Loading...
HomeMy WebLinkAbout4.647 Original ContractI I I I I I I I I I 1 I I t I I I I I For information regarding this project, contact: James M. Mahlum, City of Port Angeles 360 -417 -4701 16 St Sidewalk Phase I PROJECT MANUAL for 16 Street Sidewalk Phase I PROJECT NO. TR 10 -00 CITY OF PORT ANGELES WASHINGTON March 2010 GLENN A. CUTLER, P.E., DIRECTOR OF PUBLIC WORKS UTILITIES STEPHEN P. SPERR, P.E., DEPUTY DIRECTOR OF ENGINEERING SERVICES (4,(0g7 0 I I I I I I I I 1 I I I I e I I I I I For information regarding this project, contact James M. Mahlum, City of Port Angeles 360- 417 -4701 16 St Sidewalk Phase I PROJECT MANUAL for 16 Street Sidewalk Phase I PROJECT NO. TR 10 -00 CITY OF PORT ANGELES WASHINGTON March 2010 GLENN A. CUTLER, P.E., DIRECTOR OF PUBLIC WORKS UTILITIES STEPHEN P. SPERR, P.E., DEPUTY DIRECTOR OF ENGINEERING SERVICES I I o 1 w 1 I I s I NOTICE TO PROSPECTIVE BIDDERS New Bid Opening April 27, 2010 I NOTICE IS HEREBY GIVEN that the instructions and requirements of the subject bid are I I I 1 I I I I I amended as follows: James M Mahlum Civil Engineer /Project Manager W A S H I N G T O N U.S A PUBLIC WORKS UTILITIES DEPARTMENT ADDENDUM NO. 1 TO PROJECT MANUAL FOR 16`" Street Sidewalk Phase 1 PROJECT NO. TR10 -00 The Bid Opening date and time has been changed to Apnl 27, at 2.00 PM, in the Jack Pitts Conference Room. This addendum must be acknowledged in the space provided on the Bid Form in the Project Manual that is submitted to the City Failure to do so may result in the proposal being rejected as non responsive. N \PROJECTS \TR IO -00 16th St Sidewalk Phase 1 \I2 Project Manual \Bid Manual \Addendums \Addendum No I doe I t I I I I I I I I t 1 I I James M. Mahlum Civil Engineer /Project Manager Attachment Bid Form page 2 thru 6 W A S H I N G T O N U. S. A PUBLIC WORKS UTILITIES DEPARTMENT ADDENDUM NO. 2 TO PROJECT MANUAL FOR 16 Street Sidewalk Phase 1 PROJECT NO. 10-00 NOTICE TO PROSPECTIVE BIDDERS Bid Opening April 27, 2010 NOTICE IS HEREBY GIVEN that the instructions and requirements of the subject bid are amended as follows Bid Form 1. The quantities for this project have been revised. New Bid Form is attached. Plans 1. Sheet D -1 reference to the note: "Relocate existing boulders to 10' behind the new sidewalk Measurement and payment shall be made incidental to the bid item Roadway Excavation Including Haul. 2. Sheet D -2 and D -3 reference to the note. "Remove rock border within construction area place 10' behind new walk" Measurement and payment shall be made incidental to the bid item Roadway Excavation Including Haul 3 Sheet C -1 call out for detail 2/C -12 shall be changed to read: "2/C -13" 4. Sheet C -13 reference to detail 2/C -13. change 8" Min Compacted Depth Ballast to read: "8" Min Compacted Depth Crushed Surfacing Base Course This detail is used for both intersection streets and approximately 8' widening of 16 Street on the improvement side (north side). The Bid Opening date and time has not been changed. This addendum must be acknowledged in the space provided on the Bid Form in the Project Manual that is submitted to the City Failure to do so may result in the proposal being rejected as non responsive N \PROJECTS \TR 10 -00 16th St Sidewalk Phase 1 \12 Project Manual \Bid Manual \Addendums \Addendum No 2 doc 1 1 1 1 Item No. BID FORM Page 2 of 6 Base Bid Estimated Unit Price Extended Sec No. Description of Item Quantity Units r (Figures) Amount I 1 I 1 -04 I Minor Change I 2 I Each I $5000 00 $10,000.00 2 1 -07 Spill Prevention Control Plan 1 Lump S Sum 3 1 -09 Mobilization 1 Lump S S Sum 4 I 1 -10 I Traffic Control Supervisor I 300 I Hours I$ I$ 5 I 1 -10 I Flaggers and Spotters I 600 I Hours I S I S 6 1 -10 Construction Signs Class A 184 5 Square Foot 7 2 -01 Clearing and Grubbing 1 Lump Sum 8 2 -02 Remove Cement Concrete Curb 275 Linear and Gutter Foot 9 2 -02 Remove Culvert 550 Linear Foot 10 2 -02 Remove Cement Concrete 30 Square S Driveway and Walk Yard 11 2 -02 Remove Fencing 20 Linear S Foot 12 2 -02 Remove Asphalt Concrete 325 Square Pavement Yard 13 1 2 -02 I Remove and Reset Sign 1 3 I Each I$ I$ 14 I 2 -02 I Remove Catch Basin I 1 I Each I$ I$ 15 2 -03 Roadway Excavation, Incl. Haul 700 Cubic Yard 16 2 -09 Structure Excavation Class B, 650 Cubic Incl Haul Yard 17 2 -09 Controlled Density Fill 45 Cubic Yard 18 4 -02 Gravel Base 300 Ton I I 19 4 -04 Crushed Surfacing Top Course 250 Ton I I 20 4 -04 I Crushed Surfacing Base Course 900 Ton I I 21 5 -04 I Commercial HMA for Patching 40 Ton I I 22 5 -04 I HMA CI %Z" PG 64 -22 550 Ton I I 23 5 -04 Planing Bituminous Pavement 1900 Square Yard 24 7 -04 Solid Wall PVC Storm Sewer 115 Linear Pipe 8 In. Diam. Foot N \PROJECTS \TR 10 -00 16th St Sidewalk Phase 1\12 Project Manual`Bid Manual\Addendums`,Addendum No 2 doc 1 r 1 Item No. Sec No. Description of Item BID FORM Page 3 of 6 Base Bid Estimated Unit Price Extended Quantity Units (Figures) Amount 25 7 -04 Solid Wall PVC Storm Sewer 1150 Linear Pipe 12 In Diam Foot 26 7 -05 Catch Basin Type 1 11 Each w /Combination Inlet 27 I 7 -05 I Catch Basin Type 2 I 4 I Each I$ 28 7 -05 Connection to Exist Drainage 2 Each Structure 29 7 -12 I Adjust Water Valve Box 4 Each I I 30 7 -14 I Hydrant Extension 1 Each 1 31 7 -15 I Relocate Water Meter 1 Each I 32 7 -15 I Adjust Water Meter Box 1 Each I I 33 8 -01 I Inlet Protection 6 Each I$ I 34 8 -02 Roadside Restoration 1 Lump Sum 35 8 -04 Cement Conc. Traffic Curb and 2010 Linear Gutter Foot 36 8 -04 Cement Conc Pedestrian Curb 30 Linear Foot 37 8 -06 Cement Conc. Driveway 350 Square Entrance Yard 38 8 -14 Cement Conc. Sidewalk 1000 Square Yard 39 I 8 -14 I Cement Conc Sidewalk Ramp I 13 I Each I I 40 8 -22 Removing Plastic Crosswalk 100 Square Line Foot 41 8 -22 Plastic Crosswalk Line 112 Square Foot Total Base Bid N \PROJECTS \7R 10 -00 16th St Sidewalk Phase 012 Project Manual \Bid Manual \Addendums\Addendum No 2 doc t 1 48 2 -09 Structure Excavation Class B, Incl Haul BID FORM Page 4 of 6 Additive No. 1 Item Estimated Unit Price Extended No. Sec No. Description of Item Quantity Units (Figures) Amount 42 1 -09 Mobilization 1 Lump Sum 43 I 1 -10 I Traffic Control Supervisor I 100 Hours I 44 I 1 -10 I Flaggers and Spotters I 200 Hours I 45 2 -01 Clearing and Grubbing 1 Lump Sum 46 2 -02 Remove Asphalt Concrete 210 Square Pavement Yard 47 2 -03 Roadway Excavation, Incl Haul 200 Cubic Yard 2Q Cubic Yard 49 2 -09 Controlled Density Fill 20 Cubic Yard 50 14 -02 I Gravel Base I 100 I Ton I$ I$ 51 I 4 -04 I Crushed Surfacing Top Course I 75 I Ton I 52 I 4 -04 I Crushed Surfacing Base Course I 340 I Ton I I 53 1 5 -04 I HMA Cl. PG 64 -22 I 170 I Ton I I 54 5 -04 Planing Bituminous Pavement 350 Square Yard 55 7 -04 Solid Wall PVC Storm Sewer 25 Linear Pipe 8 In Diam Foot 56 7 -05 Catch Basin Type 1 1 Each w /Combination Inlet 57 7 -05 Connection to Exist Drainage 2 Each Structure 58 7 -15 I Adjust Water Meter Box I 1 I Each I I$ 59 8 -01 I Inlet Protection I 2 I Each I$ I$ 60 8 -02 Roadside Restoration 1 Lump Sum 61 8 -04 Cement Conc. Traffic Curb and 590 Linear Gutter Foot 62 8 -04 Cement Conc. Pedestrian Curb 20 Linear Foot 63 8 -06 Cement Conc. Driveway 130 Square Entrance Yard 64 8 -14 Cement Conc Sidewalk 250 Square Yard N \PROJECTS \TR 10 -00 16th St Sidewalk Phase R12 Project Manual\Bid Manual \Addendums\Addendum No 2 doc BID FORM Page 5 of 6 Additive No. 1 65 I 8 -14 I Cement Conc Sidewalk Ramp I 2 I Each I$ Total Bid Additive No 1 Additional Working Days N \PROJEC TS TR 10-00 16th St Sidewalk Phase 1 \12 Project Manual \Sid Manual \Addendums \Addendum No 2 doc ADDENDA ACKNOWLEDGMENT The bidder hereby acknowledges that it has received Addenda No(s) to this Project Manual. The name of the bidder submitting this bid and its business phone number and address, to which address all communications concerned with this bid and with the Contract shall be sent, are listed below Bidder's firm name Complete address Telephone No. Signed by Printed Name: (Street address) BID FORM Page 6 of 6 Title (State) (Zip) Notes (1) If the bidder is a partnership, so state, giving firm name under which business is transacted (2) If the bidder is a corporation, this bid must be executed by its duly authonzed officials N \PROJECTS \TR 10 00 16th St Sidewalk Phase i \12 Project Manual'Btd Manual \Addendums\Addendum No 2 doc GLENN A. CUTLER, P.E., DIRECTOR OF PUBLIC WORKS UTILITIES STEPHEN P. SPERR, P.E., DEPUTY DIRECTOR OF ENGINEERING SERVICES Pre Project Engineer Review City Engineer A'fath hen P. Sperr PROJECT MANUAL 16 Street Sidewalk Phase 1 Project No. TR 10 -00 CITY OF PORT ANGELES WASHINGTON March 2010 for ewed by: Wila Blc City Attorney I I I I 1 I t 1 1 1 1 1 1 1 1 1 I I I PART I BIDDING REQUIREMENTS: Paae No(s). Advertisements for Bids 1 -4 Information for Bidders 1 -5 Bidder's Checklist 1 -6 Non Collusion Affidavit 1 -7 Bidder's Construction Experience 1 -8 List of Proposed Subcontractors 1 -9 Bid Form 1 -10 -15 Bid Security Transmittal form 1 -16 PART II CONTRACT FORMS SUBMITTED FOLLOWING AWARD OF CONTRACT Contract 11 -2 -7 Performance and Payment Bond II- 8 Escrow Agreement for Retained Percentage II- 9 Certificate of Insurance (provided by bidder) PART III SPECIAL PROVISIONS III -1 -41 PART IV ATTACHMENTS TABLE OF CONTENTS 16 Street Sidewalk Phase I PROJECT NO. TR 10 -00 A. Washington State Prevailing Wage Rates for Clallam County B. Request for Approval of Material (RAM) form C. Request for Information (RFI) and Construction Change Order (CCO) Forms D. Request to Sublet and Contractor and Subcontractor Certification Form E. Contractor's Application for Payment Form and Certification of work completion form. F. Amendments to the Standard Plans and Specifications G. Project Plans I t 1 1 1 1 1 1 1 1 1 1 1 1 1 I I I I PART I BIDDING REQUIREMENTS 1 I I 1 1 I I I I 1 I I Glenn A. Cutler, P.E I I 1 1 1 I I Director of Public Works Utilities ADVERTISEMENT FOR BIDS 16 Street Sidewalk Phase I PROJECT 10 -00 City of Port Angeles Sealed bids will be received by the Director of Public Works Utilities at 321 East Fifth Street, P. O. Box 1150, Port Angeles, Washington 98362, until 1:30pm, April 13,2010, and not later, and will then and there be opened and publicly read at that time in the Jack Pittis Conference Room for the construction of the following improvements: Construction of approximately 2400 linear feet of cement concrete sidewalk, curb, gutter, street widening, and other work. Plans, specifications, addenda, and plan holders list for this project are available on -line through Builders Exchange of Washington, Inc. at http: /www.bxwa.com. Click on: "Posted Projects Public Works "City of Port Angeles Bidders are encouraged to "Register as a Bidder", in order to receive automatic email notification of future addenda and to be placed on the "Bidders List Contact the Builders Exchange of Washington (425- 258 -1303) should you require further assistance. Informational copies of any available maps, plans and specifications are on file for inspection in the office of the Port Angeles Public Works Engineering Services (360- 417 4700). All questions regarding the plans and specifications shall be submitted in writing or electronically to Jim Mahlum, Project Manager, atjmahlum ©cityofpa.us. Minority and women owned businesses shall be afforded full opportunity to submit bids in response to this invitation, shall not be discriminated against on the grounds of gender, race, color, age, national origin or handicap in consideration of an award of any contract or subcontract, and shall be actively solicited for participation in this project by direct mailing of the invitation to bid to such businesses as have contacted the City for such notification. Further, all bidders are directed to solicit and consider minority and women owned businesses as potential subcontractors and material suppliers for this project. Publish. Peninsula Daily News [March 21 and 28, 2010] Daily Journal of Commerce: March 22, 2010 Cc: NPBA I INFORMATION FOR BIDDERS I I I 1 1 I I I I I t I I 1 I I 1 1 Sealed bids will be received by the City of Port Angeles (herein called "Owner at 321 East Fifth Street, Port Angeles, Washington 98362, until the time and date as stated in the ADVERTISEMENT FOR BIDS or as amended through addendum, and then at said office publicly opened and read aloud. Each bid shall be received by the Owner in the manner set forth in the ADVERTISEMENT FOR BIDS Each bid must be submitted in a sealed envelope, so marked as to indicate its contents without being opened, and addressed in conformance with the instructions of the ADVERTISEMENT FOR BIDS. Each bid shall be submitted on the required bid form contained in Part I of the Project Manual. All blank spaces for bid prices must be filled in, in ink or typewritten, and the Bid Form must be fully completed and executed when submitted. Only one copy of the Bid Form is required In addition, all other forms included in Part I shall be filled out and completed, including any addendum(s), and enclosed in a sealed envelope endorsed with the name of the work. Each bid shall be accompanied by a bid deposit in the form of a cashier's check, postal money order, or surety bond to the City of Port Angeles for a sum of not less than 5% of the amount of the bid, and no bid will be considered unless accompanied by such bid deposit. Faxed bids and /or surety bonds will not be accepted. In addition, the bidder shall submit a copy of a valid certificate of registration in compliance with 18.27 RCW. The Owner may waive any informalities or minor defects or reject any and all bids. Any bid may be withdrawn prior to the scheduled time for the opening of bids or authorized postponement thereof. Any bid received after the time and date specified shall not be considered. No bidder will be permitted to withdraw its bid between the closing time for receipt of bids and execution of the Contract, unless the award is delayed for a period exceeding sixty (60) calendar days. A conditional or qualified bid will not be accepted. The City of Port Angeles reserves the right to accept the bid that is in the best interest of the City, to postpone the acceptance of bids and the award of the Contract for a period not to exceed sixty (60) days, or to reject any and all bids If all bids are rejected, the City may elect to re- advertise for bids Subject to the foregoing, the contract will be awarded to the lowest responsible bidder. The work will begin within ten (10) calendar days after notice to proceed from the Director of Public Works Utilities and shall be completed within the time as stated in the Advertisement for bids. The Owner may make such investigations as it deems necessary to determine the ability of the bidder to perform the work, and the bidder shall furnish to the Owner all such information and data for this purpose as the Owner may request. The Owner reserves the right to reject any bid, if the evidence submitted by, or investigation of, such bidder fails to satisfy the Owner that such bidder is properly qualified to carry out the obligations of the Contract and to complete the work contemplated therein. Subject to the foregoing, the bid award may be made to the lowest responsible bidder. The party to whom the Contract is awarded will be required to execute the Contract and obtain the Performance and Payment Bond within ten (10) calendar days from the date the notice of award is delivered to the bidder Such bond(s) shall be on the form provided by the Owner, specify the name, contact phone, and address of the surety, and shall include a power of attorney appointing the signatory of the bond(s) as the person authorized to execute it (them). The notice of award will be accompanied by the necessary Contract and bond forms. In case of failure of the bidder to execute the Contract, the Owner may, at its option, consider the bidder in default, in which case the bid deposit accompanying the bid shall become the property of the Owner. The Owner, within ten (10) calendar days of receipt of the acceptable Performance and Payment Bond and the Contract signed by the party to whom the Contract was awarded, will sign the Contract and return to such party an executed duplicate of the Contract. Should the Owner not execute the Contract within such period, the bidder may, by written notice, withdraw its signed Contract. Such notice of withdrawal will be effective upon receipt of the notice by the Owner. The notice to proceed will be issued within ten (10) calendar days of the execution of the Contract by the Owner. Should there be reasons why the notice to proceed cannot be issued within such period, the time may be extended by mutual agreement between the Owner and Contractor If the notice to proceed has not been issued within the ten (10) calendar day period or within the penod mutually agreed upon, the Contractor may terminate the Contract without further liability on the part of either party All applicable laws, ordinances, and the rules and regulations of all authorities having jurisdiction over construction of the project shall apply to the Contract throughout. C. Insurance certificate(s). BIDDER'S CHECKLIST 1 Has the Bid Security Transmittal form been completed, either by (1) attaching a bid deposit in the form of a postal money order, cashier's check or other security and filling out the part of the form above the words "Bid Bond" or (2) a surety bond in the proper form and filling out the section of the form below the words "Bid Bond 2. Is the amount of the bid deposit at least five percent (5 of the total amount of the bid? 3. Have the bid forms been properly signed? 4. Have you bid on all items? 5. If Addendum(a) have been issued, have it/they been acknowledged on the Bid Form? 6. Has the non collusion affidavit been properly executed? 7. Have you shown your contractor's state license number on the Bid Form? 8. Have you included a copy of a valid certificate of registration in compliance with 18.27 RCW? 9. Have you listed all proposed subcontractors that you will use for the project on the Listing of Proposed Subcontractors form? 10. Have you filled out the Bidder's Construction Experience form? The following forms are to be executed after the Contract is awarded: A. Contract To be executed by the successful bidder and the City. B. Performance and Payment Bond To be executed on the form provided by Owner, by the successful bidder and its surety company. To include name. contact and phone number, and address of surety and power of attorney of sianatory. STATE OF WASHINGTON COUNTY OF NON COLLUSION AFFIDAVIT The undersigned, being first duly sworn on oath, says that the bid herewith submitted is a genuine and not a sham or collusive bid, or made in the interest or on behalf of any person not therein named; and (s)he further says that the said bidder has not directly or indirectly induced or solicited any bidder on the above work or supplies to put in a sham bid, or any other person or corporation to refrain from bidding, and that said bidder has not in any manner sought by collusion to secure to him /her self an advantage over any other bidder or bidders. Signature of Bidderontractor Subscribed and sworn to before me this 0. day of -a_ D 20M. \4.0 VAN (.1.14--C(cM-1Cf‹--9 E fi s r..:. PLlic in and for the t:k shington. y at Co a,... ASN .t.�� laoli /age 8 Non Collusion Affidavit Provided to Builders Exchange of WA, Inc For usage Conditions Agreement see www bxwa com Always Verify Scale Add separate sheets if necessary. Date. BIDDER'S CONSTRUCTION EXPERIENCE Answer all q /u'estionss provide clear and comprehensive information. 1. Name of bidder: ,kPq 777e5 :1-14," c., Registration Number: LAKE57 4- ..21 2. Permanent main office address: ft). Fi 72-6 3. When organized. _L270 4. Where incorporated: glet5litit4irrn Silake 5. How many years have you been engaged in the contracting business under your present firm 6 Contracts on hand. (Schedule these, showing gross amount of each contract and the apprgximate anticipated dates of completion), contact name and phone number. 7. General character of work performed by your company: *2Qd erni5iratieim ny4a. 4 vi �w� 8. Have you ever failed to complete any work awarded to you? /KO If so, where and why? 9. Have you ever defaulted on a contract NO 10. List the more important projects recently completed by your company, stating approximate cost for each, the month and year completed, contact name and phone number. AO efaiz ethditi/ P a 6190.5? //gC' ti Kah' te fie. 360 -big- _A! &vrr,' 1/1401 A 46,6- sbs a a 11. List your major equipment available for this contract Raw kW1,C f /C'Y juin f ozrklg ,j€ 4igate it P. ao la:0- Daliffitk 3 Ctat iY tiro Bidder's Signature. Title 12. Experience of bidder in construction similar to this project in work and importance: d ff�fs k15 i 1 5 MO AAD_ f/2/f014z Aolo'v eogpf WaziZ, 13. Will you, upon request, fill out a detailed financial statement and furnish any other information that may be required by the City? Zd. The undersigned hereby authorizes and requests any person, firm or corporation to furnish any information requested by the City of Port Angeles Print Name: O/ h eilAge age 9 Bidder's Construciton Experience rovided to Builders Exchange of WA, Inc For usage Conditions Agreement see www bxwa corn Always Verify Scale Subcontractor Name Work to be Performed Subcontractor Name Work to be Performed Subcontractor Name Work to be Performed Subcontractor Name Work to be Performed Subcontractor List Prepared in compliance with RCW 39.30.060 as amended To Be Submitted with the Bid Proposal Project Name l6 „ciahivaik PhaL Failure to list subcontractors who are proposed to perform the work of heating, ventilation and air conditioning, plumbing, as described in Chapter 18.106 RCW, and electrical as described in Chapter 19.28 RCW will result in your bid being non responsive and therefore void. Subcontractor(s) that are proposed to perform the work of heating, ventilation and air conditioning, plumbing, as described in Chapter 18.106 RCW, and electrical as described in Chapter 19.28 RCW must be listed below. The work to be performed is to be listed below the subcontractor(s) name. If no subcontractor is listed below, the bidder acknowledges that it does not intend to use any subcontractor to perform those items of work. Subcontractor Name P� 574 9 dt Work to be Performed elani 2s /4 eil 4� l'ovte Sd'e teak i e.wataa 4¢- ���,.ne /14a del.Z ei .s a l age 10 Subcontractor List Provided to Builders Exchange of WA, Inc For usage Conditions Agreement see www bxwa com Always Verify Scale Honorable Mayor and City Council Port Angeles City Hall 321 East Fifth Street Port Angeles, I-a1- W A 98362 ,r BIDDER: 2Si .Y di, Af C REGISTRATION NO.: /it e,5 27LIsp DATE: ±S9 UBI NUMBER: IO/ /i9 '47 STATE EXCISE TAX NO.: g /Up EMPLOYMENT SECURITY NO.: Lus D83 The undersigned, hereinafter called the bidder, declares that the only person(s) interested in this bid are those named herein; that the bid is in all respects fair and without fraud; that it is made without any connection or collusion with any other person making a bid on this project; and the bidder is not disqualified from bidding on the project. The bidder further declares that it has carefully examined the plan, specifications, and contract documents, hereinafter referred to as the Project Manual, for the construction of the proposed project improvement(s); that it has personally inspected the site(s); that it has satisfied itself as to the types and quantities of materials, the types of equipment, the conditions of the work involved, including the fact that the description of and the quantities of work and materials, the types of equipment, the conditions of and the work involved as included herein, are brief and are intended only to indicate the general nature of the work and to identify the said quantities with the corresponding requirements of the Project Manual; and that this bid is made in accordance with the provisions and the terms of the Contract included in the Project Manual. The bidder further agrees that it has exercised its own judgment regarding the interpretation of surface information and has utilized all data which it believes is pertinent from the City Engineer, hereinafter also referred to as the City or Owner, and such other source of information as it determined necessary in arriving at its conclusion. The bidder further certifies that the subcontracting firms or businesses submitted on the LISTING OF PROPOSED SUBCONTRACTORS will be awarded subcontracts for the described portions of the work: If the bidder is awarded a construction contract who will provide the performance bond is: ilegvelev5 04.04_ Ckr Surety /50/ Y e 5O Sed/n lag Surety address Sttsam► ha o7i 0 324 4 /2YS Surety Contact and Phone Number 'age 11 Bid Form Provided to Builders Exchange of WA, Inc BID FORM Page 1 of 6 on this bid, the name and address of the surety Parker. Smi-{l 6r IktZ Agent <9 E 4 M a 33 Aef /e ✓uft u,4 9g'DD4' Agent Address SeSatvi /aria q26 ?6q.. 3625 Agent Contact and Phone Number For usage Conditions Agreement see www bxwa corn Always Verify Scale 1 1 1 'age 2 Item No. Sec No. 1 I 1 -04 2 1 -07 3 1 -09 Mobilization Description of Item I Minor Change Spill Prevention Control Plan 4 I 1 -10 I Traffic Control Supervisor 5 I 1 -10 I Flaggers and Spotters 6 1 -10 Construction Signs Class A 7 2 -01 Clearing and Grubbing 8 2 -02 Remove Cement Concrete Curb and Gutter 9 2 -02 Remove Culvert 10 2 -02 Remove Cement Concrete Driveway and Walk 11 2 -02 Remove Fencing 12 2 -02 Remove Asphalt Concrete Pavement 13 I 2 -02 I Remove and Reset Sign 14 I 2 -02 I Remove Catch Basin 15 2 -03 Roadway Excavation, Incl. Haul 16 2 -09 Structure Excavation Class B, Incl. Haul 17 2 -09 Controlled Density Fill 18 4-02 I Gravel Base 19 4-04 I Crushed Surfacing Top Course 20 4-04 I Crushed Surfacing Base Course 21 5 -04 I Commercial HMA for Patching 22 5 -04 I HMA Cl. Si" PG 64-22 23 5 -04 Planing Bituminous Pavement 24 7 -04 Solid Wall PVC Storm Sewer Pipe 8 In. Diam. BID FORM Page 2 of 6 Base Bid N:IPROJECTS\TR10 -00 16th St Sidewalk Phase 1112 Project Manual\Bid Manual\AddendumslAddendum No 2.doc ,..a....... A ...............1. Estimated Quantity Units 2 I Each 1 Lump Sum 1 Lump Sum 300 I Hours 600 I Hours 184.5 Square Foot 1 Lump Sum 275 Linear Foot 550 Linear Foot 30 Square Yard 20 Linear Foot 325 Square Yard 3 I Each 1 I Each 700 Cubic Yard 650 Cubic Yard 45 Cubic Yard 300 Ton 250 Ton 900 Ton 40 Ton 550 Ton 1900 Square Yard 115 Linear Foot Unit Price (Figures) L A I........ /....a. O__I... Extended Amount $10,000.00 °a e„ $17. 515 3,42 gs g o 0o ei 90 1),7K5 sgwize zow' $3,l .Q0 1310• s /6,60.ff b$o. o" 6/.600. 9 3/9, °o 70 Item No, Sec No. Description of Item 25 7 -04 Solid Wall PVC Storm Sewer Pipe 12 In. Diam. 26 7 -05 Catch Basin Type 1 w /Combination Inlet 27 7 -05 I Catch Basin Type 2 28 7 -05 Connection to Exist. Drainage Structure 29 7 -12 I Adjust Water Valve Box 30 7 -14 I Hydrant Extension 31 7 -15 I Relocate Water Meter 32 7 -15 I Adjust Water Meter Box 33 8 -01 I Inlet Protection 34 8 -02 Roadside Restoration 35 8 -04 Cement Conc. Traffic Curb and Gutter 36 8 -04 Cement Conc. Pedestrian Curb 37 8 -06 Cement Conc. Driveway Entrance 38 8 -14 Cement Conc. Sidewalk 39 I 8 -14 I Cement Conc. Sidewalk Ramp 40 8 -22 Removing Plastic Crosswalk Line 41 8 -22 Plastic Crosswalk Line Total Base Bid BID FORM Page 3 of 6 Base Bid Estimated Quantity Units 1150 Linear Foot 11 Each 4 Each 2 Each 4 Each 1 Each 1 Each 1 Each 6 Each 1 Lump Sum 2010 Linear Foot 30 Linear Foot 350 Square Yard 1000 Square Yard 13 I Each 100 Square Foot N:IPROJECTS1TR10 -00 16th St Sidewalk Phase 1112 Project Manual\Bid Manual \Addendums\Addendum No 2.doc Unit Price (Figures) •3/ Is /'957°g 975. r3742f1 /,aTa' Is 5 90--- Y Is I$ 2 V I /?6_ 13.51° cl., $02-(- da I s50 6 g �s 112 Square 0 Foot l lage 3 Provided to Builders Exchange of WA, Inc For usage Conditions Agreement see www bxwa corn Always Verify Scale Extended Amount 13,04 f23tc S Wf213x ra-8'0 E;w ,2-9, c9D_ D ao L 77- /60, 7 /3s ©v x'5 1 s O61 b$a4 J/' 1 1 Item No. Sec No. 42 1 -09 Mobilization 43 I 1 -10 44 I 1 -10 45 2 -01 Description of Item I Traffic Control Supervisor Flaggers and Spotters Clearing and Grubbing 46 2 -02 Remove Asphalt Concrete Pavement 47 2 -03 Roadway Excavation, Incl. Haul 48 2 -09 Structure Excavation Class B, Incl. Haul 49 2 -09 Controlled Density Fill 50 51 52 53 54 4-02 I Gravel Base 4 -04 I Crushed Surfacing Top Course 4 -04 I Crushed Surfacing Base Course 5 -04 I HMA Cl. t/x" PG 64 -22 5 -04 Planing Bituminous Pavement 55 7 -04 Solid Wall PVC Storm Sewer Pipe 8 In. Diam. 56 7 -05 Catch Basin Type 1 w /Combination Inlet 57 7 -05 Connection to Exist. Drainage Structure 58 I 7 -15 I Adjust Water Meter Box 59 I 8 -01 I Inlet Protection 60 8 -02 Roadside Restoration 61 8 -04 Cement Conc. Traffic Curb and Gutter 62 8 -04 Cement Conc. Pedestrian Curb 63 8 -06 Cement Conc. Driveway Entrance 64 8 -14 Cement Conc. Sidewalk BID FORM Page 4 of 6 Additive No. 1 Estimated Quantity Units 1 Lump Sum 100 I Hours 200 I Hours 1 Lump Sum 210 Square Yard 200 Cubic Yard 20 Cubic Yard 20 Cubic Yard 100 I Ton 75 Ton 340 I Ton 170 I Ton 350 Square Yard 25 Linear Foot 1 Each 2 Each 1 I Each 2 I Each 1 Lump Sum 590 Linear Foot 20 Linear Foot 130 Square Yard 250 Square Yard N:\PROJECTS \TR10- 0016th St Sidewalk Phase 1112 Project Manual\Bid Manual \Addendums Addendum No 2.doc Unit Price (Figures) $l,vo 1$57 50 I$ 414°° $1, D00oo $44.55 $18.15 b oo $4e 71-t t3 SO lage 4 Provided to Builders Exchange of WA, Inc For usage Conditions Agreement see www bxwa corn Always Verify Scale Extended Amount $1, 2'00°° 5750 $4 Soo" 1, OCIDt $955.50 $3, (p30. $34,3. $sA50 ,u /,C O°° 50o° I .2 4o• 800o 65 8 -14 age 5 ♦n Cvr Innra of \A!A Cement Conc. Sidewalk Ramp Inr BID FORM Page 5 of 6 Additive No. 1 Total Bid Additive No. 1 Additional Working Days 2 I Each I Ste, e 76, mr, /0 N:\PROJECTS\TR10 -00 16th St Sidewalk Phase 1112 Project ManualTBid Manual\Addendums1Addendum No 2.doc Fnr iicona rnnrlttinnc Anroamant ear seams hvura nnm Al.umvc Vanfir Cr •mla BID FORM Page 6 of 6 ADDENDA ACKNOWLEDGMENT /1:2 The bidder hereby acknowledges that it has received Addenda No(s). to this Project Manual. The name of the bidder submitting this bid and its business phone number and address, to which address all communications concerned with this bid and with the Contract shall be sent, are listed below. ,L 2i Bidder's firm name k u� 1�/ s l�f"L C Complete address g Bay o sr 84, Wm (Street address) G (State) Telephone No. 36D SOZ 2 0 o3 Signed by e 0 Title Plretie Printed Name: DA u Lid Notes: (1) If the bidder is a partnership, so state, giving firm name under which business is transacted. (2) If the bidder is a corporation, this bid must be executed by its duly authorized officials. N.\PROJECTSITR 10.00 16th St Sidewalk Phase 1112 Project Manual Bid Manual1Addendums\Addendum No 2.doc 'age 6 i...,21.4e r Q. dae.r Gvnhanna of \AMA Inn Pnr iieanp (r rsri'firms Aaraament SPA www hYwa cnm Always Verify Scala (Zip) r 1 1 1 1 1 1 1 1 1 1 according to the terms of the bid made by the Principal, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said cid and award and shall give bond for the faithful performance thereof, with Surety or Sureties approved by the Obligee, or if the Principal shall, in case of failure so to do, pay and forfeit to the Obligee the penal amount of the deposit specified in the advertisement for bids, then this obligation shall be null and void, otherwise it shall be and remain in full force and effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damages, the amount of this bond SIGNED, SEALED, AND DATED THIS ide In ��s, Inc. 13thda of April day Lak: s tX' Herewith find an executed Bid Bond or a deposit in the form of a cashier s check, postal money order or other scour rry in lieu of a bid band in the amount of Wliroh rrreciml is IRO less than fivre (5 percent or the total bid KNOW ALL MEN BY CHESE PRESENTS Travelers Casualty and Surety Company Lakeside Industries, Inc. p as yr�nc� al rind of America as Surely, are held and hat we, firmly bound unto the CITY OF POR I ANGELES as Obligee, in the penal sum of Five Percent (5%-) of the total amount bid--- Doffrris, for the payment of which the Principal and the Surety bind themselves, than heirs, executors, administrator successors and assigns, jointly and severally, by these presents 1lte condition of this obl +gation is such that if the Obligee shall make any award to the Principal rot 16 STREET SIDEWALK PHASE I PRO,)EC" TR 10-00 Pr in pal Travelers Casualty and Surety Surety Company of America Susan B. Larson, Attorney in Fact 1501 4th Avenue, #1650 Surety address Seattle, WA 98101 Erik Rolfness, 206 326 -4245 Surety Contact and Phone Number Dated Received return of deposit in the surn of Page 17 Bid Security Transmittal For Provided to Builders Exchange of WA. Inc BID SECURITY TRANSMITTAL FORM SIGN HMI- BID BOND ,20 Parker, Smith (Sc Feek, Inc. Agent 2233 112th Ave NE Bellevue, WA 98004 Agent Address Susan B. Larson, 425 -709 -3625 Agent Contact and Phone Number For usage Conditions Agreement see www bxwa corn Always Verify Scale TRAVELERS) Attorney -In Fact No. 221827 WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER POWER OF ATTORNEY Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company KNOW ALL MEN BY THESE PRESENTS That St Paul Fire and Marine Insurance Company, St Paul Guardian Insurance Company and St Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota, that Farmington Casualty Company, Travelers Casualty and Surety Company, and Travelers Casualty and Surety Company of Amenca are corporations duly organized under the laws of the State of Connecticut, that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland. that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies and that the Companies do hereby make, constitute and appoint Carl Newman, Deanna M Meyer, Karen P Dever, Jill A Boyle, Stuart A O'Farrell, Susan B Larson, Scott Fisher, Lillian Tse, Kara N Harmala, Benjamin L Wolfe, Elizabeth R. Hahn, and Jana M. Roy of the City of Bellevue State of Washi Eton their true and lawful Attomey(s) -in -Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other wntings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law IN WITNESS WHEREOF, the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this day of November 2009 State of Connecticut City of Hartford ss In Witness Whereof, I hereunto set my hand and official seal My Commission expires the 30th day of June, 2011 58440 4 09 Printed in U S A Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company By St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company Certificate No. 0 0 3 3 4 0 7 7 9 WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company Georg/ Thompson. emor President 11th On this the 11th day of November 2009 before me personally appeared George W Thompson, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company. Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc St Paul Fire and Manne Insurance Company, St Paul Guardian Insurance Company, St Paul Mercury Insurance Company, Travelers Casualty and Surety Company. Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer C(\ C4i0d C ..4SfeCt•UL+ Marie C Tetreault, Notary Public WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company. Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc St Paul Fire and Marine Insurance Company, St Paul Guardian Insurance Company. St Paul Mercury Insurance Company. Travelers Casualty and Surety Company. Travelers Casualty and Surety Company of America. and United States Fidelity and Guaranty Company which resolutions are now in full force and effect reading as follows RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President. any Vice President. any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company s name and seal with the Company s seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance or conditional undertaking. and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman any Executive Vice President. any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary, and it is FURTHER RESOLVED, that any bond, recognizance. contract of indemnity, or writing obligatory in the nature of a bond recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman. any Executive Vice President. any Senior Vice President or any Vice President. any Second Vice President, the Treasurer any Assistant Treasurer. the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority and it is FURTHER RESOLVED, that the signature of each of the following officers President. any Executive Vice President. any Senior Vice President any Vice President. any Assistant Vice President any Secretary. any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Powei of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof. and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached I, Kori M Johanson, the undersigned, Assistant Secretary. of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guai anty Insurance Underwriters. Inc St Paul Fire and Marine Insurance Company, St Paul Guardian Insurance Company. St Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America. and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and coirect copy of the Power of Attorney executed by said Companies. which is in full force and effect and has not been revoked IN TESTIMONY WHEREOF. I have hereunto set my hand and affixed the seals of said Companies this f f i ��N _MS C �n SUg I rOOF P ORA >i IQ 4 `p0.9 ORA TE. ynt^ ,T4 SEAL It SEAL D of Kori M Johansc Assistant Secretary" WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER 20 1(; To verify the authenticity of this Power of Attorney. call 1- 800 -421 -3880 or contact us at www traselersbond cons Please refer to the Attorney -In -Fact number the above -named individuals and the details of the bond to which the power is attached I WITNESSETH: 1. Scope of Work. 16 Street Sidewalk, Project TR 10 -00 16 St Sidewalk Phase I PUBLIC WORKS CONTRACT 2. Time for Performance and Liauidated Damaees. This Contract is made and entered into in duplicate this /U_' day of a4 M by and between the City of Port Angeles, a non charter code city o the State of Washington, hereinafter referred to as "the City and /s �kC_ a clOr po f'4 i of hereinafter referred to as "the Contractor II 2 Whereas, the City desires to have certain public work performed as hereinafter set forth, requiring specialized skills and other supportive capabilities; and Whereas, the Contractor represents that it is qualified and possesses sufficient skills and the necessary capabilities to perform the services set forth in this Contract. NOW, THEREFORE, in consideration of the terms, conditions, and agreements contained herein, the parties hereto agree as follows: The Contractor shall do all work and furnish all tools, materials, and equipment in order to accomplish the following project: in accordance with and as described in A. this Contract, and B. the Project Manual, which include the attached plans, Specifications, Special Provisions, submittal requirements, attachments, addenda (if any), Bid Form, Performance and Payment Bond, and C. the 2008 Standard Specifications for Road, Bridge, and Municipal Construction prepared by the Washington State Department of Transportation, as may be specifically modified in the attached Specifications and/or Special Provisions, hereinafter referred to as "the standard specifications and D. the most current edition of the City of Port Angeles' Urban Services Standards and Guidelines, and shall perform any alterations in or additions to the work provided under this Contract and every part thereof. The Contractor shall provide and bear the expense of all equipment, work, and labor of any sort whatsoever that may be required for the transfer of materials and for constructing and completing the work provided for in this Contract, except as may otherwise be provided in the Project Manual. A. Time is of the essence in the performance of this Contract and in adhering to the time frames specified herein. The Contractor shall commence work within ten (10) calendar days after notice to proceed from the City, and said work shall be physically completed within 30 working days after said notice to proceed, unless a different time frame is expressly provided in writing by the City. 3. Compensation and Method of Payment. A. The City shall pay the Contractor for work performed under this Contract as detailed in the bid, as incorporated in the Project Manual. B. Payments for work provided hereunder shall be made following the performance of such work, unless otherwise permitted by law and approved in writing by the City. No payment shall be made for any work rendered by the Contractor except as identified and set forth in this Contract. C. Progress payments shall be based on the timely submittal by the Contractor of the City's standard payment request form. D. Payments for any alterations in or additions to the work provided under this Contract shall be in accordance with the Request For Information (RFI) and/or Construction Change Order (CCO) process as set forth in the Project Manual. Following approval of the RFI and/or CCO, the Contractor shall submit the standard payment request form(s). E. The Contractor shall submit payment requests with a completed Application for Payment form, an example of which is included in the Attachments to this Contract. This form includes a lien waiver certification and shall be notarized before submission. Applications for payment not signed or notarized shall be considered incomplete and ineligible for payment consideration. The City shall initiate authorization for payment after receipt of a satisfactorily completed payment request form and shall make payment to the Contractor within approximately thirty (30) days thereafter. 4. Independent Contractor Relationship. The relationship created by this Contract is that of independent contracting entities. No agent, employee, servant, or representative of the Contractor shall be deemed to be an employee, agent, servant, or representative of the City, and the employees of the Contractor are not entitled to any of the benefits the City provides for its employees. The Contractor shall be solely and entirely responsible for its acts and the acts of its agents, employees, servants, subcontractors, or representatives during the performance of this Contract. The Contractor shall assume full responsibility for payment of all wages and salaries and all federal, state, and local taxes or contributions imposed or required, including, but not limited to, unemployment insurance, workers compensation insurance, social security, and income tax withholding. 5. Prevailing Wage Requirements. The Contractor shall comply with applicable prevailing wage requirements of the Washington State Department of Labor Industries, as set forth in Chapter 39.12 RCW and Chapter 296 -127 WAC. The Contractor shall document compliance with said requirements and 16 St Sidewalk Phase I II 3 I^ shall file with the City appropriate affidavits, certificates, and/or statements of compliance with the State prevailing wage requirements. The Washington State Prevailing Wage Rates For Public Works Contracts, Clallam County, incorporated in this Contract have been established by the Department of Labor Industries and are included as an Attachment to this Contract. The Contractor shall also ensure that any subcontractors or agents of the Contractor shall comply with the prevailing wage and documentation requirements as set forth herein. 6. Indemnification and Hold Harmless. A. The Contractor shall defend, indemnify, and hold harmless the City, its officers, officials, employees, and volunteers against and from any and all claims, injuries, damages, losses, or suits, including attorney fees, arising out of or in connection with the performance of this Contract, except for injuries and damages caused by the sole negligence of the City. B. Should a court of competent jurisdiction determine that this Contract is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Contractor and the City, its officers, officials, employees, and volunteers, the Contractor's liability hereunder shall be only to the extent of the Contractor's negligence. It is further specifically and expressly understood that the indemnification provided herein constitutes the Contractor's waiver of immunity under Industrial Insurance, Title 51 RCW, solely for the purposes of this indemnification. This waiver has been mutually negotiated by the parties. The provisions of this section shall survive the expiration or termination of this Contract. 7. Insurance. The insurance coverage shall be in accordance with and as described in the Washington State Department of Transportation Standard Specifications Division 1 -07.18 including any special provision(s) thereto. A. Verification of Coverage The Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not limited to the additional insured endorsement, evidencing the insurance requirements of the Contractor before commencement of the work. B. Subcontractors The Contractor shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the same insurance requirements as stated herein for the Contractor. 8. Compliance with Laws. A. The Contractor shall comply with all applicable federal, state, and local laws, including regulations for licensing, certification, and operation of facilities and 16`" St Sidewalk Phase I II 4 programs, and accreditation and licensing of individuals, and any other standards or criteria as set forth in the Project Manual. B. The Contractor shall pay any applicable business and permit fees and taxes which may be required for the performance of the work. C. The Contractor shall comply with all legal and permitting requirements as set forth in the Project Manual. 9. Non discrimination. Non Discrimination shall be in accordance with and as described in the current edition of the Standard Specifications Section 1- 07.11, including any amendments and/or special provisions thereto. 10. Assignment and Subcontractors. A. The Contractor shall not assign this Contract or any interest herein, nor any money due to or to become due hereunder, without first obtaining the written consent of the City. B. The Contractor shall not subcontract any part of the services to be performed hereunder without first obtaining the consent of the City and complying with the provisions of this section. C. In the event the Contractor does assign this contract or employ any subcontractor, the Contractor agrees to bind in writing every assignee and subcontractor to the applicable terms and conditions of the contract documents. D. The Contractor shall, before commencing any work, notify the Owner in writing of the names of any proposed subcontractors. The Contractor shall not employ any subcontractor or other person or organization (including those who are to furnish the principal items or materials or equipment), whether initially or as a substitute, against whom the Owner may have reasonable objection. Each subcontractor or other person or organization shall be identified in writing to the Owner by the Contractor prior to the date this Contract is signed by the Contractor. Acceptance of any subcontractor or assignee by the Owner shall not constitute a waiver of any right of the Owner to reject defective work or work not in conformance with the contract documents. If the Owner, at any time, has reasonable objection to a subcontractor or assignee, the Contractor shall submit an acceptable substitute. E. The Contractor shall be fully responsible for all acts and omissions of its assignees, subcontractors and of persons and organization directly or indirectly employed by it and of persons and organizations for whose acts any of them may be liable to the same extent that it is responsible for the acts and omissions of person directly employed by it. F. The divisions and sections of the specifications and the identifications of any drawings shall not control the Contractor in dividing the work among subcontractors or delineating the work to be performed by any specific trade. 16 St Sidewalk Phase I II 5 1 G. Nothing contained in the contract documents shall create or be construed to create any relationship, contractual or otherwise, between the Owner and any subcontractor or assignee. Nothing in the contract documents shall create any obligation on the part of the Owner to pay or to assure payment of any monies due any subcontractor or assignee. H. The Contractor hereby assigns to the City any and all claims for overcharges resulting from antitrust violations as to goods and materials purchased in connection with this Contract, except as to overcharges resulting from antitrust violations commencing after the date of the bid or other event establishing the price of this Contract. In addition, the Contractor warrants and represents that each of its suppliers and subcontractors shall assign any and all such claims for overcharges to the City in accordance with the terms of this provision. The Contractor further agrees to give the City immediate notice of the existence of any such claim. I. In addition to all other obligations of the contractor, if the contractor does employ any approved subcontractor, the contractor shall supply to every approved subcontractor a copy of the form, provided in the project manual, to establish written proof that each subcontract and lower -tier subcontract is a written document and contains, as a part, the current prevailing wage rates. The contractor, each approved subcontractor and each approved lower -tier subcontractor shall complete and deliver the form directly to the City. 11 Contract Administration. This Contract shall be administered by id c,I. on behalf of the Contractor and by James M. Mahlum, Civil Engineer. on behalf of the City. Any written notices required by the terms of this Contract shall be served or mailed to the following addresses: Contractor: City: icf cc f'1e5, ,rw� 12671 itilde5, 12. Interpretation and Venue. This Contract shall be interpreted and construed in accordance with the laws of the State of Washington. The venue of any litigation between the parties regarding this Contract shall be Clallam County, Washington. IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed the day and year first set forth above. l6'" St Sidewalk Phase I II -6 City of Port Angeles P.O. Box 1150 321 East Fifth Street Port Angeles, WA 98362 -0217 CONTRACTOR: /4k Til lefr(t°5 r-PLC_ Name of Contractor B Title: p 044440-1 €r 16`" St Sidewalk Phase I II 7 CITY OF PORT ANGELES: By ,J; May r Appro ed as to Form: Attest: City Attorney KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned, Lakeside Industries, Inc. as Principal, and Travelers Casualty and Surety Company of America a corporation, organized and existing under the laws of the State oikri 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 Port Angeles in the penal sum of $406,020.65 Four Hundred Six Thousand for the payment of which sum on demand we bind ourselves and our successors, heirs, administrators or personal representatives, as the case may be. *Twenty and 65/100ths Dollars This obligation is entered into pursuant to the statutes of the State of Washington and the ordinances of the City of Port Angeles. Dated at Bellevue PERFORMANCE and PAYMENT BOND Bond to the City of Port Angeles Bond 105425215 Washington, this lltlllay of May 2010 The conditions of the above obligation are such that: WHEREAS, the City of Port Angeles has let or is about to let to the said Lakeside Industries, Inc. the above bounded Principal, a certain contract, the said contract being numbered TR 10 and providing for 16 Street Sidewalk Phase I (which contract is referred to herein and is made a part hereof as though attached hereto), and WHEREAS, the said Principal has accepted, or is about to accept, the said contract, and undertake to perform the work therein provided for in the manner and within the time set forth; now, therefore, If the said Principal. Lakeside Industries, Inc. shall faithfully perform all of the provisions of said contract in the manner and within the time therein set forth, or within such extensions of time as may be granted under said contract, and shall pay all laborers, mechanics, subcontractors and materialmen, and all persons who shall supply said Principal or subcontractors with provisions and supplies for the carrying on of said work, and shall indemnify and hold the City of Port Angeles harmless from any damage or expense by reason of failure of performance as specified in said contract or from defects appearing or developing in the material or workmanship provided or performed under said contract within a period of one year after its acceptance thereof by the City of Port Angeles, then and in that event, this obligation shall be void; but otherwise, it shall be and remain in full force and effect. Signed this llthday of May Travelers Casualty and Surety Surety Company of America 16 St Sidewalk Phase I Susan B. Larson' Attorney-in- Fart Title 1501 4th Ave #1650 Seattle. WA 98101 Surety Address Erik Rolfness, 206 326 -4245 Surety Contact and Phone Number II -8 20 10. Lakeside Industries, Inc. Principal TOtief j uianc Parker, Smith Feek, Inc. 2233 112th Ave NE Agent Address Bellevue, WA 98004 Susan B. Larson, 425 709 -3625 Agent Contact and Phone Number TRAVELERS) Attorney -In Fact No. 221827 KNOW ALL MEN BY THESE PRESENTS That St Paul Fire and Manne Insurance Company, St Paul Guardian Insurance Company and St Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota, that Farmington Casualty Company, Travelers Casualty and Surety Company, and Travelers Casualty and Surety Company of America are corporations duly organized under the laws of the State of Connecticut, that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies and that the Companies do hereby make, constitute and appoint Carl Newman, Deanna M Meyer, Karen P Dever, Jill A Boyle, Stuart A O'Farrell, Susan B Larson, Scott Fisher, Lillian Tse, Kara N Harmala, Benjamin L Wolfe, Elizabeth R. Hahn, and Jana M Roy of the City of Bellevue State of Washington their true and lawful Attorney(s) -in -Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any a or proceedings allowed by law IN WITNESS WHEREOF, the Comp nie O ave caused this instrument tote signed'and their corporate seals to be hereto affixed, this day of p r State of Connecticut City of Hartford ss In Witness Whereof, I hereunto set my hand and official seal My Commission expires the 30th day of June, 2011 58440 4 09 Printed in U S A WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company f', Farmington Casualty Company Fidelity and Guaranty Insurance' Company, y Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company POWER OF ATTORNEY By Certificate No. 00358 9 5 8 8 WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company GeorgeJThompson, morf/ice President 6th 6th April 2010 On this the day of before me personally appeared George W. Thompson, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc St Paul Fire and Marine Insurance Company, St Paul Guardian Insurance Company, St Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authonzed so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer QAlJt C `Mane C Tetreault, Notary Public WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER 111 This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company, Fidelity` and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc St Paul Fire and Marine Insurance Company, St Paul Guardian Insurance Company, St Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, which resolutions are now in full force and effect, reading as follows RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her, and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authonty to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary, and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary, or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority, and it is FURTHER RESOLVED, that the signature of each of the following officers President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached I, Kon M Johanson, the undersigned, Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc St Paul Fire and Marine Insurance Company, St Paul Guardian Insurance Company, St Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United`States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companieslwhich <i's i i-full force,and effect and has not been revoked IN TESTIMONY WHEREOF, I have hereunto set my hand and,affixed the seals of said'Coiripames this day of 20 I L y Kon M Johansc/Assistant Secretary t WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER To verify the authenticity of this Power of Attorney, call 1- 800 421 -3880 or contact us at www travelersbond.com Please refer to the Attorney -In -Fact number, the above -named individuals and the details of the bond to which the power is attached 1 1 i KNOW ALL MEN BY THESE PRESENTS, that LAKESIDE INDUSTRIES, INC. as Principal authorized to do business in the State of Washington and TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA as Surety, a corporation organized and existing under the laws of the State of CONNECTICUT and authorized to transact business in the State of Washington as Surety, are jointly and severally held and bound unto CITY OF PORT ANGELES as Obligee in the penal sum of TWENTY THOUSAND THREE HUNDRED ONE AND 04/100THS Dollars 20,301.04 which is 5% of the Principal's bid WHEREAS, on the 10TH day of MAY 2010 the said Principal, herein, executed a contract with the Obligee, for 16 STREET SIDEWALK PHASE PROJECT NO. TR 10 -00 WHEREAS, said contract and RCW 60.28 require the Obligee to withhold from the Principal the sum of 5% from monies earned on estimates during the progress of the construction, hereinafter referred to as earned retained funds. AND NOW WHEREAS, Principal has requested that the Obligee not retain any earned retained funds as allowed under RCW 60.28. NOW, THEREFORE, the condition of this obligation is such that the Principal and Surety are held and bound unto the beneficiaries of the trust fund created by RCW 60.28 in the penal sum of 5% of the final contract cost which shall include any increases due to change orders, increases in quantities of work or the addition of any new item of work If the Principal shall use the earned retained funds, which will not be retained, for the trust fund purposes of RCW 60.28, then this obligation shall be null and void; otherwise, it shall remain in full force and effect. This bond and any proceeds therefrom shall be made subject to all claims and liens and in the same manner and priority as set forth for retained percentages in RCW 60.28. PROVIDED HOWEVER, that: 1. The liability of the Surety under this bond shall not exceed 5% of the total amount earned by the Principal if no monies are retained by the Obligee on estimates during the progress of construction 2. Any suit under this bond must be instituted within the time period provided by applicable law. WITNESS our hands this 11TH day of MAY 20 10 Travelers Casualty and Surety Company of America Sur ty Attorney -in -Fact, Susan B Larson Parker, Smith Feek, Inc. 2233 112 Ave NE, Bellevue, WA 98004 Name and Address of Local Agent Ry: LAKESIDE INDUSTRIES, INC. 5 'aggoner Chief Financial Officer Principal 040069 RETAINAGE BOND Bond No 105425216 1 TRAVELERS) Attorney -In Fact No. State of Connecticut City of Hartford ss In Witness Whereof, I hereunto set my hand and official seal My Commission expires the 30th day of June, 2011 58440 -4 -09 Printed in U.S A. 221827 WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER POWER OF ATTORNEY Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company day of April 2010 Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Inc. St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company By WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company Certificate No. 003589589 KNOW ALL MEN BY THESE PRESENTS That St Paul Fire and Marine Insurance Company, St Paul Guardian Insurance Company and St Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota, that Farmington Casualty Company, Travelers Casualty and Surety Company, and Travelers Casualty and Surety Company of America are corporations duly organized under the laws of the State of Connecticut, that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies and that the Companies do hereby make, constitute and appoint Carl Newman, Deanna M Meyer, Karen P Dever, Jill A Boyle, Stuart A O'Farrell, Susan B Larson, Scott Fisher, Lillian Tse, Kara N Harmala, Benjamin L Wolfe, Elizabeth R Hahn, and Jana M Roy of the City of Bellevue State of Wnshtr>attm their true and lawful Attorney(s) -in -Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted•in any actions or proceedings allowed by law IN WITNESS WHEREOF, the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company Thompson, mor ]/ice President 6th On this the 6th day of April 201 before me personally appeared George W Thompson, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc St Paul Fire and Marine Insurance Company, St Paul Guardian Insurance Company, St Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer CtJ�+ C �J `Mane C Tetreault, Notary Public WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER This Power of Attorney is granted under and by the authoiity of the folloss m, resolutions adopted by the Boards of Directors of Farmington Casualty Company. Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters Inc St Paul Fire and Marine Insurance Company. St. Paul Guardian Insurance Company St Paul Mercury Insurance Company Tiayelers Casualty and Suiety Company Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company which resolutions ate nosy in Lull foice and effect leading as follows RESOLVED that the Chapman the President any Vice Chairman any Executive Vice Piesident any Senior Vice President, any Vice President, any Second Vice President the Tieasuiei any Assistant Tiea suiet the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may goe such appointee such authorty as his or her certificate of authority may prescribe to sign with the Company s name and seal with the Company s seal bonds recognizances contracts of indemnity and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking and any of said officers or the Board of Doectors at any time may remove any such appointee and revoke the power green him or her, and it is FURTHER RESOLVED that the Chairman the President any Vice Chairman any Executive Vice President any Senior Vice President or any Vice President may delegate all of any part of the foregoing authority to one or mole officers or employees of this Company provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary and it is FURTHER RESOLVED that any bond iecoggnizance contract of nnlemmts of s\riting obligatory in the nature of a bond recognizance or conditional undertaking shall be y and and binding upon the Company when la i signed by the Piesident any Vice Chapman, any Executive Vice President. any Senior Vice President or any Vice President any Second V■ce President the Treasurer any Assistant Treasurer the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company s seal by a tiecret,ir oi Assistant Sectet,uv nl (h) duly executed (under seal if required) by one or more Attorneys-in-Fact and Agents pursuant to the power presenbed in his or her cetificate or then certihc.ues of audio' its or by one or more Company officers pursuant to a written delegation of authority and it is FURTHER RESOLI ED that the signature of each of the following officers President any Executive Vice President, any Senior Vice President, any Vice President. any Assistant vice Piestdent any Secretary any Assistant Secretary and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other yvr[tines obligatory in the nature thereof and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall he valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future wiih tespect to any bond oi understanding to which it is attached i Kori hl Johanson the under signed Assistant Secretary of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Undenvt Inc St Paul Foe and Marine lnstuance Company St Paul Guardian Insurance Company St Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of kmei ca and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and coiled copy of the Puss et of Attorney executed by said Companies. which is in full force and effect and has not been revoked IN TESTIMONI WHEREOF I have hereunto set my hand and affixed the seals of said Companies this 1 O�'N NgL �'j INSVgq'• LOFPOH�te�yl O: y e SEAL, `k SEAL e day of s i Kori iM JohansctlAssistant Secretary WARNING THIS POWER OF ATTORNEY IS INVALID, WITHOUT THE RED BORDER ?0 To r the authenticity of this Prover of Attorney call 1 -8110 -421 -388(1 of contact us at svwyv traselersbondcorn Please refer to the Attorney -In -Fact number the abov e -naed 'ndn i leaf• and the der ils of the bowl to o h'ch the pow er is attached ACORDTM CERTIFICATE OF LIABILITY INSURANCE PRODUCER PARKER, SMITH FEEK, INC. 2233 112th Avenue N.E. Bellevue, Washington 98004 Phone: 425 709 -3600 Fax: 425-709-7460 INSURED LAKESIDE INDUSTRIES, INC. PO Box 7016 Issaquah, WA 98027 COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS INSR LTR INSRDI TYPE OF INSURANCE I POLICY NUMBER I LIMITS A X I GENERAL LIABILITY X COMMERCIAL GENERAL LIABILITY A B OTHER X GEN'L AGGREGATE LIMIT APPLIES PER POLICY I X I JECT X I LOC AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS GARAGE LIABILITY ANY AUTO DEDUCTIBLE RETENTION EXCESS /UMBRELLA LIABILITY X OCCUR X A EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER /EXECUTIVE OFFICER/MEMBER EXCLUDEDY If yes, descnbe under SPECIAL PROVISIONS below CITY OF PORT ANGELES P.O. Box 1151 Port Angeles, WA 98362 OCCUR DATE (MM /DD/YYYY) 6/14/2010 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE INSURER A ZURICH AMERICAN INSURANCE COMPANY INSURER B INSURER C I INSURER INSURER E POLICY EFFECTIVE I POLICY EXPIRATION I DATE (MM /DD/YYI DATE (MM /DD/YY) GLA399263006 06/01/2010 06/01/2011 GLA399263006 06/01/2010 06/01/2011 71C7000342101 06/01/2010 06/01/2011 G LA399213006 (WA STATE STOP 06/01/2010 06/01/2011 GAP) EVEREST NATIONAL INSURANCE COMPANY I EACH OCCURRENCE I DAMAGE TO RENTED PREMISES (Ea occurrence) MED EXP (Any one person) PERSONAL ADV INJURY GENERAL AGGREGATE I PRODUCTS- COMP /OP AGG COMBINED SINGLE LIMIT (Ea accident) BODILY INJURY (Per person) BODILY INJURY (Per accident) PROPERTY DAMAGE (Per accident) AUTO ONLY EA ACCIDENT OTHER THAN AUTO ONLY IEACH OCCURRENCE IAGGREGATE ORY IMTS X I O ER I E L EACH ACCIDENT I I E L DISEASE EACH EMPLOYEE I I E L DISEASE POLICY LIMIT I I EACH CLAIM I TOTAL ALL CLAIMS I DEDUCTIBLE 1,000,000 300,000 10,000 1,000,000 2,000,000 2,000,000 1,000,000 EA ACC I AGG I 2000000 2000000 NAIC I A XV I A+ XV I I 1,000,000 1,000,000 1,000,000 DESCRIPTION OF OPERATIONS /LOCATIONSNEHICLES /EXCLUSIONS ADDED BY ENDORSEMENT /SPECIAL PROVISIONS LI Job No. 040069 16th St Sidewalk Phase I, Project No. TR10 -00. City of Port Angeles is included as an Additional Insured per Endorsement U- GL 1175 -B CW, Edition Date 03/07 attached. CANCELS AND REPLACES PREVIOUSLY ISSUED CERTIFICATE OF INSURANCE. CANCELS AND REPLACES PREVIOUSLY ISSUED CERTIFICATE. CERTIFICATE HOLDER CANCELLATION •10 days for non payment of premium SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 45* DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE ACORD 25 (2001/08) ACORD CORPORATION 1988 LAKEINDU \CERT10(MO2) CERT#84 Revised IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. Additional Insured Automatic Owners, Lessees Or Contractors ZURICH Policy No I Exp Date of Pol I Eff Date of End I Agency No I Addl Prem I Return Prem GLA399263006 106/01/2011 106/01/2010 I 'Included IN/A THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Named Insured: Address (including ZIP Code): Lakeside Industries, Inc. P.O. Box 7016 Issaquah, WA 98027 This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part A. Section II Who Is An Insured is amended to include as an Insured any person or organization who you are re- quired to add as an additional insured on this policy under a written contract or written agreement. B. The insurance provided to the additional insured person or organization applies only to "bodily injury "property damage" or "personal and advertising injury" covered under SECTION I Coverage A Bodily Injury And Property Damage Liability and Section I Coverage B Personal And Advertising Injury Liability, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts'or omissions of those acting on your behalf; and resulting directly from: a. Your ongoing operations performed for the additional insured, which is the subject of the written contract or written agreement; or b. "Your work" completed as included in the "products- completed operations hazard performed for the ad- ditional insured, which is the subject of the written contract or written agreement. C. However, regardless of the provisions of paragraphs A. and B. above: I. We will not extend any insurance coverage to any additional insured person or organization: a. That is not provided to you in this policy; or b. That is any broader coverage than you are required to provide to the additional insured person or organiza- tion in the wntten contract or written agreement; and 2. We will not provide Limits of Insurance to any additional insured person or organization that exceed the lower of: a. The Limits of Insurance provided to you in this policy; or b. The Limits of Insurance you are required to provide in the wntten contract or written agreement. Includes copyrighted material of Insurance Services Office, Inc with its permission_ U -GL- 1175 -B CW (3/2007) Page 1 of 2 I 1 I I I I I I I I I I I I I I I I 1 D. The insurance provided to the additional insured person or organization does not apply to: "Bodily injury", "property damage" or "personal and advertising injury" arising out of the rendering or failure to render any professional architectural, engineering or surveying services including- 1. The preparing, approving or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; and 2. Supervisory, inspection, architectural or engineering activities. E. The additional insured must see to it that: 1. We are notified as soon as practicable of an "occurrence" or offense that may result in a claim; 2. We receive written notice of a claim or "suit" as soon as practicable; and 3. A request for defense and indemnity of the claim or "suit" will promptly be brought against any policy issued by another insurer under which the additional insured may be an insured in any capacity. This provision does not apply to insurance on which the additional insured is a Named Insured, if the written contract or written agreement requires that this coverage be primary and non contributory. F. For the coverage provided by this endorsement: 1. The following paragraph is added to Paragraph 4.a. of the Other Insurance Condition of Section IV Commercial General Liability Conditions: This insurance is primary insurance as respects our coverage to the additional insured person or organization, where the written contract or written agreement requires that this insurance be primary and non contributory. In that event, we will not seek contribution from any other insurance policy available to the additional insured on which the additional insured person or organization is a Named Insured. 2. The following paragraph is added to Paragraph 4.b. of the Other Insurance Condition of Section IV Com- mercial General Liability Conditions: This insurance is excess over: Any of the other insurance, whether primary, excess, contingent or on any other basis, available to an additional insured, in which the additional insured on our policy is also covered as an additional insured by attachment of an endorsement to another policy providing coverage for the same "occurrence", claim or "suit This provision does not apply to any policy in which the additional insured is a Named Insured on such other policy and where our policy is required by written contract or written agreement to provide coverage to the additional insured on a primary and non contributory basis. G. This endorsement does not apply to an additional insured which has been added to this policy by an endorsement showing the additional insured in a Schedule of additional insureds, and which endorsement applies specifically to that identified additional insured. Any provisions in this Coverage Part not changed by the terms and conditions of this endorsement continue to apply as written. Includes copyrighted matenal of Insurance Services Office, Inc with its permission U -GL -1 175 B CW (3/2007) Page 2 of 2 PART III SPECIAL PROVISIONS 0407_03 Part03.doc [Revised March 2008] III 1 INTRODUCTION TO THE SPECIAL PROVISIONS The work on this project shall be accomplished in accordance with the Standard Specifications for Road, Bridge and Municipal Construction, 2008 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 Special Provisions are labeled as follows: "(May 18, 2007 APWA GSP) APWA General Special Provision "(August 7, 2006 GSP) WSDOT General Special Provision Contracting Agency General Special Provision Also incorporated into the Contract Documents by reference are: Manual on Uniform Traffic Control Devices for Streets and Highways, currently adopted edition, with Washington State modifications, if any Standard Plans for Road, Bridge and Municipal Construction, WSDOT /APWA, current edition City of Port Angeles' Urban Services Standards and Guidelines, current edition Contractor shall obtain copies of these publications, at Contractor's own expense. 1 -01.3 Definitions This Section is supplemented with the following: The term "Contract Bond" is understood to be equal to "Performance and Payment Bond" for this project. The terms "Contract" and "Project Manual" are interchangeable. 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. 0407_03 Part03.doc [Revised March 2008} III 2 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, from which the Contracting Agency may make a choice between different methods or material of construction for performing 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 The date of the formal decision of the Contracting Agency to accept the lowest responsible and responsive bidder for the work. Contract Execution Date The date the Contracting Agency officially binds the agency to the contract. Notice to Proceed Date The date stated in the Notice to Proceed on which the contract time begins. Substantial Completion Date The day the Engineer determines the Contracting Agency has full and unrestricted use and benefit of the facilities, both from the operational and safety standpoint, and only minor incidental work, replacement of temporary substitute facilities, or correction or repair remains for the physical completion of the total contract. Physical Completion Date The day all of the work is physically completed on the project. All documentation required by the contract and required by law does not necessarily need to be furnished by the Contractor by this date. Completion Date The day all the work specified in the contract is completed and all the obligations of the Contractor under the contract are fulfilled by the Contractor. All documentation required by 0407_03 Part03.doc [Revised March 2008] III 3 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 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. 0407_03 Part03 doc [Revised March 2008] III 4 DESCRIPTION OF WORK (March 13, 1995) This contract provides for the improvement of sidewalk, drainage, and other work, all in accordance with the attached Contract Plans, these Contract Provisions, and the Standard Specifications. 1 -02 BID PROCEDURES AND CONDITIONS 1 -02.1 Prequalification of Bidders Delete this Section and replace it with the following: 1 -02.1 Qualifications of Bidder (October 1, 2005 APWA GSP) Bidders shall be qualified by experience, financing, equipment, and organization to do the work called for in the Contract Documents. The Contracting Agency reserves the right to take whatever action it deems necessary to ascertain the ability of the bidder to perform the work satisfactorily. 1 -02.2 Plans and Specifications Delete this section and replace it with the following: Information as to where Bid Documents can be obtained or reviewed will be found in the Call for Bids (Advertisement for Bids) for the work. After award of the contract, plans and specifications will be issued to the Contractor at no cost as detailed below: To Prime Contractor Reduced plans (11" x 17 and Contract Provisions Large plans (e.g., 22" x 34 and Contract Provisions DIVISION 1 GENERAL REQUIREMENTS Additional plans and Contract Provisions may be purchased by the Contractor by payment at the location 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: 0407_03 Part03 doc [Revised March 2008] No. of Sets Basis of Distribution 4 Furnished automatically upon award. 1 Furnished automatically upon award. III 5 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 work. It will also list estimated quantities, units of measurement, the items of work, and the materials to be furnished at the unit bid prices. The bidder shall complete spaces on the proposal form that call for, but are not limited to, unit prices; extensions; summations; the total bid amount; signatures; date; and, where applicable, retail sales taxes and acknowledgment of addenda; the bidder's name, address, telephone number, and signature; the bidder's D /M/WBE commitment, if applicable; a State of Washington Contractor's Registration Number; and a Business License Number, if applicable. Bids shall be completed by typing or shall be printed in ink by hand, preferably in black ink. The required certifications are included as part of the proposal form. The Contracting Agency reserves the right to arrange the proposal forms with alternates and additives, if such be to the advantage of the Contracting Agency. The bidder shall bid on all alternates and additives set forth in the proposal 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. BID PROCEDURES AND CONDITIONS (August 2, 2004) The fifth and sixth paragraphs of Section 1 -02.6 are deleted. 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; 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 0407_03 Part03 doc [Revised March 2008] III 6 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 Section 1 -02.9 of the Standard Specifications is modified in its entirety for this project to now read as follows: Each proposal shall be submitted in accordance with the instructions outlined in the ADVERTISEMENT FOR BIDS and the INFORMATION FOR BIDDERS AND BIDDER'S CHECK LIST. 1 -02.13 Irregular Proposals (October 1, 2005 APWA GSP) Revise item 1 to read: A proposal will be 1 -02.14 Disqualification of Bidders (September 12, 2007 APWA GSP) considered irregular and will be rejected if: a. The bidder is not prequalified when so reauired; b. The authorized proposal form furnished by the Contracting Agency is not used or is altered; c. The completed proposal form contains any unauthorized additions, deletions, alternate bids, or conditions; d. The bidder adds provisions reserving the right to reject or accept the award, or enter into the contract; e. A price per unit cannot be determined from the bid proposal; f. The proposal form is not properly executed; g. The bidder fails to submit or properly complete a subcontractor list, if applicable, as required in Section 1 02.6. 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; or i. The bid proposal does not constitute a definite and unqualified offer to meet the material terms of the bid invitation. Revise this section to read: 1. A bidder will be deemed not responsible and the proposal reiected if the bidder does not meet the responsibility criteria in RCW 39.04. 2. A bidder may be deemed not responsible and the proposal rejected if: 0407_03 Part03 doc [Revised March 2008] III 7 a. More than one proposal is submitted for the same project from a bidder under the same or different names; b. Evidence of collusion exists with any other bidder or potential bidder. Participants in collusion will be restricted from submitting further bids; c. The bidder. in the opinion of the Contractina Aaencv, is not qualified for the work or to the full extent of the bid, or to the extent that the bid exceeds the authorized preaualification amount as may have been determined by a preaualification of the bidder; d. An unsatisfactory performance record exists based on past or current Contracting Agency work or for work done for others, as iudaed from the standpoint of conduct of the work: workmanship; proaress; affirmative action; eaual employment opportunity practices: or Disadvantaaed Business Enterprise. Minority Business Enterprise. or Women's Business Enterprise utilization; e. There is uncompleted work (Contracting Agency or otherwise) which might hinder or prevent the prompt completion of the work bid upon; f. The bidder failed to settle bills for labor or materials on past or current contracts; g. The bidder has failed to complete a written public contract or has been convicted of a crime arising from a previous public contract; h. The bidder is unable, financially or otherwise, to perform the work; or i. There are any other reasons deemed proper by the Contracting Agency. 1 -02.15 Pre Award Information (October 1, 2005 APWA GSP) Revise this section to read: Before awarding any contract, the Contracting Agency may require one or more of these items or actions of the apparent lowest responsible bidder: 1. A complete statement of the origin, composition, and manufacture of any or all materials to be used, 2. Samples of these materials for quality and fitness tests, 3. A progress schedule (in a form the Contracting Agency requires) showing the order of and time required for the various phases of the work, 4. A breakdown of costs assigned to any bid item, 5. Attendance at a conference with the Engineer or representatives of the Engineer, 6 Obtain. and furnish a coov of, a business license to do business in the city or county where the work is located. 7. A copy of State of Washinaton Contractor's Reaistration, or 8. Any other information or action taken that is deemed necessary to ensure that the bidder is the lowest responsible bidder. 1 -03.3 Execution of Contract (October 1, 2005 APWA GSP) Revise this section to read: 0407_03 Part03.doc [Revised March 2008] III 8 Copies of the Contract Provisions, including the unsianed Form of Contract, will be available for signature by the successful bidder on the first business day following award. The number of copies to be executed by the Contractor will be determined by the Contracting Agency. Within 10 calendar days after the award date, the successful bidder shall return the signed Contracting Agency prepared contract, an insurance certification as required by Section 1- 07.18, and a satisfactory bond as required by law and Section 1 -03.4. Before execution of the contract by the Contracting Agency, the successful bidder shall provide any pre -award information the Contracting Agency may require under Section 1- 02.15. Until the Contracting Agency executes a contract, no proposal shall bind the Contracting Agency nor shall any work begin within the project limits or within Contracting Agency furnished sites. The Contractor shall bear all risks for any work begun outside such areas and for any materials ordered before the contract is executed by the Contracting Agency. If the bidder experiences circumstances beyond their control that prevents return of the contract documents within 10 calendar days after the award date stated above, the Contracting Agency may grant up to a maximum of 10 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) 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; 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; 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 b. Of the Contractor (or the subcontractors or lower tier subcontractors of the Contractor) to pay all laborers, mechanics, subcontractors, lower tier subcontractors, materialperson, or any other person who provides supplies or provisions for carrying out the work; 5. Be accompanied by a power of attorney for the Surety's officer empowered to sign the bond; and 6. Be signed by an officer of the Contractor empowered to sign official statements (sole proprietor or partner). If the Contractor is a corporation. the bond must be signed by the president or vice president. unless accompanied by written proof of the authority of the individual sianina the bond to bind the corporation (i.e.. corporate resolution. power of attorney or a letter to such effect by the president or vice president). 0407_03 Part03.doc [Revised March 2008] III 9 1 -04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and Addenda Revise the second paragraph to read: Any inconsistency in the parts of the contract shall be resolved by following this order of precedence (e.g., 1 presiding over 2, 2 over 3, 3 over 4, and so forth): 1. Addenda, 2. Proposal Form, 3. Special Provisions, 4. Contract Plans, 5. Current edition of the City of Port Angeles' Urban Services and Standards Guidelines 6. Amendments to the Standard Specifications, 7. WSDOT Standard Specifications for Road, Bridge and Municipal Construction, 8. Contracting Agency's Standard Plans (if any), and 9. WSDOT Standard Plans for Road, Bridge, and Municipal Construction. 1 -04.4 CHANGES IN WORK Section 1 -04.4, Changes, of the Standard Specifications shall be amended to add the following: All revisions, clarifications, field requests and field authorizations for construction contracts shall be documented using the "REQUEST FOR INFORMATION" form. A construction contract change order may be initiated by the Contractor, City inspector, or Architect/Engineer by using the RFI form contained in Part IV, Attachments. Definitions a. RFI: Request for Information b. CCO: Construction Change Order 1 -05.5 AS -BUILT DRAWINGS Section 1 -05.5 is supplemented with the following: As -built drawings are required to be maintained by the Contractor. The as -built drawings shall be a record of the construction as installed and completed by the Contractor. They shall include all the information shown on the contract set of drawings and a record of all construction deviations, modifications or changes from those drawings which were incorporated in the work; all additional work not appearing on the contract drawings; all design submittals, including electrical schematics; and all changes which are made after final inspection of the contract work. The Contractor shall mark up a set of full size plans using red ink to show the as -built conditions. These as -built marked prints shall be kept current and available on the job site at all times, and be made available to the City Engineer upon request. The changes from the contract plans which are made in the work or additional information which might be uncovered in the course of construction shall be accurately and neatly recorded as they occur by means of 0407_03 Part03 doc [Revised March 2008] III 10 details and notes. No construction work shall be concealed until it has been inspected, approved, and recorded. The drawings shall show at least the following: a. The location and description of any utilities or other installations known to exist and or encountered within the construction area. The location of these utilities shall include an accurate description, dimensions, and at least 2 ties to permanent features for all utilities encountered. b. The location and description of all facilities and appurtenances installed by the Contractor. The location of facilities and appurtenances shall include accurate dimensions and at least 2 ties to permanent features for all major components, including gate valves. The City of Port Angeles has the right to deny progress payments for completed work if as -built records, as required by this section, are not available on the job site for the work that has been completed by the date of the payment request. Final as- builts shall be delivered to the City Engineer at the time of final inspection for review and approval. As -built drawings must be approved by the City Engineer before final payment will be made. See Submittal Requirements for additional information. 1 -05.7 Removal of Defective and Unauthorized Work (October 1, 2005 APWA GSP) Supplement this section with the following: If the Contractor fails to remedy defective or unauthorized work within the time specified in a written notice from the Engineer, or fails to perform any part of the work required by the Contract Documents, the Engineer may correct and remedy such work as may be identified in the written notice, with Contracting Agency forces or by such other means as the Contracting Agency may deem necessary. If the Contractor fails to comply with a written order to remedy what the Engineer determines to be an emergency situation, the Engineer may have the defective and unauthorized work corrected immediately, have the rejected work removed and replaced, or have work the Contractor refuses to perform completed by using Contracting Agency or other forces. An emergency situation is any situation when, in the opinion of the Engineer, a delay in its remedy could be potentially unsafe, or might cause serious risk of loss or damage to the public. Direct or indirect costs incurred by the Contracting Agency attributable to correcting and remedying defective or unauthorized work, or work the Contractor failed or refused to perform, shall be paid by the Contractor. Payment will be deducted by the Engineer from monies due, or to become due, the Contractor. Such direct and indirect costs shall include in particular, but without limitation, compensation for additional professional services required, and costs for repair and replacement of work of others destroyed or damaged by correction, removal, or replacement of the Contractor's unauthorized work. 0407_03 Part03.doc [Revised March 20081 III 11 I 1 I 1 I I I I I I I I I 1 1 I 1 I 1 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 -05.10 GUARANTEES Section 1 -05 is supplemented with the following: The Contractor shall guarantee all materials and equipment furnished and work performed for a period of one (1) year from the date of substantial completion. The Contractor shall warrant and guarantee for a period of one (1) year from the date of substantial completion of the system that the completed system is free from all defects due to faulty materials or workmanship, and the Contractor shall promptly make such corrections as may be necessary by reason of such defects including the repairs of any damage to other parts of the system resulting from such defects. The City will give notice of observed defects with reasonable promptness. In the event that the Contractor should fail to make such repairs, adjustments, or other work that may be made necessary by such defects, the City may do so and charge the Contractor the cost thereby incurred The Performance and Payment Bond shall remain in full force and effect through the guarantee period. 1 -05.11 Final Inspection Delete this section and replace it with the following: 1 -05.11 Final Inspections and Operational Testing (October 1, 2005 APWA GSP) 1- 05.11(1) Substantial Completion Date When the Contractor considers the work to be substantially complete, the Contractor shall so notify the Engineer and request the Engineer establish the Substantial Completion Date. The Contractor's request shall list the specific items of work that remain to be completed in order to reach physical completion. The Engineer will schedule an inspection of the work with the Contractor to determine the status of completion. The Engineer may also establish the Substantial Completion Date unilaterally. If, after this inspection, the Engineer concurs with the Contractor that the work is substantially complete and ready for its intended use, the Engineer, by written notice to the Contractor, will set the Substantial Completion Date. If, after this inspection the Engineer does not consider the work substantially complete and ready for its intended use, the Engineer will, by written notice, so notify the Contractor giving the reasons therefor. Upon receipt of written notice concurring in or denying substantial completion, whichever is applicable, the Contractor shall pursue vigorously, diligently and without unauthorized interruption, the work necessary to reach Substantial and Physical Completion. The 0407_03 Part03.doc [Revised March 2008] III 12 Contractor shall provide the Engineer with a revised schedule indicating when the Contractor expects to reach substantial and physical completion of the work. The above process shall be repeated until the Engineer establishes the Substantial Completion Date and the Contractor considers the work physically complete and ready for final inspection. 1- 05.11(2) Final Inspection and Physical Completion Date When the Contractor considers the work physically complete and ready for final inspection, the Contractor by written notice, shall request the Engineer to schedule a final inspection. The Engineer will set a date for final inspection. The Engineer and the Contractor will then make a final inspection and the Engineer will notify the Contractor in writing of all particulars in which the final inspection reveals the work incomplete or unacceptable. The Contractor shall immediately take such corrective measures as are necessary to remedy the listed deficiencies. Corrective work shall be pursued vigorously, diligently, and without interruption until physical completion of the listed deficiencies. This process will continue until the Engineer is satisfied the listed deficiencies have been corrected. If action to correct the listed deficiencies is not initiated within 7 days after receipt of the written notice listing the deficiencies, the Engineer may, upon written notice to the Contractor, take whatever steps are necessary to correct those deficiencies pursuant to Section 1 -05.7. The Contractor will not be allowed an extension of contract time because of a delay in the performance of the work attributable to the exercise of the Engineer's right hereunder. Upon correction of all deficiencies, the Engineer will notify the Contractor and the Contracting Agency, in writing, of the date upon which the work was considered physically complete. That date shall constitute the Physical Completion Date of the contract, but shall not imply acceptance of the work or that all the obligations of the Contractor under the contract have been fulfilled. 1- 05.11(3) Operational Testing It is the intent of the Contracting Agency to have at the Physical Completion Date a complete and operable system. Therefore when the work involves the installation of machinery or other mechanical equipment; street lighting, electrical distribution or signal systems; irrigation systems; buildings; or other similar work it may be desirable for the Engineer to have the Contractor operate and test the work for a period of time after final inspection but prior to the physical completion date. Whenever items of work are listed in the Contract Provisions for operational testing they shall be fully tested under operating conditions for the time period specified to ensure their acceptability prior to the Physical Completion Date. During and following the test period, the Contractor shall correct any items of workmanship, materials, or equipment which prove faulty, or that are not in first class operating condition. Equipment, electrical controls, meters, or other devices and equipment to be tested during this period shall be tested under the observation of the Engineer, so that the Engineer may determine their suitability for the purpose for which they were installed. The Physical Completion Date cannot be established until testing and corrections have been completed to the satisfaction of the Engineer. 0407_03 Part03 doc [Revised March 2008] III 13 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 -05.13 Superintendents, Labor and Equipment of Contractor (May 25, 2006 APWA GSP) Revise the seventh paragraph to read: Whenever the Contracting Agency evaluates the Contractor's qualifications pursuant to Section 1 -02.1. it will take these performance reports into account. CONTROL OF WORK (March 13, 1995) Cooperation With Other Contractors Section 1 -05.14 is supplemented with the following: Other Contracts Or Other Work It is anticipated that the following work adjacent to or within the limits of this project will be performed by others during the course of this project and will require coordination of the work: Relocation of Telephone Poles, Telephone Lines, Cable Television Lines, Electrical Service Lines Add the following new section: 1 -05.16 Water and Power (October 1, 2005 APWA GSP) The Contractor shall make necessary arrangements, and shall bear the costs for power and water necessary for the performance of the work, unless the contract includes power and water as a pay item. Add the following new section: 1 -05.17 Oral Agreements (October 1, 2005 AWPA GSP) 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 oral agreement or conversation shall be considered as unofficial information and in no way binding upon the Contracting Agency, unless subsequently put in writing and signed by the Contracting Agency. 0407_03 Part03.doc [Revised March 2008] III 14 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1 -07.1 Laws to be Observed (October 1, 2005 APWA GSP) Supplement this section with the following: In cases of conflict between different safety regulations, the more stringent regulation shall apply. The Washington State Department of Labor and Industries shall be the sole and paramount administrative agency responsible for the administration of the provisions of the Washington Industrial Safety and Health Act of 1973 (WISHA). The Contractor shall maintain at the project site office, or other well known place at the project site, all articles necessary for providing first aid to the injured. The Contractor shall establish, publish, and make known to all employees, procedures for ensuring immediate removal to a hospital, or doctor's care, persons, including employees, who may have been injured on the project site. Employees should not be permitted to work on the project site before the Contractor has established and made known procedures for removal of injured persons to a hospital or a doctor's care. The Contractor shall have sole responsibility for the safety, efficiency, and adequacy of the Contractor's plant, appliances, and methods, and for any damage or injury resulting from their failure, or improper maintenance, use, or operation. The Contractor shall be solely and completely responsible for the conditions of the project site, including safety for all persons and property in the performance of the work. This requirement shall apply continuously, and not be limited to normal working hours. The required or implied duty of the Engineer to conduct construction review of the Contractor's performance does not, and shall not, be intended to include review and adequacy of the Contractor's safety measures in, on, or near the project site. State Taxes 1 -07.2 State Sales Tax Delete this section, including its sub sections, in its entirety and replace it with the following: 1 -07.2 State Sales Tax (October 1, 2005 APWA GSP) 1- 07.2(1) General The Washington State Department of Revenue has issued special rules on the State sales tax. Sections 1- 07.2(1) through 1- 07.2(4) are meant to clarify those rules. The Contractor should contact the Washington State Department of Revenue for answers to questions in this area. The Contracting Agency will not adjust its payment if the Contractor bases a bid on a misunderstood tax liability. 0407_03 Part03 doc [Revised March 2008] III 15 t I I I 1 I I I I I t I I I t I I I I The Contractor shall include all Contractor -paid taxes in the unit bid prices or other contract amounts. In some cases, however, state retail sales tax will not be included. Section 1- 07.2(3) describes this exception. The Contracting Agency will pay the retained percentage only if the Contractor has obtained from the Washington State Department of Revenue a certificate showing that all contract related taxes have been paid (RCW 60.28.050). The Contracting Agency may deduct from its payments to the Contractor any amount the Contractor may owe the Washington State Department of Revenue, whether the amount owed relates to this contract or not. Any amount so deducted will be paid into the proper State fund. 1- 07.2(2) State Sales Tax Rule 171 WAC 458 -20 -171, and its related rules, apply to building, repairing, or improving streets, roads, etc., which are owned by a municipal corporation, or political subdivision of the state, or by the United States, and which are used primarily for foot or vehicular traffic. This includes storm or combined sewer systems within and included as a part of the street or road drainage system and power lines when such are part of the roadway lighting system. For work performed in such cases, the Contractor shall include Washington State Retail Sales Taxes in the various unit bid item prices, or other contract amounts, including those that the Contractor pays on the purchase of the materials, equipment, or supplies used or consumed in doing the work. 1- 07.2(3) State Sales Tax Rule 170 WAC 458 -20 -170, and its related rules, apply to the constructing and repairing of new or existing buildings, or other structures, upon real property. This includes, but is not limited to, the construction of streets, roads, highways, etc., owned by the state of Washington; water mains and their appurtenances; sanitary sewers and sewage disposal systems unless such sewers and disposal systems are within, and a part of, a street or road drainage system; telephone, telegraph, electrical power distribution lines, or other conduits or lines in or above streets or roads, unless such power lines become a part of a street or road lighting system; and installing or attaching of any article of tangible personal property in or to real property, whether or not such personal property becomes a part of the realty by virtue of installation. For work performed in such cases, the Contractor shall collect from the Contracting Agency, retail sales tax on the full contract price. The Contracting Agency will automatically add this sales tax to each payment to the Contractor. For this reason, the Contractor shall not include the retail sales tax in the unit bid item prices, or in any other contract amount subject to Rule 170, with the following exception. Exception: The Contracting Agency will not add in sales tax for a payment the Contractor or a subcontractor makes on the purchase or rental of tools, machinery, equipment, or consumable supplies not integrated into the project. Such sales taxes shall be included in the unit bid item prices or in any other contract amount. 1- 07.2(4) Services The Contractor shall not collect retail sales tax from the Contracting Agency on any contract wholly for professional or other services (as defined in Washington State Department of Revenue Rules 138 and 244). 0407_03 Part03 doc [Revised March 2008] III 16 Permits And Licenses Section 1 -07.6 is supplemented with the following: (March 13, 1995) No hydraulic permits are required for this project unless the Contractor's operations use, divert, obstruct, or change the natural flow or bed of any river or stream, or utilize any of the waters of the State or materials from gravel or sand bars, or from stream beds. 1 -07.17 UTILITIES AND SIMILAR FACILITIES Section 1 -07.17 is supplemented by the following: Locations and dimensions shown in the plans for existing facilities are in accordance with available information obtained without uncovering, measuring, or other verification. Public and private utilities, or their contractors, will furnish all work necessary to adjust, relocate, replace, or construct their facilities unless otherwise provided for in the Plans or these Special Provisions. Such adjustment, relocation, replacement, or construction will be done during the prosecution of the work for this project. The Contractor shall call the Utility Location Request Center (One Call Center), for field location not less than two nor more than ten business days before the scheduled date for commencement of excavation which may affect underground utility facilities, unless otherwise agreed upon by the parties involved. A business day is defined as any day other than Saturday, Sunday, or a legal local, state or federal holiday. The telephone number for the One Call Center for this project is 1- 800 424 -5555. The Contractor is alerted to the existence of Chapter 19.122 RCW, a Washington State law relating to underground utilities. Any cost to the Contractor incurred as a result of this law shall be at the Contractor's expense. No excavation shall begin until all known facilities in the vicinity of the excavation area have been located and marked. 1 -07.23 Public Convenience and Safety Section 1 -07.23 is supplemented with the following: The construction safety zone for this project is 10 feet from the outside edge of the traveled way. During the actual hours of work, unless protected as described above, only materials absolutely necessary to construction shall be within the safety zone and only construction vehicles absolutely necessary to construction shall be allowed within the safety zone 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 safety zone at any time unless protected as described above. Adjacent roadways and sidewalks shall be cleaned of construction debris at the end of each 0407_03 Part03 doc [Revised March 2008] III 17 t 1 1 1 1 work day, or sooner if there is an unanticipated adverse impact on the safety of the traveling public. Deviation from the above requirements shall not occur unless the Contractor has requested the deviation in writing and the Engineer has provided written approval. In addition to the requirements of Section 1- 07.23(1) of the Standard Specifications, the following provisions shall apply: 1. There shall be no delay to medical, fire, police, or other emergency vehicles with flashing lights or sirens. The Contractor shall alert all flaggers and personnel of this requirement. 2. The Contractor shall notify the Engineer at least one work day in advance of the need to restrict parking within the project limits. The Engineer will notify the Police Department of the required restricted parking. 3. Prior to cutting across driveways and business or parking accesses, the Contractor MUST NOTIFY ALL OWNERS AT LEAST 24 HOURS IN ADVANCE. 4. Every effort shall be made to limit restrictions to access of businesses to short periods of time. The Contractor may be required to address business access concerns on short notice. Modification(s) to the contract to compensate the Contractor for changes due to access concerns shall only be made if such change results in an impact on the delivery schedule of more than one day and /or a significant change in labor or equipment requirements. 1- 07.23(1) Construction Under Traffic (October 1, 2005 APWA GSP) Revise the second paragraph to read: To disrupt public traffic as little as possible, the Contractor shall permit traffic to pass through the work with the least possible inconvenience or delay. The Contractor shall maintain existing roads, streets sidewalks. and oaths within the project limits, keeping them open, and in good, clean, safe condition at all times. Deficiencies caused by the Contractor's operations shall be repaired at the Contractor's expense. Deficiencies not caused by the Contractor's operations shall be repaired by the Contractor when directed by the Engineer, at the Contracting Agency's expense. The Contractor shall also maintain roads, streets, sidewalks. and paths adjacent to the project limits when affected by the Contractor's operations. Snow and ice control will be performed by the Contracting Agency on all projects. Cleanup of snow and ice control debris will be at the Contracting Agency's expense. The Contractor shall perform the following: 1. Remove or repair any condition resulting from the work that might impede traffic or create a hazard. 2. Keep existing traffic signal and highway lighting systems in operation as the work proceeds. (The Contracting Agency will continue the route maintenance on such system.) 3. Maintain the striping on the roadway at the Contracting Agency's expense. The Contractor shall be responsible for scheduling when to renew striping, subject to the 0407_03 Part03 doc [Revised March 2008] III 18 approval of the Engineer. When the scope of the project does not require work on the roadway, the Contracting Agency will be responsible for maintaining the striping. 4. Maintain existing permanent signing. Repair of signs will be at the Contracting Agency's expense, except those damaged due to the Contractor's operations. 5. Keep drainage structures clean to allow for free flow of water. Cleaning of existing drainage structures will be at the Contracting Agency's expense when approved by the Engineer, except when flow is impaired due to the Contractor's operations. 1- 07.23(2) Construction and Maintenance of Detours (October 1, 2005 APWA GSP) Revise the first paragraph to read: Unless otherwise approved, the Contractor shall maintain two -way traffic during construction. The Contractor shall build, maintain in a safe condition, keep open to traffic, and remove when no longer needed: 1. Detours and detour bridges that will accommodate traffic diverted from the roadway, bridge, sidewalk, or path during construction, 2. Detour crossings of intersecting highway, and 3. Temporary approaches. 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 limits of construction permits are indicated in the Plans. The Contractor's construction activities shall be confined within these limits, unless arrangements for use of private property are made. Generally, the Contracting Agency will have obtained, prior to bid opening, all rights of way and easements, both permanent and temporary, necessary for carrying out the work. Exceptions to this are noted in the Bid Documents or will be brought to the Contractor's attention by a duly issued Addendum. Whenever any of the work is accomplished on or through property other than public right of way, the Contractor shall meet and fulfill all covenants and stipulations of any easement agreement obtained by the Contracting Agency from the owner of the private property. Copies of the easement agreements may be included in the Contract Provisions or made available to the Contractor as soon as practical after they have been obtained by the Engineer. Whenever easements or rights of entry have not been acquired prior to advertising, these areas are so noted in the Plans. The Contractor shall not proceed with any portion of the work in areas where right of way, easements or rights of entry have not been acquired until the Engineer certifies to the Contractor that the right of way or easement is available or that the right of entry has been received. If the Contractor is delayed due to acts of omission on the part of the Contracting Agency in obtaining easements, rights of entry or right of way, the Contractor will be entitled to an extension of time. The Contractor agrees that such delay shall not be a breach of contract. 0407_03 Part03.doc [Revised March 2008] III 19 Each property owner shall be given 48 hours notice prior to entry by the Contractor. This includes entry onto easements and private property where pnvate improvements must be adjusted. The Contractor shall be responsible for providing, without expense or liability to the Contracting Agency, any additional land and access thereto that the Contractor may desire for temporary construction facilities, storage of materials, or other Contractor needs. However, before using any private property, whether adjoining the work or not, the Contractor shall file with the Engineer a written permission of the private property owner, and, upon vacating the premises, a written release from the property owner of each property disturbed or otherwise interfered with by reasons of construction pursued under this contract. The statement shall be signed by the private property owner, or proper authority acting for the owner of the private property affected, stating that permission has been granted to use the property and all necessary permits have been obtained or, in the case of a release, that the restoration of the property has been satisfactorily accomplished. The statement shall include the parcel number, address, and date of signature. Written releases must be filed with the Engineer before the Completion Date will be established. 1 -08 PROSECUTION AND PROGRESS Add the following new section: 1 -08.0 Preliminary Matters (May 25, 2006 APWA GSP) Add the following new section: 1- 08.0(1) Preconstruction Conference (May 25, 2006 APWA GSP) Prior to the Contractor beginning the work, a preconstruction conference will be held between the Contractor, the Engineer and such other interested parties as may be invited. The purpose of the preconstruction conference will be: 1. To review the initial progress schedule; 2. To establish a working understanding among the various parties associated or affected by the work; 3 To establish and review procedures for progress payment, notifications, approvals, submittals, etc.; 4 To establish normal working hours for the work; 5. To review safety standards and traffic control; and 6. To discuss such other related items as may be pertinent to the work. The Contractor shall prepare and submit at the preconstruction meeting the following: 1. A breakdown of all lump sum items; 2. A preliminary schedule of working drawing submittals; and 3. A list of material sources for approval if applicable. 0407_03 Part03.doc [Revised March 2008] III 20 Add the following new section: 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 prior to the Contractor commencing the work. If a 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 permission 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. Permission 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 received from the public or adjoining property owners regarding the noise from the Contractor's operations. The Contractor shall have no claim for damages or delays should such permission be revoked for these reasons. Permission 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 worked during such times, on non Federal aid projects; considering the work performed on Saturdays, Sundays, and holidays 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. Add the following new section: 1- 08.0(3) Reimbursement for Overtime Work of Contracting Agency Employees (May 25, 2006 APWA GSP) 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 0407_03 Part03_doc [Revised March 2008] III 21 for 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. Revise this section to read: 1 -08.4 Notice to Proceed and Prosecution of the Work (October 1, 2005 APWA GSP) Notice to Proceed will be aiven after the contract has been executed and the contract bond and evidence of insurance have been approved and filed by the Contractina Agency. The Contractor shall not commence with the work until the Notice to Proceed has been given by the Engineer. The Contractor shall commence construction activities on the proiect 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. TIME FOR COMPLETION Section 1 -08.5 is supplemented with the following: Time is of the essence in the performance of this Contract and in adhering to the time frames specified herein. The Contractor shall commence work within ten (10) calendar days after notice to proceed from the City, and said work shall be physically completed within 30 working days after said notice to proceed, unless a different time frame is expressly provided in writing by the City. If said work is not completed within the time for physical completion, the Contractor may be required at the City's sole discretion to pay to the City liquidated damages as set forth in the Project Manual, for each and every day said work remains uncompleted after the expiration of the specified time. 1 -08.7 Maintenance During Suspension (October 1, 2005 APWA GSP) 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 oath for public use during suspension (as required in Section 1 -07.23 or the Special Provisions). This may include a temporary road or detour. PAYMENTS Section 1 -09.9 is supplemented with the following: 0407_03 Part03 doc [Revised March 2008] III 22 The Contractor shall submit payment requests with a completed Application for Payment form, an example of which is included in the Attachments in Part 4 of the Project Manual. This form includes a lien waiver certification, and shall be notarized before submission. Applications for payment not signed or notarized shall be considered incomplete and ineligible for payment consideration. TEMPORARY TRAFFIC CONTROL Traffic Control Management General (August 2, 2004) Section 1- 10.2(1) is supplemented with the following: The Traffic Control Supervisor shall be certified by one of the following: The Northwest Laborers Employers Training Trust 27055 Ohio Ave. Kingston, WA 98346 (360) 297 -3035 Evergreen Safety Council 401 Pontius Ave. N. Seattle, WA 98109 1- 800 521 -0778 or (206) 382 -4090 TRAFFIC CONTROL PLANS The first sentence of Section 1- 10.2(2) is to be replaced with the following: The Contractor shall develop a traffic control plan necessary for their method of performing the work, and submit it to the Engineer for approval before any work involving the plan begins. No work shall occur that alters existing traffic control before approval of the plan. The plan shall be in accordance with this section, the Standard Plans, and the Manual on Uniform Traffic Control Devices (MUTCD). The following is a list of special traffic control requirements that shall be incorporated into the traffic control plan: 1. Standard "K" Plans shall be used for this project for the traffic control plan. The minimum lane width shall be eleven (10) feet. The Contractor shall provide alternate traffic control Plans for approval by the Engineer, as necessary to accommodate any changes. The last sentence of Section 1- 10.2(2) is revised to read: The Contractor's letter designating and adopting the specific traffic control plan(s) or any proposed modified plan(s) shall be submitted to the Engineer for approval at least ten calendar days in advance of the time the new plan will be implemented. 0407_03 Part03.doc [Revised March 2008] III 23 I I Costs associated with the development of the traffic control plan(s) shall be incidental to I I I contract prices. CONSTRUCTION SIGNS I *0,* Section 1- 10.3(3) is revised to read: I All signs required by the approved traffic control plan(s) as well as any other appropriate signs prescribed by the Engineer, except for the project sign, shall be furnished by the Contractor. The Contractor shall provide the posts or supports and erect and maintain I the signs in a clean, neat, and presentable condition until the necessity for them has ceased. All nonapplicable signs shall be removed or completely covered with metal, plywood, or an Engineer approved product specifically manufactured for sign covering I during periods when they are not needed. When the need for these signs has ceased, the Contractor, upon approval of the Engineer, shall remove all signs, posts, and supports from the project and they shall remain the property of the Contractor, except I for the project sign. I All signs lost, stolen, damaged, or destroyed shall be replaced at the Contractor's expense. All signs shall utilize materials, and be fabricated in accordance with, Section 9 -28. All signs shall be constructed of Type I or II reflective background sheeting unless III otherwise noted in the Plans. Construction signs will be divided into two classes. Class A construction signs are I those signs that remain in service throughout the construction or during a major phase of the work. They are mounted on posts, existing fixed structures, or substantial supports of a semi permanent nature. Sign and support installation for Class A signs I shall be in accordance with the Contract Plans or the Standard Plans. The following Class A signs shall be installed by the Contractor at locations designated at the pre construction conference: I "Construction Ahead" "End Construction" I "Project Sign" provided by the City Class B construction signs are those signs that are placed and removed daily, or are I used for short durations which may extend for one or more days. They are mounted on portable or temporary mountings. In the event of disputes, the Engineer will determine if a construction sign is considered as a Class A or B construction sign. I If it is necessary to add weight to signs for stability, only a bag of sand that will rupture on impact shall be used. The bag of sand shall: (1) be furnished by the Contractor, I (2) have a maximum weight of 40 pounds, and (3) be suspended no more than 1 foot from the ground. Furnishing Class B signs will be in accordance with Section 1- 10.3(3). Payment for 0407_03 Part03 doc (Revised March 2008] III 24 setup and take down of Class B signs shall be incidental to and included in the item "Flaggers and Spotters The condition of the signs shall be new or "Acceptable" as defined in the book, Quality Standards For Work Zone Traffic Control Devices. The Engineer's decision on the condition of a sign shall be final. The book, Quality Standards For Work Zone Traffic Control Devices, is available by writing to the American Traffic Safety Service Association, 5440 Jefferson Davis Hwy., Fredericksburg, VA 22407, telephone: (703) 898 -5400, FAX: (703) 898 -5510. Signs, posts, or supports that are lost, stolen, damaged, destroyed, or which the Engineer deems to be unacceptable while their use is required on the project, shall be replaced by the Contractor without additional compensation. Measurement (August 2, 2004) Section 1- 10.4(1) is revised as follows: "Traffic Control Supervisor" shall be measured by the hour. Payment Section 1- 10.5(2) is revised as follows: "Traffic Control Supervisor", per hour. The per hour contract price shall be full compensation for all costs incurred by the Contractor in performing the contract work defined in Section 1- 10.4(2)B. The unit contract price for "Flaggers and Spotters per hour, and "Traffic Control Supervisor per hour, shall be full compensation for provision, placement, maintenance, and any other associated costs, related to all necessary signs, cones, and any other devices specified in the Standard "K" Plans or any approved modification thereto, or any approved Contractor temporary traffic control plan. 0407_03 Part03.doc [Revised March 2008] III 25 I I t I I I I I I I I 1 1 1 1 1 I I I DIVISION 2 EARTHWORK CLEARING, GRUBBING, AND ROADSIDE CLEANUP Description Section 2 -01.1 is supplemented with the following: (March 13, 1995) Clearing and grubbing on this project shall be performed within the following limits: From the north edge of 16 Street to the limits of the cut/fill areas as identified on the plans; From the east edge of "E" Street to the limits of the cut/fill areas, or back of the new sidewalk, whichever is further, as identified on the plans for sidewalk adjoining the back of the curb; Between the limits of the cut/fill areas, or the location of the new sidewalk, whichever is the largest area, as identified on the plans. (September 8, 1997) Removal of Pavement, Sidewalks, Curbs, and Gutters Section 2- 02.3(3) is supplemented with the following: The approximate thickness of the asphalt concrete pavement is 2 -4 The approximate thickness of the cement concrete pavement is 4 -6 Construction Requirements Section 2 -02.3 is supplemented with the following: All slurry created by the sawing of asphalt or concrete pavement shall be collected and legally disposed of. A vacuum shall be used to collect the slurry as it is produced or immediately following completion of the sawing. No slurry shall be allowed to reach any storm drain or surface conveyance of storm water. Measurement Section 2 -02.4 is supplemented with the following: Asphalt concrete pavement removal will be measured by the square yard. Cement concrete sidewalk and driveway removal will be measured by the square yard. Cement concrete curb and gutter removal will be measured by the linear foot. Culvert removal will be measured by the linear foot. Fence removal will be measured by the linear foot. Catch basin removal will be measured per each. Sign removal and resetting will be measured per each. Payment Section 2 -02 5 is supplemented with the following* "Remove Asphalt Concrete Pavement per square yard. "Remove Cement Concrete Sidewalk and Driveway per square yard "Remove Cement Concrete Curb and Gutter", per linear foot. 0407_03 Part03.doc [Revised March 2008] III 26 "Remove Culvert", per linear foot. "Remove Fencing per linear foot. "Remove Catch Basin per each. "Remove and Reset Sign per each. The unit contract bid price for any item in this section shall be full pay for any cement concrete and asphalt concrete sawing including collection and disposal of all slurry created by the sawing of asphalt or concrete pavement or curbs and gutters. Haul and disposal of as well as any necessary equipment, labor, materials, sawing, breaking, planing, and /or grinding shall be made and shall be included in the unit contract bid price for removing any item identified for removal in this section and in the plans. Removal of sidewalks and pavements shall include all costs associated with removing and either disposing of, and /or salvaging, appurtenant facilities such as manhole lid and frames, handholes, access portals, valve boxes and covers, conduit, etc., as indicated on the drawings or directed by the Engineer. All debris, saw slurry, and grindings shall be prevented from entering any drainage system and shall be removed from the project area and shall be included in the unit bid contract price for removing any item identified for removal in this section. All work and material associated with any fill required per Section 2- 02.3(2) shall be included in the cost for removing any item identified for removal in this section. ROADWAY EXCAVATION AND EMBANKMENT Measurement Section 2 -03.4 is revised by following: The third, fourth and fifth sentences of the first paragraph are deleted. 0407_03 Part03 doc [Revised March 2008] III 27 I t I I I I I t I I I I I I I I I t I DIVISION 5 SURFACE TREATMENTS AND PAVEMENTS HOT MIX ASPHALT Construction Requirements Soil Residual Herbicide The first sentence of Section 5- 04.3(5)D is replaced with the following: Soil residual herbicide shall be applied in areas to be paved with granular base. Application of soil residual herbicide shall not be required in areas of non permeable base such as paving over cement concrete or asphalt treated base. Acceptance Sampling and Testing HMA Mixture (January 5, 2004) Section 5- 04.3(8)A is supplemented with the following: Commercial HMA Evaluation The following HMA will be accepted by commercial HMA evaluation: HMA Class %2" PG64 -22 Commercial HMA for Patching Joints (January 5, 2004) Section 5- 04.3(12) is supplemented with the following: All cold joints, whether they are butt or lap joints, shall be sealed on the surface at the joint with AR 4000 or other as approved by the Engineer Planing Bituminous Pavement Section 5- 04.3(14) is supplemented with the following: (January 5, 2004) The Contractor shall perform the planing operations no more than 5 calendar days ahead of the time the planed area is to be paved with HMA, unless otherwise allowed by the Engineer in writing. (March 13, 1995) Vertical Edge Planing During planing of bituminous pavement in the travelled lanes, the Contractor shall coordinate the planing and paving operations such that the planed roadway surface shall not remain unpaved at the end of the work day. The Contractor shall have a contingency plan to ensure that no planed areas remain unpaved due to equipment breakdown or other emergency. (October 23, 2000) Beveled Edge Planing A beveled edge shall be constructed in areas with a planed depth of more than 0.20 foot that will not be paved during the same work shift. 0407_03 Part03.doc [Revised March 2008] III 28 The Contractor shall use a beveled cutter on the mandrel of the planing equipment, or other approved method(s), to eliminate the vertical edge(s). The beveled edge(s) shall be constructed at a 4:1 slope. Equipment For traveled lane areas, the Contractor shall use asphalt concrete planing equipment with a Triple Wrap Head or an approved equal. The milling head shall be 8 feet in width, with a maximum tooth spacing of $$2$$ inch. Measurement Section 5 -04.4 is revised as follows: The fourth paragraph is deleted. The unit contract bid price for "HMA Class 1 /2" PG64 -22" and "Commercial HMA for Patching" shall include the application of soil residual herbicide in areas to be paved with granular base. Application of soil residual herbicide shall not be required in areas of non permeable base such as paving over cement concrete, asphalt treated base, or overlay of asphalt concrete pavement. Payment Section 5 -04.5 is revised as follows: The second paragraph is supplemented as follows: The unit contract bid price for "HMA Class 1/2" PG64 -22" and "Commercial HMA for Patching" shall include sealing butt and /or lap joints, and the application of soil residual herbicide in accordance with Section 5- 04.3(5)D in areas to be paved with granular base. Application of soil residual herbicide shall not be required in areas of non permeable base such as paving over cement concrete, asphalt treated base, or overlay of asphalt concrete pavement. Paragraphs 7, 8, and 9 are deleted. 0407_03 Part03.doc [Revised March 2008] III 29 DIVISION 6 STRUCTURES CONCRETE STRUCTURES Construction Requirements Commercial Concrete Section 6 02.3(2)B is supplemented with the following: Where concrete Class 4000 is specified for driveways, acceptance shall be as specified in Section 6- 02.3(5)A for Commercial Concrete. 0407_03 Part03.doc [Revised March 2008] III 30 DIVISION 7 DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS, AND CONDUITS STORM SEWERS Payment Section 7 -04.5 is supplemented with the following: The unit contract price per linear foot for storm sewer pipe of the kind and size specified shall be full payment for controlled density fill (CDF) backfill of the trench where indicated in the plan details. MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS Materials Section 7 -05.2, Materials, is supplemented with the following: Grates shall be standard bolt down type. Catch basin grates shall have stamped on them the words "Drains to Streams" or equivalent as approved by the Engineer. Construction Requirements Section 7 -05.3, Construction Requirements, is supplemented with the following: Backfill around catch basins shall be controlled density fill (CDF) when directed by the Engineer. Where shown on the Plans, or directed by the Engineer, the Contractor shall install catch basins of the type indicated in the plans. Measurement Section 7 -05.4, Measurement, is supplemented with the following: Catch Basin Type I will be measured per each. Catch Basin Type 2 48 In. Diam. Will be measured per each. Payment Section 7 -05.5 Payment, is supplemented with the following: "Catch Basin Type I per each. "Catch Basin Type 2 48 In. Diam. per each. VALVES FOR WATER MAINS Adjust Water Valve Box Construction Requirements Section 7 -12.3, Construction Requirements, is supplemented with the following: Where shown on the Plans, or directed by the Engineer, the Contractor shall adjust water valve boxes to finished grade. The Contractor shall exercise care in handling the valve box. Valve boxes damaged, due to the Contractor's operations, shall be repaired 0407_03 Part03.doc [Revised March 2008] III 31 by the Contractor to the satisfaction of the Engineer or replaced at no added cost to the City. Measurement Section 7 -12.4, Measurement, is supplemented with the following: Measurement for "Adjust Water Valve Box" shall be per each box adjusted. Payment Section 7 -12.5, Payment, is supplemented with the following: The unit contract price per each for "Adjust Water Valve Box" shall be full pay for performing the work as specified, including all costs for extensions, shortening the existing valve box, excavation or any other material, work, or equipment necessary to adjust the valve box to finished grade. HYDRANTS Measurement Section 7 -14.4, Measurement, is supplemented with the following: Measurement for "Hydrant Extension" shall be per each. Payment Section 7 -14.5, Payment, is supplemented with the following: The unit contract price per each for "Hydrant Extension" shall be full pay for all Work to extend the hydrant vertically. SERVICE CONNECTIONS Description Section 7 -15.1, Description, is supplemented with the following: This work shall also consist of Materials Section 7 -15.2 is supplemented with the following: For 1" Water Service: A. Water service lines shall be one inch high density polyethylene pipe, copper tube size, minimum pressure class 200 psi Phillips Drisco 5100 Ultra -Line or equal. No glued joints will be accepted on 1" service lines. Service lines shall be installed 45 degrees off the main. Tracer tape and wire wrapped around the pipe shall be installed on all HDPE service lines. B. Service saddles shall be painted ductile iron or nylon coated ductile iron with stainless steel straps and shall be Romac style 101S on 1" tap. Romac 202N Rockwell 313 or approved equal will be required for hot or corrosive soils. All clamps shall have rubber gasket and iron pipe threaded outlets. C. Corporation stops shall be all bronze and shall be Ford Type F -500 or approved equal with iron pipe threads conforming to AWWA C800. Stainless steel inserts shall be used with pack joints and polyethylene pipe. 0407_03 Part03.doc [Revised March 20081 III 32 D. 1" meter setters shall be Ford VH74 -12 (Male swivel end) with Carson 1419B meter box with inspection lid. Construction Requirements Section 7 -15.3 of the Standard Specifications is supplemented with the following: All water service taps shall be with saddles and corporation stops as specified above. No direct taps will be allowed. Existing water meter boxes will be inspected by the Engineer prior to disposal. The City will collect and remove all water meter boxes deemed satisfactory for salvage by the Engineer. All rejected meter boxes shall become the property of the Contractor. Prior to relocating any water meter, the Contractor shall inspect the condition of the meter. The Contractor shall notify the Engineer of any damage to the meter prior to relocation activities. If the Contractor damages the meter, the Contractor shall repair or replace the damaged part(s) at the Contractor's expense. The City will supply a new meter when existing conditions dictate. Removal and restoration of existing improvements necessary for disconnection and reconnection shall be considered a necessary and incidental to the installation of the services from the new main. Measurement Section 7 -15.4 is supplemented with the following: Relocate Water Meter will be measured per each Adjust Water Meter Box will be measured per each Payment Section 7 -15.5 is deleted and replaced with the following: "Relocate Water Meter", per each "Adjust Water Meter Box per each Removal, disposal, and restoration of existing improvements shall be considered incidental to the work of relocating the water meteres outside areas shown on the plans to receive new curbing, cement concrete sidewalk, cement concrete driveway, or asphalt concrete pavement and all costs thereof shall be include in the unit contract price bid for "Relocate Water Meter". The unit contract price bid shall be considered full compensation for all labor, materials, tools, and equipment necessary or incidental for the relocation of water meters including, but not limited to, expose the connection to the existing main, disconnection of the existing service line, connection of the new service line, including any necessary removal and restoration of existing improvements, pavement sawing, concrete coring and /or breaking, excavation, laying, jointing and providing the saddle tap, pipe and fittings, protection and relocation of the existing meter, new meter box, connecting to the.existing meter setter, backfilling, testing, flushing and disinfection of the service connections. Payment will also include any pipe and fittings required to make the connection from the meter setter to existing main line. 0407_03 Part03 doc [Revised March 20081 III 33 1 1 1 1 1 1 1 EROSION CONTROL AND WATER POLLUTION CONTROL Construction Requirements The first paragraph of Section 8- 01.3(4), Placing Compost Blanket, is replaced with the following: Compost blanket shall be placed at locations and to a depth indicated in the plans. Compost material and grass seed shall be placed simultaneously or grass seed may be applied and raked in to the compost blanket following its placement Measurement DIVISION 8 MISCELLANEOUS CONSTRUCTION Section 8 -01.4 is revised as follows: The first sentence of section 8 -01.4 is deleted. Section 8 -01.4 is supplemented with the following: Measurement for "Compost Blanket and Seeding" shall be per square yard Payment Section 8 -01.5 is revised as follows: "ESC Lead per day is deleted All costs for the work performed by the ESC Lead shall be included in the unit contract price for the various other items of work in the bid proposal. Section 8 -01.5 is supplemented with the following: "Compost Blanket and Seeding per square yard ROADSIDE RESTORATION Description Section 8 -02.1 is replaced with the following: This work consists of placing compost and grass seed in grassy areas disturbed by construction. These areas shall include, but not be limited to, cut slopes, and excavations necessary for construction of formwork. Materials Section 8 -02.2 is replaced with the following: Materials shall meet the requirements of the following: Compost 9- 14.4(8) Grass Seed 9 -14.2 Construction Requirements Section 8 -02.3 is replaced with the following: A minimum of 2" and a maximum of 4" of compost shall be placed in previously grassy areas disturbed by construction and any other area as indicated on the plans. Grass seed shall be mixed into the compost prior to application or raked into the compost immediately following application. 0407_03 Part03 doc [Revised March 2008] III 34 Measurement Section 8 -02.4 is replaced with the following: No specific unit of measure shall apply to the lump sum item of roadside restoration. Payment Section 8 -02.5 is replaced with the following: "Roadside Restoration lump sum, shall be full pay for all work and materials required to perform the work described in this section. CEMENT CONCRETE SIDEWALKS Description Section 8 -14.1 is replaced with the following: This work consists of construction cement concrete sidewalks in accordance with details shown in the Plans and these Specifications and in conformity to lines and grades shown in the Plans or established by the Engineer. Construction Requirements The fourth, fifth, and sixth paragraphs of Section 8- 14.3(3) are deleted and replaced with the following: The sidewalk ramps shall be as specified in the plans. The detectable warning panel installed in each ramp shall be yellow "ADA Replaceable Tiles or equal, of the size indicated in the details and are available locally at United Rentals. Measurement The second sentence of the first paragraph of Section 8 -14.4 is replaced with the following: Measurement of cement concrete sidewalk ramp will be per each for that discreet portion of the ramp containing the detectable warning panel. Surrounding sidewalk, pedestrian and traffic curbing shall be measured under the appropriate bid item. Payment Section 8 -14.5 is supplemented with the following: "Cement Conc. Sidewalk Ramp per each 0407_03 Part03 doc [Revised March 2008] III 35 STANDARD PLANS August 4, 2008• The State of Washington Standard Plans for Road, Bridge and Municipal Construction M21 -01 transmitted under Publications Transmittal No. PT 08 -049, effective August 4, 2008 is made a part of this contract. The Standard Plans are revised as follows: All Standard Plans All references in the Standard Plans to "Asphalt Concrete Pavement" shall be revised to read "Hot Mix Asphalt All references in the Standard Plans to the abbreviation "ACP" shall be revised to read "HMA C -1 Sheet 1 In the TYPE 1 ALTERNATIVE, the title of the first section view is revised to INITIAL INSTALLATION B -10.20 and 810.40 Substitute "step" in lieu of "handhold" on plan C-la In the TYPE 11, WOOD POST ASSEMBLY, the 18" long Button Head Bolts are revised to 25" long. C-lb In the ANCHOR POST ASSEMBLY, the above ground 7 1/2" long bolt connecting the Wood Breakaway Post to the Foundation Tube is revised to 10" long. C -2o DELETED C -2s Delete reference to Cross Section A. C -3, C -3B, C -3C Note 1 is revised as follows: replace reference F -2b with F -10.42 C -3d DELETED C -5 In the A CONNECTION, "Type 3 transition pay limit" is revised to "transition pay limit C -8 END VIEW A, shows two dimensions at the connecting pin counterbore opening at the top of the view, 1 1 /2" R. and below another dimension of 1 1 /2" R., the bottom dimension should be 7/8" R. 0407_03 Part03 doc [Revised March 20081 III 36 C -8b (Sheet 1 of 2) Revise SECTION A note as follows: STEEL LIGHT STANDARD SEE STD. PLAN J- 28.60 (Sheet 2 of 2) Revise POLE BASE PLATE note as follows: replace J -1 d with J -28.60 C -10 (sheet 2 of 2) COVER PLATE DETAIL, dimension of the 1" dia. holes, changes from 8" to 3" C -11 DELETED C -11 a DELETED C -11 b DELETED C -12 Note 1 is revised to read: Approved inertial barrier systems (sand barrel arrays) are listed in the Qualified Products List and shall be installed in accordance with the manufacturer's recommendations. Products not listed on the Qualified Products List are considered when submitted with a Request of Approval of Materials (RAM) form. C -14h Revise SECTION B note as follows: STEEL LIGHT STANDARD SEE STD. PLAN J -28.60 C -14i Section C callout: "Sign Bridge End Post (See Std. Plan G -2) "revised to read: "Sign Bridge End Post (See Std. Plan G- 70.10)" C -14k Elevation callout: "Cantilever Sign Structure (See Std. Plan G -2) "revised to read: "Sign Bridge End Post (See Std. Plan G- 70.10)" D -la throuah D -1f Deleted. F -40 12 throuah F -40 18 The following note is added to these five plans: Note 7. To the maximum extent feasible, the ramp cross slope shall not exceed 2 J -11 c Delete all references to Type 7 Junction Box. J -12, Sheet 1 of 2. Detail View A (STD. PLAN G -4a) is revised to read: (Std. Plan G- 22.10) 0407_03 Part03 doc [Revised March 2008] III 37 Sheet 2 of 2, Detail View D (STD. PLAN G -8a) is revised to read: (Std. Plan G- 25.10) K- 80.30 -00 In the NARROW BASE, END view, the reference to Std. Plan C -8e is revised to Std. Plan K -80.35 M -1.60 COLLECTOR DISTRIBUTOR ROAD OFF- CONNECTION, taper dimensions of 225' MIN. is changed to 300' MIN. The following are the Standard Plan numbers applicable at the time this project was advertised. The date shown with each plan number is the publication approval date shown in the lower right -hand corner of that plan. Standard Plans showing different dates shall not be used in this contract. A- 10.10 -00 8/07/07 A- 30.15 -00 11/08/07 A- 40.50 -00 11/08/07 A- 10.20 00.....10/05/07 A- 30.30 -00 11/08/07 A- 60.10 -00 10/05/07 A- 10.30 -00 10/05/07 A- 30.35 -00 10/12/07 A- 60.20 -00 10/05/07 A- 20.10 -00 8/31/07 A- 40.10 -00 10/05/07 A- 60.30 -00 11/08/07 A- 30.10 -00 11/08/07 A- 40.20 -00 9/20/07 A- 60.40 -00 8/31/07 B- 5.20 -00 6/01/06 B -30 50 -00 6/01/06 B- 75.20 -01 6/10/08 B- 5.40 -00 6/01/06 B- 30.70 -01 8/31/07 B- 75.50 -01 6/10/08 B- 5.60 -00 6/01/06 B- 30.80 -00 6/08/06 B- 75.60 -00 6/08/06 B- 10.20 -00 6/01/06 B- 30.90 -01 9/20/07 B- 80.20 -00 6/08/06 B- 10.40 -00 6/01/06 B- 35.20 -00 6/08/06 B- 80.40 -00 6/01/06 B- 10.60 -00 6/08/06 B- 35.40 -00 6/08/06 B- 82.20 -00 6/01/06 B- 15.20 -00 6/01/06 B- 40.20 -00 6/01/06 B- 85.10 -01 6/10/08 B- 15.40 -00 6/01/06 B- 40.40 -00 6/01/06 B- 85.20 -00 6/01/06 8- 15.60 -00 6/01/06 B- 45.20 -00 6/01/06 B- 85.30 -00 6/01/06 B- 20.20 -01 11/21/06 B- 45.40 -00 6/01/06 B- 85.40 -00 6/08/06 B- 20.40 -02 6/10/08 B- 50.20 -00 6/01/06 B- 85.50 -01 6/10/08 B- 20.60 -02 6/10/08 B- 55.20 -00 6/01/06 B- 90.10 -00 6/08/06 B- 25.20 -00 6/08/06 B- 60.20 -00 6/08/06 B- 90.20 -00 6/08/06 B- 25.60 -00 6/01/06 B- 60.40 -00 6/01/06 B- 90.30 -00 6/08/06 B- 30A0 -00 6/08/06 B- 65.20 -00 6/01/06 B- 90.40 -00 6/08/06 B- 30.20 -01 11/21/06 B- 65.40 -00 6/01/06 B- 90.50 -00 6/08/06 8- 30.30 -00 6/01/06 B- 70.20 -00 6/01/06 B- 95.20 -00 6/08/06 B- 30.40 -00 6/01/06 B- 70.60 -00 6/01/06 B- 95.40 -00 6/08/06 C -1 2/06/07 C -3b 10/04/05 C -13c 7/3/08 C -1 a 7/31/98 C -3c 6/21/06 C -14a 7/3/08 C -lb 10/31/03 C -4 2/21/07 C -14b 7/26/02 C -1c 5/30/97 C -4a 2/21/07 C -14c 7/26/02 C -1d 10/31/03 C -4b 6/08/06 C -14d 7/3/08 C -2 1/06/00 C -4e ................2 /20/03 C -14e 7/3/08 C- 2a ...............6/21 /06 C -4f 6/30/04 C -14h 1/11/06 C -2b 6/21/06 C- 5 ...............10 /31 /03 C -14i.. 12/02/03 0407_03 Part03 doc [Revised March 2008] III 38 C -2c 6/21/06 0-6 5/30/97 C -14j 12/02/03 C -2d 6/21/06 C -6a 3/14/97 C -14k 1/11/06 C -2e 6/21/06 C -6c 1/06/00 C -15a 7/3/08 C -2f 3/14/97 C -6d 5/30/97 C -15b 7/3/08 C -2g 7/27/01 C -6f 7/25/97 C -16a 11/08/05 C -2h 3/28/97 C -7 10/31/03 C-16b 11/08/05 C -21 3/28/97 C -7a 10/31/03 0- 20.14 -00 2/06/07 C -2j 6/12/98 0-8 4/27/04 C- 20.40 -00 2/06/07 C -2k 7/27/01 C -8a 7/25/97 0- 22.40- 01....10/05/07 C -2n 7/27/01 C -8b 1/11/06 0- 23.60 -00 2/06/07 C -2o 7/13/01 C -8e 2/21/07 0- 25.18 -01 9/20/07 C -2p 10/31/03 C -8f 6/30/04 0- 25.20 -02 7/3/08 C -2r 3/03/05 0-10 7/31/98 0- 25.22- 01....10/05/07 C -2s 3/03/05 0-12 7/27/01 C- 25.80 -01 7/3/08 C -2t 3/03/05 0-13 7/3/08 0- 28.40 -00 2/06/07 C -3 10/04/05 C -13a 7/3/08 C- 90.10 -00 7/3/08 C -3a 10/04/05 C -13b 7/3/08 D- 2.02 -00 11/10/05 D- 2.44 -00 11/10/05 D -3b 6/30/04 D- 2.04 -00 11/10/05 D- 2.46 -00 11/10/05 D -3c 6/30/04 D- 2.06 -00 11/10/05 D- 2.48 -00 11/10/05 D -4 12/11/98 D- 2.08 -00 11/10/05 D- 2.60 -00 11/10/05 D -6 6/19/98 D- 2.10 -00 11/10/05 D- 2.62 -00 11/10/05 D- 10.10 -00 7/8/08 D- 2.12 -00 11/10/05 D- 2.64 -00 11/10/05 D- 10.15 -00 7/8/08 0- 2.14 -00 11/10/05 D- 2.66 -00 11/10/05 D- 10.20 -00 7/8/08 0- 2.16 -00 11/10/05 D- 2.68 -00 11/10/05 D- 10.25 -00 7/8/08 D- 2.18 -00 11/10/05 D- 2.78 -00 11/10/05 D- 10.30 -00 7/8/08 D- 2.20 -00 11/10/05 D- 2.80 -00 11/10/05 D- 10.35 -00 7/8/08 D- 2.30 -00 11/10/05 D- 2.82 -00 11/10/05 0- 10.40 -00 7/8/08 0- 2.32 -00 11/10/05 0- 2.84 -00 11/10/05 D- 10.45 -00 7/8/08 D- 2.34 -00 11/10/05 D- 2.86 -00 11/10/05 D- 15.10 -00 7/8/08 D- 2.36 -01 11/08/07 0- 2.88 -00 11/10/05 D- 15.20 -00 7/8/08 D- 2.38 -00 11/10/05 D- 2.92 -00 11/10/05 D- 15.30 -00 7/8/08 D- 2.40 -00 11/10/05 D -3 7/13/05 D- 2.42 -00 11/10/05 D -3a 6/30/04 E -1 2/21/07 E -4 8/27/03 E -2 5/29/98 E -4a 8/27/03 F- 1012 -00 12/20/06 F- 30.10 -00 1/23/07 F- 40.18 -00 2/07/07 F- 10.16 -00... ..12/20/06 F- 40.10 -01. 10/05/07 F- 40.16 -00 2/07/07 F- 10.40 -01 7/3/08 F- 40.12 -00 2/07/07 F- 40.20 -00 10/05/07 F- 10.42 -00 1/23/07 F- 40.14 -00 2/07/07 F- 42.10 -00 10/05/07 F- 10.62- 01........9/05/07 F- 40.15 -00 2/07/07 F- 80.10 -00 1/23/07 F-10.64-02.. 7/3/08 F- 40.16 -00 2/07/07 G -9a 6/25/02 G- 24.50 -00 11/08/07 G -70 10 -00 10/5/07 G- 10.10 -00 9/20/07 G- 24.60 -00 11/08/07 G- 70.20 -00 10/5/07 G- 20.10 -00 9/20/07 G- 25.10 -00 11/08/07 G- 70.30 -00 10/5/07 G -22 10 -01 7/3/08 G- 30.10 -00 11/08/07 G- 95.10 -00 11/08/07 G- 24.10 -00 11/08/07 G- 50.10 -00 11/08/07 G- 95.20 -01 7/10/08 0407_03 Part03.doc [Revised March 2008] III 39 G -24 20 -00 11/08/07 G -24 30 -00 11/08/07 G- 24.40 -00 11/08/07 H- 10.10 -00 7/3/08 H- 10.15 -00 7/3/08 H- 30.10 -00 10/12/07 1- 10.10 -00 8/31/07 1- 30.10 -00 9/20/07 1- 30.20 -00 9/20/07 1- 30.30- 00 9/20/07 1- 30.40 -00 10/12/07 J -1 f 6/23/00 J -3 8/01/97 J -3b 3/04/05 J -3c 6/24/02 J -3d 11/05/03 J -5 8/01/97 J -6c 4/24/98 J -6f 4/24/98 J -6g 12/12/02 J -6h 4/24/98 J -7a 9/12/01 J -7c 6/19/98 J -7d 4/24/98 J -8a 5/20/04 K- 10.20 -01 10/12/07 K- 10.40 -00 2/15/07 K- 20.20 -01 10/12/07 K- 20.40 -00.. ...2/15/07 K- 20.60 -00 2/15/07 K- 22.20 -01 10/12/07 K- 24.20 -00. 2/15/07 K- 24.40 -01 10/12/07 K- 24.60 -00.. ...2/15/07 K- 24.80 -01 10/12/07 K- 26.20 -00 2/15/07 L- 10.10 -00 2/21/07 L- 20.10 -00 2/07/07 L -30 10- 00 2/07/07 M- 1.20 -01 1/30/07 M- 1.40 -01 1/30/07 M- 1.60 -01 1/30/07 M- 1.80 -02 8/31/07 M- 2.20 -01 1/30/07 M-2.40-01 1/30/07 G- 60.10 -00 8/31/07 G- 60.20 -00 8/31/07 G- 60.30 -00 8/31/07 H- 32.10 -00 9/20/07 H- 60.10 -01 7/3/08 11- 60.20 -01 7/3/08 1- 30.50 -00 11/14/07 1- 40.10 -00 9/20/07 1- 40.20 -00 9/20/07 1- 50.10 -00 9/20/07 1- 50.20 -00 8/31/07 J -8b 5/20/04 J -8c 5/20/04 J -8d 5/20/04 J -9a 4/24/98 J -10 7/18/97 J -11 a 10/12/07 J -11 b 9/02/05 J -11 c 6/21/06 J -12 11/08/05 J -15a 10/04/05 J -15b 10/04/05 J -16a 3/04/05 J -16b 9/20/07 J -16c 9/20/07 K- 26.40 -01 10/12/07 K- 30.20 -00 2/15/07 K- 30.40 -01 10/12/07 K- 32.20 -00 2/15/07 K- 32.40 -00 2/15/07 K- 32.60 -00 2/15/07 K- 32.80 00 2/15/07 K -34 20 -00 2/15/07 K- 36.20 -00 2/15/07 K- 40.20 -00 2/15/07 K- 40.40 -00 2/15/07 L- 40.10 -00 2/21/07 L- 40.15 -00 2/21/07 L- 40.20 -00 2/21/07 M- 7.50 -01 1/30/07 M- 9.50 -01 1/30/07 M- 11.10 -01 1/30/07 M- 15.10 -01 2/06/07 M- 17.10 -02 7/3/08 M- 20.10 -01 1/30/07 0407_03 Part03 doc [Revised March 2008] III 40 G- 95.30 -01 7/10/08 H- 70.10 -00 9/05/07 H- 70.20 -00 9/05/07 H- 70.30 00 9/05/07 1- 60.10 -00 8/31/07 1- 60.20 -00 8/31/07 1- 80.10 -00 8/31/07 J -18 9/02/05 J -19 9/02/05 J -20 9/02/05 J- 28.10 -00 8/07/07 J- 28.22 -00 8/07/07 J- 28.24 -00 8/07/07 J- 28.26 -00 8/07/07 J- 28.30 -00 8/07/07 J- 28.40 -00 8/07/07 J- 28.42 -00 8/07/07 J- 28.45 -00 8/07/07 J- 28.50 -00 8/07/07 J- 28.60 -00 8/07/07 J-28.70-00... 11/08/07 K- 40.60 -00 2/15/07 K- 40.80 -00 2/15/07 K- 55.20 -00 2/15/07 K- 60.20 -02 7/3/08 K- 60.40 -00 2/15/07 K- 70.20 -00 2/15/07 K- 80.10 -00 2/21/07 K- 80.20 -00 12/20/06 K- 80.30 -00. ...2/21/07 K- 80.35 -00 2/21/07 K- 80.37 -00 2/21/07 L- 70.10 -01 5/21/08 L- 70.20 -01 5/21/08 M- 40.10 -00 9/20/07 M-40.20-00....10/12/07 M- 40.30 -00 9/20/07 M- 40.40 -00 9/20/07 M- 40.50 -00 9/20/07 M- 40.60 -00 9/20/07 M- 2.60 -01 1/30/07 M- 20.20 -01 1/30/07 M- 60.10 -00 9/05/07 M- 3.10 -01 1/30/07 M- 20.30 -01 1/30/07 M- 60.20 -00 9/05/07 M- 3.20 -01 1/30/07 M- 20.40 -01 1/30/07 M- 65.10 -01 5/21/08 M- 3.30 -01 1/30/07 M- 20.50 -01 1/30/07 M- 80.10 -00 6/10/08 M- 3.40 -01 1/30/07 M- 24.20 -01 5/31/06 M- 80.20 -00 6/10/08 M- 3.50 -01 1/30/07 M- 24.40 -01 5/31/06 M- 80.30 -00 6/10/08 M- 5.10 -01 1/30/07 M- 24.60 -02 2/06/07 0407_03 Part03.doc [Revised March 2008] III 41 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 I DIVISION 9 Materials AGGREGATES (January 5, 2004) HMA Test Requirements Section 9 03.8(2) is supplemented with the following: ESAL's The number of ESAL's for the design and acceptance of the HMA shall be 1.1 million. EROSION CONTROL AND ROADSIDE PLANTING Seed Section 9 -14.2 is replaced with the following: Grass seed shall be accepted prior to installation following submission of an acceptable catalog cut. The approval shall be made pursuant to submission of a Request for Approval of Material. Compost Section9- 14.4(8) is replaced with the following: The contractor shall either select a compost supplier from the Qualified Products List or submit the following: 1 A Request for Approval of Material Source 2. The supplier shall verify in writing and provide lab analyses that the material complies with the processes, testing, and standards specified in WAC 173 -350. Acceptance in the field shall be based on visual inspection by the Engineer or the Engineer's representative. 0407_03 Part03 doc [Revised March 2008] III 42 PW 407_04 Part04 doc [Revised March 2008] PART IV ATTACHMENTS Attachment A Washington State Prevailing Wage Rates for Clallam County PW 407_04 Part04.doc [Revised March 2008] State of Washington DEPARTMENT OF LABOR AND INDUSTRIES Prevailing Wage Section Telephone (360) 902 -5335 PO Box 44540, Olympia, WA 98504 -4540 Washington State Prevailing Wage Rates For Public Works Contracts The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, workers' wage and benefit rates must add to not less than this total A brief description of overtime calculation requirements is provided on the Benefit Code Key. CLALLAM COUNTY EFFECTIVE 3 -03 -2010 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ASBESTOS ABATEMENT WORKERS JOURNEY LEVEL $40.03 1H 5D BOILERMAKERS JOURNEY LEVEL $56.53 1C 5N BRICK MASON BRICK AND BLOCK FINISHER $39.49 1M 5A JOURNEY LEVEL $46 35 1M 5A BUILDING SERVICE EMPLOYEES JANITOR $8 55 1 SHAMPOOER $8 97 1 WAXER $8 97 1 WINDOW CLEANER $13 22 1 CABINET MAKERS (IN SHOP) JOURNEY LEVEL $14.67 1 CARPENTERS ACOUSTICAL WORKER $48 60 1H 5D BRIDGE, DOCK AND WARF CARPENTERS $48 47 1H 5D CARPENTER $48 47 1H 5D CREOSOTED MATERIAL $48 57 1H 5D DRYWALL APPLICATOR $48 74 1H 5D FLOOR FINISHER $48 60 1H 5D FLOOR LAYER $48.60 1H 5D FLOOR SANDER $48 60 1H 5D MILLWRIGHT AND MACHINE ERECTORS $49 47 1H 5D PILEDRIVERS, DRIVING, PULLING, PLACING COLLARS AND WELDING $48 67 1 H 5D SAWFILER $48 60 1H 5D SHINGLER $4860 1H 5D STATIONARY POWER SAW OPERATOR $48 60 1H 5D STATIONARY WOODWORKING TOOLS $48 60 1H 5D CEMENT MASONS JOURNEY LEVEL $40 03 1H 5D DIVERS TENDERS DIVER $100 28 1M 5D 8A DIVER ON STANDBY $56 68 1M 5D DIVER TENDER $52 23 1 M 5D SURFACE RCV ROV OPERATOR $52 23 1M 5D SURFACE RCV ROV OPERATOR TENDER $48 85 1 B 5A DREDGE WORKERS ASSISTANT ENGINEER $49 57 1T 5D 8L ASSISTANT MATE (DECKHAND) $49 06 1T 5D 8L BOATMEN $49 57 1T 5D 8L ENGINEER WELDER $49 62 1T 5D 8L Page 1 1 I I I I I I I I I I I I I I I I I I CLALLAM COUNTY EFFECTIVE 3 -03 -2010 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code LEVERMAN, HYDRAULIC $51 19 1T 5D 8L MAINTENANCE $49.06 1T 5D 8L MATES $49 57 1T 5D 8L OILER $49.19 1T 5D 8L DRYWALL TAPERS JOURNEY LEVEL $48 79 1E 5P ELECTRICAL FIXTURE MAINTENANCE WORKERS JOURNEY LEVEL $9.37 1 ELECTRICIANS INSIDE CABLE SPLICER $61.95 2W 5L CABLE SPLICER (TUNNEL) $66 57 2W 5L CERTIFIED WELDER $59 85 2W 5L CERTIFIED WELDER (TUNNEL) $64.25 2W 5L CONSTRUCTION STOCK PERSON $31 83 2W 5L JOURNEY LEVEL $57.74 2W 5L JOURNEY LEVEL (TUNNEL) $61.95 2W 5L ELECTRICIANS MOTOR SHOP CRAFTSMAN $15 37 2A 6C JOURNEY LEVEL $14 69 2A 6C ELECTRICIANS POWERLINE CONSTRUCTION CABLE SPLICER $59 79 4A 5A CERTIFIED LINE WELDER $54 59 4A 5A GROUNDPERSON $39 07 4A 5A HEAD GROUNDPERSON $41 22 4A 5A HEAVY LINE EQUIPMENT OPERATOR $54 59 4A 5A JACKHAMMER OPERATOR $41.22 4A 5A JOURNEY LEVEL LINEPERSON $54 59 4A 5A LINE EQUIPMENT OPERATOR $46 32 4A 5A POLE SPRAYER $54 59 4A 5A POWDERPERSON $41 22 4A 5A ELECTRONIC TECHNICIANS ELECTRONIC TECHNICIANS JOURNEY LEVEL $12.07 1 ELEVATOR CONSTRUCTORS MECHANIC $67 91 4A 6Q MECHANIC IN CHARGE $73 87 4A 6Q FABRICATED PRECAST CONCRETE PRODUCTS ALL CLASSIFICATIONS $13.50 1 FENCE ERECTORS FENCE ERECTOR $9 96 1 FLAGGERS JOURNEY LEVEL $33 93 1H 5D GLAZIERS JOURNEY LEVEL $48 61 1Y 5G HEAT FROST INSULATORS AND ASBESTOS WORKERS MECHANIC $50 28 15 5J HEATING EQUIPMENT MECHANICS MECHANIC $16 00 1 HOD CARRIERS MASON TENDERS JOURNEY LEVEL $41 28 1H 5D INDUSTRIAL ENGINE AND MACHINE MECHANICS MECHANIC $15 65 1 Page 2 CLALLAM COUNTY EFFECTIVE 3 -03 -2010 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code INDUSTRIAL POWER VACUUM CLEANER JOURNEY LEVEL $9 24 1 INLAND BOATMEN CAPTAIN $59 22 1 COOK $34 81 1 DECKHAND $34 52 1 ENGINEER/DECKHAND $58 62 1 MATE, LAUNCH OPERATOR $50 20 1 INSPECTION /CLEANING /SEALING OF SEWER WATER SYSTEMS BY REMOTE CONTROL CLEANER OPERATOR, FOAMER OPERATOR $9 73 1 GROUT TRUCK OPERATOR $11 48 1 HEAD OPERATOR $12 78 1 TECHNICIAN $8.55 1 TV TRUCK OPERATOR $10.53 1 INSULATION APPLICATORS JOURNEY LEVEL $20 50 1 IRONWORKERS JOURNEY LEVEL $54 27 10 5A LABORERS ASPHALT RAKER $4128 1H 5D BALLAST REGULATOR MACHINE $40 03 1H 5D BATCH WEIGHMAN $33.93 1H 5D BRUSH CUTTER $40.03 1H 5D BRUSH HOG FEEDER $40 03 1H 5D BURNERS $40 03 1H 5D CARPENTER TENDER $40 03 1H 5D CASSION WORKER $41 28 1H 5D CEMENT DUMPER/PAVING $40 77 1H 5D CEMENT FINISHER TENDER $40.03 1H 5D CHANGE -HOUSE MAN OR DRY SHACKMAN $40 03 1H 5D CHIPPING GUN (OVER 30 LBS) $40.77 1H 5D CHIPPING GUN (UNDER 30 LBS) $40 03 1H 5D CHOKER SETTER $40 03 1H 5D CHUCK TENDER $40 03 1H 5D CLEAN -UP LABORER $40.03 1H 5D CONCRETE DUMPER/CHUTE OPERATOR $40 77 1H 5D CONCRETE FORM STRIPPER $40.03 1H 5D CONCRETE SAW OPERATOR $40 77 1H 5D CRUSHER FEEDER $33.93 1H 5D CURING LABORER $40 03 1H 5D DEMOLITION, WRECKING MOVING (INCLUDING CHARRED MATERIALS) $40 03 1H 5D DITCH DIGGER $40 03 1H 5D DIVER $41 28 1H 5D DRILL OPERATOR (HYDRAULIC, DIAMOND) $40 77 1H 5D DRILL OPERATOR, AIRTRAC $41 28 1H 5D DUMPMAN $40 03 1H 5D EPDXY TECHNICIAN $40 03 1H 5D EROSION CONTROL WORKER $40 03 1H 5D FALLER/BUCKER, CHAIN SAW $40 77 1H 5D FINAL DETAIL CLEANUP (i e dusting, vacuuming, window cleaning, NOT $30 84 1H 5D construction debris cleanup) Page 3 CLALLAM COUNTY EFFECTIVE 3-03 -2010 Classification FINE GRADERS $40 03 1H 5D FIRE WATCH $33 93 1H 5D FORM SETTER $40 03 1H 5D GABION BASKET BUILDER $40 03 1H 50 GENERAL LABORER $40 03 1H 5D GRADE CHECKER TRANSIT PERSON $41 28 1H 5D GRINDERS $40 03 1H 5D GROUT MACHINE TENDER $40 03 1H 5D GUARDRAIL ERECTOR $40 03 1H 5D HAZARDOUS WASTE WORKER LEVEL A $41 28 1H 5D HAZARDOUS WASTE WORKER LEVEL B $40 77 1H 5D HAZARDOUS WASTE WORKER LEVEL C $40 03 1H 5D HIGH SCALER $41 28 1H 5D HOD CARRIER/MORTARMAN $41 28 1H 5D JACKHAMMER $40 77 1H 5D LASER BEAM OPERATOR $40 77 1H 5D MANHOLE BUILDER MUDMAN $40 77 1H 5D MATERIAL YARDMAN $40 03 1H 5D MINER $41 28 1H 5D NOZZLEMAN, CONCRETE PUMP, GREEN CUTTER WHEN USING HIGH $40 77 1H 5D PRESSURE AIR WATER ON CONCRETE ROCK, SANDBLAST, GUNITE, SHOTCRETE, WATER BLASTER PAVEMENT BREAKER $40 77 1H 5D PILOT CAR $33 93 1H 5D PIPE POT TENDER $40 77 1H 5D PIPE RELINER (NOT INSERT TYPE) $40.77 1H 5D PIPELAYER CAULKER $40 77 1H 5D PIPELAYER CAULKER (LEAD) $41 28 1H 5D PIPEWRAPPER $40 77 1H 5D POT TENDER $40 03 1H 5D POWDERMAN $41 28 1H 5D POWDERMAN HELPER $40.03 1H 5D POWERJACKS $40 77 1H 5D RAILROAD SPIKE PULLER (POWER) $40 77 1H 5D RE- TIMBERMAN $41 28 1H 5D RIPRAP MAN $40.03 1H 5D RODDER $40 77 1H 50 SCAFFOLD ERECTOR $40 03 1H 5D SCALE PERSON $40 03 1H 50 SIGNALMAN $40 03 1H 5D SLOPER (OVER 20 $40 77 1H 5D SLOPER SPRAYMAN $40 03 1H 5D SPREADER (CLARY POWER OR SIMILAR TYPES) $40.77 1H 50 SPREADER (CONCRETE) $40 77 1H 5D STAKE HOPPER $40.03 1H 5D STOCKPILER $40 03 1H 5D TAMPER SIMILAR ELECTRIC, AIR GAS $40 77 1H 5D TAMPER (MULTIPLE SELF PROPELLED) $40 77 1H 5D TOOLROOM MAN (AT JOB SITE) $40 03 1H 50 TOPPER- TAILER $40.03 1H 5D TRACK LABORER $40 03 1H 5D TRACK LINER (POWER) $40 77 1H 5D Page 4 (See Benefit Code Key) Over PREVAILING Time Holiday Note WAGE Code Code Code CLALLAM COUNTY EFFECTIVE 3 -03 -2010 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code TRUCK SPOTTER $40 03 1H 5D TUGGER OPERATOR $40 77 1H 5D VIBRATING SCREED (AIR, GAS, OR ELECTRIC) $40.03 1H 5D VIBRATOR $40.77 1H 5D VINYL SEAMER $40 03 1H 5D WELDER $40 03 1H 5D WELL -POINT LABORER $40 77 1H 5D LABORERS UNDERGROUND SEWER WATER GENERAL LABORER TOPMAN $40 03 1H 5D PIPE LAYER $40 77 1H 5D LANDSCAPE CONSTRUCTION IRRIGATION OR LAWN SPRINKLER INSTALLERS $12 89 1 LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS $12 89 1 LANDSCAPING OR PLANTING LABORERS $12 89 1 LATHERS JOURNEY LEVEL $48 74 1H 5D MARBLE SETTERS JOURNEY LEVEL $46 35 1M 5A METAL FABRICATION (IN SHOP) FITTER/WELDER $15.16 1 LABORER $11 13 1 MACHINE OPERATOR $10 66 1 PAINTER $11 41 1 MODULAR BUILDINGS JOURNEY LEVEL $8 55 1 PAINTERS JOURNEY LEVEL $21 86 1 PLASTERERS JOURNEY LEVEL $25 83 1 PLAYGROUND PARK EQUIPMENT INSTALLERS JOURNEY LEVEL $8 55 1 PLUMBERS PIPEFITTERS JOURNEY LEVEL $66 44 1G 5A POWER EQUIPMENT OPERATORS ASPHALT PLANT OPERATOR $50 39 1T 5D 8P ASSISTANT ENGINEERS $47 12 1T 5D 8P BACKHOE, EXCAVATOR SHOVEL, OVER 50 METRIC TONS TO 90 METRIC $50 94 1T 5D 8P TONS BACKHOE, EXCAVATOR SHOVEL, OVER 90 METRIC TONS $51 51 1T 5D 8P BACKHOE, EXCAVATOR, SHOVEL, OVER 30 METRIC TONS TO 50 $50.39 1T 5D 8P METRIC TONS BACKHOE, EXCAVATOR, SHOVEL, TRACTORS UNDER 15 METRIC TONS $49 48 1T 5D 8P BACKHOE, EXCAVATOR, SHOVEL, TRACTORS 15 TO 30 METRIC TONS $49 90 1T 5D 8P BARRIER MACHINE (ZIPPER) $49 90 1T 5D 8P BATCH PLANT OPERATOR, CONCRETE $49 90 1T 5D 8P BELT LOADERS (ELEVATING TYPE) $49 48 1T 5D 8P BOBCAT (SKID STEER) $47 12 1T 50 8P BROKK- REMOTE DEMOLITION EQUIPMENT $47 12 1T 5D 8P BROOMS $47 12 1T 5D 8P BUMP CUTTER $49 90 1T 5D 8P CABLEWAYS $50 39 1T 5D 8P CHIPPER $49 90 1T 5D 8P Page 5 1 1 I I I I I I I I I I I 1 1 1 1 I 1 CLALLAM COUNTY EFFECTIVE 3 -03 -2010 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code COMPRESSORS $47 12 IT 5D 8P CONCRETE FINISH MACHINE LASER SCREED $47 12 IT 5D 8P CONCRETE PUMPS $49 48 1T 5D 8P CONCRETE PUMP -TRUCK MOUNT WITH BOOM ATTACHMENT $49.90 1T 5D 8P CONCRETE PUMP -TRUCK MOUNT WITH BOOM ATTACHMENT OVER 42 $50 39 IT 5D 8P METERS CONVEYORS $49 48 IT 5D 8P CRANE, FRICTION 100 TONS THROUGH 199 TONS $51.51 1T 5D 8P CRANE, FRICTION OVER 200 TONS $52.07 IT 5D 8P CRANES, THRU 19 TONS, WITH ATTACHMENTS $49 48 IT 5D 8P CRANES, 20 44 TONS, WITH ATTACHMENTS $49 90 IT 5D 8P CRANES, 45 TONS 99 TONS, UNDER 150 FT OF BOOM (INCLUDING JIB $50 39 IT 5D 8P WITH ATACHMENTS) CRANES, 100 TONS 199 TONS, OR 150 FT OF BOOM (INCLUDING JIB $50.94 1T 5D 8P WITH ATTACHMENTS) CRANES, 200 TONS TO 300 TONS, OR 250 FT OF BOOM (INCLUDING JIB $51.51 1T 5D 8P WITH ATTACHMENTS) CRANES, A- FRAME, 10 TON AND UNDER $47 12 1T 5D 8P CRANES, A- FRAME, OVER 10 TON $49.48 IT 5D 8P CRANES, OVER 300 TONS, OR 300' OF BOOM INCLUDING JIB WITH $52 07 IT 5D 8P ATTACHMENTS CRANES, OVERHEAD, BRIDGE TYPE (20 44 TONS) $49 90 IT 5D 8P CRANES, OVERHEAD, BRIDGE TYPE (45 99 TONS) $50 39 1T 5D 8P CRANES, OVERHEAD, BRIDGE TYPE (100 TONS OVER) $50 94 IT SD 8P CRANES, TOWER CRANE UP TO 175' IN HEIGHT, BASE TO BOOM $50 94 IT 5D 8P CRANES, TOWER CRANE OVER 175' IN HEIGHT, BASE TO BOOM $51 51 1T 5D 8P CRUSHERS $49 90 1T 5D 8P DECK ENGINEER/DECK WINCHES (POWER) $49 90 1T 5D 8P DERRICK, BUILDING $50 39 1T 5D 8P DOZER, QUAD 9, 0 -10, AND HD -41 $50 39 IT 5D 8P DOZERS, 0 -9 UNDER $49 48 1T 5D 8P DRILL OILERS AUGER TYPE, TRUCK OR CRANE MOUNT $49 48 1T 5D 8P DRILLING MACHINE $49 90 IT 5D 8P ELEVATOR AND MANLIFT, PERMANENT AND SHAFT -TYPE $47 12 1T 5D 8P EQUIPMENT SERVICE ENGINEER (OILER) $49 48 1T 5D 8P FINISHING MACHINE /BIDWELL GAMACO AND SIMILAR EQUIP $49.90 iT SD 8P FORK LIFTS, (3000 LBS AND OVER) $49 48 1T 5D 8P FORK LIFTS, (UNDER 3000 LBS) $47 12 IT 5D 8P GRADE ENGINEER $49 90 1T 5D 8P GRADECHECKER AND STAKEMAN $47.12 1T 5D 8P GUARDRAIL PUNCH $49 90 IT 50 8P HOISTS, OUTSIDE (ELEVATORS AND MANLIFTS), AIR TUGGERS $49 48 IT 5D 8P HORIZONTAL/DIRECTIONAL DRILL LOCATOR $49 48 IT 5D 8P HORIZONTAUDIRECTIONAL DRILL OPERATOR $49 90 1T 5D 8P HYDRALIFTS /BOOM TRUCKS (10 TON UNDER) $47 12 1T 5D 8P HYDRALIFTS /BOOM TRUCKS (OVER 10 TON) $49 48 11 5D 8P LOADERS, OVERHEAD (6 YD UP TO 8 YD) $50 39 1 T 5D 8P LOADERS, OVERHEAD (8 YD OVER) $50 94 iT 5D 8P LOADERS, OVERHEAD (UNDER 6 YD), PLANT FEED $49 90 1T 5D 8P LOCOMOTIVES, ALL $49 90 1T 5D 8P MECHANICS, ALL $50 94 IT 5D 8P MIXERS, ASPHALT PLANT $49 90 1T 5D 8P MOTOR PATROL GRADER (FINISHING) $50 39 1T 5D 8P Page 6 CLALLAM COUNTY EFFECTIVE 3 -03 -2010 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code MOTOR PATROL GRADER (NON- FINISHING) $49 48 1T 5D 8P MUCKING MACHINE, MOLE, TUNNEL DRILL AND /OR SHIELD $50.39 1T 5D 8P OIL DISTRIBUTORS, BLOWER DISTRIBUTION AND MULCH SEEDING $47 12 1T 5D 8P OPERATOR PAVEMENT BREAKER $47.12 1T 5D 8P PILEDRIVER (OTHER THAN CRANE MOUNT) $49 90 1T 5D 8P PLANT OILER (ASPHALT, CRUSHER) $49 48 1T 5D 8P POSTHOLE DIGGER, MECHANICAL $47 12 1T 5D 8P POWER PLANT $47 12 1T 5D 8P PUMPS, WATER $47 12 1T 5D 8P QUICK TOWER -NO CAB, UNDER 100 FEET IN HEIGHT BASED TO BOOM $47 12 1T 5D 8P REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $50 39 1T 5D 8P EQUIP RIGGER AND BELLMAN $47 12 1T 5D 8P ROLLAGON $50 39 1T 5D 8P ROLLER, OTHER THAN PLANT ROAD MIX $47 12 1T 5D 8P ROLLERS, PLANTMIX OR MULTILIFT MATERIALS $49.48 1T 5D 8P ROTO -MILL, ROTO- GRINDER $49 90 1T 5D 8P SAWS, CONCRETE $49 48 1T 5D 8P SCRAPERS SELF PROPELLED, HARD TAIL END DUMP, ARTICULATING $50.39 1T 5D 8P OFF -ROAD EQUIPMENT (45 YD AND OVER) SCRAPERS, CONCRETE AND CARRY ALL $49 48 1T 5D 8P SCRAPER -SELF PROPELLED, HARD -TAIL END DUMP, ARTICULATING $49 90 1T 5D 8P OFF -ROAD EQUIPMENT (UNDER 45 YARDS) SHOTCRETE GUNITE $47 12 1T 5D 8P SLIPFORM PAVERS $50 39 1T 5D 8P SPREADER, TOPSIDER SCREEDMAN $50.39 1T 5D 8P SUBGRADE TRIMMER $49 90 1T 5D 8P TOWER BUCKET ELEVATORS $49 48 1T 5D 8P TRACTORS, (75 HP UNDER) $49.48 1T 5D 8P TRACTORS, (OVER 75 HP) $49.90 1T 5D 8P TRANSFER MATERIAL SERVICE MACHINE $49 90 1T 5D 8P TRANSPORTERS, ALL TRACK OR TRUCK TYPE $50 39 1T 5D 8P TRENCHING MACHINES $49.48 1T 5D 8P TRUCK CRANE OILER/DRIVER UNDER 100 TON) $49 48 1T 5D 8P TRUCK CRANE OILER/DRIVER (100 TON OVER) $49 90 1T 5D 8P TRUCK MOUNT PORTABLE CONVEYER $49 90 1T 5D 8P WELDER $50.39 1T 5D 8P WHEEL TRACTORS, FARMALL TYPE $47 12 1T 5D 8P YO YO PAY DOZER $49.90 1T 5D 8P POWER LINE CLEARANCE TREE TRIMMERS JOURNEY LEVEL IN CHARGE $40 79 4A 5A SPRAY PERSON $38 73 4A 5A TREE EQUIPMENT OPERATOR $39 25 4A 5A TREE TRIMMER $36 50 4A 5A TREE TRIMMER GROUNDPERSON $27 55 4A 5A REFRIGERATION AIR CONDITIONING MECHANICS MECHANIC $27 68 1 RESIDENTIAL BRICK MASON JOURNEY LEVEL $46 35 1M 5A RESIDENTIAL CARPENTERS JOURNEY LEVEL $17 85 1 Page 7 1 I I I I I I I 1 I I I I I I I I I I I I I I I I I 1 I I I I I I I I I I CLALLAM COUNTY EFFECTIVE 3 -03 -2010 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code RESIDENTIAL CEMENT MASONS JOURNEY LEVEL $25.63 1 RESIDENTIAL DRYWALL TAPERS JOURNEY LEVEL $18.00 1 RESIDENTIAL ELECTRICIANS JOURNEY LEVEL $27 78 1 RESIDENTIAL GLAZIERS JOURNEY LEVEL $20 05 1 RESIDENTIAL INSULATION APPLICATORS JOURNEY LEVEL $9 86 1 RESIDENTIAL LABORERS JOURNEY LEVEL $17 76 1 RESIDENTIAL MARBLE SETTERS JOURNEY LEVEL $46 35 1M 5A RESIDENTIAL PAINTERS JOURNEY LEVEL $20 00 1 RESIDENTIAL PLUMBERS PIPEFITTERS JOURNEY LEVEL $14 60 1 RESIDENTIAL REFRIGERATION AIR CONDITIONING MECHANICS JOURNEY LEVEL $62 56 1G 5A RESIDENTIAL SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP) $21 82 1 RESIDENTIAL SOFT FLOOR LAYERS JOURNEY LEVEL $10 88 1 RESIDENTIAL SPRINKLER FITTERS (FIRE PROTECTION) JOURNEY LEVEL $19 67 1 RESIDENTIAL STONE MASONS JOURNEY LEVEL $46 35 1M 5A RESIDENTIAL TERRAZZO WORKERS JOURNEY LEVEL $8 55 1 RESIDENTIAL TERRAZZO/TILE FINISHERS JOURNEY LEVEL $8 55 1 RESIDENTIAL TILE SETTERS JOURNEY LEVEL $18 29 1 ROOFERS JOURNEY LEVEL $29 05 1 SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP) $59 32 1E 6L SHIPBUILDING SHIP REPAIR BOILERMAKER $32 56 1H 6W HEAT FROST INSULATOR $50 28 15 5J LABORER $12 16 1 MACHINIST $17 16 1 SHIPFITTER $14 66 1 WELDER /BURNER $14.66 1 SIGN MAKERS INSTALLERS (ELECTRICAL) JOURNEY LEVEL $19 29 1 SIGN MAKERS INSTALLERS (NON ELECTRICAL) JOURNEY LEVEL $12 15 1 SOFT FLOOR LAYERS JOURNEY LEVEL $3919 2X 5A Page 8 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE ode Code Code SOLAR CONTROLS FOR WINDOWS JOURNEY LEVEL SPRINKLER FITTERS (FIRE PROTECTION) JOURNEY LEVEL STAGE RIGGING MECHANICS (NON STRUCTURAL) JOURNEY LEVEL STONE MASONS JOURNEY LEVEL STREET AND PARKING LOT SWEEPER WORKERS JOURNEY LEVEL SURVEYORS CHAIN PERSON INSTRUMENT PERSON PARTY CHIEF TELECOMMUNICATION TECHNICIANS TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL TELEPHONE LINE CONSTRUCTION OUTSIDE CABLE SPLICER HOLE DIGGER/GROUND PERSON INSTALLER (REPAIRER) JOURNEY LEVEL TELEPHONE LINEPERSON SPECIAL APPARATUS INSTALLER I SPECIAL APPARATUS INSTALLER II TELEPHONE EQUIPMENT OPERATOR (HEAVY) TELEPHONE EQUIPMENT OPERATOR (LIGHT) TELEVISION GROUND PERSON TELEVISION LINEPERSON /INSTALLER TELEVISION SYSTEM TECHNICIAN TELEVISION TECHNICIAN TREE TRIMMER TERRAZZO WORKERS JOURNEY LEVEL TILE SETTERS JOURNEY LEVEL TILE, MARBLE TERRAZZO FINISHERS FINISHER TRAFFIC CONTROL STRIPERS JOURNEY LEVEL TRUCK DRIVERS ASPHALT MIX TO 16 YARDS) ASPHALT MIX (OVER 16 YARDS) DUMP TRUCK DUMP TRUCK TRAILER OTHER TRUCKS TRANSIT MIXER WELL DRILLERS IRRIGATION PUMP INSTALLERS IRRIGATION PUMP INSTALLER OILER WELL DRILLER CLALLAM COUNTY EFFECTIVE 3 -03 -2010 Page 9 $10 31 1B 50 $22 59 1 $1323 1 $46 35 1M 5A $16 00 1 $9 35 1 $11.40 1 $13.40 1 $34 09 1E 5A $32 27 2B 5A $18 10 2B 5A $30.94 2B 5A $30 02 2B 5A $32 27 2B 5A $31 62 2B 5A $32 27 2B 5A $30.02 2B 5A $17.18 2B 5A $22 73 2B 5A $27 09 2B 5A $24 35 2B 5A $30 02 2B 5A $45.26 1M 5A $45 26 1M 5A $39 09 1B 5A $38 90 1K '5A $45 63 1T 5D 8L $46 47 1T 5D 8L $20 23 1 $20 23 1 $46 47 1T 5D 8L $23 73 1 $11 60 1 $9 45 1 $11 60 1 I I 1 I 1 1 1 I I I I I I I I I I I I BENEFIT CODE KEY EFFECTIVE 03 -03 -2010 OVERTIME CODES OVERTIME CALCULATIONS ARE BASED ON THE HOURLY RATE ACTUALLY PAID TO THE WORKER. ON PUBLIC WORKS PROJECTS, THE HOURLY RATE MUST BE NOT LESS THAN THE PREVAILING RATE OF WAGE MINUS THE HOURLY RATE OF THE COST OF FRINGE BENEFITS ACTUALLY PROVIDED FOR THE WORKER. I ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE A ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL ALSO BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE B ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE C THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN (10) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE ALL OTHER OVERTIME HOURS AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE D THE FIRST TWO (2) HOURS BEFORE OR AFTER A FIVE EIGHT (8) HOUR WORKWEEK DAY OR A FOUR TEN (10) HOUR WORKWEEK DAY AND THE FIRST EIGHT (8) HOURS WORKED THE NEXT DAY AFTER EITHER WORKWEEK SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE ALL ADDITIONAL HOURS WORKED AND ALL WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE E THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE ALL OTHER HOURS WORKED MONDAY THROUGH SATURDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. F THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN (10) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE ALL OTHER OVERTIME HOURS WORKED, EXCEPT LABOR DAY, SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE G THE FIRST TEN (10) HOURS WORKED ON SATURDAYS AND THE FIRST TEN (10) HOURS WORKED ON A FIFTH CALENDAR WEEKDAY IN A FOUR TEN HOUR SCHEDULE, SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE H ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER CONDITIONS OR EQUIPMENT BREAKDOWN) SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED MONDAY THROUGH SATURDAY OVER TWELVE (12) HOURS AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE J THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN (10) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED OVER TEN (10) HOURS MONDAY THROUGH SATURDAY, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE K ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE L ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE M ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER CONDITIONS) SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE N ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS) SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE O THE FIRST TEN (10) HOURS WORKED ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON SUNDAYS, HOLIDAYS AND AFTER TWELVE (12) HOURS, MONDAY THROUGH FRIDAY, AND AFTER TEN (10) HOURS ON SATURDAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE P ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF CIRCUMSTANCES WARRANT) AND SUNDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE BENEFIT CODE KEY EFFECTIVE 03 -03 -2010 -2- 1 Q THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND UP TO TEN (10) HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT CHRISTMAS DAY) SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE ALL HOURS WORKED ON CHRISTMAS DAY SHALL BE PAID AT TWO AND ONE -HALF TIMES THE HOURLY RATE OF WAGE R ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. S THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON HOLIDAYS AND ALL OTHER OVERTIME HOURS WORKED, EXCEPT LABOR DAY, SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE T WORK PERFORMED IN EXCESS OF EIGHT (8) HOURS OF STRAIGHT TIME PER DAY, OR TEN (10) HOURS OF STRAIGHT TIME PER DAY WHEN FOUR TEN (10) HOUR SHIFTS ARE ESTABLISHED, OR FORTY (40) HOURS OF STRAIGHT TIME PER WEEK, MONDAY THROUGH FRIDAY, OR OUTSIDE THE NORMAL SHIFT, AND ALL WORK ON SATURDAYS SHALL BE PAID AT TIME AND ONE -HALF THE STRAIGHT TIME RATE HOURS WORKED OVER TWELVE HOURS (12) IN A SINGLE SHIFT AND ALL WORK PERFORMED AFTER 6 00 PM SATURDAY TO 6 00 AM MONDAY AND HOLIDAYS SHALL BE PAID AT DOUBLE THE STRAIGHT TIME RATE OF PAY THE EMPLOYER SHALL HAVE THE SOLE DISCRETION TO ASSIGN OVERTIME WORK TO EMPLOYEES PRIMARY CONSIDERATION FOR OVERTIME WORK SHALL BE GIVEN TO EMPLOYEES REGULARLY ASSIGNED TO THE WORK TO BE PERFORMED ON OVERTIME SITUATIONS AFTER AN EMPLOYEE HAS WORKED EIGHT (8) HOURS AT AN APPLICABLE OVERTIME RATE, ALL ADDITIONAL HOURS SHALL BE AT THE APPLICABLE OVERTIME RATE UNTIL SUCH TIME AS THE EMPLOYEE HAS HAD A BREAK OF EIGHT (8) HOURS OR MORE U ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT THANKSGIVING DAY AND CHRISTMAS DAY) SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON THANKSGIVING DAY AND CHRISTMAS DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE W ALL HOURS WORKED ON SATURDAYS AND SUNDAYS (EXCEPT MAKE -UP DAYS DUE TO CONDITIONS BEYOND THE CONTROL OF THE EMPLOYER)) SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE X THE FIRST FOUR (4) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TWELVE (12) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED OVER TWELVE (12) HOURS MONDAY THROUGH SATURDAY, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE WHEN HOLIDAY FALLS ON SATURDAY OR SUNDAY, THE DAY BEFORE SATURDAY, FRIDAY, AND THE DAY AFTER SUNDAY, MONDAY, SHALL BE CONSIDERED THE HOLIDAY AND ALL WORK PERFORMED SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. Y ALL HOURS WORKED OUTSIDE THE HOURS OF 5 00 AM AND 5 00 PM (OR SUCH OTHER HOURS AS MAY BE AGREED UPON BY ANY EMPLOYER AND THE EMPLOYEE) AND ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY (10 HOURS PER DAY FOR A 4 X 10 WORKWEEK) AND ON SATURDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE (EXCEPT FOR EMPLOYEES WHO ARE ABSENT FROM WORK WITHOUT PRIOR APROVAL ON A SCHEDULED WORKDAY DURING THE WORKWEEK SHALL BE PAID AT THE STRAIGHT -TIME RATE UNTIL THEY HAVE WORKED 8 HOURS IN A DAY (10 IN A 4 X 10 WORKWEEK) OR 40 HOURS DURING THAT WORKWEEK) ALL HOURS WORKED MONDAY THROUGH SATURDAY OVER TWELVE (12) HOURS AND ALL HOURS WORKED ON SUNDAYS AND LABOR DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE Z ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID THE STRAIGHT TIME RATE OF PAY IN ADDITION TO HOLIDAY PAY 2 ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE A THE FIRST SIX (6) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED IN EXCESS OF SIX (6) HOURS ON SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE B ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE C ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE I I I I I I 1 I I I I I I I 1 1 1 1 I BENEFIT CODE KEY EFFECTIVE 03 -03 -2010 -3- D ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE THE FIRST EIGHT (8) HOURS WORKED ON HOLIDAYS SHALL BE PAID AT STRAIGHT TIME IN ADDITION TO THE HOLIDAY PAY ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON HOLIDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE E ALL HOURS WORKED ON SATURDAYS OR HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON SUNDAYS OR ON LABOR DAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE F THE FIRST EIGHT (8) HOURS WORKED ON HOLIDAYS SHALL BE PAID AT THE STRAIGHT HOURLY RATE OF WAGE IN ADDITION TO THE HOLIDAY PAY ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE G ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE -HALF TIMES THE HOURLY RATE OF WAGE INCLUDING HOLIDAY PAY H ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE 2 I ALL HOURS WORKED ON SATURDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON SUNDAYS AND ON LABOR DAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE J ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE -HALF TIMES THE HOURLY RATE OF WAGE, INCLUDING THE HOLIDAY PAY ALL HOURS WORKED ON UNPAID HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE K ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE IN ADDITION TO THE HOLIDAY PAY L ALL HOURS WORKED ON SATURDAYS (OR ON THE REGULAR DAY OFF DURING A WORKWEEK OTHER THAN MONDAY THROUGH FRIDAY) AND HOLIDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE, EXCEPT LABOR DAY WHICH SHALL BE PAID AT DOUBLE THE HOURLY RATE ALL HOURS WORKED MONDAY THROUGH SATURDAY OVER TWELVE (12) HOURS AND ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE M ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE O ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE P THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED IN EXCESS OF EIGHT 8) HOURS ON SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE Q ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE R ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS AND ALL HOURS WORKED OVER SIXTY (60) IN ONE WEEK SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE S ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE, EXCEPT THE DAY AFTER THANKSGIVING, THE DAY AFTER CHRISTMAS AND A FLOATING HOLIDAY, WHICH SHALL BE PAID AT THE STRAIGHT TIME RATE IF WORKED, IN ADDITION TO HOLIDAY PAY T ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO AND ONE -HALF TIMES THE HOURLY RATE OF PAY, AND THIS RATE SHALL INCLUDE HOLIDAY PAY U ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED OVER 12 HOURS IN A DAY, OR ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SATURDAYS AND ON MAKE -UP DAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE BENEFIT CODE KEY EFFECTIVE 03 -03 -2010 -4- W THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE ALL OTHER HOURS WORKED MONDAY THROUGH SATURDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE ON A FOUR -DAY, TEN -HOUR WEEKLY SCHEDULE, EITHER MONDAY THRU THURSDAY OR TUESDAY THRU FRIDAY SCHEDULE, ALL HOURS WORKED AFTER TEN SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE THE FIRST EIGHT (8) HOURS WORKED ON THE FIFTH DAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE ALL OTHER HOURS WORKED ON THE FIFTH, SIXTH, AND SEVENTH DAYS AND ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE X ALL HOURS WORKED'MONDAY THROUGH FRIDAY BETWEEN THE HOURS OF 6 00 P M AND 6 00 A M AND ALL HOURS ON SATURDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE 4A ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE HOLIDAY CODES 5 A HOLIDAYS• NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7) B HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY (8) C HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8) D HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AND SATURDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8) E HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, PRESIDENTIAL ELECTION DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8) F HOLIDAYS NEW YEAR'S DAY, MARTIN LUTHER KING JR DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (II) G HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE LAST WORK DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (7) H HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, AND CHRISTMAS (6) I HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (6) J HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS EVE DAY, AND CHRISTMAS DAY (7) K HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY (9) L HOLIDAYS NEW YEAR'S DAY, MARTIN LUTHER KING JR DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8) M HOLIDAYS NEW YEAR'S DAY, MARTIN LUTHER KING JR DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS AND CHRISTMAS DAY (9) N HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (9) P HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AND SATURDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY (9) IF A HOLIDAY FALLS ON SUNDAY, THE FOLLOWING MONDAY SHALL BE CONSIDERED AS A HOLIDAY 1 1 1 1 1 1 BENEFIT CODE KEY EFFECTIVE 03 -03 -2010 -5- Q PAID HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (6) R PAID HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, ONE -HALF DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (7 1/2) 5 S PAID HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (7) T PAID HOLIDAYS NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, AND THE DAY BEFORE OR AFTER CHRISTMAS (9) U PAID HOLIDAYS NEW YEAR'S DAY, MARTIN LUTHER KING JR DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (8) PAID HOLIDAYS SIX (6) PAID HOLIDAYS W PAID HOLIDAYS NINE (9) PAID HOLIDAYS X HOLIDAYS AFTER 520 HOURS NEW YEAR'S DAY, THANKSGIVING DAY AND CHRISTMAS DAY AFTER 2080 HOURS NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, CHRISTMAS DAY AND A FLOATING HOLIDAY (8) Y HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, PRESIDENTIAL ELECTION DAY, THANKSGIVING DAY, THE FRIDAY FOLLOWING THANKSGIVING DAY, AND CHRISTMAS DAY (8) Z HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8) 6 A PAID HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8) B PAID HOLIDAYS NEW YEAR'S EVE DAY, NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS EVE'S DAY, AND CHRISTMAS DAY (9) C HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE, DAY AFTER THANKSGIVING DAY, THE LAST WORK DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (9) D PAID HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, THE DAY BEFORE OR THE DAY AFTER CHRISTMAS DAY (9) E PAID HOLIDAYS NEW YEAR'S DAY, DAY BEFORE OR AFTER NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, AND A HALF -DAY ON CHRISTMAS EVE DAY (9 1/2) F PAID HOLIDAYS NEW YEAR'S DAY, MARTIN LUTHER KING JR DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (11) G PAID HOLIDAYS NEW YEAR'S DAY, MARTIN LUTHER KING JR DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, AND CHRISTMAS EVE DAY (I I) H PAID HOLIDAYS NEW YEAR'S DAY, NEW YEAR'S EVE DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, THE DAY AFTER CHRISTMAS, AND A FLOATING HOLIDAY (10) PAID HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7) PAID HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, THE DAY AFTER CHRISTMAS, AND A FLOATING HOLIDAY (9) L HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (8) Q PAID HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY (8). UNPAID HOLIDAY_ PRESIDENTS' DAY BENEFIT CODE KEY EFFECTIVE 03 -03 -2010 -6- T PAID HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (9) U HOLIDAYS NEW YEARS DAY, DAY BEFORE NEW YEARS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS DAY, CHRISTMAS DAY (9) PAID HOLIDAYS• NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS EVE DAY, CHRISTMAS DAY, AND ONE DAY OF THE EMPLOYEE'S CHOICE (9) W PAID HOLIDAYS NEW YEAR'S DAY, DAY BEFORE NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, DAY BEFORE OR AFTER CHRISTMAS DAY (10) X PAID HOLIDAYS NEW YEAR'S DAY, DAY BEFORE OR AFTER NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, DAY BEFORE OR AFTER CHRISTMAS DAY, EMPLOYEE'S BIRTHDAY (11) Y PAID HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, AND A FLOATING HOLIDAY (9). Z HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7) IF A HOLIDAY FALLS ON SATURDAY, THE PRECEDING FRIDAY SHALL BE CONSIDERED AS THE HOLIDAY IF A HOLIDAY FALLS ON SUNDAY, THE FOLLOWING MONDAY SHALL BE CONSIDERED AS THE HOLIDAY NOTE CODES 8 A IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS, THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR MORE OVER 50' TO 100' $2 00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100' TO 150' $3 00 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 150' TO 220' $4 00 PER FOOT FOR EACH FOOT OVER 150 FEET OVER 220' $5 00 PER FOOT FOR EACH FOOT OVER 220 FEET C IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS, THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR MORE OVER 50' TO 100' $1 00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100' TO 150' $1 50 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 150' TO 200' $2 00 PER FOOT FOR EACH FOOT OVER 150 FEET OVER 200' DIVERS MAY NAME THEIR OWN PRICE D WORKERS WORKING WITH SUPPLIED AIR ON HAZMAT PROJECTS RECEIVE AN ADDITIONAL $1 00 PER HOUR L WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS LEVEL A $0 75, LEVEL B $0 50, AND LEVEL C $0 25 M WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS LEVELS A B $1 00, LEVELS C D $0 50 N WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS LEVEL A $1 00, LEVEL B $0 75, LEVEL C $0 50, AND LEVEL D $0 25 P WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS CLASS A SUIT $2 00, CLASS B SUIT $1 50, CLASS C SUIT S1 00, AND CLASS D SUIT $0 50 Washington State Department of Labor and Industries Policy Statement (Regarding the Production of "Standard" or "Non- standard" Items) Below is the department's (State L &I's) list of criteria to be used in determining whether a prefabricated item is "standard" or "non- standard For items not appearing on WSDOT's predetermined list, these criteria shall be used by the Contractor (and the Contractor's subcontractors, agents to subcontractors, suppliers, manufacturers, and fabricators) to determine coverage under RCW 39.12. The production, in the State of Washington, of non standard items is covered by RCW 39.12, and the production of standard items is not. The production of any item outside the State of Washington is not covered by RCW 39 12. 1. Is the item fabricated for a public works project? If not, it is not subject to RCW 39.12. If it is, go to question 2. 2. Is the item fabricated on the public works jobsite? If it is, the work is covered under RCW 39.12. If not, go to question 3. 3. Is the item fabricated in an assembly /fabrication plant set up for, and dedicated primarily to, the public works project? If it is, the work is covered by RCW 39.12. If not, go to question 4. 4 Does the item require any assembly, cutting, modification or other fabrication by the supplier? If not, the work is not covered by RCW 39.12. If yes, go to question 5. 5. Is the prefabricated item intended for the public works project typically an inventory item which could reasonably be sold on the general market? If not, the work is covered by RCW 39 12. If yes, go to question 6 6 Does the specific prefabricated item, generally defined as standard, have any unusual characteristics such as shape, type of material, strength requirements, finish, etc? If yes, the work is covered under RCW 39.12. Any firm with questions regarding the policy, WSDOT's Predetermined List, or for determinations of covered and non covered workers shall be directed to State L &I at (360) 902 -5330. Supplemental to Wage Rates 1 3/3/2010 Edition, Published March, 2010 WSDOT's Predetermined List for Suppliers Manufactures Fabricator Below is a list of potentially prefabricated items, originally furnished by WSDOT to Washington State Department of Labor and Industries, that may be considered non- standard and therefore covered by the prevailing wage law, RCW 39.12. Items marked with an X in the "YES" column should be considered to be non standard and therefore covered by RCW 39.12. Items marked with an X in the "NO" column should be considered to be standard and therefore not covered. Of course, exceptions to this general list may occur, and in that case shall be evaluated according to the criteria described in State and L &I's policy statement. 1. ITEM DESCRIPTION Metal rectangular frames, solid metal covers, herringbone grates, and bi- directional vaned grates for Catch Basin Types 1, 1L, 1P, and 2 and Concrete Inlets. See Std. Plans 2 Metal circular frames (rings) and covers, circular grates, and prefabricated ladders for Manhole Types 1, 2, and 3, Drywell Types 1, 2, and 3 and Catch Basin Type 2 See Std. Plans 3. Prefabricated steel grate supports and welded grates, metal frames and dual vaned grates, and Type 1, 2, and 3 structural tubing grates for Drop Inlets. See Std. Plans. 4. Concrete Pipe Plain Concrete pipe and reinforced concrete pipe Class 2 to 5 sizes smaller than 60 inch diameter. 5. Concrete Pipe Plain Concrete pipe and reinforced concrete pipe Class 2 to 5 sizes larger than 60 inch diameter. 6. Corrugated Steel Pipe Steel lock seam corrugated pipe for culverts and storm sewers, sizes 30 inch to 120 inches in diameter. May also be treated, 1 thru 5. 7. Corrugated Aluminum Pipe Aluminum lock seam corrugated pipe for culverts and storm sewers, sizes 30 inch to 120 inches in diameter May also be treated, #5. YES NO X X X Supplemental to Wage Rates 2 3/3/2010 Edition, Published March, 2010 WSDOT's Predetermined List for Suppliers Manufactures Fabricator ITEM DESCRIPTION YES NO 8. Anchor Bolts Nuts Anchor Bolts and Nuts, for mounting sign structures, luminaries and other items, shall be made from commercial bolt stock. See Contract Plans and Std. Plans for size and material type. Aluminum Pedestrian Handrail Pedestrian handrail conforming to the type and material specifications set forth in the contract plans. Welding of aluminum shall be in accordance with Section 9- 28.14(3). 10 Major Structural Steel Fabrication Fabrication of major steel items such as trusses, beams, girders, etc., for bridges. 11. Minor Structural Steel Fabrication Fabrication of minor steel Items such as special hangers, brackets, access doors for structures, access ladders for irrigation boxes, bridge expansion joint systems, etc., involving welding, cutting, punching and /or boring of holes. See Contact Plans for item description and shop drawings. 12 Aluminum Bridge Railing Type BP Metal bridge railing conforming to the type and material specifications set forth in the Contract Plans. Welding of aluminum shall be in accordance with Section 9- 28.14(3). 13. Concrete Piling Precast Prestressed concrete piling for use as 55 and 70 ton concrete piling. Concrete to conform to Section 9 -19 1 of Std Spec 14. Precast Manhole Types 1, 2, and 3 with cones, adjustment sections and flat top slabs. See Std. Plans 15. Precast Drywell Types 1, 2, and with cones and adjustment Sections See SO Plans. 16. Precast Catch Basin Catch Basin type 1, 1 L, 1P, and 2 With adjustment sections. See Std. Plans. Supplemental to Wage Rates 3/3/2010 Edition, Published March, 2010 X X X X ITEM DESCRIPTION WSDOT's Predetermined List for Suppliers Manufactures Fabricator 17. Precast Concrete Inlet with adjustment sections, See Std. Plans 18. Precast Drop Inlet Type 1 and 2 with metal grate supports. See Std. Plans 20 Metal frames, vaned grates, and hoods for Combination Inlets. See Std. Plans 21. Precast Concrete Utility Vaults Precast Concrete utility vaults of various sizes. Used for in ground storage of utility facilities and controls. See Contract Plans for size and construction requirements. Shop drawings are to be provided for approval prior to casting 23. Valve Vault For use with underground utilities. See Contract Plans for details. 24 Precast Concrete Barrier Precast Concrete Barrier for use as new barrier or may also be used as Temporary Concrete Barrier. Only new state approved barrier may be used as permanent barrier. 25 Reinforced Earth Wall Panels Reinforced Earth Wall Panels in size and shape as shown in the Plans Fabrication plant has annual approval for methods and materials to be used. See Shop Drawing Fabrication at other locations may be approved, after facilities inspection, contact HQ. Lab 26. Precast Concrete Walls Precast Concrete Walls tilt -up wall panel in size and shape as shown in Plans. Fabrication plant has annual approval for methods and materials to be used YES NO X 19 Precast Grate Inlet Type 2 with extension and top units See Std. Plans X 22 Vault Risers For use with Valve Vaults and Utilities Vaults. X X X Supplemental to Wage Rates 4 3/3/2010 Edition, Published March, 2010 WSDOT's Predetermined List for Suppliers Manufactures Fabricator ITEM DESCRIPTION YES NO 27. Precast Railroad Crossings Concrete Crossing Structure Slabs. 28 12, 18 and 26 inch Standard Precast Prestressed Girder Standard Precast Prestressed Girder for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6- 02.3(25)A 29. Prestressed Concrete Girder Series 4 -14 Prestressed Concrete Girders for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6 -02 3(25)A 30. Prestressed Tri -Beam Girder Prestressed Tri -Beam Girders for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std Spec. Section 6- 02.3(25)A 31. Prestressed Precast Hollow -Core Slab Precast Prestressed Hollow -core slab for use in structures. Fabricator plant has annual approval of methods and materials to be used Shop Drawing to be provided for approval prior to casting girders. See Std Spec. Section 6- 02.3(25)A. 32. Prestressed -Bulb Tee Girder Bulb Tee Prestressed Girder for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6- 02.3(25)A 33. Monument Case and Cover See Std. Plan X i X Supplemental to Wage Rates 5 3/3/2010 Edition, Published March, 2010 WSDOT's Predetermined List for Suppliers Manufactures Fabricator ITEM DESCRIPTION YES NO 34. Cantilever Sign Structure Cantilever Sign Structure fabricated from steel tubing meeting AASHTO -M -183. See Std. Plans, and Contract Plans for details. The steel structure shall be galvanized after fabrication in accordance with AASHTO -M -111. 35 Mono -tube Sign Structures Mono -tube Sign Bridge fabricated to details shown in the Plans. Shop drawings for approval are required prior to fabrication. 36. Steel Sign Bridges Steel Sign Bridges fabricated from steel tubing meeting AASHTO -M -138 for Aluminum Alloys. See Std. Plans, and Contract Plans for details. The steel structure shall be galvanized after fabrication in accordance with AASHTO -M -111 37. Steel Sign Post Fabricated Steel Sign Posts as detailed in Std Plans. Shop drawings for approval are to be provided prior to fabrication 38 Light Standard Prestressed Spun, prestressed, hollow concrete poles. 39. Light Standards Lighting Standards for use on highway illumination systems, poles to be fabricated to conform with methods and materials as specified on Std. Plans See Specia Provisions for pre- approved drawings. 40. Traffic Signal Standards Traffic Signal Standards for use on highway and /or street signal systems. Standards to be fabricated to conform with methods and material as specified on Std. Plans. See Special Provisions for pre- approved drawings 41. Precast Concrete Sloped Mountable Curb (Single and DualFaced) See Std. Plans. X x X X X X X X Supplemental to Wage Rates 6 3/3/2010 Edition, Published March, 2010 ITEM DESCRIPTION 42. Traffic Signs Prior to approval of a Fabricator of Traffic Signs, the sources of the following materials must be submitted and approved for reflective sheeting, legend material, and aluminum sheeting. NOTE: Fabrication inspection required. Only signs tagged "Fabrication Approved" by WSDOT Sign Fabrication Inspector to be installed 43. Cutting bending reinforcing steel 44 Guardrail components 45. Aggregates /Concrete mixes 46. Asphalt 47. Fiber fabrics 48. Electrical wiring /components 49. treated or untreated timber pile 50. Girder pads (elastomeric bearing) 51. Standard Dimension lumber 52. Irrigation components WSDOT's Predetermined List for Suppliers Manufactures Fabricator YES NO Custom Signing Message Message_ X Custom Standard End Sec Sec Covered by WAC 296 127 -018 Covered by WAC 296 127 -018 X X X X X X Supplemental to Wage Rates 7 3/3/2010 Edition, Published March, 2010 Supplemental to Wage Rates 3/3/2010 Edition, Published March, 2010 53. Fencing materials 54. Guide Posts 55. Traffic Buttons 56 Epoxy 57. Cribbing 58. Water distribution materials 59. Steel "H" piles 60 Steel pipe for concrete pile casings 61. Steel pile tips, standard 62. Steel pile tips, custom WSDOT's Predetermined List for Suppliers Manufactures Fabricator ITEM DESCRIPTION YES State of Washington Department of Labor and Industries Prevailing Wage Section Telephone (360) 902 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, workers' wage and benefit rates must add to not less than this total A brief description of overtime calculation requirements is provided on the Benefit Code Key METAL FABRICATION (IN SHOP) EFFECTIVE 03/03/2010 Classification Code (See Benefit Code Key) Prevailing Overtime Holiday Wage Code Code Counties Covered ADAMS, ASOTIN, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, KITTITAS LINCOLN, OKANOGAN, PEND ORIELLE, STEVENS, WALLA WALLA AND WHITMAN FITTER/WELDER $12 76 LABORER $8 55 MACHINE OPERATOR $12 66 PAINTER $10 20 Counties Covered BENTON MACHINE OPERATOR $10 53 1 PAINTER $9 76 1 WELDER $16 70 1 1 Counties Covered CHELAN FITTER $15 04 1 LABORER $9 54 1 MACHINE OPERATOR $9 71 1 PAINTER $9 93 1 WELDER $12 24 1 1 1 1 1 Counties Covered CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, LEWIS, MASON, PACIFIC SAN JUAN AND SKAGIT FITTER/WELDER $15 16 1 LABORER $11 13 1 MACHINE OPERATOR $10 66 1 PAINTER $11 41 1 Supplemental to Wage Rates 9 3/3/2010 Edition, Published March, 2010 I I METAL FABRICATION (IN SHOP) EFFECTIVE 03/03/2010 I (See Benefit Code Key) Classification Code Prevailing Overtime Holiday 111 Wage Code Code Counties Covered I CLARK FITTER $27 49 1E 6H LABORER $19 21 1E 6H I LAYEROUT $28 77 1 E 6H MACHINE OPERATOR $28 77 1E 6H PAINTER $2531 1E 6H WELDER $26 89 1E 6H I Counties Covered COWLITZ I MACHINE OPERATOR $25 33 1B 6V FITTER $25 33 1B 6V WELDER $25 33 1B 6V Counties Covered GRANT I FITTER/WELDER $10 79 1 PAINTER $8 55 1 Counties Covered I KING FITTER $15 86 1 I LABORER $9 78 1 MACHINE OPERATOR $13 04 1 PAINTER $11 10 1 WELDER 15 48 Counties Covered KITSAP FITTER $26 96 1 1 LABORER $8 55 1 MACHINE OPERATOR $13 83 1 WELDER $13 83 1 I I Supplemental to Wage Rates 10 I 3/3/2010 Edition, Published March, 2010 I 1 1 I I I I I I 1 I I I I I I I 1 I I METAL FABRICATION (IN SHOP) EFFECTIVE 03/03/2010 Classification Code (See Benefit Code Key) Counties Covered KLICKITAT, SKAMANIA, WAHKIAKUM FITTER/WELDER $16 99 1 LABORER $10 44 1 MACHINE OPERATOR $17 21 1 PAINTER. $17 03 1 Counties Covered PIERCE FITTER $15 25 1 LABORER $10 32 1 MACHINE OPERATOR $13 98 1 WELDER $13 98 1 Counties Covered SNOHOMISH FITTER/WELDER $15 38 1 LABORER $9 79 1 MACHINE OPERATOR $8 84 1 PAINTER $9 98 1 Counties Covered SPOKANE FITTER $12 59 1 LABORER $8 55 1 MACHINE OPERATOR $13 26 1 PAINTER $10 27 1 WELDER $10 80 1 Prevailing Overtime Holiday Wage Code Code Supplemental to Wage Rates 11 3/3/2010 Edition, Published March, 2010 Classification Code METAL FABRICATION (IN SHOP) EFFECTIVE 03/03/2010 (See Benefit Code Key) Counties Covered THURSTON FITTER $27 10 2U 6T LABORER 16 91 2U 6T LAYEROUT $30 63 2U 6T MACHINE OPERATOR $20 86 2U 6T WELDER $24 74 2U 6T Counties Covered WHATCOM FITTER/WELDER $13 81 1 LABORER $9 00 1 MACHINE OPERATOR $13 81 1 Counties Covered YAKIMA FITTER $12 00 1 LABORER $10 31 1 MACHINE OPERATOR $11 32 1 PAINTER $12 00 1 WELDER $11 32 1 Prevailing Overtime Holiday Wage Code Code Supplemental to Wage Rates 12 3/3/2010 Edition, Published March, 2010 Classification Code Counties Covered ADAMS, ASOTIN, BENTON, COLUMBIA, DOUGLAS, FERRY, GARFIELD, GRANT, LINCOLN, OKANOGAN, PEND OREILLE, STEVENS, WALLA WALLA AND WHITMAN ALL CLASSIFICATIONS ALL CLASSIFICATIONS FABRICATED PRECAST CONCRETE PRODUCTS EFFECTIVE 03/03/2010 (See Benefit Code Key) Counties Covered CHELAN, KITTITAS, KLICKITAT AND SKAMANIA Counties Covered CLALLAM, CLARK, COWLITZ, GRAYS HARBOR, ISLAND, JEFFERSON, KITSAP,LEWIS, MASON, PACIFIC, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WAHKIAKUM ALL CLASSIFICATIONS $13 50 1 Counties Covered FRANKLIN ALL CLASSIFICATIONS $11 50 1 Counties Covered KING ALL CLASSIFICATIONS $13 60 2K 5B Counties Covered PIERCE ALL CLASSIFICATIONS $9 28 1 Counties Covered SPOKANE ALL CLASSIFICATIONS $20 23 1 Counties Covered WHATCOM ALL CLASSIFICATIONS $13 67 1 Counties Covered YAKIMA $9 96 1 861 1 CRAFTSMAN $8 72 1 LABORER $8 55 1 Prevailing Overtime Holiday Wage Code Code Supplemental to Wage Rates 13 3/3/2010 Edition, Published March, 2010 WSDOT's List of State Occupations not applicable to Heavy and Highway Construction Projects This project is subject to the state hourly minimum rates for wages and fringe benefits in the contract provisions, as provided by the state Department of Labor and Industries. The following list of occupations, is comprised of those occupations that are not normally used in the construction of heavy and highway projects. When considering job classifications for use and or payment when bidding on, or building heavy and highway construction projects for, or administered by WSDOT, these Occupations will be excepted from the included "Washington State Prevailing Wage Rates For Public Work Contracts" documents. Electrical Fixture Maintenance Workers Electricians Motor Shop Heating Equipment Mechanics Industrial Engine and Machine Mechanics Industrial Power Vacuum Cleaners Inspection, Cleaning, Sealing of Water Systems by Remote Control Laborers Underground Sewer Water Machinists (Hydroelectric Site Work) Modular Buildings Playground Park Equipment Installers Power Equipment Operators Underground Sewer Water Residential ALL ASSOCIATED RATES Sign Makers and Installers (Non Electrical) Sign Makers and Installers (Electrical) Stage Rigging Mechanics (Non Structural) The following occupations may be used only as outlined in the preceding text concerning "WSDOT's list for Suppliers Manufacturers Fabricators" Fabricated Precast Concrete Products Metal Fabrication (In Shop) Definitions for the Scope of Work for prevailing wages may be found at the Washington State Department of Labor and Industries web site and in WAC Chapter 296 -127. Supplemental to Wage Rates 14 3/3/2010 Edition, Published March, 2010 Washington State Department of Labor and Industries Policy Statements (Regarding Production and Delivery of Gravel, Concrete, Asphalt, etc.) WAC 296- 127 -018 Agency filings affecting this section Coverage and exemptions of workers involved in the production and delivery of gravel, concrete, asphalt, or similar materials. (1) The materials covered under this section include but are not limited to: Sand, gravel, crushed rock, concrete, asphalt, or other similar materials (2) All workers, regardless of by whom employed, are subject to the provisions of chapter 39.12 RCW when they perform any or all of the following functions: (a) They deliver or discharge any of the above listed materials to a public works project site. (i) At one or more point(s) directly upon the location where the material will be incorporated into the project; or (ii) At multiple points at the project; or (iii) Adjacent to the location and coordinated with the incorporation of those materials (b) They wait at or near a public works project site to perform any tasks subject to this section of the rule. (c) They remove any materials from a public works construction site pursuant to contract requirements or specifications (e.g., excavated materials, materials from demolished structures, clean -up materials, etc.). (d) They work in a materials production facility (e g., batch plant, borrow pit, rock quarry, etc.,) which is established for a public works project for the specific, but not necessarily exclusive, purpose of supplying materials for the project. (e) They deliver concrete to a public works site regardless of the method of incorporation. (f) They assist or participate in the incorporation of any materials into the public works project. Supplemental to Wage Rates 15 3/3/2010 Edition, Published March, 2010 (3) All travel time that relates to the work covered under subsection (2) of this section requires the payment of prevailing wages. Travel time includes time spent waiting to load, loading, transporting, waiting to unload, and delivering materials. Travel time would include all time spent in travel in support of a public works project whether the vehicle is empty or full. For example, travel time spent returning to a supply source to obtain another load of material for use on a public works site or returning to the public works site to obtain another load of excavated material is time spent in travel that is subject to prevailing wage. Travel to a supply source, including travel from a public works site, to obtain materials for use on a private project would not be travel subject to the prevailing wage (4) Workers are not subject to the provisions of chapter 39.12 RCW when they deliver materials to a stockpile. (a) A "stockpile" is defined as materials delivered to a pile located away from the site of incorporation such that the stockpiled materials must be physically moved from the stockpile and transported to another location on the project site in order to be incorporated into the project. (b) A stockpile does not include any of the functions described in subsection (2)(a) through (f) of this section; nor does a stockpile include materials delivered or distributed to multiple locations upon the project site, nor does a stockpile include materials dumped at the place of incorporation, or adjacent to the location and coordinated with the incorporation. (5) The applicable prevailing wage rate shall be determined by the locality in which the work is performed. Workers subject to subsection (2)(d) of this section, who produce such materials at an off -site facility shall be paid the applicable prevailing wage rates for the county in which the off -site facility is located. Workers subject to subsection (2) of this section, who deliver such materials to a public works project site shall be paid the applicable prevailing wage rates for the county in which the public works project is located. [Statutory Authority. Chapter 39.12 RCW, RCW 43.22.051 and 43 22.270. 08 -24 -101, 296- 127 -018, filed 12/2/08, effective 1/2/09. Statutory Authority Chapters 39 04 and 39.12 RCW and RCW 43 22 270 92 -01 -104 and 92 -08 -101, 296- 127 -018, filed 12/18/91 and 4/1/92, effective 8/31/92.] Supplemental to Wage Rates 16 3/3/2010 Edition, Published March, 2010 I 1 I I I I I I I I I 1 I I I I I PW 407_04 Parf04.doc [Revised March 20081 Attachment B Request for Approval of Material (RAM) Form 1 1 I I I I I I I I I I I I I I I I I AM Wi Washington State Department of Transportation Contract Section Contractor FA Number Subcontractor This form shall be completed prior to submittal. If this form is not complete at time of submittal it may be returned for information that was omitted. For assistance in completing, see Instructions and Example Bid Material or Item No. Product/Type Project Engineer 1. Acceptance Criteria 2. Acceptance Criteria. 3 Acceptance Cnteria: 4. Acceptance Criteria: 5. Acceptance Critena 6. Acceptance Cnteria: 7 Acceptance Criteria. 8 Source Approved Remarks. Project Engineer Distribution Contractor Re. 1 Operations Engineer Fat 3tion Inspection DOT Fc 350 -071 EF RE ,ed 12/2008 Region Materials State Materials Lab M/S 47365 Name and Location of Fabricator, Manufacturer or Pit Number Date 9. Approval Withheld: Submit samples for preliminary evaluation 10. Approval Withheld: 11. Miscellaneous Acceptance Criteria Request for Approval of Material SR Date County For WSDOT Use Only RAM Specification PE /QPL HdqtrJQPL Reference Code Code State Materials Engineer Date Acceptance Action Codes for use by Project Engineer and State Materials Laboratory Acceptance based upon 'Satisfactory Test Report for samples of materials to be incorporated into project Mfg Cert. of Compliance for 'Acceptance' prior to use of material. Catalog Cuts for' Acceptance prior to use of material. Catalog Cut Approved Yes No Submit Shop Drawings for 'Approval' prior to fabrication of material. Only 'Approved for Shipment', 'WSDOT Inspected' or 'Fabrication Approved Decal' material shall be used. Submit Certificate of Materials Origin to Protect Engineer Office. Request Transmitted to State Materials Laboratory for Approval Action State Materials Engineer Distribution General File Signing Inspection Other I I 1 I I I I I I I I I I I 1 I 1 I 1 PW 407_04 Part04 doc [Revised March 2008j Attachment C Request for information (RH) and Construction Change Order (CCO) Forms 1 1 PROJECT NAME: PROJECT /CONTRACT NUMBER: ORIGINATOR: Owner Contractor ITEM: REFERENCE DRAWING OR SPECIFICATION: DESCRIPTION OF CLARIFICATION /REQUEST: DATE REPLY REQUESTED: ORIGINATOR SIGNATURE: COMMENTS PW 407_04 Part04.doc [Revised March 2008] REQUEST FOR INFORMATION (RFI) FORM CRITICAL TO SCHEDULE: YES NO DATE: RFI Number: 1 1 1 1. Describe work here 2. Additional work, etc.... Item Description No. 1 2 ORIGINAL CONTRACT DAYS. XX I DAYS: YY Amount with applicable sales tax included APPROVED BY: PROJECT ENGINEER CITY ENGINEER CONTRACTOR PUBLIC WORKS UTILITIES DIRECTOR CITY MANAGER CITY COUNCIL APPROVAL DATE PW 40704 Part04.doc [Revised March 2008] CONTRACT CHANGE ORDER (CCO) NO. Project Name Date Contractor Project No. DESCRIPTION OF WORK You are ordered to perform the following described work upon receipt of an approved copy of this Change Order: Such work will be compensated by: check one or more of the following as applicable Increase or Decrease in bid items; J Force Account; f J Negotiated Price: The described work affects the existing contract Items and /or adds and /or deletes bid items as follows: RFI CURRENT EST. NET CHANGE CONTRACT THIS CHANGE ORDER INCLUDING THIS ONE THIS CHANGE ORDER Qty. Unit Cost Per Unit Cost Net Cost Adj. Days Orig. I I I I I_Y= Rev. I I I I I I Orig. I I I I, i =I Rev. I I I 1 I I DAYS: ZZ TOTAL CHANGE ORDERS, EST. CONTRACT AFTER I• I DAYS' XX +ZZ -YY I* I DAYS: YY +ZZ I All work, materials and measurements to be in accordance with the provisions of the original contract and /or the standard specifications and special provisions for the type of construction involved. The payments and /or additional time specified and agreed to in this order include every claim by the Contractor for any extra payment or extension of time with respect to the work descnbed herein, including delays to the overall project. SIGNATURE J DATE: JI Attachment D Request to Sublet and Subcontract Certification Forms PW 407_04 Part04.doc [Revised March 2008] Washington State Ails VW Department of Transportation Prime Contractor Job Description (Title) Approval is Requested to Sublet the Following Described Work to: Subcontractor or Lower Tier Subcontractor Address Telephone Number City State Zip Code Estimated Starting Date If Lower Tier Subcontractor, ID of Corresponding Subcontractor If no Federal Employerl.D Number, Use Owner's Social Security Number Item No Partial I understand and will insure that the subcontractor will comply fully with the plans and specifications under which this work is being performed This Request Previous Requests Sublet to Date Project Engineer's Signature Approved DOT Form 421 012 EF Revised 03/2008 Date Item Description Department of Transportation Use Only Percent of Total Contract DBE Status Verification Request to Sublet Work Subcontractor Lower Tier Subcontractor DBE Federal Employer 1.0. Number State Contract Number Federal Employer I.D. Number Distribution: White (Original) Region Canary (Copy) Project Engineer Pink (Copy) Contractor Request Number Prime Contractor Signature Date Approved Region Construction Engineer Date (When Required) Amount Project Number Subcontractor or Lower 'Fier Subcontractor To be signed by proposed subcontractor or lower tier subcontractor I certify the above statement to be true and correct. Company By Title Contractor Certification To be completed and signed by the contractor I certify the above statements under Contractor Certification to be true and correct. Company By Date Title PW 040725 [New 07/05] Contractor and Subcontractor or Lower Tier Subcontractor Certification for City of Port Angeles Projects (Required for each Subcontractor or Lower Tier Subcontractor on all projects) Project Name The contract documents for this subcontract include the minimum prevailing wage rates. Date 1 A written agreement has been executed between my firm and the above subcontractor. 2. 0 A written agreement has been executed between (the subcontractor) and the above lower tier subcontractor. The contract documents for (1) or (2) marked above include the minimum prevailing wage rates. PW 407_04 Part04 doc [Revised March 20081 Attachment E Contractor's Application for Payment and Certification of Work Completion Forms FROM: TO: City of Port Angeles Public Works Utilities Department P.O Box 1150 Port Angeles, WA 98362 PERIOD From: CONTRACTOR'S APPLICATION FOR PAYMENT ROOK DRIVE SIDEWALK, PROJECT NO. 08-01 Page 1 of 2 STATEMENT OF CONTRACT ACCOUNT 1 Original Contract Amount [Excluding Sales Tax] 2 I Approved Change Order No(s). [Excluding Sales Tax] 3 I Adjusted Contract Amount (1 +2) 4 Value of Work Completed to Date [per attached breakdown] 5 Matenal Stored on Site [per attached breakdown] 6 Subtotal (4 +5) 7 8.4% Sales Tax [at 8.4% of subtotal], As Applicable 8 J Less Amount Retained [at 5% of subtotal] 9 I Subtotal (6 +7 -8) 10 I Total Previously Paid [Deduction] 11 I AMOUNT DUE THIS REQUEST (9 -10) DATE: PAYMENT REQUEST NO. I to [end of period]: WAIVER OF CLAIMS FOR EXTRA COST OR TIME: The undersigned Applicant waives and releases, up through the date hereof, any and all claims for costs or item extensions arising out of or relating to extra or changed work or delays or acceleration not specifically identified and reserved in the amounts identified below or previously acknowledged in writing by the City of Port Angeles. CERTIFICATE OF THE CONTRACTOR: I hereby certify that the work performed and the materials supplied through the ending period date noted above represent the actual value of accomplishment under the terms of the contract (and all authorized changes) between the Applicant and the City of Port Angeles, relating to the above referenced project, and that the remaining contract balance is sufficient to cover all costs of completing the work in accordance with the contract documents. Continued on Page 2 PW 40704 Part04 dac [Revised March 2008] w 1 I CONTRACTOR'S APPLICATION FOR PAYMENT Page 2 of 2 I also certify that all lower -tier payments, less applicable retention, have been made by the Applicant for the periods covered by previous payments) received by the Applicant to (1) all lower tier subcontractors/ suppliers, and (2) for all materials, equipment and labor used or in connection with the performance of this contract. I further certify that I have complied with all federal, state and local tax laws, including Social Security laws and Unemployment Compensation laws and Workmen's Compensation laws, insofar as applicable to the performance of this work, and have paid all such taxes, premiums and /or assessments arising out of the performance of the work. I further certify that, to the best of my knowledge, information and belief, all work for which previous payment(s) have been received shall be free and clear of liens, claims, security interests and encumbrances in favor of the Contractor, subcontractors, material suppliers, or other persons or entities making a claim by reason of having provided labor, materials and equipment relating to the work. Within seven (7) days of receipt of the payment requested herein, all payments, less applicable retention, will be made through the period covered by this pay request to all my lower -tier subcontractors /suppliers and for all materials, equipment, labor, taxes and assessments arising out of the performance of all said lower -tire work. DATED: CONTRACTOR: SIGNATURE: PRINTED NAME AND TITLE: SUBSCRIBED AND SWORN to before me this day of 20 APPROVAL: Project Manager City Engineer PW 407_04 Part04.doc [Revised March 2008] Notary Public in and for the State of residing at My appointment expires Date Date PW 407 04 Part04 doc (Revised March 20081 Attachment F Amendments to the Standard Specifications 1 I 1 I I I I I I I I I f 1 I 1 I I 1 INTRODUCTION The following Amendments and Special Provisions shall be used in conjunction with the 2008 Standard Specifications for Road, Bridge, and Municipal Construction. AMENDMENTS TO THE STANDARD SPECIFICATIONS The following Amendments to the Standard Specifications are made a part of this contract and supersede any conflicting provisions of the Standard Specifications. For informational purposes, the date following each Amendment title indicates the implementation date of the Amendment or the latest date of revision. Each Amendment contains all current revisions to the applicable section of the Standard Specifications and may include references which do not apply to this particular project. SECTION 1 -02, BID PROCEDURES AND CONDITIONS October 12, 2009 1 -02.7 Bid Deposit The following is inserted after the second sentence in the first paragraph: The proposal bond may be in hard copy or electronic format via Surety2000.com or Insurevision.com and BidX.com. 1 02.9 Delivery of Proposal The first paragraph is revised to read: Each Proposal shall be sealed and submitted in the envelope provided with it, or electronically via Expedite software and BidX.com at the location and time identified in Section 1- 02.12. The Bidder shall fill in all blanks on this envelope to ensure proper handling and delivery. SECTION 1 -03, AWARD AND EXECUTION OF CONTRACT April 7, 2008 1 -03.1 Consideration of Bids This section is supplemented with the following new sub section. 1- 03.1(1) Tied Bids After opening Bids, if two or more lowest responsive Bid totals are exactly equal, then the tie- breaker will be determined by drawing as described in this Section. Two or more slips of paper will be marked as follows: one marked "Winner" and the other(s) marked "unsuccessful The slips will be folded to make the marking unseen. The slips will be placed inside a box. One authorized representative of each Bidder shall draw a slip from the box. Bidders shall draw in alphabetic order by the name of the firm as registered with the Washington State Department of Licensing. The slips shall be unfolded and the firm with the slip marked "Winner" will be determined to be the successful Bidder and eligible for Award of the Contract. Only those Bidders that submitted a Bid total that is exactly equal to the lowest responsive Bid are eligible to draw. SECTION 1 -04, SCOPE OF THE WORK April 7, 2008 1- 04.4(1) Minor Changes The first sentence in the first paragraph is revised to read: Ill A 1 A n? n A in inA Payments or credits for changes amounting to $15,000 or less may be made under the bid item "Minor Change." 1 04.5 Procedure and Protest by the Contractor In the second paragraph, number 2, the reference to 7 calendar days is revised to 14 calendar days. The second sentence in the fifth paragraph is revised to read: The determination will be provided within 14- calendar days after receipt of the Contractor's supplemental written statement (including any additional information requested by the Project Engineer to support a continuing protest) described in item 2 above. SECTION 1 -05, CONTROL OF WORK April 7, 2008 1 -05.1 Authority of the Engineer The fourth paragraph is revised to read: At the Contractor's risk, the Project Engineer may suspend all or part of the Work according to Section 1 -08.6. 1 05.12 Final Acceptance The second paragraph is revised to read: The Contractor agrees that neither completion nor final acceptance shall relieve the Contractor of the responsibility to indemnify, defend, and protect the Contracting Agency against any claim or loss resulting from the failure of the Contractor (or the subcontractors or lower tier subcontractors) to pay all laborers, mechanics, subcontractors, materialpersons, or any other person who provides labor, supplies, or provisions for carrying out the Work or for any payments required for unemployment compensation under Title 50 RCW or for industrial insurance and medical aid required under Title 51 RCW. SECTION 1 -06, CONTROL OF MATERIALS August 3, 2009 1- 06.2(2)A General Tables 1 and 2 are revised to read: Estimated Upper Quality Index Qu or Lower Quality Index QL Percent Within n =10 n =12 Specification n =3 n =4 n =5 n =6 n =7 n =8 n =9 to to Limits n =11 n =14 (Pu or PL) 100 1.16 1.49 1.72 1.88 1.99 2.07 2.13 2.20 2.28 99 1.46 1.64 1.75 1.82 1.88 1.91 1.96 2.01 98 1.43 1.58 1.66 1.72 1.75 1.78 1.81 1.84 97 1.15 1.40 1.52 1.59 1.63 1.66 1.68 1.71 1.73 96 1.37 1.47 1.52 1.56 1.58 1.60 1.62 1.64 95 1.14 1.34 1.42 1.47 1.49 1.51 1.52 1.54 1.55 PW 407 04 Part04 doc [Revised March 2008] Table 1 Estimated Percent of Work Within Specification Limits PW 407 04 Part04.doc [Revised March 20081 94 1.31 1.38 1.41 1.43 1.45 1.46 1.47 1.48 93 1.13 1.28 1.33 1.36 1.38 1.39 1.40 1.41 1.41 92 1.12 1.25 1.29 1.31 1.33 1.33 1.34 1.35 1.35 91 1.11 1.22 1.25 1.27 1.28 1.28 1.29 1.29 1.30 90 1.10 1.19 1.21 1.23 1.23 1.24 1.24 1.24 1.25 89 1.09 1.16 1.18 1.18 1.19 1.19 1.19 1.19 1.20 88 1.07 1.13 1.14 1.14 1.15 1.15 1.15 1.15 1.15 87 1.06 1.10 1.10 1.10 1.10 1.10 1.10 1.10 1.11 86 1.04 1.07 1.07 1.07 1.07 1.06 1.06 1.06 1.06 85 1.03 1.04 1.03 1.03 1.03 1.03 1.02 1.02 1.02 84 1.01 1.01 1.00 0.99 0.99 0.99 0.99 0.98 0.98 83 0.99 0.98 0.97 0.96 0.95 0.95 0.95 0.95 0.94 82 0.97 0.95 0.93 0.92 0.92 0.92 0.91 0.91 0.91 81 0.95 0.92 0.90 0.89 0.88 0.88 0.88 0.87 0.87 80 0.93 0.89 0.87 0.86 0.85 0.85 0.84 0.84 0.84 79 0.91 0.86 0.84 0.82 0.82 0.81 0.81 0.81 0.80 78 0.88 0.83 0.81 0.79 0.79 0.78 0.78 0.77 0.77 77 0.86 0.80 0.77 0.76 0.75 0.75 0.74 0.74 0.74 76 0.83 0.77 0.74 0.73 0.72 0.72 0.71 0.71 0.70 75 0.81 0.74 0.71 0.70 0.69 0.69 0.68 0.68 0.67 74 0.78 0.71 0.68 0.67 0.67 0.65 0.65 0.65 0.64 73 0.75 0.68 0.65 0.64 0.63 0.62 0.62 0.62 0.61 72 0.73 0.65 0.62 0.61 0.60 0.59 0.59 0.59 0.58 71 0.70 0.62 0.59 0.58 0.57 0.57 0.56 0.56 0.55 70 0.67 0.59 0.56 0.55 0.54 0.54 0.53 0.53 0.52 69 0.64 0.56 0.53 0.52 0.51 0.51 0.50 0.50 0.50 68 0.61 0.53 0.50 0.49 0.48 0.48 0.48 0.47 0.47 67 0.58 0.50 0.47 0.46 0.45 0.45 0.45 0.44 0.44 66 0.55 0.47 0.45 0.43 0.43 0.42 0.42 0.42 0.41 65 0.51 0.44 0.42 0.40 0.40 0.39 0.39 0.39 0.38 64 0.48 0.41 0.39 0.38 0.37 0.37 0.36 0.36 0.36 63 0.45 0.38 0.36 0.35 0.34 0.34 0.34 0.33 0.33 62 0.41 0.35 0.33 0.32 0.32 0.31 0.31 0.31 0.30 61 0.38 0.30 0.30 0.30 0.29 0.28 0.28 028 0.28 60 0.34 0.28 0.28 0.25 0.25 0.25 0.25 0.25 0.25 59 0.31 0.27 0.25 0.23 0.23 0.23 0.23 0.23 0.23 58 0.30 0.25 0.23 0.20 0.20 0.20 0.20 0.20 0.20 57 0.25 0.20 0.18 0.18 0.18 0.18 0.18 0.18 0.18 56 0.20 0.18 0.16 0.15 0.15 0.15 0.15 0.15 0.15 55 0.18 0.15 0.13 0.13 0.13 0.13 0.13 0.13 0.13 54 0.15 0.13 0.10 0.10 0.10 0.10 0.10 0.10 0.10 53 0.10 0.10 0.08 0.08 0.08 0.08 0.08 0.08 0.08 52 0.08 0.05 0.05 0.05 0.05 0.05 0.05 0.05 0.05 51 0.05 0.03 0.03 0.03 0.03 0.03 0.03 0.03 0.03 50 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 (continued) PW 407 04 Part04.doc [Revised March 2008] Table 1 (continued) Estimated Percent of Work Within Specification Limits Estimated Percent Within Upper Quality Index Qu or Lower Quality Specification Index QL Limits (Pu or PL) n =15 n =18 n =23 n =30 n =43 n =67 to to to to to to n =17 n =22 n =29 n =42 n =66 co 100 2.34 2.39 2.44 2.48 2.51 2.56 99 2.04 2.07 2.09 2.12 2.14 2.16 98 1.87 1.89 1.91 1.93 1.94 1.95 97 1.75 1.76 1.78 1.79 1.80 1.81 96 1.65 1.66 1.67 1.68 1.69 1.70 95 1.56 1.57 1.58 1.59 1.59 1.60 94 1.49 1.50 1.50 1.51 1.51 1.52 93 1.42 1.43 1.43 1.44 1.44 1.44 92 1.36 1.36 1.37 1.37 1.37 1.38 91 1.30 1.30 1.31 1.31 1.31 1.31 90 1.25 1.25 1.25 1.25 1.26 1.26 89 1.20 1.20 1.20 1.20 1.20 1.20 88 1.15 1.15 1.15 1.15 1.15 1.15 87 1.11 1.11 1.11 1.11 1.11 1.11 86 1.06 1.06 1.06 1.06 1.06 1.06 85 1.02 1.02 1.02 1.02 1.02 1.02 84 0.98 0.98 0.98 0.98 0.98 0.98 83 0.94 0.94 0.94 0.94 0.94 0.94 82 0.91 0.90 0.90 0.90 0.90 0.90 81 0.87 0.87 0.87 0.87 0.87 0.87 80 0.83 0.83 0.83 0.83 0.83 0.83 79 0.80 0.80 0.80 0.80 0.80 0.79 78 0.77 0.76 0.76 0.76 0.76 0.76 77 0.73 0.73 0.73 0.73 0.73 0.73 76 0.70 0.70 0.70 0.70 0.70 0.70 75 0.67 0.67 0.67 0.67 0.67 0.66 74 0.64 0.64 0.64 0.64 0.64 0.63 73 0.61 0.61 0.61 0.61 0.61 0.60 72 0.58 0.58 0.58 0.58 0.58 0.57 71 0.55 0.55 0.55 0.55 0.55 0.54 70 0.52 0.52 0.52 0.52 0.52 0.52 69 0.49 0.49 0.49 0 49 0.49 0.49 68 0.47 0.46 0.46 0.46 0.46 0.46 67 0.44 0.44 0.43 0.43 0.43 0.43 66 0.41 0.41 0.41 0.41 0.41 0.40 65 0.38 0.38 0 38 0.38 0.38 0.38 64 0.36 0.35 0.35 0.35 0.35 0.35 PW 407 04 Part04.doc (Revised March 2nnFl 63 0.33 0.33 0.33 0.33 0.33 0.32 62 0.30 0.30 0.30 0.30 0.30 0.30 61 0.28 0.28 0.28 0.28 0.28 0.28 60 0.25 0.25 0.25 0.25 0.25 0.25 59 0.23 0.23 0.23 0.23 0.23 0.23 58 0.20 0.20 0.20 0.20 0.20 0.20 57 0.18 0.18 0.18 0.18 0.18 0.18 56 0.15 0.15 0.15 0.15 0.15 0.15 55 0.13 0.13 0.13 0.13 0.13 0.13 54 0.10 0.10 0.10 0.10 0.10 0.10 53 0.08 0.08 0.08 0.08 0.08 0.08 52 0.05 0.05 0.05 0.05 0.05 0.05 51 0.03 0.03 0.03 0.03 0.03 0.03 50 0.00 0.00 0.00 0.00 0.00 0.00 Table 2 Pay Factors PAY FACTOR Minimum Required Percent of Work Within Specification Limits for a Given Factor (Pu P,.) —100 Category n =3 PW 407 04 Part04 doc [Revised March 20081 n =10 n =12 n =15 n =18 n =23 n =30 n=43 n =67 n=4 n =5 n=6 n=7 n=8 n=9 to to to to to to to to n =11 n =14 n =17 n =22 n =29 n=42 n=86 1.05 100 100 100 100 100 100 100 100 100 100 1.04 100 99 97 95 96 96 96 97 97 97 97 1.03 100 98 96 94 92 93 93 94 95 95 98 96 1.02 99 97 94 91 89 90 91 92 93 93 94 94 1 01 100 100 100 98 95 92 89 87 88 89 90 91 92 92 93 1.00 59 75 78 80 82 83 84 85 88 87 88 89 90 91 92 0.99 86 72 76 78 80 81 82 83 84 85 88 87 89 90 91 0.98 64 70 74 78 78 79 80 81 82 84 85 86 87 88 90 0.97 53 68 72 74 78 77 78 79 81 82 83 84 86 87 88 0.96 61 87 70 72 74 75 76 78 79 81 82 83 84 86 87 0.95 59 65 88 71 72 74 75 76 78 79 80 82 83 84 85 0 94 58 63 87 69 71 72 73 75 78 78 79 80 82 83 85 0.93 57 62 65 87 69 71 72 73 75 76 78 79 80 82 84 0.92 55 60 83 68 88 69 70 72 73 75 78 7B 79 81 82 (191 54 59 82 64 86 68 69 70 72 74 75 76 78 79 81 0.90 53 57 81 83 85 68 87 89 71 72 74 75 77 78 80 0.89 51 58 59 62 83 65 86 68 69 71 72 74 75 77 79 0.88 50 55 58 80 82 64 85 66 88 70 71 73 74 78 78 0.87 49 53 57 59 81 82 63 55 67 68 70 71 73 75 77 0 86 48 52 55 58 59 81 62 64 66 67 89 70 72 74 76 3 4 Note: If the value of (Pu Pt) 100 does not correspond to a (Pu Pt) 100 value in this table, 5 use the next smaller (P PO 100 value. 6 (continued) PAY FACTOR Category 0.80 0.79 0.78 0.77 0.76 0.75 REJ ECT Table 2 Pay Factors (continued) Minimum Required Percent of Work Within Specification Limits for a Given Pay Factor (PU PL) 100 n=10 n =12 n =15 n=18 n =23 n=30 n=43 n =87 n =3 n=4 n =5 n =6 n =7 n =8 n=9 to to to to to to to to n =11 n =14 n =17 n=22 n =29 n=42 n =68. 0.85 48 51 54 58 58 80 81 82 54 88 67 60 71 72 75 0.84 45 49 53 55 57 58 CO 81 63 65 68 88 70 71 73 0.83 44 48 51 54 56 57 58 60 62 84 55 67 89 70 72 0.82 43 47 50 53 54 56 57 59 61 82 64 66 67 89 71 0.81 41 48 49 51 53 55 58 58 59 61 83 64 66 68 70 40 44 48 50 52 54 55 56 58 80 82 63 85 87 59 39 43 46 49 51 52 54 55 57 59 61 52 64 88 68 38 42 45 48 50 51 52 54 58 58 59 81 63 85 67 36 41 44 48 48 50 51 53 55 57 58 80 52 84 86 35 39 43 45 47 49 50 52 54 58 57 59 81 83 65 33 38 42 44 46 48 49 51 53 54 58 58 60 82 64 32 37 40 43 45 47 48 49 52 53 55 57 59 60 83 30 38 39 42 44 45 47 48 50 52 54 56 57 59 62 28 34 38 41 43 44 46 47 49 51 53 55 56 58 61 27 33 37 39 42 43 45 46 48 50 52 53 55 57 80 25 32 36 38 40 42 43 45 47 49 51 52 54 58 59 Values Less Than Those Shcnvn Acme Reject Quality Levels Less Than Those Specified for a 0.75 Pay Factor Note: tf the value of (P PO 100 does not correspond to a (P P,.) 10€3 value in this table, use the next smaller (Pu PL) 100 value. PW 407 04 Part04 doc [Revised March 20081 1- 06.2(2)D Quality Level Analysis The content of this section is revised and moved to the following sub sections: 1 06.2(2)D1 General The quality level calculations for HMA and other materials are completed using the formulas in Section 1- 06.2(2)D4. For HMA the definition of the "x" value used in the calculations and the definition of the upper and lower specification limit are in Section 1- 06.2(2)D2. For other materials the definition of the "x" value used in the calculations and the definition of the upper and lower specification limit are in Section 1- 06.2(2)D3. All other terms and variables are the same for all calculations. 1 06.2(2)D2 Hot Mix Asphalt x difference between an individual test value and the job mix formula (JMF) USL maximum allowable limit in Section 9- 03.8(7) LSL minimum allowable limit in Section 9- 03.8(7) 1 06.2(2)D3 Other Materials x individual test value USL upper specification limit LSL lower specification limit 1 06.2(2)D4 Quality Level Calculation The procedures for determining the quality level and pay factors for a material are as follows: 1. Determine the arithmetic mean Xm, for each specified material constituent: 5( Xm n where: E summation of x n total number test values 2. Compute the sample standard deviation, "5", for each constituent: S= n 5 0 2 5( n(n 1) PW 407 04 Part04 doc [Revised March 20081 1/2 where: 2 summation of the squares of individual test values (5x) summation of the individual test values squared 3. Compute the upper quality index, (QU), for each constituent: Qu= USL Xm S 4. Compute the lower quality index, (QL), for each constituent: Q _X m -LSL S 5. For each constituent determine Pu (the percent within the upper Specification limit which corresponds to a given Qu) from Table 1. If the USL is 100.00 percent or is not specified, Pu will be 100. For negative values of Qu, Pu is equal to 100 minus the table Pu (e.g. N 15 and Qu -0.5 will result in Pu 30). If the value of Qu does not correspond exactly to a figure in the table, use the next higher value. 6. For each constituent determine PL (the percent within the lower Specification limit which corresponds to a given QL) from Table 1. If the LSL is zero or not specified, PL will be 100. For negative values of QL, PL is equal to 100 minus the table PL. If the value of QL does not correspond exactly to a figure in the table, use the next higher value. 7. For each constituent determine the quality level (the total percent within Specification limits): Quality Level (Pu PL) 100 8. Using the quality level from step 7, determine the pay factor (PF) from Table 2 for each constituent tested. 9. Determine the Composite Pay Factor (CPF) for each lot. CPF f1(PF11 f2(PF21 fi(PFi' Efi where: fi where: j 1 -06.6 Sieves for Testing This section including title is revised to read: 1 -06.6 Vacant i =1 to j price adjustment factor listed in these Specifications for the applicable material number of constituents being evaluated SECTION 1 -07, LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC August 3, 2009 1- 07.2(2) State Sales Tax: Work on State -Owned or Private Land The following new paragraph is inserted in front of the first paragraph: State Department of Revenue Rule 170 and its related rules apply for this section. 1 07.5(1) General The following new paragraph is inserted after the first paragraph: The Contractor shall be responsible to immediately report to the Engineer any deviation from the contract provisions pertaining to environmental compliance, including but not limited to spills, unauthorized fill in waters of the State including wetlands, water quality standards, noise, air quality, etc. PW 407 04 P2rt04 rinr fRavicari Marrh 7MR1 1- 07.5(2) State Department of Fish and Wildlife The following new numbered item is inserted after number 8.: 9. Immediately notify the Engineer and stop all work causing impacts, if at any time, as a result of project activities, fish are observed in distress, or a fish kill occurs. 1 07.5(3) State Department of Ecology Number 4. is supplemented with the following: These include, but are not limited to petroleum products, hydraulic fluid, fresh concrete, sediments, sediment -laden water, chemicals, paint, solvents, or other toxic or deleterious materials. 1 07.8 High Visibility Apparel This section is revised to read: The Contractor shall require all personnel under their control (including service providers, Subcontractors and lower tier Subcontractors) that are on foot in the work zone and are exposed to vehicle traffic or construction equipment to wear the high visibility apparel described in this Section. The Contractor shall ensure that a competent person as identified in the MUTCD selects the appropriate high visibility apparel suitable for the job -site conditions. High visibility garments shall always be the outermost garments. High visibility garments shall be in a condition compliant with the ANSI 107 -2004 and shall be used in accordance with manufacturer recommendations. This section is supplemented with the following new sub sections. 1 07.8(1) Traffic Control Personnel All personnel performing the Work described in Section 1 -10 (including traffic control supervisors, flaggers, spotters, and others performing traffic control labor of any kind), shall comply with the following: 1. During daylight hours with clear visibility, workers shall wear a high visibility ANSI /ISEA 107 -2004 Class 2 or 3 vest or jacket, and hardhat meeting the high visibility headwear requirements of WAC 296 -155 -305; and 2. During hours of darkness (1/2 -hour before sunset to 1/2 -hour after sunrise) or other low visibility conditions (snow, fog, etc.), workers shall wear a high visibility ANSI /ISEA 107 -2004 Class 2 or 3 vest or jacket, high visibility lower garment meeting ANSI /ISEA 107 -2004 Class E, and hardhats meeting the high visibility headwear requirements of WAC 296- 155 -305. 1 07.8(2) Non Traffic Control Personnel All personnel, except those performing the Work described in Section 1 -10, shall wear high visibility apparel meeting the ANSI /ISEA 107 -2004 Class 2 or 3 standard. 1 07.9(1) General The following new paragraph is inserted to follow the sixth paragraph: PW 407 04 Part04 doc (Revised March 20081 The Contractor shall ensure that any firm (Supplier, Manufacturer, or Fabricator) that falls under the provisions of RCW 39.12 because of the definition "Contractor" in WAC 296 -127- 010, complies with all the requirements of RCW 39.12. This section is supplemented with the following: Listing Recovery Act (and Other) New Hire Opportunities With the Employment Security Department There are many talented people currently unemployed. As the signs on Contracting Agency projects advertise the Recovery Act is about creating jobs and putting people back to work. As a companion effort the Employment Security Department has been charged with giving people the opportunity to compete for these jobs. Their tool for doing so is WorkSource. WorkSource is a free service located across the State that screens, shortlists and refers qualified candidates. WorkSource employees are aware that the Contractor has other commitments as part of general business practices and as part of the Contract. Contractors may be subject to hiring commitments such as Equal Employment Opportunity or union commitments. However, utilizing WorkSource can be an essential effort as part of their various good faith efforts. WorkSource is a resource that is available across the State. Contractors who have been awarded WSDOT Contracts shall be prepared to discuss their recruitment plans and how WorkSource will be incorporated into that effort at the preconstruction conference. WorkSource has a simple process for requesting and reporting new hires. The Contractor may contact the ARRA Business Unit at 877- 453 -5906 (toll free) or ARRA @esd.wa.gov. There is additional information available on the website; https:// fortress.wa.gov /esd /worksource 1 07.15 Temporary Water Pollution /Erosion Control This section is supplemented with the following: Stormwater or dewatering water that has come in contact with concrete rubble, concrete pours, or cement treated soils shall be maintained to pH 8.5 or less before it is allowed to enter waters of the state. If pH exceeds 8.5, the Contractor shall immediately discontinue work and initiate treatment according to the plan to lower the pH. Work may resume, with treatment, once the pH of the stormwater is 8.5 or less or it can be demonstrated that the runoff will not reach surface waters. High pH process water shall not be discharged to waters of the state. Unless specific measures are identified in the Special Provisions, high pH process water may be infiltrated, dispersed in vegetation or compost, or pumped to a sanitary sewer system. Water being infiltrated or dispersed shall have no chance of discharging directly to waters of the state, including wetlands or conveyances that indirectly lead to waters of the state. High pH process water shall be treated to within a range of 6.5 to 8.5 pH units prior to infiltration to ensure the discharge does not cause a violation of groundwater quality standards. If water is pumped to the sanitary sewer, the Contractor shall provide a copy of permits and requirements for placing the material into a sanitary sewer system prior to beginning the work. Process water may be collected and disposed of by the Contractor off the project site. The Contractor shall provide a copy of the permit for an approved waste site for the disposal of the process water prior to the start of work which generates the process water. 1 07.15(1) Spill Prevention, Control and Countermeasures Plan This section is revised to read: PW 407 04 Part04 rinr FRavicarl Marrh 7MR7 The Contractor shall prepare a project- specific spill prevention, control, and countermeasures plan (SPCC Plan) that will be used for the duration of the project. The Contractor shall submit the plan to the Project Engineer no later than the date of the preconstruction conference. No on -site construction activities may commence until WSDOT accepts an SPCC Plan for the project. The term "hazardous materials as used in this Specification, is defined in Chapter 447 of the WSDOT Environmental Procedures Manual (M31 -11). Occupational safety and health requirements that may pertain to SPCC Plan implementation are contained in but not limited to WAC 296 -824 and WAC 296 -843. Implementation Requirements The SPCC Plan shall be updated by the Contractor throughout project construction so that the written plan reflects actual site conditions and practices. The Contractor shall update the SPCC Plan at least annually and maintain a copy of the updated SPCC Plan on the project site. All project employees shall be trained in spill prevention and containment, and shall know where the SPCC Plan and spill response kits are located and have immediate access to them. If hazardous materials are encountered or spilled during construction, the Contractor shall do everything possible to control and contain the material until appropriate measures can be taken. The Contractor shall supply and maintain spill response kits of appropriate size within close proximity to hazardous materials and equipment. The Contractor shall implement the spill prevention measures identified in the SPCC Plan before performing any of the following: 1. Placing materials or equipment in staging or storage areas. 2. Refueling, washing, or maintaining equipment. 3. Stockpiling contaminated materials. SPCC Plan Element Requirements The SPCC Plan shall set forth the following information in the following order: 1. Responsible Personnel Identify the name(s), title(s), and contact information for the personnel responsible for implementing and updating the plan, including all spill responders. 2. Spill Reporting List the names and telephone numbers of the federal, State, and local agencies the Contractor shall notify in the event of a spill. 3. Project and Site Information Describe the following items: A. The project Work. B. The site location and boundaries. C. The drainage pathways from the site. D. Nearby waterways and sensitive areas and their distances from the site. 4. Potential Spill Sources PW 4117 (14 Part(14 rinr. [RPvmPrl Marrh ?MRI t t t Describe each of the following for all potentially hazardous materials brought or generated on -site (including materials used for equipment operation, refueling, maintenance, or cleaning): A. Name of material and its intended use. B. Estimated maximum amount on -site at any one time. C. Location(s) (including any equipment used below the ordinary high water line) where the material will be staged, used, and stored and the distance(s) from nearby waterways and sensitive areas. D. Decontamination location and procedure for equipment that comes into contact with the material. E. Disposal procedures. 5. Pre Existing Contamination Describe any pre- existing contamination and contaminant sources (such as buried pipes or tanks) in the project area that are described in the Contract documents. Identify equipment and work practices that will be used to prevent the release of contamination. 6. Spill Prevention and Response Training Describe how and when all personnel (including refueling contractors and Subcontractors) will be trained in spill prevention, containment and response in accordance with the Plan. Describe how and when all spill responders will be trained in accordance with WAC 296 -824. 7. Spill Prevention Describe the following items: A. Spill response kit contents and location(s). B. Security measures for potential spill sources. C Secondary containment practices and structures for all containers to handle the maximum volume of potential spill of hazardous materials. D. Methods used to prevent stormwater from contacting hazardous materials. E. Site inspection procedures and frequency. F. Equipment and structure maintenance practices. G. Daily inspection and cleanup procedures that ensure all equipment used below the ordinary high water line is free of all external petroleum based products. H. Refueling procedures for equipment that cannot be moved from below the ordinary high water line. 8. Spill Response Outline the response procedures the Contractor will follow for each scenario listed below. Include a description of the actions the Contractor shall take and the specific, PW 407 04 Part04 rinr [Ravisari Marrh 7MR7 on -site, spill response equipment that shall be used to assess the spill, secure the area, contain and eliminate the spill source, and clean up and dispose of spilled and contaminated material. A. A spill of each type of hazardous material at each location identified in 4, above. B. Stormwater that has come into contact with hazardous materials. C. A release or spill of any pre existing contamination and contaminant source described in 5, above. D. A release or spill of any unknown pre- existing contamination and contaminant sources (such as buried pipes or tanks) encountered during project Work. E. A spill occurring during Work with equipment used below the ordinary high water line. If the Contractor will use a Subcontractor for spill response, provide contact information for the Subcontractor under item 1 (above), identify when the Subcontractor will be used, and describe actions the Contractor shall take while waiting for the Subcontractor to respond. 9. Project Site Map Provide a map showing the following items: A. Site location and boundaries. B. Site access roads. C. Drainage pathways from the site. D. Nearby waterways and sensitive areas. E. Hazardous materials, equipment, and decontamination areas identified in 4, above. F. Pre existing contamination or contaminant sources described in 5, above. G. Spill prevention and response equipment described in 7 and 8, above. 10. Spill Report Forms Provide a copy of the spill report form(s) that the Contractor will use in the event of a release or spill. Payment Payment will be made in accordance with Section 1 -04.1 for the following Bid item when it is included in the Proposal: "SPCC Plan lump sum. When the written SPCC is accepted by WSDOT, the Contractor shall receive 50- percent of the lump sum Contract price for the plan. PW 407 04 Part04 doc [Revised March 20081 The remaining 50- percent of the lump sum price will be paid after the materials and equipment called for in the plan is mobilized to the project. The lump sum payment for "SPCC Plan" shall be full pay for: 1. All costs associated with creating the accepted SPCC Plan. 2. All costs associated with providing and maintaining the on -site spill prevention equipment described in the accepted SPCC Plan. 3. All costs associated with providing and maintaining the on -site standby spill response equipment and materials described in the accepted SPCC Plan. 4. All costs associated with implementing the spill prevention measures identified in the accepted SPCC Plan. 5. All costs associated with updating the SPCC Plan as required by this Specification. As to other costs associated with releases or spills, the Contractor may request payment as provided for in the Contract. No payment shall be made if the release or spill was caused by or resulted from the Contractor's operations, negligence, or omissions. 1 07.16(2) Vegetation Protection and Restoration The last sentence in the first paragraph is revised to read: The Engineer will designate the vegetation to be saved and protected by a site preservation line, high visibility fencing, or individual flagging. This section is supplemented with the following new sub section: 1 07.16(2)A Wetland and Sensitive Area Protection Existing wetland and other environmentally sensitive areas, where shown in the Plans or designated by the Engineer, shall be saved and protected through the life of the Contract. When applicable, a site preservation line has been established as a boundary between work zones and sensitive environmental areas. The Contractor shall install high visibility fence as shown in the Plans or designated by the Engineer in accordance with 8- 01.3(1). The areas to be protected include critical environmental areas, buffer zones, and other areas of vegetation to be preserved. The Contractor shall keep areas identified by the site preservation lines free of construction equipment, construction materials, debris, and runoff. No access, to include but not limited to excavation, clearing, staging, or stockpiling shall be performed inside the protected area. 1 07.16(4) Archaeological and Historical Objects This section is supplemented with the following new sub section: 1 07.16(4)A Inadvertent Discovery of Human Skeletal Remains If human skeletal remains are encountered by the Contractor, they shall not be further disturbed. The Contractor shall immediately notify the Engineer of any such finds, and shall cease all work adjacent to the discovery, in an area adequate to provide for the total security and protection of the integrity of the skeletal remains. The Engineer may require the Contractor to suspend Work in the vicinity of the discovery until final determinations and removal of the skeletal remains is completed. PW 4(17 (14 Partna rinr (Qc,no.rl nn-,r,.1, nnnoi If the Engineer finds that the suspension of Work in the vicinity of the discovery increases or decreases the cost or time required for performance of any part of the Work under this Contract, the Engineer will make an adjustment in payment or the time required for the performance of the Work in accordance with Sections 1 -04.4 and 1 -08 8. 1 07.17(2) Utility Construction, Removal or Relocation by Others The first sentence in the second paragraph is revised to read: If the Contract provides notice that utility work (including furnishing, adjusting, relocating, replacing, or constructing utilities) will be performed by others during the prosecution of the Work, the Special Provisions will establish the utility owners anticipated completion. The first sentence in the third paragraph is revised to read: When others delay the Work through late performance of utility work, the Contractor shall adhere to the requirements of Section 1 -04.5. 1 07.23 Public Convenience and Safety This section is revised to read: The Contractor shall be responsible for providing adequate safeguards, safety devices, protective equipment, and any other needed actions to protect the life, health, and safety of the public, and to protect property in connection with the performance of the Work covered by the Contract. The Contractor shall perform any measures or actions the Engineer may deem necessary to protect the public and property. The responsibility and expense to provide this protection shall be the Contractor's except that which is to be furnished by the Contracting Agency as specified in other sections of these Specifications. Nothing contained in this Contract is intended to create any third -party beneficiary rights in favor of the public or any individual utilizing the Highway facilities being constructed or improved under this Contract. 1 07.23(1) Construction Under Traffic The second sentence in the second paragraph is revised to read: The Contractor shall maintain existing roads, streets, sidewalks, and paths within the project limits, keeping them open, and in good, clean, safe condition at all times. The fifth sentence in the second paragraph is revised to read: The Contractor shall also maintain roads, streets, sidewalks, and paths adjacent to the project limits when affected by the Contractor's operations. The final paragraph in this section is deleted. 1 07.23(2) Construction and Maintenance of Detours Number 1. under the first paragraph is revised to read: Detours and detour bridges that will accommodate traffic diverted from the Roadway, bridge, sidewalk or path during construction, SECTION 1 -08, PROSECUTION AND PROGRESS August 3, 2009 1 -08.1 Subcontracting Item (2) in the first sentence of the seventh paragraph is revised to read: PW 407 04 Part04 doc [Revised March 20081 (2) Delivery of these materials to the Work site in vehicles owned or operated by such plants or by recognized independent or commercial hauling companies hired by those commercial plants. 1 08.3(2)A Type A Progress Schedule This section is revised to read: The Contractor shall submit five copies of a Type A Progress Schedule no later than 10 days after the date the contract is executed, or some other mutually agreed upon submittal time. The schedule may be a critical path method (CPM) schedule, bar chart, or other standard schedule format. Regardless of which format used, the schedule shall identify the critical path. The Engineer will evaluate the Type A Progress Schedule and approve or return the schedule for corrections within 15 calendar days of receiving the submittal. 1 08.4 Prosecution of Work This section is supplemented with the following: When shown in the Plans, the first order of work on this project shall be the installation of high visibility fencing to delineate all areas for protection or restoration, as described in the Contract Installation of high visibility fencing adjacent to the roadway shall occur after the placement of all necessary signs and traffic control devices are in place in accordance with 1- 10.1(2). Upon construction of the fencing, the Contractor shall request the Engineer to inspect the fence. No other work shall be performed on the site until the Contracting Agency has accepted the installation of high visibility fencing, as described in the Contract. 1 08.5 Time for Completion The third sentence in the first paragraph is revised to read: A nonworking day is defined as a Saturday, a Sunday, a whole or half day on which the Contract specifically prohibits Work on the critical path of the Contractor's approved progress schedule, or one of these holidays: January 1, the third Monday of January, the third Monday of February, Memorial Day, July 4, Labor Day, November 11, Thanksgiving Day, the day after Thanksgiving, and Christmas Day. 1 08.6 Suspension of Work The first paragraph is revised to read: The Engineer may order suspension of all or any part of the Work if: 1. Unsuitable weather that prevents satisfactory and timely performance of the Work; or 2. The Contractor does not comply with the Contract: or 3. It is in the public interest. 1 08.7 Maintenance During Suspension The first sentence in the fourth paragraph is revised to read: If the Engineer determines that the Contractor has pursued the Work diligently before the suspension, then the Contracting Agency will maintain the temporary Roadway (and bear its cost). The fifth paragraph is revised to read: PW 407 04 Part04 rinr (Ravicarl MAarrh •MR7 The Contractor shall protect and maintain all other Work in areas not used by traffic. All costs associated with protecting and maintaining such Work shall be the responsibility of the Contractor, except those costs associated with implementing the TESC Plan according to Section 8 -01. The seventh paragraph is revised to read: After any suspension, the Contractor shall resume all responsibilities the Contract assigns for the Work. SECTION 1 -09, MEASUREMENT AND PAYMENT April 7, 2008 1 -09.9 Payments The first paragraph is supplemented with the following: For items Bid as lump sum, 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 meeting. The second sentence in the third paragraph is revised to read: Unless otherwise provided in the payment clause of the applicable Specifications, partial payment for lump sum Bid items will be a percentage of the price in the Proposal based on the Project Engineer's determination of the amount of Work performed, with consideration given to but not exclusively based on the Contractors lump sum breakdown. The third paragraph is supplemented with the following: The determination of payments under the contract will be final in accordance with Section 1- 05.1. 1 09.9(1) Retainage In the fourth paragraph, number 1, the reference to $20,000 is revised to read $35,000. SECTION 1 -10, TEMPORARY TRAFFIC CONTROL August 3, 2009 1- 10.1(2) Description The following new paragraph is inserted after the second paragraph: Unless otherwise permitted by the Contract or approved by the Project Engineer, the Contractor shall keep all existing pedestrian routes and access points (including sidewalks, paths and crosswalks) open and clear at all times. The second and third sentences in the third paragraph are revised to read: The Contractor shall erect and maintain all construction signs, warning signs, detour signs, and other traffic control devices necessary to warn and protect the public at all times from injury or damage as a result of the Contractor's operations which may occur on or adjacent to Highways, roads, streets, sidewalks or paths. No Work shall be done on or adjacent to any Traveled Way until all necessary signs and traffic control devices are in place. P1 df17 CIA Part(ld rinr (Pavicari Marrh 7(1(181 1- 10.2(1) General The second sentence in the third paragraph is revised to read: Possession of a current TCS card and flagging card by the primary and alternate TCS is mandatory. 1 10.2(1)B Traffic Control Supervisor In number 1. under the third paragraph, the reference to the book Quality Guidelines for Work Zone Traffic Control Devices is revised to Quality Guidelines for Temporary Traffic Control Devices. In number 2. under the third paragraph, the second sentence is revised to read: Traffic control devices shall be inspected at least once per hour during working hours except that Class A signs need to be checked only once a week and nighttime lighting need to be checked only once a shift. 1 10.2(2) Traffic Control Plans The first sentence in the first paragraph is revised to read: The traffic control plan or plans appearing in the Contract documents show a method of handling vehicle, bicycle and pedestrian traffic. In the third sentence of the second paragraph, the reference to "MUTCD, Part VI" is revised to MUTCD, Part 6 1 10.2(3) Conformance to Established Standards The second paragraph is revised to read: In addition to the standards of the MUTCD described above, the Contracting Agency has crashworthiness requirements for most workzone devices. The National Cooperative Highway Research Project (NCHRP) Report 350 has established requirements for crash testing. Workzone devices are divided into four categories. Each of those categories is described below: In the paragraph that begins with "Category 2 the second sentence is revised to read: Examples of this class are barricades, portable sign supports and signs. 1 10.3(1) Traffic Control Labor The second paragraph is revised to read: Vests and other high visibility apparel shall be in conformance with Section 1 -07.8. 1 10.3(1)A Flaggers and Spotters The following is inserted after the fifth sentence of the second paragraph: Flagger station illumination shall meet the requirements of the MUTCD and these specifications. The Contractor shall provide portable lighting equipment capable of sufficiently illuminating a flagger and their station without creating glare for oncoming motorists, yet will meet the mobility requirements of the operation. The lighting stations shall be located on the same side of the roadway as the flagger and aimed either parallel or perpendicular to the traveled lanes to minimize glare. The lighting devices shall be located 5 to 10 feet from the edge of the travel PW 407 04 Part04 dor. fRPvisPri Marrh 7(1!151 lane with a mounting height of 15 to 25 ft above the ground. The flagger should be visible and discernable as a flagger from a distance of 1000 feet. The fourth sentence of the fourth paragraph is revised to read: The duties of a spotter shall not include flagging and the use of a flagging paddle while performing spotting duties is not allowed. 1 10.3(2)B Rolling Slowdown The first two paragraphs are deleted and replaced with the following: Rolling slowdown traffic control operations are not to be used for routine work that can be addressed by standard lane or shoulder closure traffic control. When a short-term roadway closure is needed for an infrequent, non repetitive work operation such as a sign bridge removal, or utility wire crossing, the Contractor may implement a rolling slowdown on a multi- lane roadway, as part of an approved traffic control plan. The Contractor shall submit for approval a traffic control plan detailing the expected delay time, interchange ramp control and rolling slowdown distance. A portable changeable message sign shall be placed ahead of the starting point of the traffic control to warn traffic of the slowdown. The sign shall be placed far enough ahead of the Work to avoid any expected backup of vehicles. A rolling slowdown shall use traffic control vehicles with flashing amber lights. At least one traffic control vehicle will be used for every two lanes to be slowed, plus a control vehicle will serve as a following (chase) vehicle for traffic ahead of the blockade. The traffic control vehicles shall enter the roadway and form a moving blockade to reduce traffic speeds and create a clear area ahead of the blockade in which to accomplish the work without a total stoppage of traffic. 1 10.3(2)C Lane Closure Setup/Takedown The following is inserted in front of item 1. of the first paragraph: A portable changeable message sign shall be established in advance of the operation, far enough back to provide warning of both the operation and of any queue of traffic that has formed during the operation. The second paragraph is revised to read: Once the lane is closed, the TMA/arrow board combination shall be replaced with an arrow board without attenuator. The second sentence of the third paragraph is revised to read: A truck mounted attenuator with arrow board is required during the process of closing each additional lane and is to be replaced with an arrow board without attenuator after the lane is closed. 1 10.3(2)D Mobile Operations The first sentence of the first paragraph is revised to read: Where construction operations are such that movement along the length of a Roadway is continuous or near continuous to the extent that a stationary traffic control layout will not be effective, the Contractor may implement a moving, or mobile, traffic control scheme. PW 407 04 Part04 doc [Revised March 20081 1- 10.3(3)A Construction Signs The third paragraph is revised to read: All existing signs, new permanent signs installed under this Contract, and construction signs installed under this Contract that are inappropriate for the traffic configuration at a given time shall be removed or completely covered in accordance with Section 8- 21.3(3). The seventh sentence of the fourth paragraph is revised to read: Class B construction signs are those signs that are placed and removed daily, or are used for short durations which may extend for one to three days: The fourth paragraph is supplemented with the following: Tripod mounted signs in place more than three days in any one location, unless approved by the Engineer, shall be required to be post mounted and shall be classified as Class A construction signs. The fifth paragraph is revised to read: Where it is necessary to add weight to signs for stability, sand bags or other similar ballast may be used but the height shall not be more than 4- inches above the Roadway surface, and shall not interfere with the breakaway features of the device. The Contractor shall follow the manufacturer's recommendations for sign ballasting. 1 10.3(3)B Sequential Arrow Signs The second and third sentences of the first paragraph are deleted. 1 10.3(3)C Portable Changeable Message Sign The second sentence of the first paragraph is deleted. 1 10.3(3)D Barricades The second paragraph is revised to read: Where it is necessary to add weight to barricades for stability, sand bags or other similar ballast may be used but the height shall not be more than 4- inches above the Roadway surface and shall not interfere with the breakaway features of the device. The Contractor shall follow the manufacturer's recommendation for sign ballasting. 1 10.3(3)E Traffic Safety Drums The second paragraph is revised to read: Used drums may be utilized, provided all drums used on the project are of essentially the same configuration and the devices conform to Section 1- 10.2(3). 1 10.3(3)G Traffic Cones This section including title is revised to read: 1 10.3(3)G Traffic Cones and Tall Channelizing Devices Where shown on an approved traffic control plan or where ordered by the Engineer, the Contractor shall provide, install and maintain traffic cones or tall channelizing devices. Cones and tall channelizing devices shall be kept in good repair and shall be removed immediately when directed by the Engineer. Where wind or moving traffic frequently displaces cones, an effective method of stabilizing them, such as stacking two together at each location, shall be employed or heavier weighted bases may be necessary. PW 407 04 Part04 rinr fRavicari ?Aarrh 7nnt1 1- 10.3(3)J Truck Mounted Attenuator This section is supplemented with the following: A TMA may be used in lieu of a temporary impact attenuator when approved by the Engineer as part of a stage traffic control shift to protect an object such as blunt barrier end, or bridge pier column that is located within the work zone clear zone. This use of a TMA is restricted to a maximum of 3 days or approved extension by the Engineer. 1 10.3(3)K Portable Temporary Traffic Control Signal The first paragraph is revised to read: Where shown on an approved traffic control plan, the Contractor shall provide, operate, maintain and remove a portable temporary traffic control signal system to provide alternating one -lane traffic operations on a two -way facility. A portable temporary traffic control signal system shall be defined as two traffic control units that operate together. The system shall be trailer mounted, fully self- contained and designed so that it can be easily transported and deployed at different locations. The third sentence in the second paragraph is deleted. The following is inserted in front of the sixth paragraph: The Traffic Control Supervisor shall monitor and insure that the Portable Temporary Traffic Control Signal is fully operational and maintained as specified by the manufacturer. This Work may include cleaning and replacing lamps and other routine maintenance as needed. 1 10.4(2) Item Bids with Lump Sum for Incidentals The unit of measurement statement for "Portable Changeable Message Sign" is revised to read: "Portable Changeable Message Sign" will be measured by the hour for the time that each sign is operating as shown on an approved Traffic Control Plan. The unit of measurement statement for "Operation of Portable Changeable Message Sign" is deleted. The unit of measurement statement for "Portable Temporary Traffic Control Signal" is revised to read: No specific unit of measurement will apply to the lump sum item of "Portable Temporary Traffic Control Signal 1 10.5(1) Lump Sum Bid for Project (No Unit Items) This section is revised to read: "Project Temporary Traffic Control 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, except for costs compensated by Bid Proposal items inserted through Contract Provisions as described in Section 1- 10.4(3). 1 10.5(2) Item Bids with Lump Sum for Incidentals The unit of measure for "Portable Changeable Message Sign" is revised to "per hour". PIA/ df17 fld Partfl t rinr fRavicari Marrh 7nnim The bid item "Operation of Portable Changeable Message Sign" and the associated paragraph are deleted. The unit of measure for the bid item "Portable Temporary Traffic Control Signal," is revised to lump sum. The paragraph following "Portable Temporary Traffic Control Signal," is revised to read: The lump sum Contract price shall be full compensation for all costs of labor, materials and equipment incurred by the Contractor in performing the Contract Work as described in Section 1- 10.3(3)K, including all costs for traffic control during manual control, adjustment, malfunction, or failure of the portable traffic control signals and during replacement of failed or malfunctioning signals. SECTION 2 -01, CLEARING, GRUBBING, AND ROADSIDE CLEANUP April 7, 2008 2- 01.3(1) Clearing Item 3 .is deleted. The first sentence in Item 4. is revised to read: Follow these requirements for all stumps that will be buried deeper than 5 -feet from the top, side, or end surface of the embankment or any structure: 2 01.3(2) Grubbing Item 2. e, is revised to read: Upon which embankments will be placed except stumps may be close -cut or trimmed as allowed in Section 2- 01.3(1) item 4. SECTION 2 -02, REMOVAL OF STRUCTURES AND OBSTRUCTIONS April 7, 2008 2- 02.3(3) Removal of Pavement, Sidewalks, Curbs, and Gutters The first sentence in 3. is supplemented with the following: For removal of bituminous pavement, asphalt planing equipment may be used in lieu of sawcutting provided that a clean vertical edge remains. SECTION 2 -03, ROADWAY EXCAVATION AND EMBANKMENT January 7, 2008 2 -03.1 Description The first sentence in the first paragraph is revised to read: The Work described in this section, regardless of the nature or type of the materials encountered, includes excavating and grading the Roadway, excavating in borrow pits, excavating below grade, excavating channels and ditches, removing slide material, and disposing of all excavated material. 2 03.3(3) Excavation Below Grade The section title is revised to read: PW 407 04 Part04 rinr fRPViRPri PAarrh 9f1f1111 2- 03.3(3) Excavation Below Subgrade The first sentence in the fifth paragraph is revised to read: Compaction. If the density of the natural earth under any area of the Roadway is less than that required in Section 2- 03.3(14)C, Method B, the Engineer may order the Contractor to perform any or all of the following: 2 03.3(14)M Excavation of Channels This section including title is revised to read: 2 03.3(14)M Excavation of Channels and Ditches Channel Excavation: Open excavations 8 -feet or more wide at the bottom, but excludes channels that are part of the Roadway. Ditch Excavation: Open excavations less than 8 -feet wide at the bottom, but excludes ditches that are part of the Roadway. Before excavating channels or ditches, the Contractor shall clear and grub the area in accordance with Section 2 -01. 2 03.4 Measurement The first sentence in the first paragraph is revised to read: Roadway excavation, channel excavation, ditch excavation, unsuitable foundation excavation, and common borrow items will be measured by the cubic yard. The fourth sentence in the first paragraph is revised to read: For Roadway excavation, channel excavation and ditch excavation items, the original ground will be compared with the planned finished section shown in the Plans. 2 03.5 Payment The first paragraph is supplemented with the following: "Channel Excavation per cubic yard. "Channel Excavation Incl. Haul per cubic yard. "Ditch Excavation per cubic yard. "Ditch Excavation Incl. Haul per cubic yard. The first sentence in the second paragraph is revised to read: The unit Contract price per cubic yard for "Roadway Excavation "Roadway Excavation Incl. Haul "Roadway Excavation Area "Roadway Excavation Incl. Haul Area "Channel Excavation "Channel Excavation Incl. Haul "Ditch Excavation" and "Ditch Excavation Incl. Haul" shall be full compensation for all costs incurred for excavating, loading, placing, or otherwise disposing of the material. The second paragraph is supplemented with the following: When a bid item is not included in the proposal for channel excavation or ditch excavation all costs shall be included in roadway excavation. The third paragraph is revised to read: P \A/ d(17 LI Par+114 rinr. fRcvncari M arrrh 7M3:21 When the Engineer orders Work according to Section 2- 03.3(3), unit Contract prices shall apply, unless the Work differs materially from the excavation above Subgrade, then payment will be in accordance with Section 1 -04.4. SECTION 2 -10, DITCH EXCAVATION January 7, 2008 This section is deleted in its entirety. The section title is revised to read: 2 -10 VACANT SECTION 5 -01, CEMENT CONCRETE PAVEMENT REHABILITATION August 3, 2009 All references in this division to "Engineer" are revised to "Project Engineer". 5 01.2 Materials The first sentence is revised to read: Materials shall meet the following requirements of the following sections: Reinforcing Steel is deleted from the materials list in the first paragraph. The section for Subsealing is deleted. 5 01.3(1)A Concrete Mix Design for Concrete Patching Materials This section including title is revised to read: 5 01.3(1)A Concrete Mix Designs The Contractor shall use either concrete patching materials or Portland cement concrete for the rehabilitation of cement concrete pavement. Concrete patching materials shall be used for spall repair and dowel bar retrofitting and may be used for concrete panel replacement; Portland cement concrete is only allowed for concrete panel replacement. This section is supplemented with the following sub sections: 5 01.3(1)A1 Concrete Patching Materials 1. Materials. The prepackaged concrete patching material shall conform to Section 9 -20. The aggregate extender shall conform to Section 9- 03.1(4), AASHTO Grading No. 8. 2. Submittals and Mix approval. The Contractor shall use the Manufacturer's recommended proportions for the mix design to be submitted to the Project Engineer for the concrete patching material. The Contractor's submittal shall include the mix proportions of the prepackaged concrete patching material, water, aggregate extender, and the proposed sources for all aggregates. If not approved for use on the QPL, submit test data indicating compliance with Section 9 -20. 5 01.3(1)A2 Portland Cement Concrete Portland cement concrete shall meet the requirements of Sections 5- 05.3(1) and 5- 05.3(2) and be air entrained with a design air content of 5.5 5 01.3(1)B Equipment The third paragraph (Air Compressors) is deleted. The fifth paragraph (All equipment) is deleted. Pw am Rd p1/2,+nn ro,.,,.-,,+ I\ '1,...,3. „r'r' The section for Subsealing is deleted. 5- 01.3(2)A Concrete Patching Material This section is revised to read: Acceptance shall be based on field verification of the prepackaged patching material, and that the amount of added water and aggregate extender complies with the mix design. 5- 01.3(2)B Portland Cement Concrete The third sentence in the third paragraph is deleted. The third paragraph is supplemented with the following: The lower Specification limit for Air Content shall be 3.0- percent, and the upper Specification limit for Air Content shall be 7.0- percent. The lower Specification limit for compressive strength shall be 1200 -psi less than that established in the mix design as the arithmetic mean of the 5 sets of 28 -day compressive strength cylinders, or 3000 -psi, whichever is higher. These compressive strength cylinders are to be cast at the same time as the flexural beams that were used to prequalify the mix design under Section 5- 05.3(1). There is no upper Specification limit for 28 -day compressive strength. The portion of this section dealing with Rejection of Concrete is moved to the following sub section: 5- 01.3(2)B1 Rejection of Concrete Rejection by the Contractor: The Contractor may, prior to sampling, elect to remove any defective material and replace it with new material at no expense to the Contracting Agency. The replacement material will be sampled, tested and evaluated for acceptance. Rejection without Testing: The Project Engineer may reject any load that appears defective prior to placement. Material rejected before placement shall not be incorporated into the pavement. No payment will be made for the rejected materials unless the Contractor requests that the rejected material be tested. If the Contractor elects to have the rejected materials tested, a sample will be taken and both the air content and strength shall be tested by WSDOT. Payment for rejected material will be based on the results of the one sample, which was taken and tested. If the rejected material fails either test, no payment will be made for the rejected material and in addition, the cost of sampling and testing, at the rate of $250.00 per sample shall be borne by the Contractor. If the rejected material passes both tests the mix will be compensated for at actual invoice cost and the cost of the sampling and testing will borne by the Contracting Agency. 5- 01.3(3) Subsealing This section including title is revised to read: 5- 01.3(3) Vacant 5- 01.3(4) Replace Portland Cement Concrete Panel The first paragraph is revised to read: Curing, cold weather Work, concrete pavement construction in adjacent lanes, and protection of pavement shall meet the requirements of Section 5- 05.3(13) through Section 5- 05.3(15). The reference to "epoxy coated" in the third paragraph is deleted. PW 407_04 Part04 doc [Revised March 2008] Under Placement tolerances for tie bars the second number 4 is revised to read: 4. Backfilling and compacting crushed surfacing base course. The last paragraph on page 5 -5 of the Standard Specifications is revised to read: The Contractor shall place a bond breaking material such as polyethylene film, roofing paper or other material as approved by the Engineer along all existing concrete surfaces and between the bottom of the slab and treated bases prior to placing concrete. The second to the last paragraph of this section is deleted. 5 01.3(5) Partial Depth Spall Repair The second paragraph is revised to read: A vertical saw cut shall be made to a minimum depth of 2.0- inches around the area to be patched as marked by the Engineer. The Contractor shall remove material within the perimeter of the saw cut to a depth of 2.0- inches, or to sound concrete as determined by the Engineer. The surface patch area shall be sand blasted and all loose material removed. All sandblasting residue shall be removed using dry oil -free air. The fourth paragraph is revised to read: Spall repair shall not be done in areas where dowel bars are encountered. The fifth paragraph is revised to read: When a partial depth repair is placed directly against an adjacent longitudinal joint a bond breaking material such as polyethylene film, roofing paper or other material as approved by the Engineer shall be placed between the existing concrete and the area to be patched. 5 01.3(6) Dowel Bar Retrofit The reference to "epoxy coated" in the second to the last paragraph of this section is deleted. 5 01.3(10) Pavement Smoothness The second paragraph is supplemented with the following: The smoothness perpendicular to the centerline will be measured with a 10 foot straight edge within the lanes. There shall be no vertical elevation differences of more than a 1 /4 inch between lanes. 5 01.4 Measurement This section is revised to read: Replacement cement concrete panels will be measured by the square yard, based on the actual width and length of the surface area placed. Retrofit dowel bars will be measured per each for the actual number of bars used in the completed Work. No specific unit of measure will apply to the force account item of Partial Dept Spall Repair. PW 407 04 Part04.doc (Revised March 20081 Sealing Existing Concrete Random Cracks will be measured by the linear foot, measured along the crack sealed. Sealing Transverse and Longitudinal Joints will be measured by the linear foot, measured along the line of the completed joint. Cement concrete pavement grinding will be measured by the square yard, based on the actual width and length of area ground. Extra passes to meet the Specifications or overlaps will not be measured. No specific unit of measure.. will apply to the force account item "Replace Uncompactable Material 5 01.5 Payment The bid item "Testing Cement Concrete Pavement Slabs For Subsealing" and the associated paragraph are deleted. The bid item "Drill Hole For Subsealing" is deleted. The bid item "Pavement Subseal" is deleted. SECTION 5 -02, BITUMINOUS SURFACE TREATMENT August 3, 2009 In regards to sieve sizes, all references in this division to "U.S" and "Square" are deleted. 5 02.3(3) Application of Asphalt Emulsion and Aggregate The chart following the first paragraph is revised to read: Application Rate Undiluted Asphalt Emulsion Aggregate Aggregates (gal.per sq. yd.) Applied Size (lbs. per sq. yd.) Applied New Construction Prime Coat 0.35 -0.65 1/2- No. 4 25 -45 or 3 /a /2 Seal Coat 0.35 -0.60 1/2- No. 4 25 -40 Choke Stone N/A No. 4 -0 4 -6 Seal Coats n -inch No. 4 0.40 -0.65 a- No. 4 25 -45 Choke Stone No. 4 -0 4 -6 1 /2 -inch No. 4 0.35 -0.55 1/2- No. 4 20 -35 Choke Stone No. 4 -0 4 -6 p-inch No. 4 0.35 -.55 a- No. 4 20 -30 a -inch No 0.20 -0.40 a- No. 10 18 -30 10 I Choke Stone I N/A I No. 4 -0 I 4 -6 P \A/ A117 fld Partfld rinr (Ravicari RAarrh 9nnRi Pavement Sealing Grade Diluted /Undiluted Application Rate (gal /sy) CSS -1 or Diluted One Part Water, One 0.10 -0.18 CSS-lh Part Emulsion CSS -1 or Undiluted 0.05 -0.09 CSS1h The second sentence in the second paragraph is revised to read: The second application of asphalt emulsion (seal coat) shall be applied the next day, or as approved by the Project Engineer. The eleventh paragraph and the chart following the eleventh paragraph are revised to read: Before application to the Roadway, asphalt emulsion shall be heated to the following temperatures or that recommended by the manufacturer. Distributor Temperature Min. °F Max. °F Type and Grade of Asphalt Emulsion New Construction and Seal Coats: CRS -1, CRS -2, CRS -2P 125 CMS -2, CMS -2S, CMS -2h 125 Fog Seal: CSS -1, CSS -1 h 70 140 195 185 The twelfth paragraph is revised to read: Before application of the fog seal all surfaces shall be thoroughly cleaned of dust, soil, pavement grindings, and other foreign matter. The fog seal shall be CSS -1 or CSS -1 h emulsified asphalt uniformly applied to the pavement. The finished application shall be free of streaks and bare spots. The emulsified asphalt may be diluted at a rate of one part water to one part emulsified asphalt unless otherwise directed by the Project Engineer. 5 02.3(4) Change in Grades of Asphalt Emulsion This section including title is revised to read: 5- 02.3(4) Vacant 5- 02.3(10) Unfavorable Weather Item 2. under the second paragraph is revised to read: 2. The surface temperature shall be not more than 130 °F or as otherwise determined by the Project Engineer. Item 4. under the second paragraph is revised to read: 4. Construction of bituminous surface treatments shall not be carried out before May 1 or after August 31 of any year except upon written order of the Project Engineer. PMA/ A 11 nn D.,, -inn m....:,...a g.___'- SECTION 5 -04, HOT MIX ASPHALT August 3, 2009 5 -04.1 Description The first paragraph is supplemented with the following: The manufacture of HMA may include warm mix asphalt (WMA) processes in accordance with these Specifications. WMA processes include organic additives, chemical additives and foaming. 5 04.2 Materials The first paragraph is supplemented with the following: Warm Mix Asphalt Additive Recycled Asphalt Pavement 9 -02.5 9- 03.8(3)B The second sentence in the third paragraph is revised to read: If utilized, the amount of RAP shall not exceed 20- percent of the total weight of the HMA. The following is inserted after the fourth sentence in the fourth paragraph: The substituted asphalt binder shall not exceed a one grade change for either of the design temperatures with a minimum pavement design temperature no lower than minus 28° C. The following paragraph is inserted after the fourth paragraph: The Contractor may use Warm Mix Asphalt (WMA) processes in the production of HMA. The Contractor shall submit to the Engineer for approval the process that is proposed and how it will be used in the manufacture of HMA. The reference to "pavement" in the fifth paragraph is revised to "HMA 5- 04.3(1) HMA Mixing Plant The following item is inserted to follow item 2: 3. Heating of Asphalt Binder. The temperature of the asphalt binder shall not exceed the maximum recommended by the asphalt binder manufacturer. The asphalt binder shall be heated in a manner that will avoid local variations in heating. The heating method shall provide a continuous supply of asphalt binder to the mixer at a uniform average temperature with no individual variations exceeding 25 °F. Also, when a WMA additive is included in the asphalt binder the temperature of the asphalt binder shall not exceed the maximum recommended by the manufacturer of the WMA additive. Existing items 3. and 4. are renumbered to items 4. and 5. respectively. 5 04.3(3) Hot Mix Asphalt Pavers The following is inserted at the beginning of the second paragraph: Prior to the use of any HMA paver the Contractor shall certify the paver is equipped with the most current equipment available from the manufacturer for the prevention of the segregation of the coarse aggregate particles. The certification shall list the make, model and year of the paver and any equipment that has been retrofitted to the paver. The third paragraph is deleted. PW 407 04 Part04 doc [Revised March 20081 All references to "Engineer" in the seventh paragraph are revised to "Project Engineer". This section is supplemented with the following sub section: 5 04.3(3)A Material Transfer DeviceNehicle Direct transfer of HMA from the hauling equipment to the paving machine will not be allowed in the top 0.30 feet of the pavement section of hot mix asphalt (HMA) used in traffic lanes with a depth of 0.08 feet or greater. A material transfer device or vehicle (MTDN) shall be used to deliver the HMA from the hauling equipment to the paving machine. HMA placed in irregularly shaped and minor areas such as road approaches, tapers and turn lanes are excluded from this requirement. The MTDN shall mix the HMA after delivery by the hauling equipment and prior to laydown by the paving machine. Mixing of the HMA shall be sufficient to obtain a uniform temperature throughout the mixture. If a windrow elevator is used, the length of the windrow may be limited in urban areas or through intersections, at the discretion of the Project Engineer. 5 04.3(4) Rollers All references to "Engineer" in this section are revised to "Project Engineer". 5 04.3(5)A Preparation of Existing Surfaces The reference to "will" in the third sentence of the second paragraph is revised to "shall 5 04.3(5)C Crack Sealing The reference to "U.S. No. 4 -0" in the first sentence of the second paragraph is revised to "No. 4- 0" 5 04.3(5)E Pavement Repair This section is revised to read: The Contractor shall excavate pavement repair areas and shall backfill these with HMA in accordance with the details shown in the Plans and as staked. The Contractor shall conduct the excavation operations in a manner that will protect the pavement that is to remain. Pavement not designated to be removed that is damaged as a result of the Contractor's operations shall be repaired by the Contractor to the satisfaction of the Project Engineer at no cost to the Contracting Agency. The Contractor shall excavate only within one lane at a time unless approved otherwise by the Project Engineer. The Contractor shall not excavate more area than can be completely finished during the same shift. The Project Engineer will determine the excavation depth, which may vary up to 1 -foot. The determination will depend on the location of material suitable for support of the pavement. The minimum width of any pavement repair area shall be 3 -feet unless shown otherwise in the Plans. Before any excavation, the existing pavement shall be sawcut or shall be removed by a pavement grinder. Excavated materials will become the property of the Contractor and shall be disposed in a Contractor provided site off the Right of Way or used in accordance with Sections 2- 02.3(3) or 9- 03.21. Asphalt for tack coat shall be required as specified in Section 5- 04.3(5)A. A heavy application of tack coat shall be applied to all surfaces of existing pavement in the pavement repair area. Placement of the HMA backfill shall be accomplished in lifts not to exceed 0.35 -foot compacted depth. Each lift shall be thoroughly compacted by a mechanical tamper or a roller. 5 04.3(6) Heating of Asphalt Binder This section including title is revised to read: PW 40704 Part04 doc [Revised March 20081 5- 04.3(6) Vacant 5- 04.3(7)A Mix Design The content of this section is revised and moved to the following sub sections: 5 04.3(7)A1 General The Contractor shall develop a mix design prior to the initial production of HMA and prior to the production of HMA each calendar year thereafter. The mix design aggregate structure and asphalt binder content shall be determined in accordance with WSDOT Standard Operating Procedure 732 and meet the requirements of Sections 9- 03.8(2) and 9- 03.8(6). Mix designs that were developed during the calendar year prior to current year's production of HMA that have been issued a WSDOT mix design report will be accepted provided the Contractor submits a certification letter stating that the aggregate and asphalt binder have not changed. Changes to aggregate that may require a new mix design include the source of material or a change in the percentage of material from a stockpile greater than 5- percent. Changes to asphalt binder that may require a new mix design include the source of the crude petroleum supplied to the refinery, the refining process and additives or modifiers in the asphalt binder. 5 04.3(7)A2 Statistical or Nonstatistical Evaluation Mix designs for HMA accepted by statistical and nonstatistical evaluation shall be submitted to the Project Engineer on DOT form 350 -042. For a mix design that was originally developed for another WSDOT contract the Contractor shall also submit DOT form 350 -041 and include all changes to the job mix formula that have been approved on other contracts. The Contractor shall submit representative samples of the mineral materials that are to be used in the HMA production. The Contracting Agency will use these samples to conduct verification testing of the mix design in accordance with WSDOT Standard Operating Procedure 732 and to determine anti -strip requirements, if any, in accordance with WSDOT test method T 718. Verification testing of HMA mix designs proposed by the Contractor that include RAP will be completed without the inclusion of the RAP. Submittal of RAP samples is not required. A mix design report will be provided within 25- calendar days after a mix design submittal has been received in the State Materials Laboratory in Tumwater. No paving shall begin prior to issuance of the mix design report or reference mix design report for that year. 5 04.3(7)A3 Commercial Evaluation Mix designs for HMA accepted by commercial evaluation shall be submitted to the Project Engineer on DOT form 350 -042; only the first page is required. Verification of the mix design by the Contracting Agency is not required. The Project Engineer will determine anti -strip requirements for the HMA. Paving shall not begin before the anti -strip requirements have been provided to the Contractor. For commercial HMA, the Contractor shall select a class of HMA and design level of Equivalent Single Axle Loads (ESAL's) appropriate for the required use. 5 04.3(8) Mixing The second paragraph is revised to read: When discharged, the temperature of the HMA shall not exceed the optimum mixing temperature by more than 25 °F as shown on the mix design or reference mix design report or as approved by the Engineer. Also, when a WMA additive is included in the manufacture of HMA the discharge temperature of the HMA shall not exceed the maximum recommended by the manufacturer of the WMA additive. A maximum water content of 2- percent in the mix, at discharge, will be allowed providing the water causes no problems with handling, stripping, or flushing. If the water in the HMA causes any of these problems, the moisture content shall be reduced as directed by the Project Engineer. PW 407 04 Part04 doc (Revised March 20081 This section is supplemented with the following: Recycled asphalt pavement (RAP) utilized in the production of HMA shall be sized prior to entering the mixer so that a uniform and thoroughly mixed HMA is produced. If there is evidence of the recycled asphalt pavement not breaking down during the heating and mixing of the HMA, the Contractor shall immediately suspend the use of the RAP until changes have been approved by the Project Engineer. 5 04.3(8)A Acceptance Sampling and Testing HMA Mixture The content of this section is revised and moved'to the following sub sections: 5 04.3(8)A1 General Acceptance of HMA shall be as provided under statistical, nonstatistical or commercial evaluation. Acceptance of HMA by statistical evaluation is administered under the provisions of Section 5- 04.5(1) Quality Assurance Price Adjustments. Statistical evaluation will be used for a class of HMA when the Proposal quantities for that class of HMA exceed 4,000 -tons. Nonstatistical evaluation will be used for the acceptance of HMA when the Proposal quantities for a class of HMA are 4,000 -tons or less. Commercial evaluation will be used for Commercial HMA and for other classes of HMA in the following applications: sidewalks, road approaches, ditches, slopes, paths, trails, gores, prelevel, and pavement repair. Other nonstructural applications of HMA accepted by commercial evaluation shall be as approved by the Project Engineer. Sampling and testing of HMA accepted by commercial evaluation will be at the option of the Project Engineer. The Proposal quantity of HMA that is accepted by commercial evaluation will be excluded from the quantities used in the determination of statistical and nonstatistical evaluation. The mix design will be the initial JMF for the class of HMA. The Contractor may request a change in the JMF. Any adjustments to the JMF will require the approval of the Project Engineer and may be made in accordance with Section 9- 03.8(7). 5 04.3(8)A2 Aggregates For HMA accepted by statistical evaluation the gradation of aggregates will be included in the statistical calculations. The acceptance criteria for aggregate properties of sand equivalent, uncompacted void content and fracture will be their conformance to the requirements of Section 9- 03.8(2). These properties will not be included in the statistical evaluation. Sampling and testing of aggregates accepted by commercial evaluation will be at the option of the Project Engineer. 5 04.3(8)A3 Sampling The random sampling of HMA will be by WSDOT Test Method T 716. Samples for acceptance testing shall be obtained by the Contractor when ordered by the Engineer. The Contractor shall sample the HMA mixture in the presence of the Engineer and in accordance with WSDOT FOP for WAQTC /AASHTO T 168. 5 04.3(8)A4 Definition of Sampling Lot and Sublot A lot is represented by randomly selected samples that will be tested for acceptance with a maximum of 15- sublots per lot; the final lot may be increased to 25- subiots. All of the test results obtained from the acceptance samples from a given lot shall be evaluated collectively. If the Contractor requests a change to the JMF that is approved, the material produced after the change will be evaluated on the basis of the new JMF for the remaining sublots in the current lot and for acceptance of subsequent lots. For a lot in progress with a CPF less than 0.75 a new lot will begin at the Contractor's request after the Project Engineer is satisfied that material conforming to the Specifications can be produced. Sampling and testing for statistical and nonstatistical evaluation shall be performed on the frequency of one sample per sublot. The sublots shall be approximately uniform in size with a maximum sublot size of 800 -tons. The quantity of material represented by the final sublot for either statistical or nonstatistical evaluation may be increased to a maximum of 2 -times the sublot quantity calculated. Should a lot accepted by statistical evaluation contain fewer than three sublots, the HMA will be accepted in accordance with nonstatistical evaluation. 5 04.3(8)A5 Test Results The results of all acceptance testing performed in the field and the Composite Pay Factor (CPF) of the lot after three sublots have been tested will be available to the Contractor through WSDOT's website. The Contractor may request a sublot be retested. To request a retest, the Contractor shall submit a written request within 7- calendar days after the specific test results have been posted to the website. A split of the original acceptance sample will be sent for testing to either the Region Materials Laboratory or the State Materials Laboratory as determined by the Project Engineer. The split of the sample will not be tested with the same equipment or by the same tester that ran the original acceptance test. The sample will be tested for a complete gradation analysis, asphalt binder content and Va and the results of the retest will be used for the acceptance of the HMA in place of the original sublot sample test results. The cost of testing will be deducted from any monies due or that may come due the Contractor under the Contract at the rate of $250 per sample. 5 04.3(8)A6 Test Methods Testing of HMA for compliance of Va will be by WSDOT Standard Operating Procedure SOP 731. Testing for compliance of asphalt binder content will be by WSDOT FOP for AASHTO T 308. Testing for compliance of gradation will be by WAQTC FOP for AASHTO T 27/T 11. 5 04.3(8)A7 Test Section HMA Mixture For each class of HMA accepted by statistical evaluation the Contractor may request a test section to determine if the mixture meets the requirements of Sections 9- 03.8(2) and 9- 03.8(6). The test section shall be constructed at the beginning of paving and will be at least 600 -tons and a maximum of 1000 -tons or as approved by the Project Engineer. No further wearing or leveling HMA will be paved the day of or the day following the construction of the test section. The mixture in the test section will be evaluated as a lot with a minimum of 3 sublots required. 5 04.3(9) Spreading and Finishing The nominal compacted depth for HMA Class 3 /4" and HMA Class 1 /2" listed under the first paragraph is revised to read: HMA Class 3 /4" and HMA Class 1 /2" wearing course other courses 0.30 -feet 0.35 -feet 5 04.3(10)A General The second sentence in the third paragraph is revised to read: An exception shall be that pneumatic tired rollers shall be used for compaction of the wearing course beginning October 1st of any year through March 31st of the following year. rlAI nm n o.,•+nn a,,,. ro,,.ne.,.a RA.....k The sixth sentence in the third paragraph is revised to read: Rollers shall only be operated in static mode on bridge decks. 5 04.3(10)B Control The content of this section is revised and moved to the following sub sections: 5 04.3(10)B1 General HMA mixture accepted by statistical or nonstatistical evaluation that is used in traffic lanes, including lanes for ramps, truck climbing, weaving, and speed change, and having a specified compacted course thickness greater than 0.10 -foot, shall be compacted to a specified level of relative density. The specified level of relative density shall be a Composite Pay Factor (CPF) of not less than 0.75 when evaluated in accordance with Section 1 -06.2, using a minimum of 91.0- percent of the reference maximum density as determined by WSDOT FOP for AASHTO T 209. The specified level of density attained will be determined by the statistical evaluation of tests taken in accordance with FOP for WAQTC TM 8 and WSDOT SOP T 729 on the day the mix is placed (after completion of the finish rolling). Each compaction lot will be divided into sublots with a maximum of 15- sublots per lot; the final lot may be increased to 25- sublots. Sublots will be uniform in size with a maximum of approximately 80 -tons per sublot; the final sublot of the day may be increased to 120 tons. The sublot locations within each density lot will be determined by the stratified random sampling procedure conforming to WSDOT Test Method T 716. For a lot in progress with a CPF less than 0.75 a new lot will begin at the Contractor's request after the Project Engineer is satisfied that material conforming to the Specifications can be produced. HMA mixture accepted by commercial evaluation and HMA constructed under conditions other than those listed above shall be compacted on the basis of a test point evaluation of the compaction train. The test point evaluation shall be performed in accordance with instructions from the Project Engineer. The number of passes with an approved compaction train, required to attain the maximum test point density, shall be used on all subsequent paving. HMA for preleveling shall be thoroughly compacted. HMA that is used for preleveling wheel rutting shall be compacted with a pneumatic tire roller unless otherwise approved by the Engineer. 5 04.3(10)B2 Cyclic Density The Project Engineer may also evaluate the HMA for low cyclic density of the pavement in accordance with WSDOT SOP 733. Low cyclic density areas are defined as spots or streaks in the pavement that are less than 90.0- percent of the reference maximum density. Any area tested for density under Section 5- 04.3(10)B1 will be included in this evaluation. A $500 price adjustment will be assessed for any 500 -foot section with two or more density readings below 90.0- percent of the reference maximum density. 5 04.3(10)B3 Longitudinal Joint Density. The Project Engineer will evaluate the HMA wearing surface for low density at the longitudinal joint in accordance with WSDOT SOP 735. Low density is defined as less than 90.0- percent of the reference maximum density. If 1 density reading, at either longitudinal joint, is below 90.0- percent of the reference maximum density, a $200 price adjustment will be assessed for that sublot. 5 04.3(10)B4 Test Results The nuclear moisture- density gauge results of all compaction acceptance testing and the CPF of the lot after three sublots have been tested will be available to the Contractor through WSDOT's website. Determination of the relative density of the HMA with a nuclear moisture- PW 407 04 Part04 doc fRevrsed Marr:h 2nfR1 density gauge requires a correlation factor and may require resolution after the correlation factor is known. Acceptance of HMA compaction will be based on the statistical evaluation and CPF so determined. For a sublot that did not meet the minimum of 91.0- percent of the reference maximum density in a compaction lot with a CPF below 1.00 and thus subject to a price reduction or rejection, the Contractor may request that a core be used for determination of the relative density of the sublot. The relative density of the core will replace the relative density determined by the nuclear moisture density gauge for the sublot and will be used for calculation of the CPF and acceptance of HMA compaction lot. When cores are taken by the Contracting Agency at the request of the Contractor, they -shall be requested by noon of the next workday after the test results for the sublot have been provided or made available to the Contractor. The core will be taken at approximately the same location as the nuclear moisture density gauge test in the compaction sublot being challenged. Traffic control shall be provided by the Contractor as requested by the Project Engineer. Failure by the Contractor to provide the requested traffic control will result in forfeiture of the request for cores. When the CPF for the lot based on the results of the HMA cores is less than 1.00, the cost for the coring will be deducted from any monies due or that may become due the Contractor under the Contract at the rate of $200 per core and the Contractor shall pay for the cost of the traffic control. 5 04.3(11) Reject HMA The section heading is revised to read: 5 04.3(11) Reject Work The content of this section is revised and moved to the following sub sections: 5 04.3(11)A General Work that is defective or does not conform to Contract requirements shall be rejected. 5 04.3(11)B Rejection by Contractor The Contractor may, prior to sampling, elect to remove any defective material and replace it with new material. Any such new material will be sampled, tested, and evaluated for acceptance. 5 04.3(11)C Rejection Without Testing The Project Engineer may, without sampling, reject any batch, load, or section of Roadway that appears defective. Material rejected before placement shall not be incorporated into the pavement. Any rejected section of Roadway shall be removed. No payment will be made for the rejected materials or the removal of the materials unless the Contractor requests that the rejected material be tested. If the Contractor elects to have the rejected material tested, a minimum of 3 representative samples will be obtained and tested. Acceptance of rejected material will be based on conformance with the statistical acceptance Specification. If the CPF for the rejected material is less than 0.75, no payment will be made for the rejected material, and in addition, the cost of sampling and testing shall be borne by the Contractor. If the CPF is greater than or equal to 0.75 the cost of sampling and testing will be borne by the Contracting Agency. If the material is rejected before placement and the CPF is greater than or equal to 0.75, compensation for the rejected material will be at a CPF of 0.75. If rejection occurs after placement and the CPF is greater than or equal to 0.75, compensation for the rejected material will be at the calculated CPF with an addition of 25- percent of the unit Contract price added for the cost of removal and disposal. MA/ An7 ft A -1.... ro... ........1 RA......I-. •nn01 1 1 f 1 1 1 1 1 5- 04.3(11)D Lots and Sublots 5- 04.3(11)D1 A Partial Sublot In addition to the random acceptance sampling and testing, the Project Engineer may also isolate from a normal sublot any material that is suspected of being defective in relative density, gradation or asphalt binder content. Such isolated material will not include an original sample location. A minimum of 3 random samples of the suspect material will be obtained and tested. The material will then be statistically evaluated as an independent lot in accordance with Section 1- 06.2(2). 5 04.3(11)D2 An Entire Sublot An entire sublot that is suspected of being defective may be rejected. When a sublot is rejected a minimum of 2 additional random samples from this sublot will be obtained. These additional samples and the original sublot will be evaluated as an independent lot in accordance with Section 1- 06.2(2). 5 04.3(11)D3 ALot in Progress The Contractor shall shut down operations and shall not resume HMA placement until such time as the Project Engineer is satisfied that material conforming to the Specifications can be produced: a. When the Composite Pay Factor (CPF) of a lot in progress drops below 1.00 and the Contractor is taking no corrective action, or b. When the Pay Factor (PF) for any constituent of a lot in progress drops below 0.95 and the Contractor is taking no corrective action, or c. When either the PFi for any constituent or the CPF of a lot in progress is less than 0.75. 5 04.3(11)D4 An Entire Lot An entire lot with a CPF of less than 0.75 will be rejected. The designated percentage reduction as defined in Section 1- 06.2(2)B under Financial Incentive Paragraph 1, Item 3, shall be 25- percent. 5 04.3(12)A Transverse Joints The first and second sentences of the second paragraph are revised to read: A temporary wedge of HMA constructed on a 50H:1V shall be constructed where a transverse joint as a result of paving or planing is open to traffic. The HMA in the temporary wedge shall be separated from the permanent HMA by strips of heavy wrapping paper or other methods approved by the Engineer. 5 04.3(12)B Longitudinal Joints The first two paragraphs are revised to read: The longitudinal joint in any 1 course shall be offset from the course immediately below by not more than 6- inches nor less than 2- inches. All longitudinal joints constructed in the wearing course shall be located at a lane line or an edge line of the Traveled Way. On one -lane ramps a longitudinal joint may be constructed at the center of the traffic lane, subject to approval by the Project Engineer, if: 1. The ramp must remain open to traffic, or 2. The ramp is closed to traffic and a hot -lap joint is constructed. D\AI Ar,7 nn 1711,-..-441A n a. If a hot -lap joint is allowed at the center of the traffic lane, 2 paving machines shall be used; a minimum compacted density in accordance with Section 5- 04.3(10)B shall be achieved throughout the traffic lane; and construction equipment other than rollers shall not operate on any uncompacted mix. The reference to Standard Plan A -1 in the third paragraph is revised to read "Standard Plan A40.10 -00." 5 04.3(16) Weather Limitations The first sentence of the first paragraph is revised to read: HMA for wearing course shall not be placed on any Traveled Way beginning October 1st of any year through March 31st of the following year without written approval from the Project Engineer. The chart for Surface Temperature Limitation is revised to read: Surface Temperature Limitation Compacted Wearing Course Other Courses Thickness (Feet) Less than 0.10 I 55 °F I 45 °F 0.10 to 0.20 I 45 °F I 35 °F More than 0.20 I 35 °F I 35 °F 5- 04.3(21) Vacant PW 407_04 Part04 doc [Revised March 2008] I 5- 04.3(19) Sealing of Pavement Surfaces This section is revised to read: Where shown in the Plans, the Contractor shall apply a fog seal. The fog seal shall be constructed in accordance with Section 5 -02.3. Unless otherwise approved by the Project Engineer, the fog seal shall be applied prior to opening to traffic. 5 04.3(21) Asphalt Binder Revision This section including title is revised to read: 5 04.4 Measurement The measurement statement for Asphalt For Fog Seal is revised to read: Asphalt For Fog Seal will be measured by the ton as provided in Section 5 -02.4. 5 04.5 Payment The payment statement for Asphalt for Fog Seal is revised to read: Payment for "Asphalt for Fog Seal" is described in Section 5 -02.5. The reference to "item 1 B" in the payment statement for "Longitudinal Joint Density Price Adjustment" is deleted. 5 04.5(1)A Price Adjustments for Quality of HMA Mixture The table of Price Adjustment Factors is revised to read: Table of Price Adjustment Factors Constituent All aggregate passing: 11/2", 1", 3 /4 1 a" and No.4 sieves All aggregate passing No. 8 sieve All aggregate passing No. 200 sieve Asphalt binder Air Voids, Va The first sentence in the second paragraph is revised to read: A pay factor will be calculated for each sieve listed that is equal to or smaller than the maximum allowable aggregate size (100- percent passing sieve), asphalt binder and percent air voids (Va). 5 04.5(1)B Price Adjustments for Quality of HMA Compaction This section is revised to read: For each compaction control lot with one or two sublots having all sublots attain a relative density that is 91.0- percent of the reference maximum density the HMA shall be accepted at the unit Contract price with no further evaluation. When a sublot does not attain a relative density that is 91.0- percent of the reference maximum density the lot shall be evaluated in accordance with Section 1 -06.2 to determine the appropriate CPF. Additional testing by either a nuclear moisture density gauge or cores will be completed as required to provide a minimum of three tests for evaluation. For each compaction control lot with three or more sublots, a Compaction Incentive Price Adjustment Factor (CIPAF) will be determined. The CIPAF equals the algebraic difference of the CPF minus 1.00 multiplied by 40- percent. The Compaction Price Adjustment will be calculated as the product of CIPAF, the quantity of HMA in the compaction control lot in tons, and the unit Contract price per ton of mix. SECTION 5 -05, CEMENT CONCRETE PAVEMENT August 3, 2009 5 -05.2 Materials Dowel bars and the referenced section are revised to read: Corrosion Resistant Dowel Bars 9- 07.5(2) This section is supplemented with the following: Concrete Patching Material 9 -20 5 05.3(1) Concrete Mix Design for Paving Number 1. Materials is revised to read: OM/ n m nn M...4n A._ rr, et Factor "f" 2 15 20 40 20 1. Materials. Materials shall conform to Section 5 -05.2. Fine aggregate shall conform to Section 9- 03.1(2), Class 1. Coarse aggregate shall conform to Section 9- 03.1(4) AASHTO grading No. 467. An alternate combined gradation conforming to Section 9- 03.1(5) may be proposed, that has a nominal maximum aggregate size equal to or greater than a 1- -inch square sieve. The first sentence in number 2. Submittals, is revised to read: The Contractor's submittal shall include the mix proportions per cubic yard, test results from beams and cylinders and the proposed sources for all ingredients including the fly ash. The fourth sentence in number 2. Submittals, is revised to read: In addition the Contractor shall fabricate, cure, and test 5 sets of cylinders, for evaluation of 28 -day strengths, according to WSDOT FOP's for AASHTO T 22 and AASHTO T 23 using the same mix design as used in fabrication of the beams. The fifth sentence in number 2. Submittals, is deleted. The sixth sentence in number 2. Submittals, is revised to read: Mix designs submitted by the Contractor shall provide a unique identification for each proposal and shall include test data confirming that concrete made in accordance with the proposed design will meet the requirements of these Specifications and the 28 day compressive strength results. Number 3. Mix Design Modifications is revised to read: 3. Conformance to Mix Design. Cement, coarse and fine aggregate weights shall be within the following tolerances of the mix design: Portland Cement Concrete Batch Volumes I Cement I +5% I -1% Coarse 200 Pounds 200 Pounds Aggregate Fine Aggregate I 200 Pounds I 200 Pounds I If the total cementitious material weight is made up of different components, these component weights shall be within the following tolerances: 1. Portland cement weight plus 5- percent or minus 1- percent of that specified in the mix design. 2. Fly ash and ground granulated blast furnace slag weight plus or minus 5- percent of that specified in the mix design. 3. Microsilica weight plus or minus 10- percent of that specified in the mix design. Water shall not exceed the maximum water specified in the mix design. The Contractor may initiate minor adjustments to the approved mix proportions within the tolerances noted above without resubmitting the mix design. Utilizing admixtures to accelerate the set or to increase workability will be permitted only when approved by the Engineer. Only non chloride accelerating admixtures that meet the requirements of Section 9 -23.6 Admixture for Concrete, shall be used. PW 407 04 Part04 doc [Revised March 2008] The Contractor shall notify the Engineer in writing of any proposed modification. A new mix design will designate a new lot. 5 05.3(3) Equipment This section is revised to read: Equipment necessary for handling materials and performing all parts of the Work shall conform to the following requirements: 5 05.3(3)C Finishing Equipment The second sentence in the first paragraph is revised to read: On other roads and on WSDOT projects requiring less than 1000 square yards of cement concrete pavement or requiring individual placement areas of less than 1000 square yards, irregular areas, intersections and at locations inaccessible to slip -form paving equipment, cement concrete pavement may be placed with approved placement and finishing equipment utilizing stationary side forms. 5 05.3(4)A Acceptance of Portland Cement Concrete Pavement The fifth paragraph is revised to read: The point of acceptance will be per WAQTC FOP for TM 2 or at the point of discharge when a pump is used. The seventh paragraph is revised to read: For the purpose of acceptance sampling and testing, a lot is defined as having a maximum of 15 sublots that was produced for the same class of mix. The final lot may be increased to 25 sublots. All of the test results obtained from the same lot shall be evaluated collectively. The quantity represented by each sample will constitute a sublot. Sampling and testing shall be performed on a random basis at the frequency of one sample per sublot. Sublot size shall be determined to the nearest 10 -cubic yards to provide not less than three uniform sized sublots with a maximum sublot size of 500 -cubic yards. The eighth paragraph is deleted. The third sentence in the ninth paragraph is deleted. The following is inserted after the tenth paragraph: Rejection of Concrete 1. Rejection by the Contractor. The Contractor may, prior to sampling, elect to remove any defective material and replace it with new material at no expense to the Contracting Agency. Any such new material will be sampled, tested and evaluated for acceptance. 2. Rejection Without Testing. The Engineer may reject any load that appears defective prior to placement. Material rejected before placement shall not be incorporated into the pavement. No payment will be made for the rejected materials unless the Contractor requests that the rejected material be tested. If the Contractor elects to have the rejected materials tested, a sample will be taken and both the air content and strength shall be tested by WSDOT. Payment for rejected material will be based on the results of the 1 sample, which was taken and tested. If the rejected material fails either test, no payment will be made for the rejected material and in addition, the cost of sampling and testing, at the rate of $250.00 per sample shall be borne by the Contractor. If the rejected material passes both tests the mix will be PW 4f7 Ad Part(ld fine- rPo,nc 11/1 k onnoi compensated at a CPF of 1.00 and the cost of the sampling and testing will borne by the Contracting Agency. Statistical Acceptance The results of all acceptance testing performed in the field and the Composite Pay Factor (CPF) of the lot after three sublots have been tested will be available to the contractor throught WSDOT's website The 14th paragraph Rejection of Concrete and the remainder of this section is deleted and replaced with the following: Non Statistical Acceptance Concrete will be accepted based on conformance to the requirement for air content, and the compressive strength at 28 -days for sublots as tested and determined by the Contracting Agency. The lower Specification limit for Air Content shall be 3.0- percent, and the upper Specification limit for Air Content shall be 7.0- percent. The lower Specification limit for compressive strength shall be 1200 -psi less than that established in the mix design as the arithmetic mean of the 5 sets of 28 -day compressive strength cylinders, or 3000 -psi, whichever is higher. These compressive strength cylinders are to be cast at the same time as the flexural beams that were used to prequalify the mix design under Section 5- 05.3(1). Each sublot will be deemed to have met the specified compressive strength requirement when both of the following conditions are met: 1. Individual strength tests do not fall below the lower specification limit for strength by more than 12 percent or 500 -psi, whichever is least. 2. An individual strength test averaged with the 2 preceding individual strength tests meets or exceeds the lower specification limit for strength. When compressive strengths fail to satisfy one or both of the above requirements, the Contractor may request acceptance of in -place concrete strength based on core results. This method will not be used if the Engineer determines coring would be harmful to the integrity of the Structure. Cores, if allowed, will be obtained by the Contractor in accordance with AASHTO T 24 and delivered to the Contracting Agency for testing in accordance with AASHTO T 22. If the concrete in the Structure will be dry under service conditions, the core will be air dried at a temperature of between 60 °F and 80 °F and at a relative humidity of less than 60- percent for 7 -days before testing, and will be tested air dry. Acceptance for each sublot by the core method requires that the average compressive strength of 3 cores be at least 85- percent of the specified strength with no 1 core less than 75- percent of the specified strength. When the Contractor requests strength analysis by coring, the results obtained will be accepted by both parties as conclusive and supersede all other strength data for the concrete sublot. If the Contractor elects to core, cores shall be obtained no later than 50 -days after initial concrete placement. The Engineer will concur in the locations to be cored. Repair of cored areas shall be the responsibility of the Contractor. The cost incurred in coring and testing these cores, including repair of core locations, shall be borne by the Contractor. 5- 05.3(8) Joints The first paragraph is revised to read: Joints in cement concrete pavement will be designated as longitudinal and transverse contraction joints, longitudinal and transverse construction joints, or isolation joints and shall be constructed as shown in the Plans and in accordance with the following provisions: DIAI dn7 nn on,- r A Ants rRo „,co.l NAnrrh 9n115:21 1 I I 1 1 1 I I I I I I I I 1 1 I I 1 5- 05.3(8)A Contraction Joints The fifth paragraph is revised to read: When cement concrete pavement is placed adjacent to existing cement concrete pavement, the vertical face of all existing working joints shall be covered with a bond breaking material such as polyethylene film, roofing paper or other material as approved by the Engineer. 5 05.3(8)B Sealing Sawed Contraction Joints The fifth sentence is revised to read: The hot poured compound and the cold poured compound shall be applied under sufficient pressure to fill the groove from bottom to top and the cured joint sealant shall be between 1/4 inch and 5/8 inch below the top surface of the concrete. This section is supplemented with the following new sub section: 5 05.3(8)D Isolation Joints Premolded joint filler in accordance with Section 9- 04.1(2) shall be placed as detailed in the Plans through the full depth of concrete pavement when drainage features are placed within the concrete pavement. 5 05.3(10) Tie Bars and Dowel Bars This section including title is revised to read: 5 05.3(10) Tie Bars and Corrosion Resistant Dowel Bars Tie bars shall be placed at all longitudinal contraction and construction joints, in accordance with the requirements shown in the Standard Plan. In addition, tie bars shall be installed when concrete Shoulders are placed as a separate operation or when widening existing pavement. Tie bars shall be placed at longitudinal construction joints between lanes in a manner that the individual bars are located at the required elevation and spaced as shown in the Standard Plan and in a manner that the vertical edge of the concrete is not deformed or otherwise damaged during placement of the bars. Placement tolerances for tie bars shall be within 1 -inch of the middle of the concrete slab, within 1 -inch of being centered over the joint and placed parallel or perpendicular to centerline within 1 -inch of the vertical and horizontal plane. Corrosion resistant dowel bars will be required for the construction joint at the end of paving operations each day and they shall be placed in accordance with the Standard Plan. Corrosion resistant dowel bars shall be placed at all transverse contraction joints as shown in the Contract or in accordance with the Standard Plans. All dowel bars shall have a parting compound, such as curing compound, grease or other Engineer approved equal applied to them prior to placement. Any dowel bar delivered to the project that displays rust/oxidation, pinholes, questionable blemishes, or deviate from the round shall be rejected. The Contractor shall furnish a Manufacturer's Certificate of Compliance in accordance with Section 1- 0.6.3, including mill test report, verifying conformance to the requirements of Section 9- 07.5(2) as well as written certification identifying the patching material, when applicable, used at cut dowel bar ends. Only one type of corrosion resistant dowel bars will be allowed per contract; intermixing of different corrosion resistant dowel bars types will not be allowed. CAN dr17 (lu 1:::1/2rK1A ,1ni, ron... an,..-1, Onnoi Placement tolerances for dowel bars shall be within 1 -inch of the middle of the concrete slab, within 1 -inch of being centered over the transverse joint and parallel to centerline within' /2 -inch of the vertical and the horizontal plane. Cutting of stiffeners within the dowel bar cage is not allowed. When fresh concrete pavement is to be placed against pre project existing cement concrete pavement, tie bars shall be drilled and set into the existing pavement with an epoxy bonding agent in accordance with the Standard Plan and specified tolerances for placement of tie bars. The epoxy- bonding agent shall be either Type I or IV epoxy resin as specified in Section 9 -26. The Contractor may use any method for drilling the holes, provided the method selected does not damage the existing concrete. Any damage caused by the Contractor's operations shall be repaired by the Contractor in accordance with Section 1- 07.13. The tie bar holes shall be blown clean with compressed air before grouting. The bar shall be centered in the hole for the full length of embedment before grouting. The grout shall then be pumped into the hole around the bar in a manner that the back of the hole will be filled first. Blocking or shimming shall not impede the flow of the grout into the hole. Dams, if needed, shall be placed at the front of the holes to confine the grout. The dams shall permit the escape of air without leaking grout and shall not be removed until grout has cured in the hole. 5 05.3(11) Finishing The first sentence in the second paragraph is revised to read: Any edge slump of the pavement, exclusive of specified edging, in excess of 1 /4 -inch shall be corrected before the concrete has hardened. 5 05.3(12) Surface Smoothness In the fourth sentence of the seventh paragraph, the reference to "age" is revised to "strength The eighth paragraph is revised to read: Smoothness perpendicular to the centerline will be measured with a 10 -foot straight edge across all lanes with the same cross slope, including shoulders when composed of Cement Concrete Pavement. The overlapping 10 foot straight edge measurement shall be discontinued at a point six inches from the most extreme outside edge of the finished Cement Concrete Pavement.. The transverse slope of the finished pavement shall be uniform to a degree such that no variations greater than 1 /4 -inch are present when tested with a 10 -foot long straightedge laid in a direction perpendicular to the centerline. Any areas that are in excess of this specified tolerance shall be corrected by abrasive means. 5 05.3(22) Repair of Defective Pavement Slabs The third paragraph is revised to read: Spalls and edge slumping shall be repaired by making vertical saw cuts at least 3- inches outside the affected area and to a minimum depth of 2- inches. Spall repairs that encounter dowel bars or are within 6 inches of a dowel bar will not be permitted. These spall areas shall be repaired by replacing a half or full panel as permitted by the Engineer. Removal of the existing pavement shall not damage any pavement to be left in place. If jackhammers are used for removing pavement, they shall not weigh more than 30- pounds, and chipping hammers shall not weigh more than 15- pounds. All power driven hand tools used for the removal of pavement shall be operated at angles less than 45- degrees as measured from the surface of the pavement to the tool. The patch limits shall extend beyond the spalled area a minimum of 3.0- inches. Repair areas shall be kept square or rectangular. Repair areas that are within 12.0- inches of another repair area shall be combined. PW 407_04 Part04 doc [Revised March 2008] The Contractor shall remove material within the perimeter of the saw cut to a depth of 2.0- inches, or to sound concrete as determined by the Engineer. The surface patch area shall be sand blasted and all loose material removed. All sandblasting residue shall be removed using dry oil -free air. When a partial depth repair is placed directly against an adjacent longitudinal joint a bond breaking material such as polyethylene film, roofing paper or other material as approved by the Engineer shall be placed between the existing concrete and the area to be patched. Patches that abut working transverse joints or cracks require placement of a compressible insert. The new joint or crack shall be formed to the same width as the existing joint or crack. The compressible joint material shall be placed into the existing joint 1.0 -inch below the depth of repair. The compressible insert shall extend at least 3.0- inches beyond each end of the patch boundaries. Patches that abut the lane /Shoulder joint require placement of a formed edge, along the slab edge, even with the surface. The patching material shall be mixed, placed, consolidated, finished and cured according to manufacturer's recommendations. Slab /patch interfaces that will not receive pavement grinding shall be sealed (painted) with a 1:1 cement -water grout along the patch perimeter. The Contractor shall reseal all joints in accordance with Section 5- 05.3(8)B. Opening to traffic shall meet the requirements of Section 5- 05.3(17). Low areas which grinding cannot feasibly remedy, shall be sandblasted, filled with epoxy bonded mortar, and textured by grinding. The epoxy bonding agent shall meet the requirements of Section 9- 26.1(1)B for Type II epoxy. 5 05.4 Measurement Number 2. under Cement concrete pavement is revised to read: 2. The length will be measured along the center of each Roadway or ramp. Epoxy coated dowel bar and the measurement statement is revised to read: Corrosion resistant dowel bar will be measured per each for the actual number of bars used in the completed Work. Epoxy coated tie bar and the measurement statement is revised to read: Tie bar with drill hole will be measured per each for the actual number of bars used in the completed Work. 5 05.5 Payment The payment statement for Cement Conc. Pavement is revised to read: The unit Contract price per cubic yard for "Cement Conc. Pavement' shall be full compensation for all costs incurred to carry out the requirements of Section 5 -05 except for those costs included in other items which are included in this sub section and which are included in the Proposal. The bid item "Epoxy Coated Dowel Bar" and the payment statement is revised to read: "Corrosion Resistant Dowel Bar per each, nt Ar An7 n n_.1n• J_ The unit Contract price per each for Corrosion Resistant Dowel Bar" shall be full payment for furnishing, and installing corrosion resistant dowel bars and any costs for drilling holes, placing dowel bars with baskets, furnishing and installing parting compound and all other costs associated with completing the installation of corrosion resistant dowel bars. The bid item "Epoxy Coated Tie Bar" and the payment statement is revised to read: "Tie Bar with Drill Hole per each. The unit Contract price per each, "Tie Bar with Drill Hole" shall be full payment for furnishing, and installing tie bars and any costs for drilling holes, and all other costs associated with installation of tie bars. The bid item "Cement Conc. Pavement Including Dowels" and the associated payment statement are deleted. SECTION 6 -01, GENERAL REQUIREMENTS FOR STRUCTURES August 3, 2009 6 -01.10 Utilities Supported by or Attached to Bridges The second sentence in the third paragraph is revised to read: The purple tint of the transparent film shall match Federal Standard 595 Color No. 37100. SECTION 6 -02, CONCRETE STRUCTURES August 3, 2009 6 -02.2 Materials This section is supplemented with the following: Pigmented Sealer Materials for Coating of Concrete Surfaces 9- 08.2(1) 6 02.3(2)A Contractor Mix Design The third sentence in the fourth paragraph is revised to read: The nominal maximum size aggregate for Class 4000P shall be 3/8 -inch. The fourth sentence in the fourth paragraph is revised to read: The nominal maximum size aggregate for Class 4000D shall be 1 -inch. 6 02.3(2)B Commercial Concrete The second paragraph is revised to read: Where concrete Class 3000 is specified for items such as, culvert headwalls, plugging culverts, concrete pipe collars, pipe anchors, monument cases, light standard foundations, pedestals, cabinet bases, guardrail anchors, sign post foundations, fence post footings, sidewalks, curbs, and gutters, the Contractor may use commercial concrete. If commercial concrete is used for sidewalks, curbs, and gutters, it shall have a minimum cementitious material content of 564- pounds per cubic yard of concrete, shall be air entrained, and the tolerances of Section 6- 02.3(5)C shall apply. Commercial concrete shall not be used for items such as, bridges, retaining walls, box culverts, or foundations for high mast luminaires, mast arm traffic signals, cantilever signs, and sign bridges. The Engineer may approve the use of commercial concrete for other applications not listed above. DM/ A(7 nn D.,r+nn a 117.,,,,c, -,I nn.,.. k ')nnai 6- 02.3(6)D Protection Against Vibration The second sentence in the second paragraph is revised to read: These requirements for the protection of freshly placed concrete against vibration shall not apply for plant cast concrete, nor shall they apply to the vibrations caused by the traveling public. The third sentence in the second paragraph is deleted. Item (2) under the third paragraph is revised to read: (2) Equipment Class L (Low Vibration) shall include tracked dozers under 85,000 pounds, track vehicles, trucks (unless excluded above), hand operated jack hammers, cranes, auger drill rig, caisson drilling, vibratory roller compactors under 30,000 pounds, and grab- hammers. Item (3) under the third paragraph is revised to read: (3) Equipment Class H (High Vibration) shall include pile drivers, vibratory hammers, machine operated impact tools, pavement breakers, and other large pieces of equipment. 6 02.3(10) Roadway Slabs and Bridge Approach Slabs This section's content is deleted. This section's title is revised to read: 6 02.3(10) Bridge Decks and Bridge Approach Slabs This section is supplemented with the following new sub sections: 6 02.3(10)A Preconstruction Meeting A pre- concreting conference shall be held 5 to 10- working days before placing concrete to discuss construction procedures, personnel, and equipment to be used. Those attending shall include: 1. (representing the Contractor) The superintendent and all foremen in charge of placing the concrete, finishing it; and 2. (representing the State) The Project Engineer, key inspection assistants, and the State Construction Office. If the project includes more than 1 deck or slab, and if the Contractor's key personnel change between concreting operations, or at request of the Engineer, an additional conference shall be held just before each deck or slab is placed. The Contractor shall not place bridge decks until the Engineer agrees that: 1. Concrete producing and placement rates will be high enough to meet placing and finishing deadlines; 2. Finishers with enough experience have been employed; 3. Adequate finishing tools and equipment are at the site, and 4. Curing procedures consistent with the Specification requirements are employed. PW 407_04 Part04 doc [Revised March 20081 6- 02.3(10)B Screed Rail Supports The Contractor shall place screed rails outside the finishing area. When screed rails cannot be placed outside the finishing area as determined by the Engineer, they shall rest on adjustable supports that can be removed with the least possible disturbance to the screeded concrete. The supports shall rest on structural members or on forms rigid enough to resist deflection. Supports shall be removable to at least 2- inches below the finished surface. For staged constructed bridge decks, the finishing machine screed rails shall not be supported on the completed portion of deck and shall deflect with the portion of structure under construction. Screed rails (with their supports) shall be strong enough and stiff enough to permit the finishing machine to operate effectively on them. All screed rails shall be placed and secured for the full length of the deck/slab before the concreting begins. If the Engineer approves in advance, the Contractor may move rails ahead onto previously set supports while concreting progresses. But such movable rails and their supports shall not change the set elevation of the screed. On steel truss and girder spans, screed rails and bulkheads may be placed directly on transverse steel floorbeams, with the strike -board moving at right angles to the centerline of the Roadway. 6 02.3(10)C Finishing Equipment The finishing machine shall be self propelled and be capable of forward and reverse movement under positive control. The finishing machine shall be equipped with a rotating cylindrical single or double drum screed not exceeding 60- inches in length. The finishing machine shall have the necessary adjustments to produce the required cross section, line, and grade. Provisions shall be made for the raising and lowering of all screeds under positive control. The upper vertical limit of screed travel shall permit the screed to clear the finished concrete surface. For bridge deck widening of 20 -feet or less, and for bridge approach slabs, or where jobsite conditions do not allow the use of conventional configuration finishing machines described above, the Contractor may propose the use of a hand operated motorized power screed such as a "Texas" or `Runyan" screed. This screed shall be capable of finishing the bridge deck and bridge approach slab to the same standards as the finishing machine. The Contractor shall not begin placing bridge deck or bridge approach slab concrete until receiving the Engineer's approval of this screed and the placing procedures. On bridge decks the Contractor may use hand operated strike boards only when the Engineer approves for special conditions where self propelled or motorized hand operated screeds cannot be employed. These boards shall be sturdy and able to strike off the full placement width without intermediate supports. Strike- boards, screed rails, and any specially made auxiliary equipment shall receive the Engineer's approval before use. All finishing requirements in these Specifications apply to hand operated finishing equipment. 6 02.3(10)D Concrete Placement, Finishing, and Texturing Before any concrete is placed, the finishing machine shall be operated over the entire length of the deck/slab to check screed deflection. Concrete placement may begin only if the Engineer approves after this test. Immediately before placing concrete, the Contractor shall check (and adjust if necessary) all falsework and wedges to minimize settlement and deflection from the added mass of the concrete deck/slab. The Contractor shall also install devices, such as telltales, by which the Engineer can readily measure settlement and deflection. CAA/ A 11 nA o... r A .-1.... rO....... -.d RA.. ■..L. 7nno, The Contractor shall schedule the concrete placement so that it can be completely finished during daylight. After dark finishing is permitted if the Engineer approves and if the Contractor provides adequate lighting. The placement operation shall cover the full width of the Roadway or the full width between construction joints. The Contractor shall locate any construction joint over a beam or web that can support the deck/slab on either side of the joint. The joint shall not occur over a pier unless the Plans permit. Each joint shall be formed vertically and in true alignment. The Contractor shall not release falsework or wedges supporting pours on either side of a joint until each side has aged as these Specifications require. Placement of concrete for bridge decks and bridge approach slabs shall comply with Section 6- 02.3(6).The Engineer shall approve the placement method. In placing the concrete, the Contractor shall: 1. Place it (without segregation) against concrete placed earlier, as near as possible to its final position, approximately to grade, and in shallow, closely spaced piles; 2. Consolidate it around reinforcing steel by using vibrators before strike -off by the finishing machine; 3. Not use vibrators to move concrete; 4. Not revibrate any concrete surface areas where workers have stopped prior to screeding; 5. Remove any concrete splashed onto reinforcing steel in adjacent segments before concreting them; 6. Tamp and strike off the concrete with a template or strike board moving slowly forward at an even speed; 7. Maintain a slight excess of concrete in front of the cutting edge across the entire width of the placement operation; 8. Make enough passes with the strike -board (without overfinishing and bringing excessive amounts of mortar to the surface) to create a surface that is true and ready for final finish; and 9. Leave a thin, even film of mortar on the concrete surface after the last pass of the strike- board. Workers shall complete all post screeding operations without walking on the concrete. This may require work bridges spanning the full width of the slab. After removing the screed supports, the Contractor shall fill the voids with concrete (not mortar). If necessary, as determined by the Engineer, the Contractor shall float the surface left by the finishing machine to remove roughness, minor irregularities, and seal the surface of the concrete. Floating shall leave a smooth and even surface. Float finishing shall be kept to a minimum number of passes so air bubbles in the concrete are not released. The floats shall be at least 4 -feet long. Each transverse pass of the float shall overlap the previous pass by at least half the length of the float. The first floating shall be at right angles to the strike -off. The second floating shall be at right angles to the centerline of the span. A smooth riding surface shall be maintained across construction joints. PW 407_04 Part04 doc [Revised March 2008] Expansion joints shall be finished with a 1 /2 -inch radius edger. After floating, but while the concrete remains plastic, the Contractor shall test the entire deck/slab for flatness (allowing for crown, camber, and vertical curvature). The testing shall be done with a 10 -foot straightedge held on the surface. The straightedge shall be advanced in successive positions parallel to the centerline, moving not more than 1/2 the length of the straightedge each time it advances. This procedure shall be repeated with the straightedge held perpendicular to the centerline. An acceptable surface shall be one free from deviations of more than 1 /s -inch under the 10 -foot straightedge. If the test reveals depressions, the Contractor shall fill them with freshly mixed concrete, strike off, consolidate, and refinish them. High areas shall be cut down and refinished. Retesting and refinishing shall continue until an acceptable, deviation free surface is produced. The hardened concrete shall meet all smoothness requirements of these Specifications even though the tests require corrective Work. The Contractor shall texture the bridge deck and bridge approach slab by combing the final surface perpendicular to the centerline. Made of a single row of metal tines, the comb shall leave striations in the fresh concrete approximately 3 /16 -inch deep by 1 /s -inch wide and spaced approximately 1 /2 -inch apart. The Engineer will decide actual depths at the site. (If the comb has not been approved, the Contractor shall obtain the Engineer's approval by demonstrating it on a test section.) The Contractor may operate the combs manually or mechanically, either singly or with several placed end to end. The timing and method used shall produce the required texture without displacing larger particles of aggregate. Texturing shall end 2 -feet from curb lines. This 2 -foot untextured strip shall be hand finished with a steel trowel. If the Plans call for an overlay (to be constructed under the same Contract), such as hot mix asphalt, latex modified concrete, epoxy concrete, or similar, the Contractor shall produce the final finish by dragging a strip of damp, seamless burlap lengthwise over the full width of the deck/slab or by brooming it lightly. A burlap drag shall equal the deck/slab in width. Approximately 3 -feet of the drag shall contact the surface, with the least possible bow in its leading edge. It shall be kept wet and free of hardened lumps of concrete. When it fails to produce the required finish, the Contractor shall replace it. When not in use, it shall be lifted clear of the slab. After the deck/slab has cured, the surface shall not vary more than 1 /s -inch under a 10 -foot straightedge placed parallel and perpendicular to the centerline. The Contractor shall cut high spots down with a diamond faced, saw -type cutting machine. This machine shall cut through mortar and aggregate without breaking or dislodging the aggregate or causing spalls. Low spots shall be built up utilizing a grout or concrete with a strength equal to or greater than the required 28 -day strength of the deck/slab. The method of build -up shall be submitted to the Engineer for approval. The surface texture on any area cut down or built up shall match closely that of the surrounding bridge deck or bridge approach slab area. The entire bridge deck and bridge approach slab shall provide a smooth riding surface. nut/ An7 (IA o.... -FnA 6- 02.3(10)E Sidewalk Concrete for sidewalk shall be well compacted, struck off with a strike- board, and floated with a wooden float to achieve a surface that does not vary more than n -inch under a 10 -foot straightedge. An edging tool shall be used to finish all sidewalk edges and expansion joints. The final surface shall have a granular texture that will not turn slick when wet. 6 02.3(10)F Bridge Approach Slab Orientation and Anchors Bridge approach slabs shall be constructed full bridge deck width from outside usable Shoulder to outside usable Shoulder at an elevation to match the Structure. The bridge approach slabs shall be modified as shown in the Plans to accommodate the grate inlets at the bridge ends if the grate inlets are required. Bridge approach slab anchors shall be installed as detailed in the Plans and the anchor rods, couplers, and nuts shall conform to Section 9- 06.5(1). The steel plates shall conform to ASTM A 36. All metal parts shall receive 1 coat of paint conforming to Section 9- 08.1(2)F. The pipe shall be any non perforated PE or PVC pipe of the diameter specified in the Plans. Polystyrene shall conform to Section 9 -04.6. The anchors shall be installed parallel both to profile grade and center line of Roadway. The Contractor shall secure the anchors to ensure that they will not be misaligned during concrete placement. For Method B anchors installations, the epoxy bonding agent used to install the anchors shall be Type IV conforming to Section 9 -26.1. The compression seal shall be as noted in the Contract documents. Dowel bars shall be installed in the bridge approach slabs in accordance with the requirements of the Standard Plans and Section 5- 05.3(10). After curing bridge approach slabs in accordance with Section 6- 02.3(11), the bridge approach slabs may be opened to traffic when a minimum compressive strength of 2,500 psi is achieved. 6 02.3(12) Construction Joints The content of this section is deleted. This section is supplemented with the following sub sections: 6 02.3(12)A Construction Joints in New Construction If the Engineer approves, the Contractor may add, delete, or relocate construction joints shown in the Plans. Any request for such changes shall be in writing, accompanied by a drawing that depicts them. The Contractor will bear any added costs that result from such changes. All construction joints shall be formed neatly with grade strips or other approved methods. The Contracting Agency will not accept irregular or wavy pour lines. All joints shall be horizontal, vertical, or perpendicular to the main reinforcement. The Contractor shall not use an edger on any construction joint, and shall remove any lip or edging before making the adjacent pour. If the Plans require a roughened surface on the joint, the Contractor shall strike it off to leave grooves at right angles to the length of the member. The grooves shall be 1/2-inch to 1 -inch wide, 1/4 -inch to 1/2 -inch deep, and spaced equally at twice the width of the groove. If the first strike -off does not produce the required roughness, the Contractor shall repeat the process before the concrete reaches initial set. The final surface shall be clean and without laitance or loose material. If the Plans do not require a roughened surface, the Contractor shall include shear keys at all construction joints. These keys shall provide a positive, mechanical bond. Shear keys shall be formed depressions and the forms shall not be removed until the concrete has been in place at least 12 hours. Forms shall be slightly beveled to ensure ready removal. Raised shear keys are not allowed. PW 407 04 Part04.doc (Revised March 20081 Shear keys for the tops of beams, at tops and bottoms of boxed girder webs, in diaphragms, and in crossbeams shall: 1. Be formed with 2- by 8 -inch wood blocks; 2. Measure 8- inches lengthwise along the beam or girder stem; 3. Measure 4- inches less than the width of the stem, beam, crossbeam, etc. (measured transverse of the stem); and 4. Be spaced at 16- inches center to center. Unless the Plans show otherwise, in other locations (not named above), shear keys shall equal approximately one third of the point area and shall be approximately 1-1/2-inches deep. Before placing fresh concrete against cured concrete, the Contractor shall thoroughly clean and saturate the cured surface. All loose particles, dust, dirt, laitance, oil, or film of any sort shall be removed by method(s) as approved by the Engineer. The cleaned surface shall be saturated with water for a minimum of four hours before the fresh concrete is placed. Before placing the reinforcing mat for footings on seals, the Contractor shall: (1) remove all scum, laitance, and loose gravel and sediment; (2) clean the construction joint at the top of the seals; and (3) chip off any high spots on the seals that would prevent the footing steel from being placed in the position required by the Plans. 6 02.3(12)B Construction Joints between Existing and New Construction If the Plans or Special Provisions require a roughened surface on the joint, the Contractor shall thoroughly roughen the existing surface to a uniformly distributed 1/4 -inch minimum amplitude surface profile, with peaks spaced at a maximum of 1 -inch, by method(s) as approved by the Engineer. If the Plans or Special Provisions do not require a roughened surface on the joint, the Contractor shall remove all loose particles, dust, dirt, laitance, oil, or film of any sort by method(s) as approved by the Engineer. Before placing fresh concrete against existing concrete, the Contractor shall thoroughly clean and saturate the existing surface. All loose particles, dust, dirt, laitance, oil or film of any sort shall be removed by method(s) as approved by the Engineer. The cleaned surface shall be saturated with water for a minimum of four hours before the fresh concrete is placed. 6 02.3(14) Finishing Concrete Surfaces The following new sub section is inserted after Section 6 02.3(14)B: 6 02.3(14)C Pigmented Sealer for Concrete Surfaces All surfaces specified in the Plans to receive pigmented sealer shall receive a Class 2 surface finish, (except that concrete barrier surfaces shall be finished in accordance with Section 6- 02.3(11)A) and shall receive a light brush sandblasting in order that complete neutralization of the surface and subsequent penetration of the pigmented sealer is achieved. All curing agents and form release agents shall be removed. The surface shall be dry, clean and prepared in accordance with the manufacturer's written instructions. The Contractor shall submit four copies of the manufacturer's written instructions. The Contractor shall not apply pigmented sealer from a batch greater than twelve months past the initial date of color sample approval of that batch by the Engineer. The pigmented sealer color or colors for specific concrete surfaces shall be as specified in the Special Provisions. The pigmented sealer shall be spray applied in accordance with the manufacturer's written instructions for application, air temperature required for sealer application and curing, qualification of applicator, rate of application, and number of coats to apply. Pigmented sealer shall not be applied until the concrete has cured for at least 28 days. Pigmented sealer shall not be applied upon damp surfaces, nor shall it be applied when the air is misty, or otherwise unsatisfactory for the work, in the opinion of the manufacturer or the Engineer. The final appearance shall have an even and uniform color acceptable to the Engineer. For concrete surfaces such as columns, retaining walls, pier walls, abutments, concrete fascia panels, and noise barrier wall panels, the pigmented sealer shall extend to one foot below the finish ground line, unless otherwise shown in the Plans. 6 02.3(17)N Removal of Falsework and Forms The fifth paragraph, beginning with "The Contractor may remove side forms, traffic barrier form, and pedestrian barrier forms" etc, is deleted. 6 02.3(17)0 Early Concrete Test Cylinder Breaks The third paragraph is revised to read: The cylinders shall be cured in accordance with WSDOT FOP for AASHTO T 23. 6 02.3(20) Grout for Anchor Bolts and Bridge Bearings This section's title is revised to read: 6- 02.3(20) Grout for Anchor Bolts and Bridge Bearings 6- 02.3(24)B Protection of Materials Under the fourth paragraph, item 1. is revised to read: 1. By cleaning and applying a coat of paint conforming to Section 9- 08.1(2)B over all exposed surfaces of steel, or Under the fourth paragraph, item 2. is revised to read: 2. By cleaning and painting paint conforming to Section 9- 08.1(2)B on the first 6- inches of the steel bars protruding from the concrete and covering the bars with polyethylene sleeves. 6- 02.3(24)E Welding Reinforcing Steel The reference to "ASTM A 615" in the first sentence of the seventh paragraph is deleted. 6 02.3(25) Prestressed Concrete Girders In the fourth paragraph, the second sentence in Prestressed Concrete Wide Flange I Girder is revised to read: WSDOT standard girders in this category include Series WF42G, WF50G, WF58G, WF66G, WF74G, WF83G, WF95G and WF100G. In the fourth paragraph, the seventh sentence in Spliced Prestressed Concrete Girder is revised to read: WSDOT standard girders in this category include Series WF66PTG, WF74PTG, WF83PTG, WF95PTG and WF100PTG. MA! ,1117 nn o.hnn An, 1oo"eco.4 nnne-,-h ')nnai 6- 02.3(25)B Casting The reference to Section 9 23.7 in the second sentence of the third paragraph is deleted. 6 02.3(25)C Prestressing The fifth paragraph is revised to read: From manufacture to encasement in concrete, prestressing strand shall be protected against dirt, oil, grease, damage, and all corrosives. Strand shall be stored in a dry covered area and shall be kept in the manufacturer's original packaging until placement in the forms. If prestressing strand has been damaged or pitted, it will be rejected. Prestressing strand with rust shall be spot cleaned with a non metallic pad to inspect for any sign of pitting or section loss. 6 02.3(25)G Protection of Exposed Reinforcement The first sentence in the first paragraph is revised to read: When a girder is removed from its casting bed, all bars and strands projecting from the girder shall be cleaned and painted with a minimum dry film thickness of 1 -mil of paint conforming to Section 9- 08.1(2)6. 6 02.3(25)J Horizontal Alignment The first paragraph is revised to read: The Contractor shall check and record the horizontal alignment of the top and bottom flanges of each girder at the following times: 1. Initial upon removal of the girder from the casting bed; 2. Final within 2- weeks, but not less than 3 -days prior to shipment; and 3. Storage between 115 to 125 -days after casting, if the girder remains in storage for a period exceeding 120 -days. Each check shall be made by measuring the distance between each flange and a chord that extends the full length of the girder. The Contractor shall perform and record each check at a time when the alignment of the girder is not influenced by temporary differences in surface temperature. Records for the Initial check shall be included in the Contractor's Prestressed Concrete Certificate of Compliance. Records for the Final and Storage checks shall be provided to the Engineer for approval. The first sentence in the fifth paragraph is deleted. 6 02.3(25)K Girder Deflection The first paragraph is revised to read: The Contractor shall check and record the vertical deflection (camber) of each girder at the following times: 1. Initial upon removal of the girder from the casting bed; and 2. Storage within 2- weeks, but not less than 3 -days prior to shipment, if the girder remains in storage for a period exceeding 120 -days. The Contractor shall perform and record each check at a time when the alignment of the girder is not influenced by temporary differences in surface temperature. These records shall be PW 407 04 Part04 doc [Revised March 2008] available for the Engineer's inspection, and in the case of girders older than 120 -days, shall be transmitted to the Engineer as soon as practical for evaluation of the effect of long -term storage on the "D" dimension. Records for the Initial check shall be included in the Contractor's Prestressed Concrete Certificate of Compliance. Records for the Storage check shall be provided to the Engineer for approval. 6 02.3(25)L Handling and Storage The fifth sentence in the third paragraph is deleted. 6 02.3(25)N Prestressed Concrete Girder Erection The fourth paragraph is revised to read: When prestressed girders arrive on the project, the Project Engineer will confirm that they are stamped "Approved for Shipment that the final horizontal alignment and deflection (camber) check records have been approved, and that they have not been damaged in shipment, before accepting them. 6 02.3(26)E Ducts The first six paragraphs under the heading Ducts for Internal Embedded Installation are revised to read: Ducts, including their splices, shall be semi rigid, air and mortar tight, corrugated plastic ducts of virgin polyethylene or polypropylene materials, free of water soluble chlorides or other chemicals reactive with concrete or post tensioning reinforcement. Ducts, including their splices, shall either have a white coating on the outside or shall be of a white material with ultraviolet stabilizers added. Ducts, including their splices, shall be capable of withstanding concrete pressures without deforming or permitting the intrusion of cement paste during placement of concrete. All fasteners shall be appropriate for use with plastic ducts, and all clamps shall be of an approved plastic material. Polyethylene ducts shall conform to ASTM D 3350 with a cell classification of 345464A. Polypropylene ducts shall conform to ASTM D 4101 with a cell classification of either PP0340B14541 or PP0340B67884. Resins used for duct fabrication shall have a minimum oxidation induction time of 20 minutes, in accordance with ASTM D 3895, based on tests performed by the duct fabricator on samples taken from the lot of finished product. The duct thickness shall be as specified in Section 10.8.3 of the AASHTO LRFD Bridge Construction Specifications, latest edition and current interims. Each duct shall maintain the required profile within a placement tolerance of plus or minus 1 /4- inch for longitudinal tendons and plus or minus 1 /8 -inch for transverse slab tendons during all phases of the work. The minimum acceptable radius of curvature shall be as recommended by the duct manufacturer and as supported by documented industry standard testing. The ducts shall be completely sealed to keep out all mortar. Each duct shall be located to place the tendon at the center of gravity alignment shown in the Plans. To keep friction losses to a minimum, the Contractor shall install ducts to the exact lines and grades shown in the Plans. Once in place, the ducts shall be tied firmly in position before they are covered with concrete. During concrete placement, the Contractor shall not displace or damage the ducts. The ends of the ducts shall: 1. Permit free movement of anchorage devices, and 2. Remain covered after installation in the forms to keep out all water or debris. DIA/ ^n7 nA D... -H1A dnn ro... .......J R -.L nnnn, Immediately after any concrete placement, the Contractor shall force blasts of oil -free, compressed air through the ducts to break up and remove any mortar inside before it hardens. Before deck concrete is placed, the Contractor shall satisfy the Engineer that ducts are unobstructed and contain nothing that could interfere with tendon installation, tensioning, or grouting. If the tendons are in place, the Contractor shall show that they are free in the duct. Ducts shall be capped and sealed at all times until the completion of grouting to prevent the intrusion of water. The last paragraph under the heading Ducts for Internal Embedded Installation is revised to read: When the duct must be curved in a tight radius, more flexible duct may be used, subject to the Engineer's approval. The first paragraph under the heading Ducts for External Exposed Installation is revised to read: Duct shall be high- density polyethylene (HDPE) conforming to ASTM D 3350. The cell classification for each property listed in Table 1 shall be as follows: This section is supplemented with the following: Vents, Grout Injection Ports, Drains and Caps The Contractor shall install vents at high points and drains at low points of the tendon profile (and at other places if the Plans require). Vents at high points shall consist of a set of three vents one to be installed at the high point of the duct, and flanking vents to be installed on either side of the high point vent at locations where the duct profile is 8 to 12 inches below the elevation of the high point vent. Vents shall include grout injection ports. Vents and drains shall have a minimum inside diameter of 3/4 inches, and shall be of either stainless steel, nylon, or polyolefin materials, free of water soluble chlorides or other chemicals reactive with concrete or post- tensioning reinforcement. Stainless steel vents and drains shall conform to ASTM A 240 Type 316. Nylon vents and drains shall conform to cell classification S- PA0141 (weather resistant). Polyolefin vents and drains shall contain an antioxidant with a minimum oxidation induction time of 20 minutes in accordance with ASTM D 3895. Polyolefin vents and drains shall also have a stress crack resistance of three hours minimum when tested at an applied stress of 350 psi in accordance with ASTM F 2136. All fasteners shall be appropriate for use with plastic ducts, and all clamps shall be of an approved plastic material. Taping of connections is not allowed. Valves shall be positive mechanical shut -off valves. Valves, and associated caps, shall have a minimum pressure rating of 100 psi. Vents shall point upward and remain closed until grouting begins. Drains shall point downward and remain open until grouting begins. Ends of stainless steel vents and drains shall be removed 1 -inch inside the concrete surface after grouting has been completed. Ends of nylon or polyolefin vents and drains may be left flush to the surface unless otherwise specified by the Engineer. Vents, except for grout injection, are not required for transverse post- tensioning ducts in the roadway slab unless specified in the Plans. Caps shall be made of either stainless steel or fiber reinforced polymer (FRP). Stainless steel caps shall conform to ASTM A 240 Type 316L. The resin for FRP caps shall be either nylon, polyester, or acrylonitrite butadiene styrene (ABS). Nylon shall conform to cell classification S- PA0141 (weather resistant). Caps shall be sealed with "0" ring seals or precision fitted flat gaskets placed against the bearing plate. Caps shall be fastened to the anchorage with stainless steel bolts conforming to ASTM A 240 Type 316L. DMA/ nm nn D .-..inn a.,.. roo„tc„.i NA ,e,.ti )nnQi Leak Tightness Testing The Contractor shall test each completed duct assembly for leak tightness, prior to casting concrete and placing post tensioning reinforcement. The Contractor shall submit the equipment used to conduct the leak tightness testing and to monitor and record the pressure maintained in and lost from the closed assembly, and the process to be followed in conducting the leak tightness testing, to the Engineer for approval along with the post- tensioning system shop drawings in accordance with Section 6- 02.3(26)A. Prior to testing, all vents, grout injection ports, and drains shall either be capped or have their shut -off valves closed. The Contractor shall pressurize the completed duct assembly to an initial air pressure of 50 psi. This pressure shall be held for five minutes to allow for internal adjustments within the assembly. After five minutes, the air supply valve shall be closed. The Contractor shall monitor and measure the pressure maintained within the closed assembly, and any subsequent loss of pressure, over a period of one minute following the closure of the air supply valve. Locations of leakage shall be identified, repaired or reconstructed, and the repaired reassembled duct system retested. The cycle of testing, repair and retesting of each completed duct assembly shall continue until the completed duct assembly completes a test with pressure loss within the specified amount. The maximum pressure loss for duct assemblies equal to or less than 150 feet in length shall be 25 psig. The maximum pressure loss for duct assemblies greater than 150 feet in length shall be 15 psig. 6 02.3(26)F Prestressing Reinforcement The fourth paragraph is revised to read: From manufacture to encasement in concrete or grout, prestressing strand shall be protected against dirt, oil, grease, damage, and all corrosives. Strand shall be stored in a dry covered area and shall be kept in the manufacturer's original packaging. If prestressing strand has been damaged or pitted, it will be rejected. Prestressing strand with rust shall be spot cleaned with a non- metallic pad to inspect for any sign of pitting or section loss. If the prestressing reinforcement will not be stressed and grouted for more that seven calendar days after it is placed in the ducts, the Contractor shall place an approved corrosion inhibitor conforming to Federal Specification MIL- P- 3420F -87 in the ducts. 6 02.3(26)H Grouting The following is inserted in front of the first paragraph of this section: Grout for post- tensioning reinforcement shall be a Class C pre packaged, pumpable, non segregating, non shrink, high- strength grout conforming to the requirements specified in Section 10.9.3 of the AASHTO LRFD Bridge Construction Specifications, latest edition and current interims. Pre packaged components of the grout mix shall be used within six months or less from date of manufacture to date of usage. Grout for post- tensioning reinforcement will be accepted based on manufacturer's certificate of compliance in accordance with Section 1- 06.3, except that the water cementitious material ratio of 0.45 maximum shall be field verified. All grout produced for any single structure shall be furnished by one supplier. All grouting operations shall be conducted by ASBI certified grout technicians. The Contractor shall submit a grouting operation plan to the Engineer for approval in accordance with Section 6 -01.9. The grouting operation plan shall include, but not be limited to, the following: 1. Names of the grout technicians, accompanied by documentation of their ASBI certification. PW 40704 Part04.doc (Revised March 20081 2. Type, quantity and brand of materials used in the grouting operations, including all manufacturer's certificates of compliance. 3. Type of equipment to be used, including meters and measuring devices used to positively measure the quantity of materials used to mix the post- tensioning grout, the equipment capacity in relation to demand and working conditions, and all back -up equipment and spare parts. 4. General grouting procedure. 5. Duct leak tightness testing and repair procedures as specified in Section 6- 02.3(26)E. 6. Methods used to control the rate of grout flow within the ducts. 7. Theoretical grout volume calculations, and target flow rates recommended by the grout manufacturer as a function of the mixer equipment and the expected range of ambient temperatures. 8. Grout mixing and pumping procedures. 9. Direction of grouting. 10. Sequence of use of the grout injection ports, vents and drains. 11. Procedures for handling blockages. 12. Procedures for post grouting repairs. The Contractor shall not begin grouting operations until receiving the Engineer's approval of the grouting operation plan. Post tensioning grout shall be mixed in accordance with the pre packaged grout manufacturer's recommendations using high -shear colloidal mixers. Mechanical paddle mixers will not be allowed. The grout produced for filling post tensioning ducts shall be free of lumps and undispersed cement. All equipment used to mix each batch of post- tensioning grout shall be equipped with appropriate meters and measuring devices to positively measure all quantities of all materials used to produce the mixed grout. The field test for water cementitious materials ratio shall be performed prior to beginning the grout injection process. Grouting shall not begin until the material properties of each batch of grout have been confirmed as acceptable. The fourth paragraph is deleted. The fifth paragraph is deleted. The sixth paragraph is deleted 6 02.5 Payment The paragraph following bid item "Commercial Concrete" is supplemented with the following: All costs in connection with furnishing and applying pigmented sealer to concrete surfaces as specified shall be included in the unit contract price per cubic yard for "Conc. Class If the concrete is to be paid for other than by class of concrete then the costs shall be included in the applicable adjacent item of work. CAA/ An7 nA Q...+nn .-1.... ro..........J 1111.,.,4, ')nnol SECTION 6 -03, STEEL STRUCTURES April 6, 2009 6- 03.3(33) Bolted Connections The second paragraph is revised to read: All bolted connections are slip critical. Painted structures require either Type 1 or Type 3 bolts. Unpainted structures require Type 3 bolts. AASHTO M 253 bolts shall not be galvanized or be used in contact with galvanized metal. 6 03.3(33)A Pre Erection Testing The first sentence in the first paragraph is revised to read: High strength bolt assemblies (bolt, nut, and washer), black and galvanized, shall be subjected to a field rotational capacity test, as outlined below, prior to any erection activity. 6 03.3(38) Placing Superstructure This section is revised to read: The concrete in piers and crossbeams shall reach at least 80- percent of design strength before girders are placed on them. 6 03.4 Measurement The second paragraph is revised to read: Cast or forged metal (kind) shown in the Plans will be measured by the pound or will be paid for on a lump sum basis, whichever is shown on the Proposal. SECTION 6 -05, PILING December 1, 2008 6- 05.3(11)A Tolerances The first sentence is revised to read: For elevated pier caps, the tops of piles at cut -off elevation shall be within 2- inches of the horizontal locations indicated in the Contract. SECTION 6 -07, PAINTING August 3 ,2009 Section 6 07 is deleted in its entirety and replaced with the following: 6 07.1 Description This work consists of containment, surface preparation, shielding adjacent areas from unwanted surface preparation, testing and disposing of surface preparation debris, furnishing and applying paint, shielding adjacent areas from unwanted paint, and cleaning up after painting is completed. The work shall comply with all requirements of the Plans, these Specifications, and the Engineer. Terminology used herein is in accordance with the definitions used in Volume 2, Systems and Specifications of the SSPC Steel Structures Painting Manual. 6 07.2 Materials Materials shall meet the requirements of the following sections: OM/ nnV nn D -..+nn a ro Paint 9 -08.1 Powder Coating Materials for Coating Galvanized Surfaces 9 -08.2 Abrasive Blast Media 9- 08.4(1) Lead Abatement Additive 9- 08.4(2) Bird Guano Treatment 9- 08.5(1) Fungicide Treatment 9- 08.5(2) Water 9- 08.5(3) Filter Fabric 9 -08.6 Single Component Urethane Sealant 9 -08.7 Foam Backer Rod 9 -08.8 6 -07.3 Construction Requirements 6- 07.3(1) Work Force Qualifications 6- 07.3(1)A Work Force Qualifications for Shop Application of Paint Facilities for shop application of paint shall either be selected from one of the facilities listed in the WSDOT Qualified Products List as an approved coating facility for new steel structures, or shall be approved through the WSDOT Request for Approval of Material process. 6 07.3(1)B Work Force Qualifications for Field Application of Paint The Contractor preparing the surface and applying the paint shall be certified under SSPC -QP 1 The Contractor removing and otherwise disturbing existing paint containing lead and other hazardous materials shall be certified under SSPC -QP 2 Category A. In lieu of the above SSPC certifications, the Contractor performing the specified work may complete one of the following actions: 1. The Contractor may substitute documentation of successful completion of two bridge painting projects in the past ten years involving complete paint removal, including paint containing lead and other hazardous materials, with reapplication of a three component moisture -cured polyurethane paint system. The documentation shall include the name and size of the project, the dates of the work, the owner, and name and contact information for an owner's contact person. 2. The Contractor's quality control inspector(s) for the project shall be NACE certified CIP Level 3. 6 07.3(2) Submittals The Contractor shall submit a painting plan to the Engineer for approval in accordance with Section 1 -05.3. For shop application of paint, the painting plan shall include the documents listed in Section 6- 07.3(2)B and Section 6- 07.3(2)E item 2, the product data sheet for the primer coat with coefficient of friction certification, and paint samples in accordance with Section 6- 07.3(7). For field application of paint, the painting plan shall include the documents listed in Section 6- 07.3(2)A through Section 6- 07.3(2)F. 6 07.3(2)A Work Force Qualifications Submittal Component The work force qualifications submittal component of the painting plan shall include the following: 0\A/ A 11 CI 0...+fA ,-1,--- r0...,,..,.,l 11 A -..h ')nnol 1. Documentation of the Contractor's workforce qualifications as specified in Section 6- 07.3(1). 2. Resume of qualifications and contact information for the Contractor's on -site supervisors. An on -site supervisor shall be present for each work shift at the bridge site, and each on -site supervisor shall have three years minimum of industrial painting field experience with one year minimum of field supervisory or management experience in paint removal projects. 6 07.3(2)B Contractor's Quality Control Program Submittal Component The Contractor's quality control program submittal component of the painting plan shall include the following: 1. Description of the inspection procedures and techniques, and the acceptance criteria for all phases of work. 2. Procedure for implementation of corrective action. 3. The paint system manufacturer's recommended methods of preventing defects. 4. The Contractor's frequency of quality control inspection. 5. Description of the equipment used for inspection of prepared surfaces and inspection of paint. 6. Example completed form(s) of the daily quality control report used to document the inspection work and tests performed by the Contractor's quality control personnel. 6- 07.3(2)C Paint System Manufacturer and Paint System Information Submittal Component The paint system manufacturer and paint system information submittal component of the painting plan shall include the following: 1. Product data sheets and information on the paint materials, paint preparation, and paint application, as specified by the paint manufacturer, including: a. Samples and documents specified in Section 6- 07.3(7) for each paint and thinner. b. All application instructions including the mixing and thinning directions. c. Recommended spray nozzles and pressures. d. Minimum and maximum drying time between coats. e. Restrictions on temperature and humidity. f. Repair procedures as specified in Section 6- 07.3(10)P. g. Maximum dry film thickness for each coat. 2. Identification of, and contact information for, the paint system manufacturer's technical representative. PIA/ Afl7 CIA Po,Fr A .1.,. 11D,..,;,,-..-1 nn...,.1. nnnoi 3. For painting of new steel, the friction coefficient of the faying surface, including test results and the paint manufacturer's Certificate of Compliance in support of the friction coefficient. 6- 07.3(2)D Hazardous Waste Containment, Collection, Testing and Disposal Submittal Component The hazardous waste containment, collection, testing and disposal submittal component of the painting plan shall include the following: 1. Filter fabric attachment and support in accordance with Section 6- 07.3(10)A. 2. Abrasive blasting containment system attachment and support in accordance with Section 6- 07.3(10)A. 3. Details of job site material storage facilities and containment waste storage facilities, including location, security, and environmental control. 4. Methods and materials used to contain, collect, and dispose of all containment waste and all construction related waste including transportation of waste. 5. Details of the containment waste sampling plan conforming to Chapter 173 -303 WAC for waste designated as dangerous waste or extremely hazardous waste. 6. The name of, and contact information for, the accredited analytical laboratory performing the testing of the containment waste samples in accordance with Section 6- 07.3(10) F. 7. Process for tracking the disposal of hazardous waste, including a sample form of the tracking documentation. 6 07.3(2)E Cleaning and Surface Preparation Equipment Submittal Component The cleaning and surface preparation equipment submittal component of the painting plan shall include the following: 1. Details of the water jetting operation, including: a. Water source. b. A list and description of the water jetting equipment, including maximum water discharge rates and pressure. c. Methods and materials used to protect vehicular and pedestrian traffic from wash water when conducting overhead water jetting operations. 2. Details of the abrasive blast cleaning operation, including: a. Description of the abrasive blast cleaning procedure. b. Type, manufacturer, and brand, of abrasive blast material and all associated additives, including Materials Safety Data Sheets (MSDS). c. Description of the abrasive blast cleaning equipment to be used. 6 07.3(2)F Paint Application Equipment and Operations Submittal Component The paint application equipment and operations submittal component of the painting plan shall include the following: PW 407 04 Part04 doc [Revised March 20081 1. Description of the equipment used for paint application operations. 2. Details of job site material storage facilities, including location, security, and environmental control. 3. Description of the supports and platforms used to support equipment, materials, and workers, including scaffolds, platforms, accordion lifts, and barges, and the methods used to attach, moor and anchor these supports and platforms. I 4. Drip tarps in accordance with Section 6- 07.3(10)0.' 5. Methods and materials used to protect surrounding structures, equipment, and property from exposure to, and damage from, painting operations. 6. Details of paint application operations for areas of limited and restricted access. 7. Description of the method for the removal of any accidental spills or drips on traffic that occur during the normal painting operations, and provisions for providing a vehicle cleaning station. 6 07.3(2)G Painting Plan Meeting At the option of the Contracting Agency, a painting plan meeting may be scheduled following review of the Contractor's initial submittal of the plan. The Contractor shall be represented by the superintendent, on -site supervisors and quantity control inspectors. 6- 07.3(3) Quality Control and Quality Assurance 6- 07.3(3)A Quality Control and Quality Assurance for Shop Application of Paint For shop application of paint, quality control procedures shall be as approved by the Engineer. 6 07.3(3)B Quality Control and Quality Assurance for Field Application of Paint For field application of paint, the Contractor shall conduct quality control inspections as required by SSPC -PA 1, using the personnel and the processes outlined in the painting plan as approved by the Engineer. The Contractor shall maintain current copies of SSPC Painting Manual Volumes 1 and 2 at the project site at all times. The Contractor's quality control operations shall include monitoring and documenting the following: 1. Equipment, personnel, and materials used. 2. Environmental conditions (ambient air temperature and humidity, steel surface temperature, dew point, wind direction and velocity). 3. Steel surface condition, profile, and preparation. 4. Paint application and film thickness. A copy of the Contractor's daily quality control report, signed and dated by the Contractor's quality control inspector, accompanied by copies of the test results of quality control tests performed on the work covered by the daily quality control report, shall be submitted to the Engineer before the end of the next day's work shift. The Contractor shall provide the Engineer time and access to perform quality assurance testing. Each painting operation phase shall be considered a hold point, from which the Contractor shall not proceed with continuing work until receiving the Engineer's approval. The Engineer may perform quality assurance testing at each of the following phases of painting operations: 1. After SSPC -SP 1 cleaning. 2. After water jetting. 3. After abrasive blast cleaning, hand and power tool surface cleaning, and compressed air surface cleaning. 4. After applying each coat when dry. 5. During final inspection of all work at the end of the project. Quality assurance testing may include the following tests: 1. Environmental conditions for painting in accordance with ASTM D 337. 2. Cleanness of abrasive blasting media and ionic contamination of abrasive blasting media in accordance with ASTM D 4940. 3. Cleanness of compressed air in accordance with ASTM D 4285. 4. Pictorial of surface preparation standards in accordance with SSPC -VIS 1, 3, 4 and 5. 5. Surface profile by Keanne -Tator comparator in accordance with ASTM D 4417. 6. Surface profile by replica tape in accordance with ASTM D 4417. 7. Wet film thickness in accordance with ASTM D 4414. 8. Dry film thickness by magnetic gauge in accordance with SSPC -PA 2 modified. 9. Dry film thickness by Tooke gauge in accordance with ASTM D 4138. The Contractor shall repair all damage to paint resulting from Contracting Agency quality assurance inspections at no additional cost or time to the Contracting Agency. 6 07.3(4) Paint System Manufacturer's Technical Representative The paint system manufacturer's technical representative shall be present at the job site for the pre painting conference and for the first day of paint application, and shall be available for consultation for the full project duration. 6 07.3(5) Pre Painting Conference A pre painting conference shall be held five to ten working days before beginning painting operations to discuss the painting plan, construction operations, personnel, and equipment to be used. Those attending shall include: 1. (representing the Contractor) The superintendent, on -site supervisors, and all crew members in charge of cleaning and preparing the surfaces, containing, collecting and disposing of all removed materials, applying the paint, and performing all quality control inspections, measurements and tests; and the paint system manufacturer's technical representative, and fl1A/ All, fl A fl....1.lA J.... ffl ..J III -L /l/l/lfll 2. (representing the Contracting Agency) The Project Engineer, key inspection assistants, and representatives of the WSDOT HQ Construction Office. If the Contractor's key personnel change between any work operations, an additional conference may be held. For projects including painting of multiple structures, a separate conference may be held for each structure, at the discretion of the Engineer. 6- 07.3(6) Paint Containers, Storage and Handling 6- 07.3(6)A Paint Containers Paint container labels shall include the following information: 1. Manufacturer's name and product name, with batch number, and date of manufacture. 2. Color name and Federal Standard 595 color number, where applicable. 3. Shelf life of the product, from date of batch manufacture. 4. Storage requirements and temperature limits. Paint containers shall conform to U.S. DOT hazardous material shipping regulations. Paint shall be delivered to the job site in the manufacturer's original unopened containers with the original manufacturer's label legible and intact. Paint will be rejected if the container has a puncture, or if the lid shows signs of paint leakage. Each container shall be filled with paint and sealed airtight. Each container shall be filled with the amount of paint required to yield the specified quantity when measured at 70F. All paint shall be shipped in new suitable containers having a capacity not greater than five gallons. 6- 07.3(6)B Paint Storage Paint materials shall not be used or stored on site after the shelf life expiration date. Paint material shipping, handling and storage shall conform to Sections 1 -06.4 and 9- 08.1(4) and the following requirements: 1. Paint materials shall be stored in the manufacturer's original containers in a weather tight space where the temperature is maintained within the storage temperature range recommended by the paint manufacturer, but in no case where the temperature is lower than 40F or greater than 100F. 2. The Contractor shall monitor the paint material storage facility with a high -low recording thermometer device. 3. The paint material storage facility shall be separate from the storage facilities used for storing painting equipment and used for storing containment waste and construction generated waste. 6- 07.3(7) Paint Sampling and Testing The Contractor shall provide the Engineer one quart of each paint and each thinner representing each lot Samples shall be accompanied with a Material Safety Data Sheet and a paint drawdown sample. If the quantity of paint required for each component of the paint system for the entire project is 20 gallons or less, then the paint system components will be accepted as specified in Section 9- 08.1(7) with a paint draw down sample. Sampling and testing performed by the Contracting Agency shall not be construed as determining or predicting the performance or compatibility of the individual paint, or the completed paint system. 6- 07.3(8) Equipment 6- 07.3(8)A Paint Film Thickness Measurement Gages Paint dry film thickness measurements shall be performed with either a Type 1 pull off gage or a Type 2 electronic gage as specified in SSPC Paint Application Specification No. 2 Measurement of Dry Paint Thickness with Magnetic Gages. Paint wet film thickness measurement gages shall be stainless steel with notches graduated in 1 mil increments. 6 07.3(9) Painting New Steel Structures All materials classified as non- galvanized structural steel shall be painted with a three -coat paint system as specified in Section 6- 07.3(9)A. The primer coat shall be shop applied. The intermediate and top coats shall be field applied after erection and following any primer coating repair operations. Steel surfaces embedded in concrete, and faying (contact) surfaces of bolted connections (including all surfaces internal to the connection and all filler plates) shall receive the primer coat only. Stainless steel surfaces are not required to be painted. Welded shear connectors are not required to be painted except for the weld area. Temporary attachments or supports for scaffolding or forms shall not damage the paint system. 6 07.3(9)A Paint System The paint system applied to new steel surfaces shall consist of the following: Primer Coat: Intermediate Coat: Top Coat DI AI Al17 CIA D.,.4rA a.,.■ rDn.,..-,,.1 nA.,...I, Onno1 Section 9- 08.1(2)C Section 9- 08.1(2)G Section 9- 08.1(2)H The Contractor shall select a primer coat, intermediate coat, and top coat from the approved products listed in the current Qualified Products List, with all products selected for a system produced by the same manufacturer. The paint system selected shall be used throughout the entire structure. Paint formulations to be used on faying surfaces shall be Class B coatings with a mean slip coefficient not less than 0.50. The slip coefficient shall be determined by testing in accordance with "Test Method to Determine the Slip Coefficient for Coatings Used in Bolted Joints" as adopted by the Research Council on Structural Connections. 6 07.3(9)B Paint Color Each successive coat shall be a contrasting color to the previously applied coat. The color of the top coat shall be as specified in the Plans or Special Provisions, and shall conform to Section 9- 08.1(8). 6- 07.3(9)C Mixing and Thinning Paint Paint shall be mixed in accordance with the manufacturer's written recommendations to a smooth, lump -free consistency. Mixing shall be done, to the extent possible, in the original containers and shall be continued until all of the metallic powder or pigment is in suspension. The mixed paint shall be kept under continuous agitation up to and during the time of application. 6 07.3(9)D Coating Thickness Dry film thickness shall be measured in accordance with SSPC Paint Application Specification No. 2 Measurement of Dry Paint Thickness with Magnetic Gages. The dry film thickness for the primer coat shall not be less than 2.5 mils nor greater than the paint manufacturer's maximum recommended thickness. The minimum dry film thickness for the intermediate coat shall be 3.5 mils. The minimum dry film thickness for the top coat shall be 1.0 mil. If the specified number of coats does not produce a combined dry film thickness of at least the sum of the thicknesses required per coat, the Contractor shall apply another full coat of the top coat of paint. The dry film thickness shall not be thicker than the paint manufacturer's recommended maximum thickness. 6 07.3(9)E Surface Temperature Requirements Prior to Application of Paint For application of the paint system, the temperature of the steel surface shall be greater than 40F and less than 115F. 6 07.3(9)F Shop Surface Cleaning and Preparation A roughened surface profile shall be provided by an abrasive blasting procedure as approved by the Engineer. The profile shall be one mil minimum or in accordance with the paint manufacturer's recommendations, whichever is greater. The entire steel surface to be painted shall be cleaned to a near white condition in accordance with SSPC -SP 10 and shall be in this condition immediately prior to paint application. 6 07.3(9)G Application of Shop Primer Coat After receiving the Engineer's approval of the prepared surface, the primer shall be applied so as to produce a uniform, even coating that has fully bonded with the metal. Primer shall be applied with the spray nozzles and pressures recommended by the manufacturer of the paint system, so as to attain the film thicknesses specified. Top flange surfaces to be embedded in concrete shall receive a mist coat of the specified primer. Welded shear connectors, if installed in the shop, shall not receive paint except for incidental overspray. If the welded shear connectors are to be placed in the field, the area to be welded shall be prepared to SSPC -SP 11 power tool cleaning just prior to welding. After welding, the ground area and the weld shall be cleaned to SSPC -SP 11 and primed. The Contractor shall provide access to the steel to permit inspection as approved by the Engineer. The access shall not mar or damage any freshly painted surfaces. High strength field bolts shall not be painted before erection. 6 07.3(9)H Containment for Field Coating The Contractor shall use a containment system in accordance with Section 6- 07.3(10)A. PIA/ d(17 (le. Port!ld dr,. ro.,, hA.,a.h nnnoi 6- 07.3(9)1 Application of Field Coatings All uncoated areas shall receive a field primer coat of an organic zinc paint selected from the same approved paint system and paint manufacturer as the other paint for the structure. The intermediate and top coats shall be applied in accordance with the manufacturer's written recommendations. The minimum drying time between coats shall be as shown in the approved product data sheets, but not less than 12 hours. The Contractor shall determine if the paint has cured sufficiently for proper application of succeeding coats. The maximum time between intermediate and top coats shall be in accordance with the manufacturer's written recommendations. If the maximum time between coats is exceeded, all newly coated surfaces shall be prepared to SSPC -SP 7 brush -off blast cleaning and shall be re- painted with the same paint that was cleaned at no additional cost to the Contracting Agency. Dry film thickness measurements will be made in accordance with Section 6- 07.3(9)D. All paint damage that occurs shall be repaired in accordance with the manufacturer's written recommendations and as approved by the Engineer. On bare areas or areas of insufficient primer thickness, the repair shall include the application of the field applied organic zinc primer system, and the final two coats of the paint system. On areas where the primer is at least equal to the minimum required dry film thickness, the repair shall include the application of the final two coats of the paint system. All paint repair operations shall be performed by the Contractor at no additional cost or time to the Contracting Agency. 6 07.3(10) Painting Existing Steel Structures Painting existing steel structures includes providing containment, cleaning, preparing the surface, painting metal surfaces and disposal of generated waste. Painting of existing steel structures shall be done in the following sequence: 1. Containment. 2. Bird guano, fungus and vegetation removal. 3. Dry cleaning. 4. Surface preparation. 5. Treatment of pack rust and gaps. 6. Paint system application. 6 07.3(10)A Containment The containment system shall be in accordance with SSPC Technology Guide No. 6 Guide for Containing Surface Preparation Debris Generated During Paint Removal Operations Class 2. The Contractor shall protect the surrounding environment from all debris or damage resulting from the Contractor's operations. The containment length shall not exceed the length of a span (defined as pier to pier). The containment system shall not cause any damage to the existing structure. All clamps and other attachment devices shall be padded or designed such that they shall not mark or otherwise damage the steel member to which they are attached. All clamps and other attachment devices shall be fully described in the Contractor's painting plan submittal as approved by the Engineer. Field welding of attachments to the existing structure will not be allowed. The Contractor shall not drill holes into the existing structure or through existing MA/ dfl7 na Pnrt1161 tint- fRouicorl AAnrrh 911(1311 structural members except as shown in the Contractor's painting plan submittal as approved by the Engineer. All provisions for dust collection, ventilation and auxiliary lighting within the containment system shall be fully described the Contractor's painting plan submittal as approved by the Engineer. The containment system shall be capable of being removed rapidly in case of high winds. The Engineer will make the final determination on whether operations shall cease. Emissions shall be limited to the Level 2 Emissions standard in SSPC Technology Guide No. 6 Section 5.5 and assessed by Method A Visible Emissions. If failure to the containment system occurs or if signs of failure to the containment system are present, the Contractor shall stop work immediately. Work shall not resume until the failure has been corrected to the satisfaction of the Engineer. The containment system shall not be removed until all cleaned and painted surfaces have been inspected and approved by the Engineer. Prior to beginning work each day, all containment systems shall be inspected by the Contractor to verify they are in place and functioning properly. Any necessary maintenance to restore full function shall be completed prior to beginning work. 6 07.3(10)B Bird Guano, Fungus and Vegetation Removal. Bird guano and bird nesting materials shall be removed in the dry. Following dry removal, the Contractor shall apply a treatment solution in accordance with Section 9- 08.5(1), followed by hand scrubbing, and rinsing with water in accordance with Section 9- 08.5(3). The bird guano, bird nesting materials and the treatment solution shall be contained and collected. The Contractor shall treat all areas of fungus growth and vegetative growth. The Contractor shall apply a treatment solution in accordance with Section 9- 08.5(2) to the fungus areas for a period recommended by the solution manufacturer or as specified by the Engineer, but in no case less than five minutes. The fungus, vegetative growth and the treatment solution shall be contained and collected. Bird guano, bird nesting materials, fungus and vegetative growth shall be disposed of at a land disposal site approved by the Engineer. The Contractor shall provide the Engineer with one copy of the disposal receipt, which shall include a description of the disposed material. 6 07.3(10)C Dry Cleaning Dry cleaning shall include removal of accumulated dirt and debris on the surfaces to be painted. Collected dirt and debris shall be disposed of at a land disposal site approved by the Engineer. The Contractor shall provide the Engineer with one copy of the disposal receipt, which shall include a description of the disposed material. 6 07.3(10)D Surface Preparation prior to Overcoat Painting The Contractor shall remove any visible oil, grease, and road tar in accordance with SSPC SP1 Following any preparation by SSPC -SP1, all steel surfaces to be painted shall be prepared in accordance with either SSPC -SP 12 WJ -4 /LP WC water jetting surface cleaning, or SSPC -SP 7 brush -off blast cleaning. Surfaces inaccessible to water jetting or brush -off blast shall be prepared in accordance with SSPC -SP 15 commercial grade power tool cleaning, as allowed by the Engineer. Following water jetting or brush -off blast cleaning, the Contractor shall perform spot abrasive blast cleaning in accordance with SSPC -SP 6 commercial blast cleaning. Spot abrasive blast cleaning shall be performed in such a manner that the adjacent areas of work are protected P\AI nn7 nn pn.+nn Ars, A.. -nt. -nnoi from damage. Areas exhibiting coating failure down to the steel substrate, and which exhibit visible corrosion, shall be prepared down to clean bare steel in accordance with SSPC -SP 6. Exposed steel areas that have average exposed diameter less than 1 -1/2 inches and no other similar area closer than 4 inches, do not require spot abrasive blast cleaning or edge feathering, unless required by the Engineer. The Contractor shall provide a sharp angular surface profile by an abrasive blasting procedure as approved by the Engineer. The profile shall be one mil minimum, or in accordance with the paint manufacturer's recommendations, whichever is greater. For small areas as allowed by the Engineer, the Contractor may substitute cleaning in accordance with SSPC -SP 11 power tool cleaning. The prepared area shall extend at least 2 inches into adjacent tightly adhering, intact coating. Following spot abrasive blast cleaning of exposed steel surfaces, edges of tightly adherent coating remaining shall be feathered so that the recoated surface has a smooth appearance. Water jetting shall be performed with water conforming to Section 9- 08.5(3). Immediately prior to painting, the Contractor shall clean all steel surfaces and staging areas with dry, oil -free compressed air conforming to ASTM D 4285. 6 07.3(10)E Surface Preparation Full Paint Removal For structures where full removal of existing paint is specified, all steel surfaces to be painted shall be prepared in accordance with SSPC -SP 10 near -white metal blast cleaning. Surfaces inaccessible to near -white metal blast cleaning shall be prepared in accordance with SSPC- SP 11 power tool cleaning to bare metal, as allowed by the Engineer. 6 07.3(10)F Collecting, Testing and Disposal of Containment Waste The sealed waste containers shall be labeled as required by State and Federal laws. All confined materials shall be collected and secured in sealed containers at the end of each shift or daily at a minimum to prevent the weight of the confined materials from causing failure to the containment system. The sealed waste containers shall be stored in accordance with Section 1 -06.4, the painting plan as approved by the Engineer, and the following requirements: 1. The containers shall be stored on an impermeable surface that accommodates sweeping or vacuuming. 2. Landside storage of the containers shall be at an elevation above the ordinary high water level (OHWL) elevation. The container storage area shall not be in a storm water runoff course and shall not be in an area of standing water. 3. The container storage area shall be fenced, secured site, separate from the storage facilities for paint materials and paint equipment. 4. The containers shall not be stored at the on -site landside storage site for longer than 90 calendar days. All material collected by and removed from the containment system shall be taken to a landside staging area, provided by the Contractor and approved by the Engineer, for further processing and storage prior to transporting for disposal. Handling and storage of material collected by and removed from the containment system shall conform to Section 1 -06.4. Storage of containment waste materials shall be in a facility separate from the storage facilities used for paint materials and paint equipment. Containment waste is defined as all paint chips and debris removed from the steel surface, and all abrasive blast media, as contained by the containment system. After all waste from the containment system has been collected, the Contractor shall have a minimum of three samples of the wastes tested by an accredited analytical laboratory. Each sample shall be taken from a different storage container unless directed otherwise by the Engineer. PW 407 04 Part04.doc [Revised March 20081 The debris shall be tested for metals using the Toxicity Characteristics Leaching Procedure (TCLP), EPA Methods 1311 and 6010. At a minimum, the materials to be analyzed shall include Arsenic, Barium, Cadmium, Chromium Coppers, Lead, Mercury, Nickel, Selenium, Silver and Zinc. If the average of the tested samples is at or above all threshold limits as stated in the Dangerous Waste Regulation, Chapter 173 -303 WAC, the containment waste will be designated as "Dangerous Waste" and shall be disposed of at a permitted hazardous waste repository. If the average of the tested samples is below the threshold limits, the containment waste will be designated as "Solid Waste" and shall be disposed 'at a permitted sanitary landfill that will accept the waste. Disposal shall be in accordance with Chapter 173 -303 WAC for waste designated "Dangerous Waste" or "Extremely Hazardous Waste" and in accordance with Chapter 173 -304 WAC for waste designated as "Solid Waste The Contractor shall supply two copies of the transmittal documents or bill of lading listing the waste material shipped from the construction site to the waste disposal site. One copy of the shipment list shall show the signature of the Engineer and shall have the waste site operator's confirmation for receipt of the waste. In the event that the containment wastes are designated as "Dangerous Wastes" or "Extremely Hazardous Waste" under Chapter 173 -303 WAC, the Contracting Agency will provide to the Contractor the appropriate EPA identification number. Unless noted otherwise a waste site will not be provided by the Contracting Agency for the disposal of excess materials and debris. The Contractor shall submit one copy of all TCLP results to the Engineer. The Contractor shall submit waste disposal documentation to the Engineer within 15 working days of each disposal. This documentation shall include the quantity and type of waste disposed of with each disposal shipment. 6 07.3(10)G Treatment of Pack Rust and Gaps Pack rust is defined as the condition where two or more pieces of steel fastened together by rivets or bolts have been pressed apart by crevice corrosion caused by the build up of corrosion products at the interface of the steel pieces. Pack rust forming a gap between steel surfaces of 1/16 inch or greater shall be cleaned to a depth of one half of the gap width, up to a maximum of 1/4 inch. The cleaned gap shall be treated with rust penetrating sealer, and caulked to form a watertight seal along the top edge and the two sides of the steel pieces involved, using the rust penetrating sealer and caulk as approved by the Engineer. The bottom edge or lowest edge of the steel pieces involved shall not be caulked. The type of rust penetrating sealer and caulk used shall be compatible with the paint system used and shall be applied in accordance with the rust penetrating sealer and caulk manufacturer's instructions. When caulking joints where only one steel piece edge is exposed, a fillet of caulk shall be formed which is not less than 1/8 inch or the width of the pack rust gap. The fillet is not required where there is no separation of the steel pieces due to pack rust. At locations where gaps between steel surfaces exceed 1/4 inch, the Contractor shall fill the gap with foam backer rod material and sealant as approved by the Engineer. The foam MI AI A /l7 A 11_.1/\ A J__ rr,_ backer rod material shall be of sufficient diameter to fill the crevice or gap. The Contractor shall apply sealant over the foam backer rod material to form a watertight seal. 6 07.3(10)H Paint System The paint system applied to new steel surfaces shall consist of the following five coat system: Primer Stripe Coat: Primer Coat: Intermediate Stripe Coat: Intermediate Coat: Top Coat Section 9- 08.1(2)F Section 9- 08.1(2)F Section 9- 08.1(2)G Section 9- 08.1(2)G Section 9- 08.1(2)H The Contractor shall select a primer coat, intermediate coat, and top coat from the approved products listed in the current Qualified Products List. Once a paint system has been selected, all paints in that system shall be from the same manufacturer. Only one paint system from a singular manufacturer shall be used throughout the project, unless otherwise approved in writing by the Engineer. The Contractor shall not change to a different paint system once the initial paint system has been applied to any portion of the bridge, unless otherwise approved in writing by the Engineer. 6 07.3(10)1 Paint Color Each successive full coat shall be a contrasting color to the previously applied full coat. Stripe coat colors may match the full coats. The color of the top coat shall be as specified in the Plans or Special Provisions, and shall conform to Section 9- 08.1(8). Tinting shall occur at the factory at the time of manufacture and placement in containers, prior to initial shipment. Application site tinting will not be allowed except as otherwise approved by the Engineer. 6 07.3(10)J Mixing and Thinning Paint The Contractor shall thoroughly mix paint by mechanical means to ensure a uniform composition. Paint shall not be mixed by means of air stream bubbling or boxing. Paint shall be mixed in the original containers and mixing shall continue until all pigment or metallic powder is in suspension. Care shall be taken to ensure that the solid material that has settled to the bottom of the container is thoroughly dispersed. After mixing, the Contractor shall inspect the paint for uniformity and to ensure that no unmixed pigment or lumps are present. Catalysts, curing agents, hardeners, initiators, or dry metallic powders which are packaged separately may be added to the base paint in accordance with paint manufacturer's written recommendations and only after the paint is thoroughly mixed to achieve a uniform mixture with all particles wetted. The Contractor shall then add the proper volume of curing agent to the correct volume of base and mix thoroughly. The mixture shall be used within the pot life specified by the manufacturer. Unused portions shall be discarded at the end of each work day. The Contractor shall not add additional thinner at the application site except as approved by the Engineer. The amount and type of thinner, if allowed, shall conform to the manufacturer's specifications. When recommended by the manufacturer, the Contractor shall constantly agitate paint during application by use of paint pots equipped with mechanical agitators. The Contractor shall strain all paint after mixing to remove undesirable matter, but without removing the pigment or metallic powder. Paint shall be stored and mixed in a secure, contained location to eliminate the potential for spills into State waters, and onto the ground and highway surfaces. 111 A/ A117 AA 11 -All A J ...J I, A 1-1/111111 6- 07.3(10)K Coating Thickness The minimum wet film thickness of each coat (primer, intermediate, top, and all stripe coats) shall be sufficient to achieve a dry film thickness of at least 3.0 mils. If the specified number of coats does not produce a combined dry film thickness of at least the sum of the thicknesses required per coat, the Contractor shall apply another full coat of the top coat of paint. The dry film thickness shall not be thicker than the paint manufacturer's recommended maximum thickness. Film thickness, wet and dry, will be measured by gages conforming to Section 6- 07.3(8)A. Wet measurements will be taken immediately after the paint is applied. Dry measurements will be taken after the coating is dry and hard. Each painter shall be equipped with a wet film thickness gauge, and shall be responsible for performing frequent checks of the paint film thickness throughout application. Coating thickness measurements may be made by the Engineer after the application of each coat and before the application of the succeeding coat. In addition, the Engineer may inspect for uniform and complete coverage and appearance. One hundred percent of all thickness measurements shall be the minimum wet film thickness specified in this Section. Wet film thickness measurements will be made in accordance with ASTM D 4414. In areas where wet film thickness measurements are impractical, dry film thickness measurements will be made as specified in Section 6- 07.3(8)A. If thickness measurements or visual inspection of coverage do not meet the specified minimum, the Contractor shall make additional applications, as necessary, to achieve thickness and coverage requirements. If a question arises about an individual coat thickness or coverage, it will be verified by the use of a Tooke gauge in accordance with ASTM D 4138. If the Tooke gage shows a coat thickness to be Tess than a minimum dry film thickness of 3.0 mils or indicates a missing intermediate coat, the total paint system will be rejected, even if the thickness of the total system equals or exceeds the total thickness specified. 6 07.3(10)L Environmental Condition Requirements Prior to Application of Paint Paint shall be applied only during periods when: 1. Air temperature and paint temperature are between 35F and 115F. 2. Steel surface temperature is between 35F and 115F. 3. Steel surface does not show wet drops and is not wet. 4. Relative humidity is within the manufacturer's recommended range. 5. The anticipated ambient temperature will remain above 35F during the paint drying period. Application will not be allowed if conditions are not favorable for proper application and performance of the paint. Paint shall not be applied when weather conditions are unfavorable to proper curing. If a paint system manufacturer's recommendations allow for application of a paint under environmental conditions other than those specified, the Contractor shall submit a letter from the paint manufacturer specifying the environmental conditions under which the paint can be applied. Application of paint under environmental conditions other than those specified in this Section will not be allowed without the Engineer's approval. PW 407_04 Part04 doc [Revised March 20081 6- 07.3(10)M Steel Surface Condition Requirements Prior to Application of Paint The steel surface to be painted shall be free of moisture, dirt, dust, grease, oil, loose, peeling or chalky paint, abrupt paint edges, salts, rust, mill scale, and other foreign matter and substances that would prevent the bond of the succeeding application. The Contractor shall protect freshly painted surfaces from contamination by abrasives, dust, or foreign materials from any other source. The Contractor shall prepare contaminated surfaces to the satisfaction of the Engineer before applying additional paint. Prepared surfaces shall be kept clean at all times, before painting and between coats. Edges of existing paint shall be feathered in accordance with SSPC -PA 1, Note 16.9. 6 07.3(10)N Field Coating Application Methods The Contractor shall apply paint materials by air or airless spray, brush, roller, any combination of these methods, or as recommended by the paint manufacturer, unless otherwise specified. Spray application of the paint shall be accomplished with spray nozzles and at pressures as recommended by the paint manufacturer to ensure application of paint at the specified film thickness. Regardless of the primary paint application method, the Contractor shall use brushes to apply the stripe coat, to ensure complete coverage around structural geometric irregularities, and to push the paint into gaps between existing steel surfaces and around rivets and bolts. All application techniques shall conform to Section 7, SSPC -PA 1. Painters using brushes shall work from pails containing a maximum of two gallons of paint. This is intended to minimize the impact of any spill. 6 07.3(10)0 Applying Field Coatings The first coat shall be a primer stripe coat applied to steel surfaces cleaned to bare metal and defined to receive a stripe coat. The second coat shall be a primer coat applied to all steel surfaces cleaned to bare metal. The third coat shall be an intermediate stripe coat applied to steel surfaces defined to receive a stripe coat. The fourth coat shall be an intermediate coat. The fifth coat shall be the top coat. The intermediate (fourth) and top (fifth) coats shall encapsulate the entire surface area of the structure members specified to be painted. Prior to the application of paint the Contractor shall clean the bridge deck surface for the purpose of dust control. During painting operations the Contractor shall furnish, install, and maintain drip tarps below the areas to be painted to contain all spilled paint, buckets, brushes, and other deleterious material, and prevent such materials from reaching the environment below or adjacent to the structure being painted. Drip tarps shall be absorbent material and hung to minimize puddling. In addition to the requirements of the Specifications, paint application shall conform to: 1. The best practices of the trade. 2. The written recommendations of the paint manufacturer. 3. All applicable portions of the SSPC -PA1. No primer paint shall be applied to any surface until the surface has been inspected and approved by the Engineer. Any area to which primer paint has been applied without the Engineer's inspection and approval will be considered improperly cleaned. The unauthorized application shall be completely removed and the entire area recleaned to the satisfaction of the Engineer. After the area has been recleaned, inspected, and approved, the Contractor may again initiate the painting sequence. No additional compensation or extension of time in accordance with Section 1 -08.8 will be allowed for the removal of any unauthorized paint application and recleaning of the underlying surface. PW 4n7 n4 Partn4 rinr fRpvi ri Marrh 7nf 1 All steel surfaces cleaned to bare metal by abrasive blast cleaning shall receive the primer coat within the same working day as the completion of the abrasive blast cleaning, and before any rust begins to form. Each successive coat shall be applied as soon as possible over the previous coat, accounting for drying time of the preceding coat, weather, atmospheric temperature and other environmental conditions, and the paint manufacturer's recommendations. Each coat shall be dry before recoating, and shall be sufficiently cured so that succeeding or additional coats may be applied without causing damage to the previous coat. Recoat times shall be as shown in the paint manufacturer's recommendations, but not less than 12 hours. Revision of recoat times to other than recommended by the paint manufacturer requires the approval of the Engineer. If the maximum time between coats is exceeded, all affected areas shall be prepared to SSPC -SP 7 brush -off blast cleaning and recoated with the Contract specified system at no additional expense or time to the Contracting Agency. Each coat shall be applied in a uniform layer, completely covering the preceding coat. Individual coats shall be tinted a sufficiently different shade so that each coat can be easily detected. The Contractor shall correct runs, sags, skips, or other deficiencies before application of succeeding coats. Such corrective work may require recleaning, application of additional paint, or other means as determined by the Engineer at no additional cost to the Contracting Agency. If fresh paint is damaged by the elements, the Contractor shall replace or repair the paint to the satisfaction of the Engineer at no additional cost to the Contracting Agency. Prior to applying the primer or intermediate coats, the Contractor shall apply a primer or intermediate stripe coat, respectively, on all edges, corners, seams, crevices, interior angles, junction of joint members, rivet or bolt heads, nuts and threads, weld lines, and any similar surface irregularities. The full primer coat may be applied prior to the primer stripe coat to prevent flash rusting of the cleaned surfaces, if approved by the Engineer. The coverage of each stripe coat shall extend at least one inch beyond the irregular surface. The stripe coat shall be of sufficient thickness to completely hide the surface being covered and shall be followed as soon as practical by the application of the primer or intermediate coat to its specified thickness. If the primer coat leaves unsealed cracks or crevices, these shall be sealed with single component urethane sealant conforming to Section 9 -08.7 (applied in accordance with the manufacturer's recommendations) before the intermediate coat is applied. The Contractor shall correct paint deficiencies before application of succeeding coats. Such corrective work may require recleaning, application of additional paint, or other corrective measures in accordance with the paint manufacturer's recommendations and as specified by the Engineer. Such corrective work shall be completed at no additional expense or time to the Contracting Agency. Each application of primer stripe, primer, intermediate stripe, intermediate, and top coat shall be considered as separately applied coats, including for the purposes of film thickness and coverage requirements. The Contractor shall not use a preceding or subsequent coat to remedy a deficiency in another coat. The Contractor shall apply the top coat to at least the minimum specified top coat thickness, to provide a uniform appearance and consistent finish coverage, even if the total thickness of the prime and intermediate coats is found to exceed the specified total thickness for the primer and intermediate coats. If roadway or sidewalk planks lie so close to the metal that they prevent proper cleaning and painting, the Contractor shall remove or cut the planks to provide at least a 1 -inch clearance. Any plank removal or cutting shall be done as approved by the Engineer. The Contractor shall PW 407_04 Part04 doc [Revised March 2008] replace all planks after painting. If removal breaks or damages the planks and makes them unfit for reuse, the Contractor shall replace them at no expense to the Contracting Agency. 6 07.3(10)P Field Coating Repair Paint repair shall conform to SSPC -PA 1. Repair areas shall be cleaned of all damaged paint and the system re- applied using all coats typical to the paint system. Each coat shall be thoroughly dry before applying subsequent coats. Paint repair shall be in accordance with the paint manufacturer's recommendations, and as approved by the Engineer. All paint repair operations shall be performed by the Contractor at no additional cost or time to the Contracting Agency. 6 07.3(10)Q Cleanup Cleaning of equipment shall not be done in State waters nor shall resultant cleaning runoff be allowed to enter State waters. No paint cans, lids, brushes, or other debris shall be allowed to enter State waters. Solvents, paints, paint sludge, cans, buckets, rags, brushes, and other waste associated with this project shall be collected and disposed of off site. Paint products, petroleum products or other deleterious material shall not be wasted into, or otherwise enter, State waters as a result of project activities. Cleanup of the project site shall conform to Section 1 -04.11 and 6 -01.12 6 07.3(11) Painting or Powder Coating of Galvanized Surfaces Galvanized surfaces specified to be coated after galvanizing shall receive either paint in accordance with Section 6- 07.3(11)A or powder coating in accordance with Section 6- 07.3(11)B. The color of the finish coat shall be as specified in the Special Provisions. 6 07.3(11)A Painting of Galvanized Surfaces All galvanized surfaces receiving paint shall be prepared for painting in accordance with the ASTM D 6386. The method of preparation shall be as agreed upon by the paint manufacturer and the galvanizer. The Contractor shall not begin painting until receiving the Engineer's approval of the prepared galvanized surface. Environmental Conditions Steel surfaces shall be: Greater than 35 9 F and Less than 115 or in accordance with the manufacturer's recommendations, whichever is more stringent. The Contractor shall paint the dry surface as follows: I First Coat Second Coat Submittals rflni An, nw 1'1 ..r.A J 1,1- --I II -L nnnnl Paint Type Name Section 9- 08.1(2)E Epoxy polyamide Section 9- 08.1(2)H Moisture Cured Aliphatic Polyurethane Each coat shall be dry before the next coat is applied. All coats applied in the shop shall be dried hard before shipment. 6 07.3(11)B Powder Coating of Galvanized Surfaces Powder coating of galvanized surfaces shall conform to the following requirements: The Contractor shall submit the following information to the Engineer for approval: 1. The name, location, and contact information (mail address, phone, and e -mail) for the firm performing the powder coating operation. 2. Quality control (QC) programs established and followed by the firm performing the powder coating operation. Forms to document inspection and testing of coatings as part of the QC program shall be included in the submittal. 3. Project specific powder coating plan, including identification of the powder coating materials used (and manufacturer), and specific cleaning, surface preparation, pre heating, powder coating application, curing, shop and field coating repair, handling, and storage processes to be taken for the assemblies being coated for this project. 4. Product data and MSDS sheets for all powder coating and coating repair materials. Galvanizing Prior to the galvanizing operation, the Contractor shall identify to the galvanizer the specific assemblies and surfaces receiving the powder coating after galvanizing, to ensure that the galvanizing method used on these assemblies is compatible with subsequent application of a powder coating system. Specifically, such assemblies shall neither be water quenched, nor receive a chromate conversion coating, as part of the galvanizing operation. Galvanized Surface Cleaning and Preparation Galvanized surfaces receiving the powder coating shall be cleaned and prepared for coating in accordance with ASTM D 6386, and the project specific powder coating plan as approved by the Engineer. Assemblies conforming to the ASTM D 6386 definition for newly galvanized steel shall receive surface smoothing and surface cleaning in accordance with ASTM D 6386 Section 5, and surface preparation in accordance with ASTM D 6386 Section 5.4.1. Assemblies conforming to the ASTM D 6386 definition for partially weathered galvanized steel shall be checked and prepared in accordance with ASTM D 6386 Section 6, before then receiving surface smoothing and surface cleaning in accordance with ASTM D 6386 Section 5, and surface preparation in accordance with ASTM D 6386 Section 5.4.1. Assemblies conforming to the ASTM D 6386 definition for weathered galvanized steel shall be prepared in accordance with ASTM D 6386 Section 7, before then receiving surface smoothing and surface cleaning in accordance with ASTM D 6386 Section 5 and surface preparation in accordance with ASTM D 6386 Section 5.4.1. The Contractor shall notify the Engineer of all surface cleaning and preparation activities, and shall provide the Engineer opportunity to perform quality assurance inspection, in accordance with Section 1 -05.6, at the completion of surface cleaning and preparation activities prior to beginning powder coating application. Powder Coating Application and Curing After surface preparation, the two component powder coating shall be applied in accordance with the powder coating manufacturer's recommendations, the project specific powder coating plan as approved by the Engineer, and as follows. MA/ An7 nn o .inn rn 1. Pre -heat. The pre -heat shall be sufficient to prevent pin holes from forming in the finished coating system. 2. Apply the epoxy primer coat, followed by a partial cure. 3. Apply the polyester finish coat, followed by the finish cure. Testing The firm performing the powder coating operation shall conduct, or make arrangements for, QC testing on all assemblies receiving powder coating for this project, in accordance with the powder coating firm's QC program as .documented in item 2 of the Submittal subsection above. Testing may be performed on coated surfaces of production fabricated items, or on a representative test panel coated alongside the production fabricated items being coated. There shall be a minimum of one set of tests representing each cycle of production fabricated items coated and cured. Additional tests shall be performed at the request of the Engineer. Repair of damaged coatings on production fabricated items shall be the responsibility of the firm applying the powder coating, and shall be in accordance with the project specific powder coating plan as approved by the Engineer. At a minimum, the QC testing shall test for the following requirements: 1. Visual inspection for the presence of coating holidays, and other unacceptable surface imperfections. 2. Coating thickness measurement in accordance with Section 6- 07.3(5). The minimum thickness of the epoxy primer coating and polyester finish coating shall be 3 mils each. 3. Hardness testing in accordance with ASTM D 3363, with the finish coat providing a minimum hardness value of H. 4. Adhesion testing in accordance with ASTM D 4541 for 400 psi minimum adhesion for the complete two component coating system. 5. Powder Coating Institute (PCI) #8 recommended procedure for solvent cure test. The results of the QC testing shall be documented in a QC report, and submitted to the Engineer for approval. The Engineer shall be provided notice and access to all assemblies at the powder coating facility for the purposes of Contracting Agency acceptance inspection, including notice and access to witness all hardness and adhesion testing performed by the firm conducting the QC testing, in accordance with Section 1 -05.6. Assemblies not meeting the above requirements will be subject for rejection by the Engineer. Rejected assemblies shall be repaired or re- coated by the Contractor, at no additional expense to the Contracting Agency, in accordance with the project specific powder coating plan as approved by the Engineer until the assemblies satisfy the acceptance testing requirements. Assemblies shall not be shipped from the powder coating firm's facility to the project site until the Contractor receives the Engineer's approval of the QC Report and assembly inspection performed by the Engineer. Coating Protection For Shipping, Storage, and Field Erection PW 407 04 Part04.doc [Revised March 2008] After curing and acceptance, the Contractor shall protect the coated assemblies with multiple layers of bubble wrap, or other protective wrapping materials specified in the project specific powder coating plan as approved by the Engineer. During storage and shipping, each assembly shall be separated from other assemblies by expanded polystyrene spacers and other spacing materials specified in the project specific powder coating plan as approved by the Engineer. After erection, all coating damage due to the Contractor's shipping, storage, handling, and erection operations shall be repaired by the Contractor, at no additional expense to the Contracting Agency, in accordance with the project specific powder coating plan as approved by the Engineer. The Contractor shall provide the Engineer access to all locations of all powder coated members' for verification of coating conditions prior to and following all coating repairs. 6 07.3(12) Painting Ferry Terminal Structures Ferry terminal structures shall be painted as specified in the Special Provisions. 6 07.3(13) Painting Timber Structures Timber structures shall be painted as specified in the Special Provisions. 6 07.4 Measurement Cleaning, sealing and caulking pack rust will be measured by the linear foot along the edge of the steel connection interface cleaned, sealed and caulked. Spot abrasive blast cleaning of steel surfaces in accordance with Section 6- 07.3(10)D will be measured by the square foot of surface area to be cleaned to bare metal as specified by the Engineer. 6 07.5 Payment Payment will be made in accordance with Section 1 -04.1, for each of the following bid items that are included in the proposal: "Cleaning and Painting lump sum. The lump sum contract price for "Cleaning and Painting shall be full pay for performing the work as specified, including developing all submittals, arranging for and accommodating contact and on -site attendance by the paint manufacturer's technical representative, furnishing and placing all necessary staging and rigging, furnishing, operating and mooring barges, furnishing and operating fixed and movable work platforms, accommodating Contracting Agency inspection access, conducting the Contractor's quality control inspection program, providing material, labor, tools, and equipment, collecting and storing containment waste, collecting, storing, testing, and disposing of all containment waste not conforming to the definition in Section 6- 07.3(10)F, performing all cleaning and preparation of surfaces to be painted, applying all coats of paint and sealant, correcting coating deficiencies, completing coating repairs, and completing project site cleanup. Progress payments for "Cleaning and Painting will be made on a monthly basis and will be based on the percentage of the total estimated area satisfactorily cleaned and coated as determined by the Engineer. Payment will not be made for areas which do not have the specified number of coats for the paint system used, nor for areas which are complete but have repairs outstanding. "Cleaning, Sealing and Caulking Pack Rust per linear foot. PW 40704 Part04.doc [Revised March 2008] The unit contract price per linear foot for "Cleaning, Sealing and Caulking Pack Rust" shall be full pay for performing the work as specified, including cleaning out the pack rust, preparing the gap for the rust penetrating sealer and caulk, and applying the rust penetrating sealer and caulk. "Spot Abrasive Blast Cleaning per square foot. The unit contract price per square foot for "Spot Abrasive Blast Cleaning" shall be full pay for performing the spot abrasive blast cleaning work in accordance with Section 6- 07.3(10)D. "Containment of Abrasives lump sum. The lump sum contract price for "Containment of Abrasives" shall be full payment for all costs incurred by the Contractor in complying with the requirements as specified in Section 6- 07.3(10)A to design, construct, maintain, and remove containment systems for abrasive blasting operations. "Testing and Disposal of Containment Waste by force account as provided in Section 1- 09.6. All costs in connection with testing containment waste, transporting containment waste for disposal, and disposing of containment waste in accordance with Section 6- 07.3(10)F will be paid by force account in accordance with Section 1 -09.6. For the purpose of providing a common proposal for all bidders the Contracting Agency has entered an amount for the item "Testing and Disposal of Containment Waste" in the bid proposal to become part of the total bid by the Contractor. Payment for painting new steel structures and painting or powder coating of galvanized surfaces will be in accordance with Sections 6 -03.5. Painting of timber structures will be in accordance with Section 6 -04.5. SECTION 6 -09, MODIFIED CONCRETE OVERLAYS August 3, 2009 6- 09.3(1)B Rotary Milling Machines This section is revised to read: Rotary milling machines shall have a maximum operating weight of 50,000 pounds, and conform to the requirements in Section 1 -07.7. 6 09.3(1)C Hydro Demolition Machines This section is revised to read: Hydro demolition machines shall consist of filtering and pumping units operating in conjunction with a remote controlled robotic device, using high velocity water jets to remove 112 -inch of sound concrete with the simultaneous removal of all deteriorated concrete. Hydro demolition machines shall also clean any exposed reinforcing steel of all rust and corrosion products. 6 09.3(1)D Shot Blasting Machines This section is revised to read: Shot blasting machines shall consist of a self contained mobile unit, using steel abrasive to remove 1/2 -inch of sound concrete. The shot blasting machine shall vacuum and store all material removed from the scarified concrete surface into a self contained unit. 6 09.3(5)A General This section is supplemented with the following: Dense, sound areas of existing bridge deck repair material shall be sufficiently scarified to provide one inch minimum clearance to the top of the fresh modified concrete overlay. 6 09.3(5)E Rotomilling The second sentence is revised as follows: The operating parameters of the rotary milling machine shall be monitored in order to prevent the unnecessary removal of concrete below the 1/2 -inch maximum removal depth. 6 09.3(6) Further Deck Preparation The first paragraph is revised to read: Once the lane or strip being overlaid has been cleaned of debris from scarifying, the Contractor, with the Engineer, shall perform an inspection of the completed work, in accordance with ASTM D 4580 Method B except as otherwise noted for concrete surfaces scarified by hydro demolition, and the Contractor shall mark those areas of the existing bridge deck that are authorized by the Engineer for further deck preparation by the Contractor. When hydro demolition is used as the method of scarification, the inspection for further deck preparation shall be a visual inspection and shall take place after one pass of the hydro demolition machine. 6 09.3(6)B Deck Repair Preparation The second sentence in the first paragraph is revised to read: If unsound concrete exists around the top mat of steel reinforcing bars, or if the bond between concrete and top mat of steel is broken, concrete shall be removed to provide a 3/4 -inch minimum clearance around the top mat of steel reinforcing bars. 6 09.3(6)C Placing Deck Repair Concrete The first paragraph is revised to read: Deck repair concrete for modified concrete overlays shall be either modified concrete or concrete Class M as specified below. The third paragraph is deleted. The fourth paragraph is revised to read: Type 1 deck repairs, defined as deck repair areas with a maximum depth of one -half the periphery of the bottom bar of the top layer of steel reinforcement and not to exceed 12 continuous inches along the length of the bar, may be filled during the placement of the concrete overlay. This section is supplemented with the following: Type 2 deck repairs, defined as deck repair areas not conforming to the definition of Type 1 deck repairs, shall be repaired with concrete Class M and wet cured for 42 -hours in PW 407 04 Part04 doc [Revised Marrh 2nmRl accordance with Section 6- 09.3(13), prior to placing the concrete overlay. During the curing period, all vehicular and foot traffic shall be prohibited on the repair area. 6- 09.3(8)A Quality Assurance for Microsilica Modified and Fly Ash Modified Concrete Overlays The first sentence in the first paragraph is revised to read: The Engineer will perform slump, temperature, and entrained air tests for acceptance in accordance with Section 6- 02.3(5)D and as specified in this Section after the Contractor indicates that the concrete is ready for placement. The third paragraph is deleted. 6 09.3(8)B Quality Assurance for Latex Modified Concrete Overlays The following new sentence is inserted as the leading sentence in the second paragraph: The Engineer will perform slump, temperature, and entrained air tests for acceptance in accordance with Section 6- 02.3(5)D and as specified in this Section. The third paragraph is deleted. 6 09.3(10) Overlay Profile and Screed Rails This sections content is deleted. This section is supplemented with the following new sub sections: 6 09.3(10)A Survey of Existing Bridge Deck Prior To Scarification Prior to beginning the scarifying concrete surface finish work specified under Section 6- 09.3(5), the Contractor shall complete a survey of the existing bridge deck(s) specified to receive modified concrete overlay for use in establishing the existing cross section and grade profile 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. Primary control points will be described by reference to the bridge or project specific stationing and elevation datum. The Contracting Agency will also provide horizontal coordinates for the beginning and ending points and for each Point of Intersection (PI) on each centerline alignment included in the project. The Contractor shall provide the Engineer 21- calendar days notice in advance of scheduled concrete surface scarification work to allow the Contracting Agency time to provide the primary survey control information. The Contractor shall verify the primary survey control information furnished by the Contracting Agency, and shall expand the survey control information to include secondary horizontal and vertical control points as needed for the project. The Contractor's survey records shall include descriptions of all survey control points, including coordinates and elevations of all secondary control points. The Contractor shall maintain detailed survey records, including a description of the work performed on each shift, the methods utilized to conduct the survey, and the control points used. The record shall be of sufficient detail to allow the survey to be reproduced. A copy of each day's survey record shall be provided to the Engineer within 3- working days after the end of the shift. The Contractor shall compile the survey information in an electronic file format acceptable to the Contracting Agency (Excel spreadsheet format is preferred). PW 407_04 Part04.doc [Revised March 2008] Survey information collected shall include station, offset, and elevation for each lane line and curbline. Survey information shall be collected at even 20 -foot station intervals, and also at the centerline of each bridge expansion joint. The Contractor shall ensure a surveying accuracy to within 0.01 -feet for vertical control and 0.2 -feet for horizontal control. The survey shall extend 100' -0" beyond the bridge back of pavement seat. Except for the primary survey control information furnished by the Contracting Agency, the Contractor shall be responsible for all calculations, surveying, and measuring required for setting, maintaining and resetting equipment and materials necessary for the construction of the overlay to the final grade profile. The Contracting Agency may post -check the Contractor's surveying, but these post- checks shall not relieve the Contractor of responsibility for internal survey quality control. The Contracting Agency will establish the final grade profile based on the Contractor's survey, and will provide the final grade profile to the Contractor within three working days after receiving the Contractor's survey information. The Contractor shall not begin scarifying concrete surface work specified under Section 6- 09.3(5) until receiving the final grade profile from the Engineer. 6 09.3(10)B Establishing Finish Overlay Profile The finish grade profile shall be 1/4 inch 1/8 inch from the Engineer's final grade profile. The final grade profile shall be verified prior to the placement of modified concrete overlay with the screed rails in place. The finishing machine shall be passed over the entire surface to be overlaid and the final screed rail adjustments shall be made. If the resultant overlay thickness is not compatible with the finish grade profile generated by the Contractor's screed rail setup, the Contractor shall make profile adjustments as approved by the Engineer. After the finish overlay profile has been verified, changes in the finishing machine elevation controls will not be allowed. The Contractor shall be responsible for setting screed control to obtain the specified finish grade overlay profile as well as the finished surface smoothness requirements specified in Section 6- 02.3(10). Screed rails upon which the finishing machine travels shall be placed outside of the area to be overlaid, in accordance with Item 7 of Section 6- 09.3(2) and as approved by the Engineer. Interlocking rail sections or other approved methods of providing rail continuity are required. Hold -down devices shot into the concrete are not permitted unless the concrete is to be subsequently overlaid. Hold -down devices of other types leaving holes in the exposed area will be allowed provided the holes are subsequently filled with a sand /cement grout (sand and portland cement in equal proportions by volume). Hold -down devices shall not penetrate the existing deck by more than 3/4 -inch. Screed rails may be removed at any time after the concrete has taken an initial set. Adequate precautions shall be taken during the removal of the finishing machine and rails to protect the edges of the new surfaces. 6 09.3(11) Placing Concrete Overlay The first paragraph is revised to read: Five to 10- working days prior to modified concrete overlay placement, a pre overlay conference shall be held to discuss equipment, construction procedures, personnel, and previous results. Inspection procedures shall also be reviewed to ensure coordination. Those attending shall include: 1. (representing the Contractor) The superintendent and all foremen in charge of placing and finishing the modified concrete overlay; and PW 407_04 Part04 doc [Revised March 20081 2. (representing the Contracting Agency) The Project Engineer, and key inspection assistants. If the project includes more than one bridge deck, an additional conference shall be held just before placing modified concrete overlay for each subsequent bridge deck. The Contractor shall not place modified concrete overlay until the Engineer agrees that: 1. Modified concrete overlay producing and placement rates will be high enough to meet placing and finishing deadlines, 2. Finishers with enough experience have been employed, and 3. Adequate finishing tools and equipment are at the site. 6 09.3(12) Finishing Concrete Overlay The fourth paragraph is revised to read: Construction dams shall be separated from the newly placed concrete by passing a pointing trowel along the inside surfaces of the dams. Care shall be exercised to ensure that this trowel cut is made for the entire depth and length of dams after the concrete has stiffened sufficiently that it does not flow back. 6 09.5 Payment The paragraph following "Modified Conc. Overlay", per cubic foot, is revised to read: The unit contract price per cubic foot for "Modified Conc. Overlay" shall be full pay for furnishing the modified concrete overlay, including the overlay material placed into Type 1 deck repairs in accordance with Section 6- 09.3(6)C. This section is supplemented with the following: "Structure Surveying lump sum. The lump sum contract price for "Structure Surveying" shall be full pay to perform the work as specified, including establishing secondary survey control points, performing survey quality control, and recording, compiling, and submitting the survey records to the Engineer. SECTION 6 -11, REINFORCED CONCRETE WALLS August 4, 2008 6- 11.3(3) Precast Concrete Wall Stem Panels The first sentence in the first paragraph is revised to read: The Contractor may fabricate precast concrete wall stem panels for construction of Standard Plan Retaining Walls. The first sentence in the second paragraph is revised to read: The precast concrete wall stem panels shall be designed in accordance with the following codes: The first sentence in number 1. in the second paragraph is revised to read: 111A/ A/1, /l A in J_... IM— �—I n A___L nnnn. 1. For all loads except as otherwise noted AASHTO LRFD Bridge Design Specifications, latest edition and current interims. 6 11.3(5) Backfill, Weepholes and Gutters The first sentence in the first paragraph is revised to read: Unless the Plans specify otherwise, backfill and weepholes shall be placed in accordance with the Standard Plans and Section 6- 02.3(22). SECTION 6 -13, STRUCTURAL EARTH WALLS August 3, 2009 6- 13.3(2) Submittals The fourth paragraph is revised to read: The Contractor, through the license /patent holder for the structural earth wall system, shall submit detailed design calculations and working drawings to the Engineer for approval in accordance with Section 6 -01.9. 6 13.3(9) SEW Traffic Barrier and SEW Pedestrian Barrier This section is supplemented with the following: The moment slab supporting the SEW traffic or pedestrian barrier shall be continuously wet cured for 3 days in accordance with Section 6- 02.3(11). SECTION 6 -14, GEOSYNTHETIC RETAINING WALLS August 3, 2009 6- 14.3(7) Geosynthetic Retaining Wall Traffic Barrier and Geosynthetic Retaining Wall Pedestrian Barrier This section is supplemented with the following: The moment slab supporting the geosynthetic wall traffic barrier and geosynthetic wall pedestrian barrier shall be continuously wet cured for 3 days in accordance with Section 6- 02.3(11). SECTION 6 -15, SOIL NAIL WALLS August 3, 2009 6- 15.3(8) Soil Nail Testing and Acceptance The first paragraph is supplemented with the following: Soil nails used for verification tests and proof tests shall not be production soil nails, but instead shall be separate sacrificial soil nails not otherwise incorporated into the Work. The fourth sentence of the fifth paragraph is revised to read: The Contractor shall provide the load cell, the readout device, and a calibration curve from the most recent calibration as specified in Section 6- 15.3(3) item 4b. The third sentence of the sixth paragraph is deleted. The fourth sentence of the sixth paragraph is deleted and replaced with the following: PW 407_04 Part04 doc [Revised March 20081 Test nails shall be left in the ground after testing, with the exposed portion of the test nail cut and removed to two feet behind the excavated face or inside face of shotcrete. The drill holes for test nails shall be completely backfilled with grout or non structural filler after testing on that test nail has been completed. The seventh paragraph is revised to read: Load testing shall be performed against a temporary reaction frame with bearing pads that bear directly against the existing soil or the shotcrete facing. Bearing pads shall be kept a minimum of 12- inches from the edges of the drilled hole and the load shall be distributed to prevent failure of the soil face or fracture of the shotcrete. The Contractor shall submit reaction frame working drawings to the Engineer for approval in accordance with Section 6- 01.9. 6 15.3(8)A Verification Testing The third paragraph is supplemented with the following: Prior to beginning verification testing, the Contractor shall measure and record the length of the non bonded zone for each verification test soil nail. The last sentence in the sixth paragraph is revised to read: The load -hold period shall start as soon as the load is applied and the nail movement with respect to a fixed reference shall be measured and recorded at 1 minute, 2, 3, 4, 5, 6, 10, 20, 30, 40, 50, and 60 minutes. The last paragraph of this section is deleted. 6 15.3(8)B Proof Testing The first paragraph is revised to read: Proof tests shall be performed on proof test soil nails installed within the pattern of the production soil nails at the locations shown in the Plans. Proof test soil nails shall be installed using the same equipment, methods, nail inclination, nail length, and hole diameter as for adjacent production nails. The Contractor shall maintain the side -wall stability of the drill hole for the non grouted portion during the test. The bond length shall be determined from the Nail Schedule and Test Nail Detail shown in the Plans. Prior to beginning proof testing, the Contractor shall measure and record the length of the non bonded zone for each proof test soil nail. The fifth sentence in the third paragraph is revised to read: If the load hold is extended, the nail movement shall be recorded at 20, 30, 40, 50, and 60 minutes. The fifth paragraph is deleted. 6 15.4 Measurement The measurement statement for soil nail verification testing program is revised to read: Soil nail verification test and soil nail proof test will be measured per each for each successfully completed soil nail verification test and soil nail proof test at the locations specified in the Special Provisions and shown in the Plans. 6 15.5 Payment Proof testing is deleted from the payment statement for "Soil nail Encapsulated The bid item "Soil Nail Verification Test" is revised and a payment statement added as follows: "Soil Nail Verification Test and Soil Nail Proof Test", per each. All costs in connection with successfully completing soil nail verification tests and soil nail proof tests as specified shall be included in the unit contract price per each for "Soil Nail Verification Test and Soil Nail Proof Test including removal of the exposed portion of the test nail and backfilling the drilled hole with grout or non structural filler. SECTION 6 -16, SOLDIER PILE AND SOLDIER PILE TIEBACK WALLS April 6, 2009 6- 16.3(2) Submittals The first paragraph is revised to read: The Contractor shall submit shop plans as specified in Section 6- 03.3(7) for all structural steel, including the steel soldier piles, and shall submit shop plans and working drawings as specified in Section 6- 17.3(3) for permanent ground anchors, to the Engineer for approval. 6 16.3(4) Installing Soldier Piles The second sentence in the second paragraph is revised to read: Concrete cover over the soldier pile shall be 3- inches minimum, except that the cover over the soldier pile flange plate reinforcing at permanent ground anchor locations shall be 1 -1/2 inches minimum. 6 16.3(6) Installing Timber Lagging and Permanent Ground Anchors This section including title is revised to read: 6- 16.3(6) Designing and Installing Lagging, and Installing Permanent Ground Anchors Lagging for soldier pile walls shall conform to one of the following two categories: Temporary lagging is defined as lagging that is in service as a structural member for a maximum of 36 months before a permanent load carrying fascia is in place, except for the following exception. Lagging for soldier pile walls in site soils conforming to an excluded soil type as defined under Section 6- 16.3(6)A will be classified as permanent lagging conforming to Section 6- 16.3(6)C, in which case this requirement will be specified in the Plans along with design details for such lagging. Permanent lagging is defined as all lagging not conforming to the definition of temporary lagging as specified above. This section is supplemented with the following new sub sections: 6 16.3(6)A Soil Classification For the purposes of designing lagging for soldier pile walls, soils shall be categorized in the following classifications: Soil Type 1 The following shall be considered Type 1 soils: 1. Cohesive fine grained soils either CL or CH of medium consistency with yH /Su 5. PW 407_04 Part04.doc [Revised March 2008] 2. Cohesive fine grained soils either CL or CH that are stiff to very stiff and non fissured. 3. Fine grained soils either ML or SM -ML that are above the water table. 4. Coarse grained soils either GW, GP, GM, GC, SW, SP or SM that are medium dense to dense. Soil Type 2 The following shall be considered Type 2 soils: 1. Cohesive fine grained soils either CL or CH that are heavily over consolidated and fissured. 2. Fine grained ML soils or coarse grained SM -ML soils that are below the water table. 3. Coarse grained SC soil that is medium dense to dense and is below the water table. 4. Coarse grained soils either SW, SP or SM that are loose. Soil Type 3 The following shall be considered Type 3 soils: 1. Cohesive fine grained soils either CL or CH that are soft with yH /Su 5. 2. Fine grained slightly plastic ML soil that is below the water table. 3. Coarse grained SC soil that is loose and below the water table. Exclusions Regardless of whether site soils conform to one of the soil types defined above, site soils under the following conditions are excluded from the Type 1, Type 2, and Type 3 soil classifications: 1. Disturbed soils such as those in landslides or known unstable areas. 2. Layered soils dipping into the excavation steeper than 4H:1 V. Lagging for soldier pile walls located in site soils excluded from the Type 1, Type 2, and Type 3 soil classifications shall be designed in accordance with the latest AASHTO LRFD Bridge Design Specifications with current interim specifications. Use of the table in Section 6- 16.3(6)B for timber lagging in these situations will not be allowed. 6 16.3(6)B Temporary Lagging The Contractor shall design temporary lagging for all soldier pile walls. The temporary lagging design shall be based on the following: 1. The AASHTO LRFD Bridge Design Specifications, latest edition with current interim specifications, except that timber members used for temporary lagging may be selected based on the table below. 2. The soil type as specified in the Plans or as determined from the geotechnical report prepared for the project. 3. The soil pressure diagram, either as shown in the Plans or as included in the geotechnical report prepared for the project, including the surcharge for temporary construction load when shown in the Plans. The Contractor shall submit the soldier pile wall lagging design working drawings and supporting design calculations to the Engineer for approval in accordance with Section 6 -01.9. The submittal shall include, but not be limited to, the following: 1. Description of the material used for the lagging, including identification of applicable material specifications. 2. Installation method and sequence. 3. If the lagging material is to be removed during or after installation of the permanent fascia, a description of how the lagging is removed without disturbing or damaging the fascia, soldier piles, and retained soil, and a description of how, and with what material, the void left by the removal of lagging is to be filled. 4. For all cases, except with timber for temporary lagging, a description with appropriate details of how subsurface drainage is to be accommodated, either in accordance with Section 6- 16.3(7) for timber lagging, Section 6- 15.3(7) for shotcrete facing, or other means appropriate for the geotechnical site conditions and approved by the Engineer for other lagging materials. Lagging materials and lagging installation methods that cause the build -up of, and prevent the relief of, pore water pressure will not be allowed. Free draining materials are defined as those materials that exhibit a greater permeability than the material being retained. Temporary lagging may be untreated timber conforming to the Section 9 -09.2 requirements specified under Structures for timber lagging, or another material selected by the Contractor. Timber for temporary lagging shall conform to the minimum actual thickness specified in the table below for the soil type, exposed wall height, and lagging clear span as shown in the Plans. Minimum Actual Thickness of Timber Used As Temporary Lagging Soil Type (1) 1 1 2 2 3 3 3 Exposed 25 and Over 25 and Over 15 Over Over Wall Height under 25 to under 25 to and 15 to 25 (feet) 60 60 under 25 Clear Span Minimum Actual Thickness of Rough Cut Timber Lagging Of Lagging (inches) (3) (feet) 5 2 3 3 3 3 3 4 6 3 3 3 3 3 4 5 7 3 3 3 4 4 5 6 8 3 4 4 4 5 6 9 4 4 4 5 (2) (2) (2) 1 4 5 5 5 (2) (2) (2) (1) Soil Type as defined in Section 6- 16.3(6)A (2) For exposed wall heights exceeding the limits in the table above, or where minimum rough cut lagging thickness is not provided, the Contractor shall design the lagging in accordance with the latest AASHTO LRFD Bridge Design Specifications with current interim specifications. PW 407_04 Part04.doc [Revised March 2008] (3) Table modified from FHWA document "Lateral Support Systems and Underpinning" (Report No. FHWA -RD -75 -130) Notwithstanding the requirements of Section 1 -06.1, steel materials used by the Contractor as temporary lagging may be used (second hand) provided that the use of such used (second hand) steel materials shall be subject to visual inspection and approval by the Engineer. For used (second hand) steel materials where the grade of steel cannot be positively identified, the design stresses for the steel shall conform to the Section 6- 02.3(17)B requirements for salvaged steel, regardless of whether rivets are present or not. 6 16.3(6)C Permanent Lagging Permanent lagging, including timber, shall be as shown in the Plans. The use of the table in Section 6- 16.3(6)B for the design of timber lagging for permanent lagging will not be allowed. 6 16.3(6)D Installing Lagging and Permanent Ground Anchors The excavation and removal of CDF and pumpable lean concrete for the lagging installation shall proceed in advance of the lagging, and shall not begin until the CDF and pumpable lean concrete are of sufficient strength that the material remains in place during excavation and lagging installation. If the CDF or pumpable lean concrete separates from the soldier pile, or caves or spalls from around the soldier pile, the Contractor shall discontinue excavation and lagging installation operations until the CDF and pumpable lean concrete is completely set. The bottom of the excavation in front of the wall shall be level. Excavation shall conform to Section 2 -03. For walls without permanent ground anchors, the bottom of excavation shall not be more than three feet below the bottom level of the lagging already installed, but in no case shall the depth of excavation beneath the bottom level of installed lagging be such to cause instability of the excavated face. For walls with permanent ground anchors, the bottom of excavation shall be not more than three feet below the permanent ground anchor level until all permanent ground anchors at that level are installed and stressed, but in no case shall the depth of excavation beneath the permanent ground anchor level be such to cause instability of the excavated face. Any caving that occurs during excavation shall be backfilled with free draining material as approved by the Engineer. Installing, stressing, and testing the permanent ground anchors shall be in accordance with Section 6 -17 and the construction sequence specified in the Plans. The lagging shall be installed from the top of the soldier pile proceeding downward. The lagging shall make direct contact with the soil. When and where lagging is not in full contact with the soil being retained, either the lagging shall be wedged back to create contact or the void shall be filled with a free draining material as approved by the Engineer. When utilizing lagging in fill situations, the backfill layers shall be placed in accordance with Section 2- 03.3(14) except that all layers shall be compacted to 90 percent of maximum density. 6 16.3(7) Prefabricated Drainage Mat The first paragraph is revised to read: For walls with concrete fascia panels, a four foot wide strip of prefabricated drainage mat shall be installed full height of the concrete fascia panel, centered between soldier pile flanges, unless otherwise shown in the Plans. 6 16.4 Measurement The third paragraph is revised to read: Lagging will be measured by the square foot area of lagging installed. The quantity will be computed based on the vertical dimension from the highest lagging elevation to the lowest lagging elevation between each pair of adjacent soldier piles as the height dimension, and the center -to- center spacing of the soldier piles as the length dimension. 6 16.5 Payment The third bid item and the following paragraph is revised to read: "Lagging per square foot. All costs in connection with furnishing and installing lagging shall be included in the unit contract price per square foot for "Lagging including design of temporary lagging, and filling voids behind the lagging with a free draining material as approved by the Engineer. SECTION 6 -17, PERMANENT GROUND ANCHORS January 7, 2008 6- 17.3(8)B Performance Testing The fourth sentence in the fourth paragraph is revised to read: If the load hold is extended, the anchor movement shall be recorded at 20 minutes, 30, 40, 50, and 60 minutes. 6 17.3(8)C Proof Testing The fourth sentence in the second paragraph is revised to read: If the load hold is extended, the anchor movements shall be recorded at 20 minutes, 30, 40, 50, and 60 minutes. SECTION 7 -02, CULVERTS December 1, 2008 7 -02.2 Materials The third paragraph is revised to read: Thermoplastic culvert pipe includes solid wall PVC culvert pipe, profile wall PVC culvert pipe, and corrugated polyethylene culvert pipe. Solid wall PVC culvert pipe, profile wall PVC culvert pipe, and corrugated polyethylene culvert pipe are acceptable alternates for Schedule A or B culvert pipe. In the chart for Culvert Pipe Schedules, for Schedule B, 15' 25', the references in the column for Thermoplastic PE or PVC for "PVC" are revised to "PE or PVC SECTION 7 -04, STORM SEWERS December 1, 2008 7 -04.2 Materials In the chart for Storm Sewer Pipe Schedules, for Schedule B, 15' 25', in the column for PE, insert "Allowed PW 407_04 Part04 doc [Revised March 2008] SECTION 7 -05, MANHOLES, INLETS, CATCHBASINS, AND DRYWELLS August 3, 2009 7 -05.2 Materials The referenced section for Precast Concrete Manhole is revised to 9- 05.50(2). The referenced section for Precast Concrete Catch Basins is revised to 9- 05.50(3). The referenced section for Precast Concrete Drywells is revised to 9- 05.50(5). This section is supplemented with the following: Precast Concrete Inlets 9- 05.50(4) SECTION 7 -07, CLEANING EXISTING DRAINAGE STRUCTURES August 3, 2009 7 -07.3 Construction Requirements The last sentence of the first paragraph is revised to read: Existing drainage facilities shall be kept clean throughout the life of the project and be clean upon final acceptance of the Work. This section is supplemented with the following: Material to be removed shall be disposed of in the following manner: 1. Structures specifically noted in the Contract that are suspected to contain contaminated sediment shall be disposed of at a licensed disposal facility. 2. While performing the Work, if drainage water and /or soil appear oily, exhibits an unusual color or odor, or if staining or corrosion is observed, the Contractor shall stop work and immediately notify the Engineer. Additional work necessary in handling materials shall be in accordance with Section 1 -04.4. 3. If sediment and water from structures does not meet the conditions described in 1 or 2 above, material may be placed in an upland area with no possibility of surface runoff to waters of the state, including wetlands. While performing the Work, the Contractor shall implement all necessary best management practices and measures to meet the conditions of Section 1 -07.5. SECTION 8 -01, EROSION CONTROL AND WATER POLLUTION CONTROL August 3, 2009 8 -01.1 Description This section is revised to read: This Work consists of furnishing, installing, maintaining, removing and disposing of high visibility fence, and water pollution and erosion control items in accordance with these Specifications and as shown in the Plans or as designated by the Engineer. 8 -01.2 Materials The following is inserted below the item "Erosion Control Devices 9.14.5 High Visibility Fence 9 -14.5 8 01.3(1) General The following is inserted at the beginning of this section: The Contractor shall install a high visibility fence along the site preservation lines shown in the Plans or as instructed by the Engineer. Post spacing and attachment of the fence fabric to the posts shall be as shown in the Plans. The fence shall not be fastened to trees. Throughout the life of the project, the Contractor shall preserve and protect the delineated area, acting immediately to repair or restore any fencing damaged or removed. The following is inserted at the beginning of the paragraph above the table: All sediment control devices including, but not limited to sediment ponds, perimeter silt fencing, or other sediment trapping BMP's shall be installed prior to any ground disturbing activity. The first sentence in the eighth paragraph is revised to read: Erodible earth not being worked, whether at final grade or not, shall be covered within the following time period, using an approved soil covering practice: The ninth paragraph is revised to read: If the Engineer, under Section 1 -08.6, orders the Work suspended, the Contractor shall continue to control erosion, pollution, and runoff during the shutdown. 8 01.3(1)A Submittals The following is inserted after the first sentence: If modified, the Contractor's TESC Plan shall meet all requirements of Chapter 6 -2 of the current edition of the WSDOT Highway Runoff Manual. 8 01.3(1)C Water Management The following is inserted at the beginning of this section: Unless site water is to be managed in accordance with the conditions of a waste discharge permit from a local permitting authority, site water shall be managed as follows: Item 2. "Process Water" is supplemented with the following new first paragraph: High pH process water or wastewater (non stormwater) that is generated on -site, including water generated during concrete grinding, rubblizing, washout, and hydrodemolition activities, shall not be discharged to waters of the state including wetlands. Water may be infiltrated upon the approval of the Engineer. Off -site disposal of concrete process water shall be in accordance with Standard Specification 5- 01.3(11). 8 01.3(1)D Dispersion /Infilitration This section is revised to read: Water shall be conveyed only to dispersion or infiltration areas designated in the TESC Plan or to sites approved by the Engineer. Water shall be conveyed to designated dispersion areas at a rate that if runoff leaves the area and enters waters of the State, turbidity standards are PW 407 04 Part04 rinr fRPvIcPrl NAnrrh 7nnR1 achieved. Water shall be conveyed to designated infiltration areas at a rate that does not produce surface runoff. 8 01.3(2)D Mulching The second paragraph is supplemented with the following: Wood strand mulch shall be applied by hand or by straw blower. 8 01.3(2)E Tacking Agent and Soil Binders The second sentence in the fourth paragraph is revised to read: Pam may be reapplied on actively worked areas within a 48 -hour period. 8 01.3(6)D Wattle Check Dam The reference to Section 8 01.3(10) is revised to Section 9 14.5(5). 8 01.3(12) Compost Sock The last paragraph is deleted. 8 01.3(13) Temporary Curb The first paragraph is revised to read: Temporary curbs may consist of asphalt, concrete, sand bags, compost socks, wattles, or geotextile /plastic encased berms of sand or gravel, or as approved by the Engineer. 8 01.4 Measurement This section is supplemented with the following: High visibility fence will be measured by the linear foot along the ground line of the completed fence. 8 01.5 Payment This section is supplemented with the following: "High Visibility Fence per linear foot. The unit contract price per linear foot for "High Visibility Fence" shall be full pay for all costs to obtain, install, maintain, and remove the fence as specified. Once removed, the fencing shall remain the property of the Contractor. SECTION 8 -02, ROADSIDE RESTORATION April 7, 2008 8- 02.3(3) Planting Area Weed Control The second paragraph is deleted. This section is supplemented with the following: Weed barrier mats shall be installed as shown in the Plans. Mats shall be 3 -feet square and shall be secured by a minimum of. 5 staples per mat. Mats and staples shall be installed according to the manufacturer's recommendations. PW 407_04 Part04 doc [Revised March 2008] SECTION 8 -04, CURBS, GUTTERS, AND SPILLWAYS January 7, 2008 8 -04.5 Payment The bid items "Roundabout Truck Apron Inner Cement Conc. Curb" and "Roundabout Truck Apron Outer Cem. Conc. Curb and Gutter" are revised to read: "Roundabout Central Island Cement Concrete Curb per linear foot. "Roundabout Truck Apron Cem. Conc. Curb and Gutter", per linear foot. This section is supplemented with the following new bid item: "Roundabout Truck Apron Cement Concrete Curb per linear foot. SECTION 8 -07, PRECAST TRAFFIC CURB AND BLOCK TRAFFIC CURB August 3, 2009 8 -07.2 Materials Paint Formulas General and the referenced section are revised to read: Paint 9 -08.1 SECTION 8 -08, RUMBLE STRIPS August 3, 2009 8 -08.3 Construction Requirements The third paragraph is revised to read: The traveled lanes shall be kept free of cuttings and other construction debris at all times. All cuttings, grinding debris, dust, and other loose materials shall become the property of the Contractor and upon completion of rumble strip grinding shall be immediately removed and disposed of outside the project limits. Cuttings and other debris shall not be allowed to enter any waterways. The fourth paragraph is revised to read: When shown in the Plans, the rumble strips shall be fog sealed in accordance with the requirements of Section 5 -02.3 following the completion of the rumble strip. All pavement markings, junction boxes, drainage structures, and similar objects shall not be fog sealed. 8 08.4 Measurement The reference to Section 5 04.4 in the second paragraph is revised to Section 5 02.4. 8 08.5 Payment The reference to Section 5 -04.5 in the payment statement for Fog Sealing is revised to Section 5- 02.5. SECTION 8 -11, GUARDRAIL August 3, 2009 8- 11.3(1)C Erection of Rail The fourth sentence in the first paragraph is revised to read: Except in Weathering Steel Beam Guardrail, all holes shall be painted with 2 coats of paint conforming to Section 9- 08.1(2)B. 8 11.3(4) Removing Guardrail and Guardrail Anchor The following is inserted after the third sentence in the first paragraph: The embedded anchors attaching guardrail posts and guardrail terminal sections specified for removal to existing concrete Structures shall be removed a minimum of one inch beneath the existing concrete surface. The void left by removal of the embedded anchors shall be coated with epoxy bonding agent and filled with grout. The epoxy bonding agent shall be Type II conforming to Section 9 -26.1 with the grade and class as recommended by the epoxy bonding agent manufacturer and as approved by the Engineer. The grout shall consist of cement and fine aggregate mixed in the proportions to match the color of the existing concrete surface as near as practicable. 8 11.3(5) Raising Guardrail The fourth sentence in the second paragraph is revised to read: When existing guardrail posts are galvanized steel, the new drill holes shall be painted with 2 coats of paint conforming to Section 9- 08.1(2)B. SECTION 8 -12, CHAIN LINK FENCES AND WIRE FENCE August 3, 2009 8- 12.3(1)A Posts All references to "Type 3 fence" in the second and third paragraphs are revised to read "Type 3 and Type 4 fences The first sentence in the eighth paragraph is revised to read: Gate and pull posts shall be braced to the adjacent brace, end, or corner post(s) in the manner shown in the Standard Plans. The tenth paragraph is revised to read: All posts for chain Zink fence Types 1 and 6 shall be fitted with an approved top cap designed to fit securely over the post to support the top rail. All round posts for chain link fence Types 3 and 4 shall have approved top caps fastened securely to the posts. The base of the top cap fitting for round posts shall feature an apron around the outside of the posts. 8 12.3(1)C Tension Wire This section including title is revised to read: 8 12.3(1)C Tension Wire and Tension Cable Tension Wires shall be attached to the posts as detailed in the Standard Plans or as approved by the Engineer. Tension Cables shall be installed in accordance with Section 8- 25.3(5). 8 12.3(1)D Chain Link Fabric The following new paragraph is inserted in front of the first paragraph: Attach the chain link fabric after the cables and wires have been properly tensioned and /or the top rail has been installed. The third and fourth sentences in the third paragraph are revised to read: Fastening to posts shall be with tie wire, metal bands, or other approved method attached at 14 -inch intervals. The top and bottom edge of the fabric shall be fastened with tie wires to the top rail, and with hog rings to the tension cable or top and bottom tension wires as may be applicable, spaced at 24 -inch intervals. 8 12.3(1)E Chain Link Gates The second sentence in the second paragraph is revised to read: The clean areas shall then be painted with 2 coats of paint conforming to Section 9- 08.1(2)B. SECTION 8 -14, CEMENT CONCRETE SIDEWALKS August 3, 2009 8- 14.3(3) Placing and Finishing Concrete The reference to "Federal Standard 595a" in the first sentence of the sixth paragraph is revised to read "Federal Standard 595 SECTION 8 -15, RIPRAP April 7, 2008 8- 15.3(1) Excavation for Riprap The second sentence of the first paragraph is revised to read: Excavation below the level of the intersection of the slope to be protected and the adjacent original ground or the channel floor or slope shall be classified, measured, and paid for as channel excavation or ditch excavation in accordance with Section 2 -03. 8 15.4 Measurement The following new paragraph is inserted to follow the fifth paragraph. Channel excavation will be measured by the cubic yard as specified in Section 2 -03. The sixth paragraph is revised to read: Ditch excavation will be measured by the cubic yard as specified in Section 2 -03. The reference to Section 2 -10 in the seventh paragraph is revised to Section 2 -03. 8 15.5 Payment The bid item "Filter Blanket" is supplemented with the following: The unit price for "Filter Blanket" shall be full payment for all costs incurred to perform the work in Section 8- 15.3(7). This section is supplemented with the following: "Channel Excavation per cubic yard. "Channel Excavation Incl. Haul per cubic yard. "Ditch Excavation Incl. Haul per cubic yard. Payment for "Channel Excavation "Channel Excavation Incl. Haul "Ditch Excavation" and "Ditch Excavation Incl. Haul" is described in Section 2 -03.5. PW 407_04 Part04 doc [Revised March 2008] SECTION 8 -20, ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND ELECTRICAL August 3, 2009 8 -20.1 Description The first paragraph is revised to read: This Work consists of furnishing, installing and field testing all materials and equipment necessary to complete in place, fully functional system(s) of any or all of the following types including modifications to an existing system all in accordance with approved methods, the Plans, the Special Provisions and these Specifications: 1. Traffic Signal System 2. Illumination System 3. Intelligent Transportation System 8 20.3(1) General The following new paragraph is inserted after the fifth paragraph: The embedded anchors attaching existing electrical, illumination, and traffic signal systems specified for removal to existing concrete Structures shall be removed a minimum of one inch beneath the existing concrete surface. The void left by removal of the embedded anchors shall be coated with epoxy bonding agent and filled with grout. The epoxy bonding agent shall be Type II conforming to Section 9 -26.1 with the grade and class as recommended by the epoxy bonding agent manufacturer and as approved by the Engineer. The grout shall consist of cement and fine aggregate mixed in the proportions to match the color of the existing concrete surface as near as practicable. 8 20.3(4) Foundations The fifth paragraph is revised to read: Where soil conditions are poor, the Engineer may order the Contractor to extend the foundations shown in the Plans to provide additional depth. Such additional Work will be paid for according to Section 1 -04.4. 8 20.3(5) Conduit This section is revised to read: Installation of conduit shall conform to appropriate articles of the Code and these Specifications. The size of conduit used shall be as shown in the Plans. Conduits smaller than 1 -inch electrical trade size shall not be used unless otherwise specified, except that grounding conductors at service points may be enclosed in 1 -inch diameter conduit. Conduit between light standards, PPB, PS or type 1 poles and the nearest junction box shall be the diameter specified in the Plans. Larger size conduit is not allowed at these locations. At other locations it shall be the option of the Contractor, at no expense to the Contracting Agency, to use larger size conduit if desired, and where larger size conduit is used, it shall be for the entire length of the run from outlet to outlet. Reducing couplings will not be permitted. The ends of all conduits, metallic and non metallic shall be reamed to remove burrs and rough edges. Field cuts shall be made square and true. Slip joints or running threads will not be permitted for coupling metallic conduit; however, running threads will be permitted in traffic signal head spiders and RGS outerduct. When installing rigid galvanized steel conduit and standard coupling cannot be used, an approved 3 -piece coupling shall be used. Conduit n \A A/17 A n_1n A J__ rn... :__J AA_ L. nnn01 fittings and couplings for steel conduit shall be cleaned first and then painted with one coat of paint conforming to Section 9- 08.1(2)B. The paint shall have a minimum wet film thickness of 3 mils. The painted coating shall cover the entire coupling or fitting. The threads on all metallic conduit shall be rust -free, clean and painted with colloidal copper suspended in a petroleum vehicle before couplings are made. All metallic couplings shall be tightened so that a good electrical connection will be made throughout the entire length of the conduit run. If the conduit has been moved after assembly, it shall be given a final tightening from the ends prior to backfilling. Non- metallic conduit shall be assembled using the solvent cement specified in Section 9 -29.1. Where the coating on galvanized conduit has been damaged in handling or installing, such damaged areas shall be thoroughly painted with paint conforming to Section 9- 08.1(2)B. Conduit ends shall be capped (do not glue non metallic caps). Metallic conduit ends shall be threaded and capped with standard threaded conduit caps until wiring is started. When conduit caps are removed, the threaded ends shall be provided with approved conduit bushings or end bells (do not glue in place) for nonmetallic conduit. Conduit stubs from controller cabinet foundations shall extend to the nearest junction box in that system. Metallic conduit bends, shall have a radius consistent with the requirements of Article 344.24 and other articles of the Code. Where factory bends are not used, conduit shall be bent, using an approved conduit bending tool employing correctly sized dies, without crimping or flattening, using the longest radius practicable. Nonmetallic conduit bends, where allowed, shall conform to Article 352.24 of the Code. Eighteen -inch radius elbows shall be used for PVC conduit of 2 -inch nominal diameter or less. Standard sweep elbows shall be used for PVC conduit with greater than 2 -inch nominal diameter unless otherwise specified in the Plans. In nonmetallic conduit less than 2 -inch nominal diameter, pull ropes or flat tapes for wire installation shall be not less than 1 /4 inch diameter or width. In nonmetallic conduit of 2 -inch nominal diameter or larger, pull ropes or flat tapes for wire installation shall be not less than 1 inch diameter or width. Conduit shall be laid so that the top of the conduit is a minimum depth of: 1. 24- inches below the bottom of curb in the sidewalk area. 2. 24- inches below the top of the roadway base. 3. 48- inches below the bottom of ties under railroad tracks unless otherwise specified by the railroad company. 4. 24- inches below the finish grade in all other areas. Rigid galvanized steel conduit shall be installed at the following locations: 1. Within railroad right of way; 2. All pole risers, except when as otherwise required by owning utilities; 3. All surface mounted conduit, with the exception of electrical service utility poles. 4. All runs within slip form structures. Couplings in cabinet foundations shall be PVC schedule 40. The stub -outs above the couplings shall be PVC end bell bushings. The schedule 40 section of PVC between the coupling and end bell bushing shall be installed without glue. Conduit runs, without innerduct, installed using the directional boring method, which enter the traveled way or shoulders, shall be schedule 80 high density polyethylene (HDPE), schedule 80 PVC with mechanical couplings or rigid galvanized steel. Conduit runs, without innerduct, installed using the directional boring method, which do not enter the traveled way and shoulders, shall be schedule 40 high density polyethylene (HDPE), schedule 40 PVC with mechanical couplings or rigid galvanized steel. Multi -cell conduit runs, installed outside the Traveled Way and Shoulders, when using the directional boring method shall have 4 -inch PVC Schedule 40 outerduct with mechanical couplings or 4 -inch rigid galvanized steel outerduct. The conduit shall be installed with four 1- inch smooth wall innerducts. When HDPE conduit is used for directional boring, it shall be continuous, with no joints, for the full length of the bore. The conduit run shall be extended to the associated outlets with the same schedule HDPE or PVC conduit. Entry into associated junction box outlets shall be with the same schedule PVC conduit and elbows. The same requirements apply for extension of an existing HDPE conduit crossing. PVC conduit and elbows shall be connected to HDPE conduit with an approved mechanical coupling. The connection shall have a minimum pull out strength of 700 pounds. Prior to installation of a mechanical coupling, the HDPE conduit shall first be prepared with a clean, straight edge. A water based pulling lubricant may be applied to the threaded end of the mechanical coupling before installation. Solvent cement or epoxy shall not be used on the threaded joint when connecting the HDPE conduit to the mechanical coupling. The mechanical coupling shall be rotated until the HDPE conduit seats approximately 3 /4 of the distance into the threaded coupling depth. For PVC installation through a directional bore, the PVC shall be in rigid sections assembled to form a water tight bell and spigot type mechanical joint with a solid retaining ring around the entire circumference of the conduit installed per the manufacturer's recommendations. The conduit run shall be extended beyond the length of the bore, to the associated outlets with the same mechanical coupled PVC or with standard PVC conduit of the same schedule. The same requirements apply for extension of an existing PVC conduit Roadway crossing. Liquid tight flexible metal conduit is allowed only at locations called for in the Plans. At all other locations, conduit shall be PVC or rigid galvanized steel and the same type of conduit shall be used for the entire length of the run, from outlet to outlet. Standard PVC conduit shall be connected with medium grade gray solvent applied per the manufacturer's recommendations. Where nonmetallic conduit is installed, care shall be used in excavating, installing, and backfilling, so that no rocks, wood, or other foreign material will be left in a position to cause possible damage. When PVC conduit is installed by a method other than directional boring, conduit shall be schedule 40 with the exception that PVC conduit within the traveled way or shoulders and service lateral runs shall be schedule 80. Metallic and nonmetallic conduit installation shall include equipment grounding conductor and shall conform to requirements noted in the Standard Plans. Conduit shall be placed under existing pavement by approved directional boring, jacking or drilling methods, at locations approved by the Engineer. The pavement shall not be disturbed unless allowed in the Plans, or with the approval of the Engineer in the event obstructions or impenetrable soils are encountered. PW 407_04 Part04.doc [Revised March 2008] Where boring with casing is called for the casing shall be placed using an auger inside of the casing to remove the soil as the casing is jacked forward. The auger head shall proceed no more than 4- inches ahead of the pipe being jacked. Boring operations shall be conducted to prevent caving ahead of the pipe. Installed casing pipe shall be free from grease, dirt, rust, moisture and any other deleterious contaminants. The space between the conduit and casing shall be plugged with sand bags and a grout seal 12- inches thick at each end of the casing. Casing abandoned due to an encountered obstruction shall be grout sealed in the same manner. Grout shall obtain a minimum of 4000 PSI compressive strength at 7 -days. In lieu of sand bags and grout, unopened of prepackaged concrete may be used to seal the casing. Material shall not be removed from the boring pit by washing or sluicing. All joints shall be welded by a Washington State certified welder. Welding shall conform to AWS D 1.1 -80 Structural Welding Code, Section 3, Workmanship. Directional boring for electrical installations shall be supervised by a licensed electrical contractor in accordance with Section 8- 20.1(1). Where directional boring is called for, conduit shall be installed using a surface launched, steerable drilling tool. Drilling shall be accomplished using a high pressure fluid jet toolhead. The drilling fluid shall be used to maintain the stability of the tunnel, reduce drag on the conduit and provide backfill between the conduit and tunnel. A guidance system that measures the depth, lateral position and roll shall be used to guide the toolhead when creating the pilot hole. Once the pilot hole is established a reamer and swivel shall be used to install the conduit. Reaming diameter shall not exceed 1.5 times the diameter of the conduit being installed. Conduit that is being pulled into the tunnel shall be installed in such a manner so the conduit is not damaged during installation. The pullback force on the conduit shall be controlled to prevent damage to the conduit. A vacuum spoils extraction system shall be used to remove any excess spoils generated during the installation. Excess drilling fluid and spoils shall be disposed of. The method and location used for disposal of excess drilling fluid and spoils shall be subject to the Engineers approval. Drilling fluid returns (caused by fracturing of formations) at locations other than the entry and exit points shall be minimized. Any drilling fluid that surfaces through fracturing shall be cleaned up immediately. Mobile spoils removal equipment capable of quickly removing spoils from entry or exit pits and areas with returns caused by fracturing shall be used as necessary during drilling operations. Bore pits shall be backfilled and compacted in accordance with Section 2- 09.3(1)E. Directional boring, and jacking or drilling pits shall be kept 2 -feet from the edge of any type of pavement wherever possible. Excessive use of water that might undermine the pavement or soften the Subgrade will not be permitted. When approved by the Engineer, small test holes may be cut in the pavement to locate obstructions. When the Contractor encounters obstructions or is unable to install conduit because of soil conditions, as determined by the Engineer, additional Work to place the conduit will be paid in accordance with Section 1 -04.4. When open trenching is allowed, trench construction shall conform to the following: 1. The pavement shall be sawcut a minimum of 3- inches deep. The cuts shall be parallel to each other and extend 2 -feet beyond the edge of the trench. 2. Pavement shall be removed in an approved manner. PW 407_04 Part04 doc [Revised March 2008] 3. Trench depth shall provide 2 -feet minimum cover over conduits. 4. Trench width shall be 4- inches or the conduit diameter plus 2- inches, whichever is larger. 5. Trenches located within paved Roadway areas shall be backfilled with Controlled density fill (CDF) meeting the requirements of Section 2- 09.3(1)E. The controlled density fill shall be placed level to, and at the bottom of the existing pavement. The pavement shall be replaced with paving material that matches the existing pavement. On new construction, conduit shall be placed prior to placement of base course pavement. Conduit terminating in foundations shall extend a maximum of 2- inches above the foundation vertically including grounded end bushing or end bell. Conduit stub -outs within cabinet foundations shall be placed so that they do not interfere with cabinet installation. Modification of the cabinet to accommodate the stub -out placement is not allowed. Conduit entering through the bottom of a junction box shall be located near the end walls to leave the major portion of the box clear. At all outlets, conduit shall enter from the direction of the run, terminating 6 to 8- inches below the junction box lid and within 3- inches of the box wall nearest its entry location. Galvanized rigid steel conduit entering cable vaults shall extend 2- inches for the installation of grounded end bushing and bonding. PVC or HDPE conduit entering cable vaults and pull boxes shall terminate flush with the inside walls of the Structure. All conduit ends shall be terminated with termination kits. Steel conduit entering concrete shall be wrapped in 2 -inch wide pipe wrap tape with a minimum 1 -inch overlap for 12 inches on each side of the concrete face. Pipe wrap tape shall be installed per the manufacturer's recommendations. Innerduct conduit ends shall be terminated with termination kits. Galvanized rigid steel conduit ends shall be terminated with grounded end bushings. PVC conduit ends shall be terminated with end bell bushings. Fittings shall be installed in accordance with the current electrical codes. All covered underground conduit shall be cleaned with an approved sized mandrel and blown out with compressed air prior to pulling wire. Conduits installed for future use shall be prepared according to this Section. After final assembly in place, the conduit shall be blown clean with compressed air. Then, in the presence of the Engineer, a cleaning mandrel correctly sized for each size of conduit shall be pulled through to ensure that the conduit has not been deformed. As soon as the mandrel has been pulled through, both ends of the conduit shall be sealed with conduit caps. All conduits scheduled for future use shall originate in a foundation or junction box as detailed in the Plans and terminate in a junction box. All equipment grounding conductors, and the bonding conductor for metallic conduits shall be bonded in all junction boxes in accordance with Section 8- 20.3(9). Where surface mounting of conduit is required, supports shall consist of channel with clamps sized for the conduit. Support spacing shall comply with the Code, with the exception that spacing of channel supports for conduit shall not exceed 5 -feet. The minimum distance between adjacent clamps and between the clamp and the end of the channel supports shall be 1 -inch. Channel supports shall be installed with stops, to prevent clamps from sliding out of the ends. Existing conduit in place scheduled to receive new conductors shall have any existing conductors removed and a cleaning mandrel sized for the conduit shall be pulled through. All conduits attached to or routed within bridges, retaining walls, and other concrete structures, shall be equipped with approved expansion, deflection, and or combination expansion /deflection fittings at all expansion joints and at all other joints where structure movement is anticipated, including locations where the Contractor, due to construction method, installs expansion and /or construction joints with movement. All conduit fittings shall have movement capacity appropriate for the anticipated movement of the structure at the joint. Approved deflection fittings shall also be installed at the joint between the bridge end and the retaining wall end, and the transition from bridge, wall or other concrete structure to the underground section of conduit pipe. Conduit runs shown in the Plans are for Bidding purposes only and may be changed, with approval of the Engineer, to avoid obstructions. Where conduit with innerduct is installed a maximum of 1000 -feet of continuous open trench will be allowed, unless otherwise approved by the Engineer. All conduit with innerduct exposed above grade level, or on any elevated Structures, or as noted in the Plans shall be galvanized rigid steel conduit. Detectable underground warning tape shall be placed 12- inches above all conduit that contains fiber optic cable and all conduits identified to contain future fiber optic cable unless otherwise detailed in the Plans. Detectable underground warning tape shall extend 2 -feet into boxes. Splicing shall be per the tape manufacturer's recommended materials and procedures. The warning tape shall be polyethylene with a metallic backing. The polyethylene shall have a minimum 4 -mils thicknesses and be 3- inches wide. The polyethylene shall be orange in color and printed in black with the words conveying message of Fiber Optic Cable Buried Below. Location 14 AWG stranded orange USE insulated wire shall be placed in continuous lengths directly above all non metallic conduit that contains fiber optic cable and all conduits identified to contain future fiber optic cable unless otherwise detailed in the plans. Location wire shall extend 8 feet into boxes. Coil and secure location wire at the entrance and exit points of all boxes. Splices shall be crimped using a non insulated butt splice, soldered and covered with moisture blocking heat shrink. After final assembly in place, all innerducts shall be blown clean with compressed air. Then, in the presence of the Engineer, a cleaning mandrel, correctly sized for the innerduct, shall be pulled through to ensure that the conduit has not been deformed. As soon as the mandrel has been pulled through, a 200 -Ib. minimum tensile strength pull string shall be installed in each innerduct and attached to duct plugs at both ends of the innerduct. At all innerduct conduit terminus points, including those in cable vaults and pull boxes, removable and reusable mechanical plugs shall be employed as follows: 1. Outerduct conduits shall be plugged using a quadplex expansion plug inside the conduit around the innerduct. 2. Duct plugs shall be installed in all unused innerducts (those that are specified as empty) at the time of conduit installation. 3. Duct plugs shall be installed in all used innerducts (as specified in the Plans) at the time of conduit installation, unless cable pulling for those innerducts will commence within 48- hours. PW 407_04 Part04.doc [Revised March 20081 Innerduct containing 1 -cable shall be plugged using an expandable split plug. Innerducts with multiple cables shall be sealed with self- expanding waterproof foam. The waterproof foam shall not be placed more than 2- inches into the innerduct. 8 20.3(6) Junction Boxes, Cable Vaults, and Pull boxes The third paragraph is revised to read: Adjustments involving raising or lowering the junction boxes shall require conduit modification if the resultant clearance between the top of the conduit and the junction box lid becomes Tess than 6- inches or more than 10- inches in accordance with the Plans. 8 20.3(8) Wiring The following new paragraph is inserted after the third paragraph: All termination for traffic signal control systems shall follow the conductor sequence color code as shown in the following table. Conductor Color Code Color Trace' Use Number 1 2 3 4 5 6 7 8 9 10 The sixth paragraph is revised to read: R Red Red or Don't Walk O I Orange I Yellow or Spare G I Green Green or Walk W I White I Neutral B Black Ped Call or Spare Wb I White /Black Neutral or Spare BI Blue Ped Call or Spare Rb Red /Black Red or Don't Walk Ob Orange /Black) Yellow or Spare I Gb Green /Black I Green or Walk The first sentence in the fifth paragraph is deleted and replaced with the following: Quick disconnect connectors shall be installed in the base of all poles supporting a luminaire. Every conductor above ground potential shall be served by a fused quick disconnect kit. Every conductor at ground potential shall be served by an unfused quick disconnect kit. Pole and bracket cable meeting the requirements of Section 9- 29.3(2)D shall be installed between the quick disconnects and the luminaire and between the sign light hand hole and the isolation switch. In addition the conductors from the isolation switch and the sign light shall be minimum AWG 14 meeting the requirements of Section 9- 29.3(2)A or 9- 29.3(2)B. Pole and bracket cable jacket shall be removed from the quick disconnect to within 2- inches below the support bracket clamp. 8- 20.3(9) Bonding, Grounding The second sentence in the second paragraph is revised to read: Bonding jumpers and equipment grounding conductors meeting the requirements of Section 9- 29.3(2)A.3 shall be minimum AWG 8 installed in accordance with the NEC. 8 20.3(13)A Light Standards Under the fourth paragraph, the third sentence of item 1. is revised to read: Paint conforming to Section 9- 08.1(2)B shall be applied to the cut conduit that has been threaded. 8 20.3(13)D Sign Lighting This section is revised to read: Sign illumination equipment shall include fixtures, brackets, conduit, electrical wire, and other material required to make the sign lighting system operable. Sign illumination fixtures shall be fused according to the table in Section 9 -29.7. 8 20.3(13)E Sign Lighting Luminaires The first paragraph is deleted. 8 20.4 Measurement The first paragraph is revised to read: When shown as lump sum in the Plans or in the Proposal as illumination, intelligent transportation, or traffic signal system no specific unit of measurement will apply, but measurement will be for the sum total of all items for a complete system to be furnished and installed. 8 20.5 Payment The bid item "Traffic Data Accumulation and Ramp Metering System with the following: The lump sum Contract price for "Illumination System, "Traffic Signal System "Intelligent Transportation System shall be full pay for the construction of the complete electrical system, modifying existing systems, or both, including sign lighting systems, as described above as shown in the Plans and herein specified including excavation, backfilling, concrete foundations, conduit, wiring, restoring facilities destroyed or damaged during construction, salvaging existing materials, and for making all required tests. "Intelligent Transportation System lump sum. The first sentence of the paragraph following the bid item "Traffic Signal System lump sum, is revised to read: SECTION 8 -21, PERMANENT SIGNING August 3, 2009 Sign Structures shall include sign bridges, cantilever sign Structures, bridge mounted sign brackets, and any other sign mounting structure shown in the Plans to be removed by the Contractor. is deleted and replaced 8 21.3(4) Sign Removal The following two new paragraphs are inserted after the first sentence in the first paragraph: PW 407_04 Part04.doc [Revised March 2008} The embedded anchors attaching signs and sign Structures specified for removal to existing concrete Structures shall be removed a minimum of one inch beneath the existing concrete surface. The void left by removal of the embedded anchors shall be coated with epoxy bonding agent and filled with grout. The epoxy bonding agent shall be Type II conforming to Section 9 -26.1 with the grade and class as recommended by the epoxy bonding agent manufacturer and as approved by the Engineer. The grout shall consist of cement and fine aggregate mixed in the proportions to match the color of the existing concrete surface as near as practicable. 8 21.3(9)F Bases This section including title is revised to read: 8 21.3(9)F Foundations The excavation and backfill shall be in conformance with the requirements of Section 2- 09.3(1)E. Where obstructions prevent construction of planned foundations, the Contractor shall construct an effective foundation satisfactory to the Engineer. The bottom of concrete foundations shall rest on firm ground. If the portion of the foundation beneath the existing ground line is formed or cased instead of being cast against the existing soil forming the sides of the excavation, then all gaps between the existing soil and the completed foundation shall be backfilled and compacted in accordance with Section 2- 09.3(1)E. Foundations shall be cast in one operation where practicable. The exposed portions shall be formed to present a neat appearance. Class 2 surface finish shall be applied to exposed surfaces of concrete in accordance with the requirements of Section 6- 02.3(14)B. Where soil conditions are poor, the Engineer may order the Contractor to extend the foundations shown in the Plans to provide additional depth. Such additional work will be paid for according to Section 1 -04.4. Forms shall be true to line and grade. Tops of foundations for roadside sign structures shall be finished to ground line, unless otherwise shown in the Plans or directed by the Engineer. Tops of foundations for sign bridges and cantilever sign structures shall be finished to the elevation shown in the Plans. Both forms and ground which will be in contact with the concrete shall be thoroughly moistened before placing concrete; however, excess water in the foundation excavation will not be permitted. Forms shall not be removed until the concrete has set at least three days. All forms shall be removed, except when the Plans or Special Provisions specifically allow or require the forms or casing to remain. Foundation concrete shall conform to the requirements for the specified class, be cast -in -place concrete and be constructed in accordance with Section 6 -02.2 and 6 -02.3. Sign structures shall not be erected on concrete foundations until foundations have attained a compressive strength of 2,400 psi. In addition to the basic requirements, sign bridges and cantilever sign structures shall be installed in accordance with the following: 1. Tops of foundations for sign bridges and cantilever sign structures shall be finished to the elevation shown in the Plans. 2. Steel reinforcing bars shall conform to Section 9 -07. 3. Concrete shall be Class 4000, except as otherwise specified. Where water is present in the shaft excavations for Type 1 foundations for sign bridges and cantilever sign structures, the shaft concrete shall be Class 4000P placed in accordance with Section 6- 02.3(6)B. 4. All bolts and anchor bolts shall be installed so that two class full threads extend beyond the top of the top heavy -hex nut. Anchor bolts shall be installed plumb, plus or minus 1 degree. 5. Plumbing of sign bridges and cantilever sign structures shall be accomplished by adjusting leveling nuts. Shims or other similar devices for plumbing or raking will not be permitted. 6. The top heavy -hex nuts of sign bridges and cantilever sign structures shall be tightened in accordance with Section 6- 03.3(33), and by the Turn -Of -Nut Method to a minimum rotation of 1/4 turn and a maximum of 1/3 turn past snug tight. Permanent marks shall be set on the base plate and nuts to indicate nut rotation past snug tight. In addition to the basic requirements, roadside sign structures shall be installed in accordance with the following: 1. Tops of foundations shall be finished to final ground line, unless otherwise shown in the Plans or staked by the Engineer. 2. Spiral reinforcing shall conform to AASHTO M32. All other steel reinforcement shall conform to the requirements of Section 9 -07. 3. Concrete shall be Class 3000. 4. The assembly and installation of all Type TP A or B bases for roadside sign structures shall be supervised at all times by either a manufacturer's representative or an installer who has been trained and certified by the manufacturer of the system. If the supervision is provided by a trained installer, a copy of the installer certification shall be provided to the Engineer prior to installation. 5. For all Type A or B bases the Contractor shall attach four female anchors to a flat rigid template following the manufacturer's recommendations. The Contractor shall lower the anchor assembly into fresh concrete foundation and vibrate into position such that the tops of the anchor washers are flush with the finished top surface of the foundation. The Contractor shall support the template such that all anchors are level and in their proper position. Slip base and hinge connection nuts of roadside sign structures shall be tightened using a torque wrench to the torque, and following the procedure, specified in the Standard Plans. 8 21.3(9)G Identification Plates The first and second sentences of this section are deleted. 8 21.3(10) Vacant This section is revised to read: 8 21.3(10) Sign Attachment Sign panels consisting of sheet aluminum or fiberglass reinforced plastic shall be attached or mounted to sign posts or sign structures as shown in the Standard Plans. Signs not conforming to the above, including all variable message sign (VMS) assemblies and other message board type assemblies, shall be attached or mounted to sign posts or sign structures by means of positive connections defined as through bolted connections. The use of clips or clamps to accomplish the attachment or mounting of such signs and assemblies is prohibited. 8 21.3(12) Steel Sign Posts This section is revised to read: For roadside sign structures on Type A or B bases, the Contractor shall use the following procedures and manufacturer's recommendations: 1. The couplings, special bolts, bracket bolts, and hinge connection nuts on all Type A or B bases shall be tightened using the Turn -Of -Nut Tightening Method to a maximum rotation of 1/2 turn past snug tight. 2. The Contractor shall shim as necessary to plumb the steel sign posts. For roadside sign structures on all Type PL and SB slip bases, the Contractor shall use the following procedures: 1. The Contractor shall assemble the steel sign post to stub post with bolts and flat washers as shown in the Standard Plans. 2. Each bolt be tightened using a torque wrench to the torque, and following the procedures specified in the Standard Plans. SECTION 8 -22, PAVEMENT MARKING April 6, 2009 8- 22.3(2) Preparation of Roadway Surfaces This section is revised to read: All surfaces shall be dry, free of any loose debris and within the proper temperature range prior to striping. When required by the pavement marking manufacturer's installation instructions, remove pavement markings from pavement surfaces that will adversely affect the bond of new pavement marking material to the roadway surface according to Section 8- 22.3(6). Remove all other contaminants from pavement surfaces that may adversely affect the installation of new pavement markings by sandblasting, shot blasting, or sweeping. Air blast the pavement with a high pressure system to remove extraneous or loose material. Apply materials to new HMA that is sufficiently cured according to the manufacturer's recommendations. Typically, Type D material applied to new HMA pavement requires a pavement cure period of 21 days. This cure period may be reduced if the manufacturer performs a successful bond test and approves the reduction of the pavement cure period. For new Portland Cement Concrete surfaces remove curing compounds and laitance by an approved mechanical means. Air blast the pavement with a high pressure system to remove extraneous or loose material. Apply materials to concrete that has reached a minimum compressive strength of 2,500 psi and that is sufficiently cured according to the manufacturer's recommendations. Typically, Type D material applied to Portland cement concrete pavement requires a pavement cure period of 28 days. This cure period may be DIN AC7 nn D-,4CA d- 11:>o n r,.k ')nnai reduced if the manufacturer performs a successful bond test and approves the reduction of the pavement cure period. After the pavement surface is clean and dry, apply primer as recommended by the manufacturer to the area receiving the pavement markings. Apply the primer in a continuous, solid film according to the recommendations of the primer manufacturer and the pavement markings manufacturer. 8 22.3(3) Marking Application The content of this section is deleted. This section is supplemented with the following new sub- sections: 8 22.3(3)A Marking Colors Lane line and right edge line shall be white in color. Center line and left edge line shall be yellow in color. Transverse markings shall be white, except as otherwise noted in the Standard Plans. 8 22.3(3)B Line Patterns Solid line a continuous line without gaps. Broken line a line consisting of solid line segments separated by gaps. Dotted line a broken line with noticeably shorter line segments separated by noticeably shorter gaps. 8 22.3(3)C Line Surfaces Flat Lines Pavement marking lines with a flat surface. Profiled Marking A profiled pavement marking is a marking that consists of a base line thickness and a profiled thickness which is a portion of the pavement marking line that is applied at a greater thickness than the base line thickness. Profiles shall be applied using the extruded method in the same application as the base line. The profiles may be slightly rounded provided the minimum profile thickness is provided for the length of the profile. See the Standard Plans for the construction details. Embossed Plastic Line Embossed plastic lines consist of a flat line with transverse grooves. An embossed plastic line may also have profiles. See the Standard Plans for the construction details. 8 22.3(3)D Line Applications Surface line a line constructed by applying pavement marking material directly to the pavement surface or existing pavement marking. Grooved line A line constructed by grinding or saw cutting a groove into the pavement surface and spraying, extruding or gluing pavement marking material into the groove. Groove depth is measured vertically from the bottom of a 2 -foot or longer straight edge placed on the roadway surface to the ground surface. The groove depth is dependent upon the material used, the pavement surface and location. See these Standard Specifications, the project Plans and Special Provisions. 8 22.3(3)E Installation Apply pavement marking materials to clean dry pavement surfaces and according to the following: 1. Place material according to the manufacture's recommendations; PW 407 04 Part04.doc Revised March 711nR1 2. Place parallel double lines in one pass; 3. The top of pavement marking shall be smooth and uniform; 4. Line ends shall be square and clean; 5. Place pavement marking lines parallel and true to line; and, 6. Place markings in proper alignment with existing markings. When applying paint, Type A or Type C material, ensure that both the pavement surface and the air temperature at the time of application are not less than 50 °F and rising. When applying Type B or Type D material, ensure that both the pavement surface and the air temperature at the time of application are not less than 40 °F and rising. Ensure that the Type A thermoplastic material meets the manufacturers temperature specifications when it contacts the pavement surface. Two applications of paint will be required to complete all paint markings. The second application of paint shall be squarely on top of the first pass. The time period between paint applications will vary depending on the type of pavement and paint (low VOC waterborne, high VOC solvent, or low VOC solvent) as follows: Pavement Type I Paint Type Bituminous Surface Low VOC Waterborne Treatment Hot Mix Asphalt Pavement Low VOC Waterborne Cement Concrete Pavement Bituminous Surface Treatment Hot Mix Asphalt Pavement Cement Concrete Pavement Marking Material Application I Paint -first coat 'Paint- second coat Low VOC Waterborne High and Low VOC Solvent High and Low VOC Solvent High and Low VOC Solvent I Time Period 4 -hours min., 48 -hours max. 4 -hours min., 30 -days max. 4 -hours min., 30 -days max. 40 min. min., 48 hrs. max. 40 min. min., 30 -days max. 40 min. min., 30 -days max. Centerlines on 2 -lane Highways with broken line patterns, paint or plastic, shall be applied in the increasing mile post direction so they are in cycle with existing broken line patterns at the beginning of the project. Broken line patterns applied to multi -lane or divided Roadways shall be applied in cycle in the direction of travel. Where paint is applied on centerline on two -way roads with bituminous surface treatment or centerline rumble strips, the second paint application shall be applied in the opposite (decreasing mile post) direction as the first application (increasing mile post) direction. This will require minor broken line pattern corrections for curves on the second application. 8 22.3(3)F Application Thickness Pavement markings shall be applied at the following base line thickness measured above the pavement surface or above the groove bottom for grooved markings in thousandths of an inch (mils): HMA PCC BST Groove Depth spray 110 110 110 spray 115 115 115 1 Type A flat/transverse symbols Type A flat/long line symbols Type A with profiles 'Type A embossed 'Type A embossed with profiles 1 Type A grooved/flat/long line Type B flat/transverse symbols Type C -2 flat/transverse symbols 'Type C -1 2 flat/long line Type C -1 grooved /flat/long line 'Type D flat/transverse symbols Type D flat/transverse symbols Type D flat/long line 1 Type D flat/long line 1 Type D profiled /long line !Type D grooved/flat/long line Mils thickness Feet of 4" line /gallon 10 1483 15 1322 118 1268 20 1242 22 220 24 202 30 161 140 122 45 107 60 81 90 54 90 with profiles 30 120 40 120 with profiles 26 1230 21 PW 407_04 Part04.doc [Revised March 2008] extruded spray extruded extruded extruded extruded heat fused adhesive adhesive adhesive spray extruded spray extruded extruded extruded 161 108 89 80 73 67 54 41 36 27 18 10 13 9 7 125 90 90 160 160 230 125 90 60 60 120 120 90 90 90 230 125 90 90 160 160 230 125 90 60 60 120 120 90 90 90 230 Square feet/gallon 125 120 120 160 160 230 1250 125 NA 1 NA NA 100 120 1 120 120 1 120 120 230 1250 Liquid pavement marking material yield per gallon depending on thickness shall not exceed the following: Solid pavement marking material (Type A) yield per 50 -pound bag shall not exceed the following: Mils thickness 1 Feet of 4" line /50# bag 'Square feet/50# bag 30 flat 1358 1120 45 flat 240 180 60 flat 179 160 90 flat 120 140 190 flat with profiles 67 123 120 flat 90 130 120 flat with profiles 58 120 125 embossed 86 129 125 embossed with 58 20 profiles 230- flat grooved 47 15 8- 22.3(3)A Glass beads This section is renumbered as follows: Parallel Lines the gap tolerance between parallel lines is plus or minus' /2 -inch. PW 407_04 Part04 doc [Revised March 20081 All grooved lines shall be applied into a groove cut or ground into the pavement. For Type A or Type D material the groove shall be cut or ground with equipment to produce a smooth square groove 4- inches wide. For Type C -1 material the groove shall be cut with equipment to produce a smooth bottom square groove with a width in accordance with the material manufacturer's recommendation. After grinding, clean the groove by shot blasting or a method approved by Engineer. Immediately before placing the marking material clean the groove with high pressure air. 8 22.3(3)G Glass Beads The second sentence in the second paragraph is revised to read: For plastic pavement markings, glass bead type and application rate shall be as recommended by the marking material manufacturer. 8 22.3(4) Tolerances for Lines This section is revised to read: Allowable tolerances for lines are as follows: Length of Line The longitudinal accumulative error within a 40 -foot length of broken line shall not exceed plus or minus 1 -inch. The broken line segment shall not be less than 10 feet. Width of Line The width of the line shall not be less than the specified line width or greater than the specified line width plus 1 /4 -inch Lane Width the lane width, which is defined as the lateral width from the edge of pavement to the center of the lane line or between the centers of successive lane lines, shall not vary from the widths shown in the Contract by more than plus or minus 4- inches. Thickness a thickness tolerance not exceeding plus 10- percent will be allowed for thickness or yield in paint and plastic material application. 8- 22.3(5) Plastic Installation Instructions This section's title is revised to read: 8 22.3(5) Installation Instructions The following new sentences are inserted to follow the first sentence: The instructions shall include equipment requirements, approved work methods and procedures, material application temperature range, air and pavement surface temperature requirements, weather limitations, precautions, and all other requirements for successful application and material performance. Do not use materials with incomplete or missing instructions. SECTION 8 -23, TEMPORARY PAVEMENT MARKINGS April 6, 2009 8- 23.3(2) Beading and Tolerances This section's content is deleted. This section's title is revised to read: 8 23.3(2) Marking Application This section is supplemented with the following new sub sections: 8 23.3(2)A Temporary Pavement Marking Paint Paint used for temporary pavement markings shall be applied in one application at a thickness of 15 -mils or 108- square feet per gallon. Glass beads shall be in accordance with Section 8- 22.3(3)G. 8 23.3(2)B Temporary Pavement Marking Tape Surface preparation and application of temporary pavement marking tape shall be in conformance with the manufacturer's recommendations. 8 23.3(2)C Temporary Raised Pavement Markers Surface preparation and application of temporary flexible raised pavement markers shall be in conformance with the manufacturer's recommendations. When temporary flexible raised pavement markers are used for bituminous surface treatment operations, the markers shall be installed with the protective cover in place. The cover shall be removed after spraying asphaltic material. Application of temporary raised pavement markers (other than temporary flexible raised pavement markers) shall conform to the requirements of Section 8 -09.3. 8 23.3(2)D Tolerance for Lines Tolerance for lines shall conform to Section 8 22.3(4) SECTION 8 -25, GLARE SCREEN January 7, 2008 8- 25.3(1) Glare Screen Fabric The second sentence in the second paragraph is revised to read: Fastening to end, corner, and pull posts shall be with stretcher bars and fabric bands spaced at 1 -foot intervals. The fourth sentence in the second paragraph is revised to read: Fabric shall be securely fastened to line and brace posts with tie wires, metal bands, or other approved methods, attached at 14 -inch intervals. 8 25.3(5) Tension Cables The following new paragraph is inserted in front of the first paragraph: Fasten the tension cables after the posts have been installed and those set in concrete have sufficiently cured. The second sentence in the second paragraph is revised to read: The top of the pull posts shall be braced diagonally to the bottom of the end, corner, or brace posts with a short length of cable as shown in the Standard Plans. This section is supplemented with the following: Attach U -bolt wire rope clips to the cable ends by placing the base (saddle) of the clip against the live end of the cable, while the "U" of the bolt presses against the dead end. Two clips shall be used per end, spaced a minimum of six cable diameters apart with a wire rope thimble placed securely in the loop eye to prevent kinking. 8 25.3(6) Fittings, Attachments and Hardware The first paragraph is deleted. The second paragraph is revised to read: A galvanized iron strap 1/4 -inch in thickness by 2- inches in width, formed as shown in the Standard Plans, shall be provided for the attachment of eye bolts and eye nuts to the base and top of the H column posts in order to take the strain of the cable tension off the web of the H column. The straps are required between any tension cable fitting and the H column, one per side, unless the screen post is mounted to a guardrail post, then a strap is only required on the outside (nut side) face. The straps are only required at tension cable attachment locations. SECTION 9 -00, DEFINITIONS AND TESTS August 3, 2009 9 -00 Definitions and Tests In regards to sieve sizes, all references in this division to "U.S" and "Square" are deleted. 9 00.4 Sieve Analysis of Aggregate This section including title is revised to read: 9 00 Sieves for Testing Purposes Test sieves shall be made either: (1) of woven wire cloth conforming to AASHTO Designation M 92 or ASTM Designation E 11, or (2) of square -hole, perforated plates conforming to ASTM Designation E 323. SECTION 9 -02, BITUMINOUS MATERIALS August 3, 2009 9 -02.1 Asphalt Material, General This section is supplemented with the following: The Asphalt Supplier of Performance Graded Asphalt Binder (PGAB) and Cationic Emulsified Asphalt shall have a Quality Control Plan (QCP) in accordance with WSDOT QC 2 "Standard Practice for Asphalt Suppliers That Certify Performance Graded and Emulsified Asphalts." The Asphalt Supplier's QCP shall be submitted and approved by the WSDOT State Materials Laboratory. Any change to the QCP will require a new QCP to be submitted. The Asphalt Supplier of PGAB and Cationic Emulsified Asphalt shall certify through the Bill of Lading that the PGAB or Cationic Emulsified Asphalt meets the Specification requirements of the Contract. 9 02.1(4)A Quality Control Plan This section including title is revised to read: 9 02.1(4)A Vacant This section is supplemented with the following new subsection: 9 02.5 Warm Mix Asphalt (WMA) Additive Additives for WMA shall be approved by the Engineer. SECTION 9 -03, AGGREGATES August 3, 2009 9 -03 Aggregates In regards to sieve sizes, all references in this division to "U.S" and "Square" are deleted. 9 03.1(1) General Requirements The reference to ASTM C -1260 in the third, fifth, and sixth paragraphs is deleted. The following new paragraph is inserted after the sixth paragraph: The use of fly ash that does not meet the requirements of Table 2 of AASHTO M295 may be approved for use. The Contractor shall submit test results according to ASTM C 1567 through the Project Engineer to the State Materials Laboratory that demonstrate that the proposed fly ash when used with the proposed aggregates and portland cement will control the potential expansion to 0.20 percent or less before the fly ash and aggregate sources may be used in concrete. The Contracting Agency may test the proposed ASR mitigation measure to verify its effectiveness. In the event of a dispute, the Contracting Agency's results will prevail. 9 03.1(5)B Grading The table following the second paragraph is revised to read: Nominal 3 2-1/2 2 1-1/2 1 Maximum Aggregate Size 3 1/2" 100 1 3" 93 -100* 1 100 PW 407_04 Part04.doc [Revised March 2008] 3 /4 �/2 1 1 1 1 1 1 I I o No.4 2 1 /2" 2" 11/2" 1 3 /4" 1/2" oa No. 4 No. 8 No. 16 No. 30 No. 50 No. 100 No. 200 1" 3/4 4 3 No. 4 No. 10 No. 200 fracture, by weight, min. 192 -100* 76 -90 66 -79 71 -88 54 -66 58 -73 47 -58 51 -64 38 -48 41 -54 33 -43 35 -47 22 -31 24 -34 15 -23 16 -25 9 -17 10 -18 5 -12 6 -14 2 -9 2 -10 0 -7 0 -7 0 -2.0 0 -2.0 3/ 4 1/ 2 100 95 -100 PW 407_04 Part04.doc [Revised March 2008] 100 90 -100* 64 -83 55 -73 45 -61 39 -54 26 -39 17 -29 11 -21 6 -15 3 -11 0 -8 0 -2.0 100 87 -100* 62 -88 43 -64 29 -47 19 -34 12 -25 7 -18 3 -14 0 -10 0 -2.0 Nominal Maximum Size 9- 03.4(2) Grading and Quality The table following the second paragraph is revised to read: Crushed Screening Percent Passing This section is supplemented with the following: 100 82 -100" 1 100 187 -100* 57 -83 I 60 -88 34 -54 41 -64 22 -39 27 -47 14 -29 17 -34 8 -21 9 -25 3 -15 4 -18 0 -11 0 -14 0 -2.0 0 -2.0 100 81 -100* 48 -73 31 -54 20 -39 11 -29 5 -21 0 -15 0 -2.0 /2" No. 4 No. 4 No. 4 No. 4 No. 10 0 100 195 -1001 100 I 0 -20 190 -1001 100 100 0-5 60 -85 70 -90 90 -100 100 0 -10 10 -3 0 -5 0 -20 76 -100 0 -3 0 -5 30 -60 0 -1.5 0 -1.5 0 -1.5 0 -1.5 0 -1.5 0 -10.0 90 90 90 90 90 90 100 86 -100* 39 -73 24 -54 13 -39 6 -29 0 -21 0 -2.0 100 68 -100* 28 -73 16 -54 7 -39 0 -29 1 0 -2.5 Fine aggregate used for choke stone applications meeting the grading requirements of Section 9- 03.1(2)B may be substituted for the No. 4 0 gradation. 9- 03.6(3) Test Requirements The sentence above the fast paragraph is revised to read: WSDOT Test Method T 718 Pass 9 03.8(2) HMA Test Requirements Under Mix Criteria, in the chart following number 4, "Modified Lottman Stripping Test" is revised to "Stripping Evaluation WSDOT Test Method T 718 9 03.8(3)B Gradation Recycled Asphalt Pavement and Mineral Aggregate This section is revised to read: The gradation for the new aggregate used in the production of the HMA shall be the responsibility of the Contractor, and when combined with recycled material, the combined material shall meet the gradation Specification requirements for the specified Class HMA as listed in Section 9- 03.8(6) or as shown in the Special Provisions. The new aggregate shall meet the general requirements listed in Section 9- 03.8(1) and Section 9- 03.8(2). No contamination by deleterious materials will be allowed in the old asphalt concrete used. 9 03.8(7) HMA Tolerances and Adjustments Number 1. including the associated chart is revised to read: 1. Job Mix Formula Tolerances. The constituents of the mixture at the time of acceptance shall conform to the following tolerances: Aggregate, percent passing 1", 3 /4 '/2" and o" sieves No. 4 sieve No. 8 sieve No. 200 sieve Asphalt binder Air Voids, Va 9 03.17 Foundation Material Class A and Class B This section is revised to read: I Percent Passing 1 Sieve Size I Class A Class B DM/ A 11 rA Dorinn ,a,,n rpo■a, nn.,.,.ts ')nto Statistical Nonstatistical Commercial Evaluation Evaluation Evaluation ±6% ±6% ±8% 5% 6% I 8% 4% 6% I 8% 2.0% 1 2.0% I 3.0% 0.5% I 0.5% 0.7% 2.5% minimum and 5.5% maximum 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, except the tolerance limits for sieves designated as 100% passing will be 99 -100. Foundation material Class A and Class B shall conform to the following gradations: 2 2 1'/2" 3 /4" 00 No. 4 98 -100 92 -100 72 -87 27 -47 3 -14 0 -5 All percentages are by mass. 9 03.20 Test Methods for Aggregates This section is revised to read: PW 407 04 Part04 doc (Revised March 20081 95 -100 75 -100 30 -60 0 -5 The properties enumerated in these Specifications shall be determined in accordance with the following methods of test: Title FOP for AASHTO T 2 for Standard Practice for Sampling Aggregates Organic Impurities in Fine Aggregates for Concrete Test Method WSDOT FOP for AASHTO T2 AASHTO T 21 Clay Lumps and Friable Particles in AASHTO T 112 Aggregates Resistance to Degradation of Small AASHTO T 96 Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine Material Finer than 0.075 mm (No. AASHTO T 11 200) Sieve in Mineral Aggregates by Washing FOP for AASHTO for Determining the WSDOT FOP for AASHTO Percentage of Fracture in Coarse TP 61 Aggregates FOP for WAQTC /AASHTO for Sieve WAQTC FOP for AASHTO Analysis of Fine and Coarse T 27/11 Aggregates FOP for AASHTO T 176 for Plastic WSDOT FOP for AASHTO Fines in Graded Aggregates and Soils T 176 by Use of the Sand Equivalent Test f Method of Test for Determination of WSDOT T 113 Degradation Value Particle Size Analysis of Soils I AASHTO T 88 Method of Test for Determination of WSDOT T 611 the Resistance (R Value) of Untreated Bases, Subbases, and Basement Soils by the Stabilometer 9- 03.21(1) General Requirements The first paragraph is supplemented with the following: The Contractor shall provide a certification that the recycled materials are in conformance with the requirements of the Standard Specifications prior to delivery. The certification shall include the percent by weight of each recycled material. This section is supplemented with the following sub sections: 9 03.21(1)A Recycled Hot Mix Asphalt For recycled materials incorporating hot mix asphalt the Contractor shall verify the maximum bitumen content for the blended mix. The Contractor shall use WSDOT FOP for AASHTO T 308 (a statewide average of 0.70 may be used as a calibration factor) and WSDOT FOP for AASHTO T 329 or other tests approved by the Engineer to determine the total bitumen content. 9 03.21(1)B Recycled Portland Cement Concrete Rubble For recycled materials incorporating Portland cement concrete rubble the product supplier shall perform total lead content testing quarterly. Tests shall include a minimum of five samples. Sample collection shall be conducted according to ASTM D 75. Total lead content testing will be conducted according to EPA Method 3010/6010. A test shall not exceed 250 ppm using a total lead analysis EPA Test Method 6010. In addition, the Toxicity Characteristics Leaching Procedure, EPA Test Method 1311 shall be used and a test shall not exceed 5.0 ppm. The product supplier shall keep all test results on file. 9 03.21(1)C Recycled Glass Aggregates The product supplier shall perform total lead content testing quarterly. Tests shall include a minimum of five samples. Sample collection shall be conducted according to ASTM D 75. Total lead content testing will be conducted according to EPA Method 3010/6010. A test shall not exceed 250 ppm using a total lead analysis EPA Test Method 6010. In addition, the Toxicity Characteristics Leaching Procedure, EPA Test Method 1311 shall be used and a test shall not exceed 5.0 ppm. The product supplier shall keep all test results on file. 9- 03.21(1)D Recycled Ste'eI Furnace Slag The Contractor shall provide to the Engineer the steel furnace slag blends that will be used in the final product prior to use. Hot Mix Concrete Recycled Glass Steel Asphalt Rubble Furnace Slag Fine Aggregate for 9- 03.1(2) 0 0 0 0 Portland Cement Concrete Coarse Aggregates 9- 03.1(4) 0 0 0 0 for Portland Cement Concrete Aggregate for 9 -03.6 Asphalt Treated Base (ATB) Maximum Allowable Percent (by weight) of Recycled Material 1 Aggregates for Hot 9 -03.8 See 5 -04.2 0 0 20 1 Mix Asphalt Ballast 19- 03.9(1) 20 I 100 15 I 20 I Shoulder Ballast 19 03.9(2) 20 I 100 I 15 I 20 Crushed Surfacing' 9-03.9(3) 20 I 100 I 15 1 20 Aggregate for 9 -03.10 20 100 15 20 I Gravel Base Gravel Backfill for 9- 03.12(1)A 20 100 15 20 Foundations Class A Gravel Backfill for 9- 03.12(1)B 20 100 15 20 Foundations Class B Gravel Backfill for 9 -03 12(2) 0 100 15 20 1 Walls Gravel Backfill for 9- 03.12(3) 0 100 15 20 I Pipe Zone Bedding Gravel Backfill for 9- 03.12(4) 0 100 100 0 Drains I Gravel Backfill for 9- 03.12(5) 0 0 100 0 Drywells Backfill for Sand 9 -03.13 0 100 100 0 Drains Sand Drainage 9- 03.13(1) 0 100 100 0 1 Blanket Gravel Borrow 1 9-03.14(1) 1 20 1 100 100 I 20 Select Borrow 1 9-03.14(2) 1 20 I 100 100 I 20 I 1 Select Borrow 9- 03.14(2) 100 100 100 20 (greater than 3 -feet below Subgrade I and side slopes) Common Borrow 1 9-03.14(3) I 20 I 100 I 100 I 20 I Common Borrow 9- 03.14(3) 100 100 100 20 I (greater than 3 -feet below Subgrade and side slopes) Foundation 9 -03.17 0 100 100 20 Material Class A I and Class B Foundation 9 -03.18 0 100 100 20 Material Class C Bank Run Gravel 9 -03.19 0 100 100 20 for Trench Backfill 1 9- 03.21(2) Recycled Hot Mix Asphalt This section including title is deleted in its entirety. 1 9- 03.21(3) Recycled Portland Cement Concrete Rubble This section including title is deleted in its entirety. 9 03.21(4) Recycled Glass Aggregates This section including title is deleted in its entirety. 9 03.21(5) Steel Furnace Slag This section including title is deleted in its entirety. SECTION 9 -04, JOINT AND CRACK SEALING MATERIALS December 1, 2008 9- 04.1(2) Premolded Joint Filler for Expansion Joints This section is revised to read: Premolded joint filler for use in expansion (through) joints shall conform to either AASHTO M 213 Specifications for "Preformed Expansion Joint Fillers for Concrete Paving and Structural Construction" except the requirement for water absorption is deleted, or ASTM D 7174 Specifications for "Preformed Closed -Cell Polyolefin Expansion Joint Fillers for Concrete Paving and Structural Construction." 9 04.2(1) Hot Poured Joint Sealants This section is revised to read: Hot poured joint sealants shall meet the requirements of AASHTO M 324 Type IV except that the Cone Penetration at 25 °C shall be 130 max. Hot poured joint sealants shall be sampled in accordance with ASTM D 5167 and tested in accordance with ASTM D 5329. The Hot poured joint sealant shall have a minimum Cleveland Open Cup Flash Point of 205 °C in accordance with AASHTO T 48 SECTION 9 -05, DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS August 3, 2009 This section is supplemented with the following new sub sections: 9 -05.50 Precast Concrete Drainage Structures 9- 05.50(1) Fabrication Tolerances and requirements All precast concrete items shall meet the requirements of AASHTO M199, fabricated as shown on the Plans, and shall meet the tolerances and revisions as listed below: 1. The following information shall be legibly marked on each precast product (excluding rectangular and round adjustment sections). Marking shall be indented into the concrete, painted thereon with waterproof paint, or contained within a bar -coded sticker firmly attached to the product: a. Fabricator name or trademark. b. Date of manufacture. 2. Catch Basins (to include Type 1, Type 1 L, Type 1 P), and Concrete Inlets a. Knock -out wall thickness, measured at thinnest point, 11" to 2 b. Knock -out diameter, 5% plus /minus allowance. c. Base thickness, measured at thinnest point, 4" with 1/2" minus tolerance. d. All other dimensions as shown on plans, 5% plus /minus allowance. PW 407_04 Part04 doc [Revised March 2008] 3. Catch Basin Type 2, and Manhole Type 1, 2, 3 a. Knock -out diameter, 5% plus /minus allowance. 4. Flat Slab Tops a. Round or rectangular opening, 5% plus /minus allowance. 5. Rectangular or Circular Adjustment Sections a. Opening size or diameter, 5% plus /minus allowance. 6. Conical Sections a. Top opening diameter, 5% plus /minus allowance. 7. Grate Inlets a. Knock -out wall thickness, measured at thinnest point, 1 to 2 b. Knock -out diameter, 5% plus /minus allowance. c. Opening size, 2 plus /minus allowance. 8. Drop Inlets a. Knock -out diameter, 1" plus /minus allowance. 9 05.50(2) Manholes Precast concrete manholes shall meet the requirements of AASHTO M 199. The joints may be the tongue and groove type or the shiplap type, sufficiently deep to prevent lateral displacement. When secondary synthetic fiber reinforcement is used in 48 -inch diameter by 3 -foot high eccentric or concentric cone sections the synthetic fiber shall meet the requirements of Section 9- 05.50(9). A minimum of two hoops of W2 wire shall be placed in the 48 -inch end of each cone. No steel is required in the remainder of the cone. Precast manhole sections 48 -inch diameter, with no knock -outs, may be produced using no steel reinforcement. As an alternate to conventional steel reinforcement, producers shall use synthetic structural fibers meeting the requirements of Section 9- 05.50(10). 9 05.50(3) Precast Concrete Catch Basins Precast concrete catch basins shall conform to the requirements of Section 9- 05.50(1), except that the dimensions shall be as set forth in the Plan. When secondary synthetic fiber reinforcement is used to produce Type 1, Type 1L and Type 1 P, Catch Basins, the synthetic fiber shall meet the requirements of Section 9- 05.50(9). A minimum amount of steel reinforcement shall be used to reinforce the area around the knockouts. Steel reinforcing shall consist of a No. 3 horizontal hoop reinforcing bar located above the knockouts, and a No. 3 vertical reinforcing bar in each corner, extending a minimum of 18- inches below the top surface of the catch basin. Catch Basin Type 1 may be produced using structural synthetic fibers meeting the requirements of Section 9- 05.50(10). Catch Basin Type 1 shall contain one hoop of No. 3 reinforcing bar around the top perimeter. Knockouts or cutouts may be placed on all four sides and may be round or D shaped. 9 05.50(4) Precast Concrete Inlets Precast concrete inlets shall conform to the requirements of Section 9- 05.50(1) except that the dimensions shall be as set forth in the Plans. 9- 05.50(5) Precast Concrete Drywells Precast concrete drywells shall meet the requirements of Section 9- 05.50(1). Seepage port size and shape may vary per manufacturer. Each seepage port shall provide a minimum of 1 square inch and a maximum of 7 square inches for round openings and 15 square inches for rectangular openings. The ports shall be uniformity spaced with at least one port per 8- inches of drywell height and 15- inches of drywell circumference. Precast Drywells may be produced using no steel reinforcement. As an alternate to conventional steel reinforcement, producers shall use synthetic structural fibers meeting the requirements of Section 9- 05.50(10). 9- 05.50(6) vacant 9- 05.50(7) vacant 9- 05.50(8) vacant 9- 05.50(9) Synthetic Fibers for Precast Units The synthetic fiber, either nylon multifilament fibers or polypropylene fibrillated fibers, shall meet the requirements of ASTM C 1116 Section 4.1.3 3 and ICC ES AC 32, Sections 4.1.1 and 4.1.2. Synthetic fibers shall be added at a minimum dosage rate of 1.0 pound of Nylon Multifilament fibers per cubic yard of concrete or 1.5 pounds of Polypropylene Fibrillated fibers per cubic yard of concrete and shall be thoroughly mixed with the concrete before placement in the forms. The synthetic fibers shall be a minimum of 0.75 inches and a maximum of 2- inches in length. 9 05.50(10) Synthetic Structural Fibers for Precast Units Synthetic fibers shall be monofilament or monofilament/fibrillated blend made of polyolefin, polypropylene or polypropylene /polyethylene blend, meeting the requirements of ATSM C 1116, Section 4.1.3, and ICC ES Acceptance Criteria 32, Sections 4.1.3 and 4.1.2. Additionally the vendor or manufacturer shall furnish an Engineering Report which provides test data in accordance with ASTM C 1018 and /or ASTM C 1399 from an ICC qualified commercial laboratory relating to the specification requirements. The vendor or manufacturer shall provide a letter of certification stating compliance with specifications and/or standard codes. The fibers shall be a minimum of 2 inches in length, and have an aspect ratio (length divided by the equivalent diameter of the fiber) between 70 and 100 when the fibers are in their final phase. The fibers shall have a minimum tensile strength of 50 ksi, and a minimum modulus of elasticity of 600 ksi, when tested in accordance with ASTM D 3822. Precast drainage units shall have a minimum dosage rate of 3.75 Ibs /cu yd. or more in order to obtain an Average Residual Strength (ARS) of 175 PSI when tested in accordance with ASTM C1018 and /or ASTM C1399. Fiber supplier shall submit independent laboratory data to support ARS results. SECTION 9 -06, STRUCTURAL STEEL AND RELATED MATERIALS August 3, 2009 9- 06.5(3) High Strength Bolts Paragraphs one through four are revised to read as follows: High- strength bolts for structural steel joints shall conform to either AASHTO M 164 Type 1 or 3, or AASHTO M 253 Type 1 or 3, as specified in the Plans or Special Provisions. Galvanized AASHTO M 164 Type 1 bolts with an ultimate tensile strength above 145 ksi shall be tested for embrittlement. Embrittlement testing shall be conducted after galvanization in accordance with ASTM F 606, Section 7. The Manufacturer's Certificate of Compliance for the lot provided shall show the ultimate tensile strength test results. Bolts conforming to AASHTO M 253 shall not be galvanized. AASHTO M 253 Type 1 bolts shall be painted with two coats of paint, conforming to Section 9- 08.1(2)B, with a minimum dry film thickness of 2 mils per coat, when specified in the Plans or Special Provisions. Bolts for unpainted and nongalvanized structures shall conform to either AASHTO M 164 Type 3 or AASHTO M 253 Type 3, as specified in the Plans or Special Provisions. Nuts for high strength bolts shall meet the following requirements: AASHTO M 164 Bolts Black Type 1 Black weathering Type Galvanized Type 1 AASHTO M 253 Bolts Black Type 1 Black weathering Type 3 9 06.13 Copper Seals This section including title is revised to read: 9 -06.13 Vacant 9 -06.16 Roadside Sign Structures This section is revised to read: AASHTO M 291 Grade C, C3, DH and DH3 AASHTO M 292 Grade 2H 3 AASHTO M 291 Grade C3 and DH3 AASHTO M 291 Grade DH AASHTO M 292 Grade 2H AASHTO M 291 Grade DH, DH3 AASHTO M 292 Grade 2H AASHTO M 291 Grade DH3 All bolts, nuts, washers, cap screws, and coupling bolts shall conform to AASHTO M 164 and Section 9- 06.5(3). All connecting hardware shall be galvanized after fabrication in accordance with AASHTO M 232. Posts for single post sign structures shall meet the requirements of ASTM A 500 Grade B or ASTM A 53 Grade B, Type E or S. Posts for perforated square steel posts shall meet the requirements of ASTM A 653 Grade 50. Perforated square steel posts shall be finished in accordance ASTM A 653 G90 Structural Quality Grade 50 or ASTM A 653 G140. Slip bases (SB1, SB2, and SB3) for perforated square steel posts shall conform to the following: Plates Casting (SB3) Tubing ASTM A 572 ASTM A 536 Grade 65 -45 -12 and ASTM A 153 ASTM A 500 Grade B Angle Iron (SB1) ASTM A 36 Except as noted otherwise, the slip bases (SB1, SB2, and SB3) for perforated square steel posts shall be hot dipped galvanized. The heavy duty anchor used for perforated square steel posts (ST -4) shall meet the requirements of ASTM A 500 Grade B and shall be hot dipped galvanized. Wide flange steel or solid square steel posts for multiple post sign structures shall conform to either ASTM A 36 or ASTM A 992. Posts conforming to either ASTM A 588 or ASTM A 572 Grade 50 may be used as an acceptable alternate to the ASTM A 36 and ASTM A 992 posts. All steel not otherwise specified shall conform to either ASTM A 36 or ASTM A 992. Except as noted otherwise all steel, including posts, base plates, and base stiffeners, shall be galvanized after fabrication in accordance with AASHTO M111. Base connectors for multiple directional steel breakaway posts shall conform to the following: Brackets Aluminum Alloy 6061 T -6 Bosses for Type TPB Brackets ASTM A 582 Anchor Ferrules Type 304 stainless steel for threaded portion. AISI 1045 steel rod and AISI 1008 coil for cage portion. Anchor couplings for multiple directional steel breakaway posts shall conform to AMS 6378D with a tensile breaking strength range as follows: Type TPA Type TPB 17,000 to 21,000 lb. 47,000 to 57,000 Ib. For multi directional breakaway base connectors, shims shall conform to ASTM A 653, SS Grade 33, Coating Designation G 165. SECTION 9 -07, REINFORCING STEEL August 3, 2009 9- 07.1(2) Bending The first paragraph is supplemented with the following: The dimensions shown in the Plans are out -to -out unless shown otherwise. This section is supplemented with the following: Hooked ends of steel reinforcing bars shall be standard hooks unless shown otherwise in the Plans. Standard hooks shall consist of a 90, 135 or 180 degree bend as shown in the Plans plus a minimum bar extension at the free end of the bar shown in the table below. Seismic hooks shall consist of a 135 degree bend plus a minimum bar extension at the free end of the bar shown in the table below. Minimum Bar Extensions for Standard and Seismic Hooks 180 135 Hook 90 Hook Hook Bar Size All Bars Seismic All Other Stirrups and All Other Hook Bars Ties Bars No 3 2 1 /2" 3" 2 1 /4" 2 '/4" 4 No. 4 2 1" 3" 3" 3" 6" PW 407_04 Part04.doc [Revised March 2008] No. 5 2'/2" 3 3 3/4" 3 71" No. 6 3" 4'/2" 4'/2" 9" 9" No. 7 3' 5 1/4" 5 1 /4" 101" 10'/2" No. 8 4" 6" 6" 12" 12" No. 9 4 3 /4" 13 3 /4" No 10 5 1 4" 15 '/4" No 11 5 3 /4" 17" No. 14 7" 201" No. 18 9 '/4" 27 1 /4" 9 07.1(3) Lengths The content of this section is deleted and replaced with the following: Net length is the length of bar along the bar centerline from end to end. Net lengths of bent bars shown in the "LENGTH" column of the bar list in the plans are rounded to the nearest inch. 9 07.3 Epoxy Coated Steel Reinforcing Bars The reference to ASTM A 06 in number 1. of the first paragraph is revised to ASTM A 706. 9 07.5 Dowel Bars (For Cement Concrete Pavement) The content of this section is deleted and replaced with the following subsections: 9 07.5(1) Epoxy Coated Dowel Bars (For Cement Concrete Pavement) Epoxy Coated dowel bars shall be round plain steel bars of the dimensions shown in the Standard Plans. They shall conform to AASHTO M 31, Grade 60 or AASHTO M 255, Grade 60 and shall be coated in accordance with ASTM A 934. The thickness of the epoxy coating shall be 10 mils plus or minus 2 mils. In addition, the requirements of Section 9 -07.3, Items 2, 3, 4, 5, 6, and 9 shall apply. 9 07.5(2) Corrosion Resistant Dowel Bars (For Cement Concrete Pavement) Corrosion resistant dowel bars shall be 1 1 /2 inch outside diameter plain round steel bars 18 inches in length and meet the requirements one of the following types: A. Stainless Steel Clad dowel bars shall have a minimum 0.06 inches clad to a plain steel inner bar meeting the chemical and physical properties of AASHTO M 31, Grade 60, or AASHTO M 255, Grade 60. Stainless Steel clad shall meet the chemical properties of ASTM A 276, Type 316L. B. Stainless Steel Tube dowel bars shall have a minimum 0.06 in thick tube press -fitted onto a plain steel inner bar meeting the chemical and physical properties of AASHTO M 31, Grade 60, or AASHTO M 255, Grade 60. A lubricant/adhesive shall be used between the tube and the plain steel bar to fill any voids. Stainless Steel Tube material shall meet the chemical properties of ASTM A 276, Type 316L. C. Stainless Steel Solid dowel bars shall be ASTM A 276, Type 316L. D. Corrosion resistant low- carbon; chromium plain steel bars for concrete reinforcement meeting all the requirements of ASTM A 1035. E. Zinc Clad dowel bars shall be of the dimension shown in the standard plans and shall have a minimum 0.04 inches A710 Zinc alloy clad to a plain steel inner bar meeting the chemical and physical properties of AASHTO M 31, Grade 60 or AASHTO M 255, Grade 60. A710 Zinc shall be composed of: ZN -99.5 percent, by weight, minimum; CU 0.1 0.25 percent, by weight; and Fe- 0.0020 percent, by weight, maximum. The surface of the finished cut -to- length corrosion resistant low- carbon; chromium plain steel bars for concrete reinforcement meeting all the requirements of ASTM A 1035 dowels shall be provided with a hot rolled, as- rolled finish including mill scale. The surface of all other finished cut -to- length dowels shall be provided with a smooth "ground" or "cold drawn" finish. Stainless Steel Clad and Tube Dowel bar ends shall be sealed with a patching material (primer and finish coat) used for patching epoxy- coated reinforcing steel as required in Standard Specification 9 -07.3 item 6. 9 07.6 Tie Bars (For Cement Concrete Pavement) The first paragraph is revised to read: Tie bars shall conform to the requirements of the Standard Specifications for Deformed Billet Steel Bars for Concrete Reinforcement, AASHTO M 31, Grade 60 and shall be coated in accordance with AASHTO M 284 or corrosion resistant uncoated low- carbon; chromium deformed steel bars for concrete reinforcement meeting all the requirements of ASTM A 1035. 9 07.10 Prestressing Reinforcement Strand The third sentence in the third paragraph is revised to read: The mill certificate and test report shall include the yield and ultimate strengths, elongation at rupture, modulus of elasticity, and the stress strain curve for the actual prestress reinforcing intended for use. The first sentence in the fourth paragraph is revised to read: For every 5 reels furnished, one sample, not Tess than 51/2-feet long, shall be sent to the Engineer for testing. 9 07.11 Prestressing Reinforcement Bar The fifth and sixth paragraphs are revised to read: The Contractor shall supply a Manufacturer's Certificate of Compliance in accordance with Section 1 -06.3 for each bar. The Contractor shall supply a Manufacturer's Certificate of Compliance in accordance with Section 1 -06.3 for all nuts and couplers confirming compliance with the specified strength requirement. For each heat of steel for high- strength steel bar, the Contractor shall submit two samples, each not less than 51/2 -feet long, to the Engineer for testing. SECTION 9 -08, PAINTS August 3, 2009 This section including title is deleted in its entirety and replaced with the following: 9 -08 PAINTS AND RELATED MATERIALS 9 -08.1 Paint 9- 08.1(1) Description Paints used for highway and bridge structure applications shall be made from materials meeting the requirements of the applicable Federal and State Paint Specifications, PW 407_04 Part04.doc [Revised March 2008] Department of Defense (DOD), American Society on Testing of Materials (ASTM), and Steel Structures Painting Council (SSPC) specifications in effect at the time of manufacture. The colors, where designated, shall conform to Section 9- 08.1(8). 9- 08.1(2) Paint Types 9- 08.1(2)A Vinyl Pretreatment Vinyl pretreatment shall be a two component basic zinc chromate -vinyl butyral wash primer conforming to DOD -P -15328 (Formula 117 for Metals) and SSPC Paint 27. Zinc chromate shall be the insoluble type. The paint shall be supplied as two components that are mixed together just prior to use. 9 08.1(2)B Galvanizing Repair Paint, High Zinc Dust Content Galvanizing repair paint shall conform to Federal Specification MIL P 210358. 9 08.1(2)C Inorganic Zinc Rich Primer Inorganic zinc rich primer shall be a two component self- curing inorganic zinc -rich paint conforming to either AASHTO M 300 or SSPC Paint 20 Type I. 9 08.1(2)D Organic Zinc Rich Primer Organic zinc rich epoxy primer shall be a high performance two- component epoxy conforming to SSPC Paint 20 Type II. 9 08.1(2)E Epoxy Polyhamide Epoxy polyamide primer shall be a two component VOC compliant epoxy system, conforming to M I L -DTL- 24441. 9 08.1(2)F Primer, Zinc Filled Single Component, Moisture Cured Polyurethane Zinc rich primer shall meet the following requirements: Vehicle Type: Moisture -cured polyurethane Pigment Content: 80% minimum zinc by weight in dry film Volume Solids: 60% plus or minus 3 Minimum wt. /gal.: 22.0 pounds. 9- 08.1(2)G Intermediate and Stripe Coat, Single Component, Moisture -Cured Polyurethane Vehicle Type: Moisture -cured polyurethane Pigment: A minimum of 3.0 lbs. of micaceous iron oxide per gallon. Intermediate and any stripe coat shall meet the following requirements: Minimum volume solids 50 A minimum of 3.0 lbs. /gal. of micaceous iron oxide. The intermediate coating shall be certified by the manufacturer to be able to be recoated by the top coat in a minimum of 4 days. 9 08.1(2)H Top Coat Single Component, Moisture Cured Polyurethane Vehicle Type: Moisture -cured aliphatic polyurethane MA/ A(17 (M Pnr+(lA tint 1 Po ,,cod 11Aorrh 7(1(1511 Color: As specified in the Plans or Special Provisions The Top Coat shall meet the following requirements: The resin must be an aliphatic urethane. Minimum volume solids 50 The top coat shall be a semi gloss. 9 08.1(2)1 Rust Penetrating Sealer Rust penetrating sealer shall be a two component chemically -cured 100 percent solids epoxy with maximum VOC 1.7 pounds /gallon. 9 08.1(2)J Black Enamel The enamel shall conform to Federal Specification MIL PRF 2463D Type II Class II. 9 08.1(2)K Orange Equipment Enamel The enamel shall be an alkyd gloss enamel conforming to Federal Specification TT -E -489, except that the Sag Index shall be seven minimum. The color, when dry, shall match that of Federal Standard 595, color number 12246. For factory application to individual items of new equipment, samples and testing of the enamel will not be required; however, the equipment manufacturer shall match the color specified and shall certify the quality of enamel used. 9 08.1(2)L Exterior Acrylic Latex Paint White This paint shall conform to Federal Specification TT -P -96, Paint, Acrylic Emulsion, Exterior, except that the viscosity shall be 75 -85 K.U. This paint may be used self primed in multiple coats over salts treated wood and on interior and exterior masonry surfaces. 9 08.1(3) Working Properties The paint shall contain no caked material that cannot be broken up readily by stirring. When applied to a clean vertical surface, the paint shall dry without running, streaking, or sagging. 9 08.1(4) Storage Properties Paints manufactured under these Specifications shall show no skin over the surface after 48 hours in a partially filled container, when tested as outlined in Federal Test Method Standard No. 141. A slight amount of skin or gel formation where the surface of the paint meets the side of the container may' be disregarded. Variable percentages of anti skinning agents are shown in those formulas set forth above that are susceptible to undesirable skin formation. The manufacturer will be allowed to vary the amount of anti skinning agent given in the formulas provided the above results are accomplished and provided the paint does not dry to a nonuniform or nonelastic film. 9 08.1(5) Fineness of Grinding The paint shall be ground so that all particles of pigment will be dispersed and be coated with vehicle, and the residue on a 325 sieve will not exceed 1 percent by weight of the pigment. Paint shall be homogeneous, free of contaminant, and of a consistency suitable for use under intended application. Finished paint shall be well ground, and the pigment shall be properly dispersed in the vehicle conforming to the requirements of the paint. Dispersion in vehicle D\A/ An7 nA D.+.441A ..1.... rrl i_ shall be such that the pigment does not settle excessively, does not cake or thicken in the container, and does not become granular or curdled. 9 08.1(6) Test Methods Except as otherwise specified, all paints will be sampled and tested in the ready -mixed form. The test methods will be as specified in the Washington State Department of Transportation Materials Manual or the corresponding test method covered by Federal Test Method Standard No. 141 or as specified under AASHTO R -31. 9 08.1(7) Acceptance Except for batches of paint in total project quantities of 20 gallons or less which are accepted upon the manufacturer's certificate, the manufacturer shall not ship any batch of paint until the paint has been tested and released by the Washington State Department of Transportation State Materials Laboratory. This release will not constitute final acceptance of the paint. Final acceptance will be based on inspection or testing of job site samples as determined by the Engineer. Project quantities of 20 gallons or less of the above paint types will be accepted without inspection upon the manufacturer's notarized certificate. This certificate shall contain a statement by the manufacturer to the effect that the material meets the paint type Specification, and shall include a list of materials and quantities used. One copy of the certificate shall accompany the paint when shipped and one copy with a draw down sample of the paint shall be sent to the Materials Laboratory. The paint may be used at once without further release from the Materials Laboratory. 9 08.1(8) Standard Colors When paint is required to match a Federal Standard 595 color, the paint manufacturer or the Contractor may obtain a sample of the required color through the following Internet link http: /www.colorserver.net. When paint is required to match a WSDOT color (Washington Gray, Mt St Helens Gray, Mt Baker Gray or Cascade Green), the paint color shall conform to the Delta E deviation and CIELAB spectrophotometer analysis requirements specified in Section 9 -08.3 for the corresponding color. Unless otherwise specified, all top or finish coats shall be semi gloss, with the paint falling within the range of 35 to 70 on the 60 degree gloss meter. 9 08.2 Powder Coating Materials for Coating Galvanized Surfaces The powder coating system shall consist of two components, an epoxy primer coat and a polyester finish coat. The epoxy primer coat and the polyester finish coat materials shall be from the same manufacturer. The epoxy primer coat shall be an epoxy powder primer conforming to the following requirements: Property Adhesion Flexibility Pencil Hardness Specific Gravity Specification ASTM D 3359 Method B ASTM D 522 Method B ASTM D 3363 ASTM D 792 The polyester finish coat shall conform (AAMA) Specification 2604. PW 407_04 Part04 doc [Revised March 2008] Performance Requirement 5B (no failure) Pass 1/8" mandrel bend H Plus 1.25 minimum to American Architectural Manufacturers Association Degassing additives may be added as necessary to prevent pin holes in the finish coat. The degassing additives shall be added in accordance with manufacturer's recommendations. The color of the powder coating system polyester finish coat shall be as specified in the Plans or Special Provisions. Repair materials shall be selected from one of the approved products listed in the current Qualified Products List and specified in the Contractor's powder coating plan as approved by the Engineer. 9 08.3 Pigmented Sealer Materials for Coating of Concrete Surfaces The pigmented sealer shall be a semi- opaque colored toner containing only methyl methacrylate -ethyl acrylate copolymer resins, toning pigments suspended in solution at all times by a chemical suspension agent, and solvent. Toning pigments shall be laminar silicates, titanium dioxide and inorganic oxides only. There shall be no settling or color variation. Tinting shall occur at the factory at the time of manufacturer and placement in containers, prior to initial shipment. Use of vegetable or marine oils, paraffin materials, stearates or organic pigments in any part of coating formulation will not be permitted. The Contractor shall submit a one -quart wet sample, a draw down color sample and spectrophotometer or colorimeter readings, taken in accordance with ASTM D 2244, for each batch. The calculated Delta E shall not exceed 1.0 deviation from the Commission Internationale de I'Eclairage (CIELAB) color measurement analysis method for each pigmented sealer color. For the respective color pigmented sealer shall conform to the following CIELAB analysis: Color Washington G ray Cascade Green Mt. Baker G ray Mt. St. Helens G ray III/Obs D65/10 degrees A/10 degrees CWF /10 degrees D65/10 degrees A/10 degrees CWF /10 degrees 065/10 degrees A/10 degrees CWF /10 degrees D65/10 degrees A/10 degrees CWF /10 degrees L* 62.59 63.06 63.02 36.62 35.82 36.34 45.94 46.40 46.46 56.07 56.76 56.67 a* 0.98 1.80 0.73 -6.53 -7.15 -5.09 1.38 1.70 1.07 2.15 3.08 1.64 b* 5.23 5.70 6.08 -0.89 -2.53 -1.18 4.46 5.05 5.48 6.68 7.52 7.85 The one -quart wet sample shall be submitted in the manufacturer's labeled container with product number, batch number and size of batch. The companion draw down color sample shall be labeled with the product number, batch number and size of batch. The Contractor shall submit the specified samples and readings to the Engineer at least 14 calendar days prior to the scheduled application of the sealer. The Contractor shall not begin applying pigmented sealer until receiving the Engineer's written approval of the pigmented sealer color samples. 9 -08.4 Abrasive Blast Materials 9- 08.4(1) Abrasive Blast Media Material used for field abrasive blasting shall conform to Military Specification MIL -A- 22262B(SH) as listed on QPL- 22262 -28 as maintained by the Department of the Navy. The Contractor shall provide the Engineer with certified test results from the abrasive blast media manufacturer showing that the abrasive blast material meets the Military Specification. The Contractor shall select the type and size of abrasive blast media to produce a roughened, sharp, angular surface profile conforming to the surface requirements specified by the manufacturer of the selected paint system. 9 08.4(2) Lead Abatement Additive Lead abatement additive shall be a granular chemical abrasive additive consisting of a complex calcium silicate designed to stabilize lead through multiple mechanisms, including, but not limited to, pH adjustment, chemical reactions and encapsulation. The additive shall be specifically designed and manufactured for lead paint abatement. 9 -08.5 Surface Cleaning Materials 9- 08.5(1) Bird Guano Treatment Bird guano treatment shall consist of a 5.25 percent sodium hypochlorite solution. 9 08.5(2) Fungicide Treatment Fungicide treatment shall consist of a 5.25 percent sodium hypochlorite solution 9 08.5(3) Water Water used for water jetting steel surface cleaning operations shall be clean, fresh water only, without any detergents, bleach, or any other cleaning agents or additives. Recycling of rinse water for water jetting operations is not allowed. 9 08.6 Filter Fabric Filter fabric for water jetting operations shall be a polypropylene, non woven, needle punched geosynthetic or equivalent material conforming to the following requirements: Property Specification Performance Requirement Grab Tensile Strength ASTM D 4632 100 pounds minimum Apparent opening size ASTM D 4751 #70 U.S. sieve Permittivity ASTM D 4491 1.0 sec -1 or better 9 -08.7 Single Component Urethane Sealant Single component urethane sealant shall conform to Federal Specification TT- S- 00230C Type II Class A. 9 08.8 Foam Backer Rod Foam backer rod shall be closed cell expanded polyethylene or polyurethane foam. SECTION 9 -09, TIMBER AND LUMBER January 7, 2008 9 -09.1 General Requirements This section is revised to read: All timber and lumber shall be sized as indicated in the Plans. All timber and lumber to be painted shall be surfaced on all sides. All timber and lumber to be painted shall be thoroughly air or kiln dried to an equilibrium moisture content and shall be stored in such a manner as to remain in a thoroughly dry condition until placed into the work. 9 09.2 Grade Requirements This section is revised to read: PW 407_04 Part04.doc [Revised March 2008] Timber and lumber shall conform to the grades and usage listed below. Timber and lumber shall be marked with a certified lumber grade stamp provided by one of the following agencies: West Coast Lumber Inspection Bureau (WCLIB) Western Wood Products Association (WWPA) Pacific Lumber Inspection Bureau (PLIB) Any lumber grading bureau certified by the American Lumber Standards Committee For structures, all material delivered to the project shall bear a grade stamp and have a grading certificate. The grade stamp and grading certificate will not constitute final acceptance of the material. The Engineer may reject any or all of the timber or lumber that does not comply with the specifications or has been damaged during shipping or upon delivery. The grading certificate shall be issued by either the grading bureau whose stamp is shown on the material, or by the lumber mill, which shall be under the supervision of one of the grading bureaus listed above. The certificate shall include the following: Name of the mill performing the grading The grading rules being used Name of the person doing the grading with current certification Signature of a responsible mill official Date the lumber was graded at the mill Grade, dimensions, and quantity of the timber or lumber For Guardrail Posts and Blocks, Sign Posts, Mileposts, Sawed Fence Posts, and Mailbox Posts, the material delivered to the project shall either bear a grade stamp on each piece or have a grading certificate as defined above. The grade stamp or grading certificate shall not constitute final acceptance of the material. The Engineer may reject any or all of the timber or lumber that does not comply with the specifications or has been damaged during shipping or upon delivery. 9 09.2(1) Surfacing and Seasoning This section including title is revised to read: 9- 09.2(1) Structures All timber and lumber for structures shall be Douglas Fir -Larch unless specified otherwise in the contract, and shall conform to the following: Materials 2" to 4" nominal thick, 5" nominal and wider (Structural Joists and Planks) Materials 5" nominal and thicker (Beams and Stringers) Timber lagging for soldier pile walls shall be Douglas Fir Larch, grade No. 2 or better or Hem Fir No. 1. When the material is delivered to the project, the Engineer will check the order for the appropriate grade stamp. The invoice and grading certificate accompanying the order must be accurate and complete with the information listed above. The grading certificate and grade markings shall not constitute final acceptance of the material. The Engineer may reject any or all of the timber or lumber that does not comply with the specifications or has been damaged during shipping or upon delivery. PW 407_04 Part04 doc [Revised March 2008] No. 1 and better, grade (Section 123 -b of WCLIB) or (Section 62.11 of WWPA) No. 1 and better, grade (Section 130 -b of WCLIB) or (Section 70.11 of WWPA) 9- 09.2(2) Vacant This section including title is revised to read: 9 09.2(2) Guardrail Posts and Blocks Timber and lumber for guardrail posts and blocks (classified as Posts and Timbers) shall conform to the species and grades listed below. Douglas Fir No. 1 and better, grade (Section 131 -b WCLIB) or (Section 80.11 WWPA) Hem Fir Select Structural, grade (Section 131 -a WCLIB) or (Section 80.10 WWPA) I Southern Yellow Pine I No. 1 and better, grade (Southern Pine Inspection Bureau) When the material is delivered to the project, the Engineer will check the order for the appropriate grade stamp. The grade markings shall not constitute final acceptance of the material. The Engineer may reject any or all of the timber or lumber that does not comply with the specifications or has been damaged during shipping or upon delivery. 9 09.2(3) Inspection This section including title is revised to read: 9 09.2(3) Sign Posts, Mileposts, Sawed Fence Posts, and Mailbox Posts The allowable species of timber and lumber for signposts, and mileposts shall be Douglas Fir Larch or Hem Fir. Timber and lumber for sawed fence posts and mailbox posts shall be Western Red Cedar, Douglas Fir Larch, or Hem Fir. Sign posts, mileposts, sawed fence posts, and mailbox posts shall conform to the grades shown below. 4" x 4" Construction grade (Light Framing, Section 122 -b WCLIB) or (Section 40.11 WWPA) 4" x 6" No. 1 and better, grade (Structural Joists and Planks, Section 123 -b WCLIB) or (Section 62.11 WWPA) 6" x 6 6" x 8 8" x 10" No. 1 and better, grade (Posts and Timbers, Section 131 -b WCLIB) or (Section 80.11 WWPA) 6" x 10 6" x 12" No. 1 and better, grade (Beams and Stringers, Section 130 -b WCLIB) or (Section 70.11 WWPA) SECTION 9 -12, MASONRY UNITS August 3, 2009 9 -12.4 Precast Concrete Manholes This section including title is revised to read: 9 -12.4 Vacant 9 -12.5 Precast Concrete Catch Basins This section including title is revised to read: 1 11 11 11 1 1 1 1 1 1 1 1 1 1 1 1 1 1 9 -12.5 Vacant 9 -12.6 Precast Concrete Inlets This section including title is revised to read: 9 -12.6 Vacant 9 -12.7 Precast Concrete Drywells This section including title is revised to read: 9 -12.7 Vacant SECTION 9 -14, EROSION CONTROL AND ROADSIDE PLANTING August 3, 2009 9- 14.4(4) Vacant This section including title is revised to read: 9 14.4(4) Wood Strand Mulch Wood strand mulch shall be a blend of loose, long, thin wood pieces derived from native conifer or deciduous trees with high length -to -width ratio. A minimum of 95% of the wood strand shall have lengths between 2 and 10- inches, with a width and thickness between 1/16 and 3/8- inches. The mulch shall not contain resin, tannin, or other compounds in quantities that would be detrimental to plant life. Sawdust or wood shavings shall not be used as mulch. 9 14.4(8) Compost This section is revised to read: Compost products shall be the result of the biological degradation and transformation of plant derived materials under controlled conditions designed to promote aerobic decomposition. Compost shall be stable with regard to oxygen consumption and carbon dioxide generation. Compost shall be mature with regard to its suitability for serving as a soil amendment or an erosion control BMP as defined below. The compost shall have a moisture content that has no visible free water or dust produced when handling the material. Compost production and quality shall comply with Chapter 173 -350 WAC. Compost products shall meet the following physical criteria: 1. Compost material shall be tested in accordance with U.S. Composting Council Testing Methods for the Examination of Compost and Composting (TMECC) 02.02 B, "Sample Sieving for Aggregate Size Classification Fine Compost shall meet the following: Min. Max. Percent passing 2" 100% Percent passing 1" 95% 100% Percent passing 5/8" 90% 100% Percent passing 1 /4" 75% 100% Maximum particle length of 6 inches Coarse Compost shall meet the following: Min. Max. Percent passing 3" 100% Percent passing 1" 90% 100% Percent passing 3 /4" 70% 100% Percent passing 1 A" 40% 60% Maximum particle length of 6 inches 2. The pH shall be between 6.0 and 8.5 when tested in accordance with U.S. Composting Council TMECC 04.11 -A, "1:5 Slurry pH 3. Manufactured inert material (plastic, concrete, ceramics, metal, etc.) shall be Tess than 1.0 percent by weight as determined by U.S. Composting Council TMECC 03.08 -A "Classification of Inerts by Sieve Size 4. Minimum organic matter shall be 40 percent by dry weight basis as determined by U.S. Composting Council TMECC 05.07A "Loss -On- Ignition Organic Matter Method (LOI) 5. Soluble salt contents shall be less than 4.0 mmhos /cm when tested in accordance with U.S. Composting Council TMECC 04.10 "Electrical Conductivity 6. Maturity shall be greater than 80% in accordance with U.S. Composting Council TMECC 05.05 -A, "Germination and Root Elongation 7. Stability shall be 7 mg CO2 —C /g OM /day or below in accordance with U.S. Composting Council TMECC 05.08 -B "Carbon Dioxide Evolution Rate 8. The compost product must originate a minimum of 65 percent by volume from recycled plant waste as defined in WAC 173 -350 as "Type 1 Feedstocks." A maximum of 35 percent by volume of "Type 2 Feedstocks," source separated food waste, and /or biosolids may be substituted for recycled plant waste. The manufacturer shall provide a list of feedstock sources by percentage in the final compost product. 9. The Engineer may also evaluate compost for maturity using U.S. Composting Council TMECC 05.08 -E "Solvita® Maturity Index Fine Compost shall score a number 6 or above on the Solvita® Compost Maturity Test. Coarse Compost shall score a 5 or above on the Solvita® Compost Maturity Test. This section is supplemented with the following new sub sections: 9 4.4(8)A Compost Approval The Contractor shall either select a compost manufacturer from the Qualified Products List, or submit the following information to the Engineer for approval: 1. A Request for Approval of Material Source. 2. A copy of the Solid Waste Handling Permit issued to the manufacturer by the Jurisdictional Health Department as per WAC 173 -350 (Minimum Functional Standards for Solid Waste Handling). 3. The manufacturer shall verify in writing, and provide lab analyses that the material complies with the processes, testing, and standards specified in WAC 173 -350 and these specifications. An independent Seal of Testing Assurance (STA) Program certified laboratory shall perform the analysis. PW 407_04 Part04 doc [Revised March 2008] 4. A copy of the manufacturer's Seal of Testing Assurance STA certification as issued by the U.S. Composting Council. 9- 14.4(8)B Compost Acceptance Seven days prior to initial application of any compost the Contractor shall submit a compost sample, a STA test report dated within 90 calendar days, and the list of feedstocks by volume for each compost type to the Engineer for review. The Contractor shall use only compost that has been tested within 90 calendar days of application and meets the requirements in section 9- 14.4(8). Compost not conforming to the above requirements or taken from a source other than those tested and accepted shall be immediately removed from the project and replaced at no cost to the Contracting Agency. 9 -14.5 Erosion Control Devices This section is supplemented with the following new sub section: 9- 14.5(8) High Visibility Fencing High visibility fence shall be UV stabilized, orange, high- density polyethylene or polypropylene mesh, and shall be at least four feet in height. Support posts shall be wood or steel in accordance with Standard Plan 1- 10.10 -00. The posts shall have sufficient strength and durability to support the fence through the life of the project. 9- 14.5(1) Polyacrylamide (PAM) The second sentence is revised to read: PAM shall be anionic and shall be linear, and not cross linked. 9- 14.5(3) Clear Plastic Covering This section is revised to read: Clear plastic covering shall conform to the requirements of ASTM D 4397, for polyethylene sheeting having a minimum thickness of 6 mils. 9- 14.5(7) Coir Log The reference to Standard Plans in the second sentence of the first paragraph is revised to read Plans. SECTION 9 -16, FENCE AND GUARDRAIL December 1, 2008 9- 16.1(1)A Post Material for Chain Link Fence The first paragraph is supplemented with the following: Round Post Material Round post material shall be Grade 1 or 2. Roll Form Material Roll- formed post material shall be Grade 1. Roll- formed end, corner, and pull posts shall have integral fastening loops to connect to the fabric for the full length of each post. Top rails and brace rails shall be open rectangular sections with internal flanges as shown in ASTM F1043. The Round Post Material and Roll Form Material information following the third paragraph is deleted. 9 16.1(1)B Chain Link Fence Fabric The first paragraph is revised to read: Chain link fabric shall consist of 11 gage wire for chain link fence Types 3, 4, and 6, and 9 gage wire for chain link fence Type 1. The fabric shall be zinc coated steel wire conforming to AASHTO M 181, Class C. Zinc 5- percent Aluminum Mischmetal alloy meeting the requirements of ASTM B 750 may be substituted for zinc coating (hot- dipped) at the application rate specified by ASSHTO M 181 for hot -dip zinc coating. Coating for chain link fence fabric shall meet the requirements of ASTM A 817 with minimum weight of coating of uncoated wire surface 1.0 oz/sq ft (305 g/m2). 9 16.1(1)C Tension Wire This section including title is revised to read: 9- 16.1(1)C Tension Wire and Tension Cable Tension wire shall meet the requirements of AASHTO M 181. Tension wire galvanizing shall be Class 1. Tension cable shall meet the requirements of Section 9- 16.6(5). 9 16.1(1)D Fittings and Hardware This section is supplemented with the following: Fabric bands and stretcher bars shall meet the requirements of Section 9- 16.6(9). Thimbles, wire rope clips, anchor shackles, and seizing shall meet the requirements of Section 9- 16.6(6). 9 16.1(1)E Chain Link Gates The first sentence in the first paragraph is revised to read: Gate frames shall be constructed of not less that 1 1/2 -inch (I.D.) galvanized pipe conforming to AASHTO M 181 Type I, Grade 1 or 2 as specified in Section 9- 16.1(1)A. The fourth sentence in the first paragraph is revised to read: All welds shall be ground smooth and painted with an A -9 -73 galvanizing repair paint or A -11- 99 primer meeting the requirements of Section 9 -08.2. 9- 16.2(1)A Steel Post Material The paragraph under Angle Post Material is revised to read: All angle post material shall be galvanized in accordance with the requirements of AASHTO M 111 except the anchor plate on fence post material shall be grade 55. Angle post used for end, corner, gate and pull post and brace shall have a minimum weight of 3.1 lb /ft. The first sentence in the third paragraph is revised to read: Posts shall not be less than 7 -feet in length. The last sentence in the third paragraph is revised to read: PW 407_04 Part04 doc [Revised March 2008] The anchor plate shall be securely attached and have a surface area of 20 ±2 in and a minimum weight of 0.67 pounds. 9 16.3(2) Posts and Blocks The first sentence in the second paragraph is revised to read: Timber posts and blocks shall conform to the grade specified in Section 9- 09.2(2). 9 16.3(3) Galvanizing The first sentence in the first paragraph is revised to read: W -beam or thrie beam rail elements and terminal sections shall be galvanized in accordance with AASHTO M -180, Class A, Type 2, except that the rail shall be galvanized after fabrication, with fabrication to include forming, cutting, shearing, punching, drilling, bending, welding, and riveting. 9 16.3(4) Hardware This section is revised to read: Unfinished Bolts (ordinary machine bolts), nuts, and washers for High Unfinished Bolts, shall conform to 9- 06.5(1). High Strength bolts, nuts, and washers for High Strength Bolts shall conform to 9- 06.5(3). Unfinished bolts will be accepted by field verification and documentation that bolt heads are stamped 307A. The Contractor shall submit a manufacturer's certificate of compliance per 1- 06.3 for high strength bolts, nuts, and washers prior to installing any of the hardware. 9 16.3(5) Anchors The reference to "hot dip galvanized" in the tenth paragraph is revised to "galvanized 9 16.4(2) Wire Mesh The reference to "hot dip galvanized" in the second sentence in the third paragraph is revised to "galvanized 9 16.6(2) Glare Screen Fabric The reference to "A 491" in the second sentence in the first paragraph is revised to "ASTM A 491". 9 16.6(3) Posts The first paragraph is revised to read: Line posts for Type 1 glare screen shall be 1 1/2- inches by 1 7/8- inches galvanized steel H column with a minimum weight of 2.8 pounds per linear foot. Line posts for Type 2 glare screen shall be 1 5/8- inches by 2 1/4- inches galvanized steel H column with a minimum weight of 4.0 pounds per linear foot, or 2 -inch inside diameter galvanized steel pipe with a nominal weight of 3.65 pounds per linear foot provided only one type shall be used on any one project. The first paragraph is supplemented with the following: End, corner, brace, and pull posts for Type 1 Design A shall be 1 1/2- inches by 1 7/8- inches steel H column with a minimum weight of 2.8 pounds per linear foot. The first sentence in the second paragraph is revised to read: End, corner, brace, and pull posts for Type 1 Design B and Type 2 shall be 2 -inch inside diameter galvanized steel pipe with nominal weight of 3.65 pounds per linear foot. The reference to "hot dip galvanized" in the third sentence in the second paragraph is revised to "galvanized The first two sentences in the fifth paragraph are revised to read: All posts shall be galvanized in accordance with AASHTO M 181, Section 32. The minimum average zinc coating is per square foot of surface area. 9 16.6(5) Cable The reference to "hot dip galvanized" is revised to "galvanized 9 16.6(6) Cable and Tension Wire Attachments The reference to "hot dip galvanized" in the first sentence in the first paragraph is revised to "galvanized The third sentence in the first paragraph is deleted. 9 16.6(9) Fabric Bands and Stretcher Bars The reference to "hot dip galvanized" is revised to "galvanized 9 16.6(10) Tie Wire This section including title is revised to read: 9 16.6(10) Tie Wire and Hog Rings Tie wire shall be 9 gage aluminum wire complying with the ASTM B 211 for alloy 1100 H14 or 9 gage galvanized wire meeting the requirements of AASHTO M 279. Galvanizing shall be Class 1. Hog rings shall be 12 gage galvanized steel wire. 9 16.8(1) Rail and Hardware The word "Composition" following the first paragraph is deleted. SECTION 9 -19, PRESTRESSED CONCRETE GIRDERS April 6, 2009 9 -19.1 Aggregates and Proportioning The first paragraph is revised to read: The concrete for prestressed girders shall have the minimum compressive strengths as specified in the Plans. Aggregates used in the mix shall conform to the following: Coarse aggregate shall be in accordance with Section 9- 03.1(4). Fine aggregate shall be in accordance with Section 9- 03.1(2), Class 1 or Class 2. The manufacturer may revise the grading of the coarse aggregate provided that the concrete mix design is qualified with the modified gradation. An alternative combined gradation conforming to Section 9- 03.1(5) may also be used. The reference to Section 9 -23.7 in the sixth paragraph is revised to Section 9 -23.6. SECTION 9 -23, CONCRETE CURING MATERIALS AND ADMIXTURES April 6, 2009 9 -23.6 Admixture for Concrete This section including title is revised to read: 9 23.6 Chemical Admixtures for Concrete Acceptance of chemical admixtures will be based on Manufacturer's Certificate of Compliance. If required by the Engineer, admixtures shall be sampled and tested before they are used. A one -pint (500 milliliter) sample of the admixture shall be submitted to the WSDOT Headquarters Materials Laboratory for testing 10 days prior to use. Chemical Admixtures shall contain less than one percent chloride ion (CI by weight of admixture. This section is supplemented with the following new sub sections. 9 23.6(1) Air Entraining Admixtures Air Entraining Admixtures shall meet the requirements of AASHTO M 154 or ASTM C 260. 9 23.6(2) Type A Water Reducing Admixtures Type A Water Reducing admixtures shall conform to the requirements of AASHTO M 194 Type A or ASTM C 494 Type A. 9 23.6(3) Type B Retarding Admixtures Type B Retarding admixtures shall conform to the requirements of AASHTO M 194 Type B or ASTM C 494 Type B. 9 23.6(4) Type C Accelerating Admixtures Type C Accelerating admixtures shall conform to the requirements of AASHTO M 194 Type C or ASTM C 494 Type C and only non chloride accelerating admixtures shall be used. 9 23.6(5) Type D Water Reducing and Retarding Admixtures Type D Water- Reducing and Retarding admixtures shall conform to the requirements of AASHTO M 194 Type D or ASTM C 494 Type D. 9 23.6(6) Type E Water Reducing and Accelerating Admixtures Type E Water Reducing and Accelerating admixtures shall conform to the requirements of AASHTO M 194 Type E or ASTM C 494 Type E and only non chloride accelerating admixtures shall be used. 9 23.6(7) Type F Water Reducing, High Range Admixtures Type F Water- Reducing, High Range admixtures shall conform to the requirements of AASHTO M 194 Type F or ASTM C 494 Type F. 9 23.6(8) Type G Water Reducing, High Range and Retarding Admixtures Type G Water- Reducing, High Range and Retarding admixtures shall conform to the requirements of AASHTO M 194 Type G or ASTM C 494 Type G. 9 23.6(9) Type S Specific Performance Admixtures Type S Specific Performance Admixtures shall conform to the requirements of ASTM C 494 Type S. When a Type S admixture is used a report on the performance characteristics of the Type S admixture shall be submitted along with the WSDOT concrete mix design (WSDOT Form 350 -040). The report shall describe the performance characteristics and provide data substantiating the specific characteristics of the Type S admixture in accordance with ASTM C 494. P N a117 na Partna rinr (Rcviccarl nAorr•, ')nnai 9 -23.7 Air Entraining and Chemical Admixtures for Precast Prestressed Concrete This section including title is revised to read: 9 -23.7 Vacant 9 -23.9 FIy Ash This section is supplemented with the following: FIy ash that exceeds the available alkalies limits set in AASHTO M 295 Table 2 may be used if they meet the tests requirements of Section 9- 03.1(1). The optional chemical limits in AASHTO M 295 Table 2 do not apply to fly ash used in Controlled Density Fill. SECTION 9 -25, WATER April 6, 2009 9 -25.1 Water for Concrete The first paragraph is revised to read: Water for concrete, grout, and mortar shall be clear, apparently clean, and suitable for human consumption (potable). If the water contains substances that cause discoloration, unusual smell or taste, or other suspicious content, the Engineer may require the Contractor to provide test results documenting that the water meets the physical test requirements and chemical limits described in ASTM C1602 for non potable water. SECTION 9 -27, CRIBBING August 3, 2009 In regards to sieve sizes, all references in this division to "U.S." and "Square" are deleted. SECTION 9 -28, SIGNING MATERIALS AND FABRICATION April 6, 2009 9 -28.8 Sheet Aluminum Signs The second paragraph (excluding chart) is revised to read: After the sheeting has been fabricated, the surface of each panel shall be protected from corrosion. The corrosion protection shall meet the requirements of ASTM B -449 class 11 Specification for Chromates on Aluminum. Aluminum signs over 12 -feet wide by 5 -feet high shall be comprised of vertical panels in increments of 2, 3, or 4 -feet wide. No more than one 2- foot and /or 3 -foot panel may be used per sign. The Contractor shall use the widest panels possible. All parts necessary for assembly shall be constructed of aluminum, galvanized, or stainless steel in accordance with the plans. Sheet thickness shall be as follows: 9 28.9(1) Mechanical Properties The chart in this section is revised to read: Mechanical Property Tensile Strength Tensile Modulus Flexural Strength Flexural Modulus Compression Strength Compression Modulus Ave. Min. Requirement 10.0 psi x10 1.2 psi x 10 20.0 psi x 10 1.2 psi x10 32.0 psi x 10 1.4 psi x 10 ASTM Test D638 D638 D790 D790 D695 D695 Punch Shear 12.0 psi x 10 D732 9 28.14(2) Steel Structures and Posts The first sentence in the fifth paragraph is supplemented with the following: Steel used for slip bases (SB -1, SB -2, SB -3) and heavy duty anchors shall have a controlled silicon maximum of 0.40 percent. SECTION 9 -29, ILLUMINATION, SIGNAL, ELECTRICAL August 3, 2009 9 -29.1 Conduit, Innerduct, and Outerduct This section's content is deleted. This section is supplemented with the following: Conduit shall be free from defects, including out of round, and foreign inclusions. Conduit shall be uniform in color, density, and physical properties. The inside shall be smooth and free from burrs which could damage cable during installation. Conduit ends shall be cut square to the inside diameter, and supplied with thread protectors. All conduit, conduit fittings, and associated hardware /appurtenances shall be listed by a Nationally Recognized Testing Laboratory. 9 29.1(1) Rigid Metal Conduit, Galvanized Steel Outerduct, and Fittings Rigid metal conduit, shall be straight, and be rigid galvanized steel, or stainless steel, as required and bear the mark of a Nationally Recognized Testing Laboratory. Exterior and interior surfaces of the galvanized steel conduit, except threaded ends, shall be uniformly and adequately zinc coated by a hot -dip galvanizing process. The average of the zinc coating shall comply with Federal Specification WW -C -581 d. 9 29.1(2) Rigid Metal Conduit Fittings and Appurtenances Couplings for rigid metal type conduits may be either hot -dip or electroplated galvanized. Conduit bodies and fittings for rigid steel conduit systems shall be listed by Nationally Recognized Testing Laboratory listed for wet locations, and shall be hot -dip galvanized malleable iron, or bronze. Conduit bodies shall have tapered threads, and include a bolt on cover with stainless steel screws and a neoprene gasket seal. Grounding end bushings shall be bronze or galvanized malleable iron with copper, tinned copper, stainless steel, or integral lug with stainless steel clamping screw, mounting screw and set screw. Conduit clamps and straps shall be type 304 or type 316 stainless steel or hot -dip galvanized. Two -hole type straps shall span the entire width of the support channel and attach to the supports on both sides of the conduit with bolts and associated hardware. Two piece conduit clamps shall interlock with the support channel with a single bolt. Conduit supports for surface mounted conduit shall be hot -dip galvanized or type 304 or type 316 stainless steel channel using type 304 or type 316 stainless steel bolts and spring nuts. 9- 29.1(2)A Expansion Fittings, Deflection Fittings, and Combination Expansion/Deflection Fittings Expansion fittings for rigid galvanized steel conduit shall be weather tight, with hot -dip galvanized malleable or ductile iron end couplings and body and shall allow for 4- inches of movement minimum (2- inches in each direction). Expansion fittings for rigid galvanized steel conduit shall have an external tinned copper bonding jumper or an internal tinned copper bonding jumper. The internal tinned copper bonding jumper shall not reduce the conduit conductor capacity. Deflection fittings for rigid galvanized steel conduit shall be weather tight, with hot -dip galvanized ductile iron or bronze end couplings, with molded neoprene sleeve, stainless steel bands and internal tinned copper bonding jumper. Deflection fittings shall provide for conduit movement of 3 /4 -inch in all directions and angular movement of 30 degree in any direction. A combination of a deflection and an expansion fitting for rigid galvanized steel conduit shall be assembled from a deflection fitting and an expansion fitting as defined above. The bonding jumper used for expansion fittings and combination expansion deflection fittings shall be a tinned copper braid attached to the conduit with a galvanized "U" bolt type connection designed for the application. 9 29.1(3) Flexible Metal Conduit Liquidtight flexible metal conduit shall consist of a single strip of continuous flexible interlocked steel galvanized inside and out, forming a smooth internal wiring channel with a liquid tight covering of sunlight resistant flexible PVC conforming to NEC Article 350. 9 29.1(3)A Flexible Metal Conduit Appurtenances Liquidtight connectors shall be the insulated throat type, conforming to NEC Article 350, and listed for wet locations. 9- 29.1(4) Non Metallic Conduit 9- 29.1(4)A Rigid PVC Conduit Rigid PVC conduit shall conform to NEMA TC 2 and ASTM F 2136, and UL 651. Fittings shall conform to NEMA TC -3, and be UL 514C and UL 651. PVC solvent cement shall meet ASTM D 2564 including note 8 (label to show pipe sizes for which the cement is recommended). 9 29.1(4)B HDPE Conduit HDPE conduit shall be listed by a Nationally Recognized Testing Laboratory. Couplings for HDPE shall be mechanical and listed for use with HDPE. Aluminum mechanical couplings are prohibited. 9 29.1(5) Innerduct and Outerduct The innerduct system shall be factory- installed and shall be designed so that expansion and contraction of the innerducts takes place in the coupling body to eliminate compatibility problems.The conduit coupling body shall have a factory- assembled gasket that is multi -stage and anti reversing, sealing both the outerduct and innerducts. A secondary mid -body 0-ring gasket shall be seated into the coupling body and shall hold the coupling body firmly in the outerduct. All fittings, adapters, and bends (sweeps) shall be provided and shall be manufactured from the same materials and manufacturing process as the conduit, except as specified otherwise. The conduit system shall be a complete system with the following accessories: Manhole Terminator Kits Deflection Fittings Offset Fittings Expansion /Contraction Fittings Repair Kits Conduit and innerduct Plugs Pull string Pull rope Conduit spacers Split Plugs 9 29.1(5)A Rigid Galvanized Steel Outerduct with PVC or PE Innerduct Each section of steel outerduct shall be supplied with one reversing spin coupling that allows straight sections and fittings to be joined without spinning the conduit. The reversing coupling shall be galvanized and have three setscrews or a lock nut ring to lock the coupling in place. Setscrews or lock nut ring shall be galvanized or stainless steel and insure continuous electrical ground. The couplings shall be galvanized steel with the same material properties as the conduit. The conduit system shall be designed so that assembly of components can be accomplished in the following steps: 1. Loosen setscrews or lock nut ring on coupling and spin back to allow for insertion. 2. Spin coupling mating sections forward to bottom. 3. Tighten setscrews on lock nut ring. 9 29.1(5)B Rigid PVC Outerduct with PVC or PE Innerduct Protective outerduct for schedule 40 PVC and schedule 80 PVC conduit outerduct shall be fl- inch with a minimum 5 -inch extended integral "bell end" and shall be gray in color. The outerduct minimum wall thickness shall be 0.23 -inch for Schedule 40 PVC and 0.32 -inch for Schedule 80 PVC. Conduit and fittings for PVC outerduct shall be manufactured with an ultraviolet inhibitor. The coupling body for PVC outerduct shall include a factory- assembled, multi -stage gasket that is anti reversing, sealing both the outer and innerducts. A secondary mid -body gasket shall be seated at the shoulder of the bell to assure air and water integrity of the system. The bell end and the coupling body assembly shall accept a minimum of 5- inches of the spigot end. The conduit system shall be designed so that straight sections and fittings will assemble without the need for lubricants or cement. PVC outerduct shall have a longitudinal print -line that denotes "Install This Side Up" for proper innerduct alignment. PVC outer -ducts shall have a circumferential ring on the spigot end of the duct to provide a reference point for ensuring the proper insertion depth when connecting conduit ends. The line shall be a minimum of 5- inches from the end of the conduit. 9- 29.1(5)C Innerduct for Straight Sections of Galvanized Steel Outerduct or PVC Outerduct The innerducts shall have a minimum outside diameter of 1.25 -inch, and a minimum inside diameter of 1.2 -inch. Larger diameter innerducts may be provided if the wall thickness and diameter tolerances are met. The tolerance for inside and outside diameters shall be 0.005 inch. The innerducts shall have a minimum wall thickness of 0.060 -inch. innerduct shall be color coded and shall index a minimum of one innerduct with a different color. Alternate color codes are permitted as long as the color codes are contiguous between adjacent junction boxes. The innerducts shall be factory installed in the outerduct. DM/ A I17 nA D..-...4f 1A n Dynamic coefficient of friction of innerducts shall be tested in accordance with Telcordia GR- 356 -CORE procedure. The coefficient of friction shall be less than 0.30 between medium density polyethylene jacketed fiber optic cable and the prelubricated innerduct. The coefficient of friction shall be less than 0.10 between the 1/4-inch diameter polypropylene rope (suitable for fiber optic cable pulling) and the prelubricated innerduct. Pull rope used for testing (meeting the 0.10 coefficient of friction requirement) shall be the same type as the pull rope used for cable installation. The Contractor shall provide as part of the conduit submittals a certificate of compliance with these coefficient of friction requirements. The innerduct shall have a smooth, non ribbed interior surface, with a factory prelubricated coating. The coating shall provide the required dynamic coefficient of friction. Innerduct shall be extruded polyvinyl chloride (PVC) or polyethylene (PE). The coupling body for the innerduct shall be factory assembled in the bell end of the outerduct and shall be manufactured from a high impact engineered thermoplastic. The coupling body face shall be supplied with lead -ins to facilitate assembly. All outerduct shall be marked with data traceable to plant location. 9 29.1(5)D Conduit with Innerducts Fittings and Appurtenances Duct plugs shall be polypropylene and be equipped with a neoprene or polyurethane gasket. Plugs shall be equipped with an attachment to secure the pull rope in the innerduct. The plug shall withstand 5 psi. 9- 29.1(5)D1 Bends for 4 -inch PVC Conduit with Innerducts or Galvanized Steel Conduit with Innerducts All bend radii shall be 36- inches or greater. The conduit system shall provide a complete line of fixed and flexible sweeps with system compatible bell and spigot or threaded ends. The bends shall contain high- temperature burn through- resistant innerducts manufactured from PVC, PE, or Nylon -66. The innerducts shall meet all other requirements for innerduct In Sections 9- 29.1(1) and 9- 29.1(5)A. 9 29.1(5)D2 Prefabricated Fixed and Flexible Bends (for Innerducts) The prefabricated standard fixed PVC bends shall have a radius between 4 -feet and 9 -feet and sweep angles of 11.25- degree, 22.5- degree, 45- degree, or 90- degree. Flexible bends shall be prefabricated. These conduits may be field bent to a uniform radius no less than 4 -feet. The field bend shall be no greater than 90- degrees. Grounding shall be continuous in flexible bends. Outerduct for flexible ends shall be manufactured from reinforced PVC.Expansion and Deflection fittings for rigid galvanized steel conduit with innerduct shall be provided in accordance with 9- 29.1(2)A. 9 29.1(6) Detectable Underground Warning Tape Detectable Underground Warning tape shall be Orange imprinted in black lettering with the message; "FIBER OPTIC CABLE BURIED BELOW" or equal. The warning tape shall be polyethylene with a metallic backing. The polyethylene shall be a minimum 4 -mils thick and 3- inches wide. 9 29.1(7) Steel Casings Steel casing material shall conform to ASTM A 252 Grade 2 or 3 or casing as approved by the Engineer. The Contractor shall furnish pipe of adequate thickness to withstand the forces exerted by the boring operation as well as those forces exerted by the earth during installation and shall be a minimum of o -inch thick.All joints shall be welded by a welder qualified in accordance with AWS D1.1 structural welding code, section 3. ntn/ And AA r .1.. ro....:..... 1,1 ....L. 7nno7 9- 29.1(8) Drilling Fluid Drilling fluid used for directional boring shall be an inert mixture of water and bentonite clay, conforming to the drilling equipment manufacturers recommendations. 9 29.2(1) Standard Duty and Heavy Duty Junction Boxes The second paragraph is revised to read: Standard Duty Junction Boxes are defined as Type 1, 2, and 8, and Heavy Duty Junction Boxes are defined as Type 4, 5, and 6. 9 29.2(1)A Standard Duty Junction Boxes The second sentence of the first paragraph is revised to read: A complete Type, 8 Junction Box includes the spread footing shown in the Standard Plans. The materials list in the third paragraph under Concrete Junction Boxes is supplemented with the following: Bolts, Nuts, Washers ASTM F 593 or A 193, type 304 or 316 The third sentence in the second paragraph under Non concrete Junction Boxes is revised to read: Non concrete junction box lids shall include a pull slot, embedded 6" X 6" X 1/4 "steel plate and shall be secured with two 1 72 inch stainless steel hex -head bolts factory coated with anti -seize compound and recessed into the cover. 9 29.2(1)C Testing Requirements The paragraph under Testing for the Standard Duty non concrete Junction Boxes is revised to read: Non concrete Junction Boxes shall be tested as defined in the ANSI /SCTE 77 -2007 Tier 22 test method with design Toad minimum of 22,500Ibs In addition the Contractor shall provide a Manufacture Certificate of Compliance for each non concrete junction box installed. 9 29.2(2) Standard Duty and Heavy Duty Cable Vaults and Pull Boxes The first sentence of the second paragraph is revised to read: The Contractor shall provide shop drawings for all componants including concrete box, Cast Iron Ring, Ductal Iron Lid, Steel Rings,and Lid. In addition the shop drawings shall show placement of reinforcing steel, knock outs, and any other appertenances 9 29.3 Conductors, Cable This section's content is deleted. This section's title is revised to read: 9 -29.3 Fiber Optic Cable, Electrical Conductors, and Cable 9- 29.3(1)A Singlemode Fiber Optic Cable This section is revised to read: Singlemode fibers utilized in the cables specified herein shall be fabricated from 100 kpsi proof stress glass and primarily composed of silica which shall provide a matched clad index of refraction (n) profile and the following physical and performance characteristics: 1. Maximum Attenuation: 0.4/0.3 dB /km at 1310/1550 nanometers, respectively; 2. Typical Core Diameter: 8.3 microns; 3. Cladding Diameter: 125 micron; 4. Core -to- Cladding Offset (Defined as the distance between the core center and the cladding center: 0.8 microns; 5. Cladding Non Circularity (Defined as {[1- (minimum cladding diameter maximum cladding diameter)] X 100. 2.0 6. Coating Diameter of 250 microns 15 microns with a minimum coating thickness at any point of not less than 50 microns; 7. The coating shall be a dual layered, UV -cured acrylate applied by the fiber manufacturer; and, 8. The coating shall be mechanically or chemically strippable without damaging the fiber. 9 29.3(2) Twisted Pair (TWP) Copper Cable This section's content is deleted. This section's title is revised to read: 9 29.3(2) Electrical Conductors and Cable This section is supplemented with the following new sub sections: 9- 29.3(2)A Single Conductor 9- 29.3(2)A1 Single Conductor Current Carrying All current carrying single conductors shall be stranded copper conforming to ASTM B3 and B8. Insulation shall be chemically XLP (cross linked polyethylene) or EPR (Ethylene Propylene Rubber) Type USE rated for 600 volt. 9- 29.3(2)A2 Grounding Electrode Conductor Grounding electrode conductor shall be bare or insulated stranded copper. The insulation shall be green or green with a yellow tracer. 9 29.3(2)A3 Equipment Grounding and Bonding Conductors Equipment grounding and bonding jumper conductors shall be bare or green insulated, stranded copper with cross linked polyethylene insulation rated USE and 600 volts, with the exception that the equipment grounding and bonding jumper conductors installed between junction box, pull box, or cable vault frame and lids shall be tinned, braided copper. 9 29.3(2)A4 Location Wire Location wire shall be a single stranded copper size AWG 14 insulated conductor. The insulation shall be type USE Orange in color. 9 29.3(2)B Multi Conductor Cable Two conductor through 10 conductor unshielded signal control cable shall conform to International Municipal Signal Association (IMSA) signal cable Specification 20 -1. rn a, wn� n• ■l ._.Jnw J RA......L. nllnOl 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 9- 29.3(2)C Aluminum Cable Steel Reinforced Triplex or Quadraplex type ACSR neutral self supporting aerial conductors of the appropriate size for aluminum conductors shall be used where required in the Contract. The neutral conductor shall be the same size as the insulated conductor. All conductors shall be stranded. 9 29.3(2)D Pole and Bracket Pole and bracket cable shall be a two- conductor cable rated for 600 volts. The individual conductors shall be one red and one black 19- strand No. 10 AWG copper, assembled parallel. The conductor insulation shall be 45 -mil polyvinyl chloride or a 600 volt rated cross linked polyethylene. The Jacketing shall be polyethylene or polyvinyl chloride not less than 45 -mils thick. If luminaires with remote ballasts are specified in the Contract, this same cable shall be used between luminaire and ballast for both timber and ornamental pole construction. If the luminaire requires fixture wire temperatures greater than 75 °C, the outer jacket shall be stripped for that portion of the cable inside the luminaire. The single conductors shall then be sheathed with braided fiberglass sleeving of the temperature rating recommended by the luminaire manufacturer. 9 29.3(2)E Two Conductor Shielded Two conductor shielded (2CS) cable shall have 14 AWG (minimum) conductors and shall conform to IMSA Specification No. 50 -2. 9 29.3(2)F Detector Loop Wire Detector loop wire may be 12 or 14 AWG stranded copper wire, IMSA 51 3 9 29.3(2)G Four Conductor Shielded Cable Four conductor shielded cable (4CS) shall consist of a cable with four 18 AWG conductors with polypropylene insulation, an aluminized polyester shield, water blocking material in the cable interstices, and a 26 -mil minimum outer jacket of polyethylene. The four- conductor assembly shall be twisted 6 turns per foot. Each conductor shall have a different insulation color. Overall cable diameter shall be 0.25 -inch maximum. Capacitance between adjacent pairs shall be 18 pf per foot and 15 pf per foot between diagonal pairs. The capacitances shall not vary more than 10 percent after a 10 -day immersion test with ends exposed in a saturated brine solution. 9 29.3(2)H Three Conductor Shielded Cable Three conductor shielded cable (3CS) for the detector circuit for optical fire preemption receivers shall consist of three 20 AWG conductors with aluminized mylar shield and one No. 20 drain wire, all enclosed with an outer jacket. All wires shall be 7 X 28 stranded tinned copper material. Conductor insulation shall be rated 75 °C, 600 volt. The drain wire shall be uninsulated. Conductor color coding shall be yellow, blue, and orange. DC resistance of any conductor or drain wire shall not exceed 11 ohms per 1,000 -feet. Capacitance from one conductor to the other two conductors and shield shall not exceed 48 pf per foot. The jacket shall be rated 80 degree C, 600 volt, with a minimum average wall thickness of 0.045 -inch. The finished outside diameter of the cable shall be 0.3 -inch maximum. 9 29.3(2)1 Twisted Pair Communications Cable Twisted Pair Communications Cable shall meet RUS Specification 1755.390 and shall be AW022 conductor. The cable shall have a petroleum compound completely filling the inside of the cable and rated for OSP (Outside Plant) applications. 9 29.6 Light and Signal Standards This section is supplemented with the following: f11A/ A 1 !1 I 1 -ln. Materials for steel light and signal standards, and associated anchorage and fastening hardware, shall conform to Sections 9- 29.6(1), 9- 29.6(2) and 9- 29.6(5) unless otherwise specified in one of the following documents: 1. The steel light and signal standard fabricator's pre- approved plan as approved by the Washington State Department of Transportation and as identified in the Special Provisions. 2. The steel light and signal standard fabricator's shop drawing submittal, including supporting design ,calculations, as submitted in accordance with Sections 6 -01.9 and 8- 202(1) and the Special Provisions, and as approved by Engineer. 9 29.10 Luminaires Item G. under the first paragraph is revised to read: G. Housings shall be fabricated from aluminum. Painted housings shall be painted flat gray, Federal Standard 595. color No. 26280. Housings that are painted shall withstand a 1,000 -hour salt spray test as specified in ASTM B 117. 9 29.10(2) Decorative Luminaires The reference to "Federal Standard 595B" in the third sentence of the sixth paragraph is revised to "Federal Standard 595 9 29.10(3) High Mast Luminaires and Post Top Luminaires The second sentence of the third paragraph is revised to read: All housings shall be painted flat gray, Federal Standard 595 color No. 26280. 9 29.16(2)E Painting Signal Heads The reference to "Federal Standard 595B" in the first sentence is revised to "Federal Standard 595 9 -29.20 Pedestrian Signals Under the second paragraph in item B(3) the reference to "Federal Standard 595B" is revised to "Federal Standard 595 SECTION 9 -30, WATER DISTRIBUTION MATERIALS December 1, 2008 9- 30.3(1) Gate Valves (3- inches to 16- inches) The second paragraph is revised to read: The Contractor shall provide an affidavit of compliance stating that the valve furnished fully complies with AWWA C509 or AWWA C515. SECTION 9 -32, MAILBOX SUPPORTS August 3, 2009 9 -32.1 Steel Posts The second paragraph is revised to read: Any damage to galvanized paint surfaces shall be treated with two coats of paint conforming to Section 9- 08.1(2)B. r,,n, nn- n A n.....nA .A.... ro.., ....'..J nn....nI. OnnQ7 SECTION 9 -33, CONSTRUCTION GEOSYNTHETIC August 3, 2009 In regards to sieve sizes, all references in this division to "U.S." and "Square" are deleted. SECTION 9 -34, PAVEMENT MARKING MATERIAL August 3, 2009 9- 34.2(1) High VOC Solvent Based Paint The reference to "Federal Standard 595a" in the first paragraph under Color Yellow is revised to "Federal Standard 595 9 34.2(2) Low VOC Solvent Based Paint The reference to "Federal Standard 595a" in the first paragraph under Color Yellow is revised to :Federal Standard 595 9 34.2(3) Low VOC Waterborne Paint The reference to "Federal Standard 595a" in the first paragraph under Color Yellow is revised to "Federal Standard 595 9 34.2(4) Temporary Pavement Marking Paint This section is revised to read: Paint used for temporary pavement marking shall conform to the requirements of Section 9- 34.2. 9 34.5 Temporary Pavement Marking Tape The third sentence is deleted. 9 34.6 Temporary Raised Pavement Markers The eighth and ninth sentences in the first paragraph are deleted. SECTION 9 -35, TEMPORARY TRAFFIC CONTROL MATERIALS August 3, 2009 9 -35.2 Construction Signs The fourth paragraph is revised to read: The use of plywood, fiberglass reinforced plastic, fabric rollup signs, and any other previously approved sign materials except aluminum or aluminum composite is prohibited. The following is inserted after the first sentence of the fifth paragraph: A fabrication decal as stated in Section 9- 28.1(2) is not required for construction signs. 9 35.14 Portable Temporary Traffic Control Signal The sixth sentence of the seventh paragraph is deleted. The third sentence in the eighth paragraph is revised to read: A highly retroreflective yellow strip, 3 -in wide, shall be placed around the perimeter of the face of all vehicle signal backplates to project a rectangular image at night towards oncoming traffic. ri,A/ A 11 n rf...in -1 rr+ 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 PROJECT SITE PORT ANGELES 111 J Rl ALE 1" =500' VICINITY MAP l 4 4 11oli II��II�f'I u h\ 4 41 4 1*, 4 4t CLIIY OF PORT ANGELES 6TH STREET SIDEWALK PHASE I PROJECT \o. TR _C -CC C -10 7 G C -11 SHEET INDEX SHEET TITLE PAGE T -1 TITLE SHEET 1 C -12 -13 NOTES AND LEGEND DEMOLITION PLAN 16TH STREET CONSTRUCTION PLAN STA 1+20 TO 23 +00 INTERSECTION OF 16TH AND "E" STREETS STA 23 +00 TO 26 +00 "E" STREET CONSTRUCTION PLAN STA 26 +00 TO END DETAILS ADDITIVE NO. 1 IS LOCATED BETWEEN I AND "H" STREETS SEE SHEETS D -1 TO D -3 AND C -1 TO C -3 2 3 -13 14 -22 23 24 25 -26 GENERAL NOTES 1 ALL WORKMANSHIP AND MATERIALS SHALL BE IN ACCORDANCE WITH THE CITY OF PORT ANGELES STANDARDS. THE CURRENT EDITION OF THE WASHINGTON STATE DEPARTMENT OF TRANSPORTATION WSDOT) STANDARD SPECIFICATIONS FOR ROAD, BRIDGE AND MUNICIPAL CONSTRUCTION (STANDARD SPECIFICATIONS), AND ANY PROJECT SPECIFIC SPECIAL PROVISIONS OR CONDITIONS AND REQUIREMENTS 2 TEMPORARY EROSION /WATER POLLUTION MEASURES ARE REQUIRED AND SHALL COMPLY WITH CHAPTER 6 OF THE CIT" OF PORT ANGELES' URBAN SERVICES STANDARDS AND GUIDELINES AND THE CURRENT EDITION OF THE WASHINGTON STATE DEPARTMENT OF TRANSPORTATION STANDARD SPECIFICATIONS FOR ROAD, BRIDGE AND MUNICIPAL CONSTRUCTION 3 EXISTING AND NEWLY CONSTRUCTED STORM WATER DRAINAGE SYSTEMS SHALL BE PROTECTED FROM CONSTRUCTION SITE RUNOFF 4 A PRECONSTRUCTION MEETING SHALL BE HELD WITH THE CITY PRIOR TO THE START OF CONSTRUCTION 5 HORIZONTAL AND VERTICAL CONTROLS /DATUM AS ADOPTED BY THE CITY SHALL BE USED, UNLESS APPROVED OTHERWISE 6 ALL APPROVALS AND PERMITS REQUIRED BY THE CITY SHALL BE OBTAINED BY THE CONTRACTOR PRIOR TO THE START OF CONSTRUCTION, UNLESS OTHERWISE APPROVED BY THE CITY ENGINEER. 7 THE CONTRACTOR SHALL BE FULLY RESPONSIBLE FOR THE LOCATION AND PROTECTION OF ALL EXISTING UTILITIES THE CONTRACTOR SHALL VERIFY ALL UTIUTY LOCATIONS PRIOR TO CONSTRUCTION BY CAWNG UNDERGROUND LOCATE AT 1- 800 424 -5555 A MINIMUM OF 48 HOURS PRIOR TO ANY EXCAVATION WORK. 8 IF THE CURRENT WSDOT STANDARD "K" PLANS ARE NOT UTILIZED, THE CONTRACTOR SHALL PROVIDE A TRAFFIC CONTROL PLAN(S) FOR REVIEW AND APPROVAL BY THE CITY ENGINEER IN ACCORDANCE WITH THE MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES (MUTCD) 9 THE CONTRACTOR SHALL HAVE A COPY OF THE APPROVED PLANS AT THE CONSTRUCTION SITE AT ALL TIMES 10 SPECIAL STRUCTURES SHALL BE INSTALLED PER PLANS AND MANUFACTURERS' RECOMMENDATIONS 11 ALL DISTURBED AREAS SHALL RECEIVE TEMPORARY AND PERMANENT EROSION CONTROL IN THE FORM OF VEGETATION ESTABLISHMENT SUCH AS GRASS SEEDING A MEANS SHALL BE ESTABLISHED TO PROTECT THE PERMANENT STORM DRAIN SYSTEM PRIOR TO ESTABUSHMENT OF THE PERMANENT EROSION CONTROL MEASURES THESE METHODS SHALL BE INCLUDED IN THE EROSION AND SEDIMENT CONTROL PLANS IN ACCORDANCE WITH CHAPTER 6 THE CITY OF PORT ANGELES URBAN SERVICES STANDARDS AND GUIDEUNES 12 CONSTRUCTION WORK HOURS SHALL BE RESTRICTED TO 7 A.M TO 10 P M PRIOR WRITTEN APPROVAL OF THE CITY ENGINEER SHALL BE REQUIRED FOR WORK BETWEEN 10 P.M AND 7 A.M 13 THE CITY CONSTRUCTION INSPECTOR SHALL BE NOTIFIED A MINIMUM OF 24 HOURS IN ADVANCE OF THE NEED FOR AN INSPECTION 14 TRAFFIC AND STREET SIGN SLEEVES TO BE PROVIDED BY THE CITY PRIOR TO POURING CONCRETE. CONTRACTOR TO CONFIRM SLEEVE LOCATIONS. IF ANY, WITH CITY INSPECTOR 15 PER THE PROVISIONS OF THE CURRENT WSDOT STANDARD SPECIFICATIONS RELATED TO PUBLIC CONVENIENCE AND SAFETY, THE CONTRACTOR SHALL MAINTAIN READY ACCESS TO DRNEWAYS, HOUSES, AND BUILDINGS ALONG THE LINE OF WORK 16 A MINIMUM OF ONE WAY TRAVEL THROUGH THE PROJECT AREA SHALL BE MAINTAINED AT ALL TIMES 17 SHOULD ACCESS TO A PROPERTY ADJOINING THE PROJECT REQUIRE TEMPORARY CLOSURE ANTICIPATED TO HAVE A DURATION EXCEEDING 15 MINUTES, THE CONTRACTOR SHALL COORDINATE THE TEMPORARY CLOSURE WITH THE PROPERTY OWNER /RESIDENT A MINIMUM OF 24 HOURS ADVANCE NOTIFICATION SHALL BE PROVIDED TO THE PROPERTY OWNER /RESIDENT PRIOR TO ANY SUCH TEMPORARY CLOSURE 0' 1' 2' TWO INCHES AT FULL SCALE IF NOT SCALE ACCORDINGLY m TRENCHING AND PATCHING NOTES: 1 ALL WORKMANSHIP SHALL BE IN ACCORDANCE WITH THE CITY OF PORT ANGELES URBAN SERVICES STANDARDS AND GUIDELINES (A COPY OF WHICH IS AVAILABLE ON THE CITY'S WEBSITE OR THE PUBLIC WORKS AND UTILITIES DEPARTMENTS ENGINEERING SERVICES DIVISION), THE LATEST WASHINGTON STATE STANDARD SPECIFICATIONS FOR ROAD, BRIDGE AND MUNICIPAL CONSTRUCTION, AND ANY PROJECT SPECIFIC SPECIAL PROVISIONS, CONDITIONS AND REQUIREMENTS 2 HORIZONTAL AND VERTICAL CONTROLS/DATUM AS ADOPTED BY THE CITY SHALL BE USED UNLESS OTHERWISE APPROVED IN WRITING 3 THE CONTRACTOR SHALL GIVE THE CITY AT LEAST 48 HOURS NOTICE FOR REQUIRED INSPECTION OF CONSTRUCTION AND ALL CONCRETE POURS 4 THE CONTRACTOR SHALL BE FULLY RESPONSIBLE FOR THE LOCATION AND PROTECTION OF ALL EXISTING STREET SIGNS, LIGHTS, UTILITIES, CONTROL WIRING AND OTHER APPURTENANCES 5 THE CONTRACTOR IS RESPONSIBLE FOR ALL REQUIRED TRENCH SHORING IF SHORING IS NOT ADEQUATE, THE CITY CREWS WILL NOT ENTER THE TRENCH AND THE CONTRACTOR WILL BE RESPONSIBLE FOR THE COST OF AN ADDITIONAL TRIP TO THE SITE BY THE CITY CREWS 6 ALL TRENCH EXCAVATION, BEDDING AND BACKFILL SHALL BE ACCOMPLISHED IN ACCORDANCE WTH WSDOT SECTION 7 -08, OTHER APPLICABLE SPECIFICATIONS, AND AS CONTAINED HEREIN A. CLEARING AND GRUBBING, WHERE REQUIRED, SHALL BE PERFORMED WITHIN THE EASEMENT OR PUBLIC RIGHT OF WAY AS PERMITTED BY THE CITY AND /OR GOVERNING AGENCY DEBRIS RESULTING FROM THE CLEARING AND GRUBBING SHALL BE DISPOSED OF BY THE CONTRACTOR IN ACCORDANCE WITH THE TERMS OF ALL APPLICABLE PERMITS UNLESS THERE IS A SPECIFIC BID ITEM IN THE BID SCHEDULE FOR CLEARING AND GRUBBING, THE COST OF ALL LABOR, EQUIPMENT AND MATERIALS NECESSARY TO COMPLETE THE CLEARING AND GRUBBING SHALL BE INCLUDED IN THE UNIT CONTRACT PRICE FOR THE VARIOUS OTHER ITEMS OF WORK IN THE BID PROPOSAL B THE TRENCH SHALL BE KEPT FREE FROM WATER UNTIL JOINTING IS COMPLETE SURFACE WATER SHALL BE DIVERTED SO AS NOT TO ENTER THE TRENCH THE CONTRACTOR SHALL MAINTAIN SUFFICIENT PUMPING EQUIPMENT ON THE JOB TO ENSURE THAT THESE PROVISIONS ARE CARRIED OUT C TRENCHING AND SHORING OPERATIONS SHALL NOT PROCEED MORE THAN 100 FEET IN ADVANCE OF PIPE LAYING WITHOUT PRIOR WRITTEN APPROVAL OF THE CITY ENGINEER D BACKFILLING WITH NATIVE MATERIALS EXCAVATED FROM THE TRENCHES MAY ONLY OCCUR WITH THE PRIOR WRITTEN APPROVAL OF THE CITY ENGINEER IF THE EXCAVATED TRENCH MATERIAL IS DETERMINED BY THE CITY ENGINEER TO BE SUITABLE FOR BACKFILL, THE CONTRACTOR MAY USE THE MATERIAL TO THE BOTTOM OF SUBGRADE ALL TRENCH BACKFILL MATERIALS SHALL BE COMPACTED TO 95 PERCENT DENSITY E IN PAVED AREAS WITHIN THE PUBLIC RIGHT -OF -WAY THE CONTRACTOR SHALL USE CONTROLLED DENSITY BACKFILL PER CITY STANDARD DETAIL UNLESS ANOTHER ALTERNATIVE METHOD IS SPECIFIED HEREIN, OR APPROVED BY THE CITY ENGINEER ALTERNATIVE MATERIALS MAY ONLY BE ACCEPTED WITH WRITTEN APPROVAL FROM THE CITY ENGINEER ALL OTHER TRENCHING SHALL BE BACKFILLED WITH CRUSHED SURFACING OR OTHER MATERIALS CONFORMING TO WSDOT SPECIFICATIONS 7 ALL ASPHALT TRENCH AND PAVEMENT JOINTS SHALL BE SAWCUT THE CUTS SHALL BE A MINIMUM OF ONE FOOT OUTSIDE THE EXCAVATED TRENCH WIDTH 8 TEMPORARY RESTORATION OF TRENCHES AND STREET PATCHING SHALL BE ACCOMPLISHED BY USING 2" MINIMUM DEPTH HMA. CLASS ''A' PG 64-22 WHEN AVAILABLE, MEDIUM- CURING (MC -250) UQUID ASPHALT (LO MIX), ASPHALT TREATED BASE (ATB), OR TRAFFIC BEARING THICKNESS STEEL PLATES WHEN UTILIZED, STEEL PLATES SHALL BE SHIMMED AS NECESSARY AND SECURED WITH HOT OR COLD MIX ASPHALT CONCRETE A WEDGE OF HOT OR COLD MIX ASPHALT SHALL BE CONSTRUCTED AT 12H 1V ADJOING ALL PLATE EDGES TO BE CROSSED BY TRAFFIC 9 ATB USED FOR TEMPORARY RESTORATION, MAY BE PLACED DIRECTLY INTO THE TRENCH OR PATCH AREA BLADED AND ROLLED AFTER ROLLING, THE TRENCH MUST BEFILLED FLUSH WITH THE EXISTING PAVEMENT TO PROVIDE A SMOOTH RIDING SURFACE 10 ALL TEMPORARY PATCHES SHALL BE MAINTAINED BY THE CONTRACTOR UNTIL SUCH TIME AS THE PERMANENT PATCH IS IN PLACE IF THE CONTRACTOR IS UNABLE TO MAINTAIN A PATCH FOR ANY REASON, THE CITY WILL PATCH THE AREA AT THE EXPENSE OF THE CONTRACTOR 11 TRAFFIC SHALL NOT BE ALLOWED TO CROSS GRAVEL OR COF TRENCH BACKFILL FOR ME THAN 24 HOURS WITHOUT USE OF TEMPORARY PATCHING MEASURES STATED ABOVE 12 TACK COAT SHALL BE APPLIED TO EXISTING PAVEMENT AND EDGE OF THE CUT AND AT COLD JOINTS PRIOR TO PAVING SPECIFIED IN WSDOT SPECIFICATION SECTION 5-04 3(5)A 13 HMA, CLASS W PG 64-22 EQUAL IN DEPTH TO THE EXISTING PAVEMENT, SHALL BE PLACED IN ACCORDANCE WITH THE APPLICABLE REQUIREMENTS OF WSDOT SPECIFICATIONS OF SECTION 5-04, EXCEPT THAT LONGITUDINAL JOINTS BETWEEN SUCCESSIVE LAYERS OP HMA SHALL BE DISPLACED LATERALLY A MINIMUM OF 12 INCHES HMA OVER 3 INCHES THICK SHALL BE PLACED IN EQUAL LIFTS NOT TO EXCEED 3 INCHES EACH 14 PATCHES ON ALL STREET SURFACES WALKS, OR DRIVEWAYS, SHALL BE FEATHERED AND SHIMMED TO AN EXTENT THAT PROVIDES A SMOOTH RIDING CONNECTION AND EXPEDITIOUS DRAINAGE FLOW FOR THE NEWLY PAVED SURFACE SHIMMING AND FEATHERING AS REQUIRED BY THE CITY ENGINEER SHALL BE ACCOMPLISHED BE RAKING OUT THE OVERSIZED AGGREGATES FROM THE ASPHALT CONCRETE MIX AS APPROPRIATE 15 SURFACE SMOOTHNESS SHALL BE PER WSDOT SPECIFICATION SECTION 5-04 3(13) UNACCEPTABLE PAVING PATCHES SHALL BE CORRECTED BY REMOVAL AND REPAVING OF THE PATCH 16 WHEN TRENCHING WITHIN THE ROADWAY SHOULDER(S), THE SHOULDER SHALL BE RESTORED TO ITS ORIGINAL OR BETTER CONDITION 17 THE FINAL PATCH SHALL BE COMPLETED AS SOON AS POSSIBLE AND SHALL BE COMPLETED WITHIN 30 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 THE FINAL PATCH OR OVERLAY WORK IS ALLOWABLE ONLY SUBJECT TO THE CITY ENGINEER'S APPROVAL THE CITY ENGINEER MAY DEEM IT NECESSARY TO COMPLETE THE WORK WITHIN THE 30 DAY TIME FRAME AND NOT ALLOW ANY TIME EXTENSION IF THIS OCCURS, THE CONTRACTOR SHALL PERFORM THE NECESSARY WORK AS ORDERED BY THE CRY ENGINEER 18 THE CONTRACTOR SHALL BE FULLY RESPONSIBLE FOR THE LOCATION AND PROTECTION OF ALL EXISTING UTILITIES THE CONTRACTOR SHALL VERIFY ALL UTILITY LOCATIONS PRIOR TO CONSTRUCTION BY CALLING THE UNDERGROUND UTILITY LOCATION CENTER AT 1-800-424-5555 A MINIMUM OF 48 HOURS PRIOR TO ANY EXCAVATION THE CONTRACTOR WILL ALSO BE RESPONSIBLE FOR MAINTAINING ALL LOCATE MARKS ONCE THE UTILITIES HAVE BEEN LOCATED SANITARY AND STORM SEWER NOTES: 1 THE CITY SHALL BE GIVEN 72 HOURS NOTICE PRIOR TO SCHEDULING A DIVERSION OF FLOWS IN THE WASTEWATER SYSTEM NO DISRUPTION OF SEWER SERVICE WILL BE ALLOWED 2 TRENCHING AND SHORING OPERATIONS SHALL NOT PROCEED MORE THAN 100 FEET IN ADVANCE OF PIPE LAYING WITHOUT PRIOR WRITTEN APPROVAL OF THE CITY ENGINEER ALL WORK SHALL BE IN ACCORDANCE WITH WASHINGTON INDUSTRIAL SAFETY AND HEALTH ADMINISTRATION (VISHA) AND THE FEDERAL OFFICE OF SAFETY AND HEALTH ADMINISTRATION (OSHA) STANDARDS 3 ALL SEWER MAINS SHALL BE HIGH VELOCITY CLEANED AND PRESSURE TESTED PRIOR TO PAVING THE STREETS IN CONFORMANCE WITH THE WSDOT SPECIFICATIONS AT THE CONTRACTOR'S EXPENSE HYDRANT FLUSHING OF LINES IS NOT AN ACCEPTABLE CLEANING METHOD AN AIR TEST OF ALL THE LINES IS THE MINIMUM TESTING REQUIRED TESTING OF THE MAIN MAY INCLUDE VIDEO INSPECTION BY CITY TESTING SHALL TAKE PLACE AFTER ALL UNDERGROUND UTILITIES ARE INSTALLED AND COMPACTION OF THE ROADWAY SUBGRADE IS COMPLETED 4 PRIOR TO BACKFILLING ALL SEWER LINES AND APPURTENANCES SHALL BE INSPECTED AND APPROVED BY THE CITY'S INSPECTOR APPROVAL SHALL NOT RELIEVE THE CONTRACTOR FOR CORRECTION OF ANY DEFICIENCIES AND/OR FAILURE AS DETERMINED BY SUBSEQUENT TESTING AND INSPECTIONS IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO NOTIFY THE CITY FOR THE REQUIRED INSPECTIONS 5 CONNECTION OF A SEWER MAIN TO A SYSTEM WHERE A MANHOLE IS NOT AVAILABLE SHALL BE ACCOMPLISHED BY POURING A CONCRETE BASE AND SETTING MANHOLE SECTIONS THE EXISTING PIPE SHALL ONLY BE CUT INTO BY CITY CREWS UNLESS OTHERWISE APPROVED 6 ECCENTRIC MANHOLE CONES SHALL BE OFFSET SO AS NOT TO BE LOCATED IN THE TIRE TRACK OR A TRAVELED LANE AND SHALL BE IN LINE WITH THE MANHOLE STEPS 7 MANHOLE FRAMES AND COVERS SHALL BE CAST IRON MARKED "SEWER" OR "DRAIN`, AS APPROPRIATE, CONFORMING TO THE REQUIREMENTS OF ASTM A536, GRADE 80 -55-06 REPAIR OF DEFECTS SHALL NOT BE PERMITTED 8 SAFETY STEPS SHALL BE FABRICATED OF POLYPROPYLENE CONFORMING TO ASTM D4101, INJECTION MOLDED AROUND A14 INCH ASTM A-615 GRADE STEEL REINFORCING BAR WITH ANTI-SUP TREAD STEPS SHALL PROJECT UNIFORMLY FROM THE INSIDE WALL OF THE MANHOLE STEPS SHALL BE INSTALLED TO FORM A CONTINUOUS VERTICAL LADDER WITH RUNGS EQUALLY SPACED ON 12 INCH CENTERS AND INSTALLED PER WSDOT STANDARD PLAN 8-24 9 MINIMUM SLOPE THROUGH THE MANHOLE SHALL BE 1110TH OF ONE FOOT FROM THE INVERT IN TO THE INVERT OUT ALL MANHOLES SHALL BE CHANNELED 10 A MANDREL TEST IN ACCORDANCE WITH WSDOT SECTION 7 -17 3(2)G MAY BE REQUIRED BY THE CITY ENGINEER ON SEWERS EXCEPT LATERALS 11 THE CONTRACTOR SHALL INSPECT SEWER SERVICE LINES FOR BLOCKAGE OR DAMAGE AND REPLACE ACCORDINGLY UP TO THE RIGHT OF WAY LIMITS 12 WHEN THE SEWER LINE CROSSES AN EXISTING WATER MAIN THE CONTRACTOR SHALL VERIFY THAT THERE IS AN 18 INCH SEPARATION BETWEEN THE PIPES IF THERE IS LESS THAN 18 INCHES CLEARANCE, THE CONTRACTOR SHALL CUT THE SEWER PIPE AS NECESSARY TO ASSURE THAT NO JOINTS IN THE SEWER PIPE ARE CLOSER THAN 10 FEET FROM THE CROSSING WATER NOTES: THE CITY SHALL BE GIVEN AT LEAST 72 HOURS NOTICE PRIOR TO SCHEDULING ANY CUT -IN, LIVE TAP OR OTHER CONNECTION TO THE EXISTING WATER SYSTEM ALL NEW WORK MUST BE SUBJECTED TO A HYDROSTATIC PRESSURE TEST IN ACCORDANCE WITH WSDOT STANDARD SPECIFICATION 7 -09 3(23) THE WATER MAIN SHALL NOT BE PRESSURE TESTED UNTIL THE LINES HAVE BEEN FLUSHED OF CHLORINE IN EXCESS OF 2 PPM AND A SATISFACTORY BACTERIOLOGICAL TEST RESULT HAS BEEN RECEIVED THE WATER MAIN SHALL BE TESTED BETWEEN VALVES ALL TESTING SHALL BE WITNESSED BY A CITY REPRESENTATIVE 2 THE CONTRACTOR SHALL PROVIDE THE NECESSARY EQUIPMENT AND SHALL PROVIDE ALL WORK AND MATERIALS ASSOCIATED IMTH FLUSHING AND PRESSURE TESTS DISINFECTION OF WATERMAINS SHALL BE ACCOMPLISHED ACCORDING TO THE REQUIREMENTS OF WSDOT SPECIFICATION 7-09 3(24) AT NO TIME SHALL CHLORINATED WATER BE FLUSHED INTO DITCHES, STORM DRAINS, OR ANY BODY OF FRESH WATER INCLUDING ANY SYSTEM LEADING TO A BODY OF FRESH WATER 3 BACTERIOLOGICAL SAMPLES FOR TESTING CAN ONLY BE TAKEN MONDAY THROUGH THURSDAY UNTIL 3 00 PM WHEN THE TESTING LAB IS OPEN THESE TESTS WILL BE DONE BY THE CITY AT THE CITY'S EXPENSE, UNLESS IT IS A REPEAT SAMPLE, WHICH SHALL BE AT THE CONTRACTORS EXPENSE 4 THE EXISTING VALVES SHALL BE OPERATED BY CITY EMPLOYEES ONLY, UNLESS OTHERWISE APPROVED BY THE WATER SUPERINTENDENT 5 DURING CONSTRUCTION OF THE MAINS AND SERVICES, THE CONTRACTOR SHALL CAP, PLUG OR SECURE THE ENDS OF THE LINES WHENEVER THE PROJECT IS SHUT DOWN AT THE END OF EACH DAY SO THAT CONTAMINATES WILL NOT ENTER THE LINES 6 THE CONTRACTOR SHALL PROTECT AND MAINTAIN ALL EXISTING WATER MAINS, APPURTENANCES AND SERVICE LINES ENCOUNTERED DURING CONSTRUCTION AND SHALL BE RESPONSIBLE FOR ANY DAMAGE TO THE EXISTING SYSTEM OCCURRING DURING THE COURSE OF CONSTRUCTION 7 THE CONTRACTOR SHALL MAINTAIN A MINIMUM OF 18' OF VERTICAL SEPARATION BETWEEN CROSSINGS OF SANITARY SEWER AND WATER MAINS THE LONGEST STANDARD LENGTH OF WATER PIPE SHALL BE INSTALLED SO THAT JOINTS FALL EQUIDISTANT FROM THE CLOSEST POINT OF CROSSING IF MINIMUM SEPARATION CANNOT BE MAINTAINED IT MAY BE NECESSARY TO ENCASE THE WATER AND /OR SEWER PIPE IN CONCRETE NO CONCRETE SHALL BE INSTALLED UNLESS SPECIFICALLY DIRECTED AND INSPECTED BY THE CITY 8 ALL NON-FERROUS PIPE FOR MAINS AND SERVICES SHALL BE INSTALLED IITH CONTINUOUS TRACER TAPE INSTALLED 12' TO 18" BELOW THE FINAL GROUND SURFACE TRACER TAPE SHALL BE TERRA TAPED' OR EQUAL AS APPROVED BY THE CITY 9 IF THE CONNECTION TO THE EXISTING SYSTEM REQUIRES TURNING OFF THE WATER, THE CONTRACTOR SHALL BE RESPONSIBLE FOR NOTIFYING THE RESIDENTS AND /OR BUSINESSES AFFECTED BY THE SHUTOFF THE CITY WALL INFORM THE CONTRACTOR WHICH PROPERTY OWNERS ARE TO BE NOTIFIED PROPERTY OWNERS SHALL BE PROVIDED A MINIMUM OF 48 HOURS ADVANCE NOTICE OF ANY PLANNED INTERRUPTION OF SERVICE NO SHUTOFF OF MAINS WILL BE PERMITTED OVERNIGHT, OVER WEEKENDS OR ON HOLIDAYS THE CONTRACTOR MAY BE REQUIRED TO PERFORM THE CONNECTION DURING TIMES OTHER THAN NORMAL WORKING HOURS CONSTRUCTION PLAN GENERAL CONDITIONS: 1 ALL WORKMANSHIP SHALL BE IN ACCORDANCE WITH THE CITY OF PORT ANGELES URBAN SERVICES STANDARDS AND GUIDELINES THE 2006 WASHINGTON STATE STANDARD SPECIFICATIONS FOR ROAD BRIDGE AND MUNICIPAL CONSTRUCTION AND ANY PROJECT SPECIFIC SPECIAL PROVISIONS CONDITIONS AND REQUIREMENTS 2 HORIZONTAL AND VERTICAL CONTROLS/DATUM AS ADOPTED BY THE CITY SHALL BE USED, UNLESS OTHERWISE APPROVED 3 THE CITY CONSTRUCTION INSPECTOR SHALL BE NOTIFIED A MINIMUM OF 48 HOURS IN ADVANCE OF THE NEED FOR AN INSPECTION 4 LOCATION OF TRAFFIC AND STREET SIGN SLEEVES TO BE INSTALLED BY CONTRACTOR TO BE VERIFIED BY CITY INSPECTOR PRIOR TO POURING CONCRETE CONTRACTOR TO NOTIFY THE INSPECTOR 48 HOURS PRIOR TO CONCRETE POURS 5 THE CONTRACTOR SHALL BE FULLY RESPONSIBLE FOR THE LOCATION AND PROTECTION OF ALL EXISTING STREET SIGNS, LIGHTS, UTILITIES AND APPURTENANCES 6 NEW CURB LOCATIONS WILL BE STAKED BY THE CITY CALL FOR CURB STAKING 48 HOURS MINIMUM IN ADVANCE OF THE NEED FOR THE STAKING LEGE \D 54 GHo OPP UGP LIGP 24 IN DI —SS SS SD SD SD SD OHC OHC OHC 0140— -5 Or,P ❑LO UGF UCP— 24 IN DI SS SS T 7 c vvv 7 vvv EXISTING SIGN EXISTING WATER VALVE EXISTING POLE ANCHOR EXISTING UTILITY POLE EXISTING HYDRANT EXISTING TOP OF DITCH EXISTING DITCH FLOW DIRECTION EXISTING OVERHEAD POWER EXISTING UNDERGROUND POWER EXISTING WATERLINE AS NOTED EXISTING SANITARY SEWER LINE EXISTING STORM DRAIN LINE EXISTING OVERHEAD TELECOMMUNICATIONS EXISTING UNDERGROUND TELECOMMUNICATIONS EXISTING STORM DRAIN CATCH BASIN EXISTING STREET MONUMENT REMOVE EXISTING CEMENT CONCRETE PAVEMENT PLANING AREA REMOVE EXISTING ASPHALT CONCRETE HORIZONTAL DATUM. NAD 83 VERTICAL DATUM. NAVD 88 TOPOGRAPHIC SURVEY: JOHNSTON LAND SURVEYING 540 W 8TH ST PORT ANGELES, WA 98362 0 T' 2' TWO INCHES AT FULL SCALE IF NOT SCALE ACCORDINGLY G -1 no ta' Wslon Bu Fllei x PUBLIC WORKS CITY OF PO/?T ANGELES SIEPNEN P SPERR, PE, CITY ENGINEER 321E 511 STREET P 0 90x 1150 PORT ANGELES, WASHINGTON, 98382 P110110 (380) 457 -0411 BEGIN CONSTRUCTION STA 1 +10 STA 1 +00 CL INTERSECTION 16TH AND "I" STREETS CALL `/U HOURS I DESIGNED BY ECW DATE SUMMER 2009 001110UR IN IERVAL N A BEFORE YOU DIG `p1ROJECTRN0E191 00 DATE. MAY 2009 N SCALE I P a A 10' UCA PROJ FILENAME NAME BASE N \A 10 1 800 -424 -5555 15011VEY FILENAME 5 MATCH LINE STA 3 +50 SEE SHEET D-2 ADD/I1VE NO, 1 DEMOLITION PLAN STA 1 +20 TO 31-50 061E REVISION DY J 26 NM IIIIII NM MI I MO MI Plot Dote. x N O UN 1 CT 0 PUBLIC WORKS CITY OF PORT ANGELES STEPHEN P SPERR, PE, CITY ENUINFFR 321 E 5701 STREET P O OM 1150 PORT ANGELES, WASHINGTON, 98362 PHONE (3110) 457 -0411 J S u I0 m I X V) 1 o r I o z z fP Y. 1 Ip z I n) 1 1 1 1 U 1;; II II UI I I L1 C CALL 48 Flows 0E5106E0 BY ECW BEFORE YOU DIG E NO fR10 -00 1-300-424-5555 DCA PR A NAh1E N \A SURVEY FILENAME Revision Dote x MATCH LINE STA 3 -1 -50 SEE SHEET D -1 5 1 1 MATCH LINE STA 6 +00 SEE SHEET D -3 1 1 ADDITIVE NO 1 DEMOLITION PLAN STA 3 -150 TO 6 1< 00 OAIE. SUMMER 2009 C0NTOUR INTERVAL N \A DATE REVISION DATE. MAY 2009 V SCALE I N \A 11 SCALE I 1" 10' 0 10 FlUn x H Y 4 26 —t Date. or Revlslon Do Le x PUBLIC WORKS CITY OF PORT ANGELES STEPHEN P SPEAR, P E, C115 ENGINEER J21 E 5T11 STREET P 0 BOX 1150 PORT ANGELES, WASHINGTON, 90362 PHONE (360) 45/ -0411 I 0 0 0 0 V 0 CD (J) (J) m o co D U Z Cf m O tj z D —I O CJT r rn O O O m X —I 1) U, 0 C7 K I C O I I rrn J I rl 1,0 I rfl —I X I Iz U) I h W I N MATCH LINE STA 6 +00 SEE SHEET D -2 \CO 2 z -TX x`� u s X 0 W -1 FFI j I 7o 00 F9 ucP On I —10 /0 1 U I\ MATCH LINE STA 8 +50 SEE SHEET D-4 o —I =C O O O Cn C/) n -I C z co z 01 z D :3q Fri O rrl O n a1 O .7,C) 0 m uGP H Street Oc W es /4 JW F ILENAME BASE 0 10 1- 800 424 -5555 IUCA PROJ N AME 11 \A (SURVEY FILFNAMF CALL 48 //OURS DEMO. PLAN ADD. NO. 1 STA 6 +00 TO 6 +75 SASE BID STA 6 +75 TO 8 -1-5O OE5100E0 OY ECW 001E. SUMMER 2009 CONTOUR INIERVAL N \A DATEI REVISION I DY 5 BEFORE YOU DIG PROJECT NO. 1R10 -00 DATE MAY 2009 V I SCALE 1 ".1 10' O C w I I 26 all N O IIIII Plot Dote x z 0 PUBLIC WORKS CITY OF PORT ANGELES STEPIIEN P SPERR, PE, CITY ENGINEER 321 E. 5111 STREET P 0 BOX 1150 PORT ANGELES. WASHINGTON, 98382 PHONE (300) 457 -0411 171 z T n z IU P Z 2 I u z u ro z a h lu Z T 1) N d1 2 1 0 0 0 r u 0 1 0 0 0 z 0 v 0 C 0 rn 0 9 ,(7 O (1) 1 I p D CA PROJ FILENAME f AME N \A ISURVEY FILENAME Revision Do teix MATCH LINE STA 8 +50 SEE SHEET D -3 s P SD S O -r SD I SU r,� z f' I I>, z f, 0 f7 N s) X N O CI) W -III MATCH LINE STA 11+00 SEE SHEET D -5 1° C1HP 111II' LO 1 0l /0 da /0 //0 ❑HP= CIV IP TD I 5 x DEMOLITION PLAN STA 8+50 TO 11-1 -00 CALL 48 HOURS J DFSIGNED BY ECW DA IE' 00( CON TOUR INTERVAL 9 \A OAIE REVISION BEFORE YOU DIG D EC BNO TRIO -00 DATE MA! 2009 0 SCALE 1.= 1 N A 10' 0/0 Flle x 26 1 1 1 1 1 1 1 1 1 1 1 1 1 1 J L7 L-1 Ci 8 IN CI 8 U (n 2 9� DI 1405 POLE TO BE RELOCATED BY OTHERS EXIST. BOARD FENCE 'PROTECT IN PLACE 0 O i ----2 x O 0 1 I 11 W I I +ZI z= i/� y 7. C 24 IN D: 24 IN DI IN CI_ 9 IN CI 2 I2 DI 2 IN DI IN CI v E s� i 2 IN Di IN DI I EXIST. BLOCK VIAL PROTECT 2 IN DI 1 IN DI REMOVE EXIST. CMP CULVERT (33 LF) 2 IN DI 2 12 DI 2 IN D' 2 IN DI x POLE TO BE RELOCATED BY OTHERS REMOVE CYCLONE FENCE AS NECESSARY (16 L;) 298 v 2' I DI 2 IN DI x A y 37 ES-LT, woT, S i3li 5-9_ 1202 1.500 PLANE 0 10' FROM EXIST L REMOVE EXIST. CONC. REMOVE EXIST. CMP J `-6th S treet CULVERT (24 LF) CULVERT (20 LF) 79! ASPHALT PAVEMENT (312 SY) 0HP ❑-iP OH OH. cy° 3-1° GF° 0-IP Ou-, cua OH. OH. 0 OH"' ❑i° GH° GHQ— 0'p° OH. OF° OHP GH° 0 °P GNP EH. -y O i x (n w G CT) J W U 1- i 2 IN DI 2 IN Di 24 12 21 °d J w o z m c U a �QV o`wgwc�� UOc:3m Z c ��.I_� 4 R vi y w w ��°POn�2g\�F OW E° as S wK 0' 1' 2' iWO INCHES AT FULL SCALE IF NOT SCALE ACCORDINGLY D -5 1/) .3 L? czj Lc) z o LLj J v -298 x 1331 REMOVE EXIST. CONC. CULVERT (25 LF) REMOVE EXIST. CONC. o 29� J' CULVERT (26 LF) ,n in i REMOVE ASPHALT h AVEMENT (75 SY) —x X I x x x I x a I x x o l I 2C �1 l I' I. 5-L f�l� —+—i tSv� S S3 -�1 o --5+'- -v'_ —".,IL S,D SD n_^ z cn R rN I /8 IN I �2 IN Ci 8 IN ti 8 IN CI �6 IN o Irv';.. =y--y- v. W '''s ACT' oa 0\A-0 REMOVE EXIST. 1" DIAM. TREE 2 I I ,99 3 I Y PLANE 0 10' FROM EXIST POLE TO BE RELOCATED or P POLE TO BE RELOCATED BY )THERS 16th Street aP� REMOVE ASPHALT R EXIST. CONC. CULV °T (76 Lr) PAVEMENT (75 SY) ASPHALT PAVEMENT (311 SY) BY OTHERS 7� P GhP G-+c GHP 0"'" G-1 0-!P OH. G-P :-P ❑-I. OH. DIP :HP 0hc :H? OH. ❑rc ❑Hc DH' DI-1° nor G ^'1uo 0,0 G1-IF :HP t 2,' N DI 24 IN D/ 24 IN DI 24 IN Di 24 IN DI IN DI :N DI 2 IN DI 24 IN DI :4 :N DI 2 IN DI 24 IN Di .N Di 2 IN Di 2 IN Di o� I 7 F o o 'S.` -Y SP' '-`�'Y SL .1 tu� SSD SD al-4 0 c an �n p R W I o I 1 oyh I- 1 <a 2 IN DI 0' 1' 2' t TWO INCHES AT FULL SCALE IF NOT SCALE ACCORDINGLY 111 (7 D -6 10 b Z w o m i _o n p r N A C q r o 3 a a o s xa U O C w 3 m O w �S�DVAL m a° m am am me N No me r we we um No um I am an no ma me Flo 1 Do tei x IV PUBLIC WORKS CITY OF PORT ANGELES STEPIIEN P SPRIT. PE, CITY ENGINEER 321 E 5111 010881 PO BOX 1150 PORT ANCEI ES, WASHINGTON, 98382 PHONE (360) 451 -0411 S 3 I r 0 2 r u 0 0 v Ll X 0 1 -800- 424 -5555 IDCA P002 TAME N \A ISURVEY FILENAME Z rrl Revlelo l Bate. x O n O CC1 Fr l CO <r 1 H) O Q' TAJ V) CD 2 MATCH LINE STA 16 +00 SEE SHEET D -6 J k L. IiC CC I f' r I \2 ly 8 -,v TV 1: P l IZ I I I I (I I I I I.. O Q7 m rl O O n ICJ rn V) 8J J u I r x k MATCH LINE STA 18 +50 SEE SHEET D -8 0 10 5 I J X (1) Fl@3 -I- U IN AC 8 IN AC H ITI g reet CALL 48 HOURS I DEMOLITION PLAN STA 16+00 TO 181 -50 OESICNED 81/2: ECW DALE SUMMER 20129 CONTOUR INTERVAL N \A I DALE REVISION BEFORE YOU DIG PROJEC1 NO 1810 -00 0018 MAY 2009 II SCALE 4'- 1 m A 10' Flle. x —n L e, x— _on Du L11111111 FIIe, x 00 PUBLIC WORKS CITY OF PORT ANGELES S IEPHEN P SPERI4, P E CITY ENGINEER 3)1 E 5111 STREET PO 410% 1150 PORT ANGELES, WASHINGTON, 98362 PHONE (360) 157 -0111 M u 0 C 0 C CALL 48 I-IOURS DESIGNED BY ECW BEFORE YOU DIG 11 I1O ECT •O C T W R10- 1-800-924-5555 DWG DCA P0O3 ANAME BASE 0 \A SURVEY F11EIdAMF. p z In z 11) 1. 1U ti MATCH LINE STA 18 -1 -50 SEE SIIEET D -7 I. II= I o r O L� %17 CO CO rL Fr r O m 0 U af -7) 9 1 -1 •r II "'I I 4) I I I z CO 111 p 1 n ti G IJ 0) N G iG -1 0 BI O X k k h d i k m X W —111 MATCH LINE STA 211 -00 SEE SHEET D -9 0 G k X I G DEMOLITION PLAN STA 18+50 TO 21 +00 OAIE SUMMER 2009 C011 TOUR INTERVAL N \A DAIS REVISION OA 1E MAY 2009 V SCAIE 1 =N \A TI SCALE I I" 10' D I BY 1O 26 MI MI NM I OM 11111 S i M all S Plot Dote. x PUBLIC WORKS CITY OF P0! ?T ANGELES SIEPIIEN P SPENT?, PE, 011Y ENGIN(ER 321 E 5711 STREET P 0 BOK 1150 PORT ANGELES, WASHINGTON, 08362 PHONE (360) 457 -0411 CALL 48 HOURS DESIGNED BY ECW BEFORE YOU DIG 050V TNO C l W R Revision Du teox MATCH LINE STA 21 +00 SEE SHEET D -8 MATCI -I LINE STA 23 +00 SEE SHEET D -10 DALE SUMMER 2089 0074 TOUR RIIERVAL N \A DATE MAY 2009 V SCALE 1 71 \A I I SCALE 1". 1' 10' 1 -800- 424 -5555 DCA PROJ NAME N\A 01170E7 FILENAME f j DA fE DEMOLITION PLAN STA 21 +00 TO 23+00 REVISION File. x I BY 11 26 In I M NM MN NM NM I•! M Plot Dotet x 0 0 PUBLIC WORKS CITY OF PORT ANGELES STEPHEN P SPERR, PE, CITY ENGINEER 321 E 5R1 STREET PO BOX 1150 PORT ANGELES, WASHINGTON, 98382 PNOr1E (880) 451 -0911 1G NI -3 t jb5 10 N1 02 J11 111 02 1 11, rrl c 's r'l 16th Street x 1 05 IU z D 00 n z D 10 z m z (3 (r 1- 800 -924 5555 DCA PROJ N \A SURVEY FILENAME Revision Do te!x ZZ/�117 *Hn d II 11 V arif) ro 10 11�r1 m 20 (1,0 N 02 N 05 N c1 C) 20 r 1 rrl 'l r l O O O O P1 rn X X X X CO v 1 D C7 U C Co 0 D z rl1 rr1 C) Cn 73 nHP 0n -u nJ (JI O Iv I) NI 0 (3 CO c CO J. z r 'l 0 m 0 C 1 23 20 1 'l Fri O O X X --H CO n ti C C) v D z P1 0 rn 2 1T1 r_71 20 BHf9. d H n -Jnn 21111 —8110 8110 -211)1 8H[ 5 II 0 P UnP F M 1 CO CO ,17 3> Cr) I I -L1 [r) CD U'• MATCH LINE STA 26 +00 SEE SHEET D -11 IU 111 02 If) 111 08 1(1 NI DEMOLITION PLAN STA 23-1-00 TO 26100 �Cj HOURS ALL 7U DESIGNED BY ECW DATE SUMMER 2000 CONTOUR INTERVAL N \A DATE REVISION LJEFORE YO DIG PROJEC NO IR IO 00 DATE MAY 2009 11 SCALE 1 =N ix 10' 17 1 3 I _REF 20 FP S 0 'l X CO 3 UT 73 01 U O Z O 14.7. F 011f 111 1 unP T IP nl if SS CU— 0, SS SS S SS SS SS SS SS J SS SS SS 0 11 File x M 4k ,'•.v rl�4�e 00 /2 26 11u tel 111111 1.11 IIIIII MI MN 11. Rev15100 On tee Flle PURLIC WORKS s•S CITY OF POR ANGELES STEPHEN P SPFRR, P E, CII I EN011160R 321 E 5111 STREET PO 000 IIh0 PORT ANCEIES, WASHINGTON, 911362 P110NE (360) 457 -0411 MATCI -I LINE STA 28+00 SEE SHEET AE3OVE CALL 48 IIOU[ S DESIGNED BY. ECW BEFORE YOU DIG IP170JEC1 IR10 -00 MAME BASE 1 -300 -424 -5555 I 10CA PR NAME N A 'SURVEY FILENAME el 0 IT J' MATCH LINE STA 26 +00 SEE SHEET D -10 RS t1S cP Y I 15th. Street -2 23 1 2.t= O I r c�V CO I 1 I MATCH LINE STA 28-I -50 SLE BELOW DEMOLITION PLAN STA 26 +00 TO END Dn IE SUMMER 2009 ICO11 f0UR INTERVAL N \A 1091E1 RENS1011 DAIE 5,107 2009 !V SCALE 1".11 A 11 SCALE I' =1' 10' 1 I 10 I I 5 I 1 r7 r c DY 13 26 I 1 I 11111.,. „Ion NM NM MI NM MI O 111111 111.1 11.11 111111 Revision Rotel x Fllex CID 1 0 0 01 0 z z I A z 0 z I r� I F) U1 O )o C.3 0' z m cJ m co -7- k k Y BEGIN CONSTRUCTION STA 1 +20 STA 1 +00 CL INTERSECTI0N 16TH AND "I" STREETS 'NI a b 8 k C 0 b a 01P I� MATCH LINE STA 3 +50 SEE SHEET C -2 321E 5TH STREET P O 1108 1150 IN SCALE Q I 1 10 I 1 PORT AN0ELFS, WASHING -ON, 96382 1 _800- 424 -5555 IOCA 9003 NAME N \A 1 I PHONE (380) 457 -0411 ISURVEY FILENAME 5 1 I CD Sy 1� S° Sr) C3) S" S (1 PUBLIC WORKS ADDIT /I/E NO. 1 CONSTRUCTION PLAN STA 1 +20 TO 3 +50 CITY OF POR ANGELES CALL 48 HOURS STEPHEN P SPERR, CITY ENGINEER DESIGNED BY ECW O019 SUMMER 2009 CONTOUR INTERVAL N \A DATE1 REVISION PE BEFORE YOU DIG IPRG JECT NOFTRI0 -00 DATE MAY 2009 I V SCALE I =N \A i 1 J Nf U Nt 8 !J BY 14 26 MOP Da to, x_ r Revision Dotelx C Fri z 0 0 0 0 0 PUBLIC WORKS CITY OF PORT ANGELES STEPHEN P SPERR, P E., CM ENGINEER 321 E 5311 STREET PO BOK 1150 PORT ANGELES, WASIIIIICIOII, 00302 PHONE (300) 457 -0411 z 7 Z r_ ru L'J n 0 L z CI 1 C) (1) c) C' (n m n J -1 0 BEFORE 48 HOURS I DE51CNE0 BY ECM BEFORE YOU DIG IP 1 00 ILENAM BASE 1 800 424 -5555 IBC IOWA A P NAME E N \A ISURYFY FILENAME °11 I m z I o, MATCH LINE STA 3 +50 SEE SHEET C -1 0• C C C: I k k I. 1 x) u-.) 1 -I k N 1N f rl I 1» 00 k w I c 1 C7 0 -Y N Y —ED I I MATCH LINE STA 6 +00 SEE SHEET C -3 DATE SUMMER 2009 ICON TOUR INTERVAL 1I \A 1 DWI DA 1E MAY 2009 IV SCALE 1 ".N \A III SCALE I r 10' 0 10 1 I I 5 REVISION ADDITIVE NO. I CONSTRUCTION PLAN STA 3 150 TO 6+00 91,3 x 00 /5 26 11111 11111 1111111 an r MI OM MI ME E IIIIII Plot Ov te x Revision On te x 0 r I W C PUBLIC WORKS CITY OF PORT ANGELES STEPHEN P SPERR, PF, CITY ENGINEER 321 E 5011 STREET P 0 BOX 1150 PORT ANGELES, WASHIIIGTON, 99302 PHONE (300) 45/ -0111 Ic I I z o 0 0 0 r U ZJ 0 C1 v J 13 C1 0 V u T 0 0 LI ri co m O p c) n O O O O O 1zzz 1� (A (1i U O o C C C c IOi C C1 I 101 C) C1 C O O I �zz :.Co o 1 01 y CD 01 0 I c u o :CJ CO o l in c) IA-crN( :z =1 N. DESIGNED BY ECW RAWN BEFORE YOU DIG W' EC( ECW 1R10 -00 1 -800 -424 -5555 IO CA P003 NO20 N \A (SURVEY FILENAME, o I 0 0 o 01 L/ o o oy.) rnrn vo lV W N) z co CD f) U MATCH LINE STA 6 +00 SEE SHEE F C -2 L '1 (f� U�P u I MATCH LINE STA 8 +50 SEE SHEET C -4 G 1rp CAL(_ 48 HOURS I CONST. PLAN ADD. NO 1 S 6+00 TO 6+75 BASE 8/0 S 6 75 TO 8+50 DAl2 SUMMER 2009 ICON TOUR INTERVAL N \A 1 001E1 DATE MAY 2009 V SCALE I N \A 1 I 111 SCALE I 1" 10' 1 1 10 I I 5 1 1 H Street oG 0 0 A REVISION W� File x C I 0 l ily 16 26 11151 Da PUBLIC WORKS CITY OF POR 1 ANGELES STEPHEN P SPFRR, PE, CI IY ENGINEER .121 E 5TH STREET P 0 BOX 1150 PORT ANGELES, WASHINGTON, 98362 1 (180) 457 -0411 MI all I MI i tU 'y N N 0.1 C,I 296,2 (0 N.) (0 c) TYPE 2 GB 3L3 S7l1: 10+43.31 296,2 OFF: 13 82 L 292.63 RIM ELEV: 296.08 (S SE)(W) I.E. IN. 292,60 W) I.E. OUT 292.50 P C Ca (n r CALL 48 HOURS J DESIGNED DY ECW BEFORE YOU DIG 1 090 Cf 110 1910 -00 1 800 424 5555 fE 1DCA P ROD 1MAME SE (SURVEY FILENAME Revision Date x fn u s o n 0 0 32 U y L) :p CD f n C/1 DATE SUMMER 2009 DATE MAY 2009 CC) 1 1 —I Z V) D �I- 77 rllr -I r f 1 Il ICONTOUN INTERVAL N \A IV SCALE. 1 =N \A 0 SCALE 1 a 10' MATCH LINE STA 81 -50 SEE SHEET C -3 U SD I Sll SD SD cJ 3 SD SD I SD D S 2" PVC SLOPE -0 5% TOIDAYLICIIT<� 1 0) 5 ullr— ❑lu'--- ❑11P CM? LIMP I DATE MATCH LINE STA 11 +00 SEE SHEET C -5 CONST ?UCTION PLAN STA 8i-50 TO 11 +00 REVISION F Re.x x 1 DT 17 26 MI IIIIIII MI MI r MI MO MN OM NM MN NM Plol Oa te x a a' 292.83 1j ID 296,8 `D 293.03 F 297.2 293.22 296 9 TYPE 2 CB //4 1 I S1A• 121- 51.46 j 1 OFF: 14.52 L RIM ELEV: 296.93 I SE) I E. IN: 293.53 (NW) I.E. OUT: 293 43 29/ 6 297 5 293.92 C) r n D n 0 U PUBLIC WORKS CITY OF PO! ANGELES STEPHEN P SPERR, PE, CITY ENCINEFR 321 E 5111 010EE0 P 0 000 1150 PORT ANGELES, WASHINGTON, 99382 PHONE' (380) 457 -0411 z ea z T z L n l z z 1 -800 -424 -5555 RCA PROD NAME N \A !SUAVE/ FILENAME 1) u 0 1 0 1= rl v Revlslan 00 0 u LI n i r 0 G 0 0 v Z 0 0 O O O O O O O O z z z z (n v u =u C C C C O O C7 -i -I -I -1 -1 (.TI V1/ r -r( C1 1 I LC) 20 K r— Fri rn 0) Cn 0 oo u Pl N P (.0 r- W no co N —i MATCFI LINE STA 11 +00 SEE SHEET C-4 r1 I I" m N CS) (0 MATCH LINE STA 13 +50 SEE SHEET C-6 0 10 5 G Street Col CALL 48 HOURS S (DESIGNED BY ECW WM. SUMMER 2009 CONTOUR INTERVAL N \A 1 DATE REVISION BEFORE YOU DIG ROJECf IO T10 -00 DATE MAY 2009 2009 SCALE 1 1 A 10' I CONSTRUCTION PLAN STA 11+00 70 13+50 0 V l 1 -slo1 Do Eller NM 294,32 _1' 297.8 294.72 298.1 2.95.12 UI 298.3 0 295.52 F '1 r. CO 2 C) CJ C J T 2984 295.92 PUOI IC WORKS CITY OF PORT ANGELES SIEPNEN P SPEAR, PE, CITY ENGINEER 321 E 5111 MEET PO BOX 1150 PORT ANGELES, Y /ASIIIIIGION, 90362 P110NE (360) 45/ -0411 I IU z I 1 z G n O 1 z IU IA z G to 7 I c I 3 J. 3F 7 �y N n u CD C7 C7 CO O U O z z z U) (O Z) 2.J (,-1 n --I n O C7 C) 2 CD —1 O O O z z z C7 CD CD 0) 1- U CD Iri O c —I J L GO r,U GO U CD iiii �Y o co :J o z Ei i I 9 I T Fri 'J O 11 N Fr i —I rV G1 4) 1 W 11 lr f•-) v r -1 uJ CC) U1 cJT U I MATCH LINE STA 13 -150 SEE SHEET C -5 CJ� 01 -P r I I L I i l l L) IJ I,I d I N MATCH LINE STA 16 +00 SEE SHEET C -7 CALL 48 HOURS CONSTRUCTION PLAN STA 131-50 TO 161.00 0ESIGNED DY ECW DALE SUMMER 2009 (CONTOUR INTERVAL N \A J DAME REVISION BEFORE YOU 0/0 IPROJE C T BY• NO EC 15 10 -00 DATE MAY 2009 V SCALE 1 11 \A I II SCALE l"..1" 10 I 0 10 1 -800 -424 -5555 IOCA 3-803 I IAME N \A ISURVEY FILENAME 5 x Oy ONp 19 26 Dnte, I— OM Sill Nil MI Revlslan Dte� x I IIeI 301.2 0 297.92 302.5 Pu0Ll6 WORKS CITY OF P01?T ANGELES SIEPIIEN P SPERM, I'E COY ENGINEER 321 E 5011 STREET PO 00X 1150 PORT ANGELES, WASHINGTON, 98,562 PHONE (300) 457 -0411 TYPE 2 CD /L STA: 18 +21.22 OFF 19.01 L RIM ELEV 301.51 'SE) I.E. IN: 298.19 ,NW) I C. OUT: 298.09 3 CALL 48 HOURS DESIGNED DY ECW BEFORE YOU DIG E CT NO 5R10 -00 IDWC FI BASE I- 800 -424 -5555 IOCA PROD NAME N \A ISURVEY FILENAME OS 0 -0 0 L] v S ti y SS X In Li MATCI -I LINE STA 16 +00 SEE SHEET C-6 O •I fin NI) £3 iV z f �T I TO I ri r, -t a I d C7 rfl G) N C UI r11 a l v �J f 0 A N CD 0 CT WI Ni W I x GO ,o 01 1 G rn (n co rn I J x O D r= II II o O x N UI CO l rn CAD O :o x CD F- v C,3 CA l :o C) W CA —I (JI CO MATCH LINE STA 18 +50 SEE SHEET C-8 c I V 2 2 I- u, CO rn 7 s N I X CO O \treet C) C7 U) O O Uj GI :L7 rs CC CD CD _I- O O CD C) O O z n 5-) z C] B 1p AC f3 IN AC 0 IN CO O U) CO P II O 0) 0) N (8 P N (D 1 Cr) O CO CO —I CP CO JJ Ss SS CONSTRUCTION PLAN STA 76 -100 TO 18+50 DATE SUMMER 2009 COIIfOUR INIERYAL N \A DATE( REVISION I DY 2 DATE MAY 2009 1V SCALE I =N \A I I III SCALE, I 1' 0 10' 1 1 1 26 5 1 NM MI Ell MN IIIIIII INN MI MI Plot nate. x CO 111 298.61 0--- 303.0 c 299.33 303.5 305.2 c) PUBLIC WORKS C C A 7 j 1 1 C.) 304.5 300.78 I 305.3 301.50 CITY OF POI? f ANGELES' STEPHEN P SPERII, 1 E. Cl IT ENGINEER 321 E 5111 STREET P1) 1105 1150 PORT ANGELES, WASHINGTON, 90,102 PHONE (390) 457-0411 IYPE 2 CI] /16 STA 20+91.95 OFF: 21.19 RIM EI_EV: 305.44 (NW) I.E. OUT: 302.11 Revision Dote. x 0 ro U 0 0 300.05 LI 0 1_1 U CI 0 Cl U LI ci E I z 10 C) JO C) C I Ni CD V) C: 2 CD z .1) Ni TO MATCH LINE STA 18+50 SEE SHEET C-7 PO C) C) II II cr) T m I.CD CD 0) 01 Z(.0 (.0 CD 1 —I CD CU I Ii It 'I 1.1 0 t), 0 1 V) U 0 ES t .0(4 NJ R. tJ r c4 r 31 II IC '1 T., I C) NJ III MATCH LINE STA 21+00 SEE SHEET C-9 CALL 48 1-10U1?S I S BY ECW DATE SUMMER 2009 ICON TOUR INTERVAL N A I DATE: REVISION BEFORE YOU DIG 1 AWN RU DATE MAY 2009 1)/ SCALE 1". 11\A 2 ..0JEC TN FC OT W R10-00 SCALE 1"..1* 10' I I 1— 800-424— 5555 t A G F IL 0 E j k 1 A I 0 10 1 I 1 IS110vEV ETIAME A I I I I NJ r Z l iC I 1 ii I' I 'c 0 1-- 01 110 Cr) I '4';: I F Pi I C I I 0 Z V a CI r 5 N CIJ A. II II ct 1 I 4 4 c.,-.1 -1- CD IV CC) co 11 I c 0 J 0 I 1 I .1 __a Pa. CC.) -1' (0 N. I k —.a k c,,, 1 I I I4( k) I CU 2 1 --EH CONSTRUCTION PLAN STA 18+50 TO 21+00 Elle x UT 21 26 -DutR is RevlTI0n Awl oh Ex NM fu w Msr•41 z PunuC WORItS CITY OF PORT ANGELES STEPHEN P SPFRR PE, CITY ENGINEER 321 E 5111 STREET P 0 005 1150 PORT ANGELES, WASHINGTON, 90192 PHONE (300) 457 -0411 0 m 0 CI 1 a C 0 M M CI CI Cl 1 II 1 u CI C E M —I E 0 E 1 z CD CD C 11 C z (I) (7) V) I C /v n n IU C N G Z ri C7 CD -n C) CJ C 2J y o r w rn co CS) Ip 1 z N t i CD CD C IV z G P Z IS, 7 CALL 43 HOURS DESIGNED BY ECW BEFORE YOU DIG PROJECT NO 1510 -00 A G 1 -800 -424 -5555 IDCA PR D EN NAME AME BA N A ,SURVEY FILENAME MATCH LINE STA 21 +00 SEE SI -IEET C -B (I) CD C] C N Crl -h CD C7 t N C\ v6' 1 z co —ta, Ill r'l I.E. T- z I) N CS) x MATCH LINE STA 23 +00 SEE SHEET C -10 l 0 i p n 0 a 0 CONSTRUCTION PLAN STA 21-100 TO 2,3-100 DATE SUMMER 2009 !CONTOUR INTERVAL N \A 'DATE! REVISION DATE MAY 2009 V SCALE 1 N \A II SCALE I TO I DAD i 5 D/ 2 2 26 t Doter lun Dater PUOLIC WORKS CITY OF PORT ANGELES STEPIIEN P SPOOR, P E CITY ENGINEER 321 E 5111 SIREET PO 009 1150 PORT ANGELES, WASHINGTON. 98382 P11011E (380) 451 -0411 I -dH0 JI ---o1 10 dHJ.L dHO du1U <1110 -dHCI -d110 dJIU Z N f US N S (IS tll Ir 11(1 NI 72 III NI 72 IrhNI -��`I 62 10 NI bz 111 nt 92 lu NI I` 16th Street m z 01 d N 1 IJ IY1 N 13 11 B p3 "11111 f• m UIQ CJ O L1 1 I yr l am III DIP _l___ oHP FJFIP NI 11' N SS co SS SS SS SS -C 0 N tri CALL 48 HOURS I DESICIIED BY ECW BEFORE YOU DIG P HO TR10 -00 1- 800 -424 -5555 IOCA i'ROJ NAMF N \A ISURVFY FILENAME u' 10 NI B n I) N 6 ri i rn I Z rn N 0 11/ I� E NI B I:1 NI B M -ter _1 -1 J ;,r Srf 3 (FIl. J... I N) <SD (A A S 1f X 0 f x x x x Y x x .x O �1), J Il l .2l- —DOW 1 MATCH LINE STA 26 +00 SEE SI-IEET C -11 N/1 1 rn c oyl r P CA frl c..),_ R D 5;70 D 1 0 N C S -l v C F9 CO D m cn N -P N 0000 C O O O z z z CO 0 n n r r `fl ?I CU m 0) O N 0) D CD f 01 I of IP— UHP ONP SS SS SS SS O-- SS SS S\ CONSTRUCTION PLAN STA 23+00 TO 26 +00 DATE SUMMER 2009 'CONTOUR INTERVAL NOW I DATE REVISION DATE MAY 2009 IV SCALE. I"- NOW I III SCALE 1 1" 10' 1 0 10 I 5 I n D f llerx r r r Mr r r IMO NM r --M r r r r_ r Plot Dote x 0 PUII1 IC WORKS CITY OF PORT ANGELES STEPHEN TEN P SPERR, P E CITY ENGINEER 721 E 5111 STREET PO 600 1150 PORT ANGELES, WASHINGTON, 96762 PHONE (760) 457 -0411 MATCH LINE STA 28 +00 SEE SHEET ABOVE CALL 48 HOURS S DESIGNED BY ECW SEFORE YOU 424-5555 DIG EC 1 10 TR10 -CO —U0V 4 `Y -5555 IUCA PROD N0M0 N \A 'SURVEY FILENAME Revision Dote x C) 41 306 (D V� ty P MATCF -I LINE S 1 26 -1 -00 SEE SHEET C -10 :U O 0 IO I I I 5 I 1 15t1 Street 5' I:01 Fr i V Cr x W I I I MATCI -I LINE STA 28 +50 SEE BELOW CONSTRUCTION PLAN STA 26+00 TO END DATE SUMMER 2009 'CONTOUR INTERVAL N \A DATE) REVISION DATE MAY 2009 IV SCALE l' N \A I 1 II{ SCALE 1 =I" 10' I I n C) C7 (n O C) C) I I z z z -I -I -1 -1 -I N) CJ 0) C C C _I- C� C) n O File, x BY 26 SECTION A -A NOT L SCALE 1 CATCH BASIN TYPE 1 W/ COMBINATION INLET C -12 NOTES 0L SE'ARA ILP PES/IP'S 'NV' AT 1.05A110 AS NOTED OV PLANS 2 055LPE7E GABS ALSO .1 CATCH BASH SAW L BE 5£ LEVEL GRATE 'NAME 10 BE BANNED 17 MARY+ CONOTZ/D/NAL SLOPE NOT TO SCALE i t NOTS I IN B A L_ I N_ ANSOJ RBIU1F1i�11UpiU r 10130 35 SMART al= UP •OATEY Af -J 1 0 COSTING PAVaIDET A RAV 1 C MIN E•' CM FAGS O< WP9 (TYP I i UE $5207 B-30 40-00 47 SACS ARO "Soar OR/WAG 5- 3030 -00 00? ALL 015/05 LOCH 11055 r 0 T M 6 N a ACR/SRNC 9NC✓ v AS NECESSARY EL,ANS IV Law; .T 51= NOTE 4 NAN4DLE AOAPTLIR I� (/a- CA T.7+ BAS/' "m PEP s 4 STANDAPO PLAA B- 5.20 -00 4 i UNLESS 507ED 075/INOa 4 a 0 Q /F- CRATE SLOPE :rt::ru�x G —2 SIDEWALK 4177-' PLANING STR IP A wW) 14011 XPAAB r r A" k�\YY I 587170N S -S NOT TO SCALE B -o' MATER 0555/0 PAVEMENT VErA (7055 AT IRA elzl" 6' PVC PIPESWANSLV •RYNT MATHH RA Va/BT ELEVATION 6 a `MP/C FOUND FRAME SN 52 Wry 3/l6' NOV -SLID y 0/AMCWJ PAT;ERV 0V ,D S/PFACE �..t.cceo• ADJUST PP.J L MATH C/RB HEJONT (3 MW OPSTnNG) A SST NOTE 5 SIDEWALK AT CURB SEE MOIE 5 MM 6 MW asnrMAA I asoc M+A I� 4 NMMLM 0,44 AL'S 555E AND >V/ YT�` ``•c�'`� N.✓PACP.� CRA/G:AR MA 1 54/ J R.17£0 AMMO Mr 6' AT 041VE1UTS FOP F/ E ASIANS AS NE'E AP•• A' M/MNUM Go"'" m 20A[ SECTION A -A 6-AT,NCIC-nA•5 "C" Ese maw' As revs, SEC70N 8 -3 F BD_EWALY L054 Soy TO BE APEPGVIS B" Pry ENONEER 2 E.IPANSOV J0/57S BALL Br ASPHALT MLREp5A.E .q/7' MA ISAAL. .x E?RANSTOV JOINTS SMALL BE 1, TRIO/ FULL Dens AND A T5 -O' IN1rFVALS S CLAW" ZYNTS SRA11 BE 1/B TN/GL DE?P AND AT 5 -0' INTERVALS S ALL UT,LTY PaES. METE, BOSS1 E/0 M SIDEWALK AF EA SHALL NAYS E ?AAWQ5 .CANT MA/SWAL (FULL OEP7) FLA= AROUND /HSI 6 ALL JYN/ SHALL BE CLEAN AND EDGED T OPO9 AGGREGATE OR 5PECAL SJRFACE IAA /MEN? SLTy1 NOT ALL0510 /5 MO/T -OE -SPAY DR)s'A• AND .SOE/IALC 3 L BE SEPARATED eY DRAMS:/ R .01/75 H GONOPEIE SMALL B_ Sect' 5000 /0. NV, 00E 70 EC 'LACED LINDER PAYING. C/P3 AVID SIDEWALK FRCP TD PLACNC Or MA7MALS 1/ SIDEWALK ELEI'A 1705 SIA.L 2E SASD ON 2: SLOPE PRO.EC(OV ‚NOV 10P 0E Cate 12 500541K 590/HS SHOP A2 CD? PE909V77A- APE-AS .,.....,,V-_._ AND 00 APES ROD'S .SAL' BE /O AND ,4 RESPEC'TYE_• 13 AN" CENADCN FROM THESE MINIMLOw STMDAR S PFIXH/MS PROP APPRV AL B" a,^r Eva/VEER 3 SIDEWALK INSTALLATION C -12 1/2 "R CLEMENT CONCRETE TRAFFIC CURB AND GUTTER PER WSDOT STANDARD PLAN F -1C 12 -00 TOP OF CURS AT DRIVEWAY 1 ,5 1 /2" C -12 PEDESTRIAN CURB SIDEWALK CURB OR CURS J AND GUTTER CEMENT CONCRT SIDEWALK RAMP TYPE i 0' ,C51 5 0 N i BUFFER 1 \STR/P I L YO. OF f ROADWAY .%:\C5,,,,- 4 .�N1, ,,F: ✓V /5/.:N L� CEMENT A ONCRE,E CEMENT CONCPT S IDEWALK SECTION A) CURB 8 CUTER NOT TO SCALE PLAN VIEW SIDEWALK RAMP TYPE I p 'AN CEMENT CONCRETE SIDEWALK L1" 5 p I BUFFER STRIP (T"P SEE CONTRA(: FOR CURS RETURN RADIUS 0 DETECTABLE WARNING PATRN CEMENT CONCRETE PEDESTRIAN CURB (SEE STD PLAN F -10 12-00) SECTION C MIN '-A• /P (VOTES 2 0I t- TOP DF 1 7- ROADWAY DEPRESSED CUPS 8 GUTTER DETECTABLE WARNING PATRN 4 1 CURB RAMP TYPE I C-12 NOT TO SCALE 1 FORMS SHALL BE STEEL WOOD MA BE APPROVED FOR AREAS REDU /RING SEC, AL FORMING 2 FORMS SHALL BE TRUE TO LINE GRADE SECURELY STAKED 3 EXTRUDED CURBS REQUIRE RRIOP APPROVAL BY C /Tv, EA/CV/VEER THE i RADIUS ON UPPER ,ACE OF CURB MAY °E FORMED BY EDGER OR BUILT INTO FACE FORM 1" RADIUS ON LOSER FACE OF CURB SHALL BE FORMED BY THE FACE FORM 5 CONCRETE SHALL BE CEMENT CONCRETE CLASS 3000 6. EXPANSION JOINTS SHALL BE PLACED A T ALL ALLEY AND OR, /(SWAY RETURNS STRUCTURES, CURB RAMPS AND AS SHOWN ON PLANS 7 ALL JOINTS SHALL BE CLEAN AND EDGED 8. EXPANSION JOINTS SHALL BE 7/4 INCH THICK AND AT 20 FT INTERVALS OR AS DIRECTED 9 EXPANSION JOINTS SHALL BE ASPHALT /MRREG,VA TED JO /NT MAT RIAL 10 CRACK JOINT; SHALL BE i /B" WIDE AND 7" DEEP AND SHALL BE PLACED AT TO FT INTERVALS I 2 CONCRETE TRAFFIC CURB AND GUTTER CCNCRET: CURB RADIUS DETAIL VARIES FPOM 6700 s CEMENT CONCRETE VARIES PEDESTRwNC.1RB I 1 0T05 1 /'I'I (SEE ABOVE) N 1/� I I 'l /TtSf`:), i.��'o0I'F SECTION CEMENT CONCRETE SIDEWALK RAMP OR LANDING 11d'PRE/OLDES JOINT FILLER PEDESTRIAN CURB DETAIL SIJ=SVALK PAr +VS 4 _AVprv70 0' 1' 2' TWO INCHES AT FULL SCALE IF NOT SCALE ACCORDINGLY „Ask, vp. I �328�0' c, /O,,NAL C -12 Ps- C l j L -j 6 °©ESPP/AN U 0.-,,..,-,c/... CONCRETE CURS 77A Y?'_ WAY CP065TNG (,PADS 70 MAXI E.ti'S7NG DRIVEWAY' DPIAY SEE NOTE 4 C M01 0 MIN RAMP 7 01 TOP OF I I j CEMENT CONCRETE J SIDEWALK LANCIVC DETECTABLE WARNING J PATTERN (SEE DETAIL) A` T i CONCRETE CURE AND 01177 (BE`OND) SIDEWALK ST/PFACE (50'0 DEPRESSED CURB 8 GUTTE 1! NOT TO SCALE S_C7ON A 4 TRANS7GN AMP FROM D% VA WAv TO SIDEW MAX 5WPE -2T(z37.) —SEE NOc5 6" MIN I2" ANN A S IDEWALK AT DRIVEWA" A PYP NOTES 1 /NE PED:SIR✓AN 7PA KSWAY 9/ALL NAY£ A MA.RIAI CROSS SLOPE OF F8' f (2S} 2 NSAL RAMPS ON 80771 SODS OF IRE OPNEWAY AS SHOW 0V 177? PLANS RAMPS S/ALL 8E AS LONG AS NE`OESSA4" 70 P10805 A MA IIUM ROPE OF .27 PARALLR AND P£R 70 LINE DOSING PLANE ON AMOY 7IE RAMP IS 70 BE COVSIRUC/ .1 azvENT ow= 9/ALL EE CLASS 3000,, MIN 8' PACK NQUAN0 RAMPS A A9'5IAL ANRE9NA1ED DJPAN90W .6T/T RILL DE AT BAC', OF CRS AND £K 20 4T AT 7RANSMEPSE .07V S CIT NA 1ERN4L NOT 87700RED AT BACC 0 CURS S RAMP ANB /OR DPII£MAY IS 064180 9PARA 7EL Y 0CA IWO A COLO .cm" S C W CK .TMV}S EYERY 5 F T N WALK B M Us.E (PECR.AL) 79 8E APPLIED dEFOR. PRAMS COROPSI? 7 ER°OSED AOJRG4IE OR .SPECIAL 2/RFACc IR A1MEWT NOT ALLONW N R2+5 0/' WAY DRIVEWAY APPROACH 1_%/) NOT TO SCALE C/8" EXPANSION JOINT (T"P (SEE STD PLAN 5 -3) CURB OR CURB AND GUTTER 3 1 CURB RAMP TYPE II SEEWOL? f'k A% I 0 CEMENTCONCRETE SIDEWALK RAMP DETECTABLE WARNING PATTERN (SEE DETAIL) NOT S. CEMENT CONCRET SIDEWALK 5'..- r %7 -0 "(G &H STS) VAR 2% y' 2% 2% MIN 2" MIN COMPACTED DEPTH ASPHALT CONCRETE 2" MIN COMPACT D DEPTH CRUSHED SURFACING TOP COURSE 8" MIN COMPACTED DEPT-/ BALLAST S_c. CITY STANDARD DETAIL FOR CURB, G✓ i TE7 AND SIDEWALK CONSTRUC7ON SOIL RESIDUAL HERBICIDE SHALL BE PLACED PRIOR TO PAVING (2� STREET SECTIONS c-13 NOT TO SCALE 0" MIN RADIUS POINT OF SIDEWALK RAMP AND CURB RETURN 1'8' SIPANSION JOINT. "'D) (SEE STD PAN F-U) �N CEMENT CONCRETE TJ >ELD +IAN CURB O I 1 (SEE STD PLAN F- 10 12-08) 1/4 C_N- E'LIN' `rte .I TOP OF r ROADWA" CEMENT SE GUT CRETE IA� `CURBfiGIJTiER o rASSP 2 MIN r 2 OIIN f;, J '.IN 3/S'EX"ANSIDN L ._,.ID'N0 ...DING JOINT (TIT I TOP O.' 1 r=LJS-' [ROADWAY ��f) 2 V /CEMENT D _SEPRSED /U C CONCRETE .0i CEMENT CONCRETE CONCRE CURB &GUl D PEDESTRIAN CURB SIDEWALK (SEE STD PLAN 5 -10 17-00) DETECTABLE WARNING PA/It/ON 20-0" (76T;' S/) —J DETECTABLE WARNING �PA��CHN [YP) CURB RAMP TYPE II c- 1 f NOT TO SCALE 6 (NOT TO SCALE) RADIUS AT 'ACE OF CURB 30 FEE A0 FOCI TO F__ 00 ;0 BO FEE" 20 FE_ .00 3' MIN E F ID 3/.73 3 t. /2-3 2 ./2.2 /AI A 0 5/ 4- '2 .0 ./a V 'C /4I2 9 3/4 1: -B 5/4 2 I 17 r2 33/ 4 1 E 12 B /el 5 1 2 d DIMENSIONS AT FACE OF CURB INTERMEDIATE RADII CAN BE INTERPOLAIM C' 1' 2' i 1 TWO INCHES AT FULL SCALE IF NOT SCALE ACCORDINGLY go, C -13 S