � 27 the following changes occur. When these occur, discontinue using the mix 28 design until after it is reapproved on the QPL. � 29 30 1. Change in the source of crude petroleum used in the asphalt binder. 31 � 32 2. Changes in the asphalt binder refining process. 33 34 3. Changes in additives or modifiers in the asphalt binder. 35 �� 36 4. Changes in the anti-strip additive, brand, type or quantity. � 37 38 5. Changes to the source of material for aggregate. 39 Ilr. 40 6. Changes to the job mix formula that exceed the amounts as 41 described in item 2 of Section 9-03.8(7), unless otherwise approved � 42 by the Engineer. 43 44 7. Changes in the percentage of material from a stockpile, when such � 45 changes exceed 5% of the total aggregate weight. 46 47 a. For Low RAP/No RAS mix designs developed without RAP, � 48 changes to the percentage of material from a stockpile will be 49 calculated based on the total aggregate weight not including the 50 weight of RAP. 51 �r � AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK � Revised: 4/3/17 I 1 b. For Low RAP/No RAS mix designs developed with RAP, � 2 changes to the percentage of material from a stockpile will be 3 calculated based on the total aggregate weight including the 4 weight of RAP. � 5 6 c. For High RAP/Any RAS mix designs, changes in the percentage ', 7 of material from a stockpile will be based on total aggregate � 8 weight including the weight of RAP (and/or RAS when included 9 in the mixture). 10 M 11 Prior to making any change in the amount of RAS in an approved mix design, ,,,� 12 notify the Engineer for determination of whether a new mix design is required, 13 and obtain the Engineer's approval prior to implementing such changes. 14 � 15 5-04.2(2) Mix Design —Obtaining Project Approval 16 Use only mix designs listed on the Qualified Products List (QPL). Submit WSDOT � 17 Form 350-041 to the Engineer to request approval to use a mix design from the 18 QPL. Changes to the job mix formula (JMF) that have been approved on other 19 contracts may be included. The Engineer may reject a request to use a mix design 20 if production of HMA using that mix design on any contract is not in compliance with � 21 Section 5-04.3(11)D, E, F, and G for mixture or compaction. 22 23 5-04.2(2)A Changes to the Job Mix Formula '' ; 24 The approved mix design obtained from the QPL will be considered the .� 25 starting job mix formula (JMF) and shall be used as the initial basis for 26 acceptance of HMA mixture, as detailed in Section 5-04.3(9). � 27 28 During production the Contractor may request to adjust the JMF. Any 29 adjustments to the JMF will require approval of the Engineer and shall be � 30 made in accordance with item 2 of Section 9-03.8(7). After approval by the 31 Engineer, such adjusted JMF's shall constitute the basis for acceptance of the � 32 HMA mixture. 33 34 5-04.2(2)B Using Warm Mix Asphalt Processes "'� 35 The Contractor may, at the Contractor's discretion, elect to use warm mix 36 asphalt (WMA) processes for producing HMA. WMA processes include � 37 organic additives, chemical additives, and foaming. The use of WMA is 38 subject to the following: 39 �40 • Do not use WMA processes in the production of High RAP/Any RAS 41 mixtures. 42 • Before using WMA processes, obtain the Engineer's approval using � 43 WSDOT Form 350-076 to describe the proposed WMA process. 44 45 5-04.3 Construction Requirements , 46 5-04.3(1) Weather Limitations 47 Do not place HMA for wearing course on any Traveled Way beginning October 1St " 48 through March 315t of the following year, without written concurrence from the 49 Engineer. � 50 � � ..� AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 � � 1 Do not piace HMA on any wet surface, or when the average surface temperatures 2 are less than those specified in Tabie 5, or when weather conditions otherwise 3 prevent the proper handiing or finishing of the HMA. � 4 Table 5 Minimum Surface Temperature for Paving Compacted Wearing Course Other Courses � Thickness (Feet Less than 0.10 55°F 45°F � 0.10 to 0.20 45°F 35°F More than 0.20 35°F 35°F 5 � 6 5-04.3(2) Paving Under Traffic �r 7 These requirements apply when the Roadway being paved is open to traffic. 8 �� 9 In hot weather, the Engineer may require the application of water to the pavement 10 to accelerate the finish rolling of the pavement and to shorten the time required 11 before reopening to traffic. � 12 13 During paving operations, maintain temporary pavement markings throughout the 14 project. Install temporary pavement markings on the Roadway prior to opening to � 15 traffic. Temporary pavement markings shall comply with Section 8-23. 16 17 5-04.3(3) Equipment 18 5-04.3(3)A Mixing Plant � 19 Equip mixing plants as follows. 20 21 1. Use tanks for storage and preparation of asphalt binder which: (�� 22 1�„ 23 • Heat the contents by means that do not allow flame to contact 24 the contents or the tank, such as by steam or electricity. � 25 26 • Heat and hold contents at the required temperatures. 27 � 28 • Continuously circulate contents to provide uniform temperature 29 and consistency during the operating period. 30 � 31 • Provide an asphalt binder sampling valve, in either the storage 32 tank or the supply line to the mixer. 33 34 2. Provide thermometric equipment: � 35 36 • In the asphalt binder feed line near the charging valve at the 37 mixer unit, capable of detecting temperature ranges expected in � 38 the HMA and in a location convenient and safe for access by 39 Inspectors. 40 � 41 • At the discharge chute of the drier to automatically register or �„ 42 indicate the temperature of the heated aggregates, and situated 43 in full view of the plant operator. 44 � 45 3. When heating asphalt binder: � AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK � Revised: 4/3/17 1 � ! 2 • Do not exceed the maximum temperature of the asphalt binder � 3 recommended by the asphalt binder supplier. � 4 � ' 5 • Avoid local variations in heating. I 6 ' 7 • Provide a continuous supply of asphalt binder to the mixer at a � 8 uniform average temperature with no individual variations 9 exceeding 25°F. 10 � 11 4. Provide a mechanical sampler for sampling mineral materials ` 12 that: 13 14 • Meets the crushing or screening requirements of Section 1-05.6. � 15 16 5. Provide HMA sampling equipment that complies with WSDOT � 17 T168. 18 19 • Use a mechanical sampling device installed between the 20 discharge of the silo and the truck transport, approved by the � 21 Engineer, or �* 22 23 • Platforms or devices to enable sampling from the truck transport 24 without entering the truck transport for sampling HMA. .�i 25 26 6. Provide for setup and operation of the Contracting Agency's � 27 field testing: 28 29 • As required in Section 3-01.2(2). .� 30 31 7. Provide screens or a lump breaker: i 32 33 • When using any RAP or any RAS, to eliminate oversize RAP or 34 RAS particles from entering the pug mill or drum mixer. ""i 35 36 5-04.3(3)B Hauling Equipment � 37 Provide HMA hauling equipment with tight, clean, smooth metal beds and a 38 cover of canvas or other suitable material of sufficient size to protect the HMA 39 from adverse weather. Securely attach the cover to protect the HMA whenever � 40 the weather conditions during the work shift include, or are forecast to include, 41 precipitation or an air temperature less than 45°F. 42 �43 Prevent HMA from adhering to the hauling equipment. Spray metal beds with 44 an environmentally benign release agent. Drain excess release agent prior to 45 filling hauling equipment with HMA. Do not use petroleum derivatives or other � 46 coating material that contaminate or alter the characteristics of the HMA. For ' 47 hopper trucks, operate the conveyer during the process of applying the release � 48 agent. 49 � � � r AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 413/17 � L1 5-04.3(3)C Pavers 2 Use self-contained, power-propelled pavers provided with an internally heated 3 vibratory screed that is capable of spreading and finishing courses of HMA in f' � 4 lane widths required by the paving section shown in the Plans. 5 6 When requested by the Engineer, provide written certification that the paver is , 7 equipped with the most current equipment available from the manufacturer for 8 the prevention of segregation of the coarse aggregate particles. The 9 certification shall list the make, model, and year of the paver and any � 10 equipment that has been retrofitted to the paver. 11 12 Operate the screed in accordance with the manufacturer's recommendations � 13 and in a manner to produce a finished surface of the required evenness and 14 texture without tearing, shoving, segregating, or gouging the mixture. Provide 15 a copy of the manufacturer's recommendations upon request by the 16 Contracting Agency. Extensions to the screed will be allowed provided they 17 produce the same results, including ride, density, and surface texture as 18 obtained by the primary screed. In the Travelled Way do not use extensions 19 without both augers and an internally heated vibratory screed. � 20 21 Equip the paver with automatic screed controls and sensors for either or both 22 sides of the paver. The controls shall be capable of sensing grade from an � 23 outside reference line, sensing the transverse slope of the screed, and 24 providing automatic signals that operate the screed to maintain the desired 25 grade and transverse slope. Construct the sensor so it will operate from a � 26 reference line or a mat referencing device. The transverse slope controller 27 shall be capable of maintaining the screed at the desired slope within plus or 28 minus 0.1 percent. � 29 30 Equip the paver with automatic feeder controls, properly adjusted to maintain a 31 uniform depth of material ahead of the screed. � 32 33 Manual operation of the screed is permitted in the construction of irregularly 34 shaped and minor areas. These areas include, but are not limited to, gore 35 areas, road approaches, tapers and left-turn channelizations. � 36 � 37 When specified in the Contract, provide reference lines for vertical control. 38 Place reference lines on both outer edges of the Traveled Way of each ; 39 Roadway. Horizontal control utilizing the reference line is permitted. li�r 40 Automatically control the grade and slope of intermediate lanes by means of 41 reference lines or a mat referencing device and a slope control device. When � 42 the finish of the grade prepared for paving is superior to the established 43 tolerances and when, in the opinion of the Engineer, further improvement to 44 the line, grade, cross-section, and smoothness can best be achieved without � 45 the use of the reference line, a mat referencing device may be substituted for 46 the reference line. Substitution of the device will be subject to the continued 47 approval of the Engineer. A joint matcher may be used subject to the approval � 48 of the Engineer. The reference line may be removed after completion of the 49 first course of HMA when approved by the Engineer. Whenever the Engineer 50 determines that any of these methods are failing to provide the necessary 51 vertical control, the reference lines will be reinstalled by the Contractor. 52 w� � AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK � Revised: 4/3117 1 Furnish and install all pins, brackets, tensioning devices, wire, and accessories � 2 necessary for satisfactory operation of the automatic control equipment. 3 4 If the paving machine in use is not providing the required finish, the Engineer � 5 may suspend Work as allowed by Section 1-08.6. 6 7 5-04.3(3)D Material Transfer Device or Material Transfer Vehicle � 8 Use a material transfer device (MTD) or material transfer vehicle (MTV) to 9 deliver the HMA from the hauling equipment to the paving machine for any lift 10 in (or partially in) the top 0.30 feet of the pavement section used in traffic � 11 lanes. However, an MTD/V is not required for HMA placed in irregularly � 12 shaped and minor areas such as tapers and turn lanes, or for HMA mixture 13 that is accepted by Visual Evaluation. At the Contractor's request the Engineer 14 may approve paving without an MTD/V; the Engineer will determine if an � 15 equitable adjustment in cost or time is due. If a windrow elevator is used, the 16 Engineer may limit the length of the windrow in urban areas or through � 17 intersections. 18 "� 19 To be approved for use, an MTV: 20 � 21 1. Shall be a self-propelled vehicle, separate from the hauling vehicle or � 22 paver. 23 24 2. Shall not connected to the hauling vehicle or paver. .,� 25 26 3. May accept HMA directly from the haul vehicle or pick up HMA from a � 27 windrow. 28 29 4. Shall mix the HMA after delivery by the hauling equipment and prior � 30 to placement into the paving machine. 31 32 5. Shall mix the HMA sufficiently to obtain a uniform temperature 33 throughout the mixture. � 34 35 To be approved for use, an MTD: 36 �37 1. Shall be positively connected to the paver. 38 39 2. May accept HMA directly from the haul vehicle or pick up HMA from a ' 40 windrow. ,,.� 41 42 3. Shall mix the HMA after delivery by the hauling equipment and prior � 43 to placement into the paving machine. 44 45 4. Shall mix the HMA sufficiently to obtain a uniform temperature , 46 throughout the mixture. 47 " 48 5-04.3(3)E Rollers 49 Operate rollers in accordance with the manufacturer's recommendations. � 50 When requested by the Engineer, provide a Type 1 Working Drawing of the 51 manufacturer's recommendation for the use of any roller planned for use on 52 the project. Do not use rollers that crush aggregate, produce pickup or � � � AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 � � 1 washboard, unevenly compact the surface, displace the mix, or produce other 2 undesirable results. 3 � 4 5-04.3(4) Preparation of Existing Paved Surfaces 5 Before constructing HMA on an existing paved surface, the entire surFace of the 6 pavement shall be clean. Entirely remove all fatty asphalt patches, grease � 7 drippings, and other deleterious substances from the existing pavement to the 8 satisfaction of the Engineer. Thoroughly clean all pavements or bituminous 9 surfaces of dust, soil, pavement grindings, and other foreign matter. Thoroughly 10 remove any cleaning or solvent type liquids used to clean equipment spilled on the � 11 pavement before paving proceeds. Fill all holes and small depressions with an 12 appropriate class of HMA. Level and thoroughly compact the surface of the patched � 13 area. 14 15 Apply a uniform coat of asphalt (tack coat)to all paved surfaces on which any 16 course of HMA is to be placed or abutted. Apply tack coat to cover the cleaned 17 existing pavement with a thin film of residual asphalt free of streaks and bare spots. 18 Apply a heavy application of tack coat to all joints. For Roadways open to traffic, 19 limit the application of tack coat to surfaces that will be paved during the same � 20 working shift. Equip the spreading equipment with a thermometer to indicate the 21 temperature of the tack coat material. 22 � 23 Do not operate equipment on tacked surfaces until the tack has broken and cured. 24 Repair tack coat damaged by the Contractor's operation, prior to placement of the 25 H MA. � 26 27 Unless otherwise approved by the Engineer, use cationic emulsified asphalt CSS-1, 28 CSS-1 h, STE-1, or Performance Graded (PG) asphalt for tack coat. The CSS-1 � 29 and CSS-1 h may be diluted with water at a rate not to exceed one part water to one 30 part emulsified asphalt. Do not allow the tack coat material to exceed the maximum 31 temperature recommended by the asphalt supplier. � 32 33 When shown in the Plans, prelevel uneven or broken surfaces over which HMA is 34 to be placed by using an asphalt paver, a motor patrol grader, or by hand raking, as 35 approved by the Engineer. � 36 37 5-04.3(4)A Crack Sealing 38 5-04.3(4)A1 General � 39 When the Proposal includes a pay item for crack sealing, seal all cracks '/4 40 inch in width and greater. 41 42 Cleaning: Ensure that cracks are thoroughly clean, dry and free of all � 43 loose and foreign material when filling with crack sealant material. Use a 44 hot compressed air lance to dry and warm the pavement surfaces within � 45 the crack immediately prior to filling a crack with the sealant material. Do 46 not overheat pavement. Do not use direct flame dryers. Routing cracks is 47 not required. � 48 49 Sand Slurry: For cracks that are to be filled with sand slurry, thoroughly 50 mix the components and pour the mixture into the cracks until full. Add 51 additional CSS-1 cationic emulsified asphalt to the sand slurry as needed 52 for workability to ensure the mixture will completely fill the crack. Strike off � � AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK � Revised: 4/3/17 I 1 the sand slurry flush with the existing pavement surface and allow the � 2 mixture to cure. Top off cracks that were not completely filled with 3 additional sand slurry. Do not place the HMA overlay until the slurry has 4 fully cured. � 5 6 Hot Poured Sealant: For cracks that are to be filled with hot poured 7 sealant, apply the material in accordance with these requirements and the � 8 manufacturer's recommendations. Furnish a Type 1 Working Drawing of 9 the manufacturer's product information and recommendations to the ' 10 Engineer prior to the start of work, including the manufacturer's � ' 11 recommended heating time and temperatures, allowable storage time and 12 temperatures after initial heating, allowable reheating criteria, and 13 application temperature range. Confine hot poured sealant material within � 14 the crack. Clean any overflow of sealant from the pavement surface. If, in 15 the opinion of the Engineer, the Contractor's method of sealing the cracks 16 with hot poured sealant results in an excessive amount of material on the � 17 pavement surface, stop and correct the operation to eliminate the excess > 18 material. "� 19 20 5-04.3(4)AZ Crack Sealing Areas Prior to Paving � 21 In areas where HMA will be placed, use sand slurry to fill the cracks. •� 22 23 5-04.3(4)A3 Crack Sealing Areas Not to be Paved 24 In areas where HMA will not be placed, fill the cracks as follows: .,� 25 26 1. Cracks '/4 inch to 1 inch in width - fill with hot poured sealant. � 27 28 2. Cracks greater than 1 inch in width —fill with sand slurry. 29 , 30 5-04.3(4)B Soil Residual Herbicide � 31 Where shown in the Plans, apply one application of an approved soil residual 32 herbicide. Comply with Section 8-02.3(3)B. Complete paving within 48 hours of 33 applying the herbicide. � 34 35 Use herbicide registered with the Washington State Department of Agriculture 36 for use under pavement. Before use, obtain the Engineer's approval of the � 37 herbicide and the proposed rate of application. Include the following 38 information in the request for approval of the material: 39 �40 1. Brand Name of the Material, 41 42 2. Manufacturer, � 43 44 3. Environmental Protection Agency(EPA) Registration Number, 45 , 46 4. Material Safety Data Sheet, and 47 " 48 5. Proposed Rate of Application. 49 50 5-04.3(4)C Pavement Repair � 51 Excavate pavement repair areas and backfill these with HMA in accordance 52 with the details shown in the Plans and as staked. Conduct the excavation � � .. AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 � � 1 operations in a manner that will protect the pavement that is to remain. Repair 2 pavement not designated to be removed that is damaged as a result of the 3 Contractor's operations to the satisfaction of the Engineer at no cost to the � 4 Contracting Agency. Excavate only within one lane at a time unless approved 5 otherwise by the Engineer. Do not excavate more area than can be completely 6 backfilled and compacted during the same shift. � 7 8 Unless otherwise shown in the Plans or determined by the Engineer, excavate 9 to a depth of 1.0 feet. The Engineer will make the final determination of the � 10 excavation depth required. 11 12 The minimum width of any pavement repair area shall be 40 inches unless e 13 shown otherwise in the Plans. Before any excavation, sawcut the perimeter of �r 14 the pavement area to be removed unless the pavement in the pavement repair 15 area is to be removed by a pavement grinder. 16 17 Excavated materials shall be the property of the Contractor and shall be 18 disposed of in a Contractor-provided site off the Right of Way or used in 19 accordance with Sections 2-02.3(3) or 9-03.21. � 20 21 Apply a heavy application of tack coat to all surfaces of existing pavement in 22 the pavement repair area, in accordance with Section 5-04.3(4). � 23 24 Place the HMA backfill in lifts not to exceed 0.35-foot compacted depth. 25 Thoroughly compact each lift by a mechanical tamper or a roller. 26 ` 27 5-04.3(5) Producing/Stockpiling Aggregates, RAP, & RAS 28 Produce aggregate in compliance with Section 3-01. Comply with Section 3-02 29 for preparing stockpile sites, stockpiling, and removing from stockpile each of � 30 the following: aggregates, RAP, and RAS. Provide sufficient storage space for 31 each size of aggregate, RAP and RAS. Fine aggregate or RAP may be � 32 uniformly blended with the RAS as a method of preventing the agglomeration 33 of RAS particles. Remove the aggregates, RAP and RAS from stockpile(s) in a 34 manner that ensures minimal segregation when being moved to the HMA plant 35 for processing into the final mixture. Keep different aggregate sizes separated �° 36 until they have been delivered to the HMA plant. lir� 37 38 5-04.3(5)A Stockpiling RAP or RAS for High RAP/Any RAS Mixes 39 Do not place any RAP or RAS into a stockpile which has been �,,, 40 sequestered for a High RAP/Any RAS mix design. Do not incorporate any 41 RAP or RAS into a High RAP/Any RAS mixture from any source other 42 than the stockpile which was sequestered for approval of that particular � 43 High RAP/Any RAS mix design. 44 � 45 RAP that is used in a Low RAP/No RAS mix is not required to come from 46 a sequestered stockpile. 47 � 48 5-04.3(6) Mixing 49 The asphalt supplier shall introduce anti-stripping additive, in the amount 50 designated on the QPL for the mix design, into the asphalt binder prior to 51 shipment to the asphalt mixing plant. "` 52 � AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 � 1 Anti-strip is not required for temporary work that will be removed prior to � 2 Physical Completion. 3 4 Use asphalt binder of the grade, and from the supplier, in the approved mix � 5 design. 6 7 Prior to introducing reclaimed materials into the asphalt plant, remove wire, � 8 nails, and other foreign material. Discontinue use of the reclaimed material if 9 the Engineer, in their sole discretion, determines the wire, nails, or other 10 foreign material to be excessive. � 11 12 Size RAP and RAS prior to entering the mixer to provide uniform and � 13 thoroughly mixed HMA. If there is evidence of the RAP or RAS not breaking 14 down during the heating and mixing of the HMA, immediately suspend the use � 15 of the RAP or RAS until changes have been approved by the Engineer. 16 17 After the required amount of mineral materials, RAP, RAS, new asphalt binder � 18 and recycling agent have been introduced into the mixer, mix the HMA until 19 complete and uniform coating of the particles and thorough distribution of the 20 asphalt binder throughout the mineral materials, RAP and RAS is ensured. � 21 .r 22 Upon discharge from the mixer, ensure that the temperature of the HMA does 23 not exceed the optimum mixing temperature shown on the approved Mix 24 Design Report by more than 25°F, or as approved by the Engineer. When a ,�j 25 WMA additive is included in the manufacture of HMA, do not heat the WMA 26 additive (at any stage of production including in binder storage tanks) to a � 27 temperature higher than the maximum recommended by the manufacturer of 28 the WMA additive. 29 � 30 A maximum water content of 2 percent in the mix, at discharge, will be allowed 31 providing the water causes no problems with handling, stripping, or flushing. If "" 32 the water in the HMA causes any of these problems, reduce the moisture 33 content. 34 r 35 During the daily operation, HMA may be temporarily held in approved storage 36 facilities. Do not incorporate HMA into the Work that has been held for more � 37 than 24 hours after mixing. Provide an easily readable, low bin-level indicator 38 on the storage facility that indicates the amount of material in storage. Waste 39 the HMA in storage when the top level of HMA drops below the top of the cone � 40 of the storage facility, except as the storage facility is being emptied at the end 41 of the working shift. Dispose of rejected or waste HMA at no expense to the 42 Contracting Agency. � 43 44 5-04.3(7) Spreading and Finishing 45 Do not exceed the maximum nominal compacted depth of any layer in any � 46 course, as shown in Table 6, unless approved by the Engineer: 47 " Table 6 Maximum Nominal Compacted Depth of Any Layer � HMA Class Wearing Course Other than Wearing Course � 1 inch 0.35 feet 0.35 feet � � AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 � � 3/ and '/2 inch 0.30 feet 0.35 feet %s inch 0.15 feet 0.15 feet 1 �i 2 Use HMA pavers compiying with Section 5-04.3(3) to distribute the mix. On �r 3 areas where irregularities or unavoidable obstacles make the use of 4 mechanical spreading and finishing equipment impractical, the paving may be 5 done with other equipment or by hand. 6 7 When more than one JMF is being utilized to produce HMA, place the material � 8 produced for each JMF with separate spreading and compacting equipment. 9 Do not intermingle HMA produced from more than one JMF. Each strip of HMA 10 placed during a work shift shall conform to a single JMF established for the � 11 class of HMA specified unless there is a need to make an adjustment in the 12 JMF. 13 14 5-04.3(8) Aggregate Acceptance Prior to Incorporation in HMA 15 Sample aggregate for meeting the requirements of Section 3-04 prior to being 16 incorporated into HMA. (The acceptance data generated for the Section 3-04 17 acceptance analysis will not be commingled with the acceptance data � 18 generated for the Section 5-04.3(9) acceptance analysis.) Aggregate 19 acceptance samples shall be taken as described in Section 3-04. Aggregate 20 acceptance testing will be performed by the Contracting Agency. Aggregate � 21 contributed from RAP and/or RAS will not be evaluated under Section 3-04. 22 23 For aggregate that will be used in HMA mixture which will be accepted by . � 24 Statistical Evaluation, the Contracting Agency's acceptance of the aggregate ,�, 25 will be based on: 26 27 1. Samples taken prior to mixing with asphalt binder, RAP, or RAS; � 28 29 2. Testing for the materials properties of fracture, uncompacted void � 30 content, and sand equivalent; 31 32 3. Evaluation by the Contracting Agency in accordance with Section 3- 33 04, including price adjustments as described therein. � 34 � 35 For aggregate that will be used in HMA which will be accepted by Visual 36 Evaluation, evaluation in accordance with items 1, 2, and 3 above is at the 37 discretion of the Engineer. �r 38 39 5-04.3(9) HMA Mixture Acceptance 40 The Contracting Agency will evaluate HMA mixture for acceptance by one of 41 two methods as determined from the criteria in Table 7. 42 � Table 7 Basis of Acceptance for HMA Mixture Visual Evaluation Statistical Evaluation � Criteria ' Commercial HMA • All HMA mixture for placed at any other than that Selecting location accepted by Visual � the • Any HMA placed in: Evaluation o sidewalks � AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 � Evaluation o road approaches � Method o ditches o slopes o paths � o traiis o gores o prelevel ' o temporary pavement' , o pavement repair � ' • Other nonstructural applications of HMA as approved by the En ineer � ' Temporary pavement is HMA that will be removed before Physical Completion of the Contract. � 1 2 5-04.3(9)A Test Sections 3 This Section applies to HMA mixture accepted by Statistical Evaluation. A 4 test section is not allowed for HMA accepted by Visual Evaluation. � 5 � 6 The purpose of a test section is to determine whether or not the 7 Contractor's mix design and production processes will produce HMA 8 meeting the Contract requirements related to mixture. Construct HMA w 9 mixture test sections at the beginning of paving, using at least 600 tons 10 and a maximum of 1,000 tons or as specified by the Engineer. Each test � 11 section shall be constructed in one continuous operation. 12 13 5-04.3(9)A1 Test Section —When Required, When to Stop � 14 Use Tables 8 and 9 to determine when a test section is required, � 15 optional, or not allowed, and to determine when performing test � 16 sections may end. Each mix design will be evaluated independently 17 for the test section requirements. If more than one test section is 18 required, each test section shall be evaluated separately by the "i 19 criteria in table 8 and 9. 20 �Table 8 Criteria for Conducting and Evaluating HMA Mixture Test Sections � For HMA Mixture Acce ted b Statistical Evaluation High RAP/Any RAS Low RAP/No RAS �Is Mixture Test At Contractor's Section Optional or Mandatory' Mandator ? Option ,� Waiting period after �, paving the test 4 calendar days2 4 calendar daysz section. What Must Happen Meet "Results Provide samples ,,,� to Stop Performing Required to Stop and respond to Test Sections? Performing Test WSDOT test � Sections" in Table 9 results re uired b � � AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 � � for High RAP/Any Table 9 for Low RAS. RAP/No RAS. 'If a mix design has produced an acceptable test section on a � previous contract (paved in the same calendar year, from the same plant, using the same JMF) the test section may be waived if approved by the Engineer. � 2This is to provide time needed by the Contracting Agency to r. complete testing and the Contractor to adjust the mixture in response to those test results. Paving may resume when this is � done. 1 � Table 9 Results Required to Stop Performing HMA Mixture Test Sections' (For HMA Mixture Accepted by Statistical Evaluation) � T eofHMA Test Property High RAP/Any RAS Low RAP/No RAS � Minimum PF; of 0.95 Gradation based on the criteria None4 � in Section 5- 04.3 9 B4z Minimum PF; of 0.95 !� Asphalt Binder based on the criteria None4 in Section 5- �'" 04.3 9 B4z Minimum PF; of 0.95 � Va based on the criteria None4 in Section 5- 04.3 9 B42 � Hamburg Wheel Meet requirements These tests will Track of Section 9- not be done as Indirect Tensile 03 $�2� 3 part of Test � Stren th Section. 'r Aggregates Nonstatistical Sand Equivalent Evaluation in Uncompacted Void accordance with the None3 in Content requirements of Fracture Section 3-043 � 'In addition to the requirements of this table, acceptance of the HMA mixture used in each test section is subject to the � acceptance criteria and price adjustments for Statistical Evaluation (see Table 9a). 2Divide the test section lot into three sublots, approximately equal in size. Take one sample from each sublot, and test � each sample for the property in the first column. 3Take one sample for each test section lot. Test the sample for the properties in the first column. � r. � AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK � Revised: 4/3l17 4Divide the test section lot into three sublots, approximately � equal in size. Take one sample from each sublot, and test each sample for the property in the first column. There are no criteria for discontinuing test sections for these mixes; � however, the contractor must comply with Section 5-04.3(11)F before resuming paving. 1 i 2 5-04.3(9)AZ Test Section — Evaluating the HMA Mixture in a Test 3 Section 4 The Engineer will evaluate the HMA mixture in each test section for 5 rejection, acceptance, and price adjustments based on the criteria in � I 6 Table 9a using the data generated from the testing required by Table 7 9. Each test section shall be considered a separate lot. � 8 Table 9a Acceptance Criteria for HMA Mixture Placed in a Test � Section (For HMA Mixture Accepted by Statistical Evaluation) T pe of HMA Test Property High RAP/Any RAS L�WRAS �No � Gradation Statistical Asphalt Binder Statistical Evaluation Va Evaluation � Hamburg Wheel Pass/Fail for the Track requirements of N/A � Indirect Tensile Section 9-03.8(2)' Stren th HMA Aggregate Nonstatistical Nonstatistical Sand Equivalent Evaluation in Evaluation in .�ri Uncompacted Void accordance with the accordance with Content requirements of the requirements - Section 3-04 of Section 3-04 � 'Failure to meet the specifications for Hamburg and/or IDT will cause the mixture in the test section to be rejected. Refer to � Section 5-04.3(11). � 9 10 5-04.3(9)B Mixture Acceptance— Statistical Evaluation 11 5-04.3(9)B1 Mixture Statistical Evaluation— Lots and Sublots � 12 HMA mixture which is accepted by Statistical Evaluation will be 13 evaluated by the Contracting Agency dividing that HMA tonnage into 14 mixture lots, and each mixture lot will be evaluated using stratified � 15 random sampling by the Contracting Agency sub-dividing each 16 mixture lot into mixture sublots. All mixture in a mixture lot shall be of 17 the same mix design. The mixture sublots will be numbered in the � 18 order in which the mixture (of a particular mix design) is paved. � 19 20 Each mixture lot comprises a maximum of 15 mixture sublots, except: 21 � 22 • The final mixture lot of each mix design on the Contract will 23 comprise a maximum of 25 sublots. � 24 • A mixture lot for a test section will consist of three sublots. � � AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 � � 1 2 Each mixture sublot shali be approximately uniform in size with the 3 maximum mixture sublot size as specified in Table 10. The quantity of � 4 material represented by the final mixture sublot of the project, for 5 each mix design on the project, may be increased to a maximum of 6 two times the mixture sublot quantity calculated. � 7 Table 10 Maximum HMA Mixture Sublot Size � For HMA Acce ted b Statistical Evaluation HMA Original Plan Quantity Maximum Sublot Size (tons)2 tons ' � < 20,000 1,000 20,000 to 30,000 1,500 >30,000 2,000 ' "Plan quantity" means the plan quantity of all HMA of the same class and binder grade which is accepted by Statistical Evaluation. 2 The maximum sublot size for each combination of HMA class � and binder grade shall be calculated separately. 8 9 • For a mixture lot in progress with a mixture CPF less than � 10 0.75, a new mixture lot will begin at the Contractor's request 11 after the Engineer is satisfied that material conforming to the 12 Specifications can be produced. See also Section 5- - �' 13 04.3(11)F. ■. 14 15 • If, before completing a mixture lot, the Contractor requests a 16 change to the JMF which is approved by the Engineer, the � 17 mixture produced in that lot after the approved change will 18 be evaluated on the basis of the changed JMF, and the � 19 mixture produced in that lot before the approved change will 20 be evaluated on the basis of the unchanged JMF; however, 21 the mixture before and after the change will be evaluated in � 22 the same lot. Acceptance of subsequent mixture lots will be 23 evaluated on the basis of the changed JMF. 24 25 5-04.3(9)B2 Mixture Statistical Evaluation —Sampling 26 Complywith Section 1-06.2(1). � 27 28 Samples of HMA mixture which is accepted by Statistical Evaluation 29 will be randomly selected from within each sublot, with one sample �,,,,. 30 per sublot. The Engineer will determine the random sample location 31 using WSDOT Test Method T 716. The Contractor shall obtain the 32 sample when ordered by the Engineer. The Contractor shall sample ^ � 33 the HMA mixture in the presence of the Engineer and in accordance 34 with FOP for WAQTC T 168. � 35 36 5-04.3(9)B3 Mixture Statistical Evaluation —Acceptance Testing 37 Complywith Section 1-06.2(1). 38 � � � AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 � 1 The Contracting Agency will test the mixture sample from each subiot � 2 (including sublots in a test section)for the properties shown in Table 3 11. 4 �Table 11 Testing Required for each HMA Mixture Sublot Test Procedure Performed b � Va WSDOT SOP Engineer 731 Asphalt Binder Content FOP for Engineer � �, AASHTO T 308 Gradation: Percent Passing FOP for Engineer 1'/z", 1", 3/4', '/2", 3/8", No. 4, WAQTC � No. 8, No. 200 T 27/T 11 5 6 The mixture samples and tests taken for the purpose of determining � 7 acceptance of the test section (as described in Section 5-04.3(9)A) 8 shall also be used as the test results for acceptance of the mixture 9 described in 5-04.3(9)B3, 5-04.3(9)B4, 5-04.3(9)B5, and 5-04.3(9)B6. , 10 11 5-04.3(9)B4 Mixture Statistical Evaluation— Pay Factors � 12 Comply with Section 1-06.2(2). 13 14 The Contracting Agency will determine a pay factor(PF;) for each of � 15 the properties in Table 11, for each mixture lot, using the quality level 16 analysis in Section 1-06.2(2)D. For Gradation, a pay factor will be � 17 calculated for each of the sieve sizes listed in Table 11 which is equal 18 to or smaller than the maximum allowable aggregate size (100 19 percent passing sieve) of the HMA mixture. The USL and LSL shall � 20 be calculated using the Job Mix Formula Tolerances (for Statistical ,� 21 Evaluation) in Section 9-03.8(7). 22 23 If a constituent is not measured in accordance with these � 24 Specifications, its individual pay factor will be considered 1.00 in 25 calculating the Composite Pay Factor(CPF). � 26 27 5-04.3(9)B5 Mixture Statistical Evaluation—Composite Pay 28 Factors (CPF) 29 Comply with Section 1-06.2(2). � 30 31 In accordance with Section 1-06.2(2)D4, the Contracting Agency will 32 determine a Composite Pay Factor (CPF) for each mixture lot from � 33 the pay factors calculated in Section 5-04.3(9)B4, using the price 34 adjustment factors in Table 12. Unless otherwise specified, the 35 maximum CPF for HMA mixture shall be 1.05. � 36 � Table 12 HMA Mixture Price Adjustment Factors Constituent Factor "f" ,,,� All aggregate passing: 1'/z", 1", 3/4" ,/2" 3/8" and No.4 sieves 2 � � r AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 � � All a re ate passin No. 8 sieve 15 All a re ate assin No. 200 sieve 20 � As halt binder 40 Alr VOidS Va 20 1 � 2 5-04.3(9)B6 Mixture Statistical Evaluation — Price Adjustments 3 For each HMA mixture lot, a Job Mix Compliance Price Adjustment 4 will be determined and applied, as follows. 5 � 6 JMCPA = [0.60 x (CPF— 1.00)] x Q x UP 7 8 Where 1� 9 10 JMCPA = Job Mix Compliance Price Adjustment for a given lot of 11 mixture ($) 12 CPF = Composite Pay factor for a given lot of mixture � 13 (maximum is 1.05) 14 Q = Quantity in a given lot of mixture (tons) � 15 UP = Unit price of the HMA in a given lot of mixture ($/ton) 16 17 5-04.3(9)B7 Mixture Statistical Evaluation — Retests � 18 The Contractor may request that a mixture sublot be retested. To 19 request a retest, submit a written request to the Contracting Agency 20 within 7 calendar days after the specific test results have been posted 21 to the website or emailed to the Contractor, whichever occurs first. � 22 The Contracting Agency will send a split of the original acceptance 23 sample for testing by the Contracting Agency to either the Region 24 Materials Laboratory or the State Materials Laboratory as determined � 25 by the Engineer. The Contracting Agency will not test the split of the 26 sample with the same equipment or by the same tester that ran the 27 original acceptance test. The sample will be tested for a complete � 28 gradation analysis, asphalt binder content, and Va, and the results of 29 the retest will be used for the acceptance of the HMA mixture in place 30 of the original mixture sublot sample test results. The cost of testing � 31 will be deducted from any monies due or that may come due the � 32 Contractor under the Contract at the rate of$250 per sample. 33 34 5-04.3(9)C Vacant � 35 36 5-04.3(9)D Mixture Acceptance —Visual Evaluation 37 Visual Evaluation of HMA mixture will be by visual inspection by the 38 Engineer or, in the sole discretion of the Engineer, the Engineer may � 39 sample and test the mixture. 40 41 5-04.3(9)D1 Mixture Visual Evaluation — Lots, Sampling, Testing, �,,, 42 Price Adjustments 43 HMA mixture accepted by Visual Evaluation will not be broken into � 44 lots unless the Engineer determines that testing is required. When 45 that occurs, the Engineer will identify the limits of the questionable 46 HMA mixture, and that questionable HMA mixture shall constitute a 47 lot. Then, the Contractor will take samples from the truck, or the � 48 Engineer will take core samples from the roadway at a minimum of � AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK � Revised: 4/3/17 1 three random locations from within the lot, selected in accordance � 2 with WSDOT Test Method T 716, taken from the roadway in 3 accordance with WSDOT SOP 734, and tested in accordance with � 4 WSDOT SOP 737. The Engineer will test one of the samples for all 5 constituents in Section 5-04.3(9)B3. If all constituents from that test 6 fall within the Job Mix Formula Tolerances (for Visual Evaluation) in 7 Section 9-03.8(7), the lot will be accepted at the unit Contract price � I 8 with no further evaluation. : 9 10 When one or more constituents fall outside those tolerance limits, the � 11 other samples will be tested for all constituents in Section 5- 12 04.3(9)B3, and a Job Mix Compliance Price Adjustment will be 13 calculated in accordance with Table 13. � 14 Table 13 Visual Evaluation —Out of Tolerance Procedures � Com I with the Followin Pa Factors' Section 5-04.3 9 B4 Com osite Pa Factors2 Section 5-04.3 9 B5 ,� Price Ad'ustments Section 5-04.3 9 B6 r 'The Visual Evaluation tolerance limits in Section 9-03.8(7) will be used in the calculation of the PF;. 2The maximum CPF shall be 1.00. 15 � 16 5-04.3(9)E Mixture Acceptance— Notification of Acceptance Test 17 Results � 18 The results of all mixture acceptance testing and the Composite Pay 19 Factor(CPF) of the lot after three sublots have been tested will be 20 available to the Contractor through The Contracting Agency's website. � 21 .. 22 The Contracting Agency will endeavor to provide written notification (via 23 email to the Contractor's designee) of acceptance test results through its 24 web-based materials testing system Statistical Analysis of Materials ,,,� 25 (SAM)within 24 hours of the sample being made available to the 26 Contracting Agency. However, the Contractor agrees: � 27 28 1. Quality control, defined as the system used by the Contractor to 29 monitor, assess, and adjust its production processes to ensure � 30 that the final HMA mixture will meet the specified level of quality, 31 is the sole responsibility of the Contractor. 32 33 2. The Contractor has no right to rely on any testing performed by � 34 the Contracting Agency, nor does the Contractor have any right •ri 35 to rely on timely notification by the Contracting Agency of the 36 Contracting Agency's test results (or statistical analysis thereof), " 37 for any part of quality control and/or for making changes or � 38 correction to any aspect of the HMA mixture. 39 40 3. The Contractor shall make no claim for untimely notification by .,� 41 the Contracting Agency of the Contracting Agency's test results 42 or statistical analysis. � 43 � .r AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 � ' � 1 5-04.3(10) HMA Compaction Acceptance 2 For all HMA, the Contractor shall comply with the General Compaction � 3 Requirements in Section 5-04.3(10)A. The Contracting Agency will evaluate all 4 HMA for compaction compliance with one of the following - Statistical 5 Evaluation, Visual Evaluation, or Test Point Evaluation - determined by the 6 criteria in Table 14: � 7 Table 14 Criteria for Determining Method of Evaluation for HMA Compaction' �,,, Statistical Evaluation Visual Evaluation of Test Point of HMA Compaction is HMA Compaction is Evaluation of HMA Required For: Required For: Compaction is � Re uired For: • Any HMA for which • "HMA for • Any HMA not the specified course Preleveling..." meeting the �" thickness is greater . "HMA for criteria for 1lrrr than 0.10 feet, and Pavement Statistical the HMA is in: Repair..." Evaluation or o traffic lanes, Visual Evaluation � including but not limited to: �� • ramp lanes • truck climbing lanes � • weaving � lanes • speed change lanes � 'This table applies to all HMA, and shall be the sole basis for determining the acceptance method for compaction. 8 � 9 The Contracting Agency may, at its sole discretion, evaluate any HMA for 10 compliance with the Cyclic Density requirements of Section 5-04.3(10)B. 11 � 12 5-04.3(10)A HMA Compaction — General Compaction Requirements 13 Immediately after the HMA has been spread and struck off, and after 14 surFace irregularities have been adjusted, thoroughly and uniformly � 15 compact the mix. The completed course shall be free from ridges, ruts, 16 humps, depressions, objectionable marks, and irregularities and shall 17 conform to the line, grade, and cross-section shown in the Plans. If 18 necessary, alter the JMF in accordance with Section 9-03.8(7) to achieve � 19 desired results. 20 � 21 Compact the mix when it is in the proper condition so that no undue 22 displacement, cracking, or shoving occurs. Compact areas inaccessible to 23 large compaction equipment by mechanical or hand tampers. Remove 24 HMA that becomes loose, broken, contaminated, shows an excess or � 25 deficiency of asphalt, or is in any way defective. Replace the removed 26 material with new HMA, and compact it immediately to conform to the 27 surrounding area. � 28 � AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK � Revised: 4/3/17 1 The type of rollers to be used and their relative position in the compaction � 2 sequence shall generally be the Contractor's option, provided the 3 specified densities are attained. An exception shall be that pneumatic tired 4 rollers shall be used for compaction of the wearing course beginning � 5 October 15t of any year through March 31 St of the following year. Coverage 6 with a steel wheel roller may precede pneumatic tired rolling. Unless 7 otherwise approved by the Engineer, operate rollers in the static mode � 8 when the internal temperature of the mix is less than 175°F. Regardless of 9 mix temperature, do not operate a roller in a mode that results in checking 10 or cracking of the mat. � 11 12 On bridge decks and on the five feet of roadway approach immediately 13 adjacent to the end of bridge/back of pavement seat, operate rollers in � 14 static mode only. 15 16 5-04.3(10)B HMA Compaction—Cyclic Density � 17 Low cyclic density areas are defined as spots or streaks in the pavement 18 that are less than 90 percent of the theoretical maximum density. At the 19 Engineer's discretion, the Engineer may evaluate the HMA pavement for � 20 low cyclic density, and when doing so will follow WSDOT SOP 733. A � 21 $500 Cyclic Density Price Adjustment will be assessed for any 500-foot • 22 section with two or more density readings below 90 percent of the 23 theoretical maximum density. 24 .r� 25 5-04.3(10)C HMA Compaction Acceptance— Statistical Evaluation 26 HMA compaction which is accepted by Statistical Evaluation will be based � 27 on acceptance testing performed by the Contracting Agency, and 28 statistical analysis of those acceptance tests results. This will result in a 29 Compaction Price Adjustment. � 30 31 5-04.3(10)C1 HMA Compaction Statistical Evaluation — Lots and � 32 Sublots 33 HMA compaction which is accepted by Statistical Evaluation will be � 34 evaluated by the Contracting Agency dividing the project into 35 compaction lots, and each compaction lot will be evaluated using 36 stratified random sampling by the Contracting Agency sub-dividing � 37 each compaction lot into compaction sublots. All mixture in any 38 individual compaction lot shall be of the same mix design. The 39 compaction sublots will be numbered in the order in which the mixture � 40 (of a particular mix design) is paved. 41 42 Each compaction lot comprises a maximum of 15 compaction sublots, � 43 except for the final compaction lot of each mix design on the Contract, 44 which comprises a maximum of 25 sublots. 45 ,� 46 Each compaction sublot shall be uniform in size as shown in Table � 47 15, except that the last compaction sublot of each day may be 48 increased to a maximum of two times the compaction sublot quantity 49 calculated. Minor variations in the size of any sublot shall not be � 50 cause to invalidate the associated test result. 51 Table 15 � � � AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 � � HMA Compaction Sublot Size HMA Original Plan Quantity Compaction Sublot Size � tons ' tons <20,000 100 20,000 to 30,000 150 �`' >30,000 200 � ' In determining the plan quantity tonnage, do not include any tons accepted by test point evaluation. 1 � 2 The following will cause one compaction lot to end prematurely and a 3 new compaction lot to begin: 4 � 5 • For a compaction lot in progress with a compaction CPF 6 less than 0.75, a new compaction lot will begin at the 7 Contractor's request after the Engineer is satisfied that � 8 material conforming to the Specifications can be produced. �r. 9 See also Section 5-04.3(11)F. 10 11 All HMA which is paved on a bridge and accepted for compaction by � 12 Statistical Evaluation will compose a bridge compaction lot. If the 13 contract includes such HMA on more than one bridge, compaction will � 14 be evaluated on each bridge individually, as separate bridge 15 compaction lots. 16 , 17 Bridge compaction sublots will be determined by the Engineer subject " � 18 to the following: 19 20 • All sublots on a given bridge will be approximately the same 21 size. � 22 23 • Sublots will be stratified from the lot. � 24 25 • In no case will there be less than 3 sublots in each bridge 26 compaction lot. �" 27 � 28 • No sublot will exceed 50 tons. 29 30 • Compaction test locations will be determined by the � 31 Engineer in accordance with WSDOT FOP for AASHTO 32 T716. � 33 34 5-04.3(10)C2 HMA Compaction Statistical Evaluation — �"' 35 Acceptance Testing 36 Complywith Section 1-06.2(1). ' � 37 38 The location of HMA compaction acceptance tests will be randomly 39 selected by the Contracting Agency from within each sublot, with one � 40 test per sublot. The Contracting Agency will determine the random 41 sample location using WSDOT Test Method T 716. 42 : i; 43 Use Table 16 to determine compaction acceptance test procedures � 44 and to allocate compaction acceptance sampling and testing � AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK � Revised: 4/3/17 1 responsibilities between the Contractor and the Contracting Agency. � 2 HMA cores shall be taken or nuclear density testing shall occur after 3 completion of the finish rolling, prior to opening to traffic, and on the � 4 same day that the mix is placed. 5 Table 16 HMA Compaction Acceptance Testing Procedures and Responsibilities When Contract Includes Bid When Contract Does Not � Item "HMA Core Include Bid Item "HMA Core — � — Roadway" or Roadway" or "HMA Core — "HMA Core — Bridge"' Brid e"4 Nuclear Basis for Test: Cores Cores3 Density Gau e3 Contractor shall Contracting take cores' Agency will take using WSDOT cores' using SOP 7342 WSDOT SOP Contracting � In-Place 734 Agency, using Density Contracting Contracting WSDOT FOP Determined by: Agency will Agency will for AASHTO � determine core determine core T 355 density using density using FOP for FOP for AASHTO T 166 �SHTO T 166 Theoretical =� Maximum Contracting Agency, using FOP for AASHTO T 209 r Density Determined b : Rolling � Average of Theoretical Contracting Agency, using WSDOT SOP 729 � Maximum � Densities Determined b : Percent Contracting Contracting Contracting Compaction in Agency, using Agency, using Agency, using � Each Sublot WSDOT SOP WSDOT SOP WSDOT FOP Determined by: 736 736 for AASHTO T 355 'The core diameter shall be 4-inches unless otherwise approved by ,� the Engineer. 2The Contractor shall take the core samples in the presence of the � Engineer, at locations designated by the Engineer, and deliver the core samples to the Contracting Agency. 3The Contracting Agency will determine, in its sole discretion, whether"'� it will take cores or use the nuclear density gauge to determine in- place density. Exclusive reliance on cores for density acceptance is � � .r AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 � ` generally intended for small paving projects and is not intended as a replacement for nuclear gauge density testing on typical projects. , 4The basis for test of all compaction sublots in a bridge compaction lot � shall be cores. These cores shall be taken by the Contractor when the Proposal includes the bid item "HMA Cores— Bridge". When there is no bid item for"HMA Cores — Bridge", the Engineer will be � responsible for taking HMA cores for all compaction sublots in a � bridge compaction lot. In either case, the Engineer will determine core location, in-place density of the core, theoretical maximum : � density, rolling average of theoretical maximum density, and percent compaction using the procedure called for in this Section. 1 4; 2 When using the nuclear density gauge for acceptance testing of �,,, 3 pavement density, the Engineer will follow WSDOT SOP 730 for 4 correlating the nuclear gauge with HMA cores. When cores are , 5 required for the correlation, coring and testing will be by the � 6 Contracting Agency. When a core is taken for gauge correlation at the 7 location of a sublot, the relative density of the core will be used for the 8 sublot test result and is exempt from retesting. �M 9 10 5-04.3(10)C3 HMA Statistical Compaction — Price Adjustments 11 For each HMA compaction lot (that is accepted by Statistical �i 12 Evaluation) which has less than three compaction sublots, for which �r 13 all compaction sublots attain a minimum of 91 percent compaction 14 determined in accordance with WSDOT FOP for AASHTO T 355 (or 15 WSDOT SOP 736 when provided by the Contract), the HMA will be �i 16 accepted at the unit Contract price with no further evaluation. 17 18 For each HMA compaction lot (that is accepted by Statistical j�,� 19 Evaluation) which does not meet the criteria in the preceding 20 paragraph, the compaction lot shall be evaluated in accordance with � 21 Section 1-06.2(2) to determine the appropriate Compaction Price 22 Adjustment (CPA). All of the test results obtained from the 23 acceptance samples from a given compaction lot shall be evaluated �: 24 collectively. Additional testing by either a nuclear density gauge or 25 cores will be completed as required to provide a minimum of three �"' 26 tests for evaluation. 27 28 For the statistical analysis in Section 1-06.2, use the following values: � 29 30 x = Percent compaction of each sublot s 31 USL = 100 �rr 32 LSL= 91 33 34 Each CPA will be determined as follows: �,,, 35 36 CPA = [0.40x (CPF- 1.00)] xQxUP � 37 38 Where 39 �; 40 CPA = Compaction Price Adjustment for the compaction lot 41 ($) Wr � AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK � Revised: 4/3/17 1 CPF = Composite Pay Factor for the compaction lot � 2 (maximum is 1.05) 3 Q = Quantity in the compaction lot(tons) 4 UP = Unit price of the HMA in the compaction lot ($/ton) � 5 6 5-04.3(10)C4 HMA Statistical Compaction— Requests for � 7 Retesti ng � 8 For a compaction sublot that has been tested with a nuclear density 9 gauge that did not meet the minimum of 91 percent of the theoretical 10 maximum density in a compaction lot with a CPF below 1.00 and thus � 11 subject to a price reduction or rejection, the Contractor may request ,,,, 12 that a core, taken at the same location as the nuclear density test, be 13 used for determination of the relative density of the compaction 14 sublot. The relative density of the core will replace the relative density � 15 determined by the nuclear density gauge for the compaction sublot 16 and will be used for calculation of the CPF and acceptance of HMA � 17 compaction lot. When cores are taken by the Contracting Agency at 18 the request of the Contractor, they shall be requested by noon of the 19 next workday after the test results for the compaction sublot have 20 been provided or made available to the Contractor. Traffic control '`� 21 shall be provided by the Contractor as requested by the Engineer. '�" 22 Failure by the Contractor to provide the requested traffic control will 23 result in forFeiture of the request for retesting. When the CPF for the 24 compaction lot based on the results of the cores is less than 1.00, the .ril 25 Contracting Agency will deduct the cost for the coring from any 26 monies due or that may become due the Contractor under the � 27 Contract at the rate of$200 per core and the Contractor shall pay for 28 the cost of the traffic control. 29 �30 5-04.3(10)D HMA Compaction —Visual Evaluation 31 Visual Evaluation will be the basis of acceptance for compaction of the Bid 32 items "HMA for Pavement Repair CI. PG "and "HMA for � 33 Prelevelling Class_PG_". This HMA shall be thoroughly compacted 34 to the satisfaction of the Engineer. HMA that is used to prelevel wheel 35 ruts shall be compacted with a pneumatic tire roller. 36 �37 5-04.3(10)E HMA Compaction— Test Point Evaluation 38 When compaction acceptance is by Test Point Evaluation, compact HMA 39 based on a test point evaluation of the compaction train. Perform the test � 40 point evaluation in accordance with instructions from the Engineer. The 41 number of passes with an approved compaction train, required to attain 42 the maximum test point density, shall be used on all subsequent paving. � 43 44 5-04.3(10)F HMA Compaction Acceptance — Notification of 45 Acceptance Test Results �� 46 The obligations and responsibilities for notifying the Contractor of 47 compaction acceptance test results are the same as for mixture 48 acceptance test results. See Section 5-04.3(9)E. 49 � � � � AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 � � 1 5-04.3(11) Reject Work 2 This Section applies to HMA and all requirements related to HMA (except 3 aggregates prior to being incorporated into HMA). For rejection of aggregate � 4 prior to its incorporation into HMA refer to Section 3-04. 5 6 5-04.3(11)A Reject Work—General � 7 Work that is defective or does not conform to Contract requirements shall 8 be rejected. The Contractor may propose, in writing, alternatives to 9 removal and replacement of rejected material. Acceptability of such � 10 alternative proposals will be determined at the sole discretion of the 11 Engineer. 12 � 13 5-04.3(11)B Rejection by Contractor 14 The Contractor may, prior to acceptance sampling and testing, elect to 15 remove any defective material and replace it with new material. Any such � 16 new material will be sampled, tested, and evaluated for acceptance. 17 18 5-04.3(11)C Rejection Without Testing (Mixture or Compaction) � 19 The Engineer may, without sampling, reject any batch, load, or section of 20 Roadway that appears defective. Material rejected before placement shall 21 not be incorporated into the pavement. 22 � 23 No payment will be made for the rejected materials or the removal of the 24 materials unless the Contractor requests the rejected material to be 25 tested. If the Contractor requests testing, acceptance will be by Statistical � 26 Evaluation, and a minimum of three samples will be obtained and tested. 27 When uncompacted material is required for testing but not available, the 28 Engineer will determine random sample locations on the roadway in � 29 accordance with WSDOT Test Method T 716, take cores in accordance 30 with WSDOT SOP 734, and test the cores in accordance with WSDOT 31 SOP 737. � 32 33 If the CPF for the rejected material is less than 0.75, no payment will be 34 made for the rejected material; in addition, the cost of sampling and 35 testing shall be borne by the Contractor. If the CPF is greater than or � 36 equal to 0.75, the cost of sampling and testing will be borne by the �" 37 Contracting Agency. If the material is rejected before placement and the 38 CPF is greater than or equal to 0.75, compensation for the rejected 39 material will be at a CPF of 0.75. If rejection occurs after placement and � 40 the CPF is greater than or equal to 0.75, compensation for the rejected 41 material will be at the calculated CPF with an addition of 25 percent of the 42 unit Contract price added for the cost of removal and disposal. 43 44 5-04.3(11)D Rejection —A Partial Sublot (Mixture or Compaction) � 45 In addition to the random acceptance sampling and testing, the Engineer 46 may also isolate from a mixture or compaction sublot any material that is 47 suspected of being defective in relative density, gradation or asphalt � 48 binder content. Such isolated material will not include an original sample 49 location. The Contracting Agency will obtain a minimum of three random 50 samples of the suspect material and perform the testing. When 51 uncompacted material is required for testing but is not available, the � 52 Engineer will select random sample locations on the roadway in � AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK � Revised: 4/3/17 1 accordance with WSDOT Test Method T 716, take cores samples in � 2 accordance with WSDOT SOP 734, and test the material in accordance 3 with WSDOT SOP 737. The material will then be statistically evaluated as � 4 an independent lot in accordance with Section 1-06.2(2). 5 6 5-04.3(11)E Rejection —An Entire Sublot (Mixture or Compaction) 7 An entire mixture or compaction sublot that is suspected of being defective � 8 may be rejected. When this occurs, a minimum of two additional random 9 samples from this sublot will be obtained. When uncompacted material is �� 10 required for the additional samples but the material has been compacted, � ��, 11 the Contracting Agency will take and test cores from the roadway as 12 described in Section 5-04.3(11)D. The additional samples and the original 13 sublot will be evaluated as an independent lot in accordance with Section � 14 1-06.2(2). 15 16 5-04.3(11)F Rejection - A Lot in Progress (Mixture or Compaction) � 17 The Contractor shall shut down operations and shall not resume HMA 18 placement until such time as the Engineer is satisfied that material 19 conforming to the Specifications can be produced when: � 20 21 1. the Composite Pay Factor (CPF) of a mixture or compaction lot ""' 22 in progress drops below 1.00 and the Contractor is taking no 23 corrective action, or 24 +� 25 2. the Pay Factor (PF;)for any constituent of a mixture or 26 compaction lot in progress drops below 0.95 and the Contractor � 27 is taking no corrective action, or 28 29 3. either the PF;for any constituent (or the CPF) of a mixture or °� 30 compaction lot in progress is less than 0.75. � 31 32 5-04.3(11)G Rejection —An Entire Lot (Mixture or Compaction) 33 An entire lot with a CPF of less than 0.75 will be rejected. 34 '� 35 5-04.3(12) Joints � 36 5-04.3(12)A HMA Joints 37 5-04.3(12)A1 Transverse Joints 38 Conduct operations such that placement of the top or wearing course 39 is a continuous operation or as close to continuous as possible. � 40 Unscheduled transverse joints will be allowed, but the roller may pass 41 over the unprotected end of the freshly laid HMA only when the 42 placement of the course is discontinued for such a length of time that � 43 the HMA will cool below compaction temperature. When the Work is 44 resumed, cut back the previously compacted HMA to produce a 45 slightly beveled edge for the full thickness of the course. � 46 � 47 Construct a temporary wedge of HMA on a 50H:1 V where a 48 transverse joint as a result of paving or planing is open to traffic. 49 Separate the HMA in the temporary wedge from the permanent HMA � 50 upon which it is placed by strips of heavy wrapping paper or other 51 methods approved by the Engineer. Remove the wrapping paper and � � � AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 � � 1 trim the joint to a slightly beveled edge for the full thickness of the 2 course prior to resumption of paving. � 3 4 Waste the material that is cut away and place new HMA against the 5 cut. Use rollers or tamping irons to seal the joint. 6 7 5-04.3(12)AZ Longitudinal Joints 8 Offset the longitudinal joint in any one course from the course 9 immediately below by not more than 6 inches nor less than 2 inches. � 10 Locate all longitudinal joints constructed in the wearing course at a 11 lane line or an edge line of the Traveled Way. Construct a notched 12 wedge joint along all longitudinal joints in the wearing surface of new � 13 HMA unless otherwise approved by the Engineer. The notched 14 wedge joint shall have a vertical edge of not less than the maximum 15 aggregate size nor more than '/2 of the compacted lift thickness, and � 16 then taper down on a slope not steeper than 4H:1V. Uniformly � 17 compact the sloped portion of the HMA notched wedge joint. 18 � 19 On one-lane ramps a longitudinal joint may be constructed at the 20 center of the traffic lane, subject to approval by the Engineer, if: 21 22 1. The ramp must remain open to traffic, or � 23 24 2. The ramp is closed to traffic and a hot-lap joint is 25 constructed. � �' 26 �r,. 27 a. Two paving machines shall be used to construct the 28 hot-lap joint. 29 � 30 b. The pavement within 6 inches of the hot-lap joint will not 31 be excluded from random location selection for � 32 compaction testing. 33 34 c. Construction equipment other than rollers shall not � 35 operate on any uncompacted HMA. 36 37 When HMA is placed adjacent to cement concrete pavement, 38 construct longitudinal joints between the HMA and the cement � 39 concrete pavement. Saw the joint to the dimensions shown on 40 Standard Plan A-40.10 and fill with joint sealant meeting the 41 requirements of Section 9-04.2. � 42 43 5-04.3(12)B Bridge Paving Joint Seals 44 5-04.3(12)B1 HMA Sawcut and Seal � 45 Prior to placing HMA on the bridge deck, establish sawcut alignment 46 points at both ends of the bridge paving joint sealsto be placed at the 47 bridge ends, and at interior joints within the bridge deck when and � 48 where shown in the Plans. Establish the sawcut alignment points in a 49 manner that they remain functional for use in aligning the sawcut after 50 placing the HMA overlay. 51 ■. � AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3177 � 1 Submit a Type 1 Working Drawing consisting of the sealant � 2 manufacturer's application procedure. 3 � 4 Construct the bridge paving joint seal as specified in the Plans and in 5 accordance with the detail shown in the Standard Plans. Construct 6 the sawcut in accordance with Section 5-05.3(8). Apply the sealant in 7 accordance with Section 5-05.3(8)B and the manufacturer's � 8 application procedure. 9 10 5-04.3(12)B2 Paved Panel Joint Seal '"� 11 Construct the paved panel joint seal in accordance with the ,,,,, 12 requirements specified in Section 5-04.3(12)B1 and the following 13 requirement: 14 � 15 1. Clean and seal the existing joint between concrete panels in 16 accordance with Section 5-01.3(8) and the details shown in � 17 the Standard Plans. 18 19 5-04.3(13) Surface Smoothness 20 The completed surface of all courses shall be of uniform texture, smooth, � 21 uniform as to crown and grade, and free from defects of all kinds. The " 22 completed surface of the wearing course shall not vary more than '/8 inch from 23 the lower edge of a 10-foot straightedge placed on the surface parallel to the 24 centerline. The transverse slope of the completed surface of the wearing •r� 25 course shall vary not more than '/4 inch in 10 feet from the rate of transverse 26 slope shown in the Plans. � 27 28 When deviations in excess of the above tolerances are found that result from 29 a high place in the HMA, correct the pavement surface by one of the � 30 following methods: 31 32 1. Remove material from high places by grinding with an approved � 33 grinding machine, or 34 35 2. Remove and replace the wearing course of HMA, or 36 � 37 3. By other method approved by the Engineer. 38 39 Correct defects until there are no deviations anywhere greater than the � 40 allowable tolerances. 41 42 Deviations in excess of the above tolerances that result from a low place in the � 43 HMA and deviations resulting from a high place where corrective action, in the 44 opinion of the Engineer, will not produce satisfactory results will be accepted 45 with a price adjustment. The Engineer shall deduct from monies due or that � 46 may become due to the Contractor the sum of$500.00 for each and every � 47 section of single traffic lane 100 feet in length in which any excessive 48 deviations described above are found. 49 � 50 When portland cement concrete pavement is to be placed on HMA, the 51 surface tolerance of the HMA shall be such that no surface elevation lies 52 above the Plan grade minus the specified Plan depth of portland cement � � � AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 � � 1 concrete pavement. Prior to placing the portland cement concrete pavement, 2 bring any such irregularities to the required tolerance by grinding or other 3 means approved by the Engineer. � 4 5 When utility appurtenances such as manhole covers and valve boxes are 6 located in the Traveled Way, pave the Roadway before the utility ' � 7 appurtenances are adjusted to the finished grade. w. g 9 5-04.3(14) Planing Bituminous Pavement 10 Plane in such a manner that the underlying pavement is not torn, broken, or �. 11 otherwise damaged by the planing operation. Delamination or raveling of the 12 underlying pavement will not be construed as damage due to the Contractor's � 13 operations. Pavement outside the limits shown in the Plans or designated by �„� 14 the Engineer that is damaged by the Contractor's operations shall be repaired 15 to the satisfaction of the Engineer at no additional cost to the Contracting � 16 Agency. 17 18 For mainline planing operations, use equipment with automatic controls and � 19 with sensors for either or both sides of the equipment. The controls shall be 20 capable of sensing the grade from an outside reference line, or a mat- 21 referencing device. The automatic controls shall have a transverse slope 22 controller capable of maintaining the mandrel at the desired transverse slope '� 24 (expressed as a percentage)within plus or minus 0.1 percent. 25 Remove all loose debris from the planed surface before opening the planed � 26 surface to traffic. The planings and other debris resulting from the planing 27 operation shall become the property of the Contractor and be disposed of in 28 accordance with Section 2-03.3(7)C, or as otherwise allowed by the Contract. � 29 30 5-04.3(15) Sealing Pavement Surfaces 31 Apply a fog seal where shown in the Plans. Construct the fog seal in � 32 accordance with Section 5-02.3. Unless otherwise approved by the Engineer, 33 apply the fog seal prior to opening to traffic. 34 35 5-04.3(16) HMA Road Approaches �` 36 Construct HMA approaches at the locations shown in the Plans or where �"` 37 staked by the Engineer, in accordance with Section 5-04. 38 39 5-04.4 Measurement � 40 HMA CI. PG , HMA for CI. PG _, and Commercial HMA will 41 be measured by the ton in accordance with Section 1-09.2, with no deduction being � 42 made for the weight of asphalt binder, mineral filler, or any other component of the HMA. 43 If the Contractor elects to remove and replace HMA as allowed by Section 5-04.3(11), 44 the material removed will not be measured. � 45 46 Roadway cores will be measured per each for the number of cores taken. 47 � 48 Crack Sealing-LF will be measured by the linear foot along the line of the crack. 49 50 Soil residual herbicide will be measured by the mile for the stated width to the nearest �; 51 0.01 mile or by the square yard, whichever is designated in the Proposal. 52 ` � AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK � Revised: 4/3/17 � 1 Pavement repair excavation will be measured by the square yard of surface marked � 2 prior to excavation. 3 �4 Asphalt for fog seal will be measured by the ton, as provided in Section 5-02.4. 5 6 Longitudinal joint seals between the HMA and cement concrete pavement will be 7 measured by the linear foot along the line and slope of the completed joint seal. � 8 9 HMA sawcut and seal, and paved panel joint seal, will be measured by the linear foot 10 along the line and slope of the completed joint seal. � 11 ..riiii 12 Planing bituminous pavement will be measured by the square yard. 13 14 Temporary pavement marking will be measured by the linear foot as provided in Section ,,,� 15 8-23.4. 16 �17 Water will be measured by the M gallon as provided in Section 2-07.4. 18 19 5-04.5 Payment � 20 Payment will be made for each of the following Bid items that are included in the ' 21 Proposal: " 22 23 "HMA CI. _ PG _", per ton. 24 "HMA for Approach CI. PG_", per ton. � 25 "HMA for Preleveling CI. _ PG _", per ton. 26 "HMA for Pavement Repair CI. _ PG _", per ton. � 27 "Commercial HMA", per ton. 28 The unit Contract price per ton for"HMA CI. PG _", "HMA for Approach CI. 29 PG _", "HMA for Preleveling CI. _ PG ", "HMA for Pavement Repair CL E 30 PG _", and "Commercial HMA" shall be full compensation for all costs, � 31 including anti-stripping additive, incurred to carry out the requirements of Section 5- 32 04 except for those costs included in other items which are included in this 33 Subsection and which are included in the Proposal. � 34 35 "Crack Sealing-FA", by force account. � 36 "Crack Sealing-FA" will be paid for by force account as specified in Section 1-09.6. 37 For the purpose of providing a common Proposal for all Bidders, the Contracting 38 Agency has entered an amount in the Proposal to become a part of the total Bid by 39 the Contractor. � 40 41 "Crack Sealing-LF", per linear foot. 42 The unit Contract price per linear foot for"Crack Sealing-LF" shall be full payment � 43 for all costs incurred to perForm the Work described in Section 5-04.3(4)A. 44 45 "Soil Residual Herbicide ft. Wide", per mile, or � 46 "Soil Residual Herbicide", per square yard. 47 The unit Contract price per mile or per square yard for "Soil Residual Herbicide" 48 shall be full payment for all costs incurred to obtain, provide and install herbicide in � 49 accordance with Section 5-04.3(4)B. � 50 51 "Pavement Repair Excavation Incl. Haul", per square yard. � � .r AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 � ' � 1 The unit Contract price per square yard for"Pavement Repair Excavation Incl. 2 Haul" shali be full payment for all costs incurred to perform the Work described in � 3 Section 5-04.3(4)C with the exception, however, that all costs involved in the 4 placement of HMA shall be included in the unit Contract price per ton for"HMA for 5 Pavement Repair CI. _ PG_", per ton. 6 �i 7 "Asphalt for Fog SeaP', per ton. �r 8 Payment for"Asphalt for Fog Seal" is described in Section 5-02.5. 9 � 10 "Longitudinal Joint Seal", per linear foot. 11 The unit Contract price per linear foot for"Longitudinal Joint Seal" shall be full 12 payment for all costs incurred to construct the longitudinal joint between HMA and � 13 cement concrete pavement, as described in Section 5-04.3(12)B. � 14 15 "HMA Sawcut And Seal", per linear foot. � 16 The unit Contract price per linear foot for"HMA Sawcut And Seal" shall be full 17 payment for all costs incurred to perform the Work described in Section 5- 18 04.3(12)B1. � 19 20 "Paved Panel Joint Seal", per linear foot. 21 The unit Contract price per linear foot for"Paved Panel Joint Seal" shall be full 22 payment for all costs incurred to perform the Work described in Section 5- � 23 04.3(12)B2. 24 25 "Planing Bituminous PavemenY', per square yard. � 26 The unit Contract price per square yard for"Planing Bituminous PavemenY' shall be rr. 27 full payment for all costs incurred to perform the Work described in Section 5- 28 04.3(14). 29 �, 30 "Temporary Pavement Marking", per linear foot. 31 Payment for"Temporary Pavement Marking" is described in Section 8-23.5. � 32 33 "Water", per M gallon. 34 Payment for"Water" is described in Section 2-07.5. 35 � 36 "Job Mix Compliance Price Adjustment", by calculation. 37 "Job Mix Compliance Price Adjustment" will be calculated and paid for as described 38 in Section 5-04.3(9)B6 and 5-04.3(9)D1. � 39 40 "Compaction Price Adjustment", by calculation. 41 "Compaction Price Adjustment"will be calculated and paid for as described in � 42 Section 5-04.3(10)C3. 43 44 "HMA Core — Bridge", per each. � 45 The unit Contract price per each for"HMA Core — Bridge" shall be full payment for 46 all costs, including traffic control, associated with taking HMA density cores in 47 pavement that is on a bridge deck. � 48 49 "HMA Core — Roadway", per each. 50 The unit Contract price per each for "HMA Core — Roadway" shall be full payment �- 51 for all costs, including traffic control, associated with taking HMA density cores in 52 pavement that is not on a bridge deck. � � AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK R Revised: 4/3117 � � « „ � 2 Cyclic Density Price Adjustment , by calculation. 3 "Cyclic Density Price Adjustment"will be calculated and paid for as described in � �' 4 Section 5-04.3(10)B. 5 I 6 5-05.AP5 ' 7 Section 5-05, Cement Concrete Pavement � 8 January 3, 2017 , 9 5-05.3(1) Concrete Mix Design for Paving '� 10 In last sentence of the second paragraph of item number 1, the reference to "Section 9- � 11 01.2(4)" is revised to read "Section 9-01.2(1)B". 12 13 The following is inserted after item number 2: .� 14 15 3. Mix Design Modifications -The Contractor may initiate adjustments to the � 16 aggregate proportions of the approved mix design. An adjustment in both the fine 17 and coarse aggregate batch target weights of plus or minus 200 pounds per cubic 18 yard will be allowed without resubmittal of the mix design. The adjusted aggregate «� 19 weights shall become the new batch target weights for the mix design. ! 20 21 Item number 3 is renumbered to 4 and revised (up until the table) to read: 22 23 4. Conformance to Mix Design - Cement and coarse and fine aggregate weights "� 24 shall be within the following tolerances of the batch target weights of the mix 25 design: � 26 Portland Cement Concrete Batch Wei hts Cement +5% -1% � Coarse A re ate +2% -2% Fine A re ate +2% -2% 27 �28 5-05.3(3)B Mixing Equipment 29 The last sentence of item number 4 is revised to read: 30 �31 Plant-mixed concrete may be transported in nonagitated vehicles provided that the 32 concrete is in a workable condition when placed and: 33 �34 a. discharge is completed within 45 minutes after the introduction of mixing water 35 to the cement and aggregates, or 36 �37 b. discharge is completed within 60 minutes after the introduction of mixing water 38 to the cement and aggregates, provided the concrete mix temperature is 70°F 39 or below during placement, or � 40 41 c. discharge is completed within 60 minutes after the introduction of mixing water ""� 42 to the cement and aggregates, provided the mix contains an approved set 43 retarder at the manufacturer's minimum dosage rate. 44 .r�i 45 5-05.3(6) Subgrade 46 This section, including title, is revised to read: � 47 � � AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 � � 1 5-05.3(6) Surface Preparation 2 The Subgrade surface shail be prepared and compacted a minimum of 3 feet beyond 3 each edge of the area which is to receive concrete pavement in order to accommodate 4 the slip-form equipment. � �" 5 '' 6 Concrete shall not be placed during a heavy rainfall. Prior to placing concrete: � � 8 1. The surface shall be moist; 9 � 10 2. Excess water (e.g., standing, pooling or flowing) shall be removed from the 11 surface. 12 � 13 3. The surface shall be clean and free of any deleterious materials. 14 15 4. The surface temperature shall not exceed 120°F or be frozen. � 16 �„ 17 5-05.3(7)A Slip-Form Construction 18 The second sentence of the first paragraph is revised to read: � 19 20 The alignment and elevation of the paver shall be regulated from outside reference lines 21 established for this purpose, or by an electronic control system capable of controlling � 22 the line and grade within required tolerances. 23 24 6-02.AP6 25 Section 6-02, Concrete Structures � 26 April 3, 2017 27 6-02.3(2) Proportioning Materials � 28 In the sixth paragraph, the reference to "Section 9-01.2(4)" is revised to read "9-01.2(1)B". 29 30 6-02.3(2)A Contractor Mix Design � 31 The following new sentence is inserted after the first sentence of the third paragraph: 32 33 The mix design submittal shall also include test results no older than one year showing � 34 that the Aggregates do not contain Deleterious Substances in accordance with Section 35 9-03. 36 � 37 6-02.3(2)A1 Contractor Mix Design for Concrete Class 4000D 38 The following new sentence is inserted after the second sentence of the last paragraph: 39 � 40 Mix designs using shrinkage reducing admixture shall state the specific quantity 41 required. 42 � 43 The following new sentence is inserted before the last sentence of the last paragraph: 44 45 Testing samples of mixes using shrinkage reducing admixture shall use the admixture 46 amount specified in the mix design submittal. � 47 48 6-02.3(2)B Commercial Concrete 49 The last sentence of the first paragraph is revised to read: 50 � � AMENDMENTS TO THE 2076 STANDARD SPECIFICATIONS BOOK Revised: 4/3117 � 1 Commercial concrete does not require mix design or source approvais for cement, � 2 aggregate, and other admixtures. 3 ' 4 6-02.3(6)A1 Hot Weather Protection � 5 This section is revised to read: 6 7 The Contractor shall provide concrete within the specified temperature limits. Cooling of � 8 the coarse aggregate piles by sprinkling with water is permitted provided the moisture 9 content is monitored and the mixing water is adjusted for the free water in the 10 aggregate. Shading or cooling aggregate piles (sprinkling of fine aggregate piles with '� A 11 water is not allowed). If sprinkling of the coarse aggregates is to be used, the piles � 12 moisture content shall be monitored and the mixing water adjusted for the free water in 13 the aggregate. In addition, when removing the coarse aggregate, it shall be removed 14 from at least 1 foot above the bottom of the pile. Refrigerating mixing water; or replacing .,�1 15 all or part of the mixing water with crushed ice, provided the ice is completely melted by 16 placing time. � 17 18 If air temperature exceeds 90°F, the Contractor shall use water spray or other accepted 19 methods to cool all concrete-contact surfaces to less than 90°F. These surfaces include � 20 forms, reinforcing steel, steel beam flanges, and any others that touch the mix. 21 22 6-02.3(6)A2 Cold Weather Protection 23 This section is revised to read: � 24 25 Concrete shall be maintained at or above a temperature of 40°F during the first seven 26 days of the Cold Weather Protection Period and at or above a temperature of 35°F � 27 during the remainder of the Cold Weather Protection Period. Cold weather protection 28 requirements do not apply to concrete in shafts and piles placed below the ground line. 29 �30 Prior to placing concrete in cold weather, the Contractor shall submit a Type 2 Working 31 Drawing with a written procedure for cold weather concreting. The procedure shall detail 32 how the Contractor will adequately cure the concrete and prevent the concrete � 33 temperature from falling below the minimum temperature. Extra protection shall be 34 provided for areas especially vulnerable to freezing (such as exposed top surfaces, 35 corners and edges, thin sections, and concrete placed into steel forms). Concrete � 36 placement will only be allowed if the Contractor's cold weather protection plan has been " 37 accepted by the Engineer. " 38 39 Prior to concrete placement, the Contractor shall review the 7-day temperature 40 predictions for the job site from the Western Region Headquarters of the National "'� 41 Weather Service (www.wrh.noaa.gov). When temperatures below 35°F are predicted, 42 the Contractor shall: � 43 44 1. Install temperature data loggers in each concrete pour. One data logger shall 45 be installed for every 100 yards of concrete placed. Data loggers shall be � 46 installed at locations directed by the Engineer, and shall be placed 1.5 inches �r. 47 from the face of concrete. 48 49 2. Immediately after concrete placement, temperature data loggers shall be „�� 50 installed on the concrete surface at locations directed by the Engineer. One 51 data logger shall be installed for every 100 yards of concrete placed. � 52 � .r AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 �. � 1 The data loggers shall be operated continuously during the Cold Weather Protection 2 Period. Temperatures shall be measured, recorded and stored a minimum of every 30 3 minutes. Temperature data shall be submitted to the Engineer as a Type 1 Working � 4 Drawing within three days following the end of the Cold Weather Protection Period. 5 6 For each day that the concrete temperature falls below 40°F during the first seven days � 7 of the Cold Weather Protection Period, no curing time is awarded for that day and the 8 Cold Weather Protection Period is extended for one additional day. If the concrete 9 temperature falls below 35°F during Cold Weather Protection Period, the concrete may � 10 be rejected by the Engineer. 11 12 6-02.3(7) Concrete Exposed to Sea Water � 13 This section including title is revised to read: 14 15 6-02.3(7) Vacant 16 � 17 6-02.3(8) Concrete Exposed to Alkaline Soils or Water 18 This section including title is revised to read: � 19 20 6-02.3(8) Vacant 21 � 22 6-02.3(17)K Concrete Forms on Steel Spans 23 In the last paragraph, "ASTM A325" is revised to read "ASTM F3125 Grade A325". 24 � 25 6-02.3(17)N Removal of Falsework and Forms 26 The fifth paragraph is deleted. 27 28 6-02.3(25) Prestressed Concrete Girders � 29 Under the heading "Prestressed Concrete Slab Girder", the second sentence is deleted. 30 31 6-02.3(25)A Shop Drawings 32 The sixth paragraph is deleted. 33 34 6-02.3(25)F Prestress Release � 35 The last two sentences of the last paragraph are deleted and replaced with the following 36 single sentence: 37 � 38 This request shall be submitted as a Type 2E Working Drawing analyzing changes in � 39 vertical deflection, girder lateral stability and concrete stresses in accordance with 40 Section 6-02.3(25)L2. 41 ,r, 42 6-02.3(25)H Finishing 43 Item number 2 in the first paragraph is revised to read: 44 ' � 45 2. The bottoms, sides, and tops of the lower flanges on all girders, including the top of 46 the bottom slab between the tub girder webs. � 47 48 6-02.3(25)I Fabrication Tolerances 49 Items 4 and 5 in the first paragraph are revised to read: 50 � 51 4. Flange Depth: ± %4 inch �. � AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK � Revised: 4/3/17 � 1 � ,, 2 5. Strand Position: I 3 � � 4 Individual strands: ± '/4 inch 5 6 Bundled strands: ± '/� inch 7 �8 Harped strand group center of gravity at the girder ends: ± 1 inch 9 10 Items 7, 8 and 9 in the first paragraph are revised to read: "'� 11 ..► 12 7. Position of an Interior Void, vertically and horizontally: ± '/2 inch. 13 14 8. Bearing Recess (center of recess to girder end): ±5/8 inch. � 15 16 9. Girder Ends (deviation from square or designated skew): 17 � 18 Horizontal: ± %8 inch per foot of girder width, up to a maximum of± '/z inch 19 p 20 Vertical: ± 3/,s inch per foot of girder depth, up to a maximum of± 1'/2 inch � 21 22 Items 14 and 15 in the first paragraph are revised to read: 23 �24 14. Local smoothness of any surface: ± '/4 inch in 10 feet. 25 26 15. Differential Camber between Girders in a Span (measured in place at the job site): � 27 For wide flange deck and deck bulb Cambers shall be equalized when tee girders with a cast-in-place the differences in cambers between � reinforced concrete deck: ad'acent irders exceeds ± % inch For wide flange deck, deck bulb tee Cambers shall be equalized when and slab girders without a cast-in- the differences in cambers between � lace reinforced concrete deck: ad'acent irders exceeds ± '/4 inch 28 29 Item 17 in the first paragraph is revised to read: � 30 31 17. Position of Lifting Embedments: ± 3 inches longitudinal, ± '/4 inch transverse. � 32 33 6-02.3(25)J Horizontal Alignment � 34 This section is revised to read: 35 36 The Contractor shall check and record the horizontal alignment (sweep) of each girder � 37 at the following times: 38 39 1. Initial — Upon removal of the girder from the casting bed � 40 �,. 41 2. Shipment—Within 14 days prior to shipment; and 42 43 3. Erection —After girder erection and cutting temporary top strands but prior to ,,,�r 44 any equalization, welding ties or placement of diaphragms. 45 � � � AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 � � 1 Horizontal alignment of the top and bottom flanges shall be checked and recorded. 2 Alternatively, the Contractor may check and record the horizontal alignment of the web 3 near mid-height of the girder. Each check shali be made by measuring the maximum � 4 offset at mid-span relative to a chord that starts and stops at the girder ends. The 5 Contractor shall check and record the alignment at a time when the girder is not 6 influenced by temporary differences in surFace temperature. Records for the initial check � 7 (item 1 above) shall be included in the Contractor's prestressed concrete certificate of 8 compliance. Records for all other checks shall be submitted as a Type 1 Working 9 Drawing. � 10 11 For each check (Items 1 to 3 above), the alignment shall not be offset more than % inch 12 for each 10 feet of girder length. Girders not meeting this tolerance for the shipment � 13 check (Item 2 above) shall require an analysis of girder lateral stability and stresses in � 14 accordance with Section 6-02.3(25)L1. The Contractor shall perform this analysis and 15 submit it as a Type 2E Working Drawing prior to shipment of the girder. Any girder that � 16 exceeds an offset of%8 inch for each 10 feet of girder length for the erection check (Item 17 3 above) shall be corrected at the job site to the %s inch maximum offset per 10 feet of 18 girder length before concrete is placed into the diaphragms. The Contractor shall submit � 19 a Type 2 Working Drawing for any required corrective action. 20 21 The maximum distance between the side of a prestressed concrete slab girder, or the 22 edge of the top flange of a wide flange deck, wide flange thin deck or deck bulb tee 23 girder, and a chord that e�ends the full length of the girder shall be ±'/2 inch after 24 erection (Item 3 above). 25 � 26 6-02.3(25)K Vertical Deflection 27 Items 2 and 3 in the first paragraph are revised to read: 28 (; 29 2. Shipment—Within 14 days prior to shipment; �,,,, 30 31 3. Erection —After girder erection and cutting temporary top strands but prior to any � 32 equalization, welding ties or placement of diaphragms. 33 34 The following new paragraph is inserted after the second paragraph: � 35 36 Girders with vertical deflections not meeting the limit shown in the Plans for the 37 shipment check (Item 2 above) shall require an analysis of girder lateral stability and 38 stresses in accordance with Section 6-02.3(25)L1. The Contractor shall perform this � 39 analysis and submit it as a Type 2E Working Drawing prior to shipment. 40 41 The following new sentence is inserted after the second sentence of the fourth to last 42 paragraph: ■. 43 44 Any diaphragms are assumed to be placed. 45 �,,,, 46 The last three paragraphs are deleted and replaced with the following: 47 '; 48 If the girder vertical deflection measured for the erection check (Item 3 above) is not � 49 between the lower"D" dimension bound shown in the Plans and the upper"D" 50 dimension bound shown in the Plans plus 3/ inches, the Engineer may require ' 51 corrective action. The Contractor shall submit a Type 2 Working Drawing for any , � 52 required corrective action. � � AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK � Revised: 4/3/17 � 1 � 2 6-02.3(25)L Handling and Storage 3 The second paragraph is revised to read: � 4 5 For strand lift loops, only'/2-inch diameter or 0.6-inch diameter strand conforming to 6 Section 9-07.10 shall be used, and a minimum 2-inch diameter straight pin of a shackle 7 shall be used through the loops. Multiple loops shall be held level in the girder during 8 casting in a manner that allows each loop to carry its share of the load during lifting. The I� 9 minimum distance from the end of the girder to the centroid of the strand lift loops shall ' 10 be 3 feet. The loops for all prestressed concrete girders, with the exception of � ' 11 prestressed concrete slab girders, shall project a minimum of 1'-6" from the top of the 12 girder. The loops for prestressed concrete slab girders shall project a minimum of 4 13 inches. Loops shall extend to within 3 inches clear of the bottom of the girder, � 14 terminating with a 9-inch long 90-degree hook. Loads on individual loops shall be limited 15 to 12 kips, and all girders shall be picked up at a minimum angle of 60 degrees from the 16 top of the girder. � 17 18 The third sentence of the fourth paragraph is revised to read: 19 �20 Alternatively, these temporary strands may be post-tensioned provided the strands are 21 stressed on the same day that the permanent prestress is released into the girder and 22 the strands are tensioned prior to lifting the girder. 23 �24 The second to last sentence of the fourth paragraph is revised to read: 25 26 When the post-tensioned alternative is used, the Contractor shall be responsible for � 27 properly sizing the anchorage plates, and configuring the reinforcement adjacent to the 28 anchorage plates, to prevent bursting or splitting of the concrete in the top flange. 29 �30 The second to last pargraph is deleted. 31 32 This section is supplemented with the following new subsections: � 33 34 6-02.3(25)L1 Girder Lateral Stability and Stresses 35 The Contractor shall be responsible for safely lifting, storing, shipping and erecting 36 prestressed concrete girders. 37 38 The Contract documents may provide shipping and handling details for girders including 39 lifting embedment locations (L), shipping support locations (L, and L2), minimum � 40 shipping support rotational spring constants (Ke), minimum shipping support center-to- 41 center wheel spacings (W��), vertical deflections and number of temporary top strands. 42 These shipping and handling details have been determined in accordance with Section � 43 6-02.3(25)L2. 44 45 The Contractor shall submit a Type 2E Working Drawing analyzing girder lateral stability 't 46 and concrete stresses during lifting, storage, shipping and erection in accordance with ,,w, 47 Section 6-02.3(25)L2 in the following cases: 48 49 1. Any of the analysis assumptions listed in Section 6-02.3(25)L2 are invalid. � 50 Determination of validity shall be made by the Contractor, except that analysis 51 assumptions shall be considered invalid if the actual values are outside of the � 52 provided tolerances. � � AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4l3/17 �rli � 1 2 2. The Contractor intends to alter the shipping and handling detaiis provided in 3 the Contract documents. � 4 �'�` 5 3. The Contract documents do not provide shipping and handling details. 6 � 7 6-02.3(25)L2 Lateral Stability and Stress Analysis 8 Analysis for girder lateral stability and concrete stresses during lifting, storage, shipping 9 and erection shall be in accordance with the PCI Recommended Practice for Lateral � 10 Stability of Precast, Prestressed Concrete Bridge Girders, First Edition, Publication CB- tir. 11 02-16-E and the AASHTO LRFD Bridge Design Specifications edition identified in the 12 Contract documents. The following design criteria shall be met: � 13 �,,, 14 1. Factor of Safety against cracking shall be at least 1.0 15 � 16 2. Factor of Safety against failure shall be at least 1.5 17 18 3. Factor of Safety against rollover shall be at least 1.5 � 19 20 4. Allowable concrete stresses shall be as specified in Section 6-02.3(25)L3 21 22 The analysis shall address any effects on girder vertical deflection (camber), "A" � 23 dimensions at centerline of bearings and deck screed cambers (C). 24 25 Shipping and handling details provided in the Contract documents have been � 26 determined using the following analysis assumptions: ir 27 28 1. Girder dimensions, strand locations and lifting embedment locations are within 29 the tolerances specified in Section 6-02.3(25)I �y,,, 30 31 2. Girder horizontal alignment (sweep) is within the tolerance specified in Section � 32 6-02.3(25)J 33 34 3. Girder vertical deflection (camber) at midspan is less than or equal to the value � 35 shown in the Plans for shipping 36 37 4. Minimum concrete compressive strength at release (f'�;) has been reached 38 before initial lifting from casting bed. Minimum concrete compressive strength � 39 at 28 days (f'�) has been reached before shipping. 40 41 5. Height of girder bottom above roadway at shipping supports is less than or � 42 equal to 72 inches 43 44 6. Height of shipping support roll center above roadway is 24 inches, ± 2 inches � 45 46 7. Shipping support longitudinal placement (L� and L2) tolerance is ± 6 inches 47 � 48 8. Shipping support lateral placement tolerance is ±1 inches 49 50 9. Shipping supports provide the minimum shipping support rotational spring � 51 constant (Ke) and minimum shipping support center-to-center wheel spacings ` 52 (W��) shown in the Plans � � AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK � Revised: 4/3/17 1 � 2 10. For shipping at highway speeds a ± 20% dynamic load allowance (impact) is 3 included with a typical roadway superelevation of 2% � 4 5 11. For turning at slow speeds, no dynamic load allowance (impact) is included , 6 with a maximum roadway superelevation of 6% 7 �8 12. Wind, centrifugal and seismic forces are not considered 9 10 6-02.3(25)L3 Allowable Stresses i 11 Prestressed concrete girder stresses shall be limited to the following values at all stages � 12 of construction and in service: 13 Condition Stress Location Allowable Stress ksi ,,,,� Temporary Tensile In areas without bonded Stress at reinforcement sufficient Transfer to resist the tensile force 0.0948.1 f�i <_ 0.2 "� and Lifting in the concrete � from In areas with bonded Casting reinforcement sufficient � Bed to resist the tensile force 0•24.1 f�� in the concrete Compressive Alllocations � 0.65 f�� Temporary Tensile In areas without bonded � Stress at reinforcement sufficient Shipping to resist the tensile force 0.0948� f� < 0.2 and in the concrete Erection In areas with bonded reinforcement sufficient 0.19.1 f� to resist the tensile force in the concrete � In areas with bonded reinforcement sufficient to resist the tensile force � in the concrete when 0,24.�, f� shipping at 6% superelevation, without � im act Compressive Alllocations 0.65f� Final Tensile Precompressed tensile 0.0 ,� Stresses zone at Service Compressive Effective prestress and 0.45f� Load ermanent loads � Effective prestress, permanent loads and 0.60f� transient live loads � Final Compressive Fatigue I Load Stresses Combination plus one- Q 40fc at Fatigue half effective prestress � Load and ermanent loads � � AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 i ' � Variables are as defined in the AASHTO LRFD Bridge Design Specifications. 1 � 2 6-02.3(25)M Shipping 3 The last four paragraphs are deleted and replaced with the following: 4 5 Girder lateral stability and stresses during shipping shall be in accordance with Section 6 6-02.3(25)L1. 7 8 If the Contractor elects to assemble spliced prestressed concrete girders into shipping � 9 configurations not shown in the Contract documents, the Contractor shall submit a Type 10 2E Working Drawing analyzing girder lateral stability and concrete stresses in 11 accordance with Section 6-02.3(25)L2 before shipping. � 12 13 6-02.3(25)N Prestressed Concrete Girder Erection 14 The second sentence of the first paragraph is revised to read: � 15 16 The erection plan shall conform to Section 6-02.3(25)L1. 17 18 The last paragraph is revised to read: � 19 20 Stop plates and dowel bars for prestressed concrete girders shall be set with either � 21 epoxy grout conforming to Section 9-26.3 or type IV epoxy bonding agent conforming to 22 Section 9-26.1. 23 24 6-02.3(25)O Girder to Girder Connections � 25 The second paragraph is revised to read: 26 27 Prestressed concrete girders shall be constructed in the following sequence: � 28 29 1. If required, deflections shall be equalized in accordance with the Contractor's 30 equalization plan. � 31 32 2. Any intermediate diaphragms shall be placed and any weld ties shall be 33 welded in accordance with Section 6-03.3(25). Welding ground shall be � 34 attached directly to the steel plates being welded when welding the weld-ties. 35 36 3. Any keyways between adjacent girders shown in the Plans to receive grout � 37 shall be filled flush with the surrounding surfaces using a grout conforming to 38 Section 9-20.3(2). 39 40 4. Equalization equipment shall not be removed and other construction ' � 41 equipment shall not be placed on the structure until intermediate diaphragms �"' 42 and keyway grout have attained a minimum compressive strength of 2,500 psi. 43 � 44 6-02.3(26)D2 Test Block Dimensions 45 The first sentence is revised to read: 46 � 47 The dimensions of the test block perpendicular to the tendon in each direction shall be 48 the smaller of twice the minimum edge distance or the minimum spacing specified by 49 the special anchorage device manufacturer, with the stipulation that the concrete cover � 50 over any confining reinforcing steel or supplementary skin reinforcement shall be 51 appropriate for the project-specific application and circumstances. � AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK , Revised: 4/3/17 �rr 1 � 2 6-02.3(26)E2 Ducts for External Exposed Installation 3 In the first paragraph, "ASTM D3350" is revised to read "ASTM D3035". � 4 5 In the fourth paragraph, "ASTM D3505" is revised to read "ASTM D3035". 6 7 6-02.3(26)G Tensioning � 8 Item number 1 of the second paragraph is revised to read: 9 10 1. All concrete has reached a compressive strength of at least 4,000 psi or the � 11 strength specified in the Plans. When tensioning takes place prior to 28-day � 12 compressive strength testing on concrete sampled in accordance with Section 6- 13 02.3(25)H, compressive strength shall be verified on field cured cylinders in 14 accordance with the FOP for AASHTO T23. .� 15 16 6-02.3(27)A Use of Self-Consolidating Concrete for Precast Units � 17 Item number 2 of the first paragraph is revised to read: 18 19 2. Precast reinforced concrete three-sided structures, box culverts and split box �� 20 culverts in accordance with Section 7-02.3(6). � 21 22 6-03.AP6 23 Section 6-03, Steel Structures � 24 January 3, 2017 25 6-03.3(33) Bolted Connections � 26 In this section, "AASHTO M253" is revised to read "ASTM F3125 Grade A490", "ASTM 27 F1852" is revised to read "ASTM F3125 Grade F1852", and "ASTM A325" is revised to read 28 "ASTM F3125 Grade A325". � 29 30 In the headings of Table 3, "A 325" is revised to read "ASTM F3125 Grade A325". 31 �32 In the headings of Table 3, "M 253" is revised to read "ASTM F3125 Grade A490". 33 34 6-05.AP6 � 35 Section 6-05, Piling 36 August 1, 2016 37 In this section, the words "capacity" and "capacities" are replaced with "resistance" and „� 38 "resistances", respectively. 39 �40 6-05.3(1) Piling Terms 41 The third paragraph is revised to read: 42 � 43 Overdriving — Over-driving of piles occurs when the ultimate bearing resistance 44 calculated from the equation in Section 6-05.3(12), or the wave equation driving criteria "` 45 if applicable, exceeds the ultimate bearing resistance required in the Contract in order to 46 reach the minimum tip elevation specified in the Contract, or as required by the � 47 Engineer. 48 49 The first sentence of the last paragraph is revised to read: � � � AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 � � 1 2 Minimum Tip Elevation —The minimum tip elevation is the elevation to which the pile 3 tip shall be driven. � 4 5 6-05.3(3)A Casting and Stressing 6 The last sentence of the third paragraph is revised to read: � 7 8 If the corrective action is not acceptable to the Engineer, the piling(s)will be subject to 9 rejection by the Engineer. � 10 11 6-05.3(5) Manufacture of Steel Piles 12 This section is supplemented with the following new paragraph: � 13 14 At least 14-days prior to the start of production of the piling, the Contractor shall advise 15 the Engineer of the production schedule. The Contractor shall give the Inspector safe � 16 and free access to the Work. If the Inspector observes any nonspecification Work or ,r,r 17 unacceptable quality control practices, the Inspector will advise the plant manager. If the 18 corrective action is not acceptable to the Engineer, the piling(s) will be subject to 19 rejection by the Engineer. � 20 21 6-05.3(9)A Pile Driving Equipment Approval � 22 The first sentence of the second paragraph is revised to read: 23 24 The Contractor shall submit Type 2E Working Drawings consisting of a wave equation � 25 analysis for all pile driving systems used to drive piling with required maximum driving 26 resistances of greater than 300 tons. 27 28 6-07.AP6 � 29 Section 6-07, Painting 30 April 3, 2017 � 31 6-07.3(10)A Containment 32 The first sentence of the fourth paragraph is replaced with the following two new sentences: 33 � 34 The containment system shall ensure no discharge into waters of the state. When there 35 is no threat of discharging to the waters of the state, emissions shall not exceed the 36 Level 2 Emissions standard in SSPC Technology Guide No. 6, Section 5.5, and � 37 assessed by Method A, Visible Emissions. 38 39 6-07.3(10)F Collecting, Testing, and Disposal of Containment Waste � 40 The third, fourth and fifth paragraphs are deleted and replaced with the following two new ` 41 paragraphs: 42 � 43 Containment waste is defined as all paint chips and debris removed from the steel 44 surface and all abrasive blast media, as contained by the containment system. After all 45 waste from the containment system has been collected, the Contractor shall collect 46 representative samples of the components that field screening indicates are lead- � 47 contaminated material. The Contractor shall collect at least one representative sample 48 from each container. The Contractor may choose to collect a composite sample of each 49 container, but the composite sample must consist of several collection points (a 50 minimum of 3 random samples) that are representative of the entire contents of the � 51 container and representative of the characteristics of the type of waste in the container. �.. AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK � Revised: 413/77 1 In accordance with WAC 173-303-040, a representative sample means "a sample � 2 which can be expected to exhibit the average properties of the sample source." 3 �4 The debris shall be tested for metals using the Toxicity Characteristics Leaching 5 Procedure (TCLP) and EPA Methods 1311 and 6010. At a minimum, the materials , 6 should be analyzed for the Resource Conservation and Recovery Act (RCRA) 8 Metals ' 7 (arsenic, barium, cadmium, chromium, lead, mercury, selenium, and silver). Pursuant � 8 to the Dangerous Waste (DW) Regulations Chapter 173-303-90(8)(c)WAC, "Any waste � 9 that contains contaminants which occur at concentrations at or above the DW threshold 10 must be designated as DW." All material within each individual container or '� 11 containment system that designates as DW shall be disposed of at a legally permitted .. 12 Subtitle C Hazardous Waste Landfill. All material within each individual container or 13 containment system that designate below the DW threshold, will be designated as 14 "Solid Waste" and shall be disposed of at a legally permitted Subtitle D Landfill. ,� 15 Disposal shall be in accordance with WAC 173-303 for waste designated "Dangerous 16 Waste" and pursuant to WAC 173-350 for waste designated as "Solid Waste". � 17 18 6-08.AP6 19 Section 6-08, Waterproofing , 20 January 3, 2017 � 21 This section and all subsections, including title, is revised to read: 22 23 6-08 Bituminous Surfacing on Structure Decks � 24 6-08.1 Description 25 This Work consists of removing and placing Hot Mix Asphalt (HMA) or Bituminous � 26 Surface Treatment (BST) directly on or over a Structure. This Work also includes 27 performing concrete bridge deck repair, applying waterproofing membrane, and 28 sealing paving joints. � 29 30 6-08.2 Materials 31 Materials shall meet the requirements of the following sections: � 32 33 Bituminous Surface Treatment 5-02.2 34 Hot Mix Asphalt 5-04.2 � 35 Joint Sealants 9-04.2 36 Closed Cell Foam Backer Rod 9-04.2(3)A 37 Waterproofing Membrane (Deck Seal) 9-11 38 Bridge Deck Repair Material 9-20.5 � 39 40 6-08.3 Construction Requirements 41 6-08.3(1) Definitions � 42 Adjusted Removal Depth —the Bituminous Pavement removal depth 43 specified by the Engineer to supersede the Design Removal Depth after 44 review of the Contractor survey of the existing Bituminous Pavement grade � 45 profile. ,� 46 47 Bituminous Pavement—the surfacing material containing an asphalt binder. 48 � 49 Design Removal Depth—the value shown in the "pavement schedule" or 50 elsewhere in the Plans to indicate the design thickness of Bituminous � 51 Pavement to be removed. � r AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 � � 1 2 Final Grade Profile—the compacted finished grade surface of completed 3 Bituminous Pavement surfacing consisting of a vertical profile and � 4 superelevation cross-slope, developed by the Engineer for Grade Controlled 5 Structure Decks based on the Contractor survey. 6 � 7 Grade Controlled — a Structure Deck requiring restriction of Bituminous 8 Pavement work, including restriction of pavement removal methods and 9 restriction of overlay pavement thicknesses. � 10 11 Structure Deck—the bridge deck (concrete or timber), bridge approach slab, 12 top of concrete box culvert, or other concrete surfaces over or upon which � 13 existing Bituminous Pavement is removed and new Bituminous Pavement is 14 applied. 15 � 16 6-08.3(2) Contractor Survey for Grade Controlled Structure Decks 17 Prior to removing existing Bituminous Pavement from a Grade Controlled 18 Structure Deck, the Contractor shall complete a survey of the existing surface � 19 for use in establishing the existing cross section and grade profile elevations. 20 When removal of Bituminous Pavement is to be achieved by rotary 21 milling/planing, the Contractor's survey shall also include the depths of the 22 existing surfacing at each survey point. � 23 24 The Contractor is responsible for all calculations, surveying, installation of 25 control points, and measuring required for setting, maintaining and resetting � 26 equipment and materials necessary for the construction of the overlay to the 27 Final Grade Profile. 28 �, 29 6-08.3(2)A Survey Requirements �,�, 30 The Contractor shall establish at least two primary survey control points 31 for controlling actual Bituminous Pavement removal depth and the Final 32 Grade Profile. Horizontal control shall be by station and offset which shall � 33 be tied to either the Roadway centerline or the Structure centerline. 34 Vertical control may be an assumed datum established by the Contractor. � 35 36 Primary control points shall be described by station or milepost and offset 37 on the baseline selected by the Contractor. The Contractor may expand 38 the survey control information to include secondary horizontal and vertical � 39 control points as needed for the project. 40 41 Survey information collected shall include station or milepost, offset, and 42 elevation for each lane line and curb line. Survey information shall be r. 43 collected at even 20 foot station intervals, and along the centerline of each 44 bridge expansion joint. The survey shall extend 300'-0" beyond the bridge 45 back of pavement seat or end of Structure Deck. The survey information ,� 46 shall include the top of Bituminous Pavement elevation and, when rotary 47 millinglplaning equipment is used, the corresponding depth of Bituminous � 48 Pavement to the Structure Deck. The Contractor shall ensure a surveying 49 accuracy to within ± 0.01 feet for vertical control and ± 0.2 feet for 50 horizontal control. � 51 � �r AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK ; Revised: 4!3/17 � 1 Voids in HMA created by the Contractor's Bituminous Pavement depth � 2 measurements shall be filled by material conforming to Section 9-20 or 3 another material acceptable to the Engineer. 4 � 5 6-08.3(2)B Survey Submittal 6 The Contractor's survey records shall include descriptions of ail survey 7 control points including station/milepost, offset, and elevations of all � 8 secondary control points. The Contractor shall maintain survey records of 9 sufficient detail to allow the survey to be reproduced. The Contractor shall 10 submit a Type 2 Working Drawing consisting of the compiled survey "� 11 records and information. Survey data shall be submitted as an electronic .. 12 file in Microsoft Excel format. 13 14 6-08.3(2)C Final Grade Profile and Adjusted Removal Depth � 15 Based on the results of the survey, the Engineer may develop a Final 16 Grade Profile and Adjusted Removal Depth. If they are developed, the � 17 Final Grade Profile and Adjusted Removal Depth will be provided to the 18 Contractor within three working days after receiving the Contractor's 19 survey information. When provided, the Adjusted Removal Depth 20 supersedes the Design Removal Depth to become the Bituminous � 21 Pavement removal depth for that Structure Deck. 22 23 6-08.3(3) General Bituminous Pavement Removal Requirements � 24 The Contractor shall remove Bituminous Pavement and associated deck repair 25 material from Structure Decks to the horizontal limits shown in the Plans and to 26 either the specified or adjusted Bituminous Pavement removal depth as � 27 applicable. 28 29 Removal of Bituminous Pavement within 12-inches of existing permanent � 30 features that limit the reach of the machine or the edge of the following items 31 shall be by hand or by hand operated (nominal 30-pounds class) power tools: 32 existing bridge expansion joint headers; steel expansion joint assemblies; � 33 concrete butt joints between back of pavement seats and bridge approach 34 slabs, bridge drain assemblies; thrie beam post steel anchorage assemblies 35 fastened to the side or top of the Structure Deck. ,� 36 37 When removing Bituminous Pavement with a planer, Section 5-04.3(14) shall "" 38 apply. If the planer contacts the Structure Deck in excess of the specified 39 planing depth tolerance, or contacts steel reinforcing bars at any time, the 40 Contractor shall immediately cease planing operations and notify the Engineer. •� 41 Planing operations shall not resume until completion of the appropriate 42 adjustments to the planing machine and receiving the Engineer's concurrence � 43 to resume. 44 45 6-08.3(4) Partial Depth Removal of Bituminous Pavement from Structure � 46 Decks �, 47 The depth of surfacing removal, as measured to the bottom of the lowest 48 milling groove generated by the rotary milling/planing machine shall be +0.01, - 49 0.02-feet of the specified or Adjusted Removal Depth as applicable. � 50 � � r AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 � � 1 6-08.3(5) Full Depth Removal of Bituminous Pavement from Structure 2 Decks 3 6-08.3(5)A Method of Removal � 4 The Contractor shall perform fuli depth removal by a method that does not 5 damage or remove the Structure Deck in excess of the specified 6 Bituminous Pavement removal tolerance. The Contractor shall submit a � 7 Type 2 Working Drawing consisting of the proposed methods and 8 equipment to be used for full depth removal. 9 � 10 6-08.3(5)B Planer Requirements for Full Depth Removal 11 The final planed surface shall have a finished surface with a tolerance of 12 +0.01, -0.02 feet within the planed surface profile, as measured from a 10- � 13 foot straight edge. Multiple passes of planing to achieve smoothness will 14 not be allowed. 15 � 16 In addition to Section 6-08.3(3), the planing equipment shall conform to 17 the following additional requirements: 18 19 1. The cutting tooth spacing on the rotary milling head shall be less � 20 than or equal to '/4 inch. 21 22 2. The rotary milling/planing machine shall have cutting teeth that � 23 leave a uniform plane surFace at all times. All teeth on the mill 24 head shall be kept at a maximum differential tolerance of%$-inch 25 between the shortest and longest tooth, as measured by a �' 26 straight edge placed the full width of the rotary milling head. �r 27 28 3. Cutting tips shall be replaced when 30 percent of the total length 29 of the cutting tip material remains. � 30 31 Prior to each day's Bituminous Pavement removal operations, the 32 Contractor shall confirm to the satisfaction of the Engineer that the rotary � 33 head cutting teeth are within the specified tolerances. 34 � 35 6-08.3(5)C Structure Deck Cleanup after Bituminous Pavement 36 Removal 37 Waterproofing membrane that is loose or otherwise not firmly bonded to 38 the Structure Deck shall be removed as an incidental component of the � 39 Work of surfacing removal. Existing waterproofing membrane bonded to 40 the Structure Deck need not be removed. 41 � 42 6-08.3(6) Repair of Damage due to Bituminous Pavement Removal r.� 43 Operations 44 All concrete bridge deck, pavement seat, and steel reinforcing bar damage due 45 to the Contractor's surfacing removal operations shall be repaired by the �,, 46 Contractor in accordance with Section 1-07.13, and as specified below. 47 � 48 Damaged concrete in excess of the specified Bituminous Pavement removal 49 tolerance shall be repaired in accordance with Section 6-08.3(7), with the 50 bridge deck repair material placed to the level of the surrounding bridge deck � 51 and parallel to the final grade paving profile. 52 r s� � AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK � Revised: 4/3/17 1 Damaged steei reinforcing bar shall be repaired as follows: � 2 3 1. Damage to steel reinforcing bar resulting in a section loss less than � 4 20-percent of the bar with no damage to the surrounding concrete 5 shall be left in place and shall be repaired by removing the concrete 6 to a depth 3/-inches around the top steel reinforcing bar and placing I 7 bridge deck repair material accepted by the Engineer to the level of � 8 the bridge deck and parallel to the final grade paving profile. � 9 10 2. Damage to steel reinforcing bar resulting in a section loss of 20- ' 11 percent or more in one location, bars partially or completely removed ,�i 12 from the bridge deck, or where there is a lack of bond to the concrete, 13 shall be repaired by removing the adjacent concrete and splicing a 14 new bar of the same size. Concrete shall be removed to provide a 3/- � 15 inch minimum clearance around the bars. The splice bars shall 16 extend a minimum of 40 bar diameters beyond each end of the � 17 damage. 18 19 6-08.3(7) Concrete Deck Repair 20 This Work consists of repairing the concrete deck after Bituminous Pavement � 21 has been removed. 22 23 6-08.3(7)A Concrete Deck Preparation � 24 The Contractor, with the Engineer, shall inspect the exposed concrete +� 25 deck to establish the extent of bridge deck repair in accordance with 26 Section 6-09.3(6), except item 4 in Section 6-09.3(6) does not apply. � 27 Areas of Structure Deck left with existing well bonded waterproof 28 membrane after full depth Bituminous Pavement removal are exempt from 29 this inspection requirement. { 30 � 31 All loose and unsound concrete within the repair area shall be removed 32 with jackhammers or chipping hammers no more forceful than the nominal � 33 30 pounds class, or other mechanical means acceptable to the Engineer, 34 and operated at angles less than 45 degrees as measured from the 35 surface of the deck to the tool. If unsound concrete exists around the „� 36 existing steel reinforcing bars, or if the bond between concrete and steel 37 reinforcing bar is broken, the Contractor shall remove the concrete to " 38 provide a 3/4 inch minimum clearance to the bar. The Contractor shall take 39 care to prevent damage to the existing steel reinforcing bars and concrete 40 to remain. .i1 41 42 After removing sufficient concrete to establish the limits of the repair area, � 43 the Contractor shall make 3/4 inch deep vertical saw cuts and maintain 44 square edges at the boundaries of the repair area. The exposed steel 45 reinforcing bars and concrete in the repair area shall be abrasive blasted � 46 and blown clean just prior to placing the bridge deck repair material. � 47 48 6-08.3(7)B Ultra-Low Viscosity, Two-Part Liquid, Polyurethane-Hybrid 49 Polymer Concrete 50 The ultra-low viscosity, two-part liquid, polyurethane-hybrid polymer "r 51 concrete shall be mixed in accordance with the manufacturer's 52 recommendations. � � r AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 � � 1 2 Aggregate shall conform to the gradation limit requirements recommended � 3 by the manufacturer. The aggregate and the ultra-low viscosity, two-part 4 liquid, polyurethane-hybrid polymer concrete shall be applied to the repair 5 areas in accordance with the sequence and procedure recommended by � 6 the manufacturer. 7 8 All repairs shall be float finished flush with the surrounding surface within a 9 tolerance of%$ inch of a straight edge placed across the full width and � 10 breadth of the repair area. 11 12 6-08.3(7)C Pre-Packaged Cement Based Repair Mortar � 13 The Contractor shall mix the pre-packaged cement based repair mortar 14 using equipment, materials and proportions, batch sizes, and process as 15 recommended by the manufacturer. � 16 17 All repairs shall be float finished flush with the surrounding surface within a 18 tolerance of '/s inch of a straight edge placed across the full width and � 19 breadth of the repair area. 20 21 6-08.3(7)D Cure 22 All bridge deck repair areas shall be cured in accordance with the 23 manufacturer's recommendations and attain a minimum compressive 24 strength of 2,500 psi before allowing vehicular and foot traffic on the repair 25 and placing waterproofing membrane on the bridge deck over the repair. � 26 27 6-08.3(8) Waterproof Membrane for Structure Decks 28 This work consists of furnishing and placing a waterproof sheet membrane � 29 system over a prepared Structure Deck prior to placing an HMA overlay. The 30 waterproof inembrane system shall consist of a sheet membrane adhered to 31 the Structure Deck with a primer. �,� ��� 32 � 33 The Contractor shall comply with all membrane manufacturer's installation 34 recommendations. 35 � 36 6-08.3(8)A Structure Deck Preparation 37 The Structure Deck and ambient air temperatures shall be above 50°F 38 and the Structure Deck shall be surface-dry at the time of the application � 39 of the primer and membrane. 40 41 All areas of a Structure Deck that have fresh cast bridge deck concrete 42 less than 28 days old (not including bridge deck repair concrete placed in 43 accordance with Section 6-08.3(7)) shall cure for a period of time 44 recommended by the membrane manufacturer, or as specified by the � 45 Engineer, before application of the membrane. 46 47 The entire Structure Deck and the sides of the curb and expansion joint i 48 headers to the height of the HMA overlay shall be free of all foreign � 49 material such as dirt, grease, etc. Prior to applying the primer or sheet 50 membrane, all dust and loose material shall be removed from the � 51 Structure Deck with compressed air. All surface defects such as spalled 52 areas, cracks, protrusions, holes, sharp edges, ridges, etc., and other � � AMENDMENTS TO THE 2076 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 � 1 surface imperfections greater than '/4 inch in width shall be corrected prior � 2 to appiication of the membrane. ', 3 4 6-08.3(8)B Applying Primer � 5 The primer shall be applied to the cleaned deck surfaces at the rate 6 according to the procedure recommended by the membrane 7 manufacturer. All surfaces to be covered by the membrane shall be � 8 thoroughly and uniformly coated with primer. Structure Deck areas left 9 with existing well bonded waterproof inembrane after bituminous surfacing 10 removal shall receive an application of primer in accordance with the � 11 membrane manufacturer's recommendations. Precautionary measures 12 shall be taken to ensure that pools and thick layers of primer are not left 13 on the deck surface. The membrane shall not be applied until the primer � 14 has cured or volatile material has substantially dissipated, in accordance 15 with the membrane manufacturer's recommendations. 16 �17 The primer and waterproof inembrane shall extend from the bridge deck 18 up onto the curb face and expansion joint header face the thickness of the 19 HMA overlay. The membrane shall adhere to the vertical surface. � 20 21 6-08.3(8)C Placing Waterproof Membrane 22 Membrane application shall begin at the low point on the deck, and 23 continue in a lapped shingle pattern. The overlap shall be a minimum of � 24 six inches or greater if recommended by the membrane manufacturer. 25 Membrane seams shall be sealed as recommended by the membrane 26 manufacturer. Hand rollers or similar tools shall be used on the applied "� 27 membrane to assure firm and uniform contact with the primed Structure .�i 28 surfaces. 29 ; 30 The fabric shall be neatly cut and contoured at all expansion joints and „� 31 drains. The cuts at bridge drains shall be two right angle cuts made to the 32 inside diameter of the bridge deck drain outlet, after which the corners of � 33 the waterproof inembrane shall be turned down into the drains and laid in 34 a coating of primer. 35 � 36 6-08.3(8)D Membrane Repair and Protection 37 The waterproof inembrane will be visually inspected by the Engineer for ""' 38 uniformity, tears, punctures, bonding, bubbles, wrinkles, voids and other 39 defects. All such deficiencies shall be repaired in accordance with the 40 membrane manufacturer's recommendations prior to placement of the � 41 HMA overlay. 42 �43 The membrane material shall be protected from damage due to the paving 44 operations in accordance with the membrane manufacturer's 45 recommendations. No traffic or equipment except that required for the � 46 actual waterproofing and paving operations will be permitted to travel or 47 rest on the membrane until it is covered by the HMA overlay. The use of 48 windrows is not allowed for laydown of HMA on a membrane. � 49 50 Where waterproofing membrane is placed in stages or applied at different 51 times, a strip of temporary paper shall be used to protect the membrane � 52 overlap from the HMA hand removal methods. � AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3117 � � 1 2 6-08.3(9) Placing Bituminous Pavement on Structure Decks 3 HMA overlay shall be applied on Grade Controlled Structure Decks using � 4 reference lines for verticai control in accordance with Section 5-04.3(3)C. 5 6 The compacted elevation of the HMA overiay on Structure Decks shall be � 7 within ± 0.02 feet of the specified overlay thickness or Final Grade Profile as 8 applicable. Deviations from the final grade paving profile in excess of the 9 specified tolerance and areas of non-conforming surface smoothness shall be � 10 corrected in accordance with Section 5-04.3(13). 11 12 Final grade Roadway transitions to a Structure Deck with Bituminous k; 13 Pavement shall not exceed a 0.20 percent change in grade in accordance with � 14 the bridge deck transition for HMA overlay Standard Plan, unless shown 15 otherwise in the Plans. � 16 17 Final grade compacted HMA elevations shall be higher than an adjacent 18 concrete edge by '/4 inch ± %s inch at all expansion joint headers and concrete � 19 butt joints as shown in the concrete to asphalt butt joint details of the bridge 20 paving joint seals Standard Plan. This also applies to steel edges within the 21 limits of the overlay such as bridge drain frames and steel joint riser bars at M 22 bridge expansion joints. � 23 24 6-08.3(9)A Protection of Structure Attachments and Embedments 25 The Contractor is responsible for protecting all Structure attachments and � 26 embedments from the application of BST and HMA. 27 28 Drainage inlets that are to remain open, and expansion joints, shall be � 29 cleaned out immediately after paving is completed. Materials passing 30 through expansion joints shall be removed from the bridge within 10 31 working days. � 32 33 All costs incurred by the Contractor in protective measures and clean up 34 shall be included in the unit Contract prices for the associated Bid items of � 35 Work. 36 37 6-08.3(10) HMA Compaction on Structure Decks 38 Compaction of HMA on Structure Decks shall be in accordance with Section 5- � 39 04.3(10). 40 41 Work rejected in accordance with Section 5-04.3(11) shall include the � 42 materials, work, and incidentals to repair an existing waterproof inembrane 43 damaged by the removal of the rejected work. 44 � 45 6-08.3(11) Paved Panel Joint Seals and HMA Sawcut and Seal 46 Bridge paving joint seals shall be installed in accordance with Section 5- 47 04.3(12)B and the details shown in the Plans and Standard Plans. � 48 49 When concrete joints are exposed after removal of Bituminous Pavement, the 50 joints shall be cleaned and sealed in accordance with Section 5-01.3(8) and � 51 the paved panel joint seal details of the bridge paving joint seals Standard 52 Plan, including placement of the closed cell backer rod at the base of the � AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 � I � � 1 cleaned joint. If waterproofing membrane is required, the membrane shall be � 2 slack or foided at the concrete joint to allow for Structure movements without � 3 stress to the membrane. After placement of the HMA overlay, the second 4 phase of the paved panel joint seal shall be completed by sawing the HMA and � 5 sealing the sawn joint in accordance with Section 5-04.3(12)B2. 6 7 6-08.4 Measurement � 8 Removing existing Bituminous Pavement from Structure Decks will be measured by 9 the square yard of Structure Deck surface area with removed overlay. 10 "� 11 Bridge deck repair will be measured by the square foot surface area of deck r 12 concrete removed with the measurement taken at the plane of the top mat of steel 13 reinforcing bars. 14 � 15 Waterproof inembrane will be measured by the square yard surface area of 16 Structure Deck and curb and header surface area covered by membrane. � 17 18 6-08.5 Payment 19 Payment will be made for each of the following Bid items when they are included in � 20 the Proposal: 21 22 "Structure Surveying", lump sum. ._x, 23 24 "Removing Existing Overlay From Bridge Deck_", per square yard. � 25 The unit Contract price per square yard for "Removing Existing Overlay From 26 Bridge Deck_", shall be full pay for performing the Work as specified for full � 27 removal of Bituminous Pavement on Structure Decks, including the removal of .ri 28 existing waterproof inembrane and disposing of materials. 29 � 30 "Bridge Deck Repair Br. No._", per square foot. � 31 The unit Contract price per square foot for "Bridge Deck Repair Br. No. " 32 shall be full pay for performing the Work as specified, including removing and � 33 disposing of the concrete within the repair area and furnishing, placing, 34 finishing, and curing the repair concrete. 35 36 "Waterproof Membrane Br. No._", per square yard. � 37 The unit Contract price per square yard for"Waterproof Membrane Br. No._" 38 shall be full pay for performing the Work as specified, including repairing any 39 damaged or defective waterproofing membrane and repair of damaged HMA � 40 overlay. 41 42 6-09.AP6 � 43 Section 6-09, Modified Concrete Overlays 44 April 4, 2016 � 45 6-09.3(8)A Quality Assurance for Microsilica Modified and Fly Ash Modified � 46 Concrete Overlays 47 The first sentence of the first paragraph is revised to read the following two new sentences: 48 „� 49 The Engineer will perform slump, temperature, and entrained air tests for acceptance in 50 accordance with Section 6-02.3(5)D and as specified in this Section after the Contractor � � r AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 � � 1 has turned over the concrete for acceptance testing. Concrete samples for testing shall 2 be supplied to the Engineer in accordance with Section 6-02.3(5)E. � 3 4 The last paragraph is deleted. 5 6 6-09.3(8)B Quality Assurance for Latex Modified Concrete Overlays � 7 The first two paragraphs are deleted and replaced with the following: 8 9 The Engineer will perform slump, temperature, and entrained air tests for acceptance in � 10 accordance with Section 6-02.3(5)D and as specified in this Section after the Contractor 11 has turned over the concrete for acceptance testing. The Engineer will perform testing 12 as the concrete is being placed. Samples shall be taken on the first charge through � 13 each mobile mixer and every other charge thereafter. The sample shall be taken after 14 the first 2 minutes of continuous mixer operation. Concrete samples for testing shall be 15 supplied to the Engineer in accordance with Section 6-02.3(5)E. 16 � 17 The second to last sentence of the last paragraph is revised to read: 18 � 19 Recommendations made by the technical representative on or off the jobsite shall be 20 adhered to by the Contractor. 21 22 6-10.AP6 � 23 Section 6-10, Concrete Barrier 24 August 1, 2016 � 25 6-10.3(5) Temporary Concrete Barrier 26 This section title is revised to read: 27 � 28 Temporary Barrier 29 30 The first paragraph is revised to read: � 31 32 For temporary barrier, the Contractor may use precast concrete barrier or temporary 33 steel barrier. Temporary concrete barrier shall comply with Standard Plan requirements �- 34 and cross-sectional dimensions, except that: (1) it may be made in other lengths than � 35 those shown in the Standard Plan, and (2) it may have permanent lifting holes no larger 36 than 4 inches in diameter or lifting loops. Temporary steel barrier shall be certified that it 37 meets NCHRP 350 or MASH crash test requirements and shall be installed in � 38 accordance with the manufacturer's recommendations. 39 40 6-10.4 Measurement 41 The first sentence of the second paragraph is revised to read: 42 43 Temporary barrier will be measured by the linear foot along the completed line and � 44 slope of the barrier, one time only for each setup of barrier protected area. 45 46 6-10.5 Payment � 47 The Bid item "Temporary Conc. Barrier", per linear foot, and the paragraph following this Bid 48 item, is revised to read: 49 � 50 "Temporary Barrier", per linear foot. 51 � AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK � Revised: 4/3/17 1 The unit Contract price per linear foot for"Temporary Barrier" shall be full pay for ail � 2 costs, including furnishing, installing, connecting, anchoring, maintaining, temporary 3 storage, and final removal of the temporary barrier. 4 �5 6-12.AP6 6 Section 6-12, Noise Barrier Walls 7 January 3, 2017 � 8 6-12.3(9) Access Doors and Concrete Landing Pads 9 The first sentence of the last paragraph is revised to read: � 10 +. 11 The Contractor shall construct concrete landing pads for each access door location as 12 shown in the Plans. 13 .,� 14 6-12.5 Payment 15 In the paragraph following the bid item "Noise Barrier Wall Access Door", per each, � 16 "concrete landing pad" is revised to read "concrete landing pads". 17 18 6-14.AP6 .� 19 Section 6-14, Geosynthetic Retaining Walls � 20 January 3, 2017 21 6-14.3(2) Submittals � 22 The first sentence of the first paragraph is revised to read: 23 �24 The Contractor shall submit Type 2E Working Drawings consisting of detailed plans for 25 each wall. 26 27 6-14.5 Payment � 28 The bid item "Concrete Fascia Panel", per square foot, and the paragraph following this bid 29 item are revised to read: 30 �31 "Concrete Fascia Panel For Geosynthetic Wall", per square foot. 32 33 All costs in connection with constructing the concrete fascia panels as specified shall be � 34 included in the unit Contract price per square foot for"Concrete Fascia Panel For 35 Geosynthetic Wall", including all steel reinforcing bars, premolded joint filler, 36 polyethylene bond breaker strip, joint sealant, PVC pipe for weep holes, exterior surFace � 37 finish, and pigmented sealer(when specified), constructing and placing the concrete 38 footing, edge beam, anchor beam, anchor rod assembly, and backfill. 39 �40 6-19.AP6 41 Section 6-19, Shafts 42 January 3, 2017 , 43 6-19.3 Construction Requirements " 44 This section is supplemented with the following new subsection: 45 46 6-19.3(10) Engineer's Final Acceptance of Shafts "'� 47 The Engineer will determine final acceptance of each shaft, based on the 48 nondestructive QA test results and analysis for the tested shafts, and will provide a � ''# r AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 � � 1 response to the Contractor within 3 working days after receiving the test results and 2 analysis submittal. 3 � 4 6-19.3(1)B Nondestructive Testing of Shafts 5 This section's content is deleted and replaced with the following new subsections: 6 � 7 6-19.3(1)B1 Nondestructive QualityAssurance (QA) Testing of Shafts 8 Unless otherwise specified in the Special Provisions, the Contractor shall perform 9 nondestructive QA testing of shafts, except for those constructed completely in the dry. � 10 Either crosshole sonic log (CSL) testing in accordance with ASTM D 6760 or thermal 11 integrity profiling (TIP) testing in accordance with ASTM D 7949 shall be used. 12 f; 13 6-19.3(1)B2 Nondestructive Quality Verification (QV) Testing of Shafts � 14 The Contracting Agency may perform QV nondestructive testing of shafts that have 15 been QA tested by the Contractor. The Contracting Agency may test up to ten percent 16 of the shafts. The Engineer will identify the shafts selected for QV testing and the � 17 testing method the Contracting Agency will use. 18 � 19 The Contractor shall accommodate the Contracting Agency's nondestructive testing. 20 21 6-19.3(2) Shaft Construction Submittal 22 This section is revised to read: 23 24 The shaft construction submittal shall be comprised of the following four components: 25 construction experience; shaft installation narrative; shaft slurry technical assistance; � 26 and nondestructive QA testing personnel. The submittals shall be Type 2 Working 27 Drawings, except the shaft slurry technical assistance and nondestructive QA testing 28 personnel submittals shall be Type 1. ' 29 30 This section is supplemented with the following new subsection: 31 ; 32 6-19.3(2)D Nondestructive QA Testing Organization and Personnel 33 The Contractor shall submit the names of the testing organizations, and the names of 34 the personnel who will conduct nondestructive QA testing of shafts. The submittal shall � 35 include documentation that the qualifications specified below are satisfied. For TIP 36 testing, the testing organization is the group that perForms the data analysis and 37 produces the final report. The testing organizations and the testing personnel shall meet � 38 the following minimum qualifications: 39 40 1. The testing organization shall have performed nondestructive tests on a 41 minimum of three deep foundation projects in the last two years. 42 43 2. Personnel conducting the tests for the testing organization shall have a 44 minimum of one year experience in nondestructive testing and interpretation. � 45 46 3. The experience requirements for the organization and personnel shall be 47 consistent with the testing methods the Contractor has selected for � 48 nondestructive testing of shafts. 49 50 4. Personnel preparing test reports shall be a Professional Engineers, licensed , � 51 under Title 18 RCW, State of Washington, and in accordance with WAC 196- I 52 23-020. � AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 1 , 2 6-19.3(3) Shaft Excavation 3 The second paragraph is revised to read: � 4 5 Shaft excavation shall not be started until the Contractor has received the Engineer's 6 acceptance for the reinforcing steel centralizers required when the casing is to be pulled 7 during concrete placement. � 8 9 This section is supplemented with the following: 10 � ' 11 Except as otherwise noted, the Contractor shall not commence subsequent shaft 12 excavations until receiving the Engineer's acceptance of the first shaft, based on the 13 results and analysis of the nondestructive testing for the first shaft. The Contractor may � 14 commence subsequent shaft excavations prior to receiving the Engineer's acceptance 15 of the first shaft, provided the following condition is satisfied: 16 �17 The Engineer permits continuing with shaft construction based on the Engineer's 18 observations of the construction of the first shaft, including, but not limited to, 19 conformance to the shaft installation narrative in accordance with Section 6- � 20 19.3(2)B, and the Engineer's review of Contractor's daily reports and Inspector's 21 daily logs concerning excavation, steel reinforcing bar placement, and concrete 22 placement. 23 �24 6-19.3(5)B Steel Reinforcing Bar Cage Centralizers 25 This section is supplemented with the following new sentence: 26 �27 The Contractor shall furnish and install additional centralizers as required to maintain 28 the specified concrete cover throughout the length of the shaft. 29 �30 6-19.3(5)C Concrete Cover Over Steel Reinforcing Bars 31 In the table, the second column (including heading) is revised to read: 32 �Minimum Concrete Cover, and Concrete Cover Tolerance, Except at Permanent Sli Casin Inches � 3, -1'/2 ' .r� 4, -2 4, -2 6, -3 � 33 34 The following new paragraph is inserted after the table: ' 35 36 The concrete cover tolerances specified above apply to the concrete cover specified in 37 the Plans, even if it exceeds the minimum concrete cover. � 38 39 6-19.3(6) Access Tubes for Crosshole Sonic Log (CSL) Testing �" 40 This section title is revised to read: 41 42 6-19.3(6) Contractor Furnished Accessories for Nondestructive QA Testing � 43 44 This section is supplemented with the following three new subsections: � 45 � AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 � � 1 6-19.3(6)D Shafts Requiring Thermal Wire 2 The Contractor shall furnish and install thermal wire in all shafts receiving the thermal 3 wire method of TIP testing, except as otherwise noted in Section 6-19.3(1)B1. � 4 5 6-19.3(6)E Thermal Wire and Thermal Access Points (TAPs) 6 The thermal wire and associated couplers shall be obtained from the source specified in � 7 the Special Provisions. 8 9 The Contractor shall securely attach the thermal wire to the interior of the reinforcement � 10 cage of the shaft in conformance with the supplier's instructions. At a minimum, one 11 thermal wire shall be furnished and installed for each foot of shaft diameter, rounded to 12 the nearest whole number, as shown in the Plans. The number of thermal wires for � 13 shaft diameters specified as "X feet 6 inches" shall be rounded up to the next higher 14 whole number. The thermal wires shall be placed around the shaft, inside the spiral or 15 hoop reinforcement, and tied to the vertical reinforcement with plastic"zip" ties at a � 16 maximum spacing of 2-feet. Steel tie wire shall not be used. 17 18 The thermal wire shall be installed in straight alignment and taut, but with enough slack � 19 to not be damaged during reinforcing cage lofting. The wires shall be as near to parallel 20 to the vertical axis of the reinforcement cage as possible. The thermal wire shall extend 21 from the bottom of the reinforcement cage to the top of the shaft, with 15-feet of slack 22 wire provided above the top of shaft. Care shall be taken to prevent damaging the 23 thermal wires during reinforcement cage installation and concrete placement operations 24 in the shaft excavation. 25 � 26 After completing shaft reinforcement cage fabrication at the site and prior to installation 27 of the cage into the shaft excavation, the Contractor shall install and connect thermal 28 access points (TAPs) to the thermal wires. The TAPs shall record data for at least one 29 hour after the cage is placed in the excavation to measure the slurry temperature and � 30 enable the steel and slurry temperatures to equilibrate prior to placing concrete in the 31 shaft. The TAPs shall record and store data every 15 minutes. The TAPs shall remain 32 active for a minimum of 36 hours. 33 34 Prior to beginning concrete placement the TAPs shall be checked to ensure they are � 35 recording data and that the wires have not been damaged. If a TAP unit is not 36 functioning due to a damaged wire, the Contractor shall repair or replace the wire. If a 37 TAP unit fails or a wire breaks after concrete placement has started, the Contractor 38 shall not stop the concrete placement operation to repair the wire. � 39 40 6-19.3(6)F Use of Access Tubes for TIP Testing Under the Thermal Probe Method 41 The Contractor may use access tubes for TIP testing under the thermal probe method. �" 42 Access tubes shall be cared for in accordance with Section 6-19.3(6)C. Prior to TIP r 43 testing under the thermal probe method, the water in each tube shall be removed, 44 collected, and stored in an insulated container. The access tube shall be blown dry and 45 swabbed to remove residual water. After TIP testing, the collected and stored tube � 46 water shall be introduced back into the access tube. New potable water may be used, 47 provided the water temperature is not more than 10°F cooler than the average concrete � 48 temperature measured by the probe. 49 50 6-19.3(6)A Shafts Requiring CSL Access Tubes � 51 This section, including title, is revised to read: 52 � AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK � Revised: 4/3117 1 6-19.3(6)A Shafts Requiring Access Tubes � 2 The Contractor shall furnish and install access tubes in all shafts receiving CSL testing 3 or the thermal probe method of TIP testing, except as otherwise noted in Section 6- 4 19.3(1)B1. � 5 6 6-19.3(6)B Orientation and Assembly of the CSL Access Tubes 7 This section's title is revised to read: � 8 9 6-19.3(6)B Orientation and Assembly of the Access Tubes 10 �11 6-19.3(6)C Care for CSL Access Tubes from Erection through CSL Testing 12 This section's title is revised to read: 13 ,14 6-19.3(6)C Care for Access Tubes from Erection Through Nondestructive QA 15 Testing 16 �17 The second sentence is revised to read: 18 19 The Contractor shall keep all of a shafYs access tubes full of water through the � 20 completion of nondestructive QA testing of that shaft. 21 22 6-19.3(7)A Concrete Class for Shaft Concrete 23 This section is revised to read: � 24 25 Shaft concrete shall be Class 5000P conforming to Section 6-02. 26 �27 6-19.3(7)B Concrete Placement Requirements 28 The last sentence of the last paragraph is revised to read: 29 �30 The Section 6-02.3(6) restriction for 5 feet maximum free fall shall not apply to 31 placement of concrete into a shaft. 32 �33 6-19.3(7)I Requirements for Placing Concrete Above the Top of Shaft 34 This section is revised to read: 35 � 36 Concrete shall not be placed above the top of shaft (for column splice zones, columns, � 37 footings, or shaft caps) until the Contractor receives the Engineer's acceptance of 38 nondestructive QA testing, if performed at that shaft, and acceptance of the shaft. 39 � 40 6-19.3(9) Nondestructive Testing of Shafts (Crosshole Sonic Log (CSL) 41 Testing) � 42 This section, including title, is revised to read: 43 44 6-19.3(9) Nondestructive QA Testing of Shafts ,� 45 The Contractor shall provide nondestructive QA testing and analysis on all shafts with 46 access tubes or thermal wires and TAPs facilitating the testing (See Section 6- "' 47 19.3(1)B). The testing and analysis shall be performed by the testing organizations 48 identified by the Contractor's submittal in accordance with Section 6-19.3(2)D. 49 .ri 50 The Engineer may direct that additional testing be performed at a shaft if anomalies or a 51 soft bottom are detected by the Contractor's testing. If additional testing at a shaft � 52 confirms the presence of a defect(s) in the shaft, the testing costs and the delay costs ,� r AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 � � 1 resulting from the additional testing shall be borne by the Contractor in accordance with 2 Section 1-05.6. If the additional testing indicates that the shaft has no defect, the testing 3 costs and the delay costs resulting from the additional testing will be paid by the � 4 Contracting Agency in accordance with Section 1-05.6, and, if the shaft construction is 5 on the critical path of the Contractor's schedule, a time extension equal to the delay 6 created by the additional testing will be granted in accordance with Section 1-08.8. � 7 8 6-19.3(9)A Schedule of CSL Testing 9 This section, including title, is revised to read: � 10 11 6-19.3(9)A TIP Testing Using Thermal Probes or CSL Testing 12 If selected as the nondestructive QA testing method by the Contractor, TIP testing using � 13 thermal probes, or CSL testing shall be performed after the shaft concrete has cured at 14 least 96 hours. Additional curing time prior to testing may be required if the shaft 15 concrete contains admixtures, such as set retarding admixture or water-reducing � 16 admixture, added in accordance with Section 6-02.3(3). The additional curing time prior 17 to testing required under these circumstances shall not be grounds for additional 18 compensation or extension of time to the Contractor in accordance with Section 1-08.8. � 19 20 6-19.3(9)B Inspection of CSL Access Tubes 21 This section's title is revised to read: � 22 23 6-19.3(9)B Inspection of Access Tubes 24 25 6-19.3(9)C Engineer's Final Acceptance of Shafts � 26 ' This section, including title, is revised to read: 27 28 6-19.3(9)C TIP Testing With Thermal Wires and TAPs � 29 If selected as the nondestructive QA testing method by the Contractor, TIP testing with 30 thermal wires and TAPs (See Section 6-19.3(6)E) shall be performed. The TIP testing 31 shall commence at the beginning of the concrete placement operation, recording 32 temperature readings at 15-minute intervals until the peak temperature is captured in 33 the data. Additional curing time may be required if the shaft concrete contains 34 admixtures, such as set retarding admixture or water-reducing admixture, added in � 35 accordance with Section 6-02.3(3). The additional curing time required under these 36 circumstances shall not be grounds for additional compensation or extension of time to 37 the Contractor in accordance with Section 1-08.8. � 38 39 TIP testing shall be conducted at all shafts in which thermal wires and TAPs have been 40 installed for thermal wire analysis (Section 6-19.3(6)A). 41 � 42 6-19.3(9)D Requirements to Continue Shaft Excavation Prior to Acceptance of 43 First Shaft � 44 This section, including title, is revised to read: 45 46 6-19.3(9)D Nondestructive QA Testing Results Submittal 47 The Contractor shall submit the results and analysis of the nondestructive QA testing for � 48 each shaft tested. The Contractor shall submit the test results within three working days 49 of testing. Results shall be a Type 1 Working Drawing presented in a written report. 50 � 51 TIP reports shall include: 52 � AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK � Revised: 4/3/17 1 1. A map or plot of the wire/tube location within the shaft and their position � 2 relative to a known and identifiable location, such as North. 3 �4 2. Graphical displays of temperature measurements versus depth of each wire or 5 tube for the analysis time selected, overall average temperature with depth, 6 shaft radius or diameter with depth, concrete cover versus cage position with 7 depth, and effective radius. � 8 9 3. The report shall identify unusual temperatures, particularly significantly cooler 10 local deviations from the overall average. � ' 11 12 4. The report shall identify the location and extent where satisfactory or 13 questionable concrete is identified. � 14 15 a. Satisfactory (S) - 0 to 6% Effective Radius Reduction and Cover Criteria 16 Met � 17 18 b. Questionable (Q) - Effective Local Radius Reduction > 6%, Effective Local 19 Average Diameter Reduction > 4%, or Cover Criteria Not Met 20 �21 5. Variations in temperature between wire/tubes (at each depth)which in turn 22 correspond to variations in cage alignment. 23 �24 6. Where shaft specific construction information is available (e.g. elevations of 25 the top of shaft, bottom of casing, bottom of shaft, etc.), these values shall be 26 noted on all pertinent graphical displays. � 27 28 CSL reports shall include: 29 �30 1. A map or plot of the tube location within the shaft and their position relative to 31 a known and identifiable location, such as North. 32 �33 2. Graphical displays of CSL Energy versus Depth and CSL signal arrival time 34 versus depth or velocity versus depth. 35 � 36 3. The report shall identify the location and extent where good, questionable, and 37 poor concrete is identified, where no signal was received, or where water is "' 38 present. 39 40 a. Good (G) - No signal distortion and decrease in signal velocity of 10% or •� 41 less is indicative of good quality concrete. 42 �43 b. Questionable (Q)- Minor signal distortion and a lower signal amplitude 44 with a decrease in signal velocity between 10% and 20%. 45 � 46 c. Poor (P) - Severe signal distortion and much lower signal amplitude with a � 47 decrease in signal velocity of 20% or more. 48 49 d. No Signal (NS) - No signal was received. � 50 51 e. Water (W)- A measured signal velocity of nominally V= 4,800 to 5,000 52 fps. � � � AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 � � 1 2 All QA test reports will provide a recommendation to accept the shaft as-is, 3 recommendation for further review by the Engineer, or will provide a plan for further ''� 4 testing, investigation or repair to address any deficiencies identified by the testing. 5 6 6-19.3(9)E Additional CSL Testing 7 This section, including title, is revised to read: 8 9 6-19.3(9)E Vacant 10 � 11 6-19.3(9)I Requirements for CSL Access Tubes and Cored Holes After CSL 12 Testing � 13 This section's title is revised to read: 14 15 6-19.3(9)I Requirements for Access Tubes and Cored Holes After CSL Testing �§ 16 17 6-19.4 Measurement 18 This section is revised to read: � 19 20 Constructing shafts will be measured by the linear foot. The linear foot measurement 21 will be calculated using the top of shaft elevation and the bottom of shaft elevation for � 22 each shaft as shown in the Plans. 23 24 Rock excavation for shaft, including haul, will be measured by the linear foot of shaft 25 excavated. The linear feet measurement will be computed using the top of the rock line, � 26 defined as the highest bedrock point within the shaft diameter, and the bottom elevation ""' 27 shown in the Plans. 28 � 30 QA shaft test will be measured once per shaft tested. 31 6-19.5 Payment � • 32 This section is revised to read: 33 34 Payment will be made for the following Bid items when they are included in the � 35 Proposal: 36 37 "Constructing_Diam. Shaft", per linear foot. � 38 The unit Contract price per linear foot for"Constructing_Diam. ShafY' shall be full 39 pay for performing the Work as specified, including: 40 41 1. Soil excavation for shaft, including all costs in connection with furnishing, � 42 mixing, placing, maintaining, containing, collecting, and disposing of all 43 mineral, synthetic and water slurry, and disposing of groundwater � 44 collected by the excavated shaft. 45 46 2. Furnishing and placing temporary shaft casing, including temporary casing 47 in addition to the required casing specified in the Special Provisions, and � 48 including all costs in connection with completely removing the casing after 49 completing shaft construction. 50 �' 51 3. Furnishing permanent casing for shaft. �., 52 � AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK � Revised: 4/3/17 1 4. Placing permanent casing for shaft. � 2 3 5. Casing shoring, including all costs in connection with furnishing and � 4 installing casing shoring above the specified upper limit for casing shoring 5 but necessary to provide for sufficient water head pressure to resist 6 artesian water pressure present in the shaft excavation, removing casing 7 shoring, and placing seals when required. � 8 9 6. Furnishing and placing steel reinforcing bar and epoxy-coated steel 10 reinforcing bar, including furnishing and installing steel reinforcing bar � 11 centralizers. 12 13 7. Installation of CSL tubes or thermal wires. � 14 15 8. Furnishing, placing and curing concrete to the top of shaft or to the 16 construction joint at the base of the shaft-column splice zone as � 17 applicable. 18 19 Payment for "Constructing_Diam. Shaft" will be made upon Engineer acceptance � 20 of the shaft, including completion of satisfactory QA shaft tests as applicable. 21 `" 22 "Rock Excavation For Shaft Including Haul", per linear foot. 23 When rock excavation is encountered, payment for rock excavation is in addition to 24 the unit Contract price per linear foot for"Constructing_Diam. ShafY' � 25 26 "Shoring Or Extra Excavation CI. A-_", lump sum. � 27 The lump sum Contract price for"Shoring Or Extra Excavation CI. A - " shall be 28 full pay for performing the Work as specified, including all costs in connection with 29 all excavation outside the limits specified for soil and rock excavation for shaft � 30 including haul, all temporary telescoping casings, and all temporary casings beyond 31 the limits of required temporary casing specified in the Special Provisions. 32 �33 "QA Shaft Test", per each. 34 The unit Contract price per each for"QA Shaft TesY' shall be full pay for performing 35 the Work as specified, including operating all associated accessories necessary to � 36 record and process data and develop the summary QA test reports. Section 1-04.6 37 does not apply to this bid item. 38 39 "Removing Shaft Obstructions", estimated. (' 40 Payment for removing, breaking-up, or pushing aside shaft obstructions, as defined +r1 41 in Section 6-19.3(3)E, will be made for the changes in shaft construction methods 42 necessary to deal with the obstruction. The Contractor and the Engineer shall � 43 evaluate the effort made and reach agreement on the equipment and employees 44 utilized, and the number of hours involved for each. Once these cost items and 45 their duration have been agreed upon, the payment amount will be determined ! 46 using the rate and markup methods specified in Section 1-09.6. For the purpose of � 47 providing a common proposal for all Bidders, the Contracting Agency has entered 48 an amount for the item "Removing Shaft Obstructions" in the Bid Proposal to 49 become a part of the total Bid by the Contractor. � 50 ' � r AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 � � 1 If driiled shaft tools, cutting teeth, casing or Kelly bar is damaged as a resuit of the 2 obstruction removal work, the Contractor will be compensated for the costs to � 3 repair this equipment in accordance with Section 1-09.6. 4 5 If shaft construction equipment is idled as a result of the Work required to deal with 6 the obstruction and cannot be reasonably reassigned within the project, then '' � 7 standby payment for the idled equipment will be added to the payment calculations. 'r+� 8 If labor is idled as a result of the Work required to deal with the obstruction and 9 cannot be reasonably reassigned within the project, then all labor costs resulting �,y� 10 from Contractor labor agreements and established Contractor policies will be added ■ 11 to the payment calculations. 12 13 The Contractor shall perform the amount of obstruction Work estimated by the � 14 Contracting Agency within the original time of the Contract. The Engineer will 15 consider a time adjustment and additional compensation for costs related to the � 16 extended duration of the shaft construction operations, provided: � 17 18 1. The dollar amount estimated by the Contracting Agency has been 19 exceeded, and � 20 21 2. The Contractor shows that the obstruction removal Work represents a 22 delay to the completion of the project based on the current progress � 23 schedule provided in accordance with Section 1-08.3. 24 25 �' 26 7-02.AP7 w. 27 Section 7-02, Culverts 28 January 3, 2017 ir.. 29 7-02.2 Materials 30 The following three new items are inserted after the item "Aggregate for Portland Cement � 31 Concrete: 32 33 Gravel Backfill for Pipe Zone Bedding 9-03.12(3) 34 Butyl Rubber Sealant 9-04.11 � 35 External Sealing Band 9-04.12 36 37 The last paragraph is deleted. 38 39 7-02.3(6) Precast Reinf. Conc. Three Sided Structures, Box Culverts and Split � 40 Box Culverts 41 This section is supplemented with the following new paragraph: 42 43 When the Plans include a complete set of design details for a Structure (defining panel � 44 shapes and dimensions, concrete strength requirements, and steel reinforcing bar, joint, 45 and connection details), the design and load rating preparation and calculation submittal 46 requirements of Sections 7-02.3(6)A1 and 7-02.3(6)A2 do not apply for the components � 47 shown in the Plans, but all other requirements of this Section remain in effect. The 48 Contractor may propose alternate concrete culvert designs, accommodating the same 49 rise, span, and length as shown in the Plans, to replace the Structure details shown in 50 the Plans. If an alternate concrete culvert design is proposed, all of the requirements of r �. � AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK � Revised: 4/3/17 � 1 this Section, including design and load rating preparation and calculation submittal, � 2 apply. 3 �4 7-02.3(6)A General 5 This section is supplemented with the following two new paragraphs. 6 7 Tolerances for PRCTSS shall be as follows: � 8 9 1. Internal Dimensions —The internal dimension shall not vary more than 1 10 percent or 2 inches, whichever is less, from the Plan dimensions. The haunch "� 11 dimensions shall not vary more than 3/a inch from the Plan dimensions. � 12 13 2. Slab and Wall Thickness —The slab and wall thickness shall not be less than 14 that shown in the Plans by more than 5 percent or'/2 inch, whichever is ,�,� 15 greater. A thickness more than that required in the Plans will not be a cause 16 for rejection if proper joining is not affected. � 17 18 3. Length of Opposite Surfaces —Variations in lengths of two opposite surfaces 19 of the three-sided section shall not be more than 3/a inch unless beveled 20 sections are being used to accommodate a curve in the alignment. � 21 "' 22 4. Reinforcing steel placement shall meet the tolerances specified in Section 6- 23 02.3(24)C. 24 � 25 Tolerances for PRCBC and PRCSBC shall be as follows: 26 �27 1. Internal Dimensions —The internal dimensions shall not vary more than 1 28 percent from the Plan dimensions. If haunches are used, the haunch 29 dimensions shall not vary more than '/4 inch from the Plan dimensions. � 30 31 2. Slab and Wall Thickness—The slab and wall thickness shall not be less than 32 that shown in the Plans by more than 5 percent or 3/s inch, whichever is � 33 greater. A thickness more than that required in the Plans will not be a cause 34 for rejection. 35 �36 3. Length of Opposite Box Segments —Variations in lengths of iwo opposite 37 surfaces of the box segments shall not be more than '/$ inch per foot of internal 38 span, with a maximum of 5/$ inch for all sizes through 7 feet internal span, and 39 a maximum of 3/ inch for internal spans greater than 7 feet, except where � 40 beveled sections are being used to accommodate a curve in the alignment. 41 42 4. Length of Box Segments—The underrun in length of a segment shall not be � 43 more than %8 inch per foot of length with a maximum of '/z inch in any box 44 segment. 45 � 46 5. Length of Legs and Slabs —The variation in length of the legs shall not be ,r, 47 more than %8 inch per foot of the rise of the leg per leg with a maximum of 5/a 48 inches. The differential length between opposing legs of the same segment 49 shall not be more than %z inch. Length of independent top slab spans shall not � 50 vary by more than %8 inch per foot of span of the top slab, with a maximum of 51 5/$ inches. 52 � "� .. AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 � � 1 6. Reinforcing steel placement shall meet the tolerances specified in Section 6- 2 02.3(24)C. 3 � 4 This section is supplemented with the following new subsection: 5 6 7-02.3(6)A5 Wingwalls and Retaining Walls � 7 Wingwalls and retaining walls (including cutoff walls and headwalls) shall be 8 constructed in accordance with the Contractor's design and Working Drawing submittal 9 or when the Plans include a complete set of design details for a wall (defining panel 10 shapes and dimensions, concrete strength requirements, and steel reinforcing bar,joint, �,. 11 and connection details),the details shown in the Plans. 12 � 13 Precast concrete construction shall conform to Sections 6-02.3(28) and 6-11.3(3). 14 15 Culvert bedding material shall be furnished, placed, and compacted in accordance with 16 Section 7-02.3(6)A4. � 17 18 7-02.3(6)A1 Design Criteria � 19 The first sentence of the last paragraph is revised to read: 20 21 Whenever the minimum finished backfill or surfacing depth above the top of the 22 Structure is less than 1'-0" (except when the top of the Structure is directly exposed to � 23 vehicular traffic), either all steel reinforcing bars in the span unit shall be epoxy-coated 24 with 2" minimum concrete cover from the face of concrete to the face of the top mat of 25 steel reinforcing bars, or the minimum concrete cover shall be 2'/z". � 26 27 The last sentence of the last paragraph is revised to read: 28 � 29 Concrete cover from the face of any concrete surface to the face of any steel 30 reinforcement shall be 1-inch minimum end clearance at all joints, and 2-inches 31 minimum at all other locations. 32 � 33 7-02.3(6)A2 Submittals 34 The first paragraph is revised to read: � 35 36 The Contractor shall submit shop drawings of the precast Structures. Fabrication shop 37 drawings replicating complete design details when shown in the Plans shall be Type 2 � 38 Working Drawings. Submittals completing the design based on the schematic 39 geometric requirements shown in the Plans, or proposing a Contractor designed 40 alternative concrete culvert Structure shall be Type 2E Working Drawings with 41 supporting design calculations. � 42 43 The last paragraph is revised to read: 44 � 45 For precast Structures with a span length greater than 20-feet (as defined in Section 7- 46 02.3(6)A1), except when the depth of fill above the top of culvert exceeds the Structure 47 span length, a Type 2E Working Drawing shall be submitted consisting of a load rating � 48 report prepared in accordance with the AASHTO Manual for Bridge Evaluation and 49 WSDOT Bridge Design Manual LRFD M 23-50 Chapter 13. Soil pressures used shall 50 include effects from the backfill material and compaction methods, and shall be in , 51 accordance with the WSDOT Geotechnical Design Manual M 46-03 and the � 52 geotechnical report prepared for the project. � AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK � Revised: 4/3/17 1 � ,, 2 7-02.3(6)A3 Casting 3 This section is revised to read: II� 4 � I 5 Concrete shall conform to Section 6-02.3(28)B, with a 28-day compressive strength as 6 specified in the Plans or the Working Drawings submittal. 7 �8 7-02.3(6)A4 Excavation and Bedding Preparation 9 The last paragraph is revised to read: 10 "� 11 The upper layer of bedding course shall be a 6-inch minimum thickness layer of culvert •• 12 bedding material, defined as granular material either conforming to Section 9-03.12(3) 13 or to AASHTO Grading No. 57 as specified in Section 9-03.1(4)C. The plan limits of the 14 culvert bedding material shall extend 1-foot beyond the plan limits of the culvert or the „� 15 Structure footing as applicable. The culvert bedding material shall be compacted in 16 accordance with the Section 2-09.3(1)E requirements for gravel backfill for drains. After � 17 compaction, the culvert bedding material shall be screeded transversely to the specified 18 line and grade. Voids in the screeded culvert bedding material shall be filled and then 19 rescreeded prior to erecting the precast Structure. � 20 21 7-02.3(6)B3 Erection '� 22 The last paragraph is revised to read: 23 24 Adjacent precast sections shall be connected by welding the weld-tie anchors in "� 25 accordance with Section 6-03.3(25). Welding ground shall be attached directly to the 26 steel plates being welded when welding the weld-ties. The weld-tie anchor spacing shall 1 27 not exceed 6'-0". After connecting the weld-tie anchors, the Contractor shall paint the r�� 28 exposed metal surfaces with one coat of field primer conforming to Section 9-08.1(2)F. 29 Keyways shall be filled with grout conforming to Section 9-20.3(2). � 30 31 7-02.3(6)C1 Casting 32 This section is revised to read: � 33 34 PRCSBC shall consist of lid elements and "U" shaped base elements. The vertical legs 35 of the "U" shaped base elements shall be full height matching the rise of the culvert, � 36 except as otherwise specified for culvert spans greater than 20-feet. For PRCSBC 37 spans greater than 20-feet (as defined in Section 7-02.3(6)A1), the lid elements may 38 include vertical legs of a maximum length of 4-feet. � 39 40 All vertical and horizontal joints of PRCBC and PRCSBC elements shall be tongue and 41 groove type joints, except PRCBC and PRCSBC of 20-foot span or less may have 42 keyway joints connected by weld-tie anchors in accordance with Section 6-02.3(25)O. � 43 The weld-tie anchor spacing shall not exceed 6'-0". There shall be at least two 44 galvanized steel tie plates across each top unit tongue and groove joint and each 45 tongue and groove joint between upper and lower units, unless otherwise shown in the � 46 Plans or required by the seismic designed completed in accordance with Section 7- •• 47 02.3(6)A1. 48 49 7-02.3(6)C3 Erection .� 50 This section is revised to read: 51 � '� r AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 � � 1 PRCBC and PRCSBC shail be erected and backfilled in accordance with the erection 2 sequence specified in the Working Drawing submittal, and the construction equipment 3 restrictions specified in Section 6-02.3(25)O. � 4 5 The Contractor shall install a continuous strip of butyl rubber sealant within all tongue 6 and groove joints prior to connecting the precast elements together. The butyl rubber 7 sealant shall have a minimum cross section of%z-inch by 1%2-inch, unless otherwise 8 shown in the Plans. 9 � 10 After connecting the joints with weld-tie anchors, the Contractor shall paint the exposed 11 metal surfaces with one coat of field primer conforming to Section 9-08.1(2)F. Keyways 12 shall be filled with grout conforming to Section 9-20.3(2). � 13 14 The Contractor shall wrap all exterior joints along the top and sides of the PRCBC and 15 PRCSBC with a 12-inch wide strip of external sealing band centered about the joint and 16 adhesively bonded to the concrete surFace. � 17 18 Backfill beside the PRCBC and PRCSBC shall be brought up in sequential layers, � 19 compacted concurrently. The difference in backfill height on opposing sides of the 20 Structure shall not exceed 2-feet. 21 22 7-02.4 Measurement � 23 This section is supplemented with the following: 24 25 Culvert bedding material will be measured by the cubic yard of material placed. , �. 26 � 27 7-02.5 Payment 28 This section is supplemented with the following: 29 i�r 30 "Culvert Bedding Material", per cubic yard. 31 � 32 7-08.AP7 33 Section 7-08, General Pipe Installation Requirements 34 January 3, 2017 �� ,,,� 35 7-08.3(1)A Trenches 36 The second sentence of the last paragraph is revised to read: 37 � 38 The embankment material shall be compacted to 95 percent of maximum density and 39 the moisture content at the time of compaction shall be between optimum and 3 40 percentage points below optimum as determined by the Compaction Control Tests � 41 specified in Section 2-03.3(14)D. 42 43 7-09.AP7 � 44 Section 7-09, Water Mains 45 April 3, 2017 � 46 7-09.3(24)D Dry Calcium Hypochlorite 47 The second paragraph is revised to read: 48 ° 49 The number of grams of 70 percent test calcium hypochlorite required for a 20-foot r. 50 length of pipe equals 0.238 x dz, in which "d" is the diameter in inches. �r AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK � Revised: 4/3/17 i 1 � 2 8-01.AP8 � 3 Section 8-01, Erosion Control and Water Poliution Control �, 4 August 1, 2016 � i, 5 8-01.2 Materials 6 This section is supplemented with the following new paragraph: � 7 8 Recycled concrete, in any form, shall not be used for any Work defined in Section 8-01. 9 � 10 8-01.3(7) Stabilized Construction Entrance � 11 The last sentence of the first paragraph is revised to read: 12 13 Material used for stabilized construction entrance shall be free of extraneous materials .ii 14 that may cause or contribute to track out. 15 �16 8-01.3(8) Street Cleaning 17 This section is revised to read: 18 *� 19 Self-propelled street sweepers shall be used to remove and collect sediment and other � 20 debris from the Roadway, whenever required by the Engineer. The street sweeper shall 21 effectively collect these materials and prevent them from being washed or blown off the 22 Roadway or into waters of the State. Street sweepers shall not generate fugitive dust r 23 and shall be designed and operated in compliance with applicable air quality standards. 24 25 Material collected by the street sweeper shall be disposed of in accordance with Section � 26 2-03.3(7)C. 27 28 Street washing with water will require the concurrence of the Engineer. � 29 30 8-09.AP8 31 Section 8-09, Raised Pavement Markers � 32 January 3, 2017 33 8-09.5 Payment � 34 In the last paragraph, "flaggers and spotters" is revised to read "flaggers". 35 36 8-10.AP8 � 37 Section 8-10, Guide Posts 38 January 4, 2016 39 8-10.3 Construction Requirements � 40 The last sentence of the second paragraph is deleted. 41 � 42 8-11.AP8 43 Section 8-11, Guardrail � 44 January 17, 2017 45 8-11.3(1)C Terminal and Anchor Installation "� 46 This section is supplemented with the following new paragraph: 47 � � r AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 � � 1 Beam Guardrail Non-flared Terminals for Type 1 guardrail shall meet the crash test and 2 evaluation criteria of NCHRP 350 or the Manual for Assessing Safety Hardware � 3 (MASH). Beam Guardrail Non-flared Terminals for Type 31 guardrail shall meet the 4 crash test and evaluation criteria of MASH. 5 6 8-11.3(1)F Removing and Resetting Beam Guardrail � 7 The last sentence of the first paragraph is deleted. 8 9 8-11.5 Payment � 10 The paragraph following the Bid item "Removing and Resetting Beam Guardrail", per linear 11 foot is revised to read: 12 � 13 The unit Contract price per linear foot for"Removing and Resetting Beam Guardrail" 14 shall be full payment for all costs to perform the Work as described in Section 8- 15 11.3(1)F, except for replacement posts and blocks. � 16 �. 17 The paragraph following the Bid item "Raising Existing Beam Guardrail", per linear foot is 18 revised to read: � 19 20 The unit Contract price per linear foot for"Raising Existing Beam Guardrail" shall be full 21 payment for all costs to perform the Work as described in Section 8-11.3(1)E, except for � 22 replacement posts and blocks. 23 24 8-20.AP8 25 Section 8-20, Illumination, Traffic Signal Systems, Intelligent Transportation � 26 Systems, and Electrical 27 January 3, 2017 � 28 8-20.1(1) Regulations and Code 29 The second paragraph is revised to read: 30 31 Wherever reference is made in these Specifications or in the Special Provisions to the � 32 Code, the rules, or the standards mentioned above, the reference shall be construed to 33 mean the code, rule, or standard that is in effect on the Bid advertisement date. 34 �r 35 8-20.3(5)A General 36 The last paragraph is revised to read: � 37 38 Immediately after the sizing mandrel has been pulled through, install an equipment 39 grounding conductor if applicable (see Section 8-20.3(9)) and any new or existing wire � 40 or cable as specified in the Plans. Where conduit is installed for future use, install a � 41 200-pound minimum tensile strength pull string with the equipment grounding 42 conductor. The pull string shall be attached to duct plugs or caps at both ends of the 43 conduit. ' � 44 45 8-20.3(5)A1 Fiber Optic Conduit � 46 The last paragraph is deleted. 47 48 8-20.3(5)B Conduit Type 49 The second and third paragraphs are deleted and replaced with the following new � 50 paragraph: � � i AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 � 1 � 2 PVC and HDPE conduits shall be Schedule 80 unless installed as innerduct. 3 �4 8-20.3(5)D Conduit Placement 5 Item number 2 is revised to read. 6 7 2. 24-inches below the top of the untreated surfacing on a Roadbed. � 8 9 8-20.3(9) Bonding, Grounding 10 The following two new paragraphs are inserted after the first paragraph: � 11 ..r 12 Install an equipment grounding conductor in all new conduit, whether or not the 13 equipment grounding conductor is called for in the wire schedule. 14 � 15 For each new conduit with innerduct install an equipment grounding conductor in only 16 one of the innerducts unless otherwise required by the NEC or the Plans. � 17 18 The fourth paragraph (after the preceding Amendments are applied) is revised to read: 19 �20 Bonding jumpers and equipment grounding conductors meeting the requirements of 21 Section 9-29.3(2)A3 shall be minimum #8 AWG, installed in accordance with the NEC. 22 Where existing conduits are used for the installation of new circuits, an equipment 23 grounding conductor shall be installed unless an existing equipment ground conductor, r 24 which is appropriate for the largest circuit, is already present in the existing raceway. � 25 The equipment ground conductor between the isolation switch and the sign lighter 26 fixtures shall be minimum #14 AWG stranded copper conductor. Where parallel circuits � 27 are enclosed in a common conduit, the equipment-grounding conductor shall be sized 28 by the largest overcurrent device serving any circuit contained within the conduit. 29 �30 The second sentence of the fifth paragraph (after the preceding Amendments are applied) is 31 revised to read: 32 �33 A non-insulated stranded copper conductor, minimum #8 AWG with a full circle crimp 34 on connector(crimped with a manufacturer recommended crimper) shall be connected 35 to the junction box frame or frame bonding stud, the other end shall be crimped to the ,,,� 36 equipment bonding conductor, using a "C" type crimp connector. 37 ""' 38 The last two sentences of the sixth paragraph (after the preceding Amendments are applied) 39 are revised to read: 40 � 41 For light standards, signal standards, cantilever and sign bridge Structures the 42 supplemental grounding conductor shall be #4 AWG non-insulated stranded copper � 43 conductor. For steel sign posts which support signs with sign lighting or flashing 44 beacons the supplemental grounding conductor shall be #6 AWG non insulated 45 stranded copper conductor. � 46 � 47 The fourth to last paragraph is revised to read: 48 49 Install a two grounding electrode system at each service entrance point, at each � 50 electrical service installation and at each separately derived power source. The service 51 entrance grounding electrode system shall conform to the "Service Ground" detail in the � 52 Standard Plans. If soil conditions make vertical grounding electrode installation � AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 � ' � 1 impossible an alternate instailation procedure as described in the NEC may be used. 2 Maintain a minimum of 6 feet of separation between any two grounding electrodes � 3 within the grounding system. Grounding electrodes shall be bonded copper, ferrous 4 core materials and shall be solid rods not less than 10 feet in length if they are '/2 inch in 5 diameter or not less than 8 feet in length if they are 5/ inch or larger in diameter. 6 � 7 8-20.3(13)A Light Standards 8 The first sentence in the second to last paragraph is revised to read: 9 � 10 All new and relocated metal light standards shall be numbered for identification using 11 painted 4 inch block gothic letters (similar to series C highway lettering) and numbers 12 installed 3 feet above the base facing the Traveled Way. � 13 14 The numbered list in the second to last paragraph is deleted and replaced with the following: 15 16 NN � 17 CC-SSSS 18 WV � 19 20 Where: 21 NN — Is the pole number as identified in the Plans. May be one or more characters. 22 CC — Is the circuit letter as identified in the Plans. May be one or more characters. � 23 SSSS — Is he service cabinet number as identified in the Plans. Do not include the 24 two or three letter prefix. Up to four digits - do not include leading zeros. 25 WV— Is the operating voltage of the luminaire. Always three digits. � 26 27 8-20.3(13)C Luminaires 28 The first paragraph is revised to read: � 29 30 The Contractor shall mark the installation date on the inside of the luminaire ballast or 31 driver housing using a permanent marking pen. � 32 ' 33 8-22.AP8 34 Section 8-22, Pavement Marking � 35 January 4, 2016 36 8-22.4 Measurement � 37 The first two sentences of the fourth paragraph are revised to read: 38 39 The measurement for"Painted Wide Lane Line", "Plastic Wide Lane Line", "Profiled , 40 Plastic Wide Lane Line", "Painted Barrier Center Line", "Plastic Barrier Center Line", ' 41 "Painted Stop Line", "Plastic Stop Line", "Painted Wide Dotted Entry Line", or"Plastic "' 42 Wide Dotted Entry Line" will be based on the total length of each painted, plastic or 43 profiled plastic line installed. No deduction will be made for the unmarked area when the 44 marking includes a broken line such as, wide broken lane line, drop lane line, wide � 45 dotted lane line or wide dotted entry line. 46 � 47 8-22.5 Payment 48 The following two new Bid items are inserted after the Bid item "Plastic Crosshatch Marking", 49 per linear foot: 50 �„ 51 "Painted Wide Dotted Entry Line", per linear foot. � AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK � Revised: 4/3/17 1 I 2 "Plastic Wide Dotted Entr Line" er linear foot. � Y � p 3 4 9-01.AP9 � 5 Section 9-01, Portland Cement 6 January 3, 2017 7 This section's title is revised to read: � 8 9 Cement � 10 11 9-01.1 Types of Cement 12 This section is revised to read: � 13 14 Cement shall be classified as portland cement, blended hydraulic cement, or rapid 15 hardening hydraulic cement. � 16 17 9-01.2(2) Vacant 18 This section, including title, is revised to read: � 19 20 9-01.2(2) Rapid Hardening Hydraulic Cement 21 Rapid hardening hydraulic cement shall meet the requirements of ASTM C 1600. � 22 23 9-01.2(3) Low Alkali Cement 24 This section is renumbered as follows: 25 �26 9-01.2(1)A Low Alkali Cement 27 28 9-01.2(4) Blended Hydraulic Cement � 29 This section is renumbered as follows: 30 31 9-01.2(1)B Blended Hydraulic Cement � 32 33 In the first paragraph, the last two sentences of item number 3 are revised to read: 34 � 35 Separate testing of each source of fly ash at each proposed replacement level shall be � 36 conducted in accordance with ASTM C1012 at the storage temperature prescribed in 37 Section 9.3 of the test procedure. Expansion at 180 days shall be 0.10 percent or less. 38 � 39 In the first paragraph, the last two sentences of item number 4 are revised to read: 40 �41 Separate testing of each source of slag at each proposed replacement level shall be 42 conducted in accordance with ASTM C1012 at the storage temperature prescribed in 44 Section 9.3 of the test procedure. Expansion at 180 days shall be 0.10 percent or less. � 45 In the first paragraph, the last two sentences of item number 5 are revised to read: �► 46 47 Separate testing of each source of fly ash or slag at each proposed replacement level 48 shall be conducted in accordance with ASTM C1012 at the storage temperature .� 49 prescribed in Section 9.3 of the test procedure. Expansion at 180 days shall be 0.10 50 percent or less. � 51 � AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 � � 1 9-01.3 Tests and Acceptance 2 The second paragraph is revised to read: 3 � 4 Cement producers/suppliers that certify portland cement or blended hydraulic cement 5 shall participate in the Cement Acceptance Program as described in WSDOT Standard 6 Practice QC 1. Rapid hardening hydraulic cement producers/suppliers are not required 7 to participate in WSDOT Standard Practice QC 1. �r g 9 9-03.AP9 � 10 Section 9-03, Aggregates 11 January 3, 2017 � 12 9-03.1(1) General Requirements 13 In this section, each reference to "Section 9-01.2(3)" is revised to read "Section 9-01.2(1)A". 14 15 This first paragraph is supplemented with the following: � 16 17 Reclaimed aggregate may be used if it complies with the specifications for Portland 18 Cement Concrete. Reclaimed aggregate is aggregate that has been recovered from � 19 plastic concrete by washing away the cementitious materials. 20 21 9-03.1(2) Fine Aggregate for Portland Cement Concrete � 22 This section is revised to read: 23 � 24 Fine aggregate shall consist of natural sand or manufactured sand, or combinations 25 thereof, accepted by the Engineer, having hard, strong, durable particles free from 26 adherent coating. Fine aggregate shall be washed thoroughly to meet the specifications. 27 � 28 9-03.1(2)A Deleterious Substances 29 This section is revised to read: 30 31 The amount of deleterious substances in the washed aggregate shall be tested in ir. 32 accordance with AASHTO M 6 and not exceed the following values: 33 34 Material finer than No. 200 Sieve 2.5 percent by weight �, 35 Clay lumps and friable particles 3.0 percent by weight 36 Coal and lignite 0.25 percent by weight � 37 Particles of specific gravity less than 2.00 1.0 percent by weight. 38 39 Organic impurities shall be tested in accordance with AASHTO T 21 by the glass �,- 40 color standard procedure and results darker than organic plate no. 3 shall be 41 rejected. A darker color results from AASHTO T 21 may be used provided that '�' 42 when tested for the effect of organic impurities on strength of mortar, the relative 43 strength at 7 days, calculated in accordance with AASHTO T 71, is not less than 95 44 percent. � 45 46 9-03.1(4) Coarse Aggregate for Portland Cement Concrete � 47 This section is revised to read: 48 49 Coarse aggregate for concrete shall consist of gravel, crushed gravel, crushed stone, or � 50 combinations thereof having hard, strong, durable pieces free from adherent coatings. 51 Coarse aggregate shall be washed to meet the specifications. � AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK � Revised: 4/3/17 1 � 2 9-03.1(4)A Deleterious 3 This section, including title, is revised to read: � 4 5 9-03.1(4)A Deleterious Substances 6 The amount of deleterious substances in the washed aggregate shall be tested in 7 accordance with AASHTO M 80 and not exceed the following values: � 8 9 Material finer than No. 200 1.0' percent by weight �' 10 Clay lumps and Friable Particles 2.0 percent by weight � 11 Shale 2.0 percent by weight 12 Wood waste 0.05 percent by weight 13 Coal and Lignite 0.5 percent by weight � 14 Sum of Clay Lumps, Friable Particles, and 15 Chert (Less Than 2.40 specific gravity SSD) 3.0 percent by weight 16 �17 'If the material finer than the No. 200 sieve is free of clay and shale, this 18 percentage may be increased to 1.5. 19 �20 9-03.1(4)C Grading 21 The following new sentence is inserted at the beginning of the last pargraph: 22 23 Where coarse aggregate size 467 is used, the aggregate may be furnished in at least � 24 two separate sizes. 25 26 9-03.1(5) Combined Aggregate Gradation for Portland Cement Concrete � 27 This section is revised to read: 28 29 As an alternative to using the fine aggregate sieve grading requirements in Section 9- � 30 03.1(2)B, and coarse aggregate sieve grading requirements in Section 9-03.1(4)C, a 31 combined aggregate gradation conforming to the requirements of Section 9-03.1(5)A 32 may be used. � 33 34 9-03.1(5)A Deleterious Substances 35 This section is revised to read: � 36 37 The amount of deleterious substances in the washed aggregates 3/a inch or larger shall � 38 not exceed the values specified in Section 9-03.1(4)A and for aggregates smaller than 39 3/a inch they shall not exceed the values specified in Section 9-03.1(2)A. � 40 41 9-03.1(5)B Grading 42 The first paragraph is deleted. � 43 44 9-03.8(2) HMA Test Requirements 45 In the table in item number 3, the heading "Statistical and Nonstatistical" is revised to read � 46 "Statistical". •► 47 48 9-03.8(7) HMA Tolerances and Adjustments 49 In the table in item number 1, the column titled "Nonstatistical Evaluation" is deleted. � 50 51 In the table in item 1, the last column titled "Commercial Evaluation" is revised to read � 52 "Visual Evaluation". � .. AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 � � 1 2 9-03.11(1) Streambed Sediment � 3 The following three new sentences are inserted after the first sentence of the first paragraph: 4 5 Alternate gradations may be used if proposed by the Contractor and accepted by the 6 Engineer. The Contractor shall submit a Type 2 Working Drawing consisting of 0.45 � 7 power maximum density curve of the proposed gradation. The alternate gradation shall 8 closely follow the maximum density line and have Nominal Aggregate Size of no less 9 than 1'/2 inches or no greater than 3 inches. � 10 � 11 9-03.12(4) Gravel Backfill for Drains 12 The following new sentence is inserted at the beginning of the second paragraph: � 13 14 As an alternative, AASHTO grading No. 57 may be used in accordance with Section 9- 15 03.1(4)C. � 16 17 9-03.12(5) Gravel Backfill for Drywells 18 The following new sentence is inserted at the beginning of the second paragraph: � 19 20 As an alternative, AASHTO grading No. 4 may be used in accordance with Section 9- 21 03.1(4)C. � 22 23 9-03.21(1)B Concrete Rubble 24 This section, including title, is revised to read: � 25 26 9-03.21(1)B Recycled Concrete Aggregate �"' 27 Recycled concrete aggregates are coarse aggregates manufactured from hardened 28 concrete mixtures. Recycled concrete aggregate may be used as coarse aggregate or 29 blended with coarse aggregate for Commercial Concrete. Recycled concrete aggregate � 30 shall meet all of the requirements for coarse aggregate contained in Section 9-03.1(4) 31 or 9-03.1(5). In addition to the requirements of Section 9-03.1(4) or 9-03.1(5), recycled � 32 concrete shall: 33 34 1. Contain an aggregated weight of less than 1 percent of adherent fines, � 35 vegetable matter, plastics, plaster, paper, gypsum board, metals, fabrics, 36 wood, tile, glass, asphalt (bituminous) materials, brick, porcelain or other 37 deleterious substance(s) not otherwise noted; 38 2. Be free of harmful components such as chlorides and reactive materials unless � 39 mitigation measures are taken to prevent recurrence in the new concrete; 40 3. Have an absorption of less than 10 percent when tested in accordance with 41 AASHTO T 85. 42 r"" 43 Recycled concrete aggregate shall be in a saturated condition prior to mixing. 44 � 45 Recycled concrete aggregate shall not be placed below the ordinary high water mark of 46 any water of the State. 47 � 48 9-03.21(1)D Recycled Steel Furnace Slag 49 This section title is revised to read: 50 51 Steel Slag 52 � AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK � Revised: 4/3117 1 9-03.21(1)E Table on Maximum Allowable Percent (By Weight) of Recycled � 2 Material 3 �4 In the Hot Mix Asphalt column, each value of"20" is revised to read "25". 5 6 The last column heading "Steel Furnace Slag" is revised to read "Steel Slag". � 7 8 The following new row is inserted after the second row: 9 Coarse A re ate for Commercial Concrete 9-03.1 4 0 100 0 0 � 10 �' 11 12 9-04.AP9 13 Section 9-04, Joint and Crack Sealing Materials •+� 14 January 3, 2017 15 This section is supplemented with the following two new subsections: � 16 17 9-04.11 Butyl Rubber Sealant � 18 Butyl rubber sealant shall conform to ASTM C 990. � 19 20 9-04.12 External Sealing Band 21 External sealing band shall by Type III B conforming to ASTM C 877. � 22 23 9-04.1(2) Premolded Joint Filler for Expansion Joints � 24 This section is supplemented with the following: 25 26 As an alternative to the above, a semi-rigid, non-extruding, resilient type, closed-cell 27 0l ro lene foam, preformed 'oint filler with the followin h sical ro erties as tested j P YP PY 1 9 P Y P P 28 to AASHTO T 42 Standard Test Methods may be used. .ri 29 Closed-Cell Pol ro lene Foam Preformed Joint Filler � Ph sical Propert Requirement Test Method Water Absor tion < 1.0% AASHTO T 42 Com ression Recove > 80% AASHTO T 42 � Extrusion < 0.1 in. AASHTO T 42 Densit > 3.5 Ibs./cu.ft. AASHTO T 42 Water Boil 1 hr. No ex ansion AASHTO T 42 � H drochloric Acid Boil 1 hr. No disinte ration AASHTO T 42 Heat Resistance °F 392°F± 5°F ASTM D 5249 30 �31 9-04.2(1) Hot Poured Joint Sealants 32 This section's content is deleted and replaced with the following new subsections: 33 w 34 9-04.2(1)A Hot Poured Sealant 35 Hot poured sealant shall be sampled in accordance with ASTM D5167 and tested in � 36 accordance with ASTM D5329. 37 38 9-04.2(1)A1 Hot Poured Sealant for Cement Concrete Pavement � 39 Hot poured sealant for cement concrete pavement shall meet the requirements of 40 ASTM D6690 Type IV, except for the following: � � .■ AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 � � 1 2 1. The Cone Penetration at 25°C shall be 130 maximum. 3 � 4 2. The extension for the Bond, non-immersed, shall be 100 percent. 5 6 9-04.2(1)A2 Hot Poured Sealant for Bituminous Pavement 7 Hot poured sealant for bituminous pavement shall meet the requirements of ASTM 8 D6690 Type I or Type I I. 9 � 10 9-04.2(1)B Sand Slurry for Bituminous Pavement �r. 11 Sand slurry is mixture consisting of the following components measured by total weight: 12 � 13 1. Twenty percent CSS-1 emulsified asphalt, 14 15 2. Two percent portland cement, and 16 � 17 3. Seventy-eight percent fine aggregate meeting the requirements of 9-03.1(2)B 18 Class 2. Fine aggregate may be damp (no free water). � 19 20 9-04.2(2) Poured Rubber Joint Sealer 21 The last paragraph is deleted. 22 � 23 9-04.4(1) Rubber Gaskets for Concrete Pipes and Precast Manholes 24 "AASHTO M 198" is revised to read "ASTM C 990". � 25 26 9-04.4(3) Gaskets for Aluminum or Steel Culvert or Storm Sewer Pipe '"' 27 In the last sentence, "AASHTO M 198" is revised to read "ASTM C 990". 28 29 9-06.AP9 � 30 Section 9-06, Structural Steel and Related Materials 31 January 3, 2017 � 32 9-06.5(3) High-Strength Bolts 33 In this section, "ASTM A325" is revised to read "ASTM F3125 Grade A325", "ASTM A490" is � 34 revised to read "ASTM F3125 Grade A490", and "ASTM F1852" is revised to read "ASTM 35 F3125 Grade F1852". 36 � 37 In the fifth paragraph, "ASTM-A325" is revised to read "ASTM F3125". 38 39 9-06.12 Bronze Castings a 40 In this section, "AASHTO M107" is revised to read "ASTM B22". � 41 42 9-06.16 Roadside Sign Structures 43 In the first paragraph, "ASTM A325" is revised to read "ASTM F3125 Grade A325". � � 44 �� 45 9-07.AP9 46 Section 9-07, Reinforcing Steel I, � 47 August 1, 2016 48 9-07.1(1)A Acceptance of Materials � � 49 The first sentence of the first paragraph is revised to read: `. � AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK � Revised: 4/3/17 1 � 2 Reinforcing steel rebar manufacturers shall comply with the National Transportation 3 Product Evaluation Program (NTPEP)Work Plan for Reinforcing Steel (rebar) � 4 Manufacturers. 5 6 The first sentence of the second paragraph is revised to read: 7 �8 Steel reinforcing bar manufacturers use either English or a Metric size designation while 9 stamping rebar. 10 � 11 9-07.1(2) Bending ••� 12 The first two sentences of the first paragraph are deleted and replaced with the following two 13 new sentences: 14 .,,,� 15 Steel reinforcing bars shall be cut and bent cold to the shapes shown on the Plans. 16 Fabrication tolerances shall be in accordance with ACI 315. � 17 18 9-10.AP9 19 Section 9-10, Piling f 20 August 1, 2016 � 21 9-10.3 Cast-In-Place Concrete Piling 22 This section is revised to read: � 23 24 Reinforcement for cast-in-place concrete piles shall conform to Section 9-07.2. � 25 26 9-11.AP9 27 Section 9-11, Waterproofing 28 January 3, 2017 � 29 This section (and all subsections), including title, is revised to read: 30 �31 9-11 Waterproof Membrane 32 9-11.1 Asphalt for Waterproofing 33 Waterproof inembrane shall be a sheet membrane conforming to ASTM D 6153 � 34 Type III, the puncture capacity specified below, and either the thin polymer sheet „r,� 35 tensile stress or the geotextile and fabric grab tensile strength specified below: 36 Performance Properties Test Method Specification � Re uirements Tensile Stress 75 pounds per inch � for Thin Pol mer Sheets ASTM D 882 min. Grab Tensile Strength ASTM D 4632 (for Geotextiles and (Woven or 200 pounds min. � Fabrics Nonwoven Puncture Capacity '� (For Thin Polymer Sheets, ASTM E 154 200 pounds min. Geotextiles and Fabrics 37 � 38 Waterproofing membrane will be accepted based on a Manufacturer's Certificate of 39 Compliance with each lot of waterproof inembrane. � 40 � � AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 � � 1 9-11.2 Primer for Waterproof Membrane 2 The primer for the waterproof inembrane shall be appropriate for bonding the sheet 3 membrane to the bridge deck surface and shall be compatible with the membrane � 4 in accordance with the waterproof inembrane manufacturer's recommendations. 5 6 9-16.AP9 7 Section 9-16, Fence and Guardrail 8 January 17, 2017 � 9 9-16.3(3) Galvanizing �"` 10 The first three sentences are deleted and replaced with the following single sentence: 11 '` 12 W-beam or thrie beam rail elements and terminal sections shall be galvanized in � 13 accordance with AASHTO M 180, Class A, Type II. 14 � 15 9-20.AP9 16 Section 9-20, Concrete Patching Material, Grout, and Mortar 17 January 3, 2017 �,. 18 This section is supplemented with the following new subsection: 19 � 20 9-20.5 Bridge Deck Repair Material 21 Bridge deck repair material shall be either an ultra-low viscosity, two-part liquid, 22 polyurethane-hybrid polymer concrete, or a pre-packaged cement based repair mortar, �„ 23 conforming to the following requirements: 24 �"` 25 1. Minimum compressive strength of 2,500 psi, in accordance with ASTM C 109. 26 27 2. Total soluble chloride ion content by mass of product shall conform to the limits � 28 specified in Section 6-02.3(2) for reinforced concrete. 29 � 30 3. Permeability of less than 2,000 coulombs at 56-days in accordance with 31 AASHTO T 277. 32 � 33 If pre-packaged deck repair material does not include coarse aggregate, the Contractor 34 shall extend the mix with coarse aggregate as recommended by the manufacturer. 35 � 36 9-23.AP9 37 Section 9-23, Concrete Curing Materials and Admixtures 38 January 3, 2017 � 39 9-23.9 Fly Ash 40 The first paragraph is revised to read: � 41 42 Fly ash shall conform to the requirements of AASHTO M295 Class C or F including 43 supplementary optional chemical requirements as set forth in Table 2. 44 1 45 The last sentence of the last paragraph is revised to read: ��" 46 47 The supplementary optional chemical limits in AASHTO M295 Table 2 do not apply to ', � 48 fly ash used in Controlled Density Fill. �'I 49 � AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK � Revised: 4/3/17 1 9-23.12 Metakaolin � 2 This section, including title, is revised to read: 3 �4 9-23.12 Natural Pozzolan 5 Natural Pozzolans shall be either Metakaolin or ground Pumice and shall conform to the 6 requirements of AASHTO M295 Class N, including suppiementary optional chemical 7 requirements as set forth in Table 2. � 8 9 9-28.AP9 10 Section 9-28, Signing Materials and Fabrication � 11 April 3, 2017 � 12 9-28.14(3) Aluminum Structures 13 This section is revised to read: .r► 14 15 Welding of aluminum shall be in accordance with AWS D1.2/D1.2M, latest edition, � 16 Structural Welding Code—Aluminum. 17 18 Aluminum alloy filler metals utilized on anodized structures shall result in color matching � 19 to base metals. � 20 21 9-29.AP9 22 Section 9-29, Illumination, Signal, Electricat � 23 January 3, 2017 24 9-29.2 Junction Boxes, Cable Vaults, and Pull Boxes � 25 This section is supplemented with the following new subsections: 26 27 9-29.2(5) Testing Requirements � 28 The Contractor shall provide for testing of junction boxes, cable vaults and pull boxes. 29 Junction boxes, cable vaults and pull boxes shall be tested by an independent materials 30 testing facility, and a test report issued documenting the results of the tests performed. � 31 32 For each junction box, vault and pull box type, the independent testing laboratory shall 33 meet the requirements of AASHTO R 18 for Qualified Tester and Verified Test � 34 Equipment. The test shall be conducted in the presence of a Professional Engineer, .,,� 35 licensed under Title 18 RCW, State of Washington, in the branch of Civil or Structural, 36 and each test sheet shall have the Professional Engineer's original signature, date of 37 signature, original seal, and registration number. One copy of the test report shall be � 38 furnished to the Contracting Agency certifying that the box and cover meet or exceed 39 the loading requirements for that box type, and shall include the following information: � 40 41 1. Product identification. 42 43 2. Date of testing. � 44 � 45 3. Description of testing apparatus and procedure. 46 47 4. All load deflection and failure data. .rr 48 49 5. Weight of box and cover tested. � 50 y .� AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 � � 1 6. Upon compietion of the required test(s) the box shall be loaded to failure or to 2 the maximum load possible on the testing machine (70,000 pounds minimum). 3 � 4 7. A brief description of type and location of failure or statement that the testing 5 machine reached maximum load without failure of the box. 6 � 7 9-29.2(5)A Standard Duty Boxes and Vaults 8 Standard Duty Concrete Junction Boxes, Cable Vaults, and Pull Boxes shall be 9 load tested to 22,500 pounds. The test load shall be applied uniformly through a 10 � 10 by 10 by 1-inch steel plate centered on the lid. The test load shall be applied and 11 released ten times, and the deflection at the test load and released state shall be 12 recorded for each interval. At each interval the junction box shall be inspected for � 13 lid deformation, failure of the lid/frame welds, vertical and horizontal displacement 14 of the lid/frame, cracks, and concrete spalling. 15 � 16 Concrete junction boxes will be considered to have withstood the test if none of the 17 following conditions are exhibited: 18 19 1. Permanent deformation of the lid or any impairment to the function of the � 20 lid. 21 22 2. Vertical or horizontal displacement of the lid frame. � 23 24 3. Cracks wider than 0.012 inches that extend 12 inches or more. 25 � 26 4. Fracture or cracks passing through the entire thickness of the concrete. 27 28 5. Spalling of the concrete. � 29 k 30 9-29.2(5)B Retrofit Security Lids for Standard Duty Concrete Junction Boxes 31 Security lids used to retrofit existing Standard Duty Concrete Junction Boxes shall 32 be tested as follows: � 33 34 1. The security lid shall be installed on any appropriately sized box that is � 35 currently approved on the Qualified Products List. 36 37 2. The security lid and box assembly shall be load tested in accordance with 38 Section 9-29.2(5)A. After the ten load cycles but before loading to failure, � 39 the security lid shall be fully opened and removed to verify operability. 40 41 3. The locking mechanism(s) shall be tested as follows: � 42 u,,. 43 a. The locking mechanism shall be cycled 250 times (locked, then 44 unlocked again) at room temperature (60-80°F). If there is more than 45 one identical locking mechanism, only one needs to be cycled in this ` � 46 manner. 47 48 b. Temperature changes should be limited to no more than 60°F per I � 49 hour. 50 � � AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK � Revised: 4/3/17 1 c. The security lid shall be cooled to and held at -30°F for 15 minutes. � 2 The locking mechanism shaii then be cycied once to verify operation 3 at this temperature. � 4 5 d. The security lid shall be heated to and held at 120-122°F for 15 6 minutes. The locking mechanism shall then be cycled once to verify 7 operation at this temperature. � 8 9 e. The security lid shall be temperature adjusted to and held at 110°F 10 and 95% humidity for 15 minutes. The locking mechanism shall then � 11 be cycled once to verify operation at this temperature and humidity. 12 13 9-29.2(5)C Standard Duty Non-Concrete Junction Boxes � 14 Non-concrete Junction Boxes shall be tested as defined in the ANSI/SCTE 77 Tier 15 15 test method using the test load of 22,500 pounds (minimum) in place of the 16 design load during testing. In addition, the Contractor shall provide a Manufacturer � 17 Certificate of Compliance for each non-concrete junction box installed. 18 19 9-29.2(5)D Heavy-Duty Boxes and Vaults 20 Heavy-Duty Junction Boxes, Cable Vaults, and Pull Boxes shall be load tested to � 21 46,000 pounds. The test load shall be applied vertically through a 10 by 20 by 1- 22 inch steel plate centered on the lid with an orientation both on the long axis and the 23 short axis of the junction box. The test load shall be applied and released ten times � 24 on each axis. The deflection at the test load and released state shall be recorded 25 for each interval. At each interval the test box shall be inspected for lid deformation, 26 failure of the lid or frame welds, vertical and horizontal displacement of the lid '� 27 frame, cracks, and concrete spalling. After the twentieth loading interval the test ,�„ 28 shall be terminated with a 60,000 pound load being applied vertically through the 29 steel plate centered on the lid and with the long edge of steel plate orientated 30 parallel to the long axis of the box. � 31 32 Heavy-Duty Junction Boxes will be considered to have withstood the 46,000 pound � 33 test if none of the following conditions are exhibited: 34 35 1. Permanent deformation of the lid or any impairment to the function of the ,� 36 lid. 37 � 38 2. Vertical or horizontal displacement of the lid frame. 39 40 3. Cracks wider than 0.012 inches that extend 12 inches or more. .rfi 41 42 4. Fracture or cracks passing through the entire thickness of the concrete. � 43 44 5. Spalling of the concrete. 45 � 46 Heavy-Duty Junction Boxes will be considered to have withstood the 60,000 pound �; 47 test if all of the following conditions are exhibited: 48 �49 1. The lid is operational. 50 51 2. The lid is securely fastened. 52 � � AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 � � 1 3. The welds have not failed. 2 3 4. Permanent dishing or deformation of the lid is '/4 inch or less. � 4 5 5. No buckling or collapse of the box. 6 � 7 9-29.2(1) Standard Duty and Heavy Duty Junction Boxes �" 8 This section, including title, is revised to read: 9 � 10 9-29.2(1) Junction Boxes 11 For the purposes of this Specification concrete is defined as portland cement concrete 12 and non-concrete is all others. � 13 14 The Contractor shall provide shop drawings for all components, hardware, lid, frame, 15 reinforcement, and box dimensions. The shop drawings shall be prepared by(or under � 16 the supervision of) a Professional Engineer, licensed under Title 18 RCW, State of 17 Washington, in the branch of Civil or Structural. Each sheet shall carry the following: 18 � 19 1. Professional Engineer's original signature, date of signature, original seal, and 20 registration number. If a complete assembly drawing is included which 21 references additional drawing numbers, including revision numbers for those 22 drawings, then only the complete assembly drawing is required to be stamped. �i 23 �� 24 2. The initials and dates of all participating design professionals. 25 � 26 3. Clear notation of all revisions including identification of who authorized the 27 revision, who made the revision, and the date of the revision. 28 � 29 Design calculations shall carry on the cover page, the Professional Engineer's original 30 signature, date of signature, original seal, and registration number. 31 32 For each type of junction box, or whenever there is a change to the junction box design, � 33 a proof test, as defined in this Specification, shall be performed and new shop drawings 34 submitted. � 35 36 9-29.2(1)A Standard Duty Junction Boxes 37 This section is revised to read: � 38 39 Standard Duty Junction Boxes are defined as Type 1, 2 and 8 junction boxes and shall 40 have a minimum load rating of 22,500 pounds and be tested in accordance with Section 41 9-29.2(5). A complete Type 8 Junction Box includes the spread footing shown in the � 42 Standard Plans. All Standard Duty Junction Boxes placed in sidewalks, walkways, and 43 shared use paths shall have slip resistant surfaces. Non-slip lids and frames shall be 44 hot dip galvanized in accordance with AASHTO M111. � 45 46 9-29.2(1)A1 Concrete Junction Boxes 47 The Standard Duty Concrete Junction Box steel frame, lid support, and lid shall be � 48 painted with a black paint containing rust inhibiters or painted with a shop applied, 49 inorganic zinc primer in accordance with Section 6-07.3, or hot-dip galvanized in 50 accordance with AASHTO M 111. � 51 ' irs ', �, � AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 � 1 Concrete used in Standard Duty Junction Boxes shall have a minimum � 2 compressive strength of 6,000 psi when reinforced with a welded wire hoop, or 3 4,000 psi when reinforced with welded wire fabric or fiber reinforcement. The frame � 4 shall be anchored to the box by welding headed studs 3/a by 3 inches long, as 5 specified in Section 9-06.15, to the frame. The wire fabric shall be attached to the 6 studs and frame with standard tie practices. The box shall contain ten studs located 7 near the centerline of the frame and box wall. The studs shall be placed one anchor � 8 in each corner, one at the middle of each width and two equally spaced on each 9 length of the box. , 10 � ' 11 Materials for Type 1, 2, and 8 Concrete Junction Boxes shall conform to the 12 following: 13 �Materials Requirement Concrete Section 6-02 Reinforcin Steel Section 9-07 � Fiber Reinforcin ASTM C1116, T e III Lid ASTM A786 diamond late steel Sli Resistant Lid ASTM A36 steel � Frame ASTM A786 diamond plate steel or ASTM A36 steel Sli Resistant Frame ASTM A36 steel � Lid Support ASTM A36 steel, or ASTM A1011 SS Grade 36 or hi her Handle & Handle support ASTM A36 steel, orASTM A1011 CS (Any � Grade or SS An Grade Anchors studs Section 9-06.15 Bolts, Studs, Nuts, Washers ASTM F593 or A193, Type 304 or 316, or Stainless Steel grade 302, 304, or 316 steel in � accordance with a roved sho drawin Locking and Latching In accordance with approved shop drawings Mechanism Hardware and � Bolts 14 15 9-29.2(1)A2 Non-Concrete Junction Boxes � 16 Material for the non-concrete junction boxes shall be of a quality that will provide for .,,,,� 17 a similar life expectancy as portland cement concrete in a direct burial application. 18 19 Type 1, 2, and 8 non-concrete junction boxes shall have a Design Load of 22,500 � 20 pounds and shall be tested in accordance with Section 9-29.2(5). Non-concrete 21 junction boxes shall be gray in color and have an open bottom design with � 22 approximately the same inside dimensions, and present a load to the bearing 23 surface that is less than or equal to the loading presented by the concrete junction 24 boxes shown in the Standard Plans. Non-concrete junction box lids shall include a � 25 pull slot and embedded 6 by 6 by '/4-inch steel plate, and shall be secured with two 26 '/2 inch stainless steel Penta-head bolts recessed into the cover. The tapped holes '"r 27 for the securing bolts shall extend completely through the box to prevent 28 accumulation of debris. Bolts shall conform to ASTM F593, stainless steel. 29 .Wi 30 9-29.2(1)B Heavy-Duty Junction Boxes 31 The first paragraph is revised to read: � 32 � .r AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 � � 1 Heavy-Duty Junction Boxes are defined as Type 4, 5, and 6 junction boxes and shail be 2 concrete and have a minimum verticai load rating of 46,000 pounds without permanent 3 deformation and 60,000 pounds without failure when tested in accordance with Section � 4 9-29.2(5). 5 � 6 9-29.2(1)C Testing Requirements 7 This section is deleted in its entirety. 8 9 9-29.2(2) Small Cable Vaults, Standard Duty Cable Vaults, Standard Duty Pull � 10 Boxes, and Heavy Duty Pull Boxes 11 This section, including title, is revised to read: 12 � 13 9-29.2(2) Cable Vaults and Pull Boxes 14 Cable Vaults and Pull Boxes shall be constructed as a concrete box and as a concrete 15 lid. The lids for Cable Vaults and Pull Boxes shall be interchangeable and both shall fit �' 16 the same box as shown in the Standard Plans. �,. 17 18 The Contractor shall provide shop drawings for all components, including concrete box, � 19 Cast Iron Ring, Ductile Iron Lid, Steel Rings, and Lid. In addition, the shop drawings 20 shall show placement of reinforcing steel, knock outs, and any other appurtenances. 21 The shop drawing shall be prepared by or under the direct supervision of a Professional � 22 Engineer, licensed under Title 18 RCW, State of Washington, in the branch of Civil or 23 Structural. Each sheet shall carry the following: 24 � 25 1. Professional Engineer's original signature, date of signature, original seal, and 26 registration number. If a complete assembly drawing is included which 27 references additional drawing numbers, including revision numbers for those 28 drawings, then only the complete assembly drawing is required to be stamped. � 29 30 2. The initials and dates of all participating design professionals. 31 32 3. Clear notation of all revisions including identification of who authorized the r., 33 revision, who made the revision, and the date of the revision. 34 35 Design calculations shall carry on the cover page, the Professional Engineer's original � 36 signature, date of signature, original seal, and registration number. 37 38 For each type of box or whenever there is a change to the Cable Vault or Pull box � 39 design, a proof test, as defined in this Specification, shall be performed and new shop 40 drawings submitted. 41 � 42 9-29.2(2)A Small Cable Vaults, Standard Duty Cable Vaults, and Standard Duty �" 43 Pull Boxes 44 This section's title is revised to read: � 45 46 9-29.2(2)A Standard Duty Cable Vaults and Pull Boxes 47 ' � 48 The first paragraph is revised to read: 49 50 Standard Duty Cable Vaults and Pull Boxes shall be concrete and have a minimum load . �`` 51 rating of 22,500 pounds and be tested in accordance with Section 9-29.2(5). For the � A: � AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK � Revised: 4/3/17 1 purposes of this Section, Small Cable Vaults are considered a type of Standard Duty � 2 Cable Vault. 3 �4 The first sentence of the second paragraph is revised to read: 5 6 Concrete for Standard Duty Cable Vaults and Pull Boxes shall have a minimum 7 compressive strength of 4,000 psi. � 8 9 The first sentence of the third paragraph is revised to read: 10 �11 All Standard Duty Cable Vaults and Pull Boxes placed in sidewalks, walkways, and 12 shared-use paths shall have slip-resistant surfaces. 13 � '� 14 The fourth paragraph (up until the colon) is revised to read: 15 16 Materials for Standard Duty Cable Vaults and Pull Boxes shall conform to the following: � 17 � 18 9-29.2(2)B Heavy-Duty Cable Vaults and Pull Boxes 19 The first paragraph is revised to read: 20 � 21 Heavy-Duty Cable Vaults and Pull Boxes shall be constructed of concrete having a 22 minimum compressive strength of 4,000 psi, and have a minimum vertical load rating of � 23 46,000 pounds without permanent deformation and 60,000 pounds without failure when 24 tested in accordance with Section 9-29.2(5). 25 26 9-29.2(3) Structure Mounted Junction Boxes ' 27 The first and second paragraphs are revised to read: � 28 29 Surface mounted junction boxes and concrete embedded junction boxes installed in 30 cast-in-place structures shall be stainless steel NEMA 4X. .� 31 32 Concrete embedded junction boxes installed in structures constructed by slip forming � 33 shall be stainless steel NEMA 3R and shall be adjustable for depth, with depth 34 adjustment bolts, which are accessible from the front face of the junction box with the lid 35 installed. , 36 37 9-29.3(1) Fiber Optic Cable �"' 38 This section is revised to read: 39 40 All fiber optic cables shall be single mode fiber optic cables unless otherwise specified "� 41 in the Contract. All fiber optic cables shall meet the following requirements: 42 �43 1. Compliance with the current version of ANSI/ICEA S-87-640. A product data 44 specification sheet clearly identifying compliance or a separate letter from 45 manufacturer to state compliance shall be provided. ,;� 46 ��r� 47 2. Cables shall be gel free, loose tube, low water peak, and all dielectric with no 48 metallic component. � 49 50 3. Cables shall not be armored unless specified in the Contract. 51 � � AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 � �„� 1 4. Cables shall be approved for mid-span entries and be rated by the 2 manufacturer for outside plant (OSP) use, placement in underground ducts, 3 and aerial installations. � 4 5 5. Fiber counts shaii be as specified in the Contract. �„ 6 � 7 6. Fibers and buffer tubes shall be cofor coded in accordance with the current 8 version of EIA/TIA-598. 9 � 10 7. Fibers shall not have any factory splices. 11 12 8. Outer Jacket shall be Type M (Medium Density Polyethylene). Outerjacket � 13 shall be free from holes, splits, blisters, or other imperfections and must be 14 smooth and concentric as is consistent with the best commercial practice. 15 16 9. A minimum of one (1) rip cord is required for each cable. � 17 18 10. Cable markings shall meet the following additional requirements: 19 � 20 a. Color shall be white or silver. 21 � 22 b. Markings shall be approximately 3 millimeters (118 mils) in height, and 23 dimensioned and spaced to produce good legibility. 24 25 c. Markings shall include the manufacturer's name, year of manufacture, the � 26 number of fibers, the words "OPTICAL CABLE", and sequential length 27 marks. 28 � 29 d. Sequential length markings shall be in meters or feet, spaced at intervals 30 not more than 1 meter or 2 feet apart, respectively. 31 � 32 e. The actual cable length shall not be shorter than the cable length marking. 33 The actual cable length may be up to 1% longer than the cable length 34 marking. � 35 36 f. Cables with initial markings that do not meet these requirements will not 37 be accepted and may not be re-marked. � 38 39 11. Short term tensile strength shall be a minimum of 600 pounds (1 bs). Long i 40 term tensile strength shall be a minimum of 180 pounds (1bs). Tensile � 41 strength shall be achieved using a fiberglass reinforced plastic (FRP) central 42 member and /or aramid yarns. � 43 44 12. All cables shall be new and free of material or manufacturing defects and 45 dimensional non-uniformity that would: � 46 47 a. Interfere with the cable installation using accepted cable installation � 48 practices; 49 50 b. Degrade the transmission performance or environmental resistance after � 51 installation; 52 � AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK � Revised: 4/3/17 1 c. Inhibit proper connection to interfacing elements; � 2 3 d. Otherwise yield an inferior product. � 4 5 13. The fiber optic cables shall be shipped on reels with a drum diameter at least 6 20 times the diameter of the cable, in order to prevent damage to the cable. 7 The reels shall be substantial and constructed so as to prevent damage during � 8 shipment and handling. Reels shall be labeled with the same information 9 required for the cable markings, with the exception that the total length of cable 10 shall be marked instead of incremental length marks. Reels shall also be � �,I 11 labeled with the type of cable. 12 13 This section is supplemented with the following new subsection: � 14 15 9-29.3(1)B Multimode Optical Fibers 16 Where multimode fiber optic cables are specified in the Contract, the optical fibers shall � 17 be one of the following types, as specified in the Contract: �j 18 19 a. Type OM1, meeting the requirements of EIA/TIA 492-AAAA-A or ISO/IEC , 20 11801. The fiber core diameter shall be 62.5 �m. � 21 22 b. Type OM2, meeting the requirements of EIA/TIA 492-AAAB-A or ISO/IEC 23 11801. The fiber core diameter shall be 50 Nm. � 24 25 All multimode optical fibers shall have a maximum attenuation of 3.0 dB/km at 850nm 26 and 1.0 d6/km at 1300nm. Completed cable assemblies shall be rated for 1000BaseLX � 27 Ethernet communications. 28 29 9-29.3(1)A Singlemode Fiber Optic Cable � 30 This section is revised to read: 31 32 Single-Mode optical fibers shall be EIA/TIA 492-CAAB or ISO/IEC 11801 Type OS2, low � 33 water peak zero dispersion fibers, meeting the requirements of ITU-T G.652.D. 34 35 9-29.6 Light and Signal Standards � 36 The third paragraph is revised to read: 37 � 38 Light standard, signal standards, slip base hardware and foundation hardware shall be 39 hot dip galvanized in accordance with AASHTO M 111 and AASHTO M 232. Where � 40 colored standards are required, standards shall be powder-coated after galvanizing in 41 accordance with Section 6-07.3(11). The standard color shall be as specified in the 42 Contract. � 43 44 9-29.6(1) Steel Light and Signal Standards 45 In the first paragraph, "ASTM A325" is revised to read "ASTM F3125 Grade A325". � 46 � 47 9-29.6(2) Slip Base Hardware 48 In this section, "ASTM A325" is revised to read "ASTM F3125 Grade A325". 49 .r 50 9-29.7(2) Fused Quick-Disconnect Kits 51 The table is supplemented with the following new row: � 52 � .r AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4l3/17 � � LED* 10A 10A 20A 1 2 The following footnote is inserted after the tabie: 3 4 * Applies to all LED luminaires, regardless of wattage. Fuses for LED luminaires shall 5 be slow blow. � 6 7 9-29.10 Luminaires � 8 The first sentence of the third paragraph is revised to read: 9 10 All luminaires shall be provided with markers for positive identification of light source 11 type and wattage in accordance with ANSI C136.15-2011, with the exception that LED � 12 luminaires shall be labeled with the wattage of their conventional luminaire equivalents 13 —the text "LED" is optional. 14 15 The table in the fourth paragraph is revised to read: 16 Conventional Lamp Conventional Wattage Equivalent LED � Watta e Legend Legend 70 7 7E 100 10 10E � 150 15 15E �,,,� 175 17 17E 200 20 20E 250 25 25E � 310 31 31E 400 40 40E � 700 70 70E 750 75 75E 1,000 X1 X1E 17 � 18 9-29.25 Amplifier, Transformer, and Terminal Cabinets '�I 19 Item 2C is revised to read: 20 � 21 c. Transformer up to 12.5 KVA 20" 48" 24" 22 Transformer 12.6 to 35 KVA 30" 60" 32" 23 � 24 The following new sentence is inserted before the last sentence of item number 10: 25 26 There shall be an isolation breaker on the input (line) side of the transformer, and a 27 breaker array on the output (load) side. 28 29 9-35.AP9 � 30 Section 9-35, Temporary Traffic Control Materials 31 August 1, 2016 32 9-35.12 Transportable Attenuator 33 The second sentence of the first paragraph is revised to read: 34 � 35 The transportable attenuator shall be mounted on, or attached to, a host vehicle that 36 complies with the manufacturer's recommended weight range. � AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 413/17 APPENDIX A-SAMPLE FORMS Cirr ur K�N7uN � � � � � SAMPLES � � � � ,� APPENDIX A � �, SAMPLE FORMS � � DOCUMENTS IN THE FOLLOWING FORMS MUST BE SUBMITTED BY THE CONTRACTOR TO THE CITY. � � � � � � 2017 STREET PATCH AND OVERLAY W[TH CURB RAMPS � /�PPE(�(PIX /'i — SAMP�—E F�RMS � �, Washington State � Department of Transportation Request to Suble� Wor�k � ❑Sub�ntractor ❑Lower Tier Subcontra�or ❑DBc Prime Contra�or - !Federal Er�ployer I.D. Number" iState Contra�Numb�r I � ----- - - ---- -- ---�- ------------ -----------.....- -- ---- � Job Descripfion (Tdle) Requ�st t�lu,-nber . I �' Approval is Requested to Sublet the Fo[fowing Described Work fo: �. Subcontra�or or Lower Tier Subcontra�or Federal Employer I.D. Number` Address � Telephone Number �r. . City State Zip Code Estimated Starfing Date � ` . . -- - If LowerTier Subconfractor, fD of Corresponding Subcontractor • lfno FederalEmployerl.D.Number, - •• � Use Owne�s Socia!Securify Number � Item No. Partial Item Descripfion i Amount � . . : ' _ . . ; � . I � � �._ ; ( . I . " � ' I . � _ - . . . : � I I _ � .: . . _ _� . . . ; . I • - �. . . _ _ _ _ = - - : -;. - • - - - � . � . - . . - � • � I . I . � � . . � ' .- , ' . I . i I _1_ . . _ . _ � �:_� -_ � 1 understand and wi!!insu2 that�e subcon6actor wil1. Prime Contractor Signafure � ;Date comply fu!!y Vritl��e plans and spec�fica6ons under � � which fhis work is being per(ormed � ' � ___ Department of TransporEation Use Only - Percent of Total Contract !DBE Status Verification This Request ___. _._ . % � Previous Requests ___ ___.____..__. % . Sublet to Date ._—. _ % - __ ._. ----- ---- _ ,_.. .------�-- �- � Projed Engineer I Da±e �Approved-Region Construction cngiFleer Dat� ❑ Approved � i(VVhen Required) j � DOT Fo�n a2�-oi2 EF Distrib!�ticn: White(�rigina!)-Region Canary(Copy)-Proj^ct Engineer Pink(Copy)-Con!;ador f Revised 7/02 � � .�, _ �— _�- �.�.�: �...� �' �� �-= �` �,� �'`� � �..r �""� � �� � � � � � � � .�Is, . �'�' Washington State Department of Transportation Monthly Empioyment Ufiilization Report � ��/ % Name and Address of Contractor WSDOT Contract Number Federal Aid Number Employer's I.D.Number Federal Funding Agency � a Coun Re ortin Perlod x� ProJact Descrlption and Location ty i P 9 � , . : From _ t To vl � . _... ._ _ _... � �� Total Contract Construction Work Hours Percentages Employees ' 3 , a.�– --- b: c, d. e. 2. 3. 4. --- —�- ---- -� � Construction � ClassificationS Total Work Hours Black(Not Hispanic Asian or Amerlcan Minority Female Total Total Number Cl Trade ; of All Empioyees of Hlspanlc Paclfic Indian or Percentage Percantage Number of of Mlnority i ByTrade Orlgin) Islander Alaskan Nativa Employees Employees 'Tl M F M F M F M F M. F M F M F N 'Journey Worker ; �' _._._. ------ - . ..... w i Apprentice � �.._. .- --• . —-- — __. _ _ .... 'Trai�,ee . -- ------ I Joumey Worker ' - - -----...- ----. . ...._._..._:.... ..� ... ...__.. .._-�- -- ----._.......--- — - - --._..._._. ___ ....- - ._.._. _ .. _. Apprentice � � I L I. � .. ..... .. _. . _. : ... .. ...-�-- --- • -----•— . - --..___.. _. _.._... . .. Trainee � • ' Joumey Worker i . i .. . --- ---- ._ .. ---—•---- ---�---- --- --...----- - ---- _-- ,APPrentice- ---- ' ----- -- --- �Trainee : — -- ------{----- � �Jou�ney Worker , ' . .._. . -- —� —-- •---- ---- — -- —---• ----_. . ... �Apprentice • ..._.. . _ _.__.-___'- _'_.J.. .. 'Trainee i jJourney Worker, � ` � ,.._. .— � ;.. - ------- ------._._ .._ ._ . .. .. _ i Apprentice — . , ' . . . .-------- -- -------= .. ----•�—---- ----- - -----——-------- -......._._ Trainee Total Journey Workers . Total Apprentices � Total Trainees ' • � • • � � Grand Total '. • , i Company Official's Signature and Title ' . Telephofla Numbef Date Slgned Page of DOT Form ezo-o10 EF � , ' i : This form replacos U.5.Uept.of Labor Form CC 257 Revised�/99 . � � � � Deparhneat of Labor zad Indt�s'4ies S TATE�y s [',�TT O F Ilti TEl`vTT TO � Prevailing Wage �v""�'r„ 360 902-5335 � ` c T w'�v.Lni.wa_eav/lTradesLicensin?iPrev�sng4v���e - PAY PREVAILIl�,G WAGES ✓ p'����µ�n Public 'W'orks Coniract � �25.00 Filin F'ee Re uired • T'nis foffi must be typed or grinted i.n inic Projcct Nz:nc Co�c� • I,arge,bold nv*mbers match'mstr�ictions on back of form. • Please allo�n�a m n�vn of 10 wo'�.'1�g cays fo pro ssing. Con�act Au, *-'..iao Agency(p;:��,c zgeacy-no:fc3e:z1 0_-P-^-va?�) � ■ Once a roved our torm will be osted onhne a�th above wpbsite ��Q���������� r.<:n.� �� Ad�?�ss Co�.'-actor,compaay or aQeacy na�e,a3dress,ci`.y,state�&ZIP-4 � . Ci:y S�te Z'iY+rr Awa:ding Ag�cy Project Con*ac±Pcron Phone# ' Coun,'y whe.�work wzs pc�'orm� City wne�wo's was pe:fo.�od . Bid due date (Lam/ddiyy} Da�s con�act awzrd:d (mm/ddlyy) � Will all work be subcontractedl_ Do you intEnd to use subcontra::to�7 ❑ Yes ❑ No ❑ Yes � No � Prime contractor(has contract with the public egency) Contracto:Itegistiation# Expx�d job stazt da�(mm/dd/yy) Do you mtend�use apprentices7 ❑ Yes ❑ Na . Craft/h-add oceapation(Do NOT Iist apprernices) Estimatad no. Ra�of Rate of hotsly fi-ingc Indicate ntmmber of ovmers ected tn crForm woric of wodcccs ho�l s benefits � � � � � � ^ � Company name Indicate total dollar amo�t of yo�r contract � � or time and maYeriaLs if applicable. � Address I hereby certify,that the above information is. coirect and that aIl workcrs I employ on this Public Works Project will be paid no less , � than the P:evailing Wage Rate(s) as dete:mined by the Industrial City St'� ZI£i4 S*a?istician of the Deparfinent of Labor and IndusLies Conha..�-tDrRdgis�afionNo. UBI Tifle I Signz��re ; �. Industial Insu.�an�.Account Nunb�r , � Email address Phonc n+.�ber "`�'�-- �-��°=r^ `��Foe�&TTTsc0n1'�Y ��"��' ^ `^`"x'-' �" �;��s�2,._.M..�- ��:� _.....:` �>�.,�£-.� ,.:��:._..::.� Chcck Number. ❑ $25 or $ I ��. �.-- � -� �� �=- � `- � .��;r:�x -r^�; �a�o��sc{)uIt ,�sR� x `"�-- -�. ' � �` �- _� �'� s� i Issued By: =y � :�I'PRO�'ED: De?�-�ent of L�7o-ead I� �, es � �y . � Ind.�s�ial Statis�ciaa i i F"700-029-000 s+atersent of iatent to pay prev �aling wages I2-04 After APPROVAL,seod white copy to Awar�iag 4gency. � Canary cop}'—L&I ' � How to expedite the processing af your form: � REQU(RED FOR PROCESSING ERRORS THAT C;�USE REJECTION Fifing Fee No fae or�r,�rong amour,t. �25.00 fi!ing fa�r�q��;f2d. Bid Du� GaiA and Date Con�ractAwa�da� Missing. Award date is before bid due date. Prevailing�1lag� is based � on the date bids from prims con�ractor were dua to the con:ract awarding agency. . � Gra'�/trade/occupa�ion Cra`t not listed, not specific, or does no;match prevailing wage occupation listings. Owner/Operators: if fhe work wi(I be performed by owners/partners, state"Owner/Operato�'under the"CraA"section,and tne wage and � fringe need not be completed.. Do list the number of owners on the job. (lndividuals who own Iess than 30°/o of#he company are not considered . to be owner/operators and must be paid prevailing wage.) ' All work subcontracted: If all work will be performed by subcontractors, check the appropriate box on the form. Rate of Hourly Pay Missing or incorrect wages. Enter the rate of hourly Pay and rate of � . � qualified hourly finge benefits, as defined by RCW 39.92.010, that you wili actually provide to the workers. The amount listed for"Rate of Hourly Pa�'plus the amount fisted for the`Rate of Hourly Fringe Benefits°, if any, must equal or exceed the Prevai(ing Wage rate. � Estimated number of workers Missing . Total Dollar Amount of Your Contract Missing— Enter"time and maferials°if appficable.The exact dol(ar � i amount will be required on the Affidavit of Wages Paid form. Contractor Registration No. or UBI Missing or not registered.�Companies not required to obfain a contractor's registration number need only indicate UBI �.e.,janitoriaf, � ' " ' ' surveying, truck driving). i�r Signature Missing— Intent must be signed by an authorized representative. � Apprentices: Do not list apprenfices or apprenticeship wages on this Statement of Intent. If you use apprentices on this project,they � must be fisted on the Affidavit of Wages Paid form (F700-007-000), and registered with the Washingfon State Apprenticeship and Training Council within 60 days of hire. Any woricers not registered as such must be paid prevailing joumey level wages. Ca(I(360) � 902-5323 to verify registration. Electrical and Plumber trainees registered with the Departrnent of Labor and Industries MUST ALSO be registered with the Washington State Apprenticeship and Training Council to qualify for apprentice rafes. � ff there is not enough space to list all required informatiori on one form, use additional Infent forms as needed. Piease indicate at fhe top of each fnrm "Page 1 of 2', 'Page 2 of 2°, etc. No additional fee is�equired. No other attachments will be accepted. Approval of this intentwill be based on fhe information provided 6y the contractorJsubcontracfor. It does not signify approval � of the classifications of tabor used by fhe contractor/subcontractor. L&I will mail the approved white copy of this Intent to the organizafion provided on the front of this form. Make a c�py for your records. � A copy of the approved Intenf form for each employer must be,pesfed at t�he jobsite for contracts in ex�ess oi$10,OD0.00. � � Prevaifing wage rates are availzble on the (ntemet atvrww.Lni.wa.gov/TradesLicensinalPrevailinaWaae Yr.� Submit both copies (white and canary} and the $25.00 fifing fee to: - � MANAGEMENT SERVICES Please fo!d in thirds so the address DEPT. OF CABOR AND INDUSTRIES wiil shovr in a window envelope PO BOX 44835 . � OLYMPIA,WASHINGTON 98504-4835 For questions call (360) 9025335 F700-029-ODO s`atement of intent to pzy prev�>>:a�waees-backer 12-G4 � . ' � CERTIFICATION OF P aY��NT Or PREV�II:��TG�AGES Date: _ � Ref: Pa Estimate?�To. Y � Project CAG No. This is to certify that the prevailing w�ages have been paid to our employees and our subcon�-actors' . � employees for the period from through , in � accordance with the Intents to Pay Prevailing Wage filed with the Washington State Department of Labor&Industries. This form will be executed and submitted prior to or with the last pay request. � Company Name By: � Title: � � � � � � . . � � � �� � � � � � � � � 18_L�'ThT.DOC� � I � APPENDIX B -HOURLY MINIMUM WAGE RATES CITY OF RENTON � � �= � ' � � � � APPENDIX B �. � HOURLY MINIMUM WAGE RATES � �; �, � � � � � � 2017 STREET PATCH AND OVERLAY WITH CURB RAMPS , Page 1 of 17 � 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 wa�e 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: 5/9/2017 � Count Trade Job Classification Wa e Holiday Overtime Note +� King Asbestos Abatement Workers Journey Level $45.25 5D 1 H rrii King Boilermakers Journey Level $64.54 5N 1C King Brick Mason Journey Level $54.32 5A 1M King Brick Mason Pointer-Caulker-Cteaner $54.32 5A 1M "� King Buildin� Service Emptovees Janitor $22.84 55 2F King Buildin� Service Emptoyees Traveling Waxer/Shampooer $23.29 5S 2F � King Buildin� Service Emplovees Window Cleaner (Non- $24.54 55 2F Scaffold) � King Buildin� Service Emplovees Window Cleaner (Scaffold) $27.33 55 2F � King Cabinet Makers (In Shop} Journey Level $22.74 1 King Carpenters Acoustical Worker $55.51 5D 4C � King Carpenters Bridge, Dock And Wharf $55.51 5D 4C Carpenters King Carpenters Carpenter $55.51 5D 4C � King Carpenters Carpenters on Stationary Tools $55.64 5D 4C King Carpenters Creosoted Material $55.61 5D 4C King Carpenters Floor Finisher $55.51 5D 4C � King Carpenters Floor Layer $55.51 5D 4C King Carpenters Scaffold Erector $55.51 5D 4C � King Cement Masons Journey Level $55.56 7A 1M King Divers �t Tenders Diver $108.77 5D 4C 8A King Divers ft Tenders Diver On Standby $66.05 5D 4C " King Divers � Tenders Diver Tender $59.88 5D 4C .. King Divers �t Tenders Surface Rcv Ft Rov Operator $59.88 5D 4C King Divers & Tenders Surface Rcv Ft Rov Operator $55.76 5A 4C Tender .� King Dred�e Workers Assistant Engineer $56.44 5D 3F King Dred�e Workers Assistant Mate (Deckhand) $56.00 5D 3F � King DredQe Workers Boatmen $56.44 5D 3F King DredQe Workers Engineer Welder $57.51 5D 3F King Dred�e Workers Leverman, Hydraulic $58.67 5D 3F � https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx OS/09/2017 � Page 2 of 17 � King Dred�e Workers Mates $56.44 5D 3F � King Dred�e Workers Oiler $56.00 5D 3F King Drywalt Applicator Journey Level $55.51 5D 1 H King Drywall Tapers Journey Level $55.66 5P 1 E � King Etectrical Fixture Maintenance Journey Level $27.99 5L 1 E Workers � King Electricians - Inside Cable Spticer $73.20 7C 4E King Electricians - Inside Cable Spticer (tunnel) $78.59 7C 4E King Electricians - Inside Certified Welder $70.75 7C 4E � King Etectricians - Inside Certified Welder (tunnet) $75.89 7C 4E King Electricians - Inside Construction Stock Person $38.69 7C 4E King Electricians - Inside Journey Level $68.30 7C 4E �µ King Electricians - Inside Journey Level (tunnet) $73.20 7C 4E King Electricians - Motor Shop Craftsman $15.37 1 � King Electricians - Motor Shop Journey Level $14.69 1 King Electricians - Powertine Cable Splicer $71.85 5A 4D Construction � King Electricians - Powerline Certified Line Welder $65.71 5A 4D Construction King Electricians - Powerline Groundperson $44.12 5A 4D Construction � King Electricians - Powertine Heavy Line Equipment $65.71 5A 4D Construction Operator � King Electricians - Powerline Journey Level Lineperson $65.71 5A 4D Construction King Electricians - Powerline Line Equipment Operator $55.34 5A 4D Construction King Electricians - Powerline Pole Sprayer $65.71 5A 4D Construction King Electricians - Powertine Powderperson $49.16 5A 4D � Construction King Electronic Technicians Journey Level $31.00 1 � King Etevator Constructors Mechanic $85.45 7D 4A King Elevator Constructors Mechanic In Charge $92.35 7D 4A King Fabricated Precast Concrete All Classifications - In-Factory $17.20 5B 1 R � Products Work Only King Fence Erectors Fence Erector $15.18 1 King Fla ers Journey Level $38.36 7A 31 � King Glaziers Journey Level $59.31 7L 1Y King Heat £� Frost Insulators And Journeyman $65.68 5J 4H Asbestos Workers � King Heatin� Equipment Mechanics Journey Level $75.46 7F 1 E King Hod Carriers 8 Mason Tenders Journey Level $46.66 7A 31 King Industriat Power Vacuum Journey Level $11.00 1 j Cleaner �"' King Inland Boatmen Boat Operator $59.86 5B 1K King Inland Boatmen Cook $56.18 5B 1K � King Inland Boatmen Deckhand $56.18 5B 1K � https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx OS/09/2017 Page 3 of 17 � King Intand Boatmen Deckhand Engineer $57.26 56 1 K King Inland Boatmen Launch Operator $58.59 56 1 K � King Inland Boatmen Mate $58.59 56 1 K King Inspection/Cleanin�/Seatin� Cleaner Operator, Foamer $31.49 1 Of Sewer & Water Svstems Bv Operator � Remote Control King Inspection/Cleanin�/Sealin� Grout Truck Operator $11.48 1 Of Sewer & Water Systems By � Remote Control King Inspection/Cteanin�/SealinQ Head Operator $24.91 1 ' Of Sewer Ft Water Svstems By � Remote Control King Inspection/CleaninQ/Seatin� Technician $19.33 1 Of Sewer �t Water Svstems By Remote Control � King Inspection/Cleanin�/Sealin� Tv Truck Operator $20.45 1 Of Sewer & Water Svstems By Remote Control � King Insulation Applicators Journey Level $55.51 5D 4C King Ironworkers Journeyman $65.48 7N 10 � King Laborers Air, Gas Or Electric Vibrating $45.25 7A 31 Screed King Laborers Airtrac Drill Operator $46.66 7A 31 � King Laborers Ballast Regular Machine $45.25 7A 31 King Laborers Batch Weighman $38.36 7A 31 King Laborers Brick Pavers $45.25 7A 31 � King Laborers Brush Cutter $45.25 7A 31 King Laborers Brush Hog Feeder $45.25 7A 31 King Laborers Burner $45.25 7A 31 � King Laborers Caisson Worker $46.66 7A 31 King Laborers Carpenter Tender $45.25 7A 31 � King Laborers Caulker $45.25 7A 31 King Laborers Cement Dumper-paving $46.09 7A 31 King Laborers Cement Finisher Tender $45.25 7A 31 � King Laborers Change House Or Dry Shack $45.25 7A 31 King Laborers Chipping Gun (under 30 Lbs.) $45.25 7A 31 King Laborers Chipping Gun(30 Lbs. And $46.09 7A 31 � Over) King Laborers Choker Setter $45.25 7A 31 King Laborers Chuck Tender $45.25 7A 31 � King Laborers Clary Power Spreader $46.09 7A 31 'r King Laborers Clean-up Laborer $45.25 7A 31 King Laborers Concrete Dumper/chute $46.09 7A 31 � Operator King Laborers Concrete Form Stripper $45.25 7A 31 � King Laborers Concrete Placement Crew $46.09 7A 31 King Laborers Concrete Saw Operator/core $46.09 7A 31 Driller � https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx OS/09/2017 � Page 4 of 17 � King Laborers Crusher Feeder $38.36 7A 31 � King Laborers Curing Laborer $45.25 7A 31 King Laborers Demolition: Wrecking �t $45.25 7A 31 Moving (incL Charred �' Material) King Laborers Ditch Digger $45.25 7A 31 King Laborers Diver $46.66 7A 31 � King Laborers DrillOperator $46.09 7A 31 (hydrautic,diamond) King Laborers Dry Stack Walls $45.25 7A 31 � King Laborers Dump Person $45.25 7A 31 King Laborers Epoxy Technician $45.25 7A 31 , King Laborers Erosion Control Worker $45.25 7A 31 � Kin� Laborers Faller F� Bucker Chain Saw $46.09 7A 31 King Laborers Fine Graders $45.25 7A 31 � King Laborers Firewatch $38.36 7A 31 King Laborers Form Setter $45.25 7A 31 Kin� Laborers Gabian Basket Builders $45.25 7A 31 � King Laborers Generat Laborer $45.25 7A 31 King Laborers Grade Checker � Transit $46.66 7A 31 Person � King Laborers Grinders $45.25 7A 31 King Laborers Grout Machine Tender $45.25 7A 31 King Laborers Groutmen (pressure)including $46.09 7A 31 � Post Tension Beams King Laborers Guardrail Erector $45.25 7A 31 � King Laborers Hazardous Waste Worker $46.66 7A 31 (level A) King Laborers Hazardous Waste Worker $46.09 7A 31 (level B) � King Laborers Hazardous Waste Worker $45.25 7A 31 (level C) � King Laborers High Scaler $46.66 7A 31 King Laborers Jackhammer $46.09 7A 31 King Laborers Laserbeam Operator $46.09 7A 31 � King Laborers Maintenance Person $45.25 7A 31 King Laborers Manhole Builder-mudman $46.09 7A 31 King Laborers Material Yard Person $45.25 7A 31 � King Laborers Motorman-dinky Locomotive $46.09 7A 31 King Laborers Nozzleman (concrete Pump, $46.09 7A 31 Green Cutter When Using � Combination Of High Pressure Air £� Water On Concrete �t Rock, Sandblast, Gunite, � Shotcrete, Water Bla King Laborers Pavement Breaker $46.09 7A 31 King Laborers Pilot Car $38.36 7A 31 � King Laborers Pipe Layer Lead $46.66 7A 31 � https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx OS/09/2017 Page 5 of 17 � King Laborers Pipe Layer/tailor $46.09 7A 31 King Laborers Pipe Pot Tender $46.09 7A 31 � King Laborers Pipe Reliner $46.09 7A 31 King Laborers Pipe Wrapper $46.09 7A 31 King Laborers Pot Tender $45.25 7A 31 � King Laborers Powderman $46.66 7A 31 King Laborers Powderman's Helper $45.25 7A 31 � ' King Laborers Power Jacks $46.09 7A 31 King Laborers Raitroad Spike Putler - Power $46.09 7A 31 King Laborers Raker - Asphalt $46.66 7A 31 � King Laborers Re-timberman $46.66 7A 31 King Laborers Remote Equipment Operator $46.09 7A 31 I King Laborers Rigger/signal Person $46.09 7A 31 � ' Kin g Laborers Ri p Ra p Person $45.25 7A 31 King Laborers Rivet Buster $46.09 7A 31 � King Laborers Rodder $46.09 7A 31 - - ,rr King Laborers Scaffold Erector $45.25 7A 31 King Laborers Scale Person $45.25 7A 31 King Laborers Sloper (over 20") $46.09 7A 31 .� King Laborers Sloper5prayer $45.25 7A 31 King Laborers Spreader (concrete) $46.09 7A 31 � King Laborers Stake Hopper $45.25 7A 31 King Laborers Stock Piler $45.25 7A 31 King Laborers Tamper �t Similar Electric, Air $46.09 7A 31 � &t Gas Operated Tools King Laborers Tamper (multiple 8 Setf- $46.09 7A 31 � propelled) King Laborers Timber Person - Sewer $46.09 7A 31 (lagger, Shorer �t Cribber) King Laborers Toolroom Person (at Jobsite) $45.25 7A 31 � King Laborers Topper $45.25 7A 31 King Laborers Track Laborer $45.25 7A 31 � King Laborers Track Liner (power) $46.09 7A 31 King Laborers Traffic Controt Laborer $41.02 7A 31 8R King Laborers Traffic Control Supervisor $41.02 7A 31 8R � King Laborers Truck Spotter $45.25 7A 31 King Laborers Tugger Operator $46.09 7A 31 - � King Laborers Tunnel Work-Compressed Air $83.12 7A 31 8� Worker 0-30 psi �+ King Laborers Tunnel Work-Compressed Air $88.15 7A 31 8� Worker 30.01-44.00 psi King Laborers Tunnel Work-Compressed Air $91.83 7A 31 8�( '� Worker 44.01-54.00 psi King Laborers Tunnel Work-Compressed Air $97.53 7A 31 8� � Worker 54.01-60.00 psi King Laborers Tunnel Work-Compressed Air $99.65 7A 31 8� Worker 60.01-64.00 psi � https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx OS/09/2017 � Page 6 of 17 4 � i�. King Laborers Tunnel Work-Compressed Air $104.75 7A 31 8� Worker 64.01-68.00 psi � King Laborers Tunnet Work-Compressed Air $106.65 7A 31 8� Worker 68.01-70.00 psi King Laborers Tunnel Work-Compressed Air $108.65 7A 31 8� t': - Worker 70.01-72.00 psi King Laborers Tunnel Work-Compressed Air $110.65 7A 31 8� � Worker 72.01-74.00 psi King Laborers Tunnel Work-Guage and Lock $46.76 7A 31 8� Tender � King Laborers Tunnel Work-Miner $46.76 7A 31 � King Laborers Vibrator $46.09 7A 31 King Laborers VinylSeamer $45.25 7A 31 � King Laborers Watchman $34.86 7A 31 King Laborers Welder $46.09 7A 31 King Laborers Well Point Laborer $46.09 7A 31 � King Laborers Window Washer/deaner $34.86 7A 31 King Laborers - Under�round Sewer Generat Laborer E� Topman $45.25 7A 31 �, £� Water � King Laborers - Under�round Sewer Pipe Layer $46.09 7A 31 �t Water King Landscape Construction Irrigation Or Lawn Sprinkler $13.56 1 � Installers King Landscape Construction Landscape Equipment $28.17 1 Operators Or Truck Drivers � King Landscape Construction Landscaping or Ptanting $17.87 1 Laborers � Kin� Lathers Journey Level $55.51 5D 1 H King Marble Setters Journey Level $54.32 5A 1M King Metal Fabrication (In Shop1 Fitter $15.86 1 King Metal Fabrication (in Shop) Laborer $11.00 1 �, King Metal Fabrication (In Shop) Machine Operator $13.04 1 King Metal Fabrication (In Shop) Painter $11.10 1 � King Metal Fabrication (In Shop) Wetder $15.48 1 King Millwri�ht Journey Level $57.01 5D 4C King Modutar Buitdin�s Cabinet Assembly $11.56 1 � King Modular Buildin�s Electrician $11.56 1 King Modular Buildin�s Equipment Maintenance $11.56 1 King Modular Buildin�s Plumber $11.56 1 � King Modular Buildin�s Production Worker $11.00 1 King Modular Buildin�s Tool Maintenance $11.56 1 � King Modular Buildin�s Utility Person $11.56 1 King Modular BuildinQs Welder $11.56 1 King Painters Journey Level $40.60 6Z 2B � King Pile Driver Journey Level $55.76 5D 4C King Plasterers Journey Levet $53.20 7� 1 R � King Plav�round � Park Equipment Journey Level $11.00 1 Installers � https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx OS/09/2017 Page 7 of 17 � King Ptumbers & Pipefitters Journey Level $76.69 6Z 1 G King Power Equipment Operators Asphatt Plant Operators $58.69 7A 3C 8P � King Power Equipment Operators Assistant Engineer $55.21 7A 3C 8P King Power Equipment Operators Barrier Machine (zipper) $58.17 7A 3C 8P King Power Equipment Operators Batch Plant Operator, $58.17 7A 3C 8P � Concrete King Power Equipment Operators Bobcat $55.21 7A 3C 8P King Power Equipment Operators Brokk - Remote Demolition $55.21 7A 3C 8P � I Equipment King Power Equipment Operators Brooms $55.21 7A 3C 8P � King Power Equipment Operators Bump Cutter $58.17 7A 3C 8P King Power Equipment Operators Cableways $58.69 7A 3C 8P King Power Equipment Operators Chipper $58.17 7A 3C 8P � King Power Equipment Operators Compressor $55.21 7A 3C 8P King Power Equipment Operators Concrete Pump: Truck Mount $58.69 7A 3C 8P With Boom Attachment Over ? 42 M � King Power Equipment Operators Concrete Finish Machine -laser $55.21 7A 3C 8P Screed � King Power Equipment Operators Concrete Pump - Mounted Or $57.72 7A 3C 8P Trailer High Pressure Line Pump, Pump High Pressure. � King Power Equipment Operators Concrete Pump: Truck Mount $58.17 7A 3C 8P With Boom Attachment Up To 42m King Power Equipment Operators Conveyors $57.72 7A 3C 8P � King Power Equipment Operators Cranes Friction: 200 tons and $60.47 7A 3C 8P over King Power Equipment Operators Cranes: 20 Tons Through 44 $58.17 7A 3C 8P � Tons With Attachments King Power Equipment Operators Cranes: 100 Tons Through 199 $59.28 7A 3C 8P � Tons, Or 150' Of Boom (Inctuding Jib With Attachments) King Power Equipment Operators Cranes: 200 tons- 299 tons, or $59.88 7A 3C 8P � 250' of boom including jib with attachments King Power Equipment Operators Cranes: 300 tons and over or $60.47 7A 3C 8P � 300' of boom including jib with attachments King Power Equipment Operators Cranes: 45 Tons Through 99 $58.69 7A 3C 8P 1 Tons, Under 150' Of Boom (induding Jib With � Attachments) King Power Equipment Operators Cranes: A-frame - 10 Tons And $55.21 7A 3C 8P � Under King Power Equipment Operators Cranes: Friction cranes $59.88 7A 3C 8P � through 199tons King Power Epuipment Operators Cranes: Through 19 Tons With $57.72 7A 3C 8P Attachments A-frame Over 10 Tons � https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx OS/09/2017 � Page 8 of 17 � King Power Equipment Operators Crusher $58.17 7A 3C 8P King Power EQuipment Operators Deck Engineer/deck Winches $58.17 7A 3C 8P �r (power) King Power Equipment Operators Derricks, On Building Work $58.69 7A 3C 8P � King Power Equipment Oqerators Dozers D-9 �t Under $57.72 7A 3C 8P King Power Equipment Operators Drill Oilers: Auger Type, Truck $57.72 7A 3C 8P Or Crane Mount � Kin� Power Equipment Operators Drilting Machine $59.28 7A 3C 8P King Power Equipment Operators Elevator And Man-lift: $55.21 7A 3C 8P Permanent And Shaft Type � King Power Equipment Operators Finishing Machine, Bidwell $58.17 7A 3C 8P And Gamaco �t Similar Equipment � King Power Equipment Operators Forklift: 3000 Lbs And Over $57.72 7A 3C 8P With Attachments King Power Equipment Oqerators Forklifts: Under 3000 Lbs. $55.21 7A 3C 8P � With Attachments King Power Equipment Operators Grade Engineer: Using Blue $58.17 7A 3C 8P Prints, Cut Sheets, Etc a King Power Equipment Operators Gradechecker/stakeman $55.21 7A 3C 8P King Power Equipment Operators Guardrail Punch $58.17 7A 3C 8P King Power Equipment Operators Hard Tail End Dump $58.69 7A 3C 8P � Articulating Off- Road ir� Equipment 45 Yards. �t Over King Power Epuipment Operators Hard Tail End Dump $58.17 7A 3C 8P � Articulating Off-road Equipment Under 45 Yards King Power Equipment Operators Horizontal/directional Dritl $57.72 7A 3C 8P � Locator Yrr King Power Equipment Operators Horizontal/directional Drill $58.17 7A 3C 8P Operator King Power Equipment Operators Hydralifts/boom Trucks Over $57.72 7A 3C 8P „� 10 Tons King Power Equipment Operators Hydralifts/boom Trucks, 10 $55.21 7A 3C 8P Tons And Under r,r„ King Power Equipment Operators Loader, Overhead 8 Yards. � $59.28 7A 3C 8P Over � King Power Equipment Operators Loader, Overhead, 6 Yards. $58.69 7A 3C 8P But Not Including 8 Yards King Power Equipment Operators Loaders, Overhead Under 6 $58.17 7A 3C 8P Yards �„ King Power Epuipment Operators Loaders, Plant Feed $58.17 7A 3C 8P King Power Equipment Operators Loaders: Elevating Type Belt $57.72 7A 3C 8P � King Power Equipment Operators Locomotives, All $58.17 7A 3C 8P King Power Equipment Operators Material Transfer Device $58.17 7A 3C 8P King Power Epuipment Operators Mechanics, All (leadmen - $59.28 7A 3C 8P $0.50 Per Hour Over r• Mechanic) King Power Equipment ORerators Motor Patrol Graders $58.69 7A 3C 8P King Power Equipment Operators $58.69 7A 3C 8P � — — — � https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx OS/09/2017 Page 9 of 17 � Mucking Machine, Mole, Tunnel Drill, Boring, Road � Header And/or Shield King Power Equipment Operators Oil Distributors, Btower $55.21 7A 3C 8P Distribution �t Mulch Seeding � Operator King Power Equipment Operators Outside Hoists (elevators And $57.72 7A 3C 8P Manlifts), Air Tuggers,strato King Power Equipment Operators Overhead, Bridge Type Crane: $58.17 7A 3C 8P � 20 Tons Through 44 Tons King Power Equipment Operators Overhead, Bridge Type: 100 $59.28 7A 3C 8P � Tons And Over Kin� Power Equipment Operators Overhead, Bridge Type: 45 $58.69 7A 3C 8P Tons Through 99 Tons King Power Equipment Operators Pavement Breaker $55.21 7A 3C 8P � King Power Equipment Operators Pile Driver (other Than Crane $58.17 7A 3C 8P Mount) King Power Equipment Operators Plant Oiler - Asphatt, Crusher $57.72 7A 3C 8P � King Power Equipment Operators Posthole Digger, Mechanical $55.21 7A 3C 8P King Power Equipment Operators Power Plant $55.21 7A 3C 8P � King Power Equipment Operators Pumps - Water $55.21 7A 3C 8P King Power Equipment Operators Quad 9, Hd 41, D10 And Over $58.69 7A 3C 8P King Power Equipment Operators Quick Tower - No Cab, Under $55.21 7A 3C 8P � 100 Feet In Height Based To wr Boom King Power Equipment �peratars Remote Control Operator On $58.69 7A 3C 8P � Rubber Tired Earth Moving Equipment King Power Equipment Operators Rigger And Beltman $55.21 7A 3C 8P , King Power Equipment Operators Rigger/Signal Person, Bellman $57.72 7A 3C 8P (Certified) King Power Equipment Operators Rollagon $58.69 7A 3C 8P � King Power Equipment Operators Roller, Other Than Plant Mix $55.21 7A 3C 8P +�r King Power Equipment Operators Roller, Plant Mix Or Multi-lift $57.72 7A 3C 8P Materials King Power Equipment Operators Roto-mill, Roto-grinder $58.17 7A 3C 8P � King Power Equipment Operators Saws - Concrete $57.72 7A 3C 8P King Power Equipment Operators Scraper, Self Propelled Under $58.17 7A 3C 8P � 45 Yards King Power Equipment Operators Scrapers - Concrete Fr Carry $57.72 7A 3C 8P All � King Power Equipment Operators Scrapers, Self-propetted: 45 $58.69 7A 3C 8P Yards And Over King Power Equipment Operators Service Engineers - Equipment $57.72 7A 3C 8P � King Power Equipment Operators Shotcrete/gunite Equipment $55.21 7A 3C 8P King Power Equipment Operators Shovel , Excavator, Backhoe, $57.72 7A 3C 8P � Tractors Under 15 Metric Tons. King Power Equipment Operators $58.69 7A 3C 8P � https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx OS/09/2017 � Page 10 of 17 � Shovel, Excavator, Backhoe: Over 30 Metric Tons To 50 � Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes, $58.17 7A 3C 8P � Tractors: 15 To 30 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: $59.28 7A 3C 8P Over 50 Metric Tons To 90 � Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: $59.88 7A 3C 8P Over 90 Metric Tons � King Power Equipment Operators Slipform Pavers $58.69 7A 3C 8P King Power Equipment Operators Spreader, Topsider �t $58.69 7A 3C 8P Screedman King Power Epuipment Operators Subgrader Trimmer $58.17 7A 3C 8P � King Power Equipment Operators Tower Bucket Elevators $57.72 7A 3C 8P King Power Equipment Operators Tower Crane Up To 175' In $59.28 7A 3C 8P Height Base To Boom �, King Power Equipment Operators Tower Crane: over 175' $59.88 7A 3C 8P through 250' in height, base to boom King Power Equipment Operators Tower Cranes: over 250' in $60.47 7A 3C 8P height from base to boom � King Power Equipment Operators Transporters, Alt Track Or $58.69 7A 3C 8P Truck Type King Power Equipment Operators Trenching Machines $57.72 7A 3C 8P � King Power Equipment Operators Truck Crane Oiler/driver - 100 $58.17 7A 3C 8P ' Tons And Over King Power Equipment Operators Truck Crane Oiler/driver $57.72 7A 3C 8P Under 100 Tons � King Power Equipment Operators Truck Mount Portable $58.17 7A 3C 8P Conveyor � King Power Equipment Operators Welder $58.69 7A 3C 8P King Power Equipment Operators Wheel Tractors, Farmall Type $55.21 7A 3C 8P King Power Equipment Operators Yo Yo Pay Dozer $58.17 7A 3C 8P � King Power Equipment Operators- Asphalt Plant Operators $58.69 7A 3C 8P Under�round Sewer £t Water King Power Equipment Operators- Assistant Engineer $55.21 7A 3C 8P � Under�round Sewer � Water King Power Equipment Operators- Barrier Machine (zipper) $58.17 7A 3C 8P Under�round Sewer �t Water King Power Equipment Operators- Batch Plant Operator, $58.17 7A 3C 8P J�„� Under�round Sewer Ft Water Concrete King Power Equipment Operators- Bobcat $55.21 7A 3C 8P � Under�round Sewer �t Water King Power Equipment Operators- Brokk - Remote Demolition $55.21 7A 3C 8P UnderQround Sewer �. Water Equipment � King Power Equipment Operators- Brooms $55.21 7A 3C 8P Under�round Sewer � Water King Power Equipment Operatars- Bump Cutter $58.17 7A 3C 8P � Under�round Sewer 8 Water � � https:Ufortress.wa.gov/lni/wagelookup/prvWagelookup.aspx OS/09/2017 J Page 11 of 17 � King Power Equipment Operators- Cableways $58.69 7A 3C 8P Under�round Sewer £t Water � King Power Equipment Operators- Chipper $58.17 7A 3C 8P Under�round Sewer & Water King Power Equipment Operators- Compressor $55.21 7A 3C 8P � UnderQround Sewer & Water King Power Equipment Operators- Concrete Pump: Truck Mount $58.69 7A 3C 8P Under�round Sewer &t Water With Boom Attachment Over � 42 M King Power Equipment Operators- Concrete Finish Machine -laser $55.21 7A 3C 8P j Under�round Sewer � Water Screed King Power Equipment Operators- Concrete Pump - Mounted Or $57.72 7A 3C 8P � Under�round Sewer & Water Trailer High Pressure Line Pump, Pump High Pressure. , King Power Equipment Operators- Concrete Pump: Truck Mount $58.17 7A 3C 8P � Under�round Sewer &t Water With Boom Attachment Up To I 42m ' King Power Equipment Operators- Conveyors $57.72 7A 3C 8P � Under�round Sewer &t Water King Power Equipment Operators- Cranes Friction: 200 tons and $60.47 7A 3C 8P Under�round Sewer �t Water over � King Power Equipment Operators- Cranes: 20 Tons Through 44 $58.17 7A 3C 8P Under�round Sewer �t Water Tons With Attachments King Power Equipment Operators- Cranes: 100 Tons Through 199 $59.28 7A 3C 8P � Under�round Sewer � Water Tons, Or 150' Of Boom (Induding Jib With Attachments) � King Power Equipment Operators- Cranes: 200 tons- 299 tons, or $59.88 7A 3C 8P Under�round Sewer & Water 250' of boom including jib with attachments � King Power Equipment Operators- Cranes: 300 tons and over or $60.47 7A 3C 8P UnderQround Sewer & Water 300' of boom including jib with attachments � King Power Equipment Operators- Cranes: 45 Tons Through 99 $58.69 7A 3C 8P UnderQround Sewer & Water Tons, Under 150' Of Boom (including Jib With Attachments) � King Power Equipment Operators- Cranes: A-frame - 10 Tons And $55.21 7A 3C 8P Under�round Sewer &t Water Under King Power Equipment Operators- Cranes: Friction cranes $59.88 7A 3C 8P � UnderQround Sewer & Water through 199 tons King Power Epuipment Operators- Cranes: Through 19 Tons With $57.72 7A 3C SP UnderQround Sewer �t Water Attachments A-frame Over 10 � Tons .. King Power Equipment Operators- Crusher $58.17 7A 3C 8P Under�round Sewer �t Water King Power Equipment Operators- Deck Engineer/deck Winches $58.17 7A 3C 8P .r► Under�round Sewer £� Water (power) King Power Equipment Operators- Derricks, On Building Work $58.69 7A 3C 8P � Under�round Sewer �t Water King Power Equipment Operators- Dozers D-9 St Under $57.72 7A 3C 8P UnderQround Sewer & Water � https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx OS/09/2017 � Page 12 of 17 � � King Power Equipment Oqerators- Drill Oilers: Auger Type, Truck $57.72 7A 3C 8P Under�round Sewer &r Water Or Crane Mount � King Power Equipment Operators- Drilling Machine $59.28 7A 3C 8P UnderQround Sewer £z Water ° King Power Equipment Operators- Elevator And Man-lift: $55.21 7A 3C 8P Under�round Sewer & Water Permanent And Shaft Type King Power Equipment Operators- Finishing Machine, Bidwell $58.17 7A 3C 8P R, Under�round Sewer �t Water And Gamaco �t Similar ir Equipment King Power Equipment Operators- Forklift: 3000 Lbs And Over $57.72 7A 3C 8P UnderQround Sewer � Water With Attachments � King Power Equipment Operators- Forklifts: Under 3000 Lbs. $55.21 7A 3C 8P Under�round Sewer �t Water With Attachments � King Power Equipment Qperators- Grade Engineer: Using Blue $58.17 7A 3C 8P Under�round Sewer & Water Prints, Cut Sheets, Etc King Power Equipment Operators- Gradechecker/stakeman $55.21 7A 3C 8P Under�round Sewer & Water � King Power Equipment Operators- Guardrail Punch $58.17 7A 3C 8P Under�round Sewer �t Water � King Power Equipment Operators- Hard Tail End Dump $58.69 7A 3C 8P � Under�round Sewer & Water Articutating Off- Road Equipment 45 Yards. Ft Over King Power Equipment Operators- Hard Tail End Dump $58.17 7A 3C 8P � Under�round Sewer bt Water Articulating Off-road Equipment Under 45 Yards King Power Equipment Operators- Horizontal/directional Drill $57.72 7A 3C 8P � Under�round Sewer & Water Locator King Power Equipment ORerators- Horizontal/directional Drill $58.17 7A 3C 8P Under�round Sewer & Water Operator � King Power Equipment Operators- Hydralifts/boom Trucks Over $57.72 7A 3C 8P Under�round Sewer �t Water 10 Tons King Power Equipment Operators- Hydralifts/boom Trucks, 10 $55.21 7A 3C SP � Under�round Sewer �r Water Tons And Under King Power Equipment Operators- Loader, Overhead 8 Yards. �t $59.28 7A 3C 8P Under�round Sewer &t Water Over � King Power Equipment Operatars- Loader, Overhead, 6 Yards. $58.69 7A 3C 8P Under�round Sewer 8 Water But Not Inctuding 8 Yards King Power Equipment Operators- Loaders, Overhead Under 6 $58.17 7A 3C 8P Under�round Sewer & Water Yards � King Power Equipment Operators- Loaders, Plant Feed $58.17 7A 3C 8P Under�round Sewer �t Water � King Power Equipment Operators- Loaders: Elevating Type Belt $57.72 7A 3C 8P UnderQround Sewer �t Water King Power Equipment Operators- Locomotives, All $58.17 7A 3C 8P � UnderQround Sewer �t Water King Power Epuipment Operators- Materiat Transfer Device $58.17 7A 3C 8P UnderQround Sewer & Water ' King Power Equipment Operators- Mechanics, All (leadmen - $59.28 7A 3C 8P �„ Under�round Sewer �t Water $0.50 Per Hour Over Mechanic) King Power Equipment Operators- Motor Patrot Graders $58.69 7A 3C 8P ' � � Under�round Sewer �t Water � https://fortress.wa.gov/lni/wagelookupJprvWagelookup.aspx OS/09/2017 Page 13 of'17 � King Power Equipment Operators- Mucking Machine, Mole, $58.69 7A 3C 8P Under�round Sewer �x Water Tunnel Drill, Boring, Road � Header And/or Shietd King Power Equipment Operators- Oil Distributors, Blower $55.21 7A 3C 8P Under�round Sewer � Water Distribution � Mulch Seeding � Operator King Power Equipment Operators- Outside Hoists (elevators And $57.72 7A 3C 8P Under�round Sewer �t Water Manlifts), Air Tuggers,strato King Power Equipment Operators- Overhead, Bridge Type Crane: $58.17 7A 3C 8P � , Under�round Sewer & Water 20 Tons Through 44 Tons ' King Power Equipment Operators- Overhead, Bridge Type: 100 $59.28 7A 3C 8P � Under�round Sewer &t Water Tons And Over King Power Equipment Operators- Overhead, Bridge Type: 45 $58.69 7A 3C 8P Under�round Sewer & Water Tons Through 99 Tons j King Power Equipment Operators- Pavement Breaker $55.21 7A 3C 8P � � UnderQround Sewer & Water � King Power Equipment Operators- Pile Driver (other Than Crane $58.17 7A 3C 8P Under�round Sewer &t Water Mount) � King Power Epuipment Operators- Plant Oiler - Asphalt, Crusher $57.72 7A 3C 8P � UnderQround Sewer � Water King Pawer Equipment Operators- Posthole Digger, Mechanical $55.21 7A 3C 8P Under�round Sewer £t Water "'� King Power Equipment Operators- Power Plant $55.21 7A 3C 8P � Under�round Sewer �t Water King Power Equipment Operators- Pumps - Water $55.21 7A 3C 8P Under�round Sewer �t Water , King Power Equipment Operators- Quad 9, Hd 41, D10 And Over $58.69 7A 3C 8P � UnderQround Sewer &t Water King Power Equipment Operators- Quick Tower - No Cab, Under $55.21 7A 3C 8P Under�round Sewer �t Water 100 Feet In Height Based To � Boom King Power Equipment Operators- Remote Control Operator On $58.69 7A 3C 8P Under�round Sewer & Water Rubber Tired Earth Moving � Equipment King Power Equipment Operators- Rigger And Bellman $55.21 7A 3C 8P Under�round Sewer & Water � King Power Equipment Operators- Rigger/Signal Person, Beltman $57.72 7A 3C 8P Under�round Sewer & Water (Certified) King Power Equipment Operators- Rollagon $58.69 7A 3C 8P � UnderQround Sewer �t Water King Power Equipment Operators- Roller, Other Than Plant Mix $55.21 7A 3C 8P Under�round Sewer £� Water � King Power Equipment Operators- Roller, Plant Mix Or Multi-lift $57.72 7A 3C 8P .r Under�round Sewer & Water Materials King Power Equipment Operators- Roto-mill, Roto-grinder $58.17 7A 3C 8P UnderQround Sewer �t Water � King Power Equipment Operators- Saws - Concrete $57.72 7A 3C 8P Under�round Sewer & Water � King Power Equipment Operators- Scraper, Self Propelled Under $58.17 7A 3C 8P UnderQround Sewer &t Water 45 Yards King $57.72 7A 3C 8P � https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx OS/09/2017 � Page 14 of 17 � Power Equipment Operators- Scrapers - Concrete �t Carry � Under�round Sewer & Water All IW,. King Power Equipment Operators- Scrapers, Self-propelled: 45 $58.69 7A 3C 8P Under�round Sewer &t Water Yards And Over King Power Equipment Operators- Service Engineers - Equipment $57.72 7A 3C 8P Under�round Sewer £t Water King Power Equipment Operators- Shotcrete/gunite Equipment $55.21 7A 3C 8P � UnderQround Sewer & Water King Power Equipment Operators- Shovel , Excavator, Backhoe, $57.72 7A 3C 8P Under�round Sewer �t Water Tractors Under 15 Metric Tons. � King Power Equipment Operators- Shovel, Excavator, Backhoe: $58.69 7A 3C 8P Under�round Sewer �e Water Over 30 Metric Tons To 50 Metric Tons � King Power Equipment Operators- Shovel, Excavator, Backhoes, $58.17 7A 3C 8P Under�round Sewer �t Water Tractors: 15 To 30 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes: $59.28 7A 3C 8P � UnderQround Sewer & Water Over 50 Metric Tons To 90 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes: $59.88 7A 3C 8P � Under�round Sewer &t Water Over 90 Metric Tons King Power Equipment Operators- Slipform Pavers $58.69 7A 3C 8P Under�round Sewer �t Water � King Power Equipment Operators- Spreader, Topsider �t $58.69 7A 3C 8P Under�round Sewer �t Water Screedman King Power Equipment Operators- Subgrader Trimmer $58.17 7A 3C 8P � Under�round Sewer &t Water King Power Equipment Operators- Tower Bucket Elevators $57.72 7A 3C 8P Under�round Sewer &t Water � King Power Equipment Operators- Tower Crane Up To 175' In $59.28 7A 3C 8P Under�round Sewer & Water Height Base To Boom King Power Equipment Operators- Tower Crane: over 175' $59.88 7A 3C 8P Under�round Sewer & Water through 250' in height, base �„ to boom King Power Equipment Operators- Tower Cranes: over 250' in $60.47 7A 3C 8P � Under�round Sewer �t Water height from base to boom King Power Equipment Operators- Transporters, Alt Track Or $58.69 7A 3C 8P UnderQround Sewer &t Water Truck Type King Power Equipment Operators- Trenchin�Machines $57.72 7A 3C 8P UnderQround Sewer �t Water King Power Equipment Operators- Truck Crane Oiter/driver - 100 $58.17 7A 3C SP � Under�round Sewer Et Water Tons And Over King Power Equipment Operators- Truck Crane Oiler/driver $57.72 7A 3C 8P Under�round Sewer � Water Under 100 Tons � King Power Equipment ORerators- Truck Mount Portable $58.17 7A 3C 8P Under�round Sewer & Water Conveyor King Power Equipment Operators- Welder $58.69 7A 3C 8P �° Underground Sewer & Water r,,,. King Power Equipment Operators- Wheel Tractors, Farmall Type $55.21 7A 3C 8P Under�round Sewer �t Water King Power Equipment Operators- Yo Yo Pay Dozer $58.17 7A 3C 8P � UnderQround Sewer �. Water � https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx OS/09/2017 Page 15 of 17 � Kin� Pawer Line Clearance Tree Journey Level In Charge $47.08 5A 4A Trimmers � King Power Line Clearance Tree Spray Person $44.64 5A 4A Trimmers Kin� Power Line Clearance Tree Tree Equipment Operator $47.08 5A 4A � Trimmers King Power Line Clearance Tree Tree Trimmer $42.01 5A 4A Trimmers � King Power Line Clearance Tree Tree Trimmer Groundperson $31.65 5A 4A i Trimmers I King Refri�eration & Air Journey Level $75.36 6Z 1G � Conditionin� Mechanics King Residential Brick Mason Journey Level $54.32 5A 1M King Residential Carpenters Journey Level $28.20 1 � ! Kin g Residentiat Cement Masons Journe y Level $22.64 1 i King Residentiat Drvwalt Journey Level $41.69 5D 4C Applicators � ' King Residentiat Drywall Tapers Journey Level $55.66 5P 1 E King Residential Electricians Journey Level $30.44 1 King Residential Gtaziers Journey Level $39.40 7L 1 H � King Residentiat Insulation Journey Level $26.28 1 Appticators King Residentiat Laborers Journey Level $23.03 1 � King Residential Marbte Setters Journey Level $24.09 1 King Residential Painters Journey Level $24.46 1 � King Residential Ptumbers & Journey Level $34.69 1 Pipefitters King Residentiat Refri�eration & Air Journey Level $75.36 6Z 1G � Conditionin� Mechanics King Residentiat Sheet Metal Journey Level (Field or Shop) $45.99 7F 1 R Workers � King Residential Soft Ftoor Lavers Journey Level $45.86 5A 3D King Residential Sprinkler Fitters Journey Level $44.98 5C 2R (Fire Protection) � King Residential Stone Masons Journey Level $54.32 5A 1M King Residentiat Terrazzo Workers Journey Level $50.26 5A 1M King Residentiat Terrazzo/Tile Journey Level $21.46 1 � Finishers King Residentiat Tile Setters Journey Level $25.17 1 King Roofers Journey Level $47.51 5A 3H � King Roofers Using Irritable Bituminous $50.51 5A 3H Materials King Sheet Metal Workers Journey Level (Field or Shop) $75.46 7F 1 E � King Shipbuildin� £t Ship Repair Boitermaker $41.72 7M 1 H King Shipbuildin� & Ship Repair Carpenter $41.06 7T 2B King Shipbuilding £t Ship Repair Electrician $41.09 7T 4B � King ShipbuitdinQ &t Ship Repair Heat �t Frost Insulator $65.68 5J 4H King Shipbuitdino � Ship Repair Laborer $41.08 7T 4B � https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx OS/09/2017 � Page 16 of 17 � King Shipbuildin� & Ship Repair Machinist $41.32 7T 4B �, King Shipbuildin� &t Ship Repair Operator $41.03 7T 4B � King Shipbuitdin� �t Ship Repair Painter $41.05 7T 4B King ShipbuildinQ & Ship Repair Pipefitter $41.05 7T 4B King Shipbuitdin� F� Ship Repair Rigger $41.12 7T 4B King Shipbuildin� � Ship Repair Sheet Metal $41.04 7T 4B � King Shipbuitdind & Ship Repair Shipfitter $41.12 7T 4B King ShipbuildinQ £� Ship Repair Trucker $41.26 7T 4B King Shipbuildin� £t Ship Repair Warehouse $41.02 7T 46 � King Shipbuildin� bt Ship Repair Welder/Burner $41.12 7T 4B King Si�n Makers & instalters Sign Installer $22.92 1 (Electrical) � King Si�n Makers �t Instatlers Sign Maker $21.36 1 (Etectrical) King Si�n Makers Et Instalters (Non- Sign Instalter $27.28 1 Electricat) � King Si�n Makers &t Instalters (Non- Sign Maker $33.25 1 Electrical) � King Soft Ftoor Lavers Journey Level $45.86 5A 3D King Solar Controls For Windows Journey Level $12.44 1 King Sprinkler Fitters (Fire Journey Level $72.89 5C 1X � Pratection) King Sta�e Ri��in� Mechanics (Nan Journey Level $13.23 1 Structural) King Stone Masons Journey Level $54.32 5A 1M King Street And ParkinQ Lot Journey Level $19.09 1 Sweeper Workers � King Survevors Assistant Construction Site $57.72 7A 3C 8P Surveyor King Surveyors Chainman $57.17 7A 3C 8P � King Surveyors Construction Site Surveyor $58.69 7A 3C 8P King Telecommunication Journey Level $22.76 1 Technicians � King Telephone Line Construction - Cable Splicer $38.84 5A 2B Outside King Tetephone Line Construction - Hole Digger/Ground Person $21.45 5A 2B � Outside King Telephone Line Construction - Instalter (Repairer) $37.21 5A 2B Outside � King Telephone Line Construction - Special Aparatus Installer I $38.84 5A 2B Outside King Tetephone Line Construction - Special Apparatus Instalter il $38.03 5A 2B � Outside King Telephone Line Construction - Telephone Equipment $38.84 5A 2B Outside Operator (Heavy) � King Telephone Line Construction - Telephone Equipment $36.09 5A 2B � Outside Operator (Light) ' King Tetephone Line Construction - Telephone Lineperson $36.09 5A 2B � Outside � https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx OS/09/2017 Page 17 of 17 � King Telephone Line Construction - Television Groundperson $20.33 5A 2B Outside � King Telephone Line Construction - Tetevision $27.21 5A 2B Outside Lineperson/Installer King Tetephone Line Construction - Television System Technician $32.55 5A 2B � Outside King Telephone Line Construction - Tetevision Technician $29.18 5A 2B Outside � King Telephone Line Construction - Tree Trimmer $36.09 5A 2B Outside , King Terrazzo Workers Journey Level $50.26 5A 1M � I King Tile Setters Journey Level $21.65 1 King Tite, Marbte F� Terrazzo Finisher $41.09 5A 1 B Finishers � i King Traffic Control Stripers Journey Level $44.85 7A 1 K King Truck Drivers Asphalt Mix Over 16 Yards (W. $52J0 5D 3A 8L WA-Joint Council 28) � King Truck Drivers Asphalt Mix To 16 Yards (W. $51.86 5D 3A 8L WA-Joint Council 28) King Truck Drivers Dump Truck �t Trailer $52.70 5D 3A 8L � King Truck Drivers Dump Truck (W. WA-Joint $51.86 5D 3A 8L Council 28) King Truck Drivers Other Trucks (W. WA-Joint $52.70 5D 3A 8L � Council 28) King Truck Drivers Transit Mixer $43.23 1 King Welt Drillers � Irri�ation Pump Irrigation Pump Instatler $17.71 1 � Installers King Wetl Dritlers &t Irri�ation Pump Oiler $12.97 1 Installers � King Well Drillers �t Irri�ation Pump Well Driller $18.00 1 Instatlers � ' � � � ' � https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx OS/09/2017 � APPENDIX C- STANDARD PLANS CITY OF RENTON � r "i � � � APPENDIX C � ' STANDARD PLANS � � � The City of Renton has adopted the Washington State Department of Transportation Standard Plans except as noted on the City of Renton Standard Detaits Webpage: � � http://rentonwa.gov/businessldefault.aspx?id=1020 � A Few of the Standard Plans most commonly used on Street Patch and Overlay Cantracts have been included in these contract documents in this Appendix (Appendix C- STANDARD PLANS) for information. However they are not all-inclusive. Refer to the Standard � D�$all5 Wel�pa9� or inquire of Project Manager for specific information as n�eded. � � � � 2017 STREET PATCH AND OVERLAY � 8.. 9. .�_...._.._____. . _.__._.____..... ',��._. . ._._�. N Z �.. 6�. �.� I 1", 6 1" w �. ..ti. ..____- .__'__�_�.- c ,.....�:�.... .. . . ..... _._..�:�.. � �� w m � � m /%�� ..�.� —___ _�_ /y_— . .._ �' . . . � . r ; � m � . a.. ,. ^o ( � � -1---�� -<- ?; ._._- � �:! ; � � - .. � �� �, z I_� R�:� 9 �.� h,R ' _ ' ���.. '. ,�.. �� R P t R � � �--� `� � ' ' .___.��. t ._7.. �� ,.... .... TYPF_1 �- ,., ��.. #3 9AR �z.. �_ 1z ` ..._ ... ....gE7WEEN JOINTS(NF�.. . _..... (HOT MIX ASPHALT) � � ....�_--�� .... _. _L______. ____ J TYPE 4 ' . . . ' � t7• �2,. lCEMENTCONCRETEj ���—��--�— � � y� 1 ____�.�""-----_ T_'�—�T P`MlN.(TYP.) - .�- ` � CEMEM CANCRFTE EXTRUDED CURB � ..___......_._.B.,___. 8.. N 3 BARS(TY?.) . .�.. _ . .- �.___..__._.._ .. .... .._.._�. �. �. ��. �. �., �.. .,_..._,_ __ _.,_ � ___ . SPAClkG QF ANCNQR BARS ______ ____. '� �. � (FOR TYPES 4,S,AND 6J ,� � ��T t ... �- - . � NO7'c \ i � `'` - �� � l ' �''• �`�' �� JOWTS MAV BE FORMED DURWG WST,A�IfiTiON USING �t^pj' P ' ,� �•�t , _ � ��R 9 ^� �,R , A RIGID OIVIOER OR SAWCUT AFTER CONCRETE CURES . -- � ������I v�� 1 # " - �"�� � 1�P TO MINIMUM$TRENGTH. rv F�' � w 1 . .l. m I -__.t_ ._l._ TYFE 2 ��-�� #3BAR iHOT MIX ASPHALT) ; 1 _.... _.__L.I TYPE b (CEMENT CONCRETE) ':.N,:�y 1 ' 3:r,. ,--- //��t N{�/ .j. 10" 1p \ ._.__—__ ...__�. . ..._.... . ._ �� I ��y_ �1/2" 5" 2 7f2" _12" 5 � 2 il2" �) T$3 � I . �� s�-. .� � ..-. _...... .. .� �. : I -�r pl���! � 'b . 3 0 0 �`•- �, _-_-_--...__....� , � . .____ __. / % � 1."fti`�i� �� P: �'L.. / �.:c,, ^,�. . � / ��� � . P � � �i U�..US ca,,c 7�,P� \ n. . � '______— � , , - - — EXTRUDED CURB : �7'R , .- �.,(y. ..... _7".R ' . 1"\ ...�.. : �� , � c��_ � � `t , STANDARD PLAN F-10.42-00 SHEET t OF t SHEET TYPE 3 ��--1 � . J tt 3 eAR �- -"--- (HOTMIXASPHALTI APPROVEDfORPUGLICP.TION —� � ------- ____. _7YP�. r � �� ��/ (CEMENTCO CRETE) �.� ��+o�Smte Depanmen�u(Tmmpunai�o��� — � � � � � � — � � � � � � � � � � � �L _ r .,. ..._ .._ _.a. . ,_._.__ ... . _. .:—.-. F .. _. - —_.:v__.� NOTES IA� A 1. The Detectable Waming Surface(DWS)shall extend the full width of the wrb ramp, � e ���I MIN. MAX. DETECTABLE WARNING landing,or other roadway entrance as applicable.Exception:If the Manufacturer of cuRe tuMa,talloiNc,cuT- suRFnce�ows�- the DWS requires a concrete border around the DWS,a variance of up to 2 inches �� A 1.60" 2.40" THROUGH OR WALKWAY SEE NOTE 3 on each side of the DWS is permitted. { � r e o.ss° — 2. The Detectable Warning Surface(DWS)shall be placed at the back of curb,wilh the A j B �—o—� c o.as� o.so� lwo leading corners of the DWS panel placed adjacent to the back of the curb,and L with no more than a 2 inch gap between the DWS and the back of the curb measured � �- - a� n o.s• �.ao° encK oF cuae- z-o��MiN.- at the center of the DWS panel. Exception:If the Manufacturer of the selected DWS TRUNCATED DOME SEE NOTE 2 TyP,OP ALL O E o.z�� o.z�� requires a concrete border around the DWS,a variance of up to 2 inches from the SECTION A APPLICATIONS back of the curb is permitted(measured at the leading corners of the DWS panel). TRUNCATED DOME SPACING SEE NOTE 3 seE srallonao saeciFicanoNs 3. The rows of truncated domes shall be aligned to be perpendicular to the grade FOR COLOR OF SURFACE break at the back of curb. TRUNCATED DOME DETAILS MATCH TO WIDTH OF CURB RAMP 4. The rows of truncated domes shall be aligned to be parellel to the direction of travel. CURB AND GUTTER �a,Nowc,cur-rHRoucH orx 5. If curb and gutter are not present,such as a shared-use path connection,the o Q WALKWAV Detectable Warning Surface shall be placed at the pavement edge. � � DETECTABLE WARNING SURFACE DETAIL � mOFFSET 6. See Standard Plans for sidewalk and curb ramp details. CURB RAMP �NDING see NOTe e 7. If a curb ramp is required,the localion of the Detectable Warning Surface must be at LANDING the bottom of the ramp and within the required distance from the rail. WALKWAY� ? WIDTH OF WALKWAV 8. When the grade break between the curb ramp and the landing is less than or equal to �"i 5 ft.from the back of curb at all points,place the Detectable Warning Surface on the wn�Kwnv WqLKWAY vmoTH oF cuT- bottom of the curb ramp directty above the grade break. � THROUGH(TYP.) w , "' „� DETECTABLE WARNING SURFACE(DWS)- a ', --{ WIDTH OF CUT-THROUGH o J SEE NOTE 4 CURB RAMP I (TyP� �Z BACK OF CURB w LL SINGLE DIRECTION CURB RAMP FLARE ,; ; FLARE p�_o" z'-o^nnW. m (GRA�E BREAK BETWEEN CURB AND MIN. ..... ..... � LANDWG 5 5 FT.FROM BACK OF CURB) : Q (SEE NOTE 6) DETECTABLE WARNING DETECTABLE WARNING p LANDING BACK OF CURB-� SURFACE(DWS)- SURFACE(TYP.)- .:; ........... w Y DIftECTION OF SEE NOTE 2 SEE NOTE 3 SEE NOTE 3 TRAVEL BACK OF CURB- ¢ w WIDTH OF CURB RAMP gqCK OF CURB- SEE NOTE 2 CURB RAMP � m SEE NOTE 2 W10TH OF PERPENDICULAR CURB RAMP WALKWAY� '•'�� WqLKWAV (SEE NOTE 6) 2'-0"MIN. ISLAND CUT-THROUGH NADTH OF CURB RAMP, DETECTABLE WARNING y [\LANDING,OR WALKWAY suRFnce tTVPa- CpTT 2�'� •�� L� DETECTAeLE WARNING \ SEE NOTE 3 S OY AASy� l "" SURFACE(OWS)-SEE NOTE 3 L__l.___J "'��""' .5��� _� '�E+F,p I I � O BACK OF CURB- BACK OF CURB- ?' ' see Nore z Z SEE NOTE 2 MEDIAN CUT-THROUGH — � o Z A R' SINGLE DIRECTION CURB RAMP DETECTABLE WARNING ` � � WIDTH OF SHARED- � � LAND�ING B SE TK FR M BACK OFBCURB) SUSEEANOTE�S 458 7 - USE PA7H OR O'Q�p qFC!S TP�Q'�O \�� (SEE NOTE 6) Z � WALKWAY(TYP.)J gs �G � � �--�--{ �oNe� e CURB RAMP CURB RAMP WALKWAY LANDING WALKWAY I I � Zeller,Scuu WIDTH OF CUT-THROUGH SHARED-USE lul 12211I6a25 FM (T�P�) PATH OR ��� WALKWAV DETECTABLE WARNING�� ROUNDABOUT SPLITTER SURFACE � ISLAND PAVEMENT SHOULDER ........... RAIL � � -- -- EocE STANDARD PLAN F-45.10-02 ::::::::::..::: .. 1O � SHEET 7 OF 1 SHEET OETECTABLE WARNWG DETECTAB�E WARNING APPROVED FOR PUBLICATION BACK OF CURB- SURFACE(DWS)-SEE NOTE 3 �eJq�KWAY �SEE NOTES 4 8 5 C�az/e fox.���� m�is�=uio��_evu SEE NOTE 2 WIDTH OF LANDING s.n1E oEsicn ENcwEEA PARALLEL CURB RAMP PEDESTRIAN RAILROAD CROSSING pLACEMENT GUIDELINES SHARED-USE PATH CONNECTION �W^:n��9ro�S�a�e Deparlmen�olTronzponatian (SEE NOTE 6) � . � . -._� �..� _ �-:�� ...... _� ...� � :� -..� _� ...� ..�� �.� d::.� ,:� _.� _. ..�_� ..� .. -� � _:�n.,.. . �.--. ... � __ ._ .... . . ... NOTES 4'-0"MIN.- q 4'-0"MIN.- q SEE CONTRACT PLANS SEE CONTRACT PLANS t. At marked crosswalks,the connection between the landing and the 3/8"EXPANSION PEDESTRIAN CURB- 3/B"pN)EXPANSION JOINT(NP.)-SEE SEE NOTE 9 JOINT(TYP.)-SEE pEOEsrrtinN curta- roadway must be contained within the width of the crosswa�k markings. STANDARD PLAN F-30.10 STANDARD PLAN F•30.10 �NDING SEE NOTE 9 2. Where"GRADE BREAK"is called out,the entire length of the grade LANDING break between the lwo adjacent surface planes shall be flush. B SIDEWALK 3. Do not place Gralings,Junction Boxes,Access Covers,or other appurte- CURA ANO GUTTER *� \* */ � nances on any part of the Curb Ramp or Landing,or in the Depressed \ SIDEWALK � Curb and Gutter where the Landing connects to the roadway. ............. ...... ; � 3^R. 4. See Contract Plans for the curb design specified.See Standard Plan - F-10.12 for Curb,Curb and Gutter,Depressed Curb and Gutter,and CURB AND GUTTER Pedestrian Curb details. ...................... ....................... CURB RAMP CURB RAMP CURB RAMP DETECTABLE WARNING SURFACE- 5. S2e Standafd Pidn F-30.10 fof C@fllent COflCfetB Sld@Welk D@58115. 4'-0"MIN.- � 4'-0"MIN.- SEE STANDARD PLAN F•45.10 See Contract Plans for width and lacement of sidewalk. SEE CONTRACT PLANS . . DETECTABLE WARNING SURFACE- . . ....._....... P SEE STANDARD PLAN F-45.10 SEE CONTRACT PLANS FACE OF CURB � � FACE OP CURB � � � DEPRESSED CURB AND GUTTER 6. The Bid Item"Cement Concrete Curb Ramp Type_"does not include �EPRESSED CURB AND GUTTER the adjacent Curb,Curb and Gutter,Depressed Curb and Gutter, CROSSWALK CROSSWALK Pedestrian Curb,or Sidewalks. 0 � � 7. The Curb Ramp length is not required to exceed 15 feet(unless o[henvise � - ��� � �� �� � � � shown in the Contract Plans).When applying the 15-foot max.length, PLAN VIEW DETECTABLE WARNING SURFACE- PLAN VIEW the running slope of the curb ramp is allowed to exceed 8.3%.Use a single '� TYPE PARALLEL A SEE STANDARD PLAN F-45.10 TYPE PARALLEL B constant slope from bottom of ramp to top of ramp to match into the sidewalk m a'-a'MiN. over a horizontal distance of 15 feet.Do not include abutting landing(s)in � SEECONTRACTPLANS GRADE BREAK the15-foot max.measurement.When a ramp is constructed on a radius,the � 15-foot max.length is measured on the inside radius along the back of the o iO CONTRACT�ON JOINT(NP.)-SEE STANDAR�PLAN F-3D.1 " w2lkWay. FOR CURB RAMP LENGTHS GREATER THAN 8'-0"PROVIDE I °' �p�NTER SLOPE TOP OF CONTRACTION JOINT EQUALLY SPACED 4'-0"MIN.OQ 1 p Z * 5� ROADWAY 8. Curb Ramps and Landings shall receive a broom finish.See Standard Speci£cations 8-14. CEMENT CONCRETE PEOESTRIAN ¢ DEPRESSED CURB AND GUTTER- 9. PBdB5Sfl8n CUfb m0y b@ Omifted if the 9fOUf1d SUffBCO ef th0 baCk Of Ihe Q LANDING SEE STANDARD PLAN F-10.12 Curb Ramp and/or Landing will be at the same elevation as the Curb CURB-SEE NOTE 9 > AN�NOTE 6 Ramp or Landing and there will be no material to retain. SECTION AO � 4'-0"MIN. 15'-0" MAX.(TVP.) LEGEND SEE CONTRACT PIANS SEE NOTE 7 - SLOPE IN EITHER DIRECTION 15'-0.. MAX.(T/P.) 4'-0"MIN. 15•_0" MAX.(TVP.) GRADE BREAK SIDEWALK * �5%OR FLATTER RECOMMENDED FOR SEE NOTE� SEE CONTR4CT PLANS SEE NOTE 7 GRADE BREAK ._ �ESIGN/FORMWORK(2%MAX.) _ a � GRADE BREAK _ * _ P� ** 7.5%OR FLATTER RECOMMENDED FOR DESIGN/ SIDEWALK GRADE BREAK FORMWORK(8.3%MAX.)-SEE NOTE 7 ** * `= CURB RAMP -�a•- .--. ..,. ' - � PEDESTRSEE NOTE 9 �NDING 1 SEE STANDAARD PLAN P�70A0 P)� SCOD WAS2��l Q� CURB RAMP 4���V� _�y�A��tC� CURB RAMP LANDING y � ., y 3/8"EXPANSION JOINT(7VP.)- 1 SECTION OC _ SEE STANDARD PLAN F•30.70 SECTION O (ALONG INSIDE RA�IUS AT BACK OF WALKWAY) � �o q zeeao o 'v� (ALONG WSIDE RADIUS AT BACK OF WALKWAY) "CEMENT CONCftETE CUftB RAMP TYPE AR F��S Te0.� �� PARALLEL B" PAY LIMIT-SEE NOTE 6 �S�ONAL �'�G "CEMENT CONCRETE CURB RAMP NPE PARALLEL A" PAY LIMIT-SEE NOTE 6 �—�//� Zeller,Sco[t �4�, Jun 24 2016 7:19 AM _ /� �,��,.; ''''�`� PARALLEL CURB RAMP `;�::z •_�'= STANDARD PLAN F-40.12-03 ��.. .fi�r,�4`' SHEET i OF 1 SHEET APPROVED FOR PUBLICATION eC1R�lCM(CZ.9E6� lu IY?OIb�3'2]VM w� ISOMETRIC VIEW ISOMETRIC VIEW � srareoeswHe�+ciHeer+ �Wozhing�on S�a�v Dvponme��of Trenzpone�ion TYPE PARALLEL A PAY LIMIT TYPE PARALLEL B PAY LIMIT �/� � .� .......� .,_� � ,.-� c.� .,,�� _� � �_� � . ._�� . .� �� :� ..:_:� �._ __� „� . :� ..-- - �.. ._.. NOTES J q 4'-0"MIN.-SEE o CEMENT CONCRETE CONTRACT PLANS 1. At marked crosswalks,the connection between the curb ramp and the roadway must be - PEDESTRIAN CURB- LANDING contained within the width of the crosswalk markings. �a CEMENT CONCRETE W see NOTe s /„\ I CURB RAMP PEOEST see Nore s 2. Where"GRADE BREAK"is called out,the entire length of the grade break belween the two 0 i adjacent surface planes shall be flush. m CURB RAMP � �eieCrna�e waRNWG SURFaCe- 3. Do not lace Gratin s,Junction Boxes,Access Covers,or other a urtenances on an art � ' C SEE STANDARD PLAN F-05.10 � P 9 PP Y P �`�� 3„R_ of the Curb Ramp or Landing,or in the Depressed Curb and Gutter where the landing � �n.P� connects to the roadway. � � � 4. See Contract Plans for the curb design specified.See Standard Plan F-10.12 for Curb, � I MATCH SI�EWALK(4'-0"MIN.)- ���� Curb and Gutter,Depressed Curb,Gutter and Pedestrian Curb details. ............. CEMENT CONCRETE I SEE CONTRACT PLANS DEPRESSED CURB AND 5. See Standard Plan F-30.10 for Cement Concrete Sidewalk Details. See Contract Plans PEDESTRIAN CURB- ,� � , 3/8"QN)EXPANSION JOINT(TYP.)- GUTTER- SEE NOTES 4 8 6 for width and placement of sidewalk. SEE NOTE 9 £� a � SEE STANDARD PU1N F-30.10 6. The Bid Item"Cement Concrele Curb Ramp Type_"does not include the adjacent Curb, CEMENT CONCRETE BUFFER STRIP(NP.)- CEMENT CONCRETE CURB Curb and Gutter,Depressed Curb and Gutter,Pedestrian Curb,or Sidewalks. CURB AND GUTTER- �I���� � D SEE CONTRACT PLANS AND GUTTER- SEE NOTES 4 8 6 SEE NOTES 4 8 6 7. The Curb Ramp length is not required to exceed 15 feet(unless otherwise shown in the DETECTABLE WARNING SURFACE- CROS�wn�K Contract Plans).When applying the 15-foot max.length,the running slope of the curb DEPRESSED CURB AND GUTTER- DETAIL OD ram is allowed to exceed 8.3%.Use a sin le constant slo e from bottom of ram to to SEE STANOARD PLAN F45.10 - I � P 9 P P P � see Nores a s e of ramp to match into the sidewalk over a horizontal distance of 15 feet.Do not included ��� ��� � � CURB RADIUS DETAIL the abutting landing in the 15-foot max.measurement.When a ramp is constructed on a radius,the 15-foot max.length is measured on the inside radius along the back of the walkway. PLAN VIEW TYPE COMBINATION 8. Curb Ramps and Landings shall receive a broom finish.See Standard Specifications 8-14. WIiH BUFFER 9. Pedestrian Curb may be omitted if the ground surface at the back of the Curb Ramp and/or Landing will be at the same elevation as the Curb Ramp or Landing and there will not be material to retain. LEGEND DETECTABLE WARNING SURPACE- 4'-0"MIN. 15'-0" MAX. SEE STANDARD PLAN F-45.10 SLOPE IN EITHER DIRECTION SEE CONTRACT PLANS SEE NOTE 7 7.5 OR FLATTER RECOMMENDED FOft CEMENT CONCRETE GRADE BREAK 15'-0" MAX.(TVP.) 4'-0"MIN. 15'-0" MAX.(TVP.) * DESIGWFORMWORK(2%MAX.) PEDESTRIAN CURB- SEE NOTE 9 GRAOE SEE NOTE 7 SEE CONTRACT PLANS SEE NOTE 7 ** 7.5%OR FLATTER RECOMMENOED FOR � a BREAK � "F �t* COUNTER SLOPE TOP OF GRADE BREAK GRADE BREAK DESIGN/FORMWORK(8.3%MAX.) �` 5� ROADWAY . �a — * � � `_ . � .t_ � w , ... �i . .I . . � ..e � � LANDING �EPRESSED CURB AND GUTTER- CURB RAMP '^.CURB RAMP SEE STANDARD P�AN F-10.12 CURB RAMP a LANDING � AND NOTE 6 � GQTT 2�,� O 3/8"(IN)EXPANSION JOINT(TYP.)- S��pp WASy���F SECTION A SEE S7ANDARD PLAN F-30.10 ���. Jby� !� ' SECTION OC — iO CONTRACTION JOINT(7VP.)-SEE STANDARD PLAN FJ0.10 (ALONG INSIDE RADIUS AT BACK OP WALKWAY) � � FOR CURB RAMP LENGTHS GREATER THAN 8'-0"PROVIDE OA ,P 28680�O �L CONTRACTION JOINT E�UALLY SPACED 4'-0"MIN.OC. cP `P�!5 TeA �� "CEMENT CONCRETE CURB RAMP TYPE �S�ONAL Q'�G COMBINATION" PAY LIMIT-SEE NOTE 6 CURB RAMP 4'-0"MIN. 3'-0"MIN.(TYP.) Zeller,Scon SEE CONTRACT PlANS SEE PLO�NNRACT BUFFER TOP OF � 1un 24 2016 720 AM STRIP ROADWAY * COMBINATION CURB RAMP STANDARD PLAN F-40.14-03 CEMENT CONCRETE CURB AND � SHEET 1 OF 1 SHEET CEMENT CONCRETE PEDESTRIAN O GUTTER-SEE NOTES 4 8 6 APPROVED FOR PUBLICA710N CURB(TVP.)- SEE NOTE 9 SECTION B `�_ ISOMETRICVIEW �aT�re+rteT,�6 i��-i_uie__xim TYPE COMBINATION � s��'EOEs�G"E"G�"EEp PAY LIMIT �W�:ti���o�Sta�e DvpvnmentoFTronspona�ien .�� _:.� . :.� ...,� __::� .:� -.:� �._� _ ::� _� . ;.� .r� �,-� �_.,_.:� .� a.:� _.. .-_� .-.:� -� NOTES � CURB RAMP WIDTH 4'-0"MIN.LANDING TO MATCH A CURB RAMP W1DTH-SEE CONTRACT PLANS cuRe RnMa v�no7H a�-o°Mw. 1. At marked crosswalks,the connection between the curb ramp and the road- LANDING TO MATCH CUftB RAMP Wa must be contained within the width of the crosswalk markin s � LANDING � WIDTH-SEE CONTRACT PLANS Y 9 � I GRADE BREAK i 2. Where"GRADE BREAK"is called out,the entire length of the grade break LANDING CURB RAMP GRADE BREAK belween the two adjacent surface planes shall be flush. GRADE BREAK SEE CONTRACT PLANS- CEMENT CONCRETE SEE CONTRACT PLANS- I 4'-0"MIN. SIDEWALK-SEE NOTE 5 � 3. Do not place Gratings,Junction Boxes,Access Covers,or other appurten- 4�-o��nnw. ances on any part of the Curb Ramp or Landing,or in front of the Curb I PROVIDE SMOOTH TRANSITION Ramp where it connects to the roadway. CEMENT CONCRETE TO SIDEWALK WIDTH � 7-0" SIDEWALK-SEE NOTE 5 (TVP.) SEE CONTR4CT PLANS- MIN. SEE CONTRACT 4. See Contract Plans for the curb design specified.See Standard Plan * a�-o��Mw. P�nNs-a�-o•�Mw. F-10.12 for Curb,Curb and Gutter,Depressed Curb and Gutter,and * Pedestrian Curb details. FLARE(NP.) 3/8"EXPANSION - BUFFER WIDTH-MATCH JOINT(TVP.)-SEE � � TO CURB RAMP DEPTH 3/e"EXPANSION � CURB RAMP S7ANDARD PLAN F•30.10 � ' 5. See Standard Plan F30.10 for Cement Concrete Sidewalk Details.See ��� � �TMP� Contract Plans for width and placement of sidewalk. JOINT(TVP.)-SEE � � v, STANDARD PLAN F-30.10 GRADE � 6. The Bid Item"Cement Concrete Curb Ramp Type_"does not include the BREAK � TRANSITION TO SIDEWALK BUFFER,IF ° � GRADE BREAK � PRESENT,OR TO BACK OF CURB(TYPJ- ° - edJeCefli CUfb,CUfb 8nd GUH@f,DBPf055Bd ClJfb Bfld GUffBi',Ped@Sfflefl X.x, ;.??:�?:....'... * see coNTRncr PinNs ,,, �� Curb,or Sidewalks. . �' :EEEEiE!'.�i:EE �c� . � � v, CURB,OR CURB� / 7. The Curb Ramp length is not required to exceed 15 feet(unless shown ::::::::: :::::.�:: . ...... :.::: . CEMENT CONCRETE otherwise in the Contract Plans When a I in the 15-foot max.len th, CURB,OR CURB )� PP Y 9 9 AND GUTTER- PEDESTRIAN CURB- see NorE a � � AN�cuTreR- i see Nore a the running slope of the Curb Ramp is allowed to exceed 6.3%.Use a i oerecrna�e wnRNwc suRFnce- sEe NOTe a B � single constant siope ftom bottom of ramp to top of ramp to match into SEE S7ANDARD PLAN FA5.10 DETECTABLE WARNING SURFACE- thB IBndln over a horizontal distance of 15 feet.Do not include the FACE OF CURB �� I � --�� ��I��� SEE STANDARD PLAN F-45.10 9 Fnce oF cuRB abutting landing in the 15-foot max.measurement. MEASURED PARALLEL � �EPRESSED CURB AND GUTTER- � DEPRESSED CURB AND GUTTER 8. Curb Ramps and Landings shall receive a broom finish.See Standard TO CURB(NP.) CROSSWAIK SEE NOTE 4 CROSSWALK SpECIflCeil0113 8-14. � � 9. Pedestrian Curb may be omitted if the ground surface at the back of the w � � � � �� � Curb Ramp and/or Landing will be at the same elevation as the Curb 0 g Ramp or Landing and there will not be material to retain. � 1O CONTRACTION JOINT(TYP.)-SEE STANDARD PLAN F•30.10 � � z � �� � � � � � POR CURB RAMP LENGTHS GREATER THAN e'-0"PROVIDE � ����� � -� - ��-- � w PLAN VIEW CONTRACTION JOINT EQUALLY SPACED 4'-0"MIN.OC. pLAN VIEW � TYPE PERPENDICULAR A TYPE PERPENDICULAR B LEGEND m DETECTABLE WARNING SURFACE- (SHOWN WITH BUFFFR) � SEE STANDARD PLAN F45.70 SLOPE IN EITHER DIRECTION � GRADE BREAK 1.5 OR FLATTER RECOMMENDE�FOR p 4'-0"MIN. 15'-0"MAX.(7VP.) * DESIGN/PORMWORK(2%MAX.) SLOPE TREATMENT- SEE CON7RACT PLANS SEE NOTE 7 COUNTER SLOPE- 7.5%OR FLATTER RECOMMENDED FOR SEE STANDARD PLAN F-70.10 * GRADE BREAK �5.0%MAX. * * DESIGN/FORMWORK(8.3%MAX.) — *_* �_ TOP OF ROADWAV ** * 9,5%OR fLATTER RECOMMENDED FOR � ' � DESIGN/FORMWORK(10%MAX.) C�,�T ,L�' LANDING CURBRAMP \\\ � _ a • S�eOPpASy��l� \ P� . DEPRESSEO CURB AND GUTTER- �"�� (i. �� "'-� SEE STANDARD PLAN F-10.12 " SECTION OA CEMENT CONCRETE PERPENDICULAR A PAY L MITB SEE N TE 6 PERPEND CULAR BC PAVELIMIRTB 8EE NOTTE 6 ���F q���sTe�'�� �}�� SEE NOTEA4 cuRB �'��ONAL �'�G DETECTABLE WARNING SURFACE- - ��/)/� Zeller,Scuu SEE STANDARD PIAN F-45.70 � !��� lun 2d 211Ih 7:20 AM /� _ �„` ' PERPENDICULAR CURB RAMP 3"R.TVP. DEPRESSED CURB AND GUTTER- sEe Nore a STANDARD PLAN F-40.15-03 SHEET 1 OF 1 SHEET CEMENT CONCRETE CURB AND GUTTER- SEE NOTE 4 APPROVED FOR PUBLICATION cemr�i�.,i�n Caa,�entez.� m�zu,uiez^.rn� ISOMETRIC VIEW ISOMETRIC VIEW SinTEDE5IGNENGINEER CURB RADIUS DETAIL OB TYPE PERPENDICULAR A PAY LIMIT TYPE PERPENDICULAR B PAY LIMIT �`"°'h'"�r°"s,a�a Deportm�ntolTronspona�ien � = �� :� � � � a� __� � � . .�.� ..:� � _ .,� � _�� � _:�i _� NOTES MATCH SIDEWALK BUFFER 1. This plan is to be used where pedestrian crossing in one direction is not WIDTH-4'0"MIN. STRIP permitted. MATCH SIDEWALK SEE CONTRACT PLANS WIDTH-4'0"MIN.- „ 2. At marked crosswalks,the connection between the Landing and the SEE CONTRACT PLANS PEoes7RinN cuae- roadway musl be contained within the width of the crosswalk markings. SEE NOTE 10 CURB RAMP 3/8"(IN)E%PANSION y 3. Where"GRADE BREAK"is calfed out,the entire length of the grade break PEDESTRIAN CURB- MATCH SIDEWALK WIDTH-4'0"MIN. belween the two ad acent surface lanes shall be Flush JOINT-SEE STANOARD SEE NOTE 10 SEE CONTRACT PLANS�� � P PLAN F-30.10 LANDING LANDING 4. Do not place Gratings,Junction Boxes,Access Covers,or other appurten- SIDEWALK- 3/8"QN)EXPANSION JOINT-SEE � � peoesTRinN cuRe- ances on any paR of the Curb Ramp or Landing or in the Depressed SEE NOTE 6 5'-0"MIN. 3�.R STANDARD PLAN F30.10 � °i SEE NOTE 10 Curb and Gutter where the Landing connects to the roadway. (TYP.) B s-o��nniN. 5. See Contract Plans for the curb design specified.See Standard Plan � - �J ' � � __ _ ___ � �'Y F-10.12 for Curb,Curb and Gutter,Depressed Curb,Gutter and I .::€::€:�''� ::: J 1 � N A * 3"R. 1 i � 3 Pedestrian Curb details. *J *� �,�' S'-0"MIN. . 3"R. � � T N`� 6. See Standard Plan F-30.10 for Cement Concrete Sidewalk Details.See I �� sioewn�K- '�,� Contract Plans for width and placement of sidewatk. �. �.c� SEE NOTE 6 , " "' `� � "" " �- � 7. The Bid Item"Cement Concrete Curb Ramp Type_"does not include the BUFFER STRIP-SEE� ' DETECTABLE WARNING SURFACE BUFFER w DETECTABLE WARNING SURFACE CONTRACT PLANS „ C SEE STANOARD PLAN F-45.10 STRIP C SEE STANDARD PLAN F-45.10 adjacent Curb,Curb and Gutter,Depressed Curb and Gutter,Pedestrian Curb,or Sidewalks. CURB AND GUTTER- CURB AND GUTTER- 8. ThE Cufb Raf11 len th is not re uired to exceed 15 feet unless shown see Nore s see NOTe s otherwise in the Co hact Plans)Q When applying the 15-foot max.length PEDESTRIAN CROSSING PEDESTRIAN CROSSING CLOSURE SIGN CURB RAMP CLOSURE SIGN FACE OF CURB RAMP (measured from back of sidewalk)the running slope of the curb famp IS FACE OF cuRe allowed to exceed 8.3%.Use a single constant slope from bottom of � cuRe pLAN VIEW PLAN VIEW remp to top of ramp to match into the sidewalk over a horizontal w distance of 15 feet. o TYPE SINGLE DIRECTION A TYPE SINGLE DIRECTION B 9. Curb Ramps and Landings shall receive a broom finish.See Standard w Speciflcations 8-14. � 10. Pedestrian Curb may be omitted if the ground surface at the back of the m oerecrae�e wnRNwc suRFncE- Curb Ramp and/or Landing will be at the same elevation as the Curb � is-o°Mn;c SEE STANDARD PLAN F-45.10 15'-0"MAX(NP.) 15'-0"MAX(TVP.) Ramp or Landing and there will not be material to retain. � (T�'P�) SEE NOTE e SEE NOTE 8 � SEE NOTE 8 GRADE BREAK GRADE BREAK GRADE BREAK GRADE BREAK GRADE LEGEND GRADE BREAK COUNTER SLOPE SIDEWALK- BREAK SIDEWALK- SLOPE IN EITHER DIRECTION SI�EWALK- 5.0%MAX. SEE NOTE 6 SEE NOTE 6 SEE NOTE 6 �c* TOP Of ** ** 7.5 OR FLATTER RECOMMENOED FOR .. .........: . -�i * ROADWAV �� * _ �-- * DESIGN/FORMWORK(2%MAX.) ._,... . ... .......... ..... .... .. �. �.. �. ... ... ... , ��• �� � � � � i ,k * 7.5%OR FLATTER RECOMMENOED FOR CURB RAMP ' ^ DEPRESSED CURB AND GUTTER- Q i DESIGN/FORMWORK(8.3%MAX.) � LANDING SEE STANDARD PLAN F-10.12 CURB RAMP � LANDING �CURB RAMP SEE NOTE 7 G�,�T 2�` � i S��pP AASy���� � SECTION OB �y,�e - � � SECTION A 1O CONTRACTION JOINT(TYP.)-SEE STANDARD PLAN F-�0.10 (ALONG INSIDE RADIUS AT BACK OF WALKWAV) _ FOR CURB R4MP LENGTHS GREATER THAN 8'-0"PROVIDE - CONTRACTION JOINT E�UALLY SPACEO 4'-0"MIN.OC. A C YPE SNNGLOEN IRECT ONRA"PAYLIMIT- "CEMENT CONCRETE CURB RAMP _ - ����. 9�C)Sqg0.Q'� ���� SEE NOTE 7 TVPE SINGLE DIRECTION B��SEE NOTE 7 - ����NA� Q'aG ,,,, 1"QN)RADIUS • OETECTABLE WARNING �-�JM SURFACE-SEE _ ' � �eller,Scotl CORNER S7ANDARD PLAN F-45A0 - lun 24 YOIG 721 AM �+_ PEDESTRIAN CURB SINGLE DIRECTION .� w, ... .... DEPRESSEDCURBAND CURB RAMP :..:,.9;,,:�� GUTTER-SEE NOTE 5 "� 90'ANGLE STANDARD PLAN F-40.16-03 ftADIU$MAY VARY SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION ISOMETRIC VIEW � � "'°Tm r ISOMETRIC VIEW �!a+f�res,I�6 vwin:»vM TYPE SINGLE DIRECTION A srnreoesicHe« PAY LIMIT DETAIL OC TYPE SINGLE DIRECTION B �wo:n��g�o�s�m�o�paNm.�„rr.a�.ponaro� PAY LIMIT � � � � � ,� � �� � � � ,� .:i � � :_� � � _.:� _,� :�� � � F=u._�- ..-.= F'�� �EkictdTG_^��;,�i�'i: _ 1 2 � � 1 ,� SICE+VRLK 2�'.�P � C4 l4^�_^i.`i'= ARi�5 i � ^���� -�� ``FFJrt � _ . _ .. .. �—{{{ �c , ��t=.'. j . ' — j -�.Z�1 l'� ' � � j �`___ s. i � — � _ ���°�?�` c ��•K .c rqp tia', 39 PR="•"0_DcC l�_ / �'OI"�`PiLLER ' T—� CEf�9ENT CONCRETE i ,_� PEDESTRIAN CURB � � A?�iJ=`;iAtK RA�ApS A'�i;L��v71?r3S f t ' GAGE GF AuJACcN"GU46 CEtitENT CONCRETE 6t� — � TRAFFIC CURB AND GUTTER �' ` SEE DEPP,cSSEv CUR�O=TAfL T-�:�SHr.ET F�."c v�A^.iA';ENT G�RB 12� � �E t;�^� � TJr 0,,., FLU�H'Ttt�-N G�J?T�R �. 1�� i z'R. R ?.�^�.�.tir PAN AT SIDE'✓lALK Z,� \j_i�; _ I� RA9AP ENTRAN�E � , {�, � . L?2 124 , _ i � ` . . � 'OP Q� �;�^p, ROAD'PiA'r � .�. � �. � - � -� - � � . , , v` QEPRESSED CURB SEGTiON AT RESIJENTIAt�DRIb'tV'JAYS QNLY. j FOR�04.iFAERCIAL DRIVE'I'lAYS SEE STD P�A`i?CJ2 1 6„ � DEPRESSED CURB SECTION _ F:,cE a=cu�:� AT SIDEWALK RAP.1�5 E 1:2" 5?2' t' � !e n- � 1'R. FA�E OF A��'A:�N'C:JRP � 1 i _ TOF OF ' `� ROADr`�AY � G�J?TER SUR=ACE . ? / E � x � `"--� 1'R. � � _ ti�, _ , ' / r . � R " � � CEMENT CONCRETE � . � . TRAFFIC CURB DEPRESSED CURB DETAiL , � AT R=31pcN?IA�6R COn,enn,ERCIAi DR;V�S^;.aJ3 A^du ALLE'Ig � Gr VER.AL'�`+r'TE� , See sta 9a�i F����:s'�<ar.d t.�, ,t„=•�.;-e ex�a�s�;r ard. - a�..t.._r jcirt=_caerg. 2. No!u=_ed � -�-Gec, ,��f,,� ..n�.:v� :.ti�;C�rt 8 3:�;e�S�:tiun seF S;a�Card°� c42 p Y — -ti G S`I'D. PLAN 141 U° � ` �L'r� �40u"� CEMENT CONCRETE CURBS � ,�: r. . � - . F=- 'E r ,�j ,� DEP�.R��{E�T _ Z � � �*t�� .� 1 �. 7 r.�.tBt1P-. .i;: � ._^`i.^i:t'3«F � � � � �-SEEN6iE2 \/B�R X 5/8°D DUMMY JOItiT ,,._-8EENOTE2 .l� \ � � ��^ ': 2� — O" ��'., 2' — C" to r"'---------... � \ � r � � '' '' �` i! ��''� � i � I � I � , � � , � `'�,, � � ��� � � � � � �, . 3/g- pRFM1!Ot.O�u JO?N? FlLLER j i?P)-�-�""" � ,.,'� L ..._ _._ ' :� CEMENT CONCRETE -----i —+ � CURBANDOUTTER � 5 � � � P,_.�,IV �'ES� � CENTERLINE OF S. ��� �FRAME60RATE r 6 1/2° }3• � G_,,,,, 1" (t.08'j �� ` FRAME AND ORATE-NQT INCLUDED 1 l2" P. -� � ��—1" R. �.�ROADWAY �_. IN CURB AND OUTT928ID fTEM ._. �� 9LOPE — — . , p �_3"_� io TDPOF � c. . I ,� •" �. .1�E&8 ��� �ROADWAY '�' � r C� D ,,� D ' _ D. . , p '_e....__._..___..�..�i ._ ' � . :i �.... ' • ° . o ' , . e . � __. ' o ' e >'. y � AOJUSTMENT SECTION—NQT INCIUDEp .,6� ��' '—IN CURB ANO OUT[ER BID ITEM p a• � �� �, GATCM 6ASIN-NOT INCIUDED v�; '� IN qJRB ANO OUTTEfi 81�fTFM n .' , � . _ :_°r� _ r,r __ s r'. ' �-' � , f s�cz�oN p �-. �. ,- � vEP�ERA!_ ^�J TE:S: 1. Tha irrtent of tflis design is to facilitate the removal �� of a catch basin with minimal disturt�ance of the curb. � ��� � Z. The e anslon oints of the `�; ���- � � I�,� �,v,�..!i/ .� ad)acerrt sidewalk shall �� � � �,�'' � be adjusted to be In Ilne with these airb --'� � � � e�anstan Jolnts. ;-'� � ( I l_ �.. .-�'' I ! � � f l � � F iso��r�ic vtE�nl � - ,� CEMENT CONCRETE CtJRB �• P� — 101.1 � � � + Pus�tc woRxs �NgTALLATiON AT PRQ D; O DL<PARTMr',NT CATCH BASINS DATE � , � � � � �_ExISTWG ASPHALT_ 2•0' MiN. NEVV CURB PAVEM=NT & GUTTcR � (SEE NOTE 2} � SAVJCUT � (SEE NOTE 2) ,. ----------_ a . ------__._ � � -- =---�-- . d: '6 . '• . ----._.__` , e ------�----__. � . � ° < � . _- � ' � ----____�_-�-------.__ '✓'.J .v� �,, � � , , � J ARIERIAi_ �TREET hAIt�IMUM / 7" HMA (or ACP Class B) � (SEc NOTt i), OVER 6" CRUSHED ROCK � RESIGENTIAL STREET MINIMUM 4" HMA (or ACP Class B) (SEE NOTE 1}, OVER 6" CRUSHED ROCK � � NOTES: 1. MUST MATCH EXIS7ING THICKNESS IF GREATER. 2. SAVVCUT SHA�L 8t POSITIONED 1' — 0" BEYOND EDGE OF DAMAGED PAVEh4ENT, � 3. THE fNTENT OF THIS DESIGN IS TO DESCRIBE PAVEMENT PLACEMENT AT THE GUTTER FACE. 5EE STANDARD PLAN � FOR CEMENT CONCRETE CURBS. � ��,�� o� STD. PLAN - 143 * � + PCiBLIC WORKS CURB AND GUTTER PPRO D: � � DEPARTMENT REPLACEMENT DETAIL. 2 ��N'C�$ ATE , � �, Lo_op replacement requirements i� � • Loop wire shall be IMSA 51 -7 #12 or #14 AWG in orange PVC jacket • Loop install shall follow WSDOT STD plan J-50.15-00 and J-50.12-00 �; • Loop installation shall not take place in temperatures below 40 degrees iYr • Loops shall not be sealed when there is moisture on the ground ������,E . The saw cuts shalt be of uniform depths and any sharp edges, abrasions, or ridges shall be removed prior to placing the wire � • All loops shall be installed in the final lift of asphalt designated in the contract. Loop conductors shall be held at the bottom of the saw cut by � high temperature backers rod sized to fit snuggly in the saws center along the entire loop and home run(s) and at the entrance and exit of all turns � greater than 45 degrees. If new loops are installed over existing loops, the old loops shall be removed by grinding and the grinding shall be enough to � destroy any existing operational loop conductors. ' , � ' � , � � , . � .,.�:,.. __._ _ �:_ �,�. � �- -� �"'� �-_ �--_� �" � , �-,�. �-_ � -;_ �_„ ��- � ,_ �,.,^ � � . .f �, �. f LOOP SEALANT LOOP SEALANT LOOP SEALANT NOTES TOP OF EXISTINCa (PER CONTRACT OR (PER CONTRACT OR (PER CONTRACT OR AS APPROVED BY AS APPROVED BY AS APPROVED BY PAVEMENT OR THE ENGINEER) THE ENGINEER) TOP OF EXISTING PAVEMENT THE ENGINEER) 1. Fill the conduit trench to the bottom of the existing LEVELING COURSE OR LEVELING COURSE or new surfacing with CSTC,sand or conVolled OF NEW PAVEMENT OF NEW PAVEMENT density fill.See Standard SpeciTicaUons � va•�_ v�n�E�� �n^� � f trz"v�noe � Sectlon 2-09.3�1)E. f SAWCUT� I-SAWCUT U SAWC�/TU 2. Minor Regional variations are allowed in The soft � a � rc � rc podcet closure.Consult with the Engineer or see 2'LONG HIGH TEMP � � O 2"LONG HIGH TEMP � O 2"LONG HIGH TEMP � � � � O o� � o� � o� � the Contrad for additional requirements. BACKER ROD . 3, � BACKER ROD � 3, � BACKER ROD 3, � �za^crns. LL� �p �24"CTRS LL� �v �24"CTRS. tan i �Z 3. Conductors shall be snug to the bottom of the � o? N° o? N° � o? N° sawcut.High temperature backer rod shall be a� ua.� � � LL� � �� snug to the condudors and sides of cut. m a W a m �W LOOP LEAD-IN WIRES. � �� O� LOOP WIRE . o a �F� , � p H �f N4STED PAIRS • � � p H �� 4. Fill the sealant to within 1/8"�O$/�6"ffOffl�O of (#74 AWG) � � w U LOOP LEA0.1N WIRE. . � � � • . � W� (#14 AWG) i . w U 58W CU�. P OR(M12 AWG) � � . � (N14 AWG)OR(If12 AVJG) �. � �. . o OR(#72 AWG) � � � -MN(.4 WIRES � � -ONE NVISTED PAIR ' � . . � -MAX.3 PAIRS � � � . 5. SBE Stalldal'd PI8f1 J-40A 0 f01'BddIUOf181 Jl1flCtlOf1 Box details. �e __ .e s a �,ewe _ PVC CONDUIT SIZING TABLE LOOPLEADPAIRS 1-4 5-7011-'IB77-2223-28 SECTION OA SECTION OB SECTION CO NUOFCONDUITSE �-z" z-2" 3-2" 4-2" 3-3" OADD 1/16'TO THE SAWCUT FORIMSA57-7CONDUCTORS O ADD 7/8'TO THE SAWGUT MATCH EXISTING FOR IMSA51-7 CONDUCTORS EDGE OF PAVED SHOULDER(SHOWN) r PAVING MATERIAL � OR EDGE OF EXTRUDED CURB ���\ OR EDGE OF GUTfER PAN LOOP STUB-0UT SLEEVE(1/4'to 1I2' SAWCUT IXISTING � OR EDGE OF TRAFFIC BARRIER BELOW TOP OFASPHALTj PAVEMENT(BOTH TRENCH WIDTH-SEE 1'-0'APPROX. SIDES OF TRENCH) STD.SPEC.&20.5�6) BTOANDARD JUNCTION FULL DEPTH LOOP LEAD-IN SAWCUT TOP OF IXISTIN6 LOOP LEAD•IN WIRES SAWC� SAND j 2 5IB'MIN.-3'MAX. PAVEMENT OR -TWISTED PAIR LEVELING COURSE MATCH EXISTING � LOOP LEAD-IN WIRES OF NEW PAVEMENT PAVING MATERIAL � -TWISTED PAIR SPIJCE � EXISTING .� � �. � PAVEMENT ` ' � . � . . . � `.:•. �,•_I.. �V _ CONDUIT END BELI � C NIS� ����� r 1 �� q,op eusHiNc,s�u wirri O� oQ wnsy� c�' ��m� �ETECTOR LEAD-IN �y '4 � DUCT SEAL ��p'�Q' . `�'�� ����� �1�. 2C(SH)CABLE ,��. �o SOFT � �,'� ' \ Z� POCKET — �� � �a CSTC�SAND q � �k'�`k� CSTC,SAND LL OR CONTROLLED OR CONTROLLED GRAVEL PAD io b� DENSITY FILL �O ,� z9�ts O �� ����i OENSITYPILL r o �8'J, ��fSTfl��G�� $ ����� s�ONAL �'N SEE PVC CONDUIT � CONDUIT CO DUff �'���� SIZING TABLE TO CABINET CONDUIT g���� � TO LOOP TO CONDUIT INDUCTION LOOP DETAILS �� � so'MAXIMUM DISTANCE STANDARD PLAN J-50.75-00 SEE STUB-0UT CONDUIT PLACEMENT DETAILS SHEET 7 OF 3 SHEETS JUNCTION BOX PLACEMENT LEAD-IN CONDUIT SECTION APPROVED FOR PUBLICATION SEE NOTE 6 MAX.60 FT POCKET SECTION Pasco Bakotich lll �s-03-'l� SECTION OD SECTION OE eT�*eoes�cn�aNffx oere �WmhinO�+SM�DWeTn�NdTrn�pemMon E .._ � � � � � � � � � � � � � � � � � � GUARDRlULWfTHPOST _ ___ _ AND BLOCK __..._____ SIDEWALK CEMENT CONCREfE CURB OR GUTTER SEE 9TANDARD PLAN F-10.7Y CEMENT CONCRETE CURB OR GUTfER 12" i LOOP STUB-OUT SLEEVE(1l4'TO 12' I SEE STANDARD PLAN F-10.�Y p � �i BELOW TOP OF PAVEMENT) �. �Z. LOOPSNB-OUTSLEEVE(1/4'T01/2" D BELOW TOP OF PAVEMENT) �•° < I �'�.� . p. . . , ............: • D I�I � � Y I � � LEA0.1N CONDl11T SHALL EXTENDA i i i � MINIMUM OF 3l4'INTO PAVEMENT i i i�i (PAVEMENT DEPTH VARIES) i i i i LEAD•IN CONDUR SHALL EXTEND A MINIMUM OF 3/4'INTO PAVEMENT CONDUIT SECURED INTO i i � I (PAVEMENT DEPTH VARIES) ROAD SURFACE(TYP.) i � Z � � CONDUITSECUREDINTO �f i i H� ROAO SURFACE(TYP.) i i i i i i i i i i i i i i TO JUNCTION BOX �TO JUNCTION BOX � � �-- STUB-OUT DETAIL WITH CEMENT CONCRETE CURB OR GUTTER STUB-OUT DETAIL WITH GUARDRAIL AND CURB CEMENT CONCRETE BARRIER- SINGLE SLOPE BARRIER SHOWN SEE CONTRACT PLANS FOR SIZE AND TYPE C �E �O�R 04 NASyls�F,� ��s� �� , '�'� ��� � 5 � EDGE OF PAVED �Z� � LOOP STU84UT SLEEVE(7/4'TO 1l2' 12• � LOOP S7U&OUT SLEEVE(1l4'TO 1Y1' _- '� � SHOULDER � BELOW TOP OF PAVEMENn � BELOW TOP OF PAVEMENT) � � ���k� . C11 I I _ - ______ ______ P� 29I15�Q0 ��� ����; ------ < � � � '�F 9P�r sTe ♦ � 8 � ..---'"'_ �---------------•----- �s�oxe� Q�G � i i LEA61N CAN�UIT SHALL EXTEND A � � LEAD-IN CONDUR SHALL EXTEND A ����� � � MINIMUM OF 3l4'INTO PAVEMENT � � MINIMUM OF 3l4'INTO PAVEMENT � (PAVEMENT DEPTH VARIES) � (PAVEMENT DEPTH VARIES) Z CONDUITSECUREDINTO y'b CONDUITSECUREDINTO INDUCTION LOOP DETAILS N� ROAD Sl1RFACE(TYP.) "'� ROAD SURFACE(TYP.) STANDARD PLAN J-50.15-00 SHEET 3 OF 3 SHEETS TO JUNCTION BOX TO JUNCTION BOX APPROVED FOR PUBLICATION Pasco BakoUch lll 06-03-11 tT�RDELI[iNFNC�NffA MlE STUB-OUT DEfAIL STUBOUT CONDUIT PLACEMENT DETAILS STUB-OUT DETAII WI7H �wmhinplen Smb OpermrnldTra�po�lallon WITH ROADWAY CEMENT CONCRETE BARRIER � � � � �� � � � � � �'° � �' � _ JUNCTION DETAIL"B" SEE STANDARD PLAN Jd0.i6 DETAIL"A" BOX� gH�7 Z JUNCTION SEE STANDARD PLAN J-60.76 CONDUI? CONDUIT �BOX SHEET 2 �\�\���D =:_ ,.::'" �; ' -- EDGE OF SHOULDER o :.c" � L"� '____---_______________________________________—_ ___________"' � j LEA0.1N SAWCUTS ���p��� SHOULDER EDGE OF LANE y �P') ^ THIS SHEET P. LL y /� �; W v � 3 0^ —.— � —.—._. .—_—'_.—___— 3 O^ .—_ mP'� �P—) —=c�+ �p .—. .—. _—. _.— —. 3__O. .—.�� V SEEENTRANCE _ 3'-0" S �P') SAWCUT DETAII �P.) i � � TNIS SHEET(7YPJ � � p --_--_---CIRCULARSAWCUT(TYP.) o - --------- --------------- --- ---------------------- �-------- ------------ --------------------- -- ---- NOTES N B A � B A 1 For Installation Notes and Details W see Standard Plan J-50.16. — — — — — — Z — — — — 8'-0'DIAM.(TYP.) '_ — —'—' — — — — — — 8'-0'DIAM.(TYP.) g� 2. For Sedions A.B,C,and D, �, see Standard Plan J�0.15. CIRCUUIR SAWCUT �rvp.) 3. All of the loop lead-in wires shall retum to the Junction Box. r-o^ 4. For Splice Detail, see a-a' e�-o• e'-m a�-o� 8'-0" 8'-0" srnnoN e Standard Plan J-60.15. SEE CONTRACT P�N 5. For Loop numbering Layout Details, TYPE 3 STOP LINE LOOPS TYPE 3 ADVANCE LOOPS see sheet 3. JUNCTION 6. For additional Induction Loop Details, BOX see Shndard Plan J•50.15. DETAIL"A" --"--� SEE9TANDARDPLAN.Ifi0.76 CONDUIT' SHEET 2 EDGE OF SHOULDER '^��� � EDGE OF IANE U LEADaN SEE ENTRANCE SAVJCUT � SAWCUTS(TYP.) DEfAIL-THIS SHEET(TYP.) C' `. ,���pY MASy�F'� g��,�� CIRCULAR SAVJCUT I y�' _ � ����� ? 5 mP�� 3�'�� W , LEAD-IN SAWCUT _ � �� — RYPJ z cy _ p��� W a.— —.— — _ .3, 0,- g I / '° ¢' � �k`� �� - - - - , , LOOP SAWCUT � ��'�ct'AF�I S T 8A�'� ���� 5�yy��3t c o I ' CHISEL OUT 1/B"TO 12'CORNER J's �G ��+��8 (TYP. �ONAL �' �� ____ �__'___________ ___ _____'____________ ' � REMOVEPAVEMENTTOSAW- � A I LEAD-IN CUT DEPTH AND FILL p3 F B SAWCUT WITH SEALANT(TYP.) 4���8 — - - - 5"' � �• CENTER OF LOOP AND TYPE 3 INDUCTION LOOP �_�.p�mP� I VENICLE LANE z•-o� STANDARD PLAN J-50.12-00 SHEET 1 OF 3 SHEETS 8'-0" 8'-0" 8'-0" APPROVED FOR PUBLICATION Pasco BakoUch lll 06-03-11 PLAN _ aureoEarl,EnaxcFa wte wmNnpen sia.wy.mmxranv.pondan TYPE 3 SAMPLING LOOPS ENTRANCE SAWCUT DETAIL �/ � � � � � �"` - � � � � � � � � � - � JUNCTION DETAIL"B" BOX SEE STANDARD PLAN Jd0.16 J ^`•"______''`J'``:. SHEET 2 W ED6E OF SHOULDER CONDUIT 0 � D sa � EDGE OF LANE LEAD-IN SAWCUTS SHOULDER m,P� SAWCUT DETAIL � SHEET 7 P. 4 F4 � SPLICE(TYPJ 0° (OFFSET CRIMPS) � w 3�_U• z O — —'— -- --- ---- --- '— - (7Yp) --g - �W LOOPNUMBER S=START -3r.0,— MARKING SLEEVE F=FINISH - - - � - - - � -�oa j ��^ SPLICE(fVP•) S3 (TYPJ x r C C a --------- ---- ----'---'---------------- ---- ------------"----'-'-- - O N B A 8'-0"DL4M. � $ F3 mP�) _ �W � Z LOOP SERIES NUMBER —.— --. —.— �—.— —.— —. .—.—.—.—� .—. F1 S1 F2 S2 MARKINGSLEEVE(TYPJ x CIRCULAR SAVNCUT � LOOP SERIES START OR FINISH �P') MARIONG SLEEVE(f`/P.) 7'-0" a-m e�-o• a-m e�-o• s-m g-m s•-m LOOP NUMBERING LAYOUT DETAIL PLAN TYPE 3A STOP LINE LOOPS � x x x PHASE NUMBER __JUNCTION BOX LANE NUMBER LOOP NUMBER i- -------------- -' "��" LOOP NUMBER MARKING DETAIL 2C(SH)CABLE i 4 F4 � � i i � �S=START i iF-FINISH C � i S3 i a i � 3F3 ,Q��OYNASy`SB�� �F�� 1 2 � • '�'� ����� i F7 S1 F2 52 � �"� � ,��#� ____ _ ____' __________' '__ ' — 8 A �� �a LOOPSERIES �o�y .y z9t�s O Q�� g���it NUMBER 8' `��f STe�'� \� � g �S�ONAI. �'�G ����� �,�$.• g:��i� w z J 0 1 2 3 4 TYPE S INDUCTION LOOP � � STANDARD PLAN J-50.12-00 �TRAFFIC FLOW SHEET 3 OF 3 SHEETS APPROVED FOR PUBLICATION TYPE 3A STOP LINE LOOP WIRING DIAGRAM Pasco BakoUch lll 06-03-11 � er��o�wr�NEm wh SERIE9 SPLICE 9HOWN T wd��oan s�.wPamn.M w rrauponara� ` icu: 66 EVP 4 � S 4t" St. � & � � B u rn ett Ave �' P31 � rrr 48 Ft �r � 33 Ft :' Cab Ph 08 �%�l � i = _ _ _ _'" � m � \ � � � �� , r W � PG o —_ — — — ; � _ _ W �, '� a — — — - - - �� — — — - - - � Ph 04 II —4---- 20 Ft � �� � I �, , ; , � \ J II 43 Ft � �� N �I P32 I � II � I I I I ' � IIEVP 4 � I I � �- icu: 15 EVP 4 � I �� �� � NE 3rd St I �� �� � & � P35 �� �� � Monterey I �,, 165Ft II` I� I N • � �� ' � , �� � � � I P31 II I 69Ft I � P36 II I 57Ft 50Ft I II I 14Ft 28Ft � 44Ft I +� 36Ft I �� � N � a > 32Ft Ph 01 � ' ' W� �' Ph 06 � � � s P38 � � a '`` ' � , i i � i i i � � _ � � P37 � Ph 02 m � � 15Ft �� � Ph 05 I �� N 20Ft " 16F I �I 24Ft 27Ft � II I 28Ft � c I 32Ft II ,, I 39Ft � I I P33 I I) 49Ft � II P34 I I I I � � II I ' II � I � II � � I �� � I II 396Ft I' P32 EVP 1 � � �VP 4 II I P34A �I �, �� ��u: 102 .:,, �.. ��� ��� II � � �� � N E 4t" St �, �� N -ry..� : �� -�- �� � & � �� �_,,,� i �i ii i Jehrico Ave �� � ` �� � � �� � I P33B I P33A II � �, �m w� --- -- � = I II I I I II r t;, �. �y, � x� ir � �=5� t"�: — �� �� � � — � _ �� �� .,s� �;. �.,''� �� e�e' ��: �� �� `-{-- " �--- ` �� � I I i I ��� �,;� � � , � . � � � � "` � 4 � N a - -- — — — — � > P35A �- ��� � w ;r � � m _ � — �_ �, = = P326 -' — P32A i � � � � aa .== I I � � � , .t '�� ��f�� �� � �� �� ?� €�� 't�� �fi � �� -- — 2� �`f __ —__ __ ;?,:� Ft � � (� � _ � 39 Ft ..,. � �' u4,:; — — �� �� .,< � I II ____!.__- ----� -- — �� �� �. I II P�.B � II� I �� � � , II II - -- - :�� �� � I II II I , , - ��� ��. �,,, I II II � P31A P37B I I� II EVP 1 � � - - --------- - ` � - . ` . � , - � � P(�N11iNG/�(Ij�piNG P�L!C WaftKS OE:ARTIv:EN� � � ' �1 - _ . . . . • - , .. . ----�--� � - �, - . 14 � — — . — A . _ _ —_— — �: . � - � . . _ — — — `/� � . . . . 1—,� �_ a . _ � iri. � � � � � ��`��' � � k . • ��`- i � _ � � k � _ , . • � ' " . . � co�� P����-�c fi.:�4� � . . � � . � -. �i � ' ' � � ' ' . ' - ! � - � . � _ . . _ : , • � . . . _ .._ . . f c _ . �. � . . . . _ _ _ . � � . _� - _ .. . - � . � . - . . - . -� F LO ' ' � - � � . . . . , � � � . � �. �; � � ' �� . _ � � ,t i � �� - . L./. r._ . - � �, /= M1- � • L'� 7 � - - � �-- � _`Ji�, - �` .� . SEGTIOt�I A —A � —_-- ' . � � � � . �""" � .-- - [ - �. � � � �=�. � t 1 . . , „ . .., , . , !� .� "'� __r_��_t._" _ _�. . . -; . . ,. . ' . , � � , . , , , � • v � , ' �� ' ,r--' ^� � . 1 1f.?' COkIP,�CftO _ ' . / � � � , • - .4C l;filt:t�lN( f�l•t71[�4Y ' � �. �,� �^:_-�:�_-�. l . —� . . - - . � �\ . . 1� . � • � ' � � , 1 . \`` _.. .,� , � : e.a?Sf, �G I'�I�r�rtx�r . . � � � . ---- !',17i1. CIr�O .E • ' . ��r..-� • fXlSI, CU20 h r.uii.rh� ,�,��� s�c�ir,ux , ` � . , �t,wtflc t��rsrrxc �c �����'�t�� , � . GUR£R,WO S10.�}!uX , � , , . . . f'f�Df'�SED �;(�Q,SS--,�ECTIQ� ,; . _ . . . . , - . . . , , . , , . , 6 , �� � . � . � � � _�: I l�l' ' _.,� : � ' _._Y_._ �.�^ �- = - - . . . � _ . .-,.—I.�--�'�l I 1;�1' C(l.11 �EO ; ' . ,..�_ . ,�C �,41't'lEt��'�Ot�?!dY . � – C,1'IS11NG Sltltf,��f � ..�}�FP'�' 0.1� RT:;N`I'ON . r��cr.,i.rrrh+nrrT� or� r�iutaa wo��K� _r���aNi�r.r�nF �,��r:��lr�t��r r��r�l�. . , � . �� � - , - , � LDl-���"'�N�N� bd't'�t f L, .3Z .� , � • ,. ; , � . , ' 1Rlatc�a JL �tita r/�i f�a� w�.�w�-.w�.-.. . RlfhwtF Rt.GF�P _ ; �. ,W. PATCNED AREA Mr A A � 'COVER ��, rr. <; �rr � SEAL WITH AR 4000 OR APPROVED EQUAL AND DRY SAND AFTER PATCHING PLAN '� N TS DEPTH OF HMA TO BE 2" � t'-0" OUTSIDE DIAMETER 1'-0" BELOW THE BOTTOM OF THE UPPER ADJUSTMENT RING OR A MINIMUM OF 8" WHICHEVER IS GREATER. � � � � MORTAR JOINT(S) (3/8" MIN.-1" MAX.) ADJUSTMENT RING (1" MIN.). SEE SEE NOTE 3 AND SPECIAL PROVISON NOTE 4. 7-05.3(1). „� SECTION A-A � NOTES 1. REMOVE PAVEMENT AND BASE MATERIALS FOR A DISTANCE 3. ALL JOINTS BETWEEN THE CONE,ADJUSTMENT RINGS AND WHICH IS EQUAL TO THE DIAMETER OF THE FRAME PLUS TWO FRAME SHALL BE MORTARED.MORTAR SHALL BE ASTM C270 i�„ FEET. ADJUST CASTING FRAME TO PAVEMENT SURFACE FOR TYPE S. USING RISER RINGS AND MORTAR. 4. ADJUSTMENT OF THE FRAME TO GRADE SHALL BE 2. REPLACE EXCAVATED MATERIAL WITH A MINIMUM OF 8"OF ACCOMPLISHED WITH ADJUSTMENT RINGS AND MORTAR ONLY. HMA CLASS�"PG 64-22(OR TO A DEPTH THAT IS 2"BELOW THE USE OF SHIMS IS PROHIBITED. ��"" THE BOTTOM OF THE UPPER ADJUSTMENT RING WHICHEVER IS GREATER)OR AS APPROVED BY THE ENGINEER. 5. ALL MORTAR JOINTS SHALL REMAIN VISIBLE UPON COMPLETION. Wr.� STD. PLAN — 106 c PUBLIC WORKS TYP�CAL UTILITY COVER APPROVED: � ..� ADJUSTMENT FOR � DEPARTMENT ppVEMENT OR OVERLAY w�nno�ro.�a�iamm�.� DATE �r . , , . . . �� � ' . . —�_` JL.�1�, T7��� I '\�Z t f..' ' � � 1I ��w� I � "'�1�....�y„�1:1f�,�A,I�' �� . . . ���\�1 � ��1���.� . �, ' ' ' ...1�. � lJ�/,� �~ ~ I�. "'�1.. :;nt►►� ` . . � ---. �1f�'ll:it (� , . � � �i(,I Ill�f(', � �f, l:l,A;,•;> � „ , � --� ,—..�'.. � �T�;. � � , t; . ,�„ c.Ul,lc;, "��,r,��,r i�,,.;;. �'� _�',,,�. � , �� , �14' , ' ' . � �����,����l��rl�r,t�:;,�, •....,,-..... � ;� ' .r�,,, t; , � � ����(Z.) (���Z ,� --- ��; ,�,;�,�� : . ,;�-'',,;r.,,f i � . � nvr: , � �, ;���,��;,.��;:,,r,;'; , . '� ,�' r. .. I�j i�i:. ,(•, . � , . ,l� '' .�� 7`�� n��� e �a)��; � 1' . C� {.t� ` I I �1 ICI) �fZLi1 . �. � � � � , `� . f Ic,, ;;',:r,';r,;�i•�;� ,;:,��+' a���Jt�`!�J,c��,�' . . . "'�-. „--•h-�--� ,����'.� h, �1`••ti� �1.� �I�� � 'r' '. . . . ' , � � � .. '11��'��1�I��'��:��1-,:1 � -.�...� .. �4 � I� 1� J , , /\ . / ` 1 ( � 4 i , � . ' � . . . �f . • . . . .. . , �.1� • . � . '- � �, (�-�--� . � . . - �� . . . � � �'--� . � � . � �� . . , �i . � Lnr� � . � . . `�-.� , . . s �=c,t-i o �i �_ . . . -_ -�_ . . , , , Yf�IC�� Wn1��I� � V�f_vC� � � � . [30X , , ' . ���L�M1+1�I� � ����`�u5����1 (=1�I'1" I�01� . � � . � . 1 0(�. 0��..1.�(_l�1' . � . , • . . . , `f t�,� Uf� . ., , . . � �� 1' ��/.:(�) _-�' � l �- l � ! . � _ l ) T��.....�'. �'ln���!. �����., 1. I .__ � � ._ l _ _ �- . � -- _ -- ._� �- � 1� � � � � m _ i � � FRAME ARdD VAPlED GRATE �e � �k' � � � SEE NOTE 4 CLFAN SURFACE AND BOTTOM AREF� � PROVIDE UNIFORM CDNTACT. � � THE SURFACE AREA OF THE 6ASE SECTION MUST . BE GROUTED TD THE BOTT�M AREA OFTHE nnrusn.�Exrs=_crioN. AIIJUSTMEPST SECT{Ofd � � � � 6ASE SEC'S70N � MOTES � 1. THE COVER OR GRATING OF A CATCH 6ASIN SHALL NOT BE GROUTED TO FINAL GRATE UNT1L THE FINAL ELEVATION OF THE PAVEMENT,GUTTER,DITCH,OR SIDEWALK IN WHICH(T IS TO BE PLACED HAS BEEN ESTABLISHED,AND UNTIL PERMISSION THEREAFTER IS GNEN 8Y THE ENGINEER TO GROUT OR GRATING IN PLACE IN ACCORDANCE WffH STANDARD SPECfFICATION 7-05.3. 2. SHIMS SHALL NOT BE USED TO SEf FRAME TO GRADE. THE USE OF SHIMS IS PROHIBITF_D. �„ 3. MORTAR SHALL BE PLACED BETWEEN ADJUSTMENT e� RINGS AND BRICKS PRIOR TO PLACEMENT. �Yr 4. THE USE OF BRICKS IS PERM[TTE�WHERE THE BRIGKS ARE STAGGERED TO CRFATE A RUNNWG BON�OR Y2 BOND. „� � � +`�Y o S'1'D. PI�N — 202.0� n�j '�' PUBL.IC WORKS CI'�TCE�i �A$IFd 11�lSTALLA'��22�+! �r + `'�� + DEPART�N'I' �r'�,�o M_ARCH 2O08 � f —� —! --�1 —i —t —E —f —t� ---� — E � � [ � � � � ,.:� ,_��� `� � � � � �!� ,� , �.�IL W/7Z!A�4CL��G cY��a^4N0 *�- 4�7E-'R P�(7L'�.//�tC �' ..:.t /� `� PLA�I/_ __- � Q�: / '�i1��� •' /� �;, � . �. (�i/� � ����� . � �� � � �� ,` � � ,, ,,MON,� ,i � B� � a�. �� \ ��,�`��i,�� �\��._��� . ` ____� •�. .� .�; � . � / y ( � .��•i. /'- " OVT�G1E� D/LJ. 4,�GONC. I �••'. . 3''Q.0 CL.G I . •.• •• i ' --_ � _—---- � �'� , •�: ^., oi �9 • . 'f � . i ,� .:n: . : \ ,. .� - + I P" �� i I '. •.�'�D 1 ::;� �, , ,, .;. � � � � ::._ _ ::.,:� . i;:��:�`�: r��co�PAc �A ELEI/�iT/ON I:: :•.I SAND ;:_:<.'.`� :�:�:�.>� �L10it/U�t�1ENT'GL�TdIG _� SECT/UV _��co�cr�� NO7E: Monument Case & Cover 1. STANOARD MONUFIENT CASE AN6 COVER WASHINGTQN STATE DEPARTMENT OF H7GHWAYS 1916. 2. TNE CAS7INGS SHAII I3E GRAY-iRON CASTINGS, ASTt1 OESIGNATION A-48. CLASS 40. THE COYER ANO SEAT SHALL DE MACHINEO SO AS TO HAVE PERFECT CONTACT AROUNO THE ENTIRE CIRCUMFERENCE AND FULL IdIDTH OF BEARIN6 SURFACE. 3. WNEN THE MONUMENT CASE AND COVER ARE PLACED IN CONCRETE PAUC!•fENT, A CEMENT CONCRETE BASE WILL NOT QE NECESSARY. A D O P T E D 4. SEE CITY Of RENTON SUPPLEMENTAL SPECIFICATION SECTION 1-05.3(1) FOR U��Y C,�i CITY OF RENT'ON ADJUSTMENTS TO GRAOE. e ' � � � STANDARD PLANS ' "��,N,T,p$ LST DATE:1•Feb-89 DWG NAME: H�t.-04 SP PAGE: H031 � � . , � - � C�i^v I C� L� ��� E S o � • O@ e �t o � m O � s� O m o � � � ����, �;,, o • � 0 @ m • � e �I � 6 O o • � � �i f ' �` 1 �Ilr 3' `- �" YtLLOUJ TYPE 'i' � � 30' � LiN� MARKERS . �r DOUBI_E YtLL�W CENTER LINE 4" YELLOUJ TYPE 'lld' LINt MARKERS (REFL.) � • a o a a • � 9' 15' 3' � 4" YELLOW TYPE 'I' - �, LINE MARKERS . . SINGLE SKIP YELLOW CENTER LINE 4" YELLOW I YPE 'lld' � LINE MARKERS (REFL.) � � . TWO-WAY �EF-T TU R N LAN E 0 0 � o • o o • � e a � • • e o o e ��4„ � • • o � a � �- 9' 15' 3' �� �2, 4" YELLOW TYPE 'ild' LINE MARKERS (REFL.) � �+" YELLOW TYPE 'i' LINE MARKERS I � , �" � e � � o o a o m o • o � � v • � v � 0 0 � a � � v e � o � e �r. � �ti�UMBE�R OF 2-WAY ��F i TURN ARROWS SPEED LIMfT 25 MPH ----- 200' O.C. Ir•• � SPEED LIM(T 30-35 MPH -- 250' O.C. SPEED LIMIT �0-45 M°H -- 300' O.C. � ; �Y STD. PLAN — IQ9 '��� �� PliBLIC �4ORKS CH�ii�lMEL6�TIE]M ��+ DEPART?�E�v'T MARKER� DETAIL fi o MAY 20C9 �.. � � . . . � . � � � APPROACH I_INE IG� � � : as : � : � � ssa : : � s �8�� � 3 24' �" WH i �� TYP E 'I' LIN� MARKERS �� 4" WH i TE TYP E . '(le' LINE MA�RKERS (R�FL.) �, NUMBER AND LOCATIONS OF . ARROWS � �OR � � APPROACH LINE LENGTH ARROW LOCATIONS 20'-50' 1 ARROW (20' BACK FROM CROSSWALK OR STOP BAR) � � 50'-125' 2 ARROWS (20' BACK & END OF APPROACH LINE) 125'-300' 3 ARROWS (20' BACK, MIDWAY & END OF LINE) ARROWS OVER 300' AT 100' INTERVALS � SKIP APPROACH LINE �, 8 i 3 � S 8 8 . � 9 15' 3' 4" WH(Tt TYPE 'I` � LINE MARKERS 4" WHITE TYPE 'ile' �f',: LINE MARKERS (REFL.) �` �ANE LINE �,a 4" iil e a � . m e a s , � � � , 9 —�--- 15' 3' 4,,. Wj-I I i� TYP� 'I' LINE MARKE�RS 4" WH I TE TYP E 'I I e' � LINE MARKERS (REFL.) � � ti.`tY O o SI'D. PLAN – iQ9.1 + °•� + P��C Y�ORK,S CHANNELIZATtOQ�I �� o DEPARTMENT MAR�CERS DETAIL �Y 2009 N'�' � , � ( � .r f � i f � �—` f f f � f �_ � f.,. , ,;.�,� >y � *� ':� . � �, . :,F,°Iy, �s 1 �� 1�2" _ � � < <• A � A 6 B i � � - '� � 5 e°� � � J � J .v'. ' 'o .� -� . � / �15�8 �\� 10" � \\\ � TYPE "A" 6LOCK 1YP E 1 lYP E 2 20'± '30�'± o.��± � o.�"��.� . . o.oa� o.os" � � 4"$ � 4~t � I 4`t I � . ►� � 'Q' • ' �5I8�4�8 !' —1 • � • � / �� SEC1l�N A—A SECTION B-8 � I 12" I � ` TYPE "C" BLOCK RPM TYPE 2 RAISED FACE COLORS Type 2o White ond Red Type 2c Yellow ond Red PRECA37 BLOCK TRAFFIC CURBS Type 2d Yellow and Yellow Type 2e White — One Side Only , Type 2( Yeliow — One Side Only RAISED PAVEb1ENT Ir1ARKERS (RPIbU Raised Pavement Murkers and Precust Block , `h�af�'ic Curbs ��J"� 1 � ' � ADOPTED O~� � CITY OF RENTON + � � STANDARU PLANS ' �.�'N,rp� LST DATE:2•Oct-87 DWC3 NAMS: �R,-08 SP PAGE: H007 �,,. __ n _. ..�_._ . �, ! ( . i � � f [ E / 1 � � � �— �--� �_`- � : � . — �— [ � - � � � � � . �. .� ; ' � . . . � . . i • . . . . . . . --; . ` 'i � ' , �, iq , . .I : i � . -- - . {Il'A.1 ' 'I LAQI' , ' -�. • • - i �-----•� . . HOTfl� . ,�^•' •,,, � ; ' � � � _+� tontroN lo� (omllon and moberlal a ; . . Nqulnm�nls, , tTTt I LAO� ' � �z 3 l�� Trollle lenet �Aall tonform lo Ih� FHWA , . � � Stcp ppr , Pu611tollon llandard AlPHA8E7 (or . 1�' HIONWAY �ION� and ��vEMEhT MAftKINdJ. ��a� . ' I.',j ' � '. �' " ' ' ' ' • - � . WmA IAr �xC�pllon ot Ihe ralirood crot�inQ ���j , ' �'� ! Ool Iell�rt,all iralflc Itllen ' {i i � ; ' � I 0 I�U In Atiq�l. lhall b� r4� � ,1��� 1YPE 3 Pnt�reMiol lan� Sgmbol lhall D� . ' • ' � �Y In1lolle0 only o� dNiqOalfd ''�� �� ; ` � �Irycl� lan��, �(i� i� _ ;. * ,• P.' ; i � � .� TYPE 3Rlrlpht � �•�� �7 R �.'�, ��.a�. I, � ` ��` ^, ,,�� ,� ,�.I , �j,I' �lI. F ' �1,{ l ',�ift! 1 � �ci ! � � (i �`5 ;� , ' � � ' � l '' ' � O t-i Er����f���, ,r�'�•i�.',-k���. .1............a'rKdo�.�,......,.i. I � . . �.; � � �rMno� . � ,TYP�A ' � • t'�'� (h �. :�: Z?�,T C� ' • ; ���fi�tr? .�.,,.-.�.��N �' R�•�o un��, . . !. ' . r,y , RR•T unlli � . _ � • . — i • • � 'YPE I TY . 2L l�Ff a , • : . — _ ��� 1YPE 2R rlqht) ' • . I l6HE 'I . ' - �5��q, A_�ROW SYk4�fl�LS. f . � � � ' . ,- cirv� � ; , . ., Q� .TYP ^jt'•�.• •�+ � . - i—�..I �' ,�� 6i � 2 '6° 12' 2-6 a .,�� d' i�.� •� � , , • I , ' ; . ` i A , . . ; . ( ' � . . _ --� � I 'B � � ZIKP.� 20' I . . �� �, • f • . . � � ��`��-� DETECTaR SYMHO I ' , : � } � . ��n� . . � . ZOAO CRo�S, INC � � � . � � PAVEMENT MARK(NGs SYtrIBOL • �'���R�NTI.hL I��^� ��Im�����14II�V�IIMIF1�Il11MII�111IN1w � �.cuni . _ k1;4GV+.,,�C,�l?�P�[� F;�k��ht�d . : — . -- _ _ _. � i_ _ ..� � _ �� � � �— f ( � � � l : �__._ � 1 � � �! � �,_-:-_ �, � : � :, �, � � _ � . � � . 3�_�" � � . ' ; . � . - ------'1 (� q ..2" . . .__..___._ . ..�_ ; ,1, -`.��� w�{i rc � � ' � � I � � '' � � . � _- c�, �� � �2" iQ ?q- , �' c,; O • .h : • . . + ; ••---- • ' �� � ' , �t ��, ( i I' .� , � � , 4� � � �2.�3��„3� 1 . � ..f � . � ' 1� . �, '.�1�7. � � • .,. • "' ���' � .-��o�' t,�N� n.��_�� _�I � � -----.--� . .. _, ,_ ��— — � ..o• �,�a�.,�� � � ' w��irc • . . �» . ----����,.i,��� � ; � .�1�A- � . ��� :�� .i � ��E ��F 'R0,4D LI(� � � � _ ' � ". �. : : ,._. . , �. � ; � � . . E � . ,��''��,;-�+,�..�, �Q� �":"'�— r ; ; r . : .. . � ; � r" ro �� . . :�5 �v��tre at� ��1.aw . , rrtA � � � ..�� -•- F :G r�4W . , .. � � � � . . . __ � � �.�C.:�. ��-..� ., ..� • _ :a:,��•��..Ft7..¢l" � � � ' '� �:��Y �.!���. � 1.� . . . . ' . Ir-...__�,-�,..___��_a��L�._��_,5�'�,...��--�:"-w_� �� . � I J:a f2A I.r�,. -U" ', �'10 , -""�—� , NII II I f: ' � ' M � � �����; ���NES —'� � ��1._.....,�Q�. , ,. .I: ; : � ' .. --' ��.I'. 15 �; . ..�' � . , ::;;�,,:: �' � � � I � , �----�-+N�.�-_.�� '' , .1�--.�_,_, • • �� � . ,{ - PAvemenE ,, � Mnrk(ng D�tN1s ----- .,_� •, , , � ,. _.� .__ � . I„' �� � • . ' ' �S�I . , �- ' � � Z, ?,A'�I�l.�wl —rr^ . , �7 f"' ' � f2�1LRQ�l�� ���ic�r�a�r, � ; . ... ... . " � � � � � � CURB LANE _,_ LANE _,__ '�P.NE_ �,� CURB LANE _, � I CENTER CENTER I i i IN IN i LANE LANE � � � i --- ' i I i �Y, i II 1 0' � � � � I 11 i �- I � 2a��� ' I,!►�-�-8"(TYP.)—ISTRIPE � 6„MIN.(TYP.) � '►1-1• 8"(IYP.)—OPEN LANE (TYP.) LANE �8��(TYP.)—STRIPE CONCP.ETE �INE LINE GUTTER i � � � -�'�- �TIRE TIRE TIRE TIRE � TRACKS TRACKS TRACKS TRACKS � � TYPICAL 4-�ANE ROADWAY CON�IGURATION � * NOTE: FOR ROADWAYS WITH MORE OR LESS LANES, THE SAME CONFIGURATION APPLIES. KEEPING THE THERMOPLASTIC/PAINTED BARS CENTEREO ON THE LANE LINES AND IN THE CENTER OF TR,4VEL�ED PORTION OF THE LANE TO MINIMIZE THE WEAR ON THE THERMOPLASTIC/PAINT. � � � � ti'�Y o STD. PLAN — 127 �'g�� PUBLtC WORKS THERMOPLASTIC/PAINTED RovE . ,�`'� $ DEPARTMENT CROSSWALK f �f I � �N'C� � D TE r � ____ �- _ � �� � �_ .,. _ . _,... _ .�::-=---.°:. � ' � . �_� �t_ � �� � : t � . . � " � � �_� ' : - ' I • . • . • � , -. � . . .� . i � . , . . . • . � . i • I —Whiio_ Edqo Strlpo 1'eliow Edp.o Sfirlpo � : Lano Strlpe � Yellow Edpe Stripe — �. � ._ ._ _.. ^ � ._.; � , .... �T , —_=.,� � .�.,.�' -- — -- ^ — ._ _ �_ -- _„�. �'� Ram� Lane �Idth Lane FYldth fl'yp.f White Edae strlpo • Pom Coro Strlpe. , Q. � Whi�ko �,dp�o•5ti�ipo , . rouoW �ava st�tPo . � � ��L� �.At�i� ON �QMI��CT10�1 '' YoUow �dqo 3trlpo • � � �Whli��a Edgo Stripe� lona S�t"I�?e � ; � Co�a St�lpo Yollow Edpe Strlpe — -'._._ — — ... _ _ i . �_ �r� • �� �� �� �. . . � � w�� _�� �� �� lano lYldt� l'iyp.l `^-- Lane 1Yidth fTyp.1 Ramp lano Yfldth . Whlte�Edqo Strlpe • •-- ' Cnr�'Strtpe � ; � ! . . .� � i am . - i � � . . _ .� ����GLE �,��1� OF� CQI�NECTtON � '� . � : i . . : . . Yfhit� Edpe StrlPe • I , Yollow Edpo Strlpo i ' . . ; , � �/� Mtin {�) i � �'"`- -� , . I *� ' I ':;�•. �one Strlpa � NOTES: � , -r , � �,•-�-- ^�' :,�' _ � Where ehown on the plorro or apeolilod — �y ' ' - ' " - ' - � r' ' " � - - ' ',-r',-� � In epao{cl provlelo�n, lafle mo�kern � n�oil d• used 1n.ileu of ar �upplementary Yellow Edqo Stripo Drop Lpno Stripo; Wh1to Edqe Str'ipa } to the palnled pavement markl�oe ehoxn � � he�eon. �1? �300'_ -�• _ Yollow Edqe Str'ipe � a� Youow Edqo Strlp:e � Cbre.Str�pe Lano: W��th tl'yp.) lano Strlpa ; _^'�"� ._ ^ ^ .�. ...� �. � ...� � ^f� � ----- � � �� STRIPING DETAILS. ,� rihi�te Edpe Stripe .,,,.�.,n�n eaumn n u�..anA,a n Whlto EdOo Strlpo -�'�' K,,.,�.,:..�.. � • Rpmp l.ana tYldth Cpra Strlpo • Rom Yollow Edqe StNpa Wh1te Edqo Stripo l'1� SINGLE LANE OFF CONNECTI.ON . R �/i.1�.� . FOR ONE LANE REDUCTION � . _ �,^ �� � ,1�. D O P 'r' �. � _ _ , _. - � � � � � - . �__ _ �_ � - � � � � � � � � � � � . . I � ..., . � � � , � . � . � ,i. • � ' ' ' . � � ' . . . '�. � . ' � _ . .. . �. , . Whlto Edpa StFfpe Yellow Ed9e Str�pe. � � • La o Str�a Lane Yd)dt�h ftyp. Yellow Edqo Stripe � — ''=_' — �. _ � o -�--- " . ;, �' — ��, -. .... ... ... � _ _ -� _ �' . . - r", .� i �,,,� ^ r .,,, _�� ,.. r � ,,,,�r• .� �. � �.. .� � . � �.. ' r r �+ �T� �' . i ' ��� m r�� � L4ne 3tripe • Whlte Edpe Strlp.a � � . Goro Strl{}a � �4Re ;Y11dth ITyp,1 whlTo EdQe Strtp.o " Yoiiow �dp.o 5trip.o I ' ' m ,' Lano $Trlpa 'fello�w Ecipa Strlpe 'i . i .�.Ci .� ^ "" � � �— -- — �-- II . . . :• , •: , � � - . - - ..,,� - - - - _ _ = I . • • . � . i . . L'qRn S�fr{�e IYh1�e Ectq�f Stripe . • . . , •.. -• . : . . ' � ' T 0 .LA:�E� ON CQNNECT40N _____ � ', � �/ h111e �3r.. , � ' � " • ' lane SiriPe. I Yollov� EdQe Strlp`e Lona. Tripe • � o • � . . „_,r r�r^. � . . n, . — . ._. ' ' . • ' ^ �. ��' ' � 'w�. � f. Whlte Edqo Strlpo � i � � � ' ' Drop L.qne' Sfi�i�e �' • , . � . ; , m �00' --�---� Yellow Edqc S�tripe � , • � ,, m Lane t�ldth lTy�p:1 C.aro S�hrEpe • � LQne��`•tripe Yellow Edpe Strlpe J� _ -'^ .� � -�_ ..� �y� ^ � �.. ._ ' � i � ..� �. � , .-.. . T� ... �.. .-. ._ .� � . -v—" .. u �. � , . r Coro Sfirl q � .. � ^' " _►�- Yellow Edpo Stripe v p _., � Lane }d?h� fT" r . � a Whlto �dpa Strlpo �' Core Strl "�° • ' , p Lane S�trlpe � rihlto Edpo Strlpo i ' TWO .LAN£ bFF CONNECTION ' ' . ' . .STRIPINC DE"CAIL5 � . . . ' � . . �r+�...M I761t IVMM1a�if I�wr11}�nw NOTES; ' • , ,"„`.°""" � . �� . � ttncre sno�n on tha plans or npeclfiled � � In eDeolal pravlslons, lone markers • i � �'J\�, �l;1 �J���^ ahall oe ueed In Il�u of of aUpplem�nia�y . � � � � 'ti- .+ , 10 She polnie� povemoni mor'K1nas ahow� � \\ �7-� ne�oon. � ' ' 1 .YCy ... � .lv � P T �', � � . `-_ _:.���— �.. � E _. _>__. ._...�__ � � � �_, �� . -.. __. ------ --- �•.'---'_--=_�— � �'' �. � ��.- � �..,.� � � � � ' � • ' . � . � . ' . � � .� � i , .+I . . . , . ,, � `� I .. . , � . . . , . � YeUow Edqa S�trlpa � j • Calteotor Hoad Y(fdth Co.r�p•.S� jRe Lane Stripe Tallow,Edqo Strlpe _ _. � ' .... .... ..r .. ''.}.. ...�,: _. � --- — -- — � — -^-- � • -,._- . . , . — r . . • ' ' � -----wnifia 6dpo Stripo - i � . Copentor Roqd Width lono Stt'Ipe �' To.11ow Edqe Str,IRa ' i � Ramp La�o �Idth . 1Th11�e Edq.e Strlpa -�' .�:. -Garo �trtp�: ,. . Oarc Strlpa P° '+Ft.�s1�';��"�d�.e S�Frip.a ; , � ' � d " kW}�0 8 �Ip.ai� .Yellow EdQe Stripe d c ^ _ -..._ : . � ,r,_ : . _� �� � -... _. '� ,,,� .I -' . ''f • — _. —�. .... ..� ' ='_ ._, ._ _. r . . .. . ._. .... .' � � ' •� l�hlte Ed4o Str{pe lona Si�ripe . �ana V�Idth fTy1p.) ,� � . � . , - . ,` , r: . ' . Cb�,�.EC�'Qf�-��tOAD ON CC�'N�NECTEON . . , I .. k' ' � �I . ,1I. . . ' � - • i �: Yeliow Edqo Stripo �---t'ollow Edp.o StrlPo LQnn Wldth (Typ.� . ?..;�� strtpe '. '�, ' Lano Strlpe �.•,� .-� �,. Whlte EdQo Strlpo - � _ _ . � � . _. �"_ �� _ ^ � _. _ _ - . }�`. � � .' Yellow. Edpo Stripe '�� � . •lYhlto Edpo Sir'Ipo �"""" White Edpe Stripo Ramp Lano Wldth � � . - - ~�� Yfhito Edqo 6tt'Ipo ' Colleafior Road wld?h Y�s11PW Ed4e Str�IPe . �. . ', . �� Core Si�rlpe ° �{ Rart1p Lane 141mth yeliow Edpe Strlpe Yihlto Edqe Sirlpo ��COLLkCTOR.'�OA,�D OFF CON�I�ECTION , , .,STRIP�ING DETAILS� , �'� wnM.�o..� )T�S; , . . iere shawn on tho plans or apoalflod � � o-I�, � � ' � a spoclal provlslons, lano markora • • �" �Y _ ,A. D O P T �. � iqll bD�USDd ifl Ilau� of or supplomeni�ary �1 � tno palntod pavoment marklnas ahown —� _ LL _�.� — _ � � � �� � � � � � � � � �^ � � � � � ._. � � . _ • � i '� . � ; '1�O�U.1f4�iA��,� •I NDTfiS • . . � 4 s � ' 1� �IRECTIQN�OF�ROhDN�1Y CUf�1�^ESQR BOTN DIRECTION9 OF TRAVEI, ADJUSTEO FOR THE : . �'� `b„ ; � ; • ' � 2. FLASNINC N�kRNIN.G LI�HTS tTYPE 8, MU�D1 tiaD/OR FLACS SHALL BE USED TD ' CALC ATTfiN7I0N TO TME AQukNC.E kAE2�NIN SIGNS. � ' 3. EXISTINC CQNFLICTINC PhVEMEN? k4kf�KINGS AND SIGNS NO LDN,C�R AF�PLlCAB.LE • SHALL 4F� REbf0V6D.. TEMPORAR"f Pk�fEMENT µaRKIN�G5 SHALL B� USEO TO ' � IIEL I N£A rE BYPASS DEFI]U.R. I 4� 8TPA55 AS��1R��TED�BYftTk4�NfiNGItl�ER��ARY Cl1I0EPOSTS MAY �E USED ON . � i 5. S?EADY BURN NC }hhRNtMG LIGHTS (TYPE.C, MUTCO� SHALC B�, US�p TO MA,RK . � � ' TRAF�IG EOC� ROL LlE1�ICE5 AT NI4HT. � � 6. NHERE .kQIl1�R SPEfi05 kRE 3A MPH OR LESS REYERSE TURN SIGNS �H�ULD x1-�tRt ' , @E USED. Q��}f�R.Ct��fE OR TWRN MkRNFNC S1bN5 MAY 9E SU85TITU7ED I T� DEPICT R �k[2µAY Al,I6NMENT AS NPRROFRIAT�. I t7RE s�t BAA�FLC,��BS I � ! 7. ROADSlOE BARRIERS AN.D ENO TREATMENTS S}{ALL BE CRASHH�ftTNY. I �' �`�� � . ' I xi�•� �x _ . ' S��N SP�4CIN� = X tFEET) ,. • _ It � n�ra.noeo. . M1tss M'N eoo�•. urP?e+Art�rtah ► 75�40 �RM JSO'•• . TYr:E ]L EARIIICADES Itu+o1lleed�, EXIST�HG STREAN 0 � � 4' I � ��R� ' � DTHE11 PB$TRUfTiON ���� R11•2 - �'�O^=?4�'f• 2S/70 ►RM 2D0'•• }�} : CLOS.�D Bix R��14�rtfid Ar�m � / I ' i. N�-IOL OR AA�t��1fMt'w,tNkO��I�tw. . "�Y�kl-LILI x�e��� , • ►LA05 OtTIDNA� EHAMfLl12k110 p(Y�Ki 9MC�M0 IRELT) i MI91 TA►EI1 fA1piNT M1'�1L1 loFTo t0 �9 Vi2^�O1R � '� ]Sr�s �0 10 ,��.j;0• j�' U/7 2irSo 20 �o D�of rw���G� � �� i�Hl'. •DAFIpL�E . P' � xt�-1 7ELLOR CENTDRLiN£ `� �, . � • �FLAGS O�TIONAL �o ��k�� , yh LECEND �ff/QNA4kt��,{ /�! NARNINC FLAG �- FlU0RE5CENT RE(J�ORAN6E �`"��" OETOl1R g FLASHINC NARNING.LIGHT � ANEAD ���Z Lkry�S yOYfIR06R 23 2MKI3 0 0 o TEMPORARY TRAFFiC CONTROL DEVICES EiA1�D GL,O,�IARH 'i� TTPE 3 BARRICADE � k2o-( YY�1T!'i Q:C�R31�O.N R4AD °I S1GN LOCATION - POST MOUN7 If�ORK S'i'A�`1Al•L[fi4�.P�LA�N K-1 g AHE14D �}{�E'�'�pp 7 4NEET N tYEfHENRSPEGIFIE�TINTCONT�ACT) ' T- � ADOPTED � � � CITY OF R�NTON � .�'.:�:�E'`'v::r'n"""'�`-`.�'-' . r.+ ' . : + ST�MN4ARD PLAI�IS i �ri�,G''+rr+N!""'�-'�-� . . `�� � LAST QATE: 12/20/20.02 � ' � SPPADE KO'�1 —. -�. .— . � - - � �_J � �@ � �_!_ � � � E!�' � � � � f^ �. : � � � � ' �,;. ., . . . ; ', `� .� � _ � j , . � � � ���`. •��'' • NOTES Rp�w2 � �� I fb � 1. MOOIFY R6C41LATO.RY TRAFFIC QONTROL D.EV1C&S �� � FQR 'FHE dURAT10N OF TNE QETQUR. ROAD ' � A ROAD x��-� 2• TKO FLASNfNC HARNIFIC L1GyT5 ITYPf A, MUTCO) CLQSED SHAI,I, 8£ U4ED TO MARK EACH flARRICAOE AT NICHT. eiw' NORTN � ; CLOSED c ; � 500 3. DETQ4IR TRAIlBLA2fiRS SHAIL 8E 1NSTALLEO �x/C 1 �k�� *� ' � F T TNR�UCHQUT THE DE7QUR. ti i I �1. SIf�NINC �H�M�N F�R ONE DIRECTION .ON.LY. H�•� -0ETOCIR � � � ROAb xxo-s s. COOPo�INAIIE k1TH EMERGENCY SEEtYICES. GGOS�D � "�-� '� '� � . 1 QQO �QAD�C�R��D R�i-s � . }4X �41LE5 AHEAD e,�x {J � LCCAL 1'Bl�FF1C ONLC b�d k�-SOL I� � � � N i ' : SI�,�J SPACI�t.G = X (FEET) . � ' ttu'aRoaa� �siss ►�n� sar,- � � � � , u-sen An.nla. � . . . . �d�e� JS/�10 AtrH JSO'•- � ' H3-1 ���` � . . j . U�+nen ltnN?■ 23/30 urit z00'.• �1�R�H eiv i R��14nitfid A��aa A � . I � 07fi1 J I �M C� ; AIIrIOG� ar+� Eleak �n nrmo� , ~ I � ' � uf�u of . I�� d�.�. � d� ��-. I iPIL F•�W,� N'�'� - . . � '� � � � _ ,�•, ►ta-t c�� �NE1�iT�,H .e�x i 7 I Irl��� �t o-xic� hti�o o;ufil'�G' 'I �'� ''�. I D��TO'�.UR ':9��4�1� N�-s �� �HE�D � ►�-� 1�> *oy ,�� »zu �� �,,' . • � r . ��rTi� �� ' ff�oNAl. d�� L�GENO i� � � ' x2o-z E 1� � 65� TYPE 3L OARRICADE k2. TYP6 3R BARRICADE . ;QQ,p �Rf1'D CLa'�WR'C Y'f�TTN Ol4F�1'I'E��E�'i'O,uR d SIGN LOCATION - POS? MtIl1NT CLO�ED �,Tpp{�p�p,�p RWN K-� . HEAD - . . lttEET 1 oF t sMEET ' �! AOOPTED I jx2o-1 CI"fY C1F RENTON • r�..�.n.i.wra.�+i•:y••wnwu.r � „��-,:;:.- ,�,,,,;,;,� � STaMDARD PLANS - � � �.�"r.�..'�W�w+�wr�al * �, . + � � .Q, LAST DAl'E: 12/20/2Q�2 , Trnnn .�� � . - .. - - �6 �� �s �!�' � !�f � _ � � �- �.-- � t ��--� � � "�" � !!'� � � � � . . � � .. . . . � . . , . � ; I � ' . �o cr�ll;tMO 04Yn,CE 3RApf•�lil !f`EE�1 i �� �SPACING = X (FEET) xoTEs AOAD 1IORx �ZO-2A t T FOR FL• 4Si;Gt1�REtlQ,� ry�S� • I �rt� T�nsn T�Kc�rr � � �� , , l. FLAGGER STATIONS SH,ALL dE iLLUMINAtED QURING � �S/55 MPN S00* µp(pit5 OF DARKNE3S. Sb/�5� �0 � y 0 Cli�tiq� /�r't�tlol� � � ]S/10 A��H 7S0'+- ]s/�s ap _ �a I • 2. EXTEND DEYICES TAPER /1CROSS SHOULOER. � i � 5��.' ���� � �� � LMba� Sfr��ta 3. SIGN SE�UENCE iS TH£ SAME F4R flQTH 01REC710N5 � ��' � R��14� fid Ar�,a�.i, ZS/]0 AIPN 200'•• OF TRAYEL ON THE N I GbFHA1f. � " �. R/4D_�0 COMMIlH 1 CAT l ON R�ECOh{MENUED QEF1fE,�N AA�Iqi�i or� 6ioak on or�anw � �O� urNu etMrrl�• e��lpnat�a VIS�ONROF EAGHW�OTHERI� FLACGfiRS 0.0 NC1T HAVE CLEAR • q0 • . � . I. . . ' I I � F�UFFER DATA h°oo ..q� � ^�� � ��.. i �+ OPT4ONylL IF �0 A4PH OR LESS BUFFER SPAEE • B ND '��' "�. � � • sn�o ne+ta xs �o �s �a ts so ee � ���. . RQ�p xOH� 0 0�y'ti4 �o�" M20�T�• �4an+�r..t� �s �s rto rto no ��o us /�, ��� �. i . t , �� rntc• G20'2A /.��� �O�h i' ���}{20'78 �L[ .TTHGIYtIrtCl,6 'QtT�D 4TA"SIDNAlIT � / \ � Tttt LOAOLD-1�L10117 3tikG bH71A7K1N I/'� • � � i' I 8 M1ist n�,�{,i W.tl ,r.�-F x � j �P R�0 M20'� � YA�tO 2,� 0=5 s � � ,0 S�. ou�r iRe�cx e ec i ,.�,f�+ , AHE 0. N20-1 �rtaoTt�m�c� 's.°°° '� �r � � � ROAd BE � � k20-7A ' NORK naoQr uc p��10 : v � PREPAREO b�� �. ANEAD �rta� �r;Er�o szorrn�o as,��nec�wr+ss aRr n�rcr�Kr. 05�� � : ,y ••k�4-79 ROAD ' •;RD 0 xARA � ti�' 0. f�Y . ROAD AHEAD p_1 R Z`�ot T'u��,, �' STOP ,r� � 620-2A "`> NORK N20-4 HkiT F�R 20 ��f t.6' � AHEAD P'd�LOT CkR �� . � � '4120-1 • USE TNIS SIGN ; • � � ^��` 1F. NO FLAOGERS ' ' • a �'�'� � ~ AR� l7N DllTY. i • . '"lf�'��isrt�� o�'� i Jl�NA1. t� LEG.END F�JR PU.pq El�fi� ��pTx�Tt3 THE �] F�RLL�f�'NG 5IG �S 3}��F� flE ' REOff n P TO S . P�E` THE C1 SICN LOCATION - TRIP00 MOt1.NT SIGH� SHONN ON TKP R• AN. AiI,T$fLN'�t`I4i O,N�L•YY�AY ❑ o TEMPORARY TRAFFIC CONTROL OEYIC�S TR.fkl�l�L�w�1haaLR C�O;NTiLaLL,eD 36�ZX'1 C,� 20�:��,C 6,� aR PI�LQT CkEt GA,N'TRO,{,.LED � 3T,I��QAR� F-LAN K�3 FLAGCING 5TAT10N ft�x att�Er�cn�+e�tEEr P110T CAR $ � PR07ECTIVE VEHICL� Fa�� � � N�11T�FDR AdQPTED t}iHEN SPECIFIED IN CONTRACT) (ON PILOT CAR� Pt�,nr c�R CITYOFRENTON ---� EXISTING STOP BAR fAOR R4TA0 kPPROACHES ��""`..:..,:,�-""': �n��� �STAPIDARD PLANS � /�5 N.�EO.F.D) . .:,....:.,.�n+M..�XY�riktM+:rie �` '�'-.LY'�.�t . ��'�� LaST DATE:12/20/2002 � � SP F'AC�F T{n�n� � :`.�� _ ���- _ � _. � � _� �,. ��� �� � � � � �--� � � '� � � � �� f! , � , . � - j :.. � . . � ' I . , . . . � i NOTES RF ��� o2o-2A I . 1. EXTEND TAPER ACROSS SHOk1L�ER. � ' 2. THE MAXIMUM �E►f6TN OF 11pRK AR6A CQNT QLL.ED oY ' � i ONE-1(AY TRAFFIC SIQNAL 15 40A FT. 5`�jNpL TIMINC ' SHALL BE ESTABIISNEO BY OW�ALIFIED PEFi50NNEL. � � 3. SIGNS SHALL QE RQST MOWMTE� IF SiCHAL R�MA1tL5 f N PLA�E FIORE TktAN 3 DAYS. R i f �, � ' ' +ROAD A.. ;. 1FORK -4',�. � i MEAD . � �x�s.t�a R���HT 64JFF�R DATA ' 1f20-! r�. � �: F+7�Il 1 0 � BLIFFBR SRACE • B • ' shtipn�m r� ;z ri to n so e� Of(E l �� ,J�o• • I xF-�IR ^eiN� ►f�a'1n�i«ry ta .i! .4+� iro uo rio us ROA� � } AHfiJ10 � ? stor +�� ^'r+a'��c rosqso sT�Tow�Rr TTTL L0�0{D R[7pff Sr![D Or[RkT10N R10•6 : ap, RpED ' Rtil haM1 It«e� Y20-A 8/Y � ��q�,,•� � /� MD/T 1�t�na � '�SIr �i' aMr�ln�c�l 2� ,. � ' . � M20-� ��� n,000 � ' � ,, L� - .�.. . . R0A0 �ta� M3-3 � AflEAD r2o-1 ,noo nn�c 10�0°9 o/T ROA� �� e � KN, ,� N�OR•K - • cHA 1,ibl �4s�15GGC sA�lQift4:0,FGtF� AMEAD oex��}rr r� �:a,�f �o. ... ct�cN,r�x � . 1*}1 �ARilt i'�!(OENT . �on �o �o ' i � 3S%IS JD CO I 2si3o zo �o ' " . � ART 'y�t1 0,,[t� � � � t',hm*'�'��,k�' � • ¢� ���}. LEGEND ' { '� q .SICN LOCATION : . � � ROAQ.1f.ORx �o � s*,� , ti4 TR'IPQD MOk�NT I �Czo-z� ''?� ��riz���. �� 0 0 o TEMPDRAflY TRAFFIC ; rj�ak�� ��� CONTROL DEVECES � • i 3�rn 7+'ikt�a•ft�thaf , tr0 R 2 t�13 �rn �raewar � r .� oa+- � FLACCING STATION , � lI,I.'i'B,R`,, A,'F.4L•'�Q,Ut�1�-Yl'AY ueea, Ke�aa. � ►in� •. '�'�p Rc�t�C'Y%1-.'r1YGP��R/�RY � PRATEC7IVE VEHICL6 `N'"" �"" ' INHEN SPECIFiED IN CONTftAC71 � n.�tn.r+rla�ne.� isi�o Kf+ toa•• SY,Q�`lfAL C.O,N'C'ROLL�D • °`"1`""v�.TM�°'t. S'i'At,1�DA�RD PLA�N K-4 An:.).. a�. oMqx an orn+4.� 6�—?�- PORTA�LE S 1 CNAL � ' """�•t^`T"��"• ""���"� +tteer t oF�e��EEr � FLASHINC ElEACON � � - ADOPTED • CITY OF RENTON � +ire�a.w��.+.rw..:.�p 0 . ; A�...4��^-�,�„����+.n,, + STANDARD PLANS ' �� ' �?� LAST L�ATE: 12/20/2002 i . '� � sr t�ncE ��Q-44 -- - — _ - - --- _ - � � � � � � � � !'�� �� �Fs �� � � �' � ��� � _ � � � � , � � , � ' '`V � Ij I NOTES BUFFER DATA ca�xr��,tz2na a,�c' sr�cika ►ttr� MINIMUM TAPER L:ENGTH = L tFEET) 1. EXTEND OEVICE TAPER ACROSS SHOULDER. BUFFER SPACE, ; p � TA TA Y DT� �°'�3pi°�'� ��Nt� 2s �o �s �o �s eo ss co ts 2. D$VICES SHDULD NOT ENCROAGH INTO z►rFn iurro zs �o �s �o �s w ss �o �s _ eons �o AOJACENT LANES. -�y��y �� � 10 SOS 150 20S 2T0 �90 y0p !!0 - � �r,�crH�f..t� ss �s rto Ro �zo ztp �s �a ,tts — �r�o �; ,�o �i its i�s m xn �n y� tos ttu , 3• 1NSTALI PORTAB�E CHANCEAl3LE MESSAGE TEC7TY(YEHCIE ROIL AnQ�O OtS. .R � SICN tMHEN SPECIFIED) APPROXIMATE�Y YElwCLE TYI�CA� YprtCtE rOfiED STAFIONART � iz its uo i�s sto e�o too tco tto tio 1 MILE IN ADVANCE OF LANE CLOSURE. rTrc �o�veD,r[�c�t sr�o ortrknon . 4. USE TRAKSYERSE QEVICEb IN CL�S.ED or �S� �"'�'� �'�M?� • LANE fiWERY 1000 *- A TARO f0�i5 �. . �„r, T� 2�.00o so-ss rs , 5. TB(1FF1C ShfETY DRkl�IS REC,pMMENDED �s FOR HIEM SREfiO RQkn1�AY5 AkD 1N TAPER Z Ta+ �o-cs SE�TIONS. USE f IH LIElI oF CONEs>, ;�� T� �.00a 50- S p0 6. /�NALY2E TME TRAFFIC µaI.FJ.MES TO ��S �p. ' N4�2� W20�SR QE�TEHMIME M.flRK k4QURS TO MfNINIZE �T� ' TRAFfIC IMPACTS. .ARCO T. qA00 5S 110 . ' W20-1 7, A TEMPORARY R1CHT EDGE l(NE � � � � ROCL AMEAO STOPrRIC OtStAMC( �SSI)f1i5 ORT �vo�r. � " AtCNi L�4HE CL0,�5�4£1REIRED FOR A LONG 7ERFI . • 'CLQS�O '�tQ AD � i. kt�5�o: . " W�QRK �N� C20-2A - ' A�M�EAD Sk.G�N SPACIN�G = X (FEET) ROAD 1TORK ; •n„ranooa. �s,�cs ►m� soo�.- I 500' SEE NOTE 5. L x X X N"-A�Ar?atd� � MAX. • , �„��. �sr�o urn �sa�•- R 8 SEE HDTE Fpf1 �d;�� 2,7 � urson s.fn.�f� ly��o urN zoo�•• � Ilnldmt�id Ar�w � � , Qf2KlkR . 4• � pa0 �e�i�r,. or��ooh a� ��m4� p u�r'r •a L. o..lpr+a�•a • � A � o � _ _.0 R�0 4-+Q 4.�,_A �'�'°� C_lt. ' °� — „_ __ — ._ _, . � 2'M3 N.-� \ 5EE NQT� �.. . SfE HG�E 7.:..1 I � ti�'� °'xtN I ; ��a[*+����' I � � PQ&7ADlE �M.AN.G6ABLE �"+ i 1fE9SkGE S�DCN D15�1A1'S � t LEGEND • PGMS '�Q� ,�� ��z�� �o ti~ , �I , � g �l� �t i'[sk���4 � �oNAL ti n SIGN IQCATION-TRIPOD MOLIF��'£D ' � � RICHT 1 � Ufr(E AIILE RAE N0. 1�EA 23,201� p{?p SEQUENTIAL ARROYI SICN t;us,Ro AHEAD o ❑ ❑ TEMPORARY TRAFFIC CON?RDL OEVICES 1,'.3'SfC 1.5 5EC &141HT LA�N��CLO,S.W�fLY: . �aR t�[v���,n��o t;�aa.��Y [�}]+- PROTECT I VE VEW I CL� • (MHEN SPECIFIED IN CONTRAC?I S�TAKL�IA�RD PLRN K-6 ��� PROTECTI YE YEN I CLE NI TH TRUCK MOW.NT�ED . att�r�oF t ehEEr ��—�T, , A7TENUATOR �FIHEN SPECIFIED IN CONTRACT ADOPTED FOR H1GH SPEfi� RQADNA'f5) ' CITYQFREN?ON �CMS PDRTAEiLE CHANCEAElI.E MESSAGE SiCN .�.*-�-.�n�� G S�'AMDARO PIANS f HHEN SPEC I F I ED I N C�NTttACT) ""�'"""��°'-`�""`�� + �� � ����� �. . , *}�� LAST DATE:12/2012002 i i . �v vnr.r. 7�(l�(l�� — –..�---, �_ _ _ � � � � �� � � � --- --- __ _ ._ _ - ------— � � �� � � � � �' � � ;, i �Lr_ I . .. .i � .... SIGHT DISTANCE DATA . _ MIN. STOPPING SiGNT aIST. = S . . . . . . . . . . . . . . a �PEED LIMIT 2S 30 35 �0 �5 50 S5 . . . � . AIPH � I DISTANCE 75� 100' 150' 225' 300' �T5' �450' '� FEE1 USf ADDtT10NALs0�STAMCt ��1(1TF11 RUS�S�4[. ,;� t�OTES ` i. o�r�sowT Ha�Rs oH�Y. ►rzs-� O�ACx ON 2. Rl�G10 CONTACT OETSfEEN SdORK CREN ORAHCE� AND SNAD.OFf VEHICLE RECOMMEHDED. . 1(ORICE�F�S; _ : , � Skip�nX KIt2 � HA1NTAi.N M1N. SIGHT D1StNNCE � � ��9"�l�E�QkA�T1 TD APPRDACHINO TRAFFIC. df 1roqK QVEft�ICI.E � _t—_ I� � i � � M20�1 f ORTJVCLE GM�H�EAq4E � ; CLACK ON NESS/�CE SIGFI D.ISHLAYS � ' ORkNG£ . ��,$ i s P.GMS � ' i ROAQ 1 . z � � , NORX Q R MONI4ER5 EE ►N��P . oH �nE'��Ea L ��CJ�� I � • AO(ip�RAY TO '3J4P S,TA�CE'` i ; MG�lNT TO Bi�6K 1•3 S C 1.5 SEC iiQF SN1100tt.HEMICLE /(O,tlNT t0 yAQk i ; �F SHA�OM kEN.1�LE , � `Ll Q�JC ' , 'fiT�d�rwn�m. L.ECEND '' �, *�t��n �� ,�'�4 � 1{ORK YEH1CLE N1TH FlA�SHIN6 AMa6R HARNINC �EACON ! �'�fr�jjFt�°� , � I QkAH � SNAD011 VEHICLE NITH FI.kSM�IH6 AMBER I�ARNIN6 .BEkCON �I �� • ��� INITH TRUCK M(JUNTEO AT'T6NtIATOR KHEN SPECIFIED IN CONTRACT) ' (t110:�(�LES�O.OJ�LD,ER � OP��S�tTLqI•`I Y'L1TH � IJ1�N�B lBtt�RRA�tt�iYI�NT . a�a�Q;a�o Rt.atrt tc-� . - !t(t!T 1 Of 1�HEET ADOPTED CfTY OF RENTON ^^�*'-w+,,;;�i��r�� STANDARD PLANS A+�«,WI"i+.�,W� * � + ! ' •ia LAST DATG: 12/20/2QQ2 , , � �n p.n� T1'fl,(l� � , ___ .__�--. — - -- - ----� � � �__-� f , f , . � � � � � � � � � � � � /"�- �`" � , � � I .� ,. ; , 1 . r2a-1 NQTES ROAD � � � ' � � ENO 1. EXISTIN6 CQNFLICTIN.G PAVEMEN7 A4kRKiN.6S NO LONGER G20-2a APRtICABLE SHALL BE flEMQYED OR OBtITERATED. WQ�RK ( ;I R�D 1�tlRK AHEAD 2. TEMPORAR'Y MARKINCS SHALL BE USED A5 NECESSARY. �TM��� ]. EXP�SEQ EF10S Of CON,CREFE BARRIERS SHALL BE I �I �' 1'OSTED R1C10 RICiD SEM1Rd&bD H�INTAINEfl OtJ75IDE THE CI,EAR ZQltfi k�FD ADEDUATELY x� I � SP'E�EH 575FEN STSTEM STSTEM FLARED QR FITTEO MITH iMPACT [�TTEH4I�ATORS. i I To zo�t e�1 ts�t �. STEI.DY BURNIµC NARNING LJCHTS tTYPE C, MUTCD) ca a � �. SHkL1 BE k13ED TD A4ARK CNANNELIZIN.0 D,EYICES AT I t � N1GHT AS Nfi�DED. � 0 4i 5. RQ�kDSII1E �RR1ER5 AN-0 END TREATMENT SNALL I !� � BE ERASkEKORTMY. �0 2'►t1 x 6. IMS2klL PORT.HB,LE CHAHGEABIE M65SJ�EE � SIGN tKkt£N SR'�G[FT�9) APRf4DX1M�ATELY BUFFER UATA LONCIT4JDINAI BARRIER 1 MIt,E IN kD�kkNCE OF LAHE Cl05URE. FLARE RATES • 8UFF6R SPACE s E1 " . srcEn �+n zs �o �s ,o ts' so es w �s I ,; ` x�a�o1a M1hl{MU1�A TApER IENCTH = L (FEET) LEHCiH tf.�r) SS t5 40 RO 22a 210 ]I� tIS �a3 � � � ' M?M lp�A fTpW ���� M 30 ]S 40 �S !0 SS t0 t5 �ORTAdIE CHANCEApIE � fo tos }io mi Zm �no soo sso . - NfSSACE SICN DISPLAYS �em�o� It.»T'f� �i�p� � 11 11�5• 4cS t23 2tS t�s »o toS cio - PCMS I ��M I °p Ylz•S01R u 123 tm t�s. �zo s�o tno tco tto no 1 2 a�r lIICNT ONE I � �AxE M1lE � � CLOSED AHE�O . CF4�MML�l2fN0 DC�rfti SRAGtNO GPLCtJ 1.5 SEC 1.5 SEC ND cio-zo I !� J x�-2t�� ►?++ raru tAi+cc�rt RO{�4.�GQRK so��"s �ro ro ��r�s yo �o.. - .. \ �� ; ,.._l_� J� x nf7o 20 �o �2� X�, �; 0, r ,I , �' ot T"�� "$ IHSTALL THESE S1CNS K M20•SIRf ��� ONLY IF li CAN Bf �ONE � R[GHT LANE SAfELY ON CARRIER �R 1N � " CLOSED A NIDE 1fEDUH. I ,I K � �- +�`i AHEAD ��`�,*t riTi+-��o�}r ECENO ��Q�AL tlt d SICN LOCA710N-POST F10UNTED ROAO • R � z� � I � �. I � .. P�µs WORK S4GN SPACING = X fFEET) a TEMRORARY TRAFf IC CDNIROL DEYICE ANEAD Rvrallooe. ts/ts ►TM SOC•- �H��1"�SU'RE YYRH a TRAFFIC SAFETY DRUMS ; TE�lV�FQEbA��tYGON.CRLT� �---- QDLITERA7ED MARKINGS lsae notes 15�2� � . N20'� �D0" "�tif1o1 �' �Si�o u�++ �so�+- �����'gR R"rO��DOOs STaNDARD Pi.i�N K-7 -- TEMPDRARY CON.CRE7E flARR1ER }I/REfLECTORS ' Itu�d�rtoaa. ����� aaa SE�ufiNTIAL ARR04f"SIGN �STM~*� �'�0`�" 204�� M�Identtd Ano� ► �rrao�eoic rveuc�noN a 7EMPORARY IMPACT ATj�N��1j`Q��� � f NHEN SPEC I F I ED I N � N nn�. %^�=—� "r-^�^•-TM� ADOPTED ��.�..���..�+.RR� All alpnn cre Dlack on oronQe CMS PORTABLE CHANCEAE3LE MESSAGE S1GN unlees otherv+iee deal ated CIIYOFRENTON (NHEN SPECIfIED IN CONTRACT) . + n,�.j + STAMDARD PLANS ��� LAST BATE:12/20/2002 —_� . _ _ _ �.___. - -- - - - - � � ; � ; � �- �� � ��� �� � � � �� - � �� � �- , � � i i • . . . � � ; ' . . . ; � ' I • � • ; . ; NO?ES ! . ' 1. OFIE�R MARtf�tNG S I CltS 511CH AS 1.Q0,�E GRkHEI, � ' TE�l1tl� CRbSS�IKC. BJ4H� kBRWPT L/,riE EDGE. ETC. j i SKIJ.L �E �1SE� AS ltE8�S5ARY ALOCf� }f7TN hDVISQRY 4PEE➢ SIGNS, , ! ' 2. AFLY I SOR7 SPEE� S 1.6NS AFIE DE TERM1 NE� i � 67 7E}E EN.CIN�EER. ! I. � 3� FLAOCER�STA7I�SLAeENICHTIQEO TO MARK I(20-1 : R�-2 � R�_� EHp OF PRO,�EC7 �ECINNING OF PROJECT - � E/M � �/lf RDJ@D ' aS 00 x20•1 �l1,` C2G-1 1�H. � Nor ROAd or R� . � G20•2o RpA0N1fpM N�E D � tlk � P1ts5 HORK �x ue:Es I � ❑ � r. i AHEA� � ._ 500' �_ 200� � � !l" - f�:l, Zon - ,� ; � .i . SIGN SPACE�IG = X (FEET) — — — — — ; — —� — — — — m,-�nneoa■ �sits►�rm eoo�•- � ' / % 200' — '� � � SQO' S �h Urpon Amt�rida 1, 7SMo Mrtt ]SO`•- Rurd Reed� R�w'd11ooC� TrmporofY � . fR�,1Q'� N 1x�bon smo.ta ROAD . rw.m.nt N:pRi�� 1t20-1 AOAD 1(aRIS R��TMnftd Ae�a� L 2Ss70 ►KH 200'+- xORK � � Atarkinp � � AHEA czo-zc i. tr� AHEAD . °r NEX'77�1�►iES � AAats�+a ar. btoek on ara� ��020-1 •i � �Stqn 020-1 shal 1 D• u��d Rhm t�• �"y!r.�ef.Mrrin de,�l. ..tw, NON - ttDRK�NG QI�f�$ '�'ork Ar�o I�r>qtn �xee�ds 2 �ni I as. M2o•1 I i I � ���o,xr� D��T�r� . 4`' I . � 1 � ��,k tt �srts�ti1 v IECENO i , � �, .4r��ti� .�.! � S1CN LOCATION-POST MOUNTED � �j�axAL ��� � u s e�rcec�eert z zooj � ; ��vu�a ,. g��t�t�a�ts � • NON•'YY(�RKl�t�tt3 F�4Ql�J�itS ,� . 3T�NDARD P�LAN K-8 � � 8}{EET 1 OF t!HEET ADQPTED � � � CITY OF ftENTON ,,,�-� ,..�,,..,M.,_ ` n;� STANDARD PLANS � �?e.T:+..n�^�`����-�.,�+. *—r,, + . . . r�w.i.i�� �� IAST DATE:12/20/2002 � - . cv p.►nr. T�(l�(1R ___ _ _ - � � � � � � � � _�. � � � � � ��= � �s � � �': � r . • I ' 1 . I ' . __— . . i � � I i i � • • � � � � BUFFER .DATA � S}GN S ACING� = X (FEET) M►t�ttt�uM TAPER LENGTH tL) IM �'EET BUFFER SPACE � 9 qrbon A�t�r ola �S ArPH aso•.- lane Poni�ed Spend imph) srcao Mnn n �o �s �o ts tk�ban str.s , 1Yidth 25 30 35 �0 tt.,te.r,tta��.a.�, 2�r�o urH zoo�.- t reet► tu+ctH�r..t� ss es .Qo — ourin.ia OT. rfaf• 10 105 ISD 205 1Jf,i[i���oTM �.Tr�kdri 4t t�a �1 A5 16S T25 - CHuiHElI2IND O[YICC !!'ACINO tfE[tf � 12 I25 ISO 245 - 1tPN iArER TANG61(T ' � i . � 35 JO t0 � I ZS/30 20 �o � I � � — — ^ ` i � — ,— 10' MIN r2'm1n. � �l � - 14 •b . a ° � � p E. X X . I i L/3 8 - - ROAD � 50o'MAX. Wo�K � ��NOI�LDER ' AF4EAD, � ��Q�K � G20-2A .E� � RDk� YtQRK _ i _ �,�0.� Wz 1 5 ��''�ot�u�r�'�� I � �'!k. W20-1 � : " . a t * .� Lu» , ti LEGENO � ; o/ffj�atrx����'�'`r CI S(CN LOCATION-TRIPOD MOWN'FED . � � �x� S HO.L uCER 2J 2007 ❑ ❑ ❑ TEMPORARY TRAFFIC GONTROL DEYICES � : ' PROTECTIYE YEHICLE � � SN;O�����P�gp.U�R� � tFfHEN SPEGifIED IN CONTRACT? ; : l35 MPH OR LESS1 � j . aTAN�G�ARD P�LAN K-�1�0 � , �}fEET 1 OF 1 6NEET • ; � AD.OPTED � CI'TY OF R�NTOM ' ^�*��-�����^ G_n;�,.j. STANDARD PLANS . . ' �.�'�i��" �;,;�� ' � [AST DATE; 12/20/20.Q2 ' - SP PAGE I�O Z O __ _ - � � � � � � � � . � � � � � � � � � � f,_ i ... � , � � , . I � . � . , � k01'ES -- -- -- — -- — -- —� — , _ � _ ¢ : 1. TkE S1GN SH�1FN IS NDT �E�UIRE� IF TF4E MaRK SPACE � 25 BENIN� A B#RRIER, HE1fiE TNAN 2' BEHIND TF+E CURB, : OR 15' OR MORE FRDM TkE EQGE DF ANY RQAO�kAY. � x ,.E sbn s�Acna . x tt...e� , , , a1; . a. IA:�t 00'+- 'RQkD � tJrbtfii 7�t' -r-�— ,�, -R{.�{ ,+- HflRK � � F3recni ete-t�s ElEk• : � Reslclnn�tct Areqe L ZSl30 MPH 2Q0�+_ N;20-1 � • hllalqcis qce hfock on o�^oApe . ! unl.eaa o1+Gter�+a de.e1 ,. i�ad. . � . i i NORX 8EY1Jt�� THE S�QWLDER I I i H21-8.01 I i y�s- �0 1 1 1. SHOI�lIqER EXCAVAT30N 5}4ALL �E ABRWPT M.a NIN.G S �GNS - Hq LIMITED TO OHE SIClE AT A TIME. LANE ►.DCATE kS NE b£fl pQR SITE CIINDITt.QwS SHQhl.L:O.�i E9EE TO SUPPL M�NT K;A NTWG S16N5. i � i 21 i � , MIN ; � EXIS?INC EX15 ING LANE � EXISTIN.G LANE SFt.O�tQER � TEFIPORARY TRAFFIC �,���"��N CONTROL �EVICE � t`,�a�T'"�i,y,L' . � 4� '�}• � � - � A ' SHOULpER HORK AREA -----�--------- ------------ ------------�` •r ` _ _ -----'-"-�-"-- ------------ `�`. r�'�t��?nitt�`ti� ��~ � ��`��� �f�oHAL ��'� �t 1 MfiL1GE OF CO.A�P�ICTE� ! STAQL� MATERIAL raxe n ai 200 SHQULD�ONHkORK�'N��HQURSE�710N &liQWLDg;R W�O:RK � dREas BTAPbD�RU P,LhN K-1� . tf1fET 1 OF 1 lHEET � � ADOPTED ' � ti CITY OF REN70N � ••�•r_;�-_+:�•_�y� U� STANDARD PLANS � ' � "`^�.,�1'..i�i�'h�f�:Wn:�ifi�.;l:i�::: *�si� .� ' `p�,� LAST DATE: 12/20/2002 ' SP PAGE KO�� 1 � 1 j . � -� ' KOTES PROiECTIYE YEHICLE RO�L AHEAU OISTAttCE ■ ft' � 1. MORK YEHICLE AND SHAOOFf/PROTECTIVE VEHIC�E S.H��� u5E xnRNING BEACDNS. VEHICLE YEHICLE ' 2, SHADbN/PROTECTIV£ VENICLE RECDktMEl�QED- SHALL MAINTAIN 5D.0'-10.00' OF S1CHT TrPE wE1CHT STA71oNARY MOBtiE . OISTANCE TO APPROACHINC TRAFFIC. c�Bs� , � 3. TH15 PLAN MAY' 6E IMPLEµENTED �N MUITI-LAME MICH�NA'YS HiTM LE55 � YARD THAN 10,Q0.0 ADT. � 24.000 100' 175' DUMP 7RUCX . ' ' , �. IN THOSE S�51TuA�T,I0N5 kk�RE �tW.LTIPLE VfORK LOEATIQttSI NITHIN A Ra� xHcxo srornn�c Drstx►+ci�sSu►�s o+s�r r�Yc�+[nt THEIDEtST�NCEAp.E1E'M•EENETHE ADVAtTl10E�1�fAR I�kCA�1GNTANDaTHE 1fORKµs� i i SHOULD NQT ExC£ED 2 MILES. 5. IN THQSE SITWATIONS k}tERE TFfE QISTANL'6 BETKEEN THE hPVAN.GE I NARNIRE S�6N5 kNk1 TFtE 1f0,RK IS 1 TD 2 M�iLES. A St{RFLEMENTAL O.ISTAN,CE PLkQUE SH�ACL 6.E GISED 4fITH THE RQAD N�ORK Af4�kD SI6N. I , • - t � � i 41�2l-S Yf2fl-1 � � � � BLkCK {�N ` �LACK ON , : QR111iGE ROA'[7`' aRkN�GE ; ; . SMOkJLOER �rt�R�K : W�ORK � i MOl1N7 ON •. �'��Q' �: , . $�NADO.N . I YEHICLE f bp '�N� � C;l4M�N'LI1 SEE NOTE 1 b, 5 . 1,tNT0 1'RkF IE LAN9/ ,� xr�Ax I � -. .� : � , a �"� �tc�Gt6 ItKEA ►— ., .. - f- ' '1 � ' �. 1 a`�0' ) . �� �� �� ` �� �� �� �� �� �� �� �� :y\I[� (�}�y �. p�Trk�(�� U' � �' ' � �T�` � � . i � :, � . � , ��. T� t,=,� ti. .. . � �rin� �-t �; �f�axAL ��� . '� � � . , � . '.LR.. S Nc1Yi ER23.� ._ 3 .QE�''���1N R�L1�'�I O N �E C E N D � Q�l4�tl1l�c�tlu�c��L"k�'Fl O,N St�fO�U1�6d�R'GLp,81'J;RE � SEOUENTIAL ARRON PANEL - TYPE �'8" , 3TA•F1.�LI:RRD BLA�N 14-�t2 t CAUT I�N MDDE1 � att�r t oF t er�e�r I ADOPTED TMA TRl1CK HOUNTEO �'rrEHuatoR � � � CITY QF RENTON � � ,,,,,,,,,,;,,:,,.,,,;,,,..;w:_:. n,. STANDARD PLANS �- ti'ARN1Nfi BEACON � ++!e-+�.�*����+ww}...� + . ♦ .rra*-%.�nrn.wra:n�wrr.M�w�w� ,F• ' --'�-x *��rv LAST DATE; 12/20/2002 � . � . � � � sr-' � �`"� � � _� ..t., � .� �i � � �i -� �I � _.� . - _ � , . . � ' . ; . i ' II'; �°"� . _ •�,xr.4,,. . ROAO ` '' x2t.eot va-t�n� K2o-l. 410RK ` ��' '•- rzo-t AN�AO x � � �A, � • +�=sr;o �eH zna�+- I I •�} : `fit11[�ja': =�D�eiok'pn oronp� 1 ROd�k� uil�ita t , 7i� dA�l Red. kBfl�IPT NO ROAO I � 02o-2A . � L1s�E SMCtFJ�OER ,yNEA� c2o-z�. � ' ROAn xoa� � � : A � � a e va x x x -� • I ) 1---' ' _ . ..• -- � � ; � � ��� I . I' � �� T^ . Y20-1 b � � ' . . . ENO I^ ' �. . ROAD ROAD x � I A �.�:.. : NQRK cto-2A � I ' ' I c�aa�zx AHEAD . I ��d , ' 'R WORK vR.xw r�'rn t�a�+ .� ce..+i IANE �E�� BLI�FFER DATA i�::t� � �o �s �o�s�o �ss� co cs to 1f20-1 { BUFffR SPkGE ■ B to tos iso tos 2ro �so soo Sso - - - � I i STF.EO(AfMq 2S �0 ]S �0 �S 90 SS tl 11S {tS 71S 2�S 4?S SSO [03 - - - I L�N6T+F M��t1 SS LS RD RO 220 2E0 �]S 12 125 1f0 2�5 SZO S40 t00 Ll0 - - - TYPICAL ROADVfAY SECTION A-A � BIJFFER VEHICLE R�LL AFlEAD DISTANCE ■ R t 1�EMt�OR#RY tl1� FEIC ��� t � s.yb}r7MRRtr ` I 2' NIN CCiNRtSQI �E!�1GE �[}�C TM►( LOIi�tO� �� ��ClfhtpN �ATICN ; iatl OrpR,t. C}M1.1 Lf.N,t� �ML.DR�EXI5TINC UHE�XISTIHC_ AItE . SHGnJLOER 1tORK AREA �YAI1D �+r� a�x`�' �,�---- , . �- a�m rm�ca i�.000 �so-ss Ts l�,�o�*urr, c �� , -------- -----T-------- �s so �* �ty. . �' `"' L�,ARbOTTRUGIC �•0a0 50-SS !OG � 4 i Rf}lL AMEA� ST01'FMO SIGHT D,tSl`Xh6E ASSF71tES �({'f rkY�41£NT. �of� *�����T�{,�� �,�~r LECEND � fj�oNAL 6�0 n SICN LOCATiON - TRIPOD NOWNT � NOTES � , _ S ,A�zi�� e a o TEMPORARY TRAFFIC CONTRQI DEYICES l. FOR LONG-TERM PROJECTS� CDNFLICTING PAVENENT ITIT�RS�CTIO��HOU�L.D�R MARKINGS ND LOt1GER APPLICkBLE SMALL �E R,EMQYED. WO�Et�K � PROTECTIYE VEHICLE TEMPflRARY MARKINGS SHAIL 8� GISED k5 kECE55J4R7 t�WAY EMFERSECTION (IfHEN SPECIFIEO IN�CON7RACT) AND SICNS SHALL BE POST MOUNTED. STI�W�DJkRU PLAN K-13 � PROTECTIVE VEHICLE HI TN 7RUGK MOtlNT6D aH�TtoFteHEEr ATTEN4JATOR (1(HEN SRECIFIED IN CONTRAC7 CHAM1El2Rf0 C£�f7CL S�ACTfO ItNt) FOR H I GH SPEED ROADkAYS) r.�rN r�rEn r�ncc.r ADOPTED soiTo �v eo CITY OF RENTON ' rR n..M...�'7�_.- •._.:.,.�tii+i!i`!�tc SS/�S �0 co .CJ� . �,,.....�..,.�-��.,�:,,,.�.;�,.�„ n,,- STANDARD PLANS - a..k:�r.A... uroo xo 10 t � + , �P^�� LAST DA7E;12/20/2002 � � .� l 1 I 1 �; � u 1 ! �i � „�J � �ir1 � � _� � � i . � i I �• � i � . � �� , , . I I NOTES I � �• C�t'ITE�QLS Sk(�1f�N ARfi F�R PEDESTRIAN TRAFFIc ONLY. ' - 2. USE NARNING LIC.HTS DN BARRICAD$9. i� � 3. TEMP�RART P�QESTRIAN RQl1TE5 SHALL BE CnMPLIANT � 1f•1 TkS A10.A i�E467:I REMEPTS. . ' NO Re•S � ,� 1N�kyT�A�NCE OF�A�HID�9LOCK�CE���,S�ALKR AT LEAST 50' k PARxiF� Rix OET�U�K f � S�-� 2�{"x2�" � SEE HOTE �. ^..,�, �" C E/1f ' , 57:0. 6'k�" ARR01� j S�-t ]t"x15" = A" E Erk I ! I � STD, i"x?" AIIROM • � � 51Q�Y{A�K I sr•s � � GLQSE� � '�Q��� ,z��xzeix � '�'� . - .� .� ��� STD. L"xe~ ARltdx ' � US,E QEF{ER S - ' . � � � � sr-s �6"x3G•' MQ1 Cf �Q��1.. : � I SP-T �' C dtM • STD. t"�!" kRftQw ]i"x3t,• , "y� '� ,��r �JtCY14C�IQA CO}trLIANTi � �� c eiw S1DEY1�t.K_ 5'HIN_'./ '�• 4 RA. .3 !i TRE'�N RAISE� , 1{J1LxMA7 curt�s ��o'no�ox�,Y. i Ryr ,oc SiQE�IAIK ELOSED T • . , 4� I CLOSED uSE�0��R —. � �C . U�E OTHER SIOE I ' � SfOE _ ' i _. . . � I ' , ?�� D. � � i " �,�a*�a�k�,,� . 4T "� � � ; i • I. I ' � � �� A , � . : _ rOJ *t i3x1] `O '� i '� tff�atr�L ���,� PEDESTRIAN DETOUR I ' � � S'a"` E"z',z�°' WONWORKING HOURS) � � p-��QR�S•TRtA,N TRElFR1C CON°i'i�OL AT t�t�t���sc-rt.o.rta I.EGEND ' I ��� RS•toc �TAN�D'AE�ID P•LA�N K-�l4 �ome�i�o eiK _ E}iEET 1 OF 1!RiEET CI S1CN LOCATION-TRIPOD M041NTED ADOPTED ❑ ❑ ❑ TEMPORARY TRAFf IC CONTROL DEYICES PEDESTRIAN DETOUR CITY OF REN70N (W O R K 1 N G H O U R S) ,,,;�,,,,�,,,�,,,,;�,,,`,_,,,,.,,,.., V�;p,� STAN DAR D P LAN S ow TYPE 2 BARRICADE , ������� * � � �e.w....a.r�„r.y�.�r�.�-�r,�.,�. :� .. � LAST DATE: 1?J20/2002 � 1 �1GE rr��� � � I � �r� r�i� ,...�v�ii r� .� ��i - �� �.� � _ _l � ) l 1 1 i . : 1 �� � __ , ._. . � . . ; . BUFFER DATA M�Ev(�,S#1M TAP 'R N,GTH = L (FEET) CGN A = X F ) BUfFER SPACE = B ��oN`�I*+� =y � �s I���o•�w r�v+,� �� �s►n�n yc�a.. � !S Ur0ar1 Art�tort �S/�t0 - ]77�- I!EEO 1►Rm 25 70 ]S 10 �S SO SS f0 103 }SO 20S 27D ?SO u-een S4r..t■ SSO R��thrtfid Ar�et � 2S/7fl►'M 2pp�.. t+CTM lfNtl SS /S RO (TO t20 2!p � ev+k»�• �trlaf.� 11 S1S I�S 22S 27S �fTS ,�SO {OS At�(an� or� q�oolc ori q-p�p� ntotECTttE YEm0.E R9ll A►�EAd.DtSU ■It uM�■ Mnt • �1 C�l LO�OEO��l VEMCLE rOSYE4 fTJ�TUNARY 12 t2S }�0 215. l21� 3f0 . {t0 lOtECTiV£ LDA�D 4UClfi STELD OPC1tA710}I � � ' OUl�fNf�10 O�[Ri?}�ACr}0 1raT1- v�c�E ties� �nat+i t�..t� M2o-. R9AD � � �rn tutR r �HT � r�Ro �"�S MDRK' � ROAV.IfOR1c G20-2A ors �o � ur tRuc� 2�.000 So-55 S HEAD � ���s w w �s 50 " ; nroo m ,o 2 ta� co-cs rso � u�ca rRucF aQ6o sn=ss � � ; - � ` � . 1�0-TE � . �p{r,, . x 1 •• �Pi10HAL IF �0 HPH OR lESS CO T6Uttt �� StJ!'SS M2C:�' . ' � 1 � � , • 1 . x.20ri'A Y2�'1 nat �rF�o,srorrr�a orst�hct�sw►�cs t�sY ax�rt+,�r T ` x ; . x1•tR KEEP •,xzo-tn � �A AOAD � � MORK ro►u xanc cxo-z� . � � � R1GNT Reixp , � BE HEAD. . . M20•1A x � � tT11D SIGN51 -0� 500' HA%. � � �I 100' , � �/: � X � ------------�-�- (--_�.�'�-�-p.�.�..�-t-ai--4-O��-E-a� • ij�F�-� � .e_p�- I - _ I -•-� _ �---- � -------• — �' � Q R' " � '�� ' �� --- ------------------�-�.o..�-n- - �- -a .- � ii �a-a-� a-�-Q � p�`a'1c � �. ,�i �-�-o- �---------------- --------- � ' x x x• x � n R�„_, � Yz � •.w2o��n � sQo' H�x.. x2o-t , ROAD' � i ' ' C2tr-2A �;Rp�q� � wORK RRfiPAR£D . � lF1�AD ' Sj(�+ ' j 1t20-TA ��� �� ' k •� t` a1'��� C � � � �, 8E �� . fiT� � ' � RR�PJtRED xzo ta wt-�� xzo-7A i ' 0 STDP � � , 4 ti • i � ROA�E 1�FEXTENO TARER ACRQ55 SMDULDER. *a'f��°tt�t�ti� ��~ IECEND i � AN�D fj�QNAL ��� 1� xzo-� �• IF EXISTINC SIGNAL 1� RRESENt. SICN9l � � � Raao SNALL BE SET TO ALL RED FLASH M��E' OR �pyEUDER 2 toos � SiCN LOCATION-PORTABLE NOUNT nzo-2A Ap� � xaRK DE-ENERGIZED DURTNG FLACGiNG DPERATIONS. q SICN LOCATION-TRIPOD MOUNT I ' HEAD x2o-1 4I�RS,LCTIOM 3. IF THE LAkE SHiFT 1S SHORT AHO HAS l.pff�CLOSLkRE � SHARP CUR�ES I30 MPH OR LESS) u5E SIGN TF1�RL�LJfiN�ERQ:AiO1fY�AY f4 FLACCINC SUTION I 111-3 'IN L1E�1 OF SIGN lfl-�1. � o a a TEMPORARY TRAFFIC CONTROL DEVICES SThN�kF�D RLAN K-15 iliEET 1 OF 1 SHEET II � IMHENCSPECIFIEDCIN CONTRACT) ADOFTED CITY OF RENTON � PROTECT I VE VEH I CLE N1 TH TRUCK MOUNTED ,.,...,..:..R,�.c,.�,�.....�.., �� STANDARD PLANS AT7ENUATOR IHHEN SPECIFIED IN CONTRACT ^-'�^�^^^''^�"^^ + "'� + FOR NIGH SPEED ROADNAYS) �^����'� J *Q� LAST DATE: 12/20/2002 � __ : : . - S P... ,... ��►� � .�.� � .� ..�� ] � � � � � � � _.� ,,,;,,� �.�� i� � :� � � i ; . . 1 i : � . , � , BUFFER DATA '�0'��' � —''ROAD 1tORx MINiMUM TAPER LEI��TN = L (FEET) BUFFER SPACE � B �A �1 ��2o-za `�n� ��� � s�m n�m z� �o �s �o es so ss xto-� � , i�.°.t� n �o �s �o ,s so ss t � to tos �eo 2cs tto t�o sao �o �vi�cfH ir..r� ss es co rto zio tta us a � , nrotEcrrr[►�a+aE Ral u+uo asru�■n � ; �i fts tcs rn �s rn sso �es TTPICAL LOADED TM��`�j ppiT[C i7AtU}IAR1' � ' K i' 12 t23 110 2�3 JZp ��y �Qp ��p � MOT6CTM£ �OADE� 1fF&}IT StQD Or($ATION .•�1f20•7E i I . YLMCIC nesi (R�p1V l}M11 �� - � ;1 M �:,� �_ ( CNAMMI,l12R10 CF�94 SP�Clq IfCITI 1 TARO . t0- �i� �� . Ru+'vlRooE■ � � !�?M SOQ'•' Ar£ � ��M Mlur iRVCR 24.Oo� . SO•SS 1S x .1 UrDan ArR�rla� /�0►MA ! ••• ,i � ,S M20-7A .� u-ean Str��f� �SMf �o ta 2 TON ��0 40•t3 ISO ;� R�qd�ntfa Ar�of l 2S/7D 1TM 290'�• 2y/)0 10 �o CARCO TRll[C 50'SS 100 •� CU�A�+���Qt�trtaf� � , � . Ah�IQn� aY �loak o� era�.p� co-t5 � uN��� o.rMr.4■• a�Ip�at.A �T� � ••O1'T14NAL iF �IQ NRH OR 1E55 CARCO TRv¢G p.000 S0• 5 "t50. � j � K � •�M20-T6 yt-2L M20•5d M20•1 R9ll A11EliU 370f1'fy0�D15? IaS(RrCf'OfC1'R!A..._. MZ�•TA ...___QE� . . PREP � �iat t�[ N�9hK ROA�1t011� G20-2A , r 1 ' � 1tEA �� i � .M� ��ir , x 1' . ,_ . - -"'- - ii . . .a.a.l.'_" ""-""""-"-'- ���� �� ��..�..�.���'����������-a.'� ■��t�-ty� -ij� 1�;•■ •1�f� ������. "__r Y_�_______�__��_'____�� �..�.1� .a.���.��'� ■11 � I.� Yt`��'�_��� i__�_�_������������. � }� w� l�-e-�-►-a-.�_�y_M�y��� ---� "": �Yt'1.� • ��� • � i� ' i r" ,^---- "^-------'-"_""' -,_'=• -- '�-'-'-----�'-'-^'^- � jl"'�'----- �--- -'-"-'---'-""""'.' � • . '. X 7C X - ' X X . j L/2 50.0' NAX. •Roao. 1 ,xORR • �I4�tt�[ . � i T , IROAO RCA'R 620'2J� . . hatti � . �� - �I�� . , Fn[ID '�I ��S j��• ���.Xf xzo., u,-2� ..wzo-te �� Wxo-7x D�o�ru,�,�c x2o-SR �! 4� �I I IEGENO --� �� " NOTES ' - '� �' � •�N20'iB �o ** �ut� �� `�i x2o-U i; 1. EXTEND TAPER ACROSS SHOLILQER. �t otsTti� �j' rr o CI SIGN LOCATION-TRIPOD MOUNT ii K 1 2. iF EXISTINC S16NAL IrS, PR65ENT, SiCNhL �ONA� �� � FLACGING 5TAT10N �' SHALL 6E SET TO ALL RED FLASH MOOE� OR rp��ER Z] 200 i� � DE-ENERCIZED Dl1RING FLAGCING OPERATIONS. ��RSECI.�O:N a o ❑ TEMPORARY TRAFFIC CONTROL DEYIGES iI x � �'���.� {.,At'iL'CLOScURB pD� SE�UEN?IAL ARRDH SICN �i ro FNSLA�NLRof�DW�AY ROAo.xAR� �� K 3Tat�R�t�D PLAN K-4 6 � PROTECTIYE VENICIE ' . ' �' cxHEN SPECIFIED iN CONTRACT) �ao-2A x2o-i � s�����E� � ADQPTED , �--rn PROTECTIYE VEHICLE MITH TRWCK MOl1NTED 1`� CITYOFRENTON Fi-,-�-1� ATTENUATOR (NNEN SPECIFIEO IN CONTRACT f OR H I CH 5PEEb ROADNAYS) .-.«.,,-!r..a�••:�•+�•.,�:•■ �A:1"� STAN�ARD P�P,NS . *�:r.a4�..w'hyJ��ir.�w+��t -_, t . . ' �'�iwlnMiii�rt�rk5w:.iR 'j'j� -Q� LAST QATE: 12/20/20,02 � � . .' _.. � , � � � �P PP r=Q ��1� 1 � � _ � � � _.� � � � � r� -� � . . _. _. . i ; � � � . . .� ; � ; � BUFFER DATA SIGN SPACI , G = 7� (FEET) M�NIMkJM TaPER LENGTH = L (FEET) i • a �s �15/5 MP 500'+• BUFFER SPACE ■ 4 t,lrbon Art�rlats ;JS/d0 R1P11 35d•+_ L�'N� Pos{�d Spaeq lmp�1 x .OTH ZS �0 35 �0 �S SO SS �� � 25 �0 75 �o �S 5o SS RuralRoc�da � . � ��t�. Ilrban Sfrr��s �u/30 ►APfI �ENciM Ife.t� SS t5 RO Rp 220 �ep S� R��Id.rr�id Anes !, 200'*- 10 105 150 205 270 150 50a SSo Mp����E� ar ti R dueir»u OTstrTcta ; I .,K„�,[ rYr��yp�� ��p ST��� AA�iqna or� Diock on�oronq. I1 115 165 225 Z75 �!S SSO 605 , Trrc �o�OED xE�CNT S�EEp p�{(7fph ucww olhKrwia• drsTpnat�d. 12 125 100 2�5 320 S�0 600 660 aes� �mre+r tt«ri � TARO Z,� 4'HFlfN61,1{� FS�l��`.uf IFEETJ Du� tRtKF , , MPfI ... "T�i., R .�.:�T � � T M20-SL nofss 1 • en 2 Ton �� JS�KS 30 60 `"^ti°.TrtucR x2o�t � n 2's>3o 2'o I�o K�-2R t[tt Wt i tor� - . t+�RCa TM.Cx q.00a yp S o j A�lfE��AA 'RO`IiD'. . kdRK na��r�.o stortr+c orst�r�e�swucs oRr t�'Pzr+�xr �� ! ; � AMEkD ROAO.ipR� G20-2A � I ! � x x 500' HAX. I j R 8 i u � -�--�„�,o,- R � �- _1`�_'��--------�------- -R-• ^p Q �_-.._ ..._- � -----^---6_ °__44lp P_-�-__---...^_--�'�- '�'¢ ------------------ - -�-p--4- - -�--n..-.o--°-�-�� '__----""----_"' �'-- ' I -- -� � q p p I � z X a �` '.. _ B R'F- I ' ' SD0' H�IX. C2Cr3A , �RbAD . I 4!"x2�+4"R01�4 1[ARA •, �AD _' - I' 1 6/0 �\,��Q�jNc xzo-► _ lfxi UaE �, � � , '� AnNE�110 ,u� 2R F�CH5 i D�SPLAYS __ 4 � 1i20•5L 1 12 : , ,d ; ,Y • GENZER LlMI'6E0 �a,. {� axi� ti� r4 LEGEND ►.�rrE T��,�. • NOTES tf�,ariiti*�oC�' --�- CtoS6D ' 1. MAINTAIN A MINxMUM OF QNE ACCESS POINT FOR EACH ��NAL b U S1CN LOCATION-TRIPOD MOUNT 1.5 SEC 1. SEC BUSINE55 NITHIN HORK AREA L1MIT5. � f10� IOCCItr�m ♦� � � f�� N�.'/£MEER 2),I003 - �D SEOl1EN71AL ARRON SICH �� ��, or I clo.uroF� LFsIjT LA,kt'1R"AIN'JJ �E�['iT�R 0 0 o TEMPpRARY TRAFFIC CONTROL OEVICES �R���'�'��'�su� F�M+ ��.A�L�1L"R0�41MA7 � PROTECTIYE YENICLE ! $T�N�DrkRD P-LkN K-17 fwHEN SPECIFIE� IN CONTRACT? �+�+�y� � + PROTECT I VE YEN I CLE M I TH TRWGK M041NTE0. � ADORTED ATTENl1ATOR IMHEN SPECIFIED IN CONTRACT CITYOFRENTON FOR NIGH SPEED RDADHAYS) STANOARD PLAN.S CMS PORTABLE CHANCEAE3LE MESSAGE SICN �������^ � ...�_.:,.�r..,.:...i...y�� �•"�� IkHEN SPECIFIED IN CONTRACTi =+����A �Q"' LASTOATE; 12l20/2002 , . SP PAG� �D�LL7� � � ; • _. � . � � � � . , � � :� ��ri� .� a�.+�;.� � � a.+rJ _-- � i , i i . i � � i , i - i i � BUFFER DATA MlhttMUM TApER LEtVGTH = L (FEET) - CNA!lFLRtfC 0£YfCI StXQ1C fFEETI aIJFFER SPACE ■ d �o�N ►n.r.a sp++e nr,vni irt,r.artooa. �srss urn soo�.. ►n, ruER r��„T 1 Mtf � ]0 �S t0 �S` SO SS U'ban ArtK1d� �S/�0 vn� 7sa.• � St[tD hrw 2S 30 JS �0 tS SO 5s u-Don Str.�t■ IS/t5 30 c0 10 IQS 15D 2�5, 2?p �Sp ypp Ssp fl��ld�nftd Ar�of � 2S/JO Yr}{ 2pp�•- 25/]0 20 �a LDiCiH tt..t — — — r}p �p np,,� Ew1r»f� Dlstrlot• � � � � 1t I1S ItS S�S .2?S t7S !SO t03 AA�Tpr� orr Dlaak on eranq� - . uN��� ofMr.l�■ d�stq�at�a. YtNc1C tm�1l v4�GL[ rosTtD STATKMAI�T 12 � 1�25 11D 2 Jt0 ' 100 it0 TM lOA�iD �1(1Q{T Stff� pR�Rtf� ' , . 0.M7 M+M! [T�.f1� • . �TAlIC I . DUP TRUGC 2�1:Q00 . �� 1(20-1 R GC , � � _ �� a°°o ; � 1 wf•tA wi-�� }lORK �tai ' rvo ' : kMEkD q,,00C R�"Tt� rtco t eiv, ; � rta.�anEw siorrxrc orsru,cc Rs ,�AiE�Enr ��o-za trNo stcNs� _ • � ���� � - 1t0AQ:t.OR1r �16H.i i - � I rt liz x z .. . _ . . . . . p _ M i •� - e 4 • � : � - e • 4 t � I R • • . . . p. .I • • . � Q b:i i ♦ •_ � � � � �. .� j �i � ■ i • ��\ ��� I� N �N * � • . I � i � ' � _ _ � . K • K q i M i . � ' � I � � A4a F.VdC. � . RQAO ; 1 I ROAu�ort� xQRK i � � czo-zo vt���•Zr,y AFiEk .. � . � i ,�01 Tu�f� � LfFT Uuf£ � ' 4� � x20-1 IlFI�1l0 u�-2tR1 ' NO7ES LEGEND • 1. FOR LONG-TERM PRQJECTS, CQNFLICTINC PAVEMENT r'.> *t"_" 1' }~~ x20-SI11 ' REMOYEDSOR�OH�ITER-ATED ASA�Q�115A5 PRkCTICkBLE. tfj��xA� ���` m SICN LDCATIDN-PORTABLE FtDUNT TEMPORARY MARKINGS SKAIL BE US.ED AS NECESSARI' Ct SICN LOCATION-TRIPOD MOl1NT ANO S1GN5 SHALL E3E POST MOUNTED. rar ueE s�,ioo� D�D SEOUENT1Al ARRaN SICN , 2. STEADY BURN�N�G N�ARN�N�G I.tOHTS (T1'PE C, All1TCD) • t,qH,p Q,�.p� SHALL BE US D T'0 Mk K CHANNELIZING OEVICES •n.iRE�-,L�kNER�Q�kDYf,Ay ❑ ❑ a T�MPORARY TRAFFIC CON?ROL DEYICES. AT NICNT AS NEEOED. ' 3. IF THE LANE SHiFT IS SkORT AND HAS SHkRP CURv�ES STANDAR� PLAN K-4� � P1(�ENCSPECIFIEDCIN CONTRACT) (30 MPH OR LESS) USE SICN k1-3 i'N LIEU DF SIGN MI-�. etr�rta°�metr __ ADOPTED � PROTECTIVE VEHICLE Mj?H TRWCK MQWNTED ' CI71'OFRENYON ATTENUATOft t?IHEN SPECIFIEQ IN CONTRACT FOR HICH SPEED ROADaAYS) , �^4�,,,,��+^-�� ��;j STANDARD PLANS �:�,+;:�.���;, " �k�� + . � LAST DATE; 1?J20/2002 � , ' . SP,:.,,.���C�� � ,,:� ,�..� . -----� � � � � � ' � _ - � � � � . i . . :. � ., . � _ , . . ; . , • --- ; . � BUFFER DATA S�GN SPACEN� = �( (FEET) MINIMUM TAPER LENGTH = L (FEET) alRooda ��/S M H 500'+- BUFFER SPACE = B ��nE ro.r.e sQ..e �mcr,� Urban l�rtertala ; 35M0 H 350'+- MIDTM 2g 10 �s �o �� � So �s �o �s So 55 f tettl �S -SO 55 Rtirrol Rocrds �ENctn tt..t� �s ts ¢o irp np tsp �n Urben Streeta � to 105 1so 2os 270 �so soo sso neohcmt rv+at rtat�nuo .R Re'siderttial Areas 1, 25/30 Afl'H 200'+- HusTnesa Dlstrlcte ii 11S tiS 22S 2!S t7S SSO cOS YEMIE T17fUl Y4�Cl[ r4IT1.� STA110NAR7 ' rnc �o�o�D nt�r Sa[Fo q�p�t11x1 AIi siqns oGe black oc� qranae � 12 125 1 do 2�5 32o S10 C00 660 aas� krqt�l �}Nt� UNE6S 01'AE�M�DO de ianotear. ; 1 7ARp . .. . . � . 011�TR11C7G 2,'�� � ,s C�iu�ic6�,rtrtiG ` tF6En x2o-� : rorr 1�f . .: • . . ...�. -' .11GecFT anco T� n•Q00 p � eA ao,to i toN ' �35Gi5. 3Q GO . �NER� artcw tnua '0.0°° so z5/`3p 2b _ . �b Ra�urw zroK+�c afrar,ec�s, ortr ,y. _ , � 11.20-5MO.D Ifl-4R R4-7b i Bix ��2D-2� I t F4LR SICNS? � A9A0 IOmS � � � . � � � 500 MAX. � i� � - - - I � � u �����������.�����r� . } ��.�rq.�.4.�7�r�1����l�T�'l��y�M����a���L�0.�0-��-� �.-I� .��J��4.�� ����.�� ��� ���'� ? ��� '-"- "'----'----'-Y�-a'.a.-.a.-�'��'-����.�.w�.�...��� .h.f.a.a.e..e..a.y�ia_ a�� �.- ���-'�'�.�'�"'-'s��"�- ------'� -------------------- ---�--�--■- ---�--0--1--'- -L--- - --- - - -------------------'�--_-_- 4 � � q � p X " X p L 1�i2�N,• , lrt " R� ln �n z I � ' MA . Ro�o � � G20-?A m�a i�+1 ��*�y o.Xr�,c woRR AHEAD . qvtluwS , . � QtSPLAYS ,�a� kct�� .u0scn i �� H2O-1 �•_' HA-2L - ' Ifl-4�L P MS i NOTES N20-SR 1 � 2 ' 1. EXTEND TAPER ACROSS SHOU�QER. +o ��n, � .�Y LEGEND �N7ER ��t��riT��� .�' ���. LIMI�tfD� 2, MA1N?AIN A �11NIMUfA OF ONE ACCESS POIN7 FOR EACN f � c�oSE ��� BUSINE55 HITNIN NaRK AREA LIM1T5. l��K�� d� � SICN LOCATION-PORTAaL� MOUNT 9 . 1.5 SE� 1.5 SEG 3. IF THE LANE SH1FT IS SHORT Af1D NAS SNARP CURYFS �ro. q SIGN LOCATION-TRIPOD �1�UN'f (30 MPH OR LE551 USE SICN 1f1-3 IN LIEll OF SIGN N1-�. Fi�ld Icoot• otti laat interi�ntlon RI.QH'C l-�kNB C1.03URE pCfl SEDl1ENTIAL ARROH SICN in edvanc• �t lorn olc{aure. 1frl�`1 I.A�N�L 5�41'Fi' i FIVL�L�N�H RQELDWAY o ❑ ❑ TEMPOR'ARY 7RAFFlC CON?ROL DEVICES ; ' $T1�iL`li?ARD FiLAN K•'19 �� PROTECTIVE VfiHIGLE NITH TRUCK ; ' STfE£i10f7SHEEi 1�,A:u 1.�OUNTED ATTENUATOR � • ADOPTED IMHEN SPECIFIED iN c�NfaAcrr CITYOFRENTON cMs PORTABLE CHANCEAflLE MESSAGE SIGN ,.�..�,..�,�„�,,._:,;,.,;., � ,, STA�lDARD PIANS fMHEN SPECIFIED IN CONTRACT) ��--��rrr«-�+3�+"� + t R_ .t�t�'..��nw�.wM�.r�#�wrGy � *Q� lAS7 DATE:12/2012002 SP PAGE .[�.O�.� ■ � __ � � � � ' 1 � .a� ��i � � � � � � � � ,- � � _ _ . - - - - — — — —----— � � f � f— � � ' ' �"'�.. � � � �" � � � � � � � � � . , ; . , � • � j ' I � � ROAD W20-t , , . . � � i KOTfiS _ AFtEA� _� . � , 1. NO LEFT TURN SIGNS ARE TO B6 USED � I � Q I * � i F TRL�FF I G 1�OL�JMES A�E T00 H I CH OR x2o-SL I I 1 ; TH�R.E I$ A SI6RI�IL 0� RATIN.6. CLQSE LEFT TW�iN PQCRET IF THERE IS ONE ON 'l[FS WE ; , . ' TKE 5�0E STR�ET. a� � -� c2o-2� 2. FLASM�k� N•ARNiNG IICHTS fTYPE A MUTCO� AHE�lO I I � ; ���� � S}4Q.1l4. E �SEO TO MARK BkRRICAD.�S AT ' j N IGH'1 M,�2� � � I � � � 3. STEkDY �4tRN1NG 1f�ARNING LICHTS ITYPE C, ' I ' R�'� Ml1TC,0) SHALL BE USED TO MARK CHANHELIZING � .� ' I . R�x QEYICES AT NICHT. '� � �SEE NOTE 1.) �. FOR LONG-TERM PROJECYS, CL1NfLIC7ING PAV£MENT ' i , R� MkRKit�GS NO Lp��,ER APPLI�kBLE SHALL BE C20-2A S •� � . REMQ�NED OR Q8l1TERATED. TEk1PQRARY MAQKINCS t . ,� � � AHEAa x2o-1 SHkLL BE US�D. Ro►o troR1s �� — - ---- .-- � : . . . i I {i (SEE MOTC l.f i�-- _- j_�_---_-Tt'P.£ 5 L ��i I Qj � ��� •-. . '��1.� B�RRtCkOE j 1! �,_, ,_i ►�nnn,w TArcR�u�crn �� ir«ei � ^ �i� !R3�2 � 6/N j i I �� Y��M !'o�f.eE SO�rE tR+pAI � � R� �� !�„f1 25 ]D 75 �0 4S S0� 5S --'-'-"""'-��.�_' i ` 10 l03 LSO 2DS 2T0 �SO �00 SSO �� � .:�1 � '�p� G20•2A 11.. 115 1ts 22S 2S5 �]S S�o iQ5 R9A0 � �lY x2o-t yq� I '�� � ! ,�� It t2s fao z�� 12p s�o �po eco "�"° I � '� �, M41 T RS'7fRf -�� 8/1f S�CJI 7tACTlC •X 4}�af1 � Rvr:otRvAd• ' %ISv�S�uf'tl 500'.- I I � � , � Urban Fr�irJ'bl� S C sfCN 7So'+- R\ � R3�2 R i chrtil.Id�A io�� 2Sf)0 It!'H 200!�- ROAO�01t1� I ^"� �� R3,E R/M ewiri��� Q1at1'iota � � C20-ZA � � � � � � 6/x l SEE NOTE 1.) u�ii:i�a�iMiikai�aipwi��a. �,1' �� �i� � � R I ���r�,� i fi� C1urwEt!z�a vcv,c!srApren tt�a» • R4A�� FRN tA'ER rAk6EH sotto �o eu a I .a � I 4 1 � ]slas 3o w �o� *� �u» �� r`' I�NEAQ x20-1 ' 25i10 zo �o �ff�ONA� 6��`� IEGENQ � x Ho;r�ut+en 21.zoo p SICN LOCATION-TRIPOD MOWNT ' �1 SIGN LOCATION-PORTABLE MOWN? H�ALE ROAD CL03.lJ�fLL n a o TEMPORARY TRAFFIC CONTROL �QEYICES I ; � TYPE 3L ElARRICADE ' 3TAN�QARD PLAN K-20 !}fEET 1 OF 7 SHEEf aaa SE�UENTIAL ARRD1t SIGN � ADOFTED 0.6L I TERATED MARK 1 NCS (SEE NOTE 4) ti �CITY OF RENTQN � PAINTED TRAFFIC ARROYf (OPTI6NAU ^*�R+�*•Rr�..: .�-� U A;. STANDARD PLANS �-.-.-."�''*'�..-��;.�"`.-R..��.� � � * --�-=� •$�- l.AST DATE; 12/20/2002 � SP PAQE ��020 - - - - - _ ---- — � � � � � _ . � �R �.. � f" � ' ' �� � �.� � � . i . l � • I' ' 1 • , i . �seE NQ�E ,�I : � . Nz�_1 �, •� . . � � i NOTES ftOAU " ■ � � � I , _ 1� C�NDITIONS,��Cl0.5E �EFTSSARY FDR TRAFFIC I � I ; iRp1p� C2o 2A TN�RE IS OAEE ON SIQE STREET.p�CKET 1F • i ; x2o-1 2' SHRpUHb�BE�S.E6�T0 MARKS6kRRIGAD�.�SMATCO) , ^ i i ROAD N I CH�. � 3. STEADY BtlRNIME 11ARtiIMG LICHTS (TYPE C C2o-2A ' RpAp� . . AlSF,AD MUTCD) SN11LL BE klSEO TO MARK CMANKEL I�L I NG � � �EYICES AT NIGHT. X _ i I .. . . i. �. ______ _ �...L x FOR LONC-TERM PROd�ECTS, CONFL,ICTINC PAVEMENT � � aTi�t�4t�oE MARKINCS ND LON.GER APPLICABIE SHAIL BE i . i' � � � R�MOVED OR OFiLITERATED. 7EMPQRARY MARKIHCS ' � �' i : a SHJ�LL BE USED. �+ i � _,`., i R,.T �i � . i � . . —. — — � BfM i i — _. 1_. � � i 'R3'2 i� ' j � � � � � R�M. i� : KSfE NOTE 1.1 � �'��_^�"_".."'_��"^�' 1� . ►IRII�UM TA/LR LRfGSM .L lf.Nti '�" X Y tkT �O�lW SpeW fen�Mtl . . � ____i.___��_ __ ___ t 0 NXXI i. AP1f4Rx C20-2A f�i��>. 2S 30 ]4 �0 O /D !! � j 10 105 ISII 2C5 MD 4y0. �OC pS0 �u I �1 � I ` T � 1t tts }cs 22s 2n �tTS �p cOs AHEAO • � ' . ii �xs ��a :is �xo k�o �oe �eo x2o-1 �AD 1rORR � � sia�srA�ne .x it«.r� C20'2A � • p ` f � � Ru'd�fSuatla A515$M1.'�1 S00'+• I � � , Urpoci.f�rticlei�� ]S%�0 Nf.N 7�0'+- • lh`�D�n�iata DCD R��tder�i�tof.A�►ca l 25/30 1tRM 200'.. t � �,E4nTni�a..QTa: toa• ♦ �. A�iipti b�l� Dfoalt m o�a10� $ ,I � I I ur#�a� o'Eti�ril�'i d��1.F�?f!d. � . 4 � ; •r���,��c' 1 ■ I CM�MfEU!!l4 niVE6L Sr%!¢�tlG 1��A,�t ��'� M4•2R YtT1 iliE R ' '[9fIlGFN � I 54M10 40 44 � � 35f�15. JO i0 .� k. 25I30 20 �o �a� *� iexfs `o ,�ti !f °IiTt* �\ I �D I I � jf�HAL �t� I � I ' � M20-5L � LECEND �E�� � �p� MLJ1�.'F�BI:R'�LA�iE I SIGN LOCATIQN-PORTABLE M011N7 NeA4 GLO;S�IFEbES j SIGN LOCATION-PQST MOUNT � • qT�'`�gE��`�'� p o TEMPORARY TRAFFIC CONTROL OEYICES � x20-1 gTIfiPZD�RD[�1..AN K-2'1 �� TYPE 3R QARR I CA�E �� ADDP�TED���E� �oa SEQUENTIAL ARRON SICN • �AHE11D C1lYQFRENTON � PAIN7ED TRAFFIC ARROIY (OPTIONAU . � ..-c� +� * STANDARD PLANS .�.�` ; �f...,.;.;c�.,�...�+�..+.k:+..� �!' �_ � LAST DATE: 1?J20l2Q02 � ' SP PAGG �OZ�. - _ l�,�„' !�."'' �..``. �' � �"" �� !�� �'' � �-� � � � � � , � ; . �� � � ; • • � � � � • - �. • � i ; . , . ' � • • � I ttOTES � $IGN SPACIN.G = X (F T) ' � 1. EXTEND �EVlCES TAPER ACROSS SHQUID.£R. �d�. .. �s� �„� CHAIit{El1IINC QE ICE SP�A�;1�iC tF£ET1 urean�rterldt 75/�0►trH lso'�• 2. 5I GN SEOUENCE I S THE SAME FOR BO?H D 1 RECT I ONS YAMCENT urnon StrMt� �H t � OF TRAkEL ON THE HIGFtFfAY. R��Id�ntld 11rw� A 2S/JO IR}1 200'�• !Sl!IS � � . ev:w,.0 m.mats �Q 60 3. STEADY OURNINC khRNINB LICNTS 17YPE C MU?CD) SHAIL Rn■Ipna ar•wock on oronq. Z5/70 0 �0 BE USED TO MARK TRAFFIC CONTROL DEY1C�5 AT N1GNT. uM�u etMrrlo• hdpwt�d, . � �. FQ�2 lkSE HHEN TRAFFIC YOLlkMES ARE SUCH TkLAT � i SUFFTCIENT 6kP5 EXIST FflR MOTDR kEHIELES THAT � ' MF]5T YIELD. � H� HA �1_2 5. QR1V�,��S� MWST NAYE kDE4UATE SICNT DISTANCE TD SEE I 8 Y OPPqSI;N�G. T�l4f F I C A5 Th{EY APRROACN .OTMER1115E Riw i w20-4 w20-1 FLA�f,ERS AND./QR TEMPORARY SIGHAL I� REOIlIREO. I "t�a NE LkNE ` '. ,�.�.... RaAD 'FfiQkD' G2o-2A AHEAO 4�f1RK ' ENO R8:-3AP AH�EAD BiUFFER DATA ROAD. I�ORK g/k •ONG�MING Bl1FFER SPACE = B S00' l p ' 15'' X X X s"� �"►�" n � �s �o <s .MAX. TYPE 3 L MA�Q ukctn is..�i ss es rto iro zzo • BARRICAQE� B � � � �oR A °p; , . � . .� o . e �A ¢_D� � Q--:4 0_!L �D ._� __ �_ �_ � � 2'MI.N. I � pr� . � �, 0. ! I MA�. , !~4 Tu�`�'G� . � � END ; �' ROAD YfORK G20-2A �o�, t* t::» �, ti Ff1-4R �r'`�xn� �'��,� • i �EGEND �� I.AN��CtO�LI�ELE O�N 40W- q SICN LOCA7ION - TRTPOD MOUNT • VOQ1��N�FlTW�GAL�tNERQAD ❑ ❑ a TEµPORAftY TRAFFI� CONTROL DEVIGES ' � �Q��Q��$ $ FLASHING KARNING LICNT � $'1�.'I�LI'A�D FLAN K•22 , att�7 t aF�sfiE� df TYPE 3L BARRICADE ; • ADOpTED �. CITY OF RENTON �„�„�;,,,,r,_„r,.,;_ *n, STAMDARD PLAt�S . � «..:t�_,w�.�.r�r � � � �.-.��"'�"�"'"'""" ^l " LAST DATE: 12/2012002 ' ' • SP PAGE I�.O2Z - - - — / .��' !�A � ._ � � � !� � _.�.� /�` �` � � f f �� f; ��� � fi � .. � , . � . ; - � i . , ; S1GN SPACING �= X f �7 c►rAxx�ttuxo oevteE �,��;rJ�NO�•tFECT1 BUFFER DATA Ru'd�ll0od� �t5►?H SOQ'M � lA"Da7 Art�fkN INAO IRM1. ]SO'�- ' . urDm StrNt� � T� �' T QIfFFER SPk�E ■ B �t.�M�ntMd Anas 1 2S/30 4f'H 20Q'•- 35!'rfS ]0� 0 SrfID fMfH1 ZS 30 ]S t0 �S Dv�h»as D1�iriets 2S/]0 2�� ,p � AR�Iqns or� Dlock en orartq� LEHOTH It��t7 6S [S QO ury.■a otMr�ih tl��IqnoteC. � " • ' � � � . � � N20-1 Hlgn Level 'RQkO' !9b" inin� k�nin4 Devlce R�'T kORK I ; � B/N AtiF:�10- �� C20-2A � - ROAO i10Rk ' i X i . q . p A I � o 0 o p � o o n o n a a � n O 4 � a ----- - -------' -'----'�q-SL'p"'-----^'^^ '- � '---"---- ___'__ q . I . . _..'� '____�p� _�_�_���� _d O a p _ .� � � p 4 A O � I . AM . O � o � ( � ia 0 . u � a c � p 0+ TAf!EA � soo' H�x. � ' � • ��,.� 0. ;t� 10' HiN TO EG.CE Df Z` ot tAtht � RQAD PAYENEHT OR OWTSIDE C20-2A ,��p��, �T� � R,.7 i . EDCE OF PAYED SHQt1LDER wORK �,,� B�w SAH£ iAPER FOR ALllS10ES. A �, 4 AHEAD �'" es rn� .t »:r� y, ti~ N20-1 • ' rf�oN�b�o�� 'i ' � � nax¢ i3.2ooa � ; wr�aRx ur�1 c,�t�t�c-r��no�^F • ' � �W��VQ44'M;���l��i'� LEGENO �'�A'f�DARD P1.A�N K-23 Ci SlCN �OCATION-TR1P00 µQUNT et�srta�tex�r ❑ o n TEMPORARY TRAFFIC CONTROL DEYICES � � ADOFTED i CITY OF RENTON , � ,,,�,�,,,,;,,n,o,,��,,;,q„ � STANDARD PLANS .�.�:+.t.,�..rw�`�;, *'��� + � �� LAST DATE:12/20/2002 I . SP PAGE Z�O23 _ . _ — ' f"`_.� �,,,," �"�"� �- / .� � � �� � �'" � � . � � � � �� r - . � . . � i . �, . ; � S1GN S�PA IN. = X t ) . ce����ztrro o.EvtcE sd�ct�rca cF�V�T� NOTEs n„rr�Rooc. ts►mn soo�+- uban A�t.r�ld. 7si�o►cnt 75C'�- Mp}{ TlIPER TAttGENt u'*Q+STMNt■ 1. FOR USE }fITH SPEEDS QF 45 MPH AHD UNDER, ��tlantfai Ar�ai 1, 2S/30 kryt 204�.• 35/�S ]0 60 Y20-t owtr���D1�*��at■ 2. 3 ADVANCED kkRNING S(GNS ARE REOl1IRED ROAD u,lprv or. weax on ormq� , 25/70 20 �0 FOR FLACCINC OPERATIONS. ILbI REDUIREMENTS) � �' uti.., orn.r.t.. a..�am.a � . AHE#D MZO+TA M2d-6 tOPTIONAU !I ; 'S1�RVEY' '��yT ' � CREM lNE1,0. A9A01�ARR GZD-2A I ; - w2o-1 500' NA%. I � t�0' HiN X X R ���� i . p i q q p I . , /��/�O II ' '� q 4 J/��) '�""""'_"'�'�""'������"�'Q p�i���..��'� ��'o-.pl���'�'�'�..p."�."�'�..�"'.."'��J�������4""���'�'�"'��'�_�""�_ ' C Q or a P� o 0 0 � ti I R p I � - �I . � . - ¢ . i � , q q p I I q x % X 20A' Nl� , 500' F4AJf. o N2,D'1 1t21•L + 1fZ0-TA : . C20•2A �Ad• Q ;,�p. ��NOD1 URYE AHEAO CRE}f � io��uon��� �,1� �•Xl,y : t',�o!ruer,, G' , fi� tiy� �aw , � � ; � utE,w �wzo-i � ; .. .. ,� IEGEND - �°'i���i'iTi��� `�~ti C1 SICN I,OCATION • TRIPOD MOUNT � ; , '���og�L d�° ❑ 4 o TEMPORARY TRAFFIC CONTROL DEVICES • � ' ExrnEs Ho,x6�esR 2 zoo3 � FLAGCINC STATION : s.UR�Y�LIO ALQ.H� C.��RLIN�E OF p SU.RVEYOR � L.aWM�60LW:M�l,` ROPrD � �TA[!bR'AR�D PLAN K•�4 OFRLT 1 OF 1 t}tfiT ADQPTED ' GITY QF RENTQN � ; _ ' . ,,,,�,,.;,:,.R,,.,.,.�..,,�.,,, n, . STANDARD PLANS � � ..�`�`'r-.��.�.`'..�*�� +�� + •e� LAST DATE:12/20/2002 . � sY ence ��024 - _ � � '�F � � �,"' � � � �: � � f . �' � � � � � ,_,:: ►no-i �9�0 � . � t a .f� . � ;ltpus.l(ORx GZA-2� NOTES __ AfiEAD. . x � ! 1. PROHiBI? TURMS A5 NECESSARY FOR TRAFFIC �.pp� • . I '" I COFl�1T1ONS. CLOSfi IEFT TUR•N POCKET IF •� i � THERE iS OFFE QM S1DE STREET. I � • 2• NI�F�T,��5��e�fi��LMhRKSflARRICA0�5MA7C�) ROAD ' � � � c2o•2� Rp�p� N�,�x. I � . ��AO 3. ST:EAD'� QUE���G MkRNING L16HTS ITYRE C, . X , x2o-1 MiJTC01. 5fIQUEO 9E USED TO F�ARK CHAt�kN�LIZIN:C �---+ _1_� —, OEYICES AT NI.CH7 AS NEEOED. • . • I' � �• FQR L�N�G-TEt�µ PROJECTS� C�l1FL1CTINC P�Y�EMENT . ' , M�RK Fl�C��I�Q LOtt6�R kPPL 1 C�4BLE SNALL flE . RE%((�w�D OR 0${,iXERAFED 145 �OON AS PRACTIC/�BLE.. � ;'��. M-7 � ` !� T�MPt3RJ4RY �f'hE�1Ctk6S SHALL @E USED AS T{eCESSARY. "' ', $/1i � , px , � �^. .._�A,:-•., - . . . �^'{ �x , �` ' C20-2A ROAD I � �RQAD 1[ORx ►tzo-t � u+M►eN r�nx�tkcrn.�c�«Ti ►'qu AHEAO � Y�Q N ro..r..e sw�a tmoe+� I �'■. I Ldp• t}eet) n 70 7S �D �S Sp SS �� ' 10 le3 1'30 245 ZTO !tSp S00 Sa0 I , � : • 11 113 l'OS t2S 273 �!S Syp {p5 � � � 12 12S 1�E0 2rtS 320� l:10 t00 it0 I ' � N�1-2R Slpl SrACTlO�X CtNtl II . � • Nu,`alRood"a d9-i1 'tiR.11 Ci0'•- � �' SZ � t1i'ticii Fr "ctiti SA�Q MrM ]SO'*• —. klkDon _tr��i�a 020-2A I . � X M20•SL R��IFfmftd Ar�ti 2SL90 WH QOC'�• Eua1n��� Cla *�Q, j � I LEFT Ll�E A��Ipn� or� Moolt on oranv� y T �'C. � ttQSED unh.s ettxrH.. d..IpttCS.td Y'�Ct �tT�� AHEAO 4� I I X - i .(�AO CHAIRfFL1ERfG Ot�YIG�:�I!Jl6'NO tl��aH SZ• � � 1(PN 7GtCfA . 1'�.R�EHT •� .� •,�. I � A�� ao/io 40 �o ro� {t iqri� ti� ,�,�rr k20'1 DSl45 3.t2� �� t0 l �t t'C�-�' 1 � ts�3o 2a' {o jf��NA1. t�o LEGEND � � � ,* � rav�een 23 zm� LEfiT L14N�L GLOSU�RE Ih� SICN LOCATION-PORTAE3LE MOUNT • �N!�',IkR$UDS O.F p SIGN MOUNT - TRIPOD MOUAkT FI;kTLE���GT�IO:N w v o TEMPORARY TRAF�.iC CONTROL DEVICES I4�AIY�RAELD �IAN K-215 ppp SE�UENTIAL ARROTi SiCN �a����� CITY OF RENTON (� PAINTED TRAFFIC ARROTf fOPTIONAL? ��,,��j S7AMDARD PLANS ^����..�+���'?'�►'� .' . .,...� LAST DATE;12/20/2002 � � sP�nc�: K025 ____ ---- _ t� � f �_ �_._ � � � � � � � �' � l�,." �► � : _ � � � . . , ; . �• ROAO i � KOTES • , �t f�C-1 � ' 1. PRqkl[BIT TI�R�NS AS kECESSkRY FOR tRAFFIC " �p . � � CQt��ITIQNS. Ck,LLSE LEFT T�IRN POCKET IF . TkERE IS QE�E �N SIQE STREET. � i 2. FLASl1�N,Cx SGA��uNtO�asKSBhRRiCAQ�SMATCo) 9�!{QUL BE ' N GYf7. kS ED. • a .. 4 4 * R � 3. STEA01r B�ktK� }{tiRNING IIEHTs 1TYPE c, x �"' � C20-2A �n�� � T�LD E4E USED TO M414RK CHAl�H.EL I Z IN,C I •. '���' . LleY10E5 A1' NIOHT AS t1�EEQEO.' 1�, * • � I 4• FQR LQ�FC-TERM RRQ3�GTS. GQNFliCT1N� PANEHENT . � I At�c1E1£I:IQ,CS N,D .IQNC�ER hRF�CFCk�I.E SF4Al.l BE R$MQ��SG ��2 QBl,I fEkATeD AS SQDN AS PRkCT 1 CI�BI E. ' - i 1 ROAO TEMRflRkf�Y M�4RiCIk6S SHALL flE USED AS NECESSAEtY. C20-2A RC.. 19RL . ROAO ROftR �� � . AHEAO �. x2o-� CI . , � Trore �L � � e�nnlc�oE — .^ _ ;— � — — � � �j . . a � � Q. � . I �..X"{ . 9� !� ito� � �zo-z� r�w ; _ �Zo-� ;� - 1 f � � � .. AII�AD I � . .�J�:... 33lEK�1 Sr'AGLN �X cf►�fl � '�I� R3-TlR) Ru'aJto.ad.a 45�t,9S:1Rri 5bo••- . I . I� � � � i d/N � )1rDan Arf+rld� 3S">ttil►teH 73fr•- ' . �t : � � lkD�aiY 3�a . A9A0. M�'la R'��iWM[nf Fro�� 2SG30 ►?N 2DC'�• I ' �1� e�.h�.. l.;fnte.'R. `t1 020-2A Allatpna ar�.Dlcak o, eranp� ti�` 0, r� �E uni... ot�.r.t� a�i�qRdt�q. �`�,,a�*u.T��1�,G� I I x . � k20-SR {�' '$ Q � RlCtli IAME tiu�LiERR oLlict l�;�ct(c tf.e�tf ' 0.� arN . �r.cn rurr+eE[�r .. '• .' x � soY10 to � ro �ar �� �s:t� �� ti~ � I � �r I 4 : � ` ]SMS JO tp tf �(iT��' �\� LEGEND ' �; z�rso �o ,o ''�oxti� ��. �xd ❑ ❑ o TEMPORARY TRAFFIC CONTROL DEYICES ; N2o•t � - -� �—;���1 • RfOEi'�LAuN�CLO.1530,R� � TYPE 3L BARRIC-kDE ' '. ON�`AQR�Ci1E O.F . 4 ��'i'-�Rti�icE,E�i'LO,Li � SICN MOUNT - tR(POD MouNT . STAR�A�RD PLAN K�8 � AOOPTED t nrt�r � PAINTE� TRAFFIC ARROH fOPT10NAl) ; CITY OF RENTON ;,,.;�„r,.�;,;,�,;,:,,;,�. _ G�`+,� STANDARD PLANS ........:.rti.�.-',�.r,—i� * �;� + ""'''"'``"""� ~ *�� IAST DATE; 12/20/2002 .w� � SP PAGE J.�O�V i - � � � !'�'� � �" �`" [ ', � � � !�""` � � !��" � /�"°� t!��' �'�"� . � •.,. CHA111iE1(ZiHC DEYICE SMUNG (FEET} S:I�iQI 'SP'AC:IE'VG. = X �F' T) � ��: ' �sFss ue,i soo�•. H:8-7 MOD ►+�+ TAPER TAkC6NT u�+�«• ��+o►�n, .. � 11NEV�N u��x� , SD/65 �o eo a..ia.�s��r�.a.� isno� LANES ]s�,5 eu�x+�n . : �i `" . c ]0 60 AR��y��F bfF clro�q� � I.�OJ� ui3o zo �o „�...r ..e.nv�,aT.a GRAYEL - ROAD , . Ma-t �(�( RED,t�CE4 YfORK �P:r. SFEED � �Eao . x13-1 I�M{�AD H,2o-1 , z,op, 8IY �'" �. • R2-5A _._- �- _--.- �s." • ': •e-�� ' • = \ x El/N �- • _"'- �,..: �� •� � X . x � 5p' � 'f! X % /� pp' ; �� � � . � , ROAD REDUCED ' � � NaRK � "L00�� AHEAD SPEED GR�AV�EL , BU�P . . AHEAQ UNEVEN . � to-i LANES x�s-7 � xa-i : z � _ _ ' R2-5A � � � � a/H M8-7 M00 � t�' z' X X SHlO. /�N • , 5� , CRA.V.ElLEO AREA A4.P.t4 i � N13-1 EXy3? �CISTING 2' LANE I �EXISTIHO 12' ;IANE EX1ST. 10' SML�. � �/Y SHLD. � i T(NrDJlARY TRAPFtC CON�TROI. �6Y1CC �O.x � SkPf'T'1' DRdN y� l�r REFI[GTOR-IZLO t�a r�r � ,.,------=------,------ 4 � LECEND ,�S�1,t,0i EX9ST1N6 RpAD1fAY _._��� CRAYELLED AREA �` M SIGN LOCATION - P0S1' MOUNT ,,'`;�y�,� MINTEO CEHS�R ST111�E� q SIGN LOCATION - TRIPO� MOIJNT T� RENAIN ' rq! t� ,YZ„ `� ti� STA lE HK�E ��AL A- E TEMPORARY TRAFFIC CONTROL DEYICES sTo. SrEc. l-or.2��ti �j �ts�t� o��' � tSAFETY DRUMS� S�oNA� �'� �, TYPE "A" flASHINC kARNING LIGHT : o TUBULAR MARKERS � ��Ex. �'r��R 2�,�00 . OLdB L.A�N�L R-ER�kt.R � CRAYELLEO AREA . O�LLREN,Ci N�N+lE1�0,�tl�kll.0 HOU128 ST��E�D P�LA�N K 27 . e�r�a�,m,��r At�r�o . CITY OF RENTON ���� _��� +�, * STAN0,4RD PLANS .�.y.x..rea..�"�a,.:.s,,cu�e.. '���'�-� . .-:,::=. �''"""'�'�'"'�'�""`" �� LAST DATE: 12/20/2Q02 � � SP PAGE I�O27