Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
2002-059 Intersection Signal Revision South 40th and Nob Hill Blvd Agreement with Knobel Electric, Inc.
C ;I/ C ierA • • • of Y rj Engineering Division Intersection Signal Revision South 4 0th Ave. & Nob Hill Blvd. City Pro No. 2050 • • ) 4 • Construction Contract Specifications & Bid Documents 129 North Second Street August 2003 Phone (509) 575 -6111 Yakima, WA 98901 Fax (509) 576 -6305 • 0 1 - Yj DEPARTMENT OF COMMUNITY AND ECONOMIC DEVELOPMENT Engineering Division 129 North Second Street V Yakima, Washington 98901 (509) 575 -6111 • Fax 576 -6305 K. Wendell Adams, City Engineer September 8, 2003 Knobel Electric, Inc. 801 Tennant Lane Yakima, Washington 98901 Attn: Mr. Clifford P. Knobel Re: Intersection Signal Revision, S. 40 Ave. & Nob Hill Blvd. City Project No. 2050 Dear Mr. Knobel: The City Manager of the City of Yakima, has authorized an award of the contract for the above referenced project to your company on the basis of your low bid submitted on September 4, 2003 in the amount of $63,777. This letter is official notification of the award of the contract to your company by the City of Yakima. We have prepared four (4) copies of the Contracts for your signature and a copy of the Specification Document for your Surety. The documents are located in the Yakima City Clerk's office at City Hall. You have ten (10) days from this date to sign these documents and furnish the required Performance Bond and Certificate of Insurance. Your attention is directed to Section 1 -07.18 Public Liability and Property Damage Insurance (APWA only) of the APWA Supplement to the Standard Specifications for coverage limits, additional insurance requirements and special ACORD form wording. Please contact Bruce Floyd, Construction Supervisor, of our office within ten (10) days of this date to schedule a pre- construction conference, and to discuss various forms and documentation that must be completed and turned into him at the Pre - construction Conference. The Notice to Proceed will also be discussed at the Pre - construction Conference. Bruce's office phone is 575 -6138. For your information, we are enclosing a copy of the bid summary for this project. Sincerely, x6.4)4 L4_ K. Wendell Adams, P.E. City Engineer encl. cc: Glenn Rice, Assistant City Manager Bruce Floyd, Construction Supervisor Al Rose, Project Engineer Joan Davenport, Supervising Traffic Engr. Wendy Leinan, Contract Specialist ✓City Clerk Edna Pettyjohn Finance Yakima File rig 1994 BID SUMMARY ENGINEERS KNOBEL ELEC. McCANDLISH South 40th Avenue and Nob Hill Blvd ESTIMATE ELEC. Intersection Signal Revision YAKIMA, WA. WENATCHEE, WA. CITY PROJECT NO. 2050 ITEM Bid Security NO. ITEM QTY UNIT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT . 1 SPILL PREVENTION CONTROL & COUNTERMEASURES PLAN 1 LS 500.00 500.00 300.00 300.00 500.00 500.00 2 MOBILIZATION 1 LS 2,500.00 2,500.00 2,000.00 2,000.00 5,000.00 5,000.00 3 MAINTENANCE AND PROTECTION OF TRAFFIC 1 LS 5,000.00 5,000.00 5,000.00 5,000.00 7,000.00 7,000.00 4 REMOVAL OF STRUCTURES AND OBSTRUCTIONS 1 LS 400.00 400.00 1,000.00 1,000.00 800.00 800.00 5 TRAFFIC SIGNAL DISPLAY AND DETECTION SYSTEM 1 LS 61,600.00 61,600.00 52,427.00 52,427.00 55,000.00 55,000.00 6 PERMANENT SIGNING 1 LS 300.00 300.00 400.00 400.00 600.00 600.00 7 REMOVE AND RELOCATE LIGHTED SIGN 1 LS 200.00 200.00 650.00 650.00 1,000.00 1,000.00 8 REPAIR OR REPLACE 1 FA 2,000.00 2,000.00 2,000.00 2,000.00 2,000.00 2,000.00 TOTAL BID Project 2050 72,500.00 63,777.00 71,900.00 CITY ENGINEERS REPORT . ��.7.7.. CITY OF YAKIMA COMPETITIVE BIDS WERE OPENED ON SEPT. 4, 2003. �i 1' 1 , 1 ��l +4 ALL BIDS HAVE BEEN REVIEWED BY THIS OFFICE. ,' ^ • — + + + + South 40th Avenue & Nob Hill Blvd. I RECOMMEND THE CONTRACT BE AWARDED TO: 0', • l%' • ' + i Intersection Signal Revision KNOBEL ELECTRIC INC. y s AW ARD MADE BY CITY MANAGER ' :• 0 PROJECT NO. 2050 + a - • * - ' \` * - , %� \ \ \�� ' (1 D ATE: SEPTEMBER 4, 2003 fi 9' q h t ,,,, ' • • ' ; `%" 4- \� , �` i FILE: 2050 Project Bid Sum Tab.pub DATE CITY ENGINEER `'1.,," _,.. DATE CITY MANAGER SHEET 1 of 1 0 1= Y,1 DEPARTMENT OF COMMUNITY AND ECONOMIC DEVELOPMENT -A. o - 'o y Engineering Division 129 North Second Street Yakima, Washington 98901 (509) 575 -6111 • Fax 576 -6305 K. Wendell Adams, City Engineer September 8, 2003 Knobel Electric, Inc. 801 Tennant Lane Yakima, Washington 98901 Attn: Mr. Clifford P. Knobel Re: Intersection Signal Revision, S. 40th Ave. & Nob Hill Blvd. City Project No. 2050 Dear Mr. Knobel: The City Manager of the City of Yakima, has authorized an award of the contract for the above referenced project to your company on the basis of your low bid submitted on September 4, 2003 in the amount of $63,777. This letter is official notification of the award of the contract to your company by the City of Yakima. We have prepared four (4) copies of the Contracts for your signature and a copy of the Specification Document for your Surety. The documents are located in the Yakima City Clerk's office at City Hall. You have ten (10) days from this date to sign these documents and furnish the required Performance Bond and Certificate of Insurance. Your attention is directed to Section 1 -07.18 Public Liability and Property Damage Insurance (APWA only) of the APWA Supplement to the Standard Specifications for coverage limits, additional insurance requirements and special ACORD form wording. Please contact Bruce Floyd, Construction Supervisor, of our office within ten (10) days of this date to schedule a pre - construction conference, and to discuss various forms and documentation that must be completed and turned into him at the Pre - construction Conference. The Notice to Proceed will also be discussed at the Pre - construction Conference. Bruce's office phone is 575 -6138. For your information, we are enclosing a copy of the bid summary for this project. Sincerely, x64...)4 K. Wendell Adams, P.E. City Engineer end. cc: Glenn Rice, Assistant City Manager Bruce Floyd, Construction Supervisor Al Rose, Project Engineer Joan Davenport, Supervising Traffic Engr. Wendy Leinan, Contract Specialist City Clerk Edna Pettyjohn Finance Yakima File bittd III j► I 1994 City of Yakima INTERSECTION SIGNAL REVISION SOUTH 40th AVE. AND NOB HILL BLVD City Project No. , W. AD4 8 —,z -03 P a sI WASyIN - ci' . r . 29619 O� REGISTEEE9 � SSIONAL E' EXPIRES 1 1 /17/2003 Construction Contract Specifications & Bid Documents August 2003 1 a� CONTENTS CITY OF YAKIMA Intersection Signal Revision South 40 Avenue & Nob Hill Blvd. City Project No. 2050 SECTION PAGE INVITATION TO BID 5 STANDARD SPECIFICATIONS Standard Specifications 9 Amendments to the 2002 Standard Specifications 9 CONTRACT PROVISIONS Special Provisions 245 Project Description 245 1 -01 Definition and Terms 245 1 -02 Bid Procedures and Conditions 246 1 -03 Award and Execution of Contract 247 1 -04 Scope of Work 247 1 -05 Control of Work 247 1 -06 Control of Materials 248 1 -07 Legal Relations and Responsibilities to the Public 250 1 -08 Prosecution and Progress 265 1 -09 Measurement and Payment 266 1 -10 Temporary Traffic Control 266 8 -20 Illumination, Traffic Signal Systems, and Electrical 269 8 -21 Permanent Signing 270 8 -30 Repair or Replacement (New Section) 271 9 -29 Illumination, Signals, Electrical 272 Contract Form 275 Performance Bond Form 277 Informational Certificate of Insurance 279 Informational Additional Insured Endorsement 281 Minimum Wage Affidavit Form 283 PREVAILING WAGE RATES Prevailing Wage Rates 285 STATE WAGE RATES 287 PROPOSAL Proposal Form 289 Item Proposal Bid Sheet 291 Bid Bond Form 293 Non - Collusion Declaration 295 Non - Discrimination Provision 297 Subcontractor List 299 3 Women and Minority Business Enterprise Policy 301 Council Resolution 303 Affirmative Action Plan 305 Bidders Certification 307 Subcontractors Certification 309 Materially and Responsive 311 Proposal Signature Sheet 313 Bidders Check List 315 PLANS & DETAILS Standard Details Traffic Control Plan Construction Plans 4 INVITATION TO BID NOTICE IS HEREBY GIVEN that sealed proposals will be received by the undersigned City Clerk of the City of Yakima, Washington, up to the hour of 2:00 p.m. on September 4, 2003, and then be opened and publicly read for the construction of: INTERSECTION SIGNAL REVISION SOUTH 40 AVENUE AT NOB HILL BLVD. CITY OF YAKIMA PROJECT NO. 2050 This project consists of furnishing all labor, materials, and equipment required to provide new video detection, vehicle signals, LED pedestrian signals and controller modification at the signalized intersection of South 40 Avenue at Nob Hill Blvd. All equipment must be contractor supplied including, but not limited to: video detection equipment, vehicle signals, LED reds, LED pedestrian signals, pedestrian pushbuttons, conduit, new wiring and cables. Plans, Specifications, and bid forms are available from THE OFFICE OF THE CITY ENGINEER located at 129 North 2 "d Street, Yakima, WA 98901, and may be obtained for a fee of $40.00 for each set, non - refundable. Informational copies of Plans and Specifications are on file for review at the office of the City Engineer in Yakima, WA, and at plan centers in Yakima and Kennewick, WA. Each bid or proposal must be accompanied by cash, bond, or a certified check, payable to the order of the City Treasurer of the City of Yakima, for the sum of not less than 5% of said bid or proposal and none will be considered unless accompanied by such deposit, to be forfeited to the City of Yakima in the event the successful bidder shall fail or refuse to enter into a contract with the City for the making and construction of the aforesaid improvement. All bids or proposals must be in writing, sealed, and filed with the City Clerk on or before the day and hour mentioned. The City reserves the right to reject any or all bids and proposals. DATED this 12th day of August, 2003. (SEAL) Karen S. Roberts City Clerk PUBLISH: Aug. 18, 2003 Aug. 19, 2003 5 STANDARD SPECIFICATIONS Standard Specifications Amendments to the 2002 Standard Specifications 7 STANDARD SPECIFICATIONS The 2002 Standard Specifications for Road, Bridge, and Municipal Construction published by the Washington State Department of Transportation and the Washington State Chapter of the American Public Works Association are, by this reference, made part of these Contract Documents. Except as may be amended, modified, or supplemented hereinafter, each section of the Standard Specifications shall be considered as much a part of these Contract Documents as if they were actually set forth herein. The APWA Supplement to DIVISION 1 (Division 1 -99) of the 2002 Standard Specifica- tions for Road, Bridge, and Municipal Construction will apply to this Contract. • INTRODUCTION The following Amendments and Special Provisions shall be used in conjunction with the 2002 Standard Specifications for Road, Bridge, and Municipal Construction (English). AMENDMENTS TO THE STANDARD SPECIFICATIONS The following Amendments to the 2002 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 -99, APWA SUPPLEMENT August 4, 2003 DIVISION 1, APWA SUPPLEMENT The introduction paragraph on page 1 -109 is revised to read: The following pages are identified as "Division 1 -99, APWA Supplement ", and are for the purpose of deleting, revising, replacing, or adding to the sections of Division 1. These Division 1 -99 specifications are to be used only when the Bid Documents specifically state that the Division 1 -99 APWA Supplement will apply for the contract, and are to be used only for city and county projects that are advertised and awarded at the local level. The Division 1 -99 APWA Supplement does not apply to any project that is administered by the Washington State Department of Transportation 9 Section 1 -01.3 (APWA Only) page 1 -111 The third paragraph is revised to read as follows: 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 is located. Section 1 -02.1 (APWA Only) Page 112 This section is revised to read: 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. SECTION 1 -02.9 IS SUPPLEMENTED BY REVISING THE FIRST PARAGRAPH TO READ: Each proposal shall be submitted in a sealed envelope, with the Project Name and Project Number as stated in the Advertisement for Bids clearly marked on the outside of the envelope, or as otherwise stated in the Bid Documents. Section 1 -02.14 (APWA Only) Page 114 Item 3 is revised to read: 3. The bidder, in the opinion of the Contracting Agency, is not qualified for the work or to the full extent of the bid, or to the extent that the bid exceeds the authorized prequalification amount as may have been determined by a prequalification of the bidder; Item 10 is deleted Section 1 -04.2 (APWA Only) PAGE 1 -20 The second paragraph is revised to read: Any inconsistency in the parts of the contract shall be resolved by following this order of precedence (e.g., 1 presiding over 2, 2 over 3, 3 over 4, and so forth): 1. Addenda, 2. Proposal Form, 3. Special Provisions, 4. Contract Plans, 5. Amendments to Division 1 -99 APWA Supplement, 6. Amendments to the Standard Specifications, 7. Division 1 -99 APWA Supplement, 8. WSDOT /APWA Standard Specifications for Road, Bridge and Municipal Construction, 9. Contracting Agency's Standard Plans (if any), and 10. WSDOT /APWA Standard Plans for Road, Bridge and Municipal Construction. In Section 1 -07.18 (APWA Only) Page 1 -123 Item No. 4 is revised to read: 4. A Pollution Liability policy, required if so stated in the Contract Provisions, providing coverage for claims involving remediation, disposal, or other handling of pollutants arising out of: (1) Contractor's operations related to this project; (2) transportation of hazardous materials to or from any site related to this project, including, but not limited to, the project site and any other site, including those owned by the Contractor or for which the Contractor is responsible; and (3) remediation, abatement, repair, maintenance or other work with lead -based paint or materials containing asbestos. Such Pollution Liability policy shall provide the following minimum coverage for Bodily Injury and Property Damage: $1,000,000 per occurrence Section 1 -07.18 (APWA Only) Page 1 -124 The third paragraph under "Evidence of Insurance" is revised to read: A copy of the endorsement naming Contracting Agency and any other entities required by the Contract Provisions as Additional Insured(s), and stating that coverage is primary and non - contributory, showing the policy number, and signed by an authorized representative of the insurance company on Form CG2010 (ISO) or equivalent. Section 1 -10.5 (APWA Only) Page 1 -130 This section is deleted END OF 99.AP1 SECTION 1 -02, BID PROCEDURES AND CONDITIONS April 7, 2003 1 -02.6 Preparation of Proposal The second paragraph is deleted. The eighth paragraph, dealing with Traffic Control Labor, is deleted. 1 -02.13 Irregular Proposals Number 2. is revised to read: 2. A proposal may be considered irregular and may be rejected if: a. The proposal does not include a unit price for every bid item; b. Any of the unit prices are excessively unbalanced (either above or below the amount of a reasonable bid) to the potential detriment of the Contracting Agency; c. Receipt of addenda is not acknowledged; d. A member of a joint venture or partnership and the joint venture or partnership submit proposals for the same project (in such an instance, both bids may be rejected); or e. If proposal form entries are not made in ink. 11 SECTION 1 -04, SCOPE OF THE WORK December 2, 2002 1 -04.4 Changes The fifth paragraph is revised to read: For Item 2, if the actual quantity of any item, exclusive of added or deleted amounts included in agreed change orders, increases or decreases by more than 25 percent from the original plan quantity, the unit contract price for that item may be adjusted in accordance with Section 1 -04.6. 1 -04.6 Increased or Decreased Quantities This section is revised to read: Payment to the Contractor will be made only for the actual quantities of work performed and accepted in conformance with the contract. When the accepted quantity of work performed under a unit item varies from the original proposal quantity, payment will be at the unit contract price for all work unless the total accepted quantity of any contract item, adjusted to exclude added or deleted amounts included in change orders accepted by both parties, increases or decreases by more than 25 percent from the original proposal quantity. In that case, payment for contract work may be adjusted as described herein: The adjusted final quantity shall be determined by starting with the final accepted quantity measured after all work under an item has been completed. From this amount, subtract any quantities included in additive change orders accepted by both parties. Then, to the resulting amount, add any quantities included in deductive change orders accepted by both parties. The final result of this calculation shall become the adjusted final quantity and the basis for comparison to the original proposal quantity. 1. Increased Quantities. Either party to the contract will be entitled to renegotiate the price for that portion of the adjusted final quantity in excess of 1.25 times the original proposal quantity. The price for excessive increased quantities will be determined by agreement of the parties, or, where the parties cannot agree, the price will be determined by the Engineer based upon the actual costs to perform the work, including reasonable markup for overhead and profit. 2. Decreased Quantities. Either party to the contract will be entitled to an equitable adjustment if the adjusted final quantity of work performed is less than 75 percent of the original bid quantity. The equitable adjustment shall be based upon and limited to three factors: 1. Any increase or decrease in unit costs of labor, materials or equipment, utilized for work actually performed, resulting solely from the reduction in quantity; 2. Changes in production rates or methods of performing work actually done to the extent that the nature of the work actually performed differs from the nature of the work included in the original plan; and 3. An adjustment for the anticipated contribution to unavoidable fixed cost and overhead from the units representing the difference between the adjusted final quantity and 75% of the original plan quantity. The following limitations shall apply to renegotiated prices for increases and /or equitable adjustments for decreases: 1 9 1. The equipment rates shall be actual cost but shall not exceed the rates set forth in the AGC/WSDOT Equipment Rental Agreement (referred to in Section 1 -09.6) that is in effect at the time the work is performed. 2. No payment will be made for extended or unabsorbed home office overhead and field overhead expenses to the extent that there is an unbalanced allocation of such expenses among the contract bid items. 3. No payment for consequential damages or loss of anticipated profits will be allowed because of any variance in quantities from those originally shown in the proposal form, contract provisions, and contract plans. 4. The total payment (including the adjustment amount and unit prices for work performed) for any item which experiences an equitable adjustment for decreased quantity shall not exceed 75% of the amount originally bid for the item. If the adjusted final quantity of any item does not vary from the quantity shown in the proposal by more than 25 %, then the Contractor and the Contracting Agency agree that all work under that item will be performed at the original contract unit price and within the original time for completion. When ordered by the Engineer, the Contractor shall proceed with the work pending determination of the cost or time adjustment for the variation in quantities. The Contractor and the Contracting Agency agree that there will be no cost adjustment for decreases if the Contracting Agency has entered the amount for the item in the proposal form only to provide a common proposal for bidders. 1 -04.7 Differing Site Conditions (Changed Conditions) This section is revised to read: During the progress of the work, if preexisting subsurface or latent physical conditions are encountered at the site, differing materially from those indicated in the contract, or if preexisting unknown physical conditions of an unusual nature, differing materially from those ordinarily encountered and generally recognized as inherent in the work provided for in the contract, are encountered at the site, the party discovering such conditions shall promptly notify the other party in writing of the specific differing site conditions before they are disturbed and before the affected work is performed. Upon written notification, the Engineer will investigate the conditions and if he /she determines that the conditions materially differ and cause an increase or decrease in the cost or time required for the performance of any work under the contract, an adjustment, excluding loss of anticipated profits, will be made and the contract modified in writing accordingly. The Engineer will notify the Contractor of his /her determination whether or not an adjustment of the contract is warranted. 13 No contract adjustment which results in a benefit to the Contractor will be allowed unless the Contractor has provided the required written notice. The equitable adjustment will be by agreement with the Contractor. However, if the parties are unable to agree, the Engineer will determine the amount of the equitable adjustment in accordance with Section 1 -09.4. Extensions of time will be evaluated in accordance with Section 1 -08.8. If the Engineer determines that different site conditions do not exist and no adjustment in costs or time is warranted, such determination shall be final as provided in Section 1- 05.1. If there is a decrease in the costs or time required to perform the work, failure of the C t notify the FnginPer of the differing site conditions shall not affect the Contracting Agency's right to make an adjustment in the costs or time. No claim by the Contractor shall be allowed unless the Contractor has followed the procedures provided in Section 1 -04.5 and 1- 09.11. SECTION 1 -05, CONTROL OF WORK April 7, 2003 1 -05.13 Superintendents, Labor, and Equipment of Contractor This section is supplemented with the following: 1 - 05.13(1) Emergency Contact List The Contractor shall submit an Emergency Contact List to the Engineer no later than five calendar days after the date the contract is executed. The list shall include, at a minimum, the Prime Contractor's Project Manager, or equivalent, the Prime Contractor's Project Superintendent and the Traffic Control Supervisor. The list shall identify a representative with delegated authority to act as the emergency contact on behalf of the Prime Contractor and include one or more alternates. The emergency contact shall be available upon the Engineer's request at other than normal working hours. The Emergency Contact List shall include 24 -hour telephone numbers for all individuals identified as emergency contacts or alternates. SECTION 1 -06, CONTROL OF MATERIAL December 2, 2002 1- 06.2(2)B Financial Incentive In the first paragraph, the reference to pay factors "1.0000" and "1.0500" are revised to "1.00" and "1.05" respectively. In the second paragraph, the reference to pay factor "1.000" is revised to "1.00 ". SECTION 1 -07, LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC August 4, 2003 1 -07.1 Laws to be Observed The first sentence is revised to read: The Contractor shall always comply with all Federal, State, tribal or local laws, ordinances, and regulations that affect work under the contract. 14 1- 07.11(10)B Required Records and Retention The first sentence is revised to read: All records must be retained by the Contractor for a period of three years following final acceptance of the contract work. 1 -07.15 Temporary Water Pollution /Erosion Control This section is supplemented with the following: 1- 07.15(1) Spill Prevention, Control and Countermeasures Plan The Contractor shall prepare a project specific spill prevention, control and countermeasures (SPCC) plan to be used for the duration of the project. The plan shall be submitted to the Engineer prior to the commencement of any on site construction activities. The Contractor shall maintain a copy of the plan at the work site, including any necessary updates as the work progresses. If hazardous materials are encountered during construction, the Contractor shall do everything possible to control and contain the material until appropriate measures can be taken. Hazardous material, as referred to within this specification, is defined in RCW 70.105.010 under "Hazardous Substances ". Occupational safety and health requirements that pertain to SPCC planning are contained in WAC 296 -155 and WAC 296 -62. The SPCC plan shall address the following project- specific information: 1. SPCC Plan Elements A. Site Information Identify general site information useful in construction planning, recognizing potential sources of spills, and identifying personnel responsible for managing and implementing the plan. B. Project Site Description Identify staging, storage, maintenance, and refueling areas and their • relationship to drainage pathways, waterways, and other sensitive areas. Specifically address: • the Contractor's equipment maintenance, refueling, and cleaning activities. • the Contractor's on site storage areas for hazardous materials. C. Spill Prevention and Containment Identify spill prevention and containment methods to be used at each of the locations identified in B., above. D. Spill Response Outline spill response procedures including assessment of the hazard, securing spill response and personal protective equipment, containing and eliminating the spill source, and mitigation, removal and disposal of the material. 15 E. Standby, On -Site, Material and Equipment The plan shall identify the equipment and materials the Contractor will maintain on site to carry out the preventive and responsive measures for the items listed. F. Reporting The plan shall list all federal, state and local agency telephone numbers the Contractor must notify in the event of a spill. G. Program Management Identify site security measures, inspection procedures and personnel training procedures as they relate to spill prevention, containment, response, management and cleanup. H. Preexisting Contamination If preexisting contamination in the project area is described elsewhere in the plans or specifications, the SPCC plan shall indicate measures the Contractor will take to conduct work without allowing release or further spreading of the materials. 2. Attachments A. Site plan showing the locations identified in (1. S. and 1. C.) noted previously. S. Spill and Incident Report Forms, if any, that the Contractor will be using. Implementation Requirements The Contractor shall be prepared and shall carry out the SPCC plan in the event of a hazardous spill within the project limits. Payment The lump sum contract price for the "SPCC Plan" shall be full pay for: 1. All costs associated with creating the SPCC plan. 2. All costs associated with providing and maintaining on site standby materials and equipment described in the SPCC plan. As to other costs associated with spills the contractor may request payment as provided for in the Contract. No payment shall be made if the spill was caused by or resulted from the Contractor's operations, negligence or omissions. 1 -07.16 Protection and Restoration of Property This section is supplemented with the following: 1- 07.16(2)A Archaeological and Historical Objects Archaeological or historical objects, such as ruins, sites, buildings, artifacts, fossils, or other objects of antiquity that may have significance from a historical or scientific standpoint, which may be encountered by the Contractor, shall not be further disturbed. The Contractor shall immediately notify the Engineer of any such finds. The Engineer will determine if the material is to be salvaged. The Contractor may 16 be required to stop work in the vicinity of the discovery until such determination is made. The Engineer may require the Contractor to suspend work in the vicinity of the discovery until salvage is accomplished. 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- 07.16(4) Payment The first sentence is revised to read: All costs to comply with this section and for the protection and repair specified in this section, unless otherwise stated, are incidental to the contract and are the responsibility of the Contractor. SECTION 1 -08, PROSECUTION AND PROGRESS April 7, 2003 1- 08.10(3) Payment for Termination for Public Convenience This section including title is revised to read: 1- 08.10(3) Termination for Public Convenience Payment Request After receipt of Termination for Public Convenience as provided in Section 1- 08.10(2), the Contractor shall submit to the Contracting Agency a request for costs associated with the termination. The request shall be prepared in accordance with the claim procedures outlined in Sections 1 -09.11 and 1- 09.12. The request shall be submitted promptly but in no event later than 90 calendar days from the effective date of termination. The Contractor agrees to make all records available to the extent deemed necessary by the Engineer to verify the costs in the Contractor's payment request. 1- 08.10(4) Termination for Public Convenience Claims This section including title is revised to read: 1- 08.10(4) Payment for Termination for Public Convenience Whenever the contract is terminated in accordance with Section 1- 08.10(2), payment will be made in accordance with Section 1 -09.5 for the actual work performed. If the Contracting Agency and the Contractor cannot agree as to the proper amount of payment, then the matter will be resolved as outlined in Section 1 -09.13 except that, if the termination occurs because of the issuance of a restraining order as provided in Section 1- 08.10(2), the matter will be resolved through mandatory and binding arbitration as described in Sections 1- 09.13(3) A and B, regardless of the amount of the claim. 17 SECTION 1 -09, MEASUREMENT AND PAYMENT August 5, 2002 1- 09.2(4) Specific Requirements for Belt Conveyor Scales In the first paragraph, the reference to "National Bureau of Standards Handbook No. 44," is revised to read: National institute of Standards and Technology (NIST) Handbook No. 44, 1 -09.6 Force Account On page 1 -86, under "For Labor ", the fourth and fifth sentences in the second paragraph are deleted. On page 1 -86, under "For Labor ", the fifth paragraph is revised to read: In addition to compensation for direct labor costs defined above, the Contracting Agency will pay the Contractor 29 percent of the sum of the costs calculated for labor reimbursement to cover project overhead, general company overhead, profit, bonding, insurance, Business & Occupation tax, and any other costs incurred. This amount will include any costs of safety training and health tests, but will not include such costs for unique force account work that is different from typical work and which could not have been anticipated at the time of bid. On page 1 -87, under "For Equipment ", the third paragraph is supplemented with the following: In the event that prior quotations are not obtained and the vendor is not a firm independent from the Contractor or subcontractor, then after - the -fact quotations may be obtained by the Engineer from the open market in the vicinity and the lowest such quotation may be used in place of the submitted invoice. On page 1 -88, under "For Services ", the first paragraph is supplemented with the following: In the event that prior quotations are not obtained and the service invoice is submitted by a subcontractor, then after - the -fact quotations may be obtained by the Engineer from the open market in the vicinity and the lowest such quotation may be used in place of the submitted invoice. SECTION 1 -10, TEMPORARY TRAFFIC CONTROL April 7, 2003 1- 10.2(1) General This section is revised to read: It is the Contractor's responsibility to plan, conduct and safely perform the work. The Contractor shall designate an individual or individuals to perform the duties of Traffic Control Manager (TCM). The TCM must be an employee of the Contractor. The duties of the TCM may not be subcontracted. The Contractor shall also designate an individual or individuals to perform the duties of the Traffic Control Supervisor (TCS). The TCS shall be responsible for safe implementation of approved Traffic Control Plans provided by the TCM. 15 The TCM and TCS shall be certified as worksite traffic control supervisors by one of the organizations listed in the Special Provisions. A TCM and TCS are required on all projects that have traffic control. The TCM may also perform the duties of the TCS. The Contractor shall identify an alternate TCM and TCS who can assume the duties of the assigned or primary TCM and TCS in the event of that person's inability to perform. Such alternates shall meet the same requirements as the primary TCM and TCS. The Contractor shall maintain 24 -hour telephone numbers at which the TCM and TCS can be contacted and be available upon the Engineer's request at other than normal working hours. The TCM and TCS shall have the appropriate personnel, equipment, and material available at all times in order to expeditiously correct any deficiency in the traffic control system. 1- 10.2(1)A Traffic Control Manager This section is revised to read: The duties of the Traffic Control Manager (TCM) shall include: 1. Overseeing and approving the actions of the Traffic Control Supervisor (TCS) to ensure that proper safety and traffic control measures are implemented and consistent with the specific requirements created by the Contractor's workzones and the Contract. 2. Providing the Contractor's designated TCS with approved Traffic Control Plans (TCP's) which are compatible with the work operations and traffic control for which they will be implemented. 3. Discussing proposed traffic control measures and coordinating implementation of the Contractor - adopted traffic control plan(s) with the Engineer. 4. Coordinating all traffic control operations, including those of subcontractors, suppliers, and any adjacent construction or maintenance operations. 5. Coordinating the project's activities (such as ramp closures, road closures, and lane closures) with appropriate police, fire control agencies, city or county engineering, medical emergency agencies, school districts, and transit companies. 6. Overseeing all requirements of the contract which contribute to the convenience, safety, and orderly movement of vehicular and pedestrian traffic. 7. Having the latest adopted edition of the MUTCD including the Modifications to the MUTCD for Streets and Highways for the State of Washington and applicable standards and specifications available at all times on the project. 8. Attending all project meetings where traffic management is discussed. 9 Reviewing the TCS diaries daily and being aware of "field" traffic control operations. 19 10. Assuring daily submissions of previous day's TCS diaries, indicating date of TCM review, to WSDOT TCS. 11, Being present on -site a sufficient amount of time to adequately accomplish the above - listed duties. 1- 10.2(1)B Traffic Control Supervisor This section is revised to read: A Traffic Control Supervisor (TCS) shall be on the project whenever traffic control labor is required or less frequently, as approved by the Engineer. The TCS shall personally perform all the duties of the TCS. During non -work periods, the TCS shall be available to the job site within a 45- minute time period after notification by the the Gnnineer. I V L l I I I �..., �. The TCS's duties shall include: 1. Inspecting traffic control devices and nighttime lighting for proper location, installation, message, cleanliness, and effect on the traveling public. Traffic control devices shall be inspected each work shift except that Class A signs and nighttime lighting need to be checked only once a week. Traffic control devices left in place for 24 hours or more should also be inspected once during the nonworking hours when they are initially set up (during daylight or darkness, whichever is opposite of the working hours). 2. Preparing a daily traffic control diary on DOT Forms 421 -040A and 421-040B, which shall be submitted to the Engineer no later than the end of the next working day to become a part of the project records. The Contractor may use their own form if it is approved by the Engineer. Include in the diary such items as: a. When signs and traffic control devices are installed and removed, b. Location and condition of signs and traffic control devices, c. Revisions to the approved traffic control plan (TCP), d. Lighting utilized at night, and e. Observations of traffic conditions. 3. Ensuring that corrections are made if traffic control devices are not functioning as required. The TCS may make minor revisions to the approved traffic control plan to accommodate site conditions as long as the original intent of the traffic control plan is maintained and the revision has concurrence of the TCM and /or WSDOT TCS. 4. Attending traffic control coordinating meetings or coordination activities as authorized by the Engineer. 5. Ensuring that all needed traffic control devices are available and in good working condition prior to the need to install those devices. 6. Having a current set of approved TCP's and applicable contract provisions as provided by the TCM and the latest adopted edition of the MUTCD including the Modifications to the MUTCD for Streets and Highways for the State of Washington and applicable standards and specifications. LV The TCS may perform the work described by "Traffic Control Labor" as long as the duties of the TCS are accomplished. Possession of a current flagging card by the TCS is mandatory. A reflective vest and a hard hat shall be worn by the TCS. 1- 10.2(2) Traffic Control Plans This section including title is revised to read: 1- 10.2(2) Traffic Control Plans (TCPs) The traffic control plan or plans appearing in the contract plans show a method of handling traffic. All flaggers are to be shown on the traffic control plan except for emergency situations. The Contractor shall designate and adopt in writing the specific traffic control plan or plans required for their method of performing the work. If the Contractor's methods differ from the contract traffic control plan(s), the Contractor shall propose modification of the traffic control plan(s) by showing the necessary construction signs, flaggers, and other traffic control devices required for the project. The Contractor's modified traffic control plan(s) shall be in accordance with the established standards for plan development as shown in the MUTCD, Part VI. 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 signs and other traffic control devices will be required. The Contractor shall be solely responsible for providing copies of the approved Traffic Control Plans to the Traffic Control Supervisor. 1- 10.2(3) Conformance to Established Standards The second sentence in the sixth paragraph (Category 4) is deleted. 1 -10.5 Payment Under "Traffic Control Vehicle ", the reference to 1- 10.3(1)B is revised to 1- 10.2(1)B. 21 SECTION 2 -03, ROADWAY EXCAVATION AND EMBANKMENT December 2, 2002 2- 03.3(14)D Compaction and Moisture Control Tests The second paragraph is revised to read: In place density will be determined using Test Methods WSDOT FOP for AASHTO T 310 and WSDOT SOP for T 615. 2 -03.5 Payment • Under the bid item "Sand Drainage Blanket ", per ton the statement "Compaction will be paid for by the item "Embankment Compaction ", is deleted. Under the bid item "Gravel Borrow Incl. Haul ", per ton or per cubic yard, the statement "Compaction will be paid for by the item "Embankment Compaction ", is deleted. The statement "Unless otherwise provided, the work described in Section 2- 03.3(14), Embankment Construction, shall be incidential to other pay items involved." Shall be moved above the bid item "Select Borrow Incl. Haul ", per ton or per cubic yard. SECTION 4 -04, BALLAST AND CRUSHED SURFACING April 7, 2003 4 -04.4 Measurement The third paragraph is revised to read: Shoulder ballast will be measured by the ton or by the cubic yard. SECTION 5 -01, SUBSEALING April 7, 2003 This section including the title is revised to read: SECTION 5 -01, CEMENT CONCRETE PAVEMENT REHABILITATION 5 -01.1 Description This work shall consist of rehabilitating or replacing section(s) of portland cement concrete pavement in accordance with these Specifications and in conformity with the lines, grades, thicknesses, and typical cross - sections shown in the Plans or established by the Engineer. 5 -01.2 Materials Materials shall meet the following requirements as listed: Portland Cement 9 -01 Fine Aggregate 9 -03 Coarse Aggregate 9 -03 Combined Aggregate 9 -03 Joint Filler 9 -04.1 Joint Sealants 9 -04.2 Reinforcing Steel 9 -07 Dowel Bars 9 -07.5 Tie Bars 9 -07.6 Concrete Patching Material 9 -20 Curing Materials and Admixtures 9 -23 • 22 Water 9 -25 Epoxy Resins (bonding agents) 9 -26 Parting Compound shall be a curing compound, grease or other substance approved by the Engineer. Subsealing Pozzolan meeting the requirements of AASHTO M 295 may also be used. Standard Mix Design (by volume) for subsealing is as follows: 1 part Portland cement Type I or II 3 parts pozzolan 2.25 parts water The Contractor shall supply the Engineer with test reports of the slurry to be used on the project. The Contractor shall use the services of a laboratory that has an equipment calibration/ verification system and a technician training and evaluation process per AASHTO R -18 to conduct all tests. The test reports shall show one, three, and seven -day strengths, flow cone times, and time of initial set. The seven -day compressive strength shall not be less than 600 psi as measured using AASHTO T -106. Time of efflux shall range from 9 to 15 seconds for the cement concrete pavement slabs and 16 to 25 seconds for the cement concrete bridge approach slabs as per ASTM C939. The Engineer shall approve any deviation from the standard mix design. Dowel Bar Retrofit Dowel bar expansion caps shall be tight fitting and made of non- metallic material, which will allow for 1 /4 inch of movement at each end of the bar. Chairs for supporting the dowel bar shall be epoxy coated according to Section 9 -07.3 or made from non - metallic material. The foam insert shall be closed cell foam faced with poster board material or plastic faced material on each side commonly referred to as foam core board by office suppliers. The foam insert shall be capable of remaining in a vertical position and tight to all edges during the placement of the concrete patching material. Caulking filler used for sealing the transverse joint at the bottom and sides of the slot shall be a silicone caulk. 23 5 -01.3 Construction Requirements 5- 01.3(1)A Concrete Mix Design for 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)C, AASHTO Grading No. 7. Mitigation for Alkali Silica Reaction (ASR) will not be required for the extender aggregate used for concrete patching material. 2. Submittals. The Contractor shall provide a mix design to the Engineer for approval of the concrete patching material to be used. The Contractor's submittal shall include the mix proportions of the prepackaged mix, water, and aggregate extender, and the proposed sources for all aggregate. The Contractor shall use the manufacturer's recommendations to determine the proportions. Mix designs submitted by the Contractor shall include test data confirming that concrete patching material will meet the requirements of section 9 -20. The Contractor shall use the services of an accredited laboratory that has an equipment calibration/ verification system and a technician training and evaluation process per AASHTO R -18 to conduct all required tests. 5- 01.3(1)B Equipment In addition to Sections 5- 05.3(3)A ,5- 05.3(3)B, 5- 05.3(3)D and 5- 05.3(3)E the following shall apply. Mobile volumetric mixers are not allowed. Air compressors shall be of sufficient size and capacity to perform the work to the satisfaction of the Engineer. The equipment for grinding cement concrete pavement shall use diamond embedded saw blades gang mounted on a self propelled machine that is specifically designed to smooth and texture concrete pavement. The equipment shall not damage the underlying surface, cause fracture, or spalling of any joints. All equipment shall be maintained in good condition. Subsealing Grout mixers shall consist of a cement injection pump and a high -speed colloidal mixing machine. The colloidal mixing machine shall operate at a minimum speed of 1,200 rpm and shall consist of a rotor operating in close proximity to a stator, creating a high shearing action and subsequent pressure release to make a homogeneous mixture. Water shall be added to the batch through a meter or scale with a totalizer for the day's consumption. Wooden cylindrical plugs or other devices approved by the Engineer shall be provided to temporarily plug the application holes until the material has set. The plugs shall be slightly tapered on one end for ease in driving. 24 5- 01.3(2) Material Acceptance 5- 01.3(2)A Concrete Patching Material The concrete patch material shall be as specified in Section 9 -20. 5- 01.3(2)B Portland Cement Concrete The point of acceptance will be at the discharge of the placement system. The concrete producer shall provide a certificate of compliance for each truckload of concrete in accordance with Section 6- 02.3(5)B. Acceptance testing for compliance of air content and 28 day compressive strength shall be conducted from samples obtained according to FOP for WAQTC TM 2. Air content shall be determined by conducting WAQTC FOP for AASHTO T 152. If the Contractor fails to provide the Aggregate Correction Factor per WAQTC FOP for AASHTO T 152 with the mix design, one will not be applied. Compressive Strength shall be determined by WSDOT FOP for AASHTO T 22 and WSDOT FOP for AASHTO T 23. 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 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 Subsealing shall not be done when the pavement is wet, or when water is present under the pavement. The maximum surface temperature for testing and subsealing is 70 °F. The Contractor shall test all transverse joints through the areas as shown in the Plans. The testing will determine the need for subsealing. Testing will be accomplished by applying a 9,000 lb load on each side of the joint to measure the vertical movement (along the right lane edge or the edge nearest the shoulder). The testing equipment shall be able to record the information to within 0.001 inch. The Contractor shall submit the method of testing, for approval by the Engineer, prior to 25 commencing work. Testing will be required before and after the grouting operation. All testing will be conducted when the concrete pavement surface temperature is 70°F or less, except the Engineer shall stop testing earlier if there is evidence of slab lockup due to thermal expansion or as required by other traffic control plans. To determine the location of subsealing, both the leave and approach outside corner of the slab will be tested. Any slab exhibiting a deflection greater than 0.025 inch will be subsealed. if the slab deflection is greater than 0.025 inch after the initial grouting, a second grouting and third test shall be performed. If the third test fails, the Engineer will • make a determination whether to re -grout a third time or to remove the slab. During the subsealing operation, a positive means of monitoring lift which is accurate to within 0.001 inch, as approved by the Engineer, shall be used. The upward movement of the pavement shall not be greater than 0.025 inch. The maximum allowable pressure for the subseal operation shall not exceed 100 pounds per square inch, except that a short surge of 300 pounds per square inch will be allowed when starting to pump the hole in order for the grout to penetrate into the void structure. The pressure shall be monitored by an accurate pressure gauge in the grout line that is protected from the grout slurry. Water displaced from the void structure by grout shall be allowed to flow freely. Excessive loss of the grout through cracks, joints, or from back pressure in the hose or in the shoulder area will not be allowed. 5- 01.3(4) Replace Portland Cement Concrete Panel Curing, cold weather work, concrete pavement construction in adjacent lanes, and protection of pavement shall meet the requirements of Section 5 -05.3. Concrete slabs to be replaced as shown in the Plans or staked by the Engineer shall be at least 6.0 feet long and full width of an existing pavement panel. The portion of the panel to remain in place shall have a minimum dimension of 6 feet in length and full panel width; otherwise the entire panel shall be removed and replaced. There shall be no new joints closer than 3.0 feet to an existing transverse joint or crack. Vertical saw cutting full pavement depth is required along all longitudinal joints and at transverse locations. Removal of existing cement concrete pavement shall not cause damage to adjacent slabs that are to remain in place. The Contractor, at no cost to the Contracting Agency, shall repair any damage caused by the Contractor's operation. In areas that will be ground, slab replacements shall be performed prior to pavement grinding. When new concrete pavement is to be placed against existing cement concrete pavement, epoxy coated tie bars and epoxy coated dowel bars shall be drilled and grouted into the existing pavement with epoxy resin, type I or IV as specified in Section 9 -26. Tie bars are not required for panel replacements less than a full panel. Dowel bars shall be placed at the mid depth of the concrete slab, centered over the transverse joint, and parallel to the centerline and to the roadway surface. 7R Placement tolerances for dowel bars 1. ± 1 inch of the middle of the concrete slab depth. 2. ± 1 inch of being centered over the transverse joint. 3. ±'/2 inch from parallel to the centerline. 4. ± inch from parallel to the roadway surface. Dowel bars may be adjusted to avoid contact with existing dowel bars in the transverse joint at approach slabs or existing panels without exceeding specified tolerances. Tie bars shall be placed at the mid depth of the concrete slab, centered over the joint, perpendicular to centerline, and parallel to the roadway surface. Placement tolerances for tie bars 1. ±1 inch of the middle of the concrete slab depth. 2. ±1 inch of being centered over the joint. 3. ±1 inch from perpendicular to the centerline. 4. ±1 inch from parallel to the roadway surface. The horizontal position of tie bars may be adjusted to avoid contact with existing tie bars in the longitudinal joint where panel replacement takes place. Dowel bars and tie bars shall be placed according to the Standard Plan when multiple panels are placed. Panels shall be poured separately from the bridge approach slab. Dowel bars to be drilled into existing concrete or at a new transverse contraction joint shall have a parting compound, such as curing compound, grease, or other Engineer approved equal, applied to them prior to placement. The tie bar and dowel 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. The Contractor shall smooth the surfacing below the removed panel and compact it to the satisfaction of the Engineer. Crushed surfacing base course, or asphalt concrete pavement may be needed to bring the surfacing to grade prior to placing the new concrete. If the material under the removed panel is uncompactable and the Engineer requires it, the Contractor shall excavate the subgrade two feet, place a soil stabilization construction geotextile meeting the requirements of Section 9- 33, and backfill with crushed surfacing base course. Side forms shall meet the requirements of Section 5- 05.3(7)B whenever a sawed full depth vertical face cannot be maintained. The Contractor shall place polyethylene film in accordance with AASHTO M 171 along all existing concrete surfaces and between the bottom of the slab and treated bases prior to placing concrete. 27 Grade control shall be the responsibility of the Contractor. All panels shall be struck off level with the adjacent panels and floated to a smooth surface. • Final finish texturing shall meet the requirements of section 5- 05.3(11). In areas where the Plans do not require grinding, the surface smoothness will be measured with a 10 -foot straightedge by the Engineer in accordance with Sections 5- 05.3(12). If the replacement panel is located in an area that will be ground as part of portland cement concrete pavement grinding in accordance with Section 5- 01.3(9), the surface smoothness shall be measured, by the Contractor, in conjunction with the smoothness measurement done in accordance with Section 5- 01.3(10). All transverse and longitudinal joints shall be sawed and sealed in accordance with Section 5- 05.3(8). The Contractor may use a hand pushed single blade saw for sawing joints. Portland cement concrete shall meet the criteria of Sections 5- 05.3(1), 5- 05.3(2) and 5- 05.3(5)A. Where accelerated pavement construction is required the Contractor may use concrete patching materials for panel replacement as specified in Section 9 -2 Opening to traffic shall meet the requirements of Section 5- 05.3(17). 5- 01.3(5) Partial Depth Spall Repair Removal of the existing pavement shall not damage any pavement to be left in place. Any existing pavement that is to remain that has been damaged shall be repaired at the Contractor's expense. 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. A vertical saw cut shall be made to a minimum depth of 3.0 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 3.0 inches, or to sound concrete as determined by the Engineer. Repair depths that exceed one third of the total slab shall require full depth repair. The surface patch area shall be sand blasted and all loose material removed. All sandblasting residue shall be removed using dry oil -free air. Spall repair shall not be done in areas where dowel bars or heavy reinforcing steel are encountered. When a partial depth repair is placed directly against an adjacent longitudinal joint, polyethylene film 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 9R 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). 5- 01.3(6) Dowel Bar Retrofit Dowel bars shall be installed in the existing concrete pavement joints and transverse cracks where shown in the Plans or as marked by the Engineer. Saw cut slots will be required in the pavement to place the center of the dowel at mid -depth in the concrete slab. The completed slot shall provide a level, secure surface for the feet of the dowel bar chairs. Slots that intersect longitudinal or random cracks shall not be retrofitted. When gang saws are used, slots that are not used shall be cleaned and sealed with an epoxy resin, type I or IV. The epoxy resin shall conform to the requirements of Section 9 -26. The transverse joint between Portland Cement Concrete Pavement and a Bridge approach slab shall not be retrofitted. Saw cut slots shall be prepared such that dowel bars can be placed at the mid depth of the concrete slab, centered over the transverse joint, and parallel to the centerline and to the roadway surface. Placement tolerances for dowel bars 1. ± 1 inch of the middle of the concrete slab depth. 2. ± 1 inch of being centered over the transverse joint. 3. ± 1 /2 inch from parallel to the centerline. 4. ± 1/2 inch from parallel to the roadway surface. If jackhammers are used to break loose the concrete they shall weigh less than 30 pounds. All exposed surfaces and cracks in the slot shall be sand blasted and cleaned to bare concrete to remove slurry, parting compound, or other foreign materials prior to installation of the dowel. Traffic shall not be allowed on slots where concrete has been removed. Prior to placement, the dowel bars shall be lightly coated with a parting compound and placed on a chair that will provide a minimum of 1/2 inch clearance between the bottom of the dowel and the bottom of the slot. The chair design shall hold the dowel bar tightly in place during placement of the concrete patching material. Immediately prior to placement of the dowel bar and concrete patching material, the Contractor shall caulk the transverse joint or crack 29 at the bottom and sides of the slot as shown in the Plans. The caulking filler shall not be placed any farther than 1/2 inch outside either side of the joint or crack. The transverse joint or crack shall be caulked sufficiently to satisfy the above requirements and to prevent any of the patching material from entering the joint/crack at the bottom or sides of the slot. A 3/8 -inch thick foam insert shall be placed at the middle of the dowel to maintain the transverse joint. The foam insert shall fit tightly around the dowel and to the bottom and edges of the slot and be a minimum of 11/2 inch below the existing concrete surface. The foam insert shall be capable of remaining in a vertical position and held tightly to all edges during placement of the patch. If for any reason the foam insert shifts during placement of the patch the work shall be rejected and redone at the Contractor's expense. Patching material shall be consolidated by using a 1.0 -inch or less diameter vibrator as approved by the Engineer. The Contractor shall not overwork the patching material during the patch consolidation process. The patching material on the surface of the dowel bar slots shall not be overworked, causing segregation and leaving the fine material on the surface. The patching material shall be left 1/8 inch to 1/4 inch high and not finished flush with the existing concrete surface. The joint shall be maintained by saw cutting the surface with a hand pushed single blade saw. The cut width shall be 3/16 to 5/16 inch and the depth 11/2 inches. The cut length shall be 21/2 feet long centered over the three retrofit epoxy- coated dowel bars and shall be sawed within 24 hours after placement of the concrete patching material. 5- 01.3(7) Sealing Existing Concrete Random Cracks The Contractor shall route, clean and seal existing concrete random cracks where indicated by the Engineer. Cracks smaller than 5/16 inch in width shall be routed to 5/16 inch wide by 1 inch deep prior to placing the sealant. Cracks over 5/16 inch in width shall be cleaned and sealed. All incompressible material shall be completely removed from the existing random crack to a depth of 3/4 inch. Immediately prior to sealing, the cracks shall be blown clean with dry, oil free compressed air. The top surface of the sealant shall be at least 1/4 inch below the surface of the pavement. 5- 01.3(8) Sealing Existing Transverse and Longitudinal Joints The Contractor shall clean and seal existing transverse and longitudinal joints where shown in the Plans or as marked by the Engineer. Old sealant and incompressible material shall be completely removed from the joint to the depth of the new reservoir with a diamond blade saw. The removed sealant shall become the property of the Contractor and be removed from the jobsite. Removal of the old sealant for the entire depth of the joint is not required if the depth of the new reservoir is less that the depth of the existing joint. Joints constructed with joint tape do not require cleaning and sealing. Immediately prior to sealing, the cracks shall be blown clean with dry oil -free compressed air. The joints shall be completely dry before the sealing installation may begin. Immediately following the air blowing, the sealant material shall be installed in conformance to manufacturer's recommendations and in accordance with Section 5- 05.3(8)B. The top surface of the sealant shall be at least 1 /4 inch below the surface of the pavement. 5- 01.3(9) Portland Cement Concrete Pavement Grinding Pavement grinding shall begin within 10 working days of placing dowel bar retrofit patching materials. Once the grinding operation has started it shall be continuous until completed. The right travel lane in the direction of traffic shall be ground first. The pavement shall be ground in a longitudinal direction beginning and ending at lines normal to the pavement centerline. The minimum overlap between longitudinal passes shall be 2.0 inches. 95% of the surface area of the pavement to be ground shall have a minimum of 1/8 inch removed by grinding. Removal of the grinding residue from the roadway shall occur immediately after grinding and shall be accomplished on a continual basis. Slurry shall not be allowed to drain across open traffic lanes and shoulders. Slurry shall not be allowed to drain into any waterway, placed on the roadway slope within 200 feet of any waterway, or other areas as designated by the Engineer. Prior to commencing the grinding operation, the Contractor shall submit to the Engineer for approval a plan to prevent contaminants, such as grinding slurry or concrete debris, from entering ditches, culverts, or other waterways, including wetlands or aquifers. Prior to opening to traffic, the Contractor shall remove any grindings and dust from the ground pavement by washing and /or brooming to the satisfaction of the Engineer. Concrete slurry shall be collected from the roadway 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 slurry prior to the start of the grinding. Bridge decks, bridge approach slabs and bridge overlay insets shall not be ground. The ground pavement shall be feathered to match the elevation of the above features. 5- 01.3(9)A Surface Finish The final surface texture shall be uniform in appearance with longitudinal corduroy type texture. The grooves shall be between 3/32 and 5/32 inches wide, and no deeper than 1/16 inch. The land area between the grooves shall be between 1/16 and 1/8 inches wide. 5- 01.3(10) Pavement Smoothness Section 5- 05.3(12) is supplemented with the following: Where the pavement is ground, calculation of the profile index shall exclude dips and depressions in the existing roadway. The profilograph generated reports shall be provided to the Engineer prior to payment. 31 5 -01.4 Measurement Testing cement concrete pavement slabs for subsealing will be measured per each transverse joint, for each traffic lane tested. Measurement of this item will be made only once and will not be measured again after necessary retesting. Pavement subseal will be measured by the cubic foot of dry materials. Retrofit dowel bars will be measured per each for the actual number of bars used in the completed work. 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. 5 -01.5 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: "Testing Cement Concrete Pavement Slabs For Subsealing ", per each. The unit contract price per each, when multiplied by the number of units measured, shall be full payment for all costs to complete the testing of all joints located in the areas shown in the Plans. f any retesting The costs of ai i i e�eSiini required by the specifications shall also be included. "Drill Hole for Subsealing ", per each. "Pavement Subseal", per cubic foot. "Replace Cement Concrete Panel ", per square yard. The unit contract price per square yard shall be full payment for all costs to complete the work as specified, including saw cutting full depth, removal and disposal of the existing panels off of the State's right -of -way, preparing the surfacing below the new panel, provide, place and compact the crushed surfacing or asphalt concrete pavement, excavation, construction geotextile, placement and compaction of crushed surfacing base course, furnishing and placing polyethylene film, furnishing and placing the portland cement concrete, drilling the holes, providing, and anchoring the dowel bars and tie bars, and for all incidentals required to complete the work as specified. "Retrofit Dowel Bars ", per each. The unit contract price per each shall be full payment for all costs to complete the work as specified, including furnishing and installing parting compound, dowel bar expansion caps, caulking filler, foam core insert material, cement patch where pavement is removed for dowel bar retrofit and for all incidentals required to complete the work as specified. "Partial Depth Spa!! Repair ", by force account as provided in Section 1- 09.6. To provide a common proposal for all bidders, the Contracting Agency has entered an amount in the proposal to become a part of the total bid by the Contractor. "Sealing Existing Concrete Random Crack ", per linear foot. The unit contract price per linear foot for "Sealing Existing Concrete Random Crack" shall be full payment for all costs to complete the work as 32 specified, including removing incompressible material, preparing and sealing existing random cracks where existing random cracks are cleaned and for all incidentals required to complete the work as specified. "Sealing Transverse and Longitudinal Joints ", per linear foot. The unit contract price per linear foot for "Sealing Transverse and Longitudinal Joints ", shall be full payment for all costs to complete the work as specified, including removing incompressible material, preparing and sealing existing random cracks where existing random cracks are cleaned and for all incidentals required to complete the work as specified. "Cement Concrete Pavement Grinding ", per square yard. The unit contract price per square yard for "Cement Concrete Pavement Grinding ", when multiplied by the number of units measured, shall be full payment for all costs to complete the work as specified. The costs of any additional pavement grinding, profiling, removal and disposing of slurry required to complete the work as specified is also included in this payment. SECTION 5 -04, ASPHALT CONCRETE PAVEMENT December 2, 2002 5 -04.2 Materials The reference to "Recycling Agent 9- 02.1(5)" is deleted. 5- 04.3(5)C Crack Sealing Under item 1 "Sand Slurry", the first sentence is revised to read: The sand slurry shall consist of approximately 20 percent CSS -1 emulsified asphalt, approximately 2 percent portland cement, water (if required), and the remainder clean U.S. No. 4 -0 paving sand. 5- 04.3(8)A Acceptance Sampling and Testing Under "D ", the reference to "AASHTO T 30" is revised to AASHTO T 27/11. 5- 04.3(19) Sealing of Driving Surfaces This section including title is revised to read: 5- 04.3(19) Sealing of Pavement Surfaces Where shown in the Plans, the Contractor shall apply a fog seal. 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 uniformly applied to the pavement free of streaks and bare spots at the rate 0.03 to 0.05 residual gallons per square yard. The emulsified asphalt shall be diluted at a rate of one part water to one part emulsified asphalt unless otherwise directed by the Engineer. The emulsified asphalt shall be applied within the temperature range specified in Section 5- 02.3(3). 5- 04.3(21) Paving Asphalt Revision The third sentence in the first paragraph is revised to read: A new contract item, Paving Asphalt Revision, will be established for material varying from the asphalt content shown in the Special Provisions by more than plus or minus 0.3 percent. 33 5 -04.4 Measurement The following paragraph is added after the third paragraph: Asphalt for fog seal will be measured by the ton, before dilution, in accordance with Section 1 -09. The fourth paragraph is deleted. 5 -04.5 Payment The following paragraph is added after the sixth paragraph: "Asphalt for Fog Seal ", per ton. The unit contract price per ton for "Asphalt for Fog Seal" shall be full pay for all costs of material, labor, tools, and equipment necessary for the application of the fog seal as specified. The following is inserted after the tenth paragraph: All costs for asphalt for tack coat shall be included in the unit contract price per ton of the asphalt concrete pavement. SECTION 5 -05, CEMENT CONCRETE PAVEMENT August 4, 2003 5- 05.3(1) Concrete Mix Design for Paving Number 2 in this section is revised to read: 2. Submittals. The Contractor's submittal shall include the mix proportions per cubic yard and the proposed sources for all ingredients including the power plant that generated the fly ash. The mix shall be capable of providing a minimum flexural strength of 650 psi at 14 days. Evaluation of strength shall be based on statistically analyzed results of 5 beam specimens made according to WSDOT T 808 and tested according to WSDOT T 802 that demonstrate a quality level of not less than 80 percent analyzed in accordance with Section 1- 06.2(2)D. In addition the Contractor shall fabricate, cure, and test 5 sets of cylinders, for evaluation of both 14 and 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. Compressive strength data (for 28 day strength) shall be submitted to the engineer for use in determination of a conversion factor of flexural strength to compressive strength, which will be used by the Engineer for strength acceptance testing. 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. Test data shall be from an independent testing lab or from a commercial concrete producer's lab. If the test data is developed at a producer's lab, the Engineer or a representative may witness all testing. The second paragraph under number 3 in this section is supplemented with the following: Only non - chloride accelerating admixtures that meet the requirements of Section 9- 23.6 Admixture for Concrete, shall be used. '1a 5- 05.3(4)A Acceptance of Portland Cement Concrete Pavement In the third sentence of the tenth paragraph, the reference to "1000 psi" is revised to "1200 psi ": 5- 05.3(10) Tie Bars and Dowel Bars In the seventh paragraph, the first sentence is deleted and replaced by the following: When new cement concrete pavement is to be placed against existing cement concrete pavement, epoxy- coated 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 the tie bars. The epoxy bonding agent shall meet the requirements of Section 9 -26.1 for Type I epoxy. 5- 05.3(18) Cement Concrete Approach This section including title is revised to read: 5- 05.3(18) Vacant 5- 05.3(19) Reinforced Concrete Bridge Approach Slabs The fifth paragraph is revised to read: Reinforced concrete bridge approach slab anchors shall be installed as detailed in the Plans. 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 one coat of formula A -11 -99 paint. 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 anchor installations, the epoxy resin used to install the anchors shall conform to Section 9 -26.1. 5- 05.3(22) Repair of Defective Pavement Slabs In the third paragraph, the eighth and ninth sentences are deleted and replaced by the following: Where required, an epoxy bonding agent shall be applied to the dry, cleaned surface of the cavity in a thin even coat, using a stiff - bristle brush. Placement of Portland cement concrete or epoxy concrete or mortar shall immediately follow the application of the epoxy bonding agent. The epoxy bonding agent shall meet the requirements of Section 9- 26.1(1) for Type II epoxy (Portland cement concrete placement) or Type III epoxy (epoxy concrete or mortar placement). Epoxy concrete or mortar shall meet the requirements of Section 9- 26.3(1)A. 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. 35 5 -05.4 Measurement The statement "Cement concrete approach will be measured by the square yard" is deleted. 5 -05.5 Payment The bid item "Cement Conc. Approach Day, per square yard" is deleted. The paragraph under "Bridge Approach Slab" is revised to read: The unit contract price per square yard for "Bridge Approach Slab" shall be full pay for providing, placing, and compacting the crushed surfacing base course, furnishing and placing Class 4000 concrete, and furnishing and installing compression seal, anchors, and reinforcing steel. SECTION 6 -02, CONCRETE STRUCTURES August 4, 2003 6- 02.3(2)A Contractor Mix Design The last sentence of the first paragraph is revised to read: All other concrete mix designs except those for lean concrete and commercial concrete shall have a minimum cementitious material content of 564 pounds per cubic yard of concrete. 6- 02.3(2)B Commercial Concrete This section is revised to read as follows: Commercial concrete shall have a minimum compressive strength at 28 days of 3000 psi in accordance with AASHTO T 22. Commercial concrete placed above the finished ground line shall be air entrained and have an air content from 4.5 percent to 7.5 percent per AASHTO T 152. Commercial concrete does not require plant approval, mix design, or source approvals for cement, aggregate, and other admixtures. Where concrete Class 3000 is specified for nonstructural items such as, culvert headwalls, plugging culverts, concrete pipe collars, pipe anchors, monument cases, luminaire bases, 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 and shall be air entrained. Commercial concrete shall not be used for structural items such as, bridges, retaining walls, box culverts, or foundations for high mast iuminaires, mast arm traffic signals, cantilever signs, and sign bridges. The Engineer may approve other nonstructural items not listed for use as commercial concrete. 6- 02.3(4)A Qualification of Concrete Suppliers In the seventh paragraph the reference to "70 revolutions" is revised to "30 revolutions ". 6- 02.3(4)C Consistency The first paragraph is supplemented with the following: 4. 9 inches for shafts when using Class 4000P, provided the water cement ratio does not exceed 0.44 and a water reducer is used meeting the requirements of 9 -23.6. 5. 5.5 inches for all concrete placed in curbs, gutters, and sidewalks. The second paragraph is revised to read: When a high range water reducer is used, the maximum slump listed in 1, 2, 3, and 5 above, may be increased an additional 2 inches. 6- 02.3(5)A General In the fourth paragraph, in 2., revise "proceeding" to "preceding ". 6- 02.3(6)A Weather and Temperature Limits to Protect Concrete The section "Cold Weather Protection" is revised to read: The Contractor shall provide a written procedure for cold weather concreting to the Engineer for review and approval. The procedure shall detail how the Contractor will prevent the concrete temperature from falling below 50° F. Permission given by the Engineer to place concrete during cold weather will in no way ensure acceptance of the work by the Contracting Agency. Should the concrete placed under such conditions prove unsatisfactory in any way, the Engineer shall still have the right to reject the work although the plan and the work were carried out with his permission. The Contractor shall provide and maintain a recording thermometer on the concrete surface at a location specified by the Engineer. During freezing or near - freezing weather, data from this thermometer shall be readily available to the Engineer. The Contractor shall not mix nor place concrete while the air temperature is below 35° F, unless the water or aggregates (or both) are heated to at least 70° F. The aggregate shall not exceed 150° F. If the water is heated to more than 150° F, it shall be mixed with the aggregates before the cement is added. Any equipment and methods shall heat the materials evenly. The Contractor may warm stockpiled aggregates with dry heat or steam, but not by applying flame directly or under sheet metal. If the aggregates are in bins, steam or water coils or other heating methods may be used if aggregate quality is not affected. Live steam heating is not permitted on or through aggregates in bins. If using dry heat, the Contractor shall increase mixing time enough to permit the super -dry aggregates to absorb moisture. Any concrete placed in air temperatures below 35° F shall be immediately enclosed. Air temperature within the enclosure shall be maintained such that the concrete surface temperature stays between 50° F and 90° F, and the relative humidity shall be above 80 percent. These conditions shall be maintained for a minimum of seven days or for the cure period required by Section 6- 02.3(11), whichever is longer. If artificial heat is used to maintain the temperature inside the enclosure, moisture shall be added to the enclosure to maintain the humidity as stated above. The Contractor shall stop adding moisture 24 hours before removing the heat. Extra protection shall be provided for areas especially vulnerable to freezing (such as exposed top surfaces, corners and edges, thin sections, and concrete placed into steel forms). If weather forecasts predict air temperatures below 35° F during the seven days 37 just after the concrete placement, the Contractor may place the concrete only if his approved cold weather concreting plan is implemented. In addition, if air temperatures fall below 35 °F within 7 days after placement of concrete, the Contractor shall implement his approved cold weather concreting plan. 6- 02.3(14)B Class 2 Surface Finish The first sentence of the first paragraph is revised to read: The Contractor shall apply a Class 2 finish to all above - ground surfaces not receiving a Class 1 finish as specified above unless otherwise indicated in the Contract. 6- 02.3(17)D Falsework Support Systems: Piling, Temporary Concrete Footings, Timber Mudsills, Manufactured Shoring Towers, Caps, and Posts Under Temporary Concrete Footings and Timber Mudsills, Number 1, Granular Soil, The first sentence is revised to read: The Contractor shall conduct on -site tests according to AASHTO T 235. 6- 02.3(17)J Face Lumber, Studs, Wales, and Metal Forms On page 6 -60, the paragraph beginning with "All corners shall be beveled... etc." is revised to read: All corners shall be beveled 3/4 inch. However, footings, footing pedestals, and seals need not be beveled unless required in the Plans. 6- 02.3(24)C Placing and Fastening In the second paragraph, the following is inserted after the third sentence: All epoxy- coated bars in the top mat of the roadway slab shall be tied at all intersections. Other epoxy- coated bars shall also be tied at all intersections, but shall be tied at alternate intersections when spacing is less than 1 foot in each direction. 6- 02.3(24)H Epoxy- Coated Steel Reinforcing Bar In the fifth paragraph, the second and third sentences are deleted and replaced by the following: All bars shall be placed and fastened as specified in Section 6- 02.3(24)C. 6- 02.3(25) Prestressed Concrete Girders The last sentence in the second paragraph is revised to read: If the corrective action is not acceptable to the Engineer, the girder(s) will be subject to rejection by the Engineer. In the fourth paragraph, the section Prestressed Concrete Girder is revised to read: Prestressed Concrete Girder — Refers to prestressed concrete girders including Series W42G, W50G, W58G, W74G, WF74G, W83G, and W95G girders, bulb tee girders, and deck bulb tee girders. 38 In the fourth paragraph, the section Bulb Tee Girder is revised to read: Bulb Tee Girder — Refers to bulb tee girders or deck bulb tee girders. In the fourth paragraph, the section Deck Bulb Tee Girder is revised to read: Deck Bulb Tee Girder — Refers to a bulb tee girder with a top flange designed to support traffic loads (i.e., without a cast -in -place deck), including Series W35DG, W41 DG, W53DG, and W65DG. This type of bulb tee girder is mechanically connected to adjacent girders at the job site. The fourth paragraph is supplemented with the following: Segmental Prestressed Concrete Girder — Refers to prestressed concrete girders constructed in segments including Series WF74PTG, W83PTG, and W95PTG girders, and their cast -in -place concrete closures. Except where specific requirements are otherwise specified for these girders, segmental prestressed concrete girders shall conform to all requirements specified for prestressed concrete girders. Anchorages shall conform to Sections 6- 02.3(26)B, 6- 02.3(26)C, and 6- 02.3(26)D. Ducts shall conform to the Section 6- 02.3(26)E requirements for internal embedded installation, and shall be round, unless the Engineer approves use of elliptical shaped ducts. Duct -wedge plate transitions shall conform to Section 6- 02.3(26)E. Prestressing reinforcement shall conform to Section 6- 02.3(26)F. Prestressed Concrete Tub Girder — Refers to prestressed concrete trapezoidal box or bathtub girders including those constructed in segments with cast -in -place concrete closures. WSDOT prestressed concrete tub girders are identified as Series U * *G* or Series UF**G* girders, where U specifies webs without flanges, OF specifies webs with flanges, ** specifies the girder height in inches, and * specifies the bottom flange width in feet. Except where specific requirements are otherwise specified for these girders, prestressed concrete tub girders shall conform to all requirements specified for prestressed concrete girders and segmental prestressed concrete girders. 6- 02.3(25)A Shop Plans The second paragraph is supplemented with the following: Post - tensioning ducts in segmental prestressed concrete girders shall be located so their center of gravity is in accordance with the Plans. The first sentence in the third paragraph is revised to read: The Contractor shall have the option to furnish Series W74G prestressed concrete girders with minor dimensional differences from those shown in the Plans. The first sentence in the fourth paragraph is revised to read: If the Contractor elects to provide a Series W74G, WF74PTG, and WF74G girder with an increased web thickness, shop plans along with supporting design calculations shall be submitted to the Engineer for approval prior to girder fabrication. 39 The sixth paragraph is revised to read: The Contractor shall provide five copies of the shop plans to the Engineer for approval, except as otherwise noted. Shop drawings for segmental prestressed concrete girders shall conform to Section 6- 02.3(26)A, and seven copies of the shop drawings shall be submitted to the Engineer for approval. The shop drawings for segmental prestressed concrete girders shall include all details related to the post- tensioning operations in the field, including details of hardware required, tendon geometry, blockout details, and details of additional or modified steel reinforcing bars required in the cast -in -place closures. Approval of shop plans means only that the Engineer accepts the methods and materials. Approval does not imply correct dimensions. 6- 02.3(25)B Casting The first paragraph is revised to read: Before casting girders, the Contractor shall have possession of an approved set of shop drawings. Side forms shall be steel, except that cast -in -place concrete closure forms for segmental prestressed concrete girders, interior forms of prestressed concrete tub girders, and end bulkhead forms of prestressed concrete girders may be plywood. Interior voids for precast prestressed slabs with voids shall be formed by either wax soaked cardboard or expanded polystyrene forms. The interior void forms shall be secured in the position as shown in the Plans and shall remain in place. The fourth paragraph is revised to read: Air - entrainment is not required in the concrete placed into prestressed precast concrete girders, including cast -in -place concrete closures for segmental prestressed concrete girders, unless otherwise noted. The Contractor shall use air - entrained concrete in the top two inches, minimum, of the roadway deck flange of deck bulb -tee girders and precast prestressed ribbed sections. All concrete for precast prestressed slabs shall be air entrained, except for slabs where the Engineer approves use of air - entrained concrete in the top two inches, only. Maximum and minimum air content shall be as specified in Section 6- 02.3(2)A. In the sixth paragraph, number 3 is revised to read: 3. Be located 3 inches or more from the outside edge of the top flange on Series W42G, W50G, and W58G girders, 6 inches or more for Series W74G girders, and 7 inches or more for Series WF74G, WF74PTG, W83G, W83PTG, W95G, and W95PTG girders; and 6- 02.3(25)C Prestressing The last sentence in the fifth paragraph is revised to read: If steel has been damaged or if it shows rust or corrosion that cannot be fully removed with a soft cloth, it will be rejected. This section is supplemented with the following: Post - tensioning of segmental prestressed concrete girders shall conform to Section 6- 02.3(26)G, and the following requirements: an Before tensioning, the Contractor shall remove all side forms from the cast- _ in-place concrete closures. From this point until 48 hours after grouting the tendons, the Contractor shall keep all construction and other live loads off the superstructure and shall keep the falsework supporting the superstructure in place. Once the post- tensioning steel is installed, no welds or welding grounds shall be attached to metal forms, structural steel, or steel reinforcing bars of the structural member. The Contractor shall not tension the post- tensioning reinforcement until the concrete in the cast -in -place closures reaches the minimum compressive strength specified in the Plans (or 5,000 psi if the concrete strength is not specified in the Plans). This strength shall be measured with concrete cylinders made of the same concrete cured under the same conditions as the cast -in -place closures. All post- tensioning shall be completed before placing the sidewalks and barriers on the superstructure. 6- 02.3(25)D Curing In the second paragraph, number 5 is revised to read: 5. Heat concrete to no more than 100 F during the first two hours after placing the concrete, and then increase no more than 25 F per hour to a maximum of 175 F; The third paragraph is revised to read: The Contractor may strip side forms from prestressed concrete girders once the concrete has reached a minimum compressive strength of 3,000 psi. All damage from stripping is the Contractor's responsibility. This section is supplemented with the following: Curing of cast -in -place concrete closures for segmental prestressed concrete girders shall conform to Section 6- 02.3(11). 6- 02.3(25)E Contractors Control Strength The following new paragraph is inserted between the sixth and seventh paragraphs: For prestressed concrete tub girders, a test shall consist of four cores measuring 3 inches in diameter by 6 inches in height, taken from each web approximately three feet to the left and to the right of the center of the girder span. The cores shall avoid all prestressing strands and steel reinforcing bars. The eight paragraph is revised to read: The cores shall be taken in accordance with AASHTO T 24 and shall be tested in accordance with WSDOT FOP for AASTHO T 22. The Engineer may accept the girder if the average compressive strength of the four cores from the precast prestressed member or prestressed concrete tub girder, or of the three cores from any other prestressed concrete girder, is at least 85 percent of the specified compressive strength with no one core less than 75 percent of specified compressive strength. 41 The first sentence in the tenth paragraph is revised to read: The Contractor shall coat cored holes with an epoxy bonding agent and patch the holes using the same type concrete as that in the girder, or a mix approved during the annual plant review and approval. The epoxy bonding agent shall meet the requirements of Section 9 -26.1 for Type II, Grade 2 epoxy. 6- 02.3(25)F Prestress Release The third sentence in the third paragraph is revised to read: The release strength shall not be less than 3,500 psi, except that the release strength for segmental prestressed concrete girders shall not be less than 4,000 psi. 6- 02.3(25)G Protection of Exposed Reinforcement This section is supplemented with the following: Grouting of post- tensioning ducts for segmental prestressed concrete girders shall conform to Section 6- 02.3(26)H. 6- 02.3(25)1 Tolerances Number 21 under the first paragraph is revised to read: 21. Differential Camber Between Girders in a Span (measured in place at the job site): For I girders: 1/8 inch per 10 feet of beam length (Series W42G, W50G, W58G, W74G, WF74G, WF74PTG, W83G, W83PTG, W95G, and W95PTG). For deck bulb tee girders: Cambers shall be equalized by an approved method when the difference in cambers between adjacent girders or stages measured at mid -span exceeds 1/4 inch. For PCPS members: ± 1/4 inch per ten feet of member length measured at midspan, but not greater than ± 1/2 inch total. For prestressed concrete tub girders: ± 1/4 inch per ten feet of member length measured at midspan, but not greater than ± 1/2 inch total. This section is supplemented with the following: 25. Position of post- tensioning ducts at girder and CIP closure ends: ± 1/4 inch. 26. Position of post tensioning ducts along segments of segmental prestressed concrete girders: ± 1/4 inch. 27. Deviation from a smooth curve for post- tensioning ducts at closures based on the sum total of duct placement and alignment tolerances: ± 3/8 inch. 42 6- 02.3(25)L Handling and Storage The first sentence in the first paragraph is revised to read: During handling and storage, each girder shall always be kept plumb and upright, and each precast prestressed member and prestressed concrete tub girder shall always be kept in the horizontal position shown in the Plans. The second paragraph is revised to read: For some girders, straight temporary top flange strands may be specified in the Plans. Pretensioned top temporary strands for full length prestressed concrete girders shall be unbonded over all but the end 10 feet of the girder length. As an alternative for full length prestressed concrete girders, temporary top strands may be post- tensioned prior to shipment. When temporary top strands are specified for segmental prestressed concrete girders, the temporary top strands shall be post - tensioned prior to lifting the assembled girder. When the post- tensioned alternative is used, the Contractor shall be responsible for properly sizing the anchorage plates, and the reinforcement adjacent to the anchorage plates, to prevent bursting or splitting of the concrete in the top flange. In the fourth paragraph, the following new sentence is inserted between the third and fourth sentences: After post- tensioning, segmental prestressed concrete girders shall be supported at points between 2' -0" and 5' -0" from the girder ends, unless otherwise shown in the Plans. 6- 02.3(25)M Shipping The third sentence in the third paragraph is revised to read: No prestressed concrete tub girder shall be shipped for at least seven days after concrete placement. In the fourth paragraph, Type of Girder is supplemented with the following: Series WF74PTG segment 4 feet Series W83PTG segment and W95PTG segment 4 feet Prestressed concrete tub girder segment 4 feet In the first sentence of the fifth paragraph, "modofication" is revised to read "modification ". The following new paragraph is inserted between the fifth and sixth paragraphs: If the Contractor elects to assemble segmental prestressed concrete girders into components of two or more segments prior to shipment, the Contractor shall submit shipment support location working drawings with supporting calculations to the Engineer in accordance with Section 6 -01.9. The calculations shall show that concrete stresses in the assembled girders will not exceed those listed below. The first sentence of the sixth paragraph is revised to read: Lateral bracing for shipping is not required for prestressed concrete tub girders. Other prestressed concrete girders of lengths equal or shorter than the following will not require lateral bracing for shipping: 43 The first sentence of the seventh paragraph is revised to read: For all girders exceeding these lengths, and all Series WF74PTG, W83G, W83PTG, W95G, and W95PTG girders, the Contractor shall provide bracing to control lateral bending during shipping, unless the Contractor furnishes calculations in accordance with Section 6 -01.9 demonstrating that bracing is not necessary. 6- 02.3(26)E Ducts Th first paragraph u nder "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: Property Cell Classification 1 3 or 2 2, 3, or 4 3 4 or5 4 4or5 5 2or3 6 2, 3, or 4 The color code shall be C. 6- 02.3(26)H Grouting The sixth paragraph is revised to read: The Contractor shall proportion the mix to produce a grout with a flow of 11 to 20 seconds as determined by ASTM C 939, Flow of Grout for Preplaced Aggregate Concrete (Flow Cone Method). The grout ejected from the end vent shall have a minimum flow of 11 seconds. 6- 02.3(28) Precast Concrete Panels • This section is revised to read: The Contractor shall perform quality control inspection. The manufacturing plant for precast concrete units shall be certified by the Precast/Prestressed Concrete Institute's Plant Certification Program for the type of precast member to be produced, or the National Precast Concrete Association's Plant Certification Program or be an International Congress Building Officals Evaluation Services recognized fabricator of structural precast concrete products, and shall be approved by WSDOT as a Certified Precast Concrete Fabricator prior to the start of production. WSDOT Certification will be granted at, and renewed during, the annual precast plant review and approval process. Products that shall conform to this requirement include noise barrier panels, wall panels, floor and roof panels, marine pier deck panels, retaining walls, pier caps, and bridge deck panels. Precast concrete units that are prestressed shall meet all the requirements of Section 6- 02.3(25). The Contracting Agency intends to perform Quality Assurance Inspection. By its inspection, the Contracting Agency intends only to facilitate the work and verify the quality of that work. This inspection shall not relieve the Contractor of any responsibility for identifying and replacing defective material and workmanship. Prior to the start of production of the precast concrete units, the Contractor shall 44 advise the Engineer of the production schedule. The Contractor shall give the Inspector safe and free access to the work. If the Inspector observes any nonspecification work or unacceptable quality control practices, the Inspector will advise the plant manager. If the corrective action is not acceptable to the Engineer, the unit(s) will be rejected. 6- 02.3(28)B Casting The following new paragraph is inserted after the first paragraph: Concrete shall meet the requirements of Section 6- 02.3(25)B for annual pre - approval of the concrete mix design, and slump. 6- 02.3(28)H Shipping This section is revised to read: Precast units shall not be shipped until the concrete has reached the specified design strength, and the Engineer has reviewed the fabrication documentation for contract compliance and stamped the precast concrete units " Approved for Shipment. ". The units shall be supported in such a manner that they will not be damaged by anticipated impact on their dead load. Sufficient padding material shall be provided between tie chains and cables to prevent chipping or spalling of the concrete. SECTION 6 -03, STEEL STRUCTURES April 7, 2003 6- 03.3(21)C Web Splices and Fillers The second sentence is revised to read: In lieu of the steel material specified in the Plans or Special Provisions, the Contractor may substitute either ASTM A 1008 or ASTM A 1011 steel for all filler plates less than 1/4 inch thickness, provided that the grade of filler plate steel meets or exceeds that of the splice plates. 6- 03.3(25) Welding and Repair Welding The first paragraph is revised to read: Welding and repair welding of all steel bridges shall comply with the AASHTO /AWS D1.5M/D1.5:2002 Bridge Welding Code. Welding and repair welding for all other steel fabrication shall comply with the AWS D1.1/D1.1M, latest edition, Structural Welding Code. The requirements described in the remainder of this section shall prevail whenever they differ from either of the above welding codes. 6- 03.3(25)A Welding Inspection The first paragraph is revised to read: The Contractor's inspection procedures, techniques, methods, acceptance criteria, and inspector qualifications for welding of steel bridges shall be in accordance with the AASHTO /AWS D1.5M/D1.5:2002 Bridge Welding Code. The Contractor's inspection procedures, techniques, methods, acceptance criteria, and inspector qualifications for welding of steel structures other than steel bridges shall be in accordance with AWS D1.1/D1.1M, latest edition, Structural Welding Code. The requirements described in the remainder of this section shall prevail whenever they differ from either of the above welding codes. 45 Under "Radiographic Inspection ", the last sentence is revised to read: In addition, edge blocks conforming to the requirements of AASHTO /AWS D1.5M/D1.5:2002 Bridge Welding Code Section 6.10.14 shall be used for radiographic inspection. Under "Ultrasonic Inspection ", the last sentence is revises to read: The testing procedure and acceptance criteria for tubular members shall conform to the requirements of the AWS D1.1/D1.1M latest edition, Structural Welding Code. SECTION 6 -05, PILING December 2, 2002 6- 05.3(9)A Pile Driving Equipment Approval The fourth sentence in the second paragraph is revised to read: The wave equation analysis shall verify that the pile driving system proposed does not produce stresses greater than 50,000 psi or 90 percent of the yield stress whichever is less, for steel piles, or steel casings for cast -in -place concrete piles. 6 -05.5 Payment This section is revised to read: Payment will be made in accordance with Section 1 -04.1, for each of the following bid items that are included in the proposal: "Furnishing and Driving (type) Test Pile ", per each. The unit contract price per each for "Furnishing and Driving (type) Test Pile" shall be full pay for furnishing and driving test piles to the ultimate bearing capacity or penetration required by the Engineer, furnishing and installing a pile tip when pile tips are specified for the permanent piles, preboring when preboring is specified for the permanent piles, for pulling the piles or cutting them off as required, and for removing them from the site or for delivery to the Contracting Agency for salvage when ordered by the Engineer. This price shall also include all costs in connection with moving all pile driving equipment or other necessary equipment to the site of the work and for removing all such equipment from the site after the piles have been driven. If, after the test piles have been driven, it is found necessary to eliminate the piling from all or any part of the structure, no additional pay will be allowed for moving the pile driving equipment to and from the site of the work. "Driving Timber Pile (untreated or name treatment) ", per each. The unit contract price per each for "Driving Timber (type) Pile" shall include any metal shoes which the Contractor has determined to be beneficial to the pile driving. "Driving Conc. Pile (size) ", per each. "Driving St. Pile ", per each. The unit contract price per each for "Driving (type) Pile ( )" shall be full pay for driving the pile to the ultimate bearing and /or penetration specified. When overdriving piles beyond the ultimate bearing capacity and minimum tip elevation specified in the Contract is required by the Engineer, payment for the first 3 feet of overdriving will be included in the unit contract price for "Driving (type) Pile ". Additional penetration beyond the first 3 feet of overdriving will be paid for on the basis of force account work as covered in Section 1 -09.6. "Furnishing Timber Piling (untreated or name treatment) ", per linear foot. "Furnishing Conc. Piling (size) ", per linear foot. "Furnishing St. Piling ", per linear foot. The unit contract price per linear foot for "Furnishing (type) Piling ( )" shall be full pay for furnishing the piling specified. Such price shall also be full pay, when measurement includes, for piling length ordered but not driven. "Precast Concrete Pile Buildup ", by force account. Build -ups of precast or precast - prestressed concrete piles will be paid in accordancewith Section 1 -09.6. No payment will be made for build -ups or additional lengths of build -up made necessary because of damage to the piling during driving. The length of splice for precast concrete piles includes the length cut off to expose reinforcing steel for the splice. The length of splice for precast - prestressed piles includes the length in which holes are drilled and reinforcing bars are grouted. For the purpose of providing a common proposal for all bidders, the Contracting Agency entered an amount for "Precast Concrete Pile Buildup" in the proposal to become part of the total bid by the Contractor. "Furnishing Steel Pile Tip or Shoe (size) ", per each. SECTION 6 -07, PAINTING April 7, 2003 6- 07.3(1) Painting New Steel Structures Method B for "Primer Coat" is revised to read: Inorganic zinc or A -11 -99 shop applied 6- 07.3(1)A Preparation for Shop Coating The first and second paragraphs are revised to read: 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 per the paint manufacturer's recommendation, whichever is greater. The steel surfaces shall be cleaned to a near white condition as per SSPC -SP10. After being thoroughly cleaned by abrasive blasting as specified above, all structural steel shall be primed within the same working day on which abrasive blasting takes place, and before any rust forms, by spraying with a full coat of inorganic zinc silicate paint. The Contractor shall not begin painting until receiving the Engineer's approval of the prepared surface. High strength field bolts need not be painted before erection. 47 6- 07.3(2)A Bridge Cleaning Under "Pressure Flushing ", in the third paragraph; the "Apparent opening size (ASTM D4751)" is revised from #40 US Sieve to #70 US Sieve. In the same paragraph, the "Permittivity (ASTM D4491)" is revised from 0.7 sec -1 or better to 1.0 sec -1 or better. 6- 07.3(2)C Testing and Disposal of Containment Waste The first paragraph is revised to read: Contain was is d as all paint chips and d e b ris r emove d fro th st • surface, and all abrasive blast media, as contained by the containment system. After all waste from the containment structures 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. 6- 07.3(4) Painting Galvanized Surfaces This section is revised to read: All galvanized surfaces specified to be painted shall be prepared for painting in accordance with the ASTM D 2092. 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 °F and • Less than 115 °F or per the manufacturer's recommendations, whichever is more stringent. The Contractor shall paint the dry surface as follows: Paint Formulas Type First Cpat MIL -P -24441 Epoxy polyamide Second Coat C -11 -99 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 -07.5 Payment This section is revised to read: 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 all cost in connection with furnishing and placing all necessary staging and rigging, providing material, labor, tools, and equipment, collection and storage of containment waste, collection, storage, testing, and disposal of all containment waste not conforming to the definition in Section 6- 07.3(2)0, performing all cleaning and preparation of surfaces to be painted and applying 4R all coats of paint and sealant. "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(2)B 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(2)C 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 timber structures will be in accordance with Sections 6 -03.5 and 6 -04.5, respectively. SECTION 6 -09, VACANT December 2, 2002 This section including title is revised to read: 6 -09 MODIFIED CONCRETE OVERLAYS 6 -09.1 Description This work shall consist of scarifying concrete bridge decks, preparing and repairing bridge deck surfaces designated and marked for further deck preparation, and placing, finishing, and curing modified concrete overlays. 6 -09.2 Materials Materials shall meet the requirements of the following Sections: Portland Cement 9- 01.2(1) Fine Aggregate 9- 03.1(2)B Coarse Aggregate 9- 03.1(4)C Burlap Cloth 9 -23.5 Admixtures 9 -23.6 Fly Ash 9 -23.9 Water 9 -25.1 Portland cement shall be either Type I or Type II. Type I l l portland cement will not be allowed. Fine aggregate shall be Class 1. Coarse aggregate shall be AASHTO grading No. 7 or No. 8. Fly ash shall be Class F only. Microsilica admixture shall conform to AASHTO M 307, and shall be either a dry powder or a slurry admixture. Microsilica will be accepted based on submittal to 49 the Engineer of a Manufacturer's Certificate of Compliance conforming to Section 1 -06.3. If the microsilica is a slurry admixture, the microsilica content of the slurry shall be certified as a percent by mass. Latex admixture shall be a non - toxic, film - forming, polymeric emulsion in water to which all stabilizers have been added at the point of manufacture. The latex admixture shall be homogeneous and uniform in co a nd sh c to the following: Polymer Type Styrene Butadiene Stabilizers: Latex Non -ionic surfactants Portland Cement Polydimethyl siloxane Percent Solids 46.0 to 49.0 Weight per Gallon 8.4 pounds at 77F Color White PH (as shipped) 9 minimum r cycles irr L . -s-sr� Freeze/Thaw haw Stability '5 cycles (5F to r 7 r) Shelf Life 2 years minimum Latex admixture will be accepted based on submittal to the Engineer of a Manufacturer's Certificate of Compliance conforming to Section 1 -06.3. High Molecular Weight Methacrylate (HMWM) resin for crack and joint sealing shall conform to the following: Viscosity <25 cps (Brookfield RVT with UL adaptor, 50 rpm at 77F)... California Test 434 Density 8.5 to 8.8 pounds per gallon at 77F... ASTM D 2849 Flash Point >200F, PMCC (Pinsky - Martens CC) Vapor Pressure <0.04 inches Hg at 77F, ASTM D 323 Tg (DSC) >136F, ASTM D 3418 Gel Time 60 minutes minimum The promoter /initiator system for the methacrylate resin shall consist of a metal drier and peroxide. Sand for abrasive finish shall be crushed sand, oven dried, and stored in moisture proof bags. The sand shall conform to the following gradation: Sieve Size Percent Passing Minimum Maximum U.S. No. 10 98 100 U.S. No. 16 55 75 U.S. No. 20 30 50 U.S. No. 30 8 25 U.S. No. 50 0 5 U.S. No. 100 0 3 All percentages are by weight. 50 6 -09.3 Construction Requirements 6- 09.3(1) Equipment 6- 09.3(1)A Power Driven Hand Tools Power driven hand tools may be used for concrete scarification in areas not accessible to scarification machines, and for further deck preparation work, except for the following: 1. Jack hammers more forceful than the nominal 30 -pound class. 2. Chipping hammers more forceful than the nominal 15 -pound class. The power driven hand tools shall be operated at angles less than 45 degrees as measured from the surface of the deck to the tool. 6- 09.3(1)B Rotary Milling Machines - Rotary milling machines shall be capable of scarifying a minimum width of four feet per pass, have a maximum operating weight of 50,000 pounds, and conform to requirements in Section 1 -07.7. Machines known to meet these specifications will be specified in the Special Provisions. 6- 09.3(1)C Hydro - Demolition Machines Hydro - demolition machines shall consist of filtering and pumping units operating in conjunction with a remote - controlled robotic device. Hydro - demolition machines shall scarify a minimum width of four feet per pass, using high velocity water jets to remove 1/2 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. Possible sources of machines known to meet these specifications will be specified in the Special Provisions. 6- 09.3(1)D Shot Blasting Machines Shot blasting machines shall consist of a self contained mobile unit capable of scarifying a minimum width of six feet per pass, 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. Possible sources of machines known to meet these specifications will be specified in the Special Provisions. 6- 09.3(1)E Air Compressor Air compressors shall be equipped with oil traps to eliminate oil from being blown onto the roadway deck during sandblasting and air - cleaning. 6- 09.3(1)F Vacuum Machine Vacuum machines shall be capable of collecting all dust, concrete chips, free standing water and other debris encountered while cleaning during deck preparation. The machines shall be equipped with collection systems that allow the machines to be operated in air pollution sensitive areas and shall be equipped to not contaminate the deck during final preparation for concrete placement. 51 6- 09.3(1)G Water Spraying System The water spraying system shall include a portable high pressure sprayer with a separate water supply of potable water. The sprayer shall be readily available to all parts of the deck being overlaid and shall be able to discharge water in a fine mist to prevent accumulation of free water on the deck. Sufficient water shall be available to thoroughly soak the deck being overlaid and to keep the deck wet prior to concrete placement. The Contractor shall certify that the water spraying system meets the following ram tir ....,�w�v�IrvIIw. Pressure 2,200 psi minimum Flow Rate 4.5 gpm minimum Fan Tip 15° to 25° Range 6- 09.3(1)H Mobile Mixer for Latex Modified Concrete Proportioning and mixing shall be accomplished in self- contained, self - propelled, continuous- mixing units conforming to the following requirements: 1. The mixer shall be equipped so that it can be grounded. 2. The mixer shall be equipped to provide positive measurement of the portiand cement being introduced into the mix. An approved recording meter, visible at all times and equipped with a ticket print -out, shall be used. 3. The mixer shall be equipped to provide positive control of the flow of water and latex admixture into the mixing chamber. Water flow shall be indicated by an approved flow meter with a minimum readability of one - half gallon per minute, accurate to ❑ 1 percent. The water system shall have a bypass valve capable of completely diverting the flow of water. Latex flow shall also be indicated by an approved flow meter with a minimum readability of two gallons per minute, accurate to ❑ 1 percent. The latex system shall be equipped with a bypass valve suitable for obtaining a calibrated sample of admixture. 4. The mixer shall be equipped to be calibrated to automatically proportion and blend all components of the specified mix on a continuous or intermittent basis as required by the finishing operation, and shall discharge mixed material through a conventional chute directly in front of the finishing machine. Inspection of each mobile mixer shall be done by the Contractor in the presence of the Engineer and in accordance with the following requirements: 1. Check the manufacturer's inspection plate or mix setting chart for the serial number, the proper operating revolutions per minute (rpm), and the approximate number of counts on the cement meter to deliver 94 pounds of cement. 2. Make a general inspection of the mobile mixer to ensure cleanliness and • good maintenance practices. 3. Check to see that the aggregate bins are empty and clean and that the bin vibrators work. 4. Verify that the cement aeration system operates, that the vent is open, and that the mixer is equipped with a grounding strap. Check the cement meter feeder to ensure that all fins and pockets are clean and free from accumulated cement. If the operator cannot demonstrate, through visual inspection, that the cement meter feeder is clean, all cement shall be removed from the bin and the cement meter feeder inspected. The aeration system shall be equipped with a gauge or indicator to verify that the system is operating. 5. Verify that the main belt is clean and free of any accumulated material. 6. Check the latex strainer to ensure cleanliness. The initial calibration shall consist of the following items: 1. Cement Meter a. Refer to the truck manufacturer's mix setting chart to determine the specified operating rpm and the approximate number of counts required on the cement meter to deliver 94 pounds of cement. b. Place at least 40 bags (about 4,000 pounds) of cement in the cement bin. c. Be sure the mixer is resting on a level surface. d. Be sure the mixer is grounded. e. Adjust the engine throttle to obtain the specified rpm. Operate the unit, discharging cement until the belt has made one complete revolution. Stop the belt. Reset the cement meter to zero. Position a suitable container to catch the cement and discharge approximately one bag of cement. With a stop watch, measure the time required to discharge the cement. Record the number of counts on the cement meter and determine the weight of the cement in the container. Repeat the process of discharging approximately one bag of cement until six runs have been made. Reset the cement meter to zero for each run. Example: Run Cement Weight of Time In No. Counts Cement Seconds 1 66 95 31 2 68 96 31.2 3 67 95.5 31.0 4 66 95 29.8 5 67 95.25 30.5 6 66 95 30.8 TOTAL 400 571.75 184.3 Pounds of cement per count on cement meter: 53 Weight of Cement = 571.75 = 1.43 LB. No. of Counts 400 Count Counts per bag (94 pounds): 94 = 65.7 Counts 1.43 Bag Pounds of cement dischargers per seconri: Weight of Cement = 571.75 = 3.10 LB. Time in Seconds 184.3 SEC. Required time to discharge one bag: Time = 94 = 30.32 SEC. 3.10 Bag 2. Latex Throttling Valve a. Check to be sure that the latex strainer is unobstructed. b. The latex throttling valve shall be adjusted to deliver 3.5 gallons of latex each for pounds) (2p 4 pounds) f ea b of cem ent. From the above v. i v. calculation 30.32 seconds are required to deliver one bag of cement. c. With the unit operating at the specified rpm, discharge latex into a container for 30.3 seconds and determine the weight of latex. Continue adjusting the valve until 29.4 to 29.5 pounds of latex is discharged in 30.3 seconds. Verify the accuracy of this valve setting three times. 3. Water Flow Meter a. Set the water flow meter by adjusting it to flow at one -half gallon per minute. b. Collect and weigh the water discharged during a one minute interval with the equipment operating at the specified rpm. Divide the weight of water by 8.34 to determine the number of gallons. c. Repeat Items a. and b., above, with the flow meter adjusted to one and one -half gallons per minute. 4. Aggregate Bin Gates a. Set the gate openings to provide the amount of aggregate required to produce concrete having the specified proportions. b. Discharge a representative sample of the aggregates through the gates and separate on the U.S. No. 4 sieve. Aggregates shall meet the requirements for proportions in accordance with Section 6- 09.3(3)E. c. Adjust the gate openings if necessary to provide the proper ratio of fine aggregate to total aggregate. 54 5. Production of Trial Mix Each mobile mixer shall be operated to produce at least 1/2 cubic yard of concrete, which shall be in compliance with these specifications, prior to acceptance of the mobile mixer for job use. The Engineer will perform yield, slump, and air tests on the concrete produced by each mixer. Calibration of each mobile mixer shall be done by the Contractor in the presence of the Engineer. A complete calibration is required on each mixer on each concrete placement unless, after the initial calibration, the personnel having the responsibility of mixer calibration on subsequent concrete placement were present during the initial calibration of the mixer and during the concrete placement operations and are able to verify the dial settings of the initial calibration and concrete placement. If these criteria are met, a complete calibration need not be repeated provided that a single trial run verifies the previous settings of the cement meter, latex throttling valve, water flow meter, and aggregate gradations, and that the mixer has not left the project and the Engineer is satisfied that a complete calibration is not needed. 6- 09.3(1)1 Ready Mix Trucks for Fly Ash Modified and Microsilica Modified Concrete Ready mix trucks shall conform to Section 6- 02.3(4)A. 6- 09.3(1)J Finishing Machine The finishing machine shall meet the requirements of Section 6- 02.3(10) and the following requirements: The finishing machine shall be equipped with a rotating cylindrical double drum screed not exceeding 60 inches in length preceded by a vibrating pan. The vibrating pan shall be constructed of metal and be of sufficient length and width to properly consolidate the mixture. The vibrating frequency of the vibrating pan shall be variable with positive control between 3,000 and 6,000 rpm. A machine with a vibrating pan as an integral part may be proposed and will be considered for approval by the Engineer. Other finishing machines will be allowed subject to approval of the Engineer. 6- 09.3(2) Submittals The Contractor shall submit the following items to the Engineer for approval in accordance with Section 6 -01.9: 1. The type of machine (rotary milling, hydro - demolition, or shot blasting) selected by the Contractor for use in this project to scarify concrete surfaces. 2. The axle loads and axle spacing of the rotary milling machine (if used). 3. The Runoff Water Disposal Plan (if a hydro - demolition machine is used). The Runoff Water Disposal Plan shall describe all provisions for the containment, collection, filtering, and disposal of all runoff water and associated contaminants generated by the hydro - demolition process. 55 4. The method and materials used to contain, collect, and dispose of all concrete debris generated by the scarifying process, including provisions for protecting adjacent traffic from flying debris. 5. The mix design for concrete Class M, and either fly ash modified concrete, microsilica modified concrete, or latex modified concrete, as selected by the Contractor for use in this project in accordance with Section 6- O9.3(3). 6. Samples of the latex admixture and the portland cement for testing and compatibility (if latex modified concrete is used). 7. Details of the screed rail support system, including details of anchoring the rails and providing rail continuity. The Contractor shall not begin scarifying operations until receiving the Engineer's approval of Items 1 through 4 as applicable for the Contractor's scarifying method. The Contractor shall not begin placing modified concrete overlay until receiving the Engineer's approval of Items 5 through 7 as applicable for the Contractor's selected type of modified concrete. 6- 09.3(3) Concrete Overlay Mixes 6- 09.3(3)A General For fly ash, microsilica, and latex modified concrete, the Contractor shall adjust the slump to accommodate the gradient of the bridge deck, subject to the maximum slump specified. For fly ash and microsilica modified concrete, the maximum water /cement ratio shall be calculated using all of the available mix water, including the free water in both the coarse and fine aggregate, and in the microsilica slurry if a slurry is used. For fly ash and microsilica modified concrete, all water reducing and air entraining admixtures, and superplasticizers, shall be used in accordance with the fly ash supplier's and microsilica admixture supplier's recommendations, respectively, and as approved by the Engineer. 6- 09.3(3)B Concrete Class M Concrete Class M for further deck preparation patching concrete shall be proportioned in accordance with the following mix design: Portland Cement 705 pounds Fine Aggregate 1,280 pounds Coarse Aggregate 1,650 pounds Water /Cement Ratio 0.37 maximum Air (± 1 -1/2 percent) 6 percent Slump (± 1 inch) 5 inches The use of a water - reducing admixture conforming to AASHTO M 194 Type A will be required to produce patching concrete with the desired slump, and shall be used in accordance with the admixture manufacturer's recommendations. Air entraining admixtures shall conform to AASHTO M 154 and shall be used in accordance with the admixture manufacturer's recommendations. The use of accelerating admixtures or other types of admixtures is not allowed. 56 6- 09.3(3)C Fly Ash Modified Concrete Fly ash modified concrete shall be a workable mix, uniform in composition and consistency. Mix proportions per cubic yard shall be as follows: Portland Cement 611 pounds Fly Ash 275 pounds Fine Aggregate 38 percent of total aggregate Coarse Aggregate 62 percent of total aggregate Water /Cement Ratio 0.30 maximum Air (± 1 -1/2 percent) 6 percent Slump 7 inches maximum 6- 09.3(3)D Microsilica Modified Concrete Microsilica modified concrete shall be a workable mix, uniform in composition and consistency. Mix proportions per cubic yard shall be as follows: Portland Cement 658 pounds Microsilica Fume 52 pounds Fine Aggregate 1,515 pounds Coarse Aggregate 1,515 pounds Water /Cement Ratio 0.33 maximum Air (± 1 -1/2 percent) 6 percent Slump 7 inches maximum 6- 09.3(3)E Latex Modified Concrete Latex modified concrete shall be a workable mix, uniform in composition and consistency. Mix proportions per cubic yard shall be as follows: Portland Cement 1.00 parts by weight Fine Aggregate 2.40 to 2.75 parts by weight Coarse Aggregate 1.75 to 2.00 parts by weight Latex Admixture 3.50 gallons per bag of cement Water /Cement Ratio 0.33 maximum Air Content of Plastic Mix 6 percent maximum Slump 7 inches maximum The aggregates shall be proportioned such that the amount of aggregate passing . the U.S. No. 4 sieve is 65 ± 5 percent of the total aggregate (fine plus coarse). All calculations shall be based on dry weights. The moisture content of the fine aggregate and coarse aggregate shall be no more than 3.0 and 1.0 percent, respectively, above the saturated surface dry condition. The water limit for calculating the water /cement ratio shall include the added water, the free water in the aggregates, and 52 percent of the latex admixture. 57 6- 09.3(4) Storing and Handling • 6- 09.3(4)A Aggregate Aggregates shall be stored and handled in a manner to prevent variations of more than 1.0 percent in moisture content of the stockpile. For latex modified concrete, the moisture content of the aggregate at the time of proportioning shall be as specified in Section 6- 09.3(3)E. 6- 09.3(4)B Latex Admixture The admixture shall be kept in suitable containers which will protect it from freezing and from exposure to temperatures in excess of 85F. Containers of the admixture shall not be stored in direct sunlight for periods in excess of ten days. When stored in direct sunlight the top and sides of the containers shall be covered with insulating blanket material. Storage of the admixture may extend over a period greater than ten days as long as the conditions specified above are maintained and the latex admixture is agitated or stirred once every ten days. Stirring or agitation of the admixture shall be done mechanically in accordance with the manufacturer's recommendation and as approved by the Engineer. If the ambient temperature is higher than 85F at any time during the storage period, the admixture shall be covered by insulated blankets means or ans that will maintain the admixture temperature below 85F. VI other 1 I I IV The admixture shall be strained through a Number 10 strainer at the time it is introduced into the mixing tank from the storage containers. 6- 09.3(4)C High Molecular Weight Methacrylate Resin (HMWM) The HMWM resin shall be stored in a cool dry place and protected from freezing and exposure to temperature in excess of 100F. The promoter and initiator, if supplied separate from the resin, shall not contact each other directly. Containers of promoters and initiators shall not be stored together in a manner that will allow leakage or spillage from one to contact the containers or material of the other. 6- 09.3(5) Scarifying Concrete Surface 6- 09.3(5)A General The Contractor shall not begin scarifying a concrete bridge deck surface unless completion of the scarification and concrete overlay can be accomplished within the current construction season. The Contractor shall not begin scarifying a concrete bridge deck surface until receiving the Engineer's written approval of the machine to be used for scarifying. The Contractor shall protect adjacent traffic from flying debris generated by the scarification process in accordance with Item 4 of Section 6- 09.3(2) and as approved by the Engineer. The Contractor shall collect, contain, and dispose of all concrete debris generated by the scarification process in accordance with Item 4 of Section 6- 09.3(2) and as approved by the Engineer. All areas of the deck that are inaccessible to the selected scarifying machine shall be scarified to remove the concrete surface matrix to a maximum depth of 1/2 inch 58 by a method approved by the Engineer. If these areas are hand - chipped then the equipment shall meet the requirements as specified in Section 6- 09.3(1)A. 6- 09.3(5)B Testing of Hydro - Demolition and Shot Blasting Machines A trial area shall be designated by the Engineer to demonstrate that the equipment and methods of operation are capable of producing results satisfactory to the Engineer. The trial area shall consist of two patches each of approximately 30 square feet, one area in sound concrete and one area of deteriorated concrete as determined by the Engineer. In the "sound" area of concrete, the equipment shall be programmed to remove 1/2 inch of concrete. Following the test over sound concrete, the equipment shall be located over the deteriorated concrete and using the same parameters for the sound concrete removal, remove all deteriorated concrete. The Engineer will grant approval of the equipment based on successful results from the trial area test. 6- 09.3(5)C Hydro - Demolishing Once the operating parameters of the Hydro - Demolition machine are defined by programming and calibration as specified in Section 6- 09.3(5)B, they shall not be changed as the machine progresses across the bridge deck, in order to prevent the , unnecessary removal of sound concrete below the required minimum removal depth. The Contractor shall maintain a minimum production rate of 250 square feet per hour during the deck scarifying process. All water used in the Hydro - Demolition process shall be potable. Stream or lake water will not be permitted. All bridge drains and other outlets within 100 feet of the Hydro - Demolition machine shall be temporarily plugged during the Hydro - Demolition operation. When scarifying a bridge deck passing over traffic lanes, the Contractor shall protect the traffic below by restricting and containing scarifying operations, and implementing traffic control measures, as approved by the Engineer. The Contractor shall provide for the collection, filtering and disposal of all runoff water generated by the Hydro - Demolition process, in accordance with the Runoff Water Disposal Plan as approved by the Engineer in accordance with Item 3 of Section 6- 09.3(2). The Contractor shall comply with applicable regulations concerning such water disposal. 6- 09.3(5)D Shot Blasting Once the operating parameters of the Shot Blasting machine are defined by programming and calibration, as specified in Section; 6- 09.3(5)B, they shall not be changed as the machine progresses across the bridge deck, in order to prevent the unnecessary removal of sound concrete below the required minimum removal depth. The Contractor shall maintain a minimum production rate of 250 square feet per hour during the deck scarifying process. 6- 09.3(5)E Rotomilling The entire concrete surface of the bridge deck shall be scarified to remove the surface matrix to a maximum 1/2 inch depth of the concrete. The operating parameters of the rotary milling machine shall be monitored in order to prevent the unnecessary removal of sound concrete below the 1/2 inch maximum removal depth. 59 6- 09.3(5)F Repair of St. Reinf. Bars Damaged by Scarifying Operations All reinforcing steel damaged due to the Contractor's operations shall be repaired by the Contractor. For bridge decks not constructed under the same contract as the concrete overlay, damage to existing reinforcing steel shall be repaired and paid for in accordance with Section 1 -09.6 if the existing concrete cover is 1/2 inch or less. All other reinforcing steel damaged due to the Contractor's operations shall be repaired by the Contractor at no additional expense to the Contracting Agency. The repair shall be as follows or as directed by the Engineer: 1. Damage to epoxy coating, when present on existing steel reinforcing bars, shall be repaired in accordance with Section 6- 02.3(24)H. 2. Damage to bars resulting in a section loss of 20 percent or more of the bar area shall be repaired by chipping out the adjacent concrete and splicing a new bar of the same size. Concrete shall be removed to provide a 3/4 inch minimum clearance around the bars. The splice bars shall extend a minimum of 40 bar diameters beyond each end of the damage. 3. Any bars partially or completely removed from the deck shall have the damaged portions removed and spliced with new bars as outlined in Item 2 above. 6- 09.3(5)G Cleanup Following Scarification After scarifying is completed, the lane or strip being overlaid shall be thoroughly cleaned of all dust, free standing water and loose particles. Cleaning may be accomplished by using compressed air, waterbiasting, with a minimum pressure of 5,000 psi, or vacuum machines. Vacuum cleaning shall be used when required by applicable air pollution ordinances. 6- 09.3(6) Further Deck Preparation Once the lane or strip being overlaid has been cleaned of debris from scarifying, the Contractor, under the direction of the Engineer, shall perform an inspection of the completed work and shall mark those areas of the existing bridge deck that require further deck preparation by the Contractor. Further deck preparation will be required when any one of the following conditions is present: 1. Unsound concrete. 2. Lack of bond between existing concrete and reinforcing steel. 3. Exposure of reinforcing steel to a depth of one -half of the periphery of a bar for a distance of 12 inches or more along the bar. 4. Existing non - concrete patches as marked by the Engineer. If the concrete overlay is placed on a bridge deck as part of the same contract as the bridge deck construction, then all work associated with the further deck preparation shall be performed at no additional expense to the Contracting Agency. 6- 09.3(6)A Equipment for Further Deck Preparation Further deck preparation shall be performed using either hand operated tools 60 conforming to Section 6- 09.3(1)A, or hydro - demolishing machines conforming to Section 6- 09.3(1)0. 6- 09.3(6)B Deck Repair Preparation All concrete in the repair area shall be removed by chipping, hydro demolishing, or other approved mechanical means to a depth necessary to remove all loose and unsound concrete. If unsound concrete exists around the steel reinforcing bars, or if the bond between concrete and steel is broken, concrete must be removed to provide a 3/4 -inch minimum clearance around the steel reinforcing bars. Care shall be taken in removing the deteriorated concrete to not damage any of the existing deck or steel reinforcing bars that are to remain in place. All removal shall be accomplished by making neat vertical cuts and maintaining square edges at the boundaries of the repair area. Cuts made by using sawing or hydro demolishing machines shall be made after sufficient concrete removal has been accomplished to establish the limits of the removal area. In no case shall the depth of the vertical cut exceed 3/4 inch or to the top of the top steel reinforcing bars, whichever is less. The exposed steel reinforcing bars and concrete in the repair area shall be sandblasted or hydro - blasted and blown clean just prior to placing concrete. Bridge deck areas outside the repair area or steel reinforcing bar inside or outside the repair area damaged by the Contractor's operations, shall be repaired by the Contractor at no additional expense to the Contracting Agency, and to the satisfaction of the Engineer. All steel reinforcing bars damaged due to the Contractor's operations shall be repaired in accordance with Section 6- 09.3(5)F. 6- 09.3(6)C Placing Deck Repair Concrete Patching concrete for modified concrete overlays shall be either modified concrete or concrete Class M. For small deck repair, and as determined by the Engineer, the Contractor may use the same modified concrete as that used in the overlay. Before placing any patching concrete, the Contractor shall flush the existing concrete in the repair area with water and make sure that the existing concrete is well saturated. The Contractor shall remove any free standing water prior to placing the patching concrete. The Contractor shall place the patching concrete other than latex modified concrete onto the existing concrete while it is wet. If latex, fly ash, or microsilica modified concrete is used as the patching concrete, a thin slurry bond grout shall be scrubbed into the existing concrete surface. The bond grout shall match the overlay type being used as specified in Section 6- 09.3(11). If the Contractor elects to use as a patching material the same modified concrete as that used in the overlay, then the repair areas shall be filled flush with the deck surface sufficiently in advance of the overlay placement so that the material will not roll back under the screeds but shall not be placed more than one hour in advance of the overlay placement. Areas patched with modified concrete or concrete Class M shall be wet cured for 24 hours in accordance with Section 6- 09.3(13). During the curing period, all vehicular and foot traffic shall be prohibited on the repaired area. 61 6- 09.3(7) Surface Preparation For Concrete Overlay Following the completion of any required further deck preparation the entire lane or strip being overlaid shall be cleaned. • If either a rotary milling machine or a shot blasting machine is used for concrete scarification, then the concrete deck shall be sandblasted or shotblasted, using equipment approved by the Engineer, until sound concrete is exposed. Care shall be taken to ensure that all exposed reinforcing steel and the surrounding concrete is completely blasted. Bridge grate inlets, expansion darns and barriers above the surface to be blasted shall be protected from the blasting. If a hydro - demolition machine is used for concrete scarification, then the concrete deck shall be cleaned by an approved method of waterbiasting with 7,000 psi minimum pressure, until sound concrete is exposed. The final surface of the deck shall be free from oil and grease, rust and other foreign material that may reduce the bond of the new concrete to`the old. These materials shall be removed by detergent- cleaning or other method as approved by the Engineer followed by sandblasting. After all scarifying, chipping, sandblasting and cleaning is completed, the entire lane or strip being overlaid shall be cleaned in final preparation for placing concrete using either compressed air or vacuum machines. Vacuum machines shall be used when warranted by applicable a i r useu w. e. � vv � � � �� ., y wp p o llution ordinances. Scarifying with either rotary milling machines or shot blasting machines, hand tool chipping, sandblasting and cleaning in areas adjacent to a lane or strip being cleaned in final preparation for placing concrete shall be discontinued when final preparation is begun. Scarifying and hand tool chipping shall remain suspended until the concrete has been placed and the requirement for curing time has been satisfied. Sandblasting and cleaning shall remain suspended for the first 24 hours of curing time after the completion of concrete placing. If the hydro demolishing scarification process is used, scarification may proceed during the final cleaning and overlay placement phases of the work on adjacent portions of the structure so long as the hydro demolisher operations are confined to areas which are a minimum of 100 feet away from the defined limits of the final cleaning or overlay placement in progress. If the hydro demolisher impedes or interferes in any way with the final cleaning or overlay placement as determined by the Engineer, the hydro demolishing work shall be terminated immediately and the hydro demolishing equipment removed sufficiently away from the area being prepared or overlaid to eliminate the conflict. If the grade is such that water and contaminates from the hydro demolishing operation will flow into the area being prepared or overlaid, the hydro demolishing operation shah be terminated and shall remain suspended for the first 24 hours of curing time after the completion of concrete placement. If, after final cleaning, the lane or strip being overlaid becomes wet, the Contractor shall flush the surface with high pressure water, prior to placement of the overlay. All free standing water shall be removed prior to concrete placement. Concrete placement shall begin within 24 hours of the completion of deck preparation for the portion of the deck to be overlaid. If concrete placement has not begun within 24 hours, the lane or strip being overlaid shall be cleaned by a light sand blasting followed by washing with the high pressure water spray or by cleaning with the high pressure spray as approved by the Engineer. 62 Traffic other than required construction equipment will not be permitted on any portion of the lane or strip being overlaid that has undergone final preparation for placing concrete unless approved by the Engineer. To prevent contamination, all equipment allowed on the deck after final cleaning shall be equipped with drip guards. 6- 09.3(8) Quality Assurance 6- 09.3(8)A Quality Assurance for Microsilica Modified and Fly Ash Modified Concrete Overlays The Engineer will perform slump, temperature, and entrained air tests for acceptance after the Contractor indicates that the concrete is ready for placement. Concrete from the first truck load shall not be placed until tests for acceptance have been completed by the Engineer and the results indicate that the concrete is within acceptable limits. Sampling and testing will continue for each load until two successive loads meet all applicable acceptance test requirements. Except for the first load of concrete, up to 1/2 cubic yard may be placed prior to testing for acceptance. After two successive tests indicate that the concrete is within specified limits, the sampling and testing frequency may decrease to one for every three truck loads. Loads to be sampled will be selected in accordance with the random selection process outlined in FOP for WAQTC TM2. When the results of any subsequent acceptance test indicates that the concrete does not conform to the specified limits, the sampling and testing frequency will be resumed for each truck load. Whenever two successive subsequent tests indicate that the concrete is within the specified limits, the random sampling and testing frequency of one for every three truck loads may resume. The test for determining the slump of the concrete will be conducted in accordance with the WSDOT FOP for AASHTO T 119 and the test for determining the percentage of entrained air will be conducted in accordance with the WAQTC FOP for AASHTO T 152 The Engineer will test for slump and /or air any load of concrete the Engineer deems necessary. 6- 09.3(8)B Quality Assurance for Latex Modified Concrete Overlays The Engineer will perform operational control testing as the concrete is being placed. The Contractor shall provide the Engineer with a 1/4 -cubic yard container and assistance in obtaining and handling samples. The 1/4 -cubic yard container shall have a 9 -inch minimum depth and shall be placed on a level surface. A minimum of one test per mobile mixer per shift will be conducted. The test will be conducted after eight minutes of mixer operation. The Engineer will perform slump and air tests as the concrete is being placed. The minimum number of tests will be one slump test and one air test per mobile mixer, beginning with the first charge and every other charge thereafter. The sample will be taken after the first two minutes of continuous mixer operation. The concrete will be sampled as follows: 1. While concrete is being deposited onto the bridge deck, the stream will be diverted into a wheelbarrow or other suitable container. Approximately 1 cubic foot of concrete will be sufficient to conduct one slump test and one air test. 63 .2. Take the sample to the test site. The test site should be located away from the mobile mixer and off the end of the bridge if practical. 3. Allow the sample to stand undisturbed. The fresh concrete sample must be protected from sunlight and wind until the conclusion of the testing. Total time from discharge to time of start of slump testing will not exceed six and one half minutes. The test for determining the slump of the concrete will be conducted in accordance with WSDOT FOP for AASHTO T 119 and the test for determining the percentage of entrained air will be conducted in accordance with WAQTC FOP for AASHTO T 152. During the initial proportioning, mixing, placing, and finishing operations, the Engineer may require the presence of a technical representative from the latex admixture manufacturer. The technical representative shall be capable of performing, demonstrating, inspecting, and testing all of the functions required for placement of the latex modified concrete as specified in Section 6- 09.3(11) and as approved by the Engineer. This technical representative shall aid in the proper installation of the latex modified concrete. Recommendations made by the technical representative on or off the jobsite, and approved by the Engineer, shall be adhered to by the Contractor at no additional expense to the Contracting Agency. En _ advise the C.nntractor in writing a minimum of five IIV The V he L. the " " -'� writing working days before such services are required. 6- 09.3(9) Mixing Concrete For Concrete Overlay 6- 09.3(9)A Mixing Microsilica Modified or Fly Ash Modified Concrete Mixing of concrete shall be in accordance with Section 6 -02, with the following exceptions: 1. The mixing shall be done at a batch plant. 2. The volume of concrete transported by truck shall not exceed six cubic yards per truck. 6- 09.3(9)B Mixing Latex Modified Concrete The equipment used for mixing the concrete shall be operated with strict adherence to the procedures set forth by its manufacturer. A minimum of two mixers will be required at the overlay site for each concrete placement when the total volume of concrete to be placed during the concrete placement exceeds the materiai storage capacity of a single mixer. Additional mixers may be required if conditions require that material be stockpiled away from the jobsite. The Contractor shall have sufficient mixers on hand to ensure a consistent and continuous delivery and placement of concrete throughout the concrete placement. Charging the mobile mixer shall be done in the presence of the Engineer. Mixing capabilities shall be such that the finishing operation can proceed at a steady pace. 6- 09.3(10) Overlay Profile and Screed Rails The overlay shall have a thickness of 1 -1/2 inches or as specified by the Engineer. The thickness shall be verified prior to the placement of concrete by attaching a 64 filler block, having a thickness of 1/4 inch less than the overlay thickness, to the bottom of the screed. The filler block shall pass freely over the surface to be overlaid. With the screed guides 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 overlay thickness does not verify, the profile of the new concrete surface shall be adjusted as approved by the Engineer. After the overlay thickness has been verified, changes in the finishing machine elevation controls will not be allowed. 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. 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. The Contractor shall be responsible for setting screed control to obtain the nominal overlay thickness specified as well as the finished surface smoothness requirements. 6- 09.3(11) Placing Concrete Overlay Prior to concrete placement, the Contractor shall review the equipment, procedures, personnel, and previous results with the Engineer. Inspection procedures shall also be reviewed to ensure coordination. Concrete placement shall be made in accordance with Section 6 -02 and the following requirements: 1. After the lane or strip to be overlaid has been prepared and immediately before placing the concrete, it shall be thoroughly soaked and kept continuously wet with water for a minimum period of six hours prior to placement of the concrete. All free standing water shall be removed prior to concrete placement. During concrete placement, the lane or strip shall be kept moist. The concrete shall then be promptly and continuously delivered and deposited on the placement side of the finishing machine. If latex modified concrete is used, the concrete shall be thoroughly brushed into the surface and then brought up to final grade. If either microsilica modified concrete or fly ash modified concrete are used, a slurry of the concrete, excluding aggregate, shall be thoroughly brushed into the surface prior to the overlay placement. 65 Care shall be exercised to ensure that the surface receives a thorough, even coating and that the rate of progress is limited so that the brushed concrete does not become dry before it is covered with additional concrete as required for the final grade. All aggregate which is segregated from the mix during the brushing operation shall be removed from the deck and disposed of by the Contractor. If either microsilica modified concrete or fly ash modified concrete are used, the Contractor shall ensure that a sufficient number of trucks are used for concrete delivery to obtain a consistent and continuous deliLery and placement of concrete throughout the concrete placement operation. When concrete is to be placed against the concrete in a previously placed transverse joint, lane, or strip, the previously placed concrete shall be sawed back six inches to straight and vertical edges and shall be sandblasted or water blasted before new concrete is placed. The Engineer may decrease the six inch saw back requirement to two inches minimum, if a bulkhead was used during previous concrete placement and the concrete was hand vibrated along the bulkhead. 2. Concrete placement shall not begin if rain is expected. Adequate precautions shall be taken to protect freshly placed concrete in the event that rain begins during placement. Concrete that is damaged by rain shall be removed and Yeplaced by the Contractor at no additional expense t the Contracting Agency, and to the satisfaction of the Engineer. 3. Concrete shall not be placed when the temperature of the concrete surface is less than 45F or greater than 75F, when the combination of air temperature, relative humidity, fresh concrete temperature, and wind velocity at the construction site produces an evaporation rate of 0.15 pound per square foot of surface per hour as determined from Table 6- 02.3(6) -1, or when winds are in excess of 10 mph. If the Contractor elects to work at night to meet these criteria, adequate lighting shall be provided at no additional expense to the Contracting Agency, and as approved by the Engineer. 4. If concrete placement is stopped for a period of one -half hour or more, the Contractor shall install a bulkhead transverse to the direction of placement at a position where the overlay can be finished full width up to the bulkhead. The bulkhead shall be full depth of the overlay and shall be installed to grade. The concrete shall be finished and cured in accordance with these specifications. Further placement is permitted only after a period of 12 hours unless a gap is left in the lane or strip. The gap shall be of sufficient width for the finishing machine to clear the transverse bulkhead installed where concrete placement was stopped. The previously placed concrete shall be sawed back from the bulkhead, to a point designated by the Engineer, to straight and vertical edges and shall be sandblasted or water blasted before new concrete is placed. 5. Concrete shall not be placed against the edge of an adjacent lane or strip that is less than 36 hours old. 66 6- 09.3(12) Finishing Concrete Overlay Finishing shall be accomplished in accordance with the applicable portions of Section 6- 02.3(10) and as follows. Concrete shall be placed and struck -off approximately 1/2 inch above final grade and then consolidated and finished to final grade with a single pass (the Engineer may require additional passes) of the finishing machine. Hand finishing may be necessary to close up or seal off the surface. The final product shall be a dense uniform surface. Latex shall not be sprayed on a freshly placed latex modified concrete surface; however, a light fog spray of water is permitted if required for finishing, as determined by the Engineer. As the finishing machine progresses along the placed concrete, the surface shall be given a final finish by texturing with a comb perpendicular to the center line of the bridge. The texture shall be applied immediately behind the finishing machine. The comb shall consist of a single row of metal tines capable of producing 1/8 inch wide striations approximately 0.015 foot in depth at approximately 1/2 -inch spacing. The combs may be operated manually or mechanically, either singly or in gangs (several combs placed end to end). This operation shall be done in a manner that will minimize the displacement of the aggregate particles. The texture shall not extend into areas within 2 feet of the curb line. The non - textured concrete within 2 feet of the curb line shall be hand finished with a steel or magnesium trowel. Screed rails and construction dams shall be separated from the newly placed concrete by passing a pointing trowel along the inside surfaces of the rails or dams. Care shall be exercised to ensure that this trowel cut is made for the entire depth and length of rails or dams after the concrete has stiffened sufficiently that it does not flow back. After the burlap cover has been removed and the concrete surface has dried, but before opening to traffic, all joints and visible cracks shall be filled and sealed with a high molecular weight methacrylate resin (HMWM). Cracks 1/16 inch and greater in width shall receive two applications of HMWM. Immediately following the application of HMWM, the wetted surface shall be coated with sand for abrasive finish. 6- 09.3(13) Curing Concrete Overlay As the texturing portion of the finishing operation progresses, the concrete shall be immediately covered with a single layer of clean, new or used, wet burlap. The burlap shall have a maximum width of six feet. The Engineer will determine the suitability of the burlap for reuse, based on the cleanliness and absorption ability of the burlap. Care shall be exercised to ensure that the burlap is well drained and laid flat with no wrinkles on the deck surface. Adjacent strips of burlap shall have a minimum overlap of six inches. Once in place the burlap shall be lightly fog sprayed with water. A separate layer of white, reflective type polyethylene sheeting shall immediately be placed over the wet burlap. The concrete shall then be wet cured by keeping the burlap wet for a minimum of 42 hours after which the polyethylene sheeting and burlap may be removed. Traffic shall not be permitted on the finished concrete until the specified curing time is satisfied and until the concrete has reached a minimum compressive strength of 67 3,000 psi as verified by rebound number determined in accordance with ASTM C 805. 6- 09.3(14) Checking for Bond After the requirements for curing have been met, the entire overlaid surface shall be sounded by the Contractor, in a manner approved by and in the presence of the Engineer, to ensure total bond of the concrete to the bridge deck. Concrete in unbonded areas shall be removed and replaced by the Contractor with the same modified concrete as used in the overlay at no additional expet to the Contracting Agency. All cracks, except those that are significant enough to require removal, shall be thoroughly filled and sealed as specified in Section 6- 09.3(12). After the curing requirements have been met, the Contractor may use compressed air to accelerate drying of the deck surface for crack identification and sealing. 6 -09.4 Measurement Scarifying concrete surface will be measured by the square yard of surface actually • scarified. Modified concrete overlay will be measured by the cubic foot of material placed. For latex modified concrete overlay, the volume will be determined by the theoretical yield of the design mix and documented by the counts of the cement meter less waste. For both microsilica modified concrete overlay and fly ash modified co ove rla y th volt Ime will he determined from the concrete supplier's Certificate of Compliance for each batch delivered less waste. Waste is defined as the following: 1. Material not placed. 2. Material placed in excess of six inches outside a longitudinal joint or transverse joint. Finishing and curing modified concrete overlay will be measured by the square yard of overlay surface actually finished and cured. When further deck preparation is measured by volume, it will be measured by the cubic foot of material placed. When latex modified concrete overlay is used as the repair material, the volume will be determined by the theoretical yield of the design . mix and documented by the counts of the cement meter less waste. When either microsilica modified concrete overlay, fly ash modified concrete overlay, or concrete Class M are used as the repair material, the volume will be determined from the concrete supplier's Certificate of Compliance for each batch delivered less waste. 6 -09.5 Payment Payment will be made in accordance with Section 1 -04.1, for each of the following bid items that are included in the bid proposal: "Scarifying Conc. Surface ", per square yard. The unit contract price per square yard for "Scarifying Conc. Surface" shall be full pay for performing the work as specified, including testing and calibration of the machines and tools used, containment, collection, and disposal of all water and abrasives used and debris created by the scarifying operation, measures taken to protect adjacent traffic from flying debris, and final cleanup following the scarifying operation. 68 "Modified Conc. Overlay ", per cubic foot. The unit contract price per cubic foot for "Modified Conc. Overlay" shall be full pay for furnishing the modified concrete overlay. "Finishing and Curing Modified Conc. Overlay ", per square yard. The unit contract price per square yard for "Finishing and Curing Modified Conc. Overlay" shall be full pay for performing the work as specified, including placing, finishing, and curing the modified concrete overlay, checking for bond, and sealing all cracks. "Further Deck Preparation ", per cubic foot. When "Further Deck Preparation" is measured by volume, the unit contract price per cubic foot for "Further Deck Preparation" shall be full pay for performing the work as specified, including removing and disposing of the concrete within the repair area, and furnishing, placing, finishing, and curing the repair concrete. "Further Deck Preparation ", force account. When "Further Deck Preparation" is not measured by volume, payment for the work required will be 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 "Further Deck Preparation" in the bid proposal to become a part of the total bid by the Contractor. SECTION 6 -10, CONCRETE BARRIER August 4, 2003 6- 10.3(1) Precast Concrete Barrier The following new paragraph is inserted between the second and third paragraphs: If self compacting concrete (SCC) has been approved for use the requirements of section 6- 02.3(4)C consistency shall not apply. Self compacting concrete (SCC) is concrete that is able to flow under its own weight and completely fill the formwork, even in the presence of dense reinforcement, without the need of any vibration, while maintaining homogeneity. When using SCC modified testing procedures for air content and compressive strength will be used. The modification shall be that molds will be filled completely in one continuous lift with out any rodding, vibration, tamping or other consolidation methods other than lightly taping around the exterior of the mold with a rubber mallet to allow entrapped air bubbles to escape. In addition the fabricators QC testing shall include Slump Flow Test results which do not indicate segregation. As part of the plants approval for use of SCC the plant fabricator shall cast one barrier and have that barrier sawed in half for examination by the Contracting Agency to determine that segregation has not occurred. 6- 10.3(2) Cast -In -Place Concrete Barrier This section is revised to read: Forms for cast -in -place barrier shall be made of steel or of exterior plywood coated with plastic. The Contractor may construct the barrier by the slip -form method. The barrier shall be made of Class 4000 concrete that meets the requirements of Section 6 -02, except that the fine aggregate gradation used for slip form barrier may be either Class 1 or 2. The Contractor may use Portland cement Type III at 69 no additional expense to the Contracting Agency. In addition to the steel reinforcing bar tying and bracing requirements specified in Section 6- 02.3(24) C, the Contractor may also place small amounts of concrete to aid in holding the steel reinforcing bars in place. These small amounts of concrete shall be not more than two cubic feet in volume, and shall be spaced at a minimum of ten -foot intervals within the steel reinforcement cage. These small amounts of concrete shall be consolidated and shall provide two inches minimum clearance to the steel reinforcing bars on the outside face of the barrier. AU spattered and fr excess mortar and t ramr d concrete s h a ll h .rrari rm th c te„ e l re inf o rci ng h art prig r cn�.c�S I i ivt .aI aI Iu vv. �.+� ..w to slip -form casting. Barrier expansion joints shall be spaced at 96 -foot intervals, and dummy joints shall be spaced at 12 -foot intervals unless otherwise specified in the contract. Immediately after removing the forms, the Contractor shall complete any finishing work needed to produce a uniformly smooth, dense surface. The surface shall have no rock pockets and no holes larger than 1 /4 inch across. The barrier shall be cured and finished in accordance with Section 6- 02.3(11) A. The maximum allowable deviation from a 10 -foot straightedge held longitudinally on all surfaces shall be I/4 inch. For single sloped barrier the maximum allowable deviation from a straightedge held along the vertical sloped face of the barrier shall be 9 /4 inch. At final acceptance of the project, the barrier shall be free from stains, smears, and any discoloration. 6- 10.3(7) Concrete Barrier Berm Type 1 This section including title is revised to read: 6- 10.3(7) Vacant 6 -10.4 Measurement The statement "Concrete barrier berms will be measured per each for each berm installed." Is deleted. 6 -10.5 Payment The bid item ( "Conc. Barrier Berms Type 1 ", per each.) is deleted. SECTION 7 -01, DRAINS April 1, 2002 7 -011 Materials In the first paragraph, "Corrugated Polyethylene (PE) Drain Pipe, 8 -inch diameter maximum" is revised to read: Corrugated Polyethylene (PE) Drain Pipe, 10 -inch diameter maximum "Corrugated Polyethylene (PE) Drain Pipe, 12 -inch through 24 -inch diameter maximum" is revised to read: Corrugated Polyethylene (PE) Drain Pipe, 12 -inch through 36 -inch diameter maximum 7n SECTION 7 -02, CULVERTS January 7, 2002 7 -02.2 Materials In the chart "Culvert Pipe Schedules ", the following is revised: In the column "Schedule (Fill Height) ", the symbol 0 is revised to ' (feet). In the columns "Steel ", and "Aluminum ", the symbol o is revised to " (inches). In note 2. The symbol 0 is revised to " (inches). SECTION 7 -04, STORM SEWERS April 1, 2002 7- 04.3(1)F Low Pressure Air Test for Storm Sewers Constructed of Non Air - Permeable Materials This section is supplemented with the following: Reaches of thermoplastic pipe containing no joints shall be exempt from testing requirements. SECTION 7 -05, MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS April 1, 2002 7 -05.2 Materials The referenced section for Gravel Backfill for Drywells is revised to 9- 03.12(5). In the first paragraph, "Precast Concrete Catch Basis" is revised to read: Precast Concrete Catch Basins SECTION 7 -08, GENERAL PIPE INSTALLATION REQUIREMENTS August 4, 2003 7- 08.3(1)A Trenches The first paragraph is revised to read: The length of trench excavation in advance of pipe laying shall be kept to a minimum. Excavations shall be either closed up at the end of day or protected per Section 1- 07.23(1). 7 -08.4 Measurement The fifth paragraph is revised to read: Embankment construction before pipe placement under the applicable provisions of Section 7- 08.3(1)A will be measured in accordance with Section 2 -03. 71 SECTION 7 -09, PIPE AND FITTINGS FOR WATER MAINS August 4, 2003 This section including title is revised in its entirety to read: SECTION 7 -09, WATER MAINS 7 -09.1 Description This w ork sh consist of constr w at e r mains 16 inch in di anti smaller in accordance with the Plans, these Standard Specifications, the Special Provisions and the Standard Plans, at the location shown on the Plans. 7- 09.1(V Definitions 7- 09.1(1)A Trench Widths Trench width is from trench wall to trench wall, outside of shoring. 7- 09.1(1)B Unsuitable Material Material removed because it is unsatisfactory for foundations is defined as unsuitable foundation material. Material removed in trenching which is unsuitable for replacement in the backfill is defined as unsuitable backfill material. 7- 09.1(1)C Gravel Backfill for Pipe Zone Bedding Gravel backfill for pipe zone bedding is the method or material used to transmit load from the pipe into the foundation or into the sidewall support. 7- 09.1(1)D Pipe Zone Backfill Pipe zone backfill includes material placed above the gravel backfill for pipe zone bedding up to the depths shown on the Standard Plans. 7- 09.1(1)E Trench Backfill Trench backfill includes materials placed above the pipe zone backfill. Trench backfill within the roadway prism shall extend up to the underside of the pavement or surfacing materials. Trench backfill outside the roadway prism shall extend up to original ground or finished grade. 7 -09.2 Materials Materials shall meet the requirements of the following sections: Pipe for main line: 9 -30.1 Ductile Iron Pipe 9- 30.1(1) Steel Pipe (6 inches and over) 9- 30.1(4)A Polyvinyl Chloride (PVC) Pressure Pipe (4 inches and over) 9- 30.1(5)A Polyvinyl Chloride (PVC) Pressure Pipe (under 4 inches) 9- 30.1(5)B Polyethylene (PE) Pressure Pipe (4 inches and over) 9- 30.1(6) Fittings for Main Lines: 9 -30.2 Ductile Iron Pipe 9- 30.2(1) Steel Pipe (6 inches and over) 9- 30.2(4)A Polyvinyl Chloride (PVC) Pipe (4 inches and over) 9- 30.2(5)A 72 Polyvinyl Chloride (PVC) Pipe (under 4 inches) 9- 30.2(5)B Restrained Joints 9- 30.2(6) Bolted, Sleeve — Type Couplings for Plain End Pipe 9- 30.2(7) Restrained Flexible Couplings 9- 30.2(8) Grooved and Shouldered Joints 9- 30.2(9) Polyethylene (PE) Pipe (4 inches and over) 9- 30.2(10) Fabricated Steel Mechanical Slip — Type Expansion Joints 9- 30.2(11) Appurtenancues: Concrete Blocking 6- 02.3(2)B Detectable Marking Tape 9 -15.18 Blow Off Assemblies 9 -30.1, 9 -30.2, 9 -30.3, 9 -30.6 Polyethylene Encasement 9- 30.1(2) Steel Pipe (4 inches and under) 9- 30.1(4)B Fittings for Steel Pipe (4 inches and under) 9- 30.2(4)B Aggregates: Foundation Material 9- 03.17, 9 -03.18 Gravel Backfill for Pipe Zone Bedding 9- 03.12(3) Pipe Zone Backfill 9 -03.19 Trench Backfill 9 -03.15 or 9 -03.19 It is not intended that materials listed herein are to be necessarily considered equal or generally interchangeable for all applications. Those suitable for the project shall be specified in the Special Provisions or shown on the Plans. The pipe manufacturer shall test all pipe and fittings as required by these Standard Specifications and the standards referenced. The pipe manufacturer shall submit to the Engineer two (2) copies of all test results including a written certification that material to be delivered is represented by the samples tested and that such delivered materials meet or exceed the specified requirements. No pipe shall be delivered until test results and certifications are in the hands of the Engineer. The Engineer shall have free access to all testing and records pertaining to material to be delivered to the job site. The Engineer may elect to be present at any or all material testing operations. The basis of acceptance shall be a certificate of compliance as described in Section 1 -06.3, accompanied by two (2) copies of pressure test results of the pipe or fittings involved. 7 -09.3 Construction Requirements 7- 09.3(1) General Trench excavation required for the installation of water mains and appurtenances shall be unclassified. Material excavated from trenches and piled adjacent to the trench or in a roadway or public thoroughfare shall be piled and maintained so that the toe of the slope of the spoil material is at least 2 feet from the edge of the trench. It shall be piled in a manner to prevent surface water from flowing into the excavation and in a manner that will cause a minimum of inconvenience to public travel. Free access shall be provided to all fire hydrants, water valves, and meters; 73 and clearance shall be left to enable the free flow of storm water in gutters, conduits, and natural watercourses. 7- 09.3(2) Ungraded Streets On ungraded streets, when grading is not called for in the Contract, the depth of trench excavation shall be as shown on the Plans and as staked. Where the Plans show the pipe is to be laid above the existing ground surface, an embankment fill shall be made and compacted to conform with the section shown on th Plans, an d the water main trench shall be excavated therein. That pnrtinn of the embankment below the bottom of the pipe shall be compacted with rollers or mechanical compactors under controlled moisture conditions as required under Method B of Section 2- 03.3(14)C. 7- 09.3(3) Clearing and Grubbing in Ungraded Streets On ungraded streets, where clearing and grubbing is not called for in the Contract, the area to be excavated or filled shall be cleared and grubbed by the Contractor. This work shall consist of the removal and disposal of logs, stumps, roots, brush, and other refuse within 5 feet of the centerline of the pipe. Such material shall be disposed of in accordance with the Special Provisions. 7- 09.3(4) Removal of Existing Street Improvements Removal t: street improvements nt from driveways e n I-cenloval of existing jruGBt improve�iieniw and pavemei�. from ����vva an sidewalks shall be performed as specified in Section 2 -02. Stockpiling of waste materials along the trench shall not be allowed. 7- 09.3(5) Grade and Alignment The location of blow off assemblies and combination air release /air vacuum valves are shown on the Plans. The Contractor shall verify the locations and establish the depth of the existing water mains at the points where connections are to be made prior to trenching for the pipelines. The profile shall be adjusted so no new high spots or low spots are created between the connection points to the existing water mains. The depth of trenching for water mains shall be such as to give a minimum cover of 36 inches over the top of the pipe unless otherwise specified in the Special Provisions. Deeper excavation may be required due to localized breaks in grade, or to install the new main under existing culverts or other utilities where necessary. Where the profile of the pipeline and the ground surface is shown on the Plans, the pipeline shall be laid to the elevation shown regardless of depth. The excavation shall be to such depth that the minimum cover over valve operating nuts shall be 1 foot. • 7- 09.3(6) Existing Utilities Existing utilities of record, except services, are shown on the Plans. These are shown for convenience only, and the Engineer assumes no responsibility for improper locations or failure to show utility locations on the Plans. When utility services occupy the same space as the new water main, the Contractor shall complete necessary excavation to fully expose such services. The Contractor shall protect said services, and work around them during excavating and pipe laying operations. Any damages to services resulting from the Contractor's operation shall be reported to the appropriate utility. Such damage shall be repaired at the Contractor's expense. 74 7- 09.3(7) Trench Excavation The Contractor shall perform excavation of every description and in whatever materials encountered to the depth indicated on the Plans or specified in the Special Provisions. Excavations shall be made by open cut unless otherwise provided for. Trenches shall be excavated to true and smooth bottom grades and in accordance with the lines given by the Engineer or shown on the Plans. The trench bottom shall provide uniform bearing and support for each length of pipe. Bell holes shall be excavated to the extent necessary to permit accurate work in making and inspecting the joints. The banks of the trenches shall be kept as nearly vertical as soil conditions will permit, and where required to control trench width or to protect adjacent structures, the trench shall be sheeted and braced. Trench widths to 1 foot above the top of the pipe shall not exceed 30 inches maximum or 11/2 times the outside diameter of the pipe plus 18 inches whichever is greater. Standard excavating equipment shall be adjusted so as to excavate the narrowest trench possible. - The length of trench excavation in advance of pipe laying shall be kept to a minimum. Excavations shall be either closed up at the end of day or protected per Section 1- 07.23(1). The Contractor shall exercise sound engineering and construction practices in excavating the trench and maintaining the trench so that no damage will occur to any foundation, structure, pole line, pipe line, or other facility because of slough or slopes, or from any other cause. If, as a result of the excavation, there is disturbance of the ground, which may endanger other property, the Contractor shall immediately take remedial action at no additional expense to the Contracting Agency. No act, representation, or instruction of the Engineer shall in any way relieve the Contractor from liability for damages or costs that result from trench excavation. Care shall be taken not to excavate below the depth specified. Excavation below that depth shall be backfilled with foundation material and compacted as specified herein. If workers have to enter any trench or other excavation 4 feet or more in depth that does not meet the open pit requirements of Section 2- 09.3(3)B, it shall be shored. The Contractor alone shall be responsible for worker safety, and the Contracting Agency assumes no responsibility. Upon completing the work, the Contractor shall remove all shoring unless the Plans or the Engineer direct otherwise. 7- 09.3(7)A Dewatering of Trench Where water is encountered in the trench, it shall be removed during pipe - laying operations and the trench so maintained until the ends of the pipe are sealed and provisions are made to prevent floating of the pipe. Trench water or other deleterious materials shall not be allowed to enter the pipe at any time. 7- 09.3(7)B Rock Excavation Rock excavation shall cover the removal and disposal of rock that requires systematic drilling and blasting for its removal, and also boulders exceeding 1/2 cubic yard. Ledge rock, boulders, or stones shall be removed to provide a minimum clearance of 4 inches under the pipe. 75 Hardpan, hard clay, glacial till, sandstone, siltstone, shale, or other sedimentary rocks, which are soft, weathered, or extensively fissured will not be classified as rock excavation. Rock is defined as one which has a modulus of elasticity of more than 200,000 psi or unconfined compressive strength at field moisture content of more than 2,000 psi. Materials removed shall be replaced with gravel backfill for pipe zone bedding, pipe zone backfill or trench backfill as designated by the Engineer. 7- 09.3(7)C Extra Trench Excavation Changes in grades of the water main from those shown on the Plans, or as provided in the Special Provisions, may be necessary because of unpiotted utilities, or for other reasons. if, in the opinion of the Engineer, it is necessary to adjust, correct, relocate, or in any way change the line and grade, such changes shall be made by the Contractor under the terms of these Standard Specifications. When pipeline grade is lowered in excess of 1 foot below the grade indicated on the Plans, the Contractor shall make such extra excavation as necessary. When the pipeline horizontal alignment is changed by more than 1 foot from the line indicated on the Plans, after the trench has been excavated, the Contractor shall excavate the trench at the changed location and backfill and compact the previous trench. Additional excavation so required will be classified as extra trench excavation. 7- 09.3(8) Removal and Replacement of Unsuitable Materials Whenever in excavating the trench for water mains, the bottom of the trench exposes peat, soft clay, quicksand, or other unsuitable foundation material, such material shall be removed to the depth directed by the Engineer and backfilled with foundation material. When determined by the Engineer that silty soils or fine sandy soils are encountered, Class C foundation material shall be required. Silty soils or fine sandy soils usually flow in the presence of a stream of water. When determined by the Engineer that clays, peats, or other soft materials are encountered that become saturated with water, but do not break down into fine particles and flow, Class A or Class B foundation material shall be required. Material removed from the trench that is unsuitable for trench backfill shall be removed and hauled to a waste site. If material is not available within the limits of the project for backfilling the trench, the Contractor shall furnish trench backfill meeting the requirements of Section 9- 03.12(3) or 9 -03.19 as required. Unsuitable material shall be loaded directly into trucks and hauled to a waste site obtained by the Contractor. Stockpiling of unsuitable material at the project site shall not be allowed. • 7- 09.3(9) Bedding the Pipe Gravel backfill for pipe zone bedding shall be select granular material free from wood waste, organic material, and other extraneous or objectionable materials and shall have a maximum dimension of 1 -1/2 inches. Gravel backfill for pipe zone bedding shall be placed to the depths shown on Standard Plan B -11. Gravel backfill for pipe zone bedding shall be rammed and tamped around the pipe to 95 percent of maximum density by approved hand -held tools, so as to provide firm and uniform support for the full length of the pipe, valves, and fittings. Care shall 7A be taken to prevent any damage to the pipe or its protective coating. 7- 09.3(10) Backfilling Trenches Prior to backfilling, form lumber and debris shall be removed from the trench. Sheeting used by the Contractor shall be removed just ahead of the backfilling. Backfill up to 12 inches over the top of the pipe shall be evenly and carefully placed. Materials capable of damaging the pipe or its coating shall be removed from the backfill material. The remainder of the material shall be placed by dumping into the trench by any method at the option of the Contractor, and shall be compacted as specified hereinafter. A minimum 3 -inch sand cushion shall be placed between the water main and existing pipelines or other conduits when encountered during construction and as directed by the Engineer. 7- 09.3(11) Compaction of Backfill Backfill shall be compacted to at least 95 percent of maximum density as specified in Section 2- 03.3(14)D. At locations where paved streets, roadway shoulders, driveways, or sidewalks will be constructed or reconstructed over the trench, the backfill shall be spread in layers and be compacted by mechanical tampers. In such cases, the backfill material shall be placed in successive layers not exceeding 6 inches in loose thickness, and each layer shall be compacted with mechanical tampers to the density specified herein. Mechanical tampers shall be of the impact type as approved by the Engineer. 7- 09.3(12) General Pipe Installation Pipe shall be installed in accordance with the manufacturer's printed specifications and instructions, and to the standards of the AWWA for installing the type of pipe used. The Contractor shall provide tools and equipment, including any special tools required for installing each particular type of pipe used. Short lengths of pipe supplied by the manufacturer shall be used whenever possible to provide the proper spacing of valves, tees, or special fittings. 7- 09.3(13) Handling of Pipe Pipe shall be handled in a manner that will prevent damage to the pipe, pipe lining, or coating. Pipe and fittings shall be loaded and unloaded using hoists and slings in a manner to avoid shock or damage, and under no circumstances shall they be dropped, skidded, or rolled against other pipe. If any part of the coating or lining is damaged, repair thereof shall be made by the Contractor at no additional expense to the Contracting Agency and in a manner satisfactory to the Engineer. Damaged pipe shall be rejected, and the Contractor shall immediately place damaged pipe apart from the undamaged and shall remove the damaged pipe from the site within 24 hours. Threaded pipe ends shall be protected by couplings or other means until laid. Pipe and fittings shall be inspected for defects. Dirt or other foreign material shall be prevented from entering the pipe or pipe joint during handling or laying operations, and any pipe or fitting that has been installed with dirt or foreign material in it shall be removed, cleaned, and re -laid. At times 77 when pipe laying is not in progress, the open ends of the pipe shall be closed by a watertight plug or by other means approved by the Engineer to ensure cleanliness inside the pipe. 7- 09.3(14) Cutting Pipe Whenever it becomes necessary to cut a length of pipe, the cut shall be made by abrasive saw or by a special pipe cutter. Pipe ends shall be square with the longitudinal axis of the pipe and shall be reamed and otherwise smoothed so that good connections can be made. Threads shall be cleanly cut. Oxyacetylene torch cuttine of ductile iron pipe shall not be alloweri 7- 09.3(15) Laying of Pipe on Curves 7- 09.3(15)A Ductile Iron Pipe Long radius curves, either horizontal or vertical, may be laid with standard pipe lengths by deflecting the joints. If the pipe is shown curved on the Plans and no special fittings are shown, the Contractor can assume that the curves can be made by deflecting the joints with standard lengths of pipe. If shorter lengths are required, the Plans will indicate maximum lengths that can be used. The amount of deflection at each pipe joint when pipe is laid on a horizontal or vertical curve shall not exceed the manufacturer's printed recommended deflections. Where field conditions require deflection or curves not anticipated by the Plans, the Engineer will determine the methods to be used. No additional payment will be made for laying pipe on curves as shown on the Plans, or for field changes involving standard lengths of pipe deflected at the joints. When special fittings not shown on the Plans are required to meet field conditions, additional payment will be made for special fittings as provided in Section 1 -09.6. When rubber gasketed pipe is laid on a curve, the pipe shall be jointed in a straight alignment and then deflected to the curved alignment. Trenches shall be made wider on curves for this purpose. 7- 09.3(15)B Polyvinyl Chloride (PVC) Pipe (4 Inches and Over) PVC pipe may be bent to allow for slight changes in direction. The minimum bending radius shall be as follows: Size Minimum Bending Radius 4 -inch 125 feet 6 -inch 175 feet 8 -inch 225 feet 10 -inch 275 feet 12 -inch 325 feet 14 -inch 400 feet Axial deflection at the pipe joints shall not be allowed. For 16 -inch diameter pipe, changes in direction may be accomplished by axial deflection of the pipe joint. The maximum axial deflection allowed at each joint is one degree. For changes in direction greater than one degree per pipe joint, fittings shall be used. 7- 09.3(16) Cleaning and Assembling Joint The pipe ends, couplings, fittings, and appurtenances shall be cleaned to remove oil, grit, or other foreign matter from the joint. Care shall be taken to keep the joint 7R from contacting the ground. Pipe not furnished with a depth mark shall be marked before assembly to ensure visual observation of the work. 7- 09.3(17) Laying Ductile Iron Pipe with Polyethylene Encasement Where shown on the Plans, the Contractor shall lay ductile iron pipe with a polyethylene encasement. Pipe and polyethylene encasement shall be installed in • accordance with AWWA C105. 7- 09.3(18) Coupled Pipe 4 Inches in Diameter and Larger Joints for steel pipe shall be bell and spigot or welded as specified in the Special Provisions. Component parts of couplings, rings, and bells shall receive a protective coating in the same manner as specified for the steel pipe. Bolts and nuts, exposed edges, and flanges shall, after installation, be covered with coal -tar protective coating conforming to AWWA C203 or other coating approved by the Engineer. Steel pipe 4 inches and larger for above - ground service shall be coupled with flanges, compression type or grooved type couplings. Pipe for outdoor service above ground shall be protected with a coal -tar protective coating conforming to AWWA C203 or other coating approved by the Engineer. 7- 09.3(19) Connections 7- 09.3(19)A Connections to Existing Mains Connections to the existing water main shall not be made without first making the necessary scheduling arrangements with the Engineer in advance. Work shall not be started until all the materials, equipment, and labor necessary to properly complete the work are assembled on the site. Existing water mains shall be cut by the Contractor unless otherwise specified in the Special Conditions. The Contractor shall remove the portions of pipe to provide for the installation of the required fittings at the points of connection. Damage caused by the Contractor's operations to existing joints in piping to remain in- service shall be repaired by the Contractor at no additional expense to the Contracting Agency. The Contractor shall determine the exact length of the existing water main that must be removed. The pipe ends shall be beveled to prevent damage to the transition coupling gasket during installation of the coupling. The exterior of the existing pipe end shall be cleaned to a sound, smooth finish before installation of the coupling. Transition couplings shall be installed by the Contractor and shall be provided with a plastic film wrap. The plastic film wrap shall be wrapped loosely around the pipe, fittings, and couplings, and secured with 2- inch -wide polyethylene adhesive tape. Pipelines in which the couplings are installed shall be wrapped a minimum of 3 feet on each side of the coupling. Joints or seams in the plastic film wrap shall be made using the 2- inch -wide polyethylene adhesive tape. The plastic film wrap need not be watertight, but no part of the pipe or coupling shall be exposed to the backfill. Care shall be exercised during backfilling to prevent the plastic film wrap from being punctured or otherwise damaged. Plastic film wrap and its installation shall conform to AWWA C105 except as modified herein. 79 Once work is started on a connection, it shall proceed continuously without interruption and as rapidly as possible until completed. No shutoff of mains will be permitted overnight, over weekends, or on holidays. If the connection to the existing system involves turning off the water, the Contractor shall be responsible for notifying the residents affected by the shutoff. The Engineer will advise which property owners are to be notified. The Contractor may be required to perform the connection during times other than no working h ours. The Contractor shall net operate any valves on the existing system without specific permission of the Engineer. The types of connections are varied and suggested piping arrangements have been shown on the Plans. For the installation of these connections, the surfaced portion of the roadway shall not be penetrated unless the connecting point is directly under it. For connection by any other method, the Contractor shall furnish a detailed sketch for approval not less than two weeks prior to the expected construction. 7- 09.3(19)B Maintaining Service Where existing services are to be transferred from old to new mains, the Contractor shall plan and coordinate its work with that of the Utility so that service will be resumed with the least possible inconvenience to customers. To supply customers with water during the construction of a water main project where any section of the pipe has passed satisfactory hydrostatic and bacteriological tests, the Utility reserves the right to tap corporation stops into the section of new pipe and install service connections at such locations as the Utility may elect. The installation of any such service connections by the Utility shall not be construed by the Contractor as an acceptance by the Contracting Agency of any part of the work required under the Contract. 7- 09.3(20) Detectable Marking Tape Detectable marking tape shall be installed over nonmetallic water lines including services lines. The tape shall be placed approximately 1 foot above the top of the line and shall extend its full length. Detectable marking tape shall meet the requirements of Section 9- 15.18. 7- 09.3(21) Concrete Thrust Blocking Concrete thrust blocking, as detailed on the Plans, shall be placed at bends, tees, dead ends, and crosses. Blocking shall be commercial concrete meeting the requirement of Section 6- 02.3(2)B poured in place. Concrete blocking shall bear against solid undisturbed earth at the sides and bottom of the trench excavation and shall be shaped so as not to obstruct access to the joints of the pipe or fittings. 7- 09.3(22) Blowoff Assemblies Blowoff Assemblies shall be constructed at the locations shown on the Plans and in accordance with the Standard Plans. 7- 09.3(23) Hydrostatic Pressure Test Water main appurtenances and service connections to the meter setter shall be tested in sections of convenient length under a hydrostatic pressure equal to 150 psi in excess of that under which they will operate or in no case shall the test Fin pressure be less than 225 psi. Pumps, gauges, plugs, saddles, corporation stops, miscellaneous hose and piping, and measuring equipment necessary for performing the test shall be furnished and operated by the Contractor. Sections to be tested shall normally be limited to 1,500 feet. The Engineer may require that the first section of pipe, not less than 1,000 feet in length, installed by each of the Contractor's crews, be tested in order to qualify the crew and the materials. Pipe laying shall not be continued more than an additional 1,000 feet until the first section has been tested successfully. The pipeline shall be backfilled sufficiently to prevent movement of the pipe under pressure. Thrust blocks shall be in place and time allowed for the concrete to cure before testing. Where permanent blocking is not required, the Contractor shall furnish and install temporary blocking and remove it after testing. The mains shall be filled with water and allowed to stand under pressure a sufficient length of time to allow the escape of air and allow the lining of the pipe to absorb water. The Contracting Agency will furnish the water necessary to fill the pipelines for testing purposes at a time of day when sufficient quantities of water are available for normal system operation. The test shall be accomplished by pumping the main up to the required pressure, stopping the pump for 15 minutes, and then pumping the main up to the test pressure again. During the test, the section being tested shall be observed to detect any visible leakage. A clean container shall be used for holding water for pumping up pressure on the main being tested. This makeup water shall be sterilized by the addition of chlorine to a concentration of 50 mg /I. The quantity of water required to restore the pressure shall be accurately determined by pumping through a positive displacement water meter. The meter shall be approved by the Engineer. Acceptability of the test will be determined as follows: �= SD 266,400 The quantity of water lost from the main shall not exceed the number of gallons per hour as determined by the formula: in which L = allowable leakage, gallons /hour D = nominal diameter of the pipe in inches P = test pressure during the leakage test (psi) S = gross length of pipe tested, feet There shall not be an appreciable or abrupt loss in pressure during the 15 minute test period. Pressure gauges used in the test shall be accompanied with certifications of accuracy from a testing laboratory approved by the Engineer. Any visible leakage detected shall be corrected by the Contractor regardless of the 81 allowable leakage specified above. Should the tested section fail to meet the pressure test successfully as specified, the Contractor shall, at no additional expense to the Contracting Agency, locate and repair the defects and then retest the pipeline. Tests shall be made with the hydrant auxiliary gate valves open and pressure against the hydrant valve. Each valve shall be tested by closing each in turn and relieving the pressure beyond. This test of the valve will be acceptable if there is no immediate loss of pressure on the gauge when the pressure comes against the valve being checked. The rpntrart -r chill verify that the presci re differential across the valve does not exceed the rated working pressure of the valve. Prior to calling out the Engineer to witness the pressure test, the Contractor shall have all equipment set up completely ready for operation and shall have successfully performed the test to ensure that the pipe is in satisfactory condition. Defective materials or workmanship, discovered as a result of hydrostatic field test, shall be replaced by the Contractor at no additional expense to the Contracting Agency. Whenever it is necessary to replace defective material or correct the workmanship, the hydrostatic test shall be re -run at the Contractor's expense until a satisfactory test is obtained. 7- 09.3(23)A Testing Extensions From Existing Mains When an existing water main is extended with new pipe to a new valve and the distance from the existing pipe to the new valve is 18 feet or less, the section of new pipe installed between the new valve and the end of the existing main shall be made with pretested, prechlorinated pipe, and no hydrostatic test will be required. When the required hydrostatic tests are conducted in the new main section beyond the installed new valve in the closed position, the normal pressure of the existing main may be present against the other side of the new valve. Where the distance between the end of an existing water main pipe extension to the new valve is more than 18 feet, the connection of the new pipe to existing pipe shall not be made until after hydrostatic tests have been made to the required pressure in both directions against the new valve. This shall be accomplished by a temporary cap or plug installed on the end of the new pipe, beyond the new valve, as close as possible to the existing pipe for testing purposes. The short length of pipe between the temporary cap or plug end with the new valve in the closed position, with no hydrostatic pressure active on the opposite side of the valve, shall be subjected to the required test pressure. The same test shall be made against the other side of the new valve when that section of pipe is tested with no hydrostatic pressure active in the short section of pipe toward the existing main. The final connection to the existing main shall be made with pretested prechlorinated pipe. 7- 09.3(23)B Testing Section with Hydrants Installed When hydrants are included with the section of main pipe to be tested, the testing shall be conducted in three separate tests as follows: Test No. 1— Water main gate valves and hydrant auxiliary gate valves closed, with the hydrant operating stem valves and hose ports wide open. Test No. 2 — Water main gate valves and the hydrant operating the stem valves tightly closed but the hydrant auxiliary gate valves and hose ports R9 wide open. Test No. 3 — Each hydrant shall be tested to the pressure indicated in Section 7- 09.3(23) with the hydrant auxiliary gate valve and hose ports closed and the hydrant operating stem valve wide open. 7- 09.3(23)C Testing Hydrants Installed on Existing Mains For hydrants installed and connected to an existing main, the hydrant connection including hydrant tee, connection pipe, and auxiliary gate valves, shall be installed with pretested materials. Before the hydrant connection is made to the existing main, the hydrant installation shall be subjected to the hydrostatic Test No. 3 as specified in Section 7- 09.3(23)B. Hydrants installed and connected to an existing main shall have a satisfactory bacteriological sample obtained following the hydrostatic test. 7- 09.3(24) Disinfection of Water Mains Before being placed into service, new water mains and repaired portions of, or extensions to, existing mains shall be chlorinated and a satisfactory bacteriological report obtained. In the event two unsatisfactory bacteriological reports are obtained on a section of pipe, the Contractor shall revise his method of disinfection and the form of applied chlorine. 7- 09.3(24)A Flushing Sections of pipe to be disinfected shall first be flushed to remove any solids or contaminated material that may have become lodged in the pipe. If a hydrant is not installed at the end of the main, then a tap shall be provided large enough to develop a flow velocity of at least 2.5 fps in the water main. Taps required by the Contractor for temporary or permanent release of air, chlorination or flushing purposes shall be provided by the Contractor as part of the construction of water mains. Where dry calcium hypochlorite is used for disinfection of the pipe, flushing shall be done after disinfection. The Contractor shall be responsible for disposal of treated water flushed from mains and shall neutralize the wastewater for protection of aquatic life in the receiving water before disposal into any natural drainage channel. The Contractor shall be responsible for disposing of disinfecting solution to the satisfaction of the Contracting Agency and local authorities. If approved by the Engineer, disposal may be made to an available sanitary sewer provided the rate of disposal will not overload the sewer. 7- 09.3(24)B Requirement of Chlorine Before being placed into service, new mains and repaired portions of, or extensions to, existing mains shall be chlorinated so that a chlorine residual of not less than 25 mg /I remains in the water after standing 24 hours in the pipe. The initial chlorine content of the water shall be not less than 50 mg /I. 7- 09.3(24)C Form of Applied Chlorine Chlorine shall be applied by one of the methods which follow, to give a dosage of not less than 50 mg /I of available chlorine. 83 7- 09.3(24)D Dry Calcium Hypochlorite As each length of pipe is laid, sufficient high test calcium hypochlorite (65 -70% chlorine) shall be placed inside the pipe to yield a dosage of not less than 50 mg /I available chlorine, calculated on the volume of the water which the pipe and appurtenances will contain. The number of grams of 65% test calcium hypochlorite required for a 20 -foot length of pipe equals 0.008431 x d , in which "d" is the diameter in inches. 7- 09.3(24)E Liquid Chlorine A chlorine gas -water mixture shall be applied by means of a solution -feed chlorinating device, or the dry gas may be fed directly through proper devices for regulating the rate of flow and providing effective diffusion of the gas into the water within the pipe being treated. Chlorinating devices for feeding solutions of the chlorine gas, or the gas itself, must provide means for preventing the backflow of water into the chlorine. 7- 09.3(24)F Chlorine - Bearing Compounds in Water A mixture of water and high -test calcium hypochlorite (65 -70% CI) may be substituted for the chlorine gas -water mixture. The dry powder shall first be mixed as a paste and then thinned to a 1 percent chlorine solution by adding water to give a total quantity of 7.5 gallons of water per pound of dry powder. This solution shall be injected in one end of the section of main to be disinfected while filling the main with water. 7- 09.3(24)G Sodium Hypochlorite Sodium hypochlorite, commercial grade (12.5% CI) or in the form of liquid household bleach (5 -6% CI), may be substituted for the chlorine gas -water mixture. This liquid chlorine compound may be used full strength or diluted with water and injected into the main in correct proportion to the fill water so that dosage applied to the water will be at least 50 mg /I. 7- 09.3(24)H Point of Application The point of application of the chlorinating agent shall be at the beginning of the pipeline extension or any valved section of it, and through a corporation stop inserted in the horizontal axis of the pipe. The water injector for delivering the chlorine- bearing water into the pipe should be supplied from a tap on the pressure side of the gate valve controlling the flow into the pipeline extension. Alternate points of applications may be used when approved by the Engineer. 7- 09.3(24)1 Rate of Application Water from the existing distribution system, or other source of supply, shall be controlled to flow very slowly into the newly -laid pipeline during application of the chlorine. The rate of chlorine gas -water mixture or dry gas feed shall be in such proportion to the rate of water entering the newly -laid pipe that the dosage applied to the water will be at least 50 mg /I. 84 7- 09.3(24)J Preventing Reverse Flow No connections shall be made between the existing distribution system and pipelines not disinfected that are constructed under this Contract without a State Department of Health approved backflow preventer installed in the connecting line. 7- 09.3(24)K Retention Period Treated water shall be retained in the pipe at least 24 hours. After this period, the chlorine residual at pipe extremities and at other representative points shall be at least 25 mg /I. 7- 09.3(24)L Chlorinating Valves, Hydrants, and Appurtenances In the process of chlorinating newly laid pipe, valves, hydrants, and other appurtenances shall be operated while the pipeline is filled with the chlorinating agent and under normal operating pressure. 7- 09.3(24)M Chlorinating Connections to Existing Water Mains and Water Service Connections The chlorinating procedure to be followed shall be as specified in AWWA Standard C651. All closure fittings shall be swabbed with a very strong chlorine solution at least as strong as liquid household bleach (5 -6% CI). 7- 09.3(24)N Final Flushing and Testing Following chlorination, treated water shall be flushed from the newly -laid pipe until the replacement water throughout its length shows, upon test, the absence of chlorine. In the event chlorine is normally used in the source of supply, then the tests shall show a residual not in excess of that carried in the water supply system. A sample tap shall be located ahead of the flushing hose for convenience and for sanitary sampling. Before placing the lines into service, a satisfactory report shall be received from the local or State Health Department on samples collected from representative points in the new system. Samples will be collected and bacteriological tests obtained by the Engineer. 7- 09.3(24)0 Repetition of Flushing and Testing Should the initial treatment result in an unsatisfactory bacteriological test, the original chlorination procedure shall be repeated by the Contractor until satisfactory results are obtained. Failure to get a satisfactory test shall be considered as failure of the Contractor to keep the pipe clean during construction, or to properly chlorinate the main. 7 -09.4 Measurement Measurement for payment of pipe for water mains will be by the linear foot of pipe laid and tested and shall be measured along the pipe through fittings, valves, and couplings. Measurement for payment of blowoff assembly will be per each. No measurement shall be made for clearing and grubbing, removal of existing street improvements, protection of existing utilities and services, trench excavation and pipe zone backfill, pipe zone bedding, and compaction of backfill. When listed as a pay item, rock excavation will be measured in its original position 85 by volume in cubic yards. The quantity measured for payment will include only the material excavated from within the limits hereinafter defined. Any additional excavation outside of these limits will be considered as having been made for the Contractor's benefit, and all costs in connection with such excavation shall be included in the unit contract prices for the various items of work. The horizontal limits for measuring rock excavation will be the sides of the trench, except no payment will be made for material removed outside of vertical planes extended beyond the maximum trench widths, as specified in Section 7- 09.3(7). Vertical distances shall be measured fro the up surface of the rock to an elevation 6 inches below the underside of the pipe barrel, or to the lower surface of the rock, whichever is less. Boulders exceeding one cubic yard in volume shall be paid for according to their measured volume. Removal of the extra trench excavation as defined in Section 7- 09.3(7)C will be measured by the cubic yard. The depth shall be the actual depth removed for the changed line or grade in accordance with Section 7- 09.3(5) or as'directed by the Engineer. The width shall be the actual width removed for the changed line or grade, but in no case shall the measured width exceed the allowable widths specified in Section 7- 09.3(7). Removal and replacement of unsuitable material will be measured by the cubic yard. The depth shall be the actual depth removed below the depth specified in • Section 7- 09.3(5). The width shall be the actual width removed, but in no case shall the measured width exceed the allowable widths specified in Section 7- 09.3(7). Measurement of bank run gravel for trench backfill will be by the cubic yard measured in trucks at the point of delivery. Shoring or extra trench excavation will be measured as specified in Section 2 -09.4 for shoring or extra excavation Class B. 7 -09.5 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: Pipe for Water Main In. Diam. ", per linear foot. The unit contract price per linear foot for each size and kind of Pipe for Water Main In. Diam." shall be full pay for all work to complete the installation of the water main including but not limited to trench excavation, bedding, laying and jointing pipe and fittings, backfilling, concrete thrust blocking, testing, flushing, disinfecting the pipeline, and cleanup. Payment for restoration will be made under the applicable items shown in the Proposal. If no pay items for restoration are included in the Proposal, restoration shall be considered incidental to the work of constructing the water main, and all costs thereof shall be included in the unit contract price bid for " Pipe for Water Main In. Diam." "Rock Excavation ", per cubic yard. if no pay item is listed, rock excavation shall be considered incidental to the RR work to construct the water main and all costs shall be included in other items of work specified in Section 7 -09.5. "Extra Trench Excavation ", per cubic yard. "Removal and Replacement of Unsuitable Material ", per cubic yard. "Bank Run Gravel for Trench Backfill", per cubic yard. No separate payment will be made for clearing and grubbing, removal of existing street improvements, furnishing and installing sand cushion, protection of existing utilities and services, trench excavation and backfill, bedding the pipe, and compacting the backfill. These items shall all be considered as incidental to the work of constructing the water main, and all costs thereof shall be included in the payment as specified in Section 7 -09.5. "Shoring or Extra Excavation Trench ", per square foot. "Blowoff Assembly ", per each. The unit contract price bid per each for "Blowoff Assembly" shall be full pay for all work to install the blowoff assembly, including but not limited to excavating, backfilling, laying and jointing pipe, tapping the main, corporation stop, pipe and fittings, gate valve, meter box, and cover and cleanup. SECTION 7 -10, TRENCH EXC., BEDDING, AND BACKFILL FOR WATER MAINS August 5, 2002 This section including title is revised in its entirety to read: SECTION 7 -10, VACANT SECTION 7 -11, PIPE INSTALLATION FOR WATER MAINS August 5, 2002 This section including title is revised in its entirety to read: SECTION 7 -11, VACANT SECTION 7 -12, VALVES FOR WATER MAINS April 1, 2002 7- 12.3(1) Installation of Valve Marker Post The reference to "Meters" in the third sentence is revised to "feet and inches ". 87 SECTION 7 -14, HYDRANTS August 4, 2003 7 -14.5 Payment All references to "Section 7- 11.5" in this section are revised to read "Section 7- 09.5 ". SECTION 7 -15, SERVICE CONNECTIONS August 5, 2002 7 -15.1 General This section is revised to read: This work consists of installing 2 -inch and smaller service connections from the main to and including the meter setter for the premises served. Service connections larger than 2 inches shall be installed as detailed on the Plans or as described in the Special Provisions. SECTION 7 -17, SANITARY SEWERS April 1, 2002 7- 17.3(2)F Low Pressure Air Test for Sanitary Sewers Constructed of Non Air - Permeable Materials This section is supplemented with the following: Reaches of thermoplastic pipe containing no joints shall be exempt from testing requirements. SECTION 8 -01, EROSION CONTROL AND WATER POLLUTION CONTROL December 2, 2002 This section is replaced in its entirety as follows: 8 -01.1 Description This work shall consist of furnishing, installing, maintaining, removing and disposing of 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 Materials shall meet the requirements of the following sections: Mulch and Amendments 9 -14.4 Erosion Control Blanket 9 -14.5 Construction Geotextile 9 -33 Quarry Spalls 9 -13 8 -01.3 Construction Requirements 8- 01.3(1) General Controlling pollution, erosion, runoff, and related damage may require the Contractor to perform temporary work items including but not limited to: 1. Providing ditches, berms, culverts, and other measures to control surface water; 2. Building dams, settling basins, energy dissipaters, and other measures, to control downstream flows; 3. Controlling underground water found during construction; or RR 4. Covering or otherwise protecting slopes until permanent erosion - control measures are working. To the degree possible, the Contractor shall coordinate this temporary work with permanent drainage and erosion control work the contract requires. The Engineer may require additional temporary control measures if it appears pollution or erosion may result from weather, the nature of the materials, or progress on the work. When natural elements rut or erode the slope, the Contractor shall restore and repair the damage, with the eroded material where possible, and clean up any remaining material in ditches and culverts. When the Engineer orders replacement with additional or other materials, unit contract prices will cover the quantities needed. If the Engineer anticipates water pollution or erosion, the Contractor shall schedule the work so that grading and erosion control immediately follows clearing and grubbing. The Engineer may also require erosion control work to be done with or immediately after grading. Clearing, grubbing, excavation, borrow, or fill within the right of way shall never expose more erodible earth than as listed below, without written approval by the Engineer: Area Date Location 17 Acres April 1 - October 31 East of the Summit of the Cascade Range May 1 - September 30 West of the Summit of the Cascade Range 5 Acres November 1 - March 31 East of the Summit of the Cascade Range October 1 - April 30 West of the Summit of the Cascade Range The Engineer may increase or decrease the limits in light of project conditions. Erodible earth is defined as any surface where soils, grindings, or other materials are capable of being displaced and transported by rain, wind, or surface water runoff. In western Washington, erodible soil not being worked, whether at final grade or not, shall be covered within the following time period, using an approved soil covering practice, unless authorized otherwise by the Engineer: October 1 through April 30 2 days maximum May 1 to September 30 7 days maximum If the Engineer, under Section 1 -08.6, orders the work suspended for an extended time, the Contractor shall, before the Contracting Agency assumes maintenance responsibility, make every effort to control erosion, pollution, and runoff during shutdown. Section 1 -08.7 describes the Contracting Agency's responsibility in such cases. Nothing in this section shall relieve the Contractor from complying with other contract requirements. 89 8- 01.3(1)A Submittals At the preconstruction discussions, the Contractor shall submit a plan for temporary erosion and sediment control (TESC). When a TESC plan is included in the Plans, the Contractor may adopt or modify the plan. Before any work begins, the Contractor shall obtain the Engineer's approval on a TESC plan. The plan shall show the schedule for all erosion control work, whether • required by the contract or proposed by the Contractor. The plan shall cover all areas the Contractor's work may affect inside and outside the limits of the project (including all Contracting Agency- provided sources, disposal sites, and haul roads, and all nearby land, streams, and other bodies of water). The Contractor shall revise and update the plan whenever the Engineer so requests in writing. The Contractor shall allow at least five working days for the Engineer's review of any original or revised plan. Failure to approve all or part of any such plan shall not make the Contracting Agency liable to the Contractor for any work delays. 8- 01.3(1)B Erosion and Sediment Control (ESC) Lead The Contractor shall identify the ESC lead at the preconstruction discussions. The ESC Lead shall have, for the life of the contract, a current Certificate of Training in Construction Site Erosion and Sedimentation Control from a course approved by WSDOT's Statewide Erosion Control Coordinator. The ESC Lead shall implement the Temporary Erosion and Sedimentation Control (TESC) plan. Implementation shall include, but is not limited to: 1. Installing, maintaining, inspecting and repairing all temporary erosion and sediment control Best Management Practices (BMPs) included in the TESC plan to assure continued performance of their intended function. All on -site erosion and sediment control measures shall be inspected at least once every five working days, each working day during a runoff - producing rain event, and within 24 hours after a runoff - producing rain event. Damaged or inadequate TESC measures shall be corrected within 24 hours of the inspection. A TESC Inspection Report shall be prepared for each inspection and shall be included in the TESC file. A copy of each report shall be provided to the Engineer. The inspection report shall include, but not be limited to: a. When, where and how BMPs were installed, maintained, modified, and removed; b. Repairs needed and repairs made; c. Observations of BMP effectiveness and proper placement; d. Recommendations for improving performance of BMPs. 2. Preparing and maintaining a TESC file on site that includes, but is not limited to: a. TESC Inspection Reports. b. Stormwater site plan. c. Temporary Erosion and Sediment Control (TESC) Plan. d. National Pollutant Discharge Elimination System construction permit (Notice of Intent). e. Other applicable permits. go Upon request, the file shall be provided to the Engineer for review. 8- 01.3(1)C Ground Water When ground water is encountered in an excavation, it shall be treated and discharged as follows: 1. When the ground water meets State Water Quality standards, it may bypass detention and treatment facilities and be routed directly to its normal discharge point at a rate and method that will not cause erosion. 2. When the turbidity of the ground water is similar to the turbidity of the site runoff, the ground water may be treated using the same detention and treatment facilities being used to treat the site runoff and then discharged at a rate that will not cause erosion. 3. When the turbidity is worse than the turbidity of the site runoff, the ground water shall be treated separately until the turbidity is similar to or better than the site runoff before the two may be combined and treated using the same detention and treatment facilities being used to treat the site runoff and then discharged at a rate that will not cause erosion. 8- 01.3(1)D Detention /Retention Pond Construction When a detention or retention pond is required, whether it is temporary or permanent, it shall retain /detain the full final design volume of stormwater before beginning other grading and excavation work in the area that drains into that pond. Temporary conveyances shall be installed concurrently with grading in accordance with the TESC plan so that newly graded areas drain to the pond as they are exposed. 8- 01.3(2) Temporary Seeding, Mulching, and Soil Binding 8- 01.3(2)A Temporary Seeding Temporary seeding is used to establish temporary cover on disturbed soil. Temporary seeding shall be in accordance with Section 8- 02.3(15) except that temporary seeding may be installed at any time. 8- 01.3(2)B Temporary Mulching Temporary mulch, such as straw, wood cellulose (with and without tackifier), compost, or other best management practices as approved by the Engineer, may be applied at any time of the year for soil cover. Temporary mulching shall be in accordance with Section 8- 02.3(15). 8- 01.3(2)C Soil Binding Using Polyacrylamide (PAM) The PAM shall be completely dissolved and mixed in water prior to being applied to the soil. PAM shall be applied only on bare soil at a rate of not more than 0.5 pounds per 1M gallons of water per acre. A minimum of 200 pounds per acre of cellulose fiber mulch treated with a non -toxic dye shall be applied with the PAM. PAM shall be applied only to areas that drain to completed sedimentation control BMPs in accordance with the TESC plan. PAM shall not be applied to the same area more than once in a 48 hour period, or more than 7 times in a 30 day period. PAM shall not be applied during a rain or to saturated soils. 91 8- 01.3(3) Placing Erosion Control Blanket When required, erosion control blanket shall be placed immediately following the seeding and fertilizing operation. Temporary erosion control blankets as defined in 9 -14.5, having an open area of 60% or greater, may be installed prior to seeding. Where more than one strip of erosion control blanket is required to cover the given area, it shall overlap the adjacent blanket as specified by the manufacturer, or a • minimum of 4 inches. The ends of the erosion control blanket shall overlap as specified by the manufacturer, or a minimum of 6 inches, with the upgrade section on top. The manufacturers recommendations or the following, whichever is the most stringent, shall be used: The up -slope end of the erosion control blanket shall be staked and buried in a 6- inch -deep trench with the soil firmly tamped against the mat. A minimum of three stakes per width of blanket, with a stake at each overlap, shall be driven below the finish ground line prior to backfilling of the trench. The Engineer may require that any other edge exposed to more than normal flow of water or strong prevailing winds be staked and buried in a similar manner. The ends of the erosion control blanket shall overlap a minimum i m of 6 inches, wilt the upgrade section of top. The edges of the erosion control blanket shall be buried around the edges of catch basins and other structures. Erosion control blanket shall be spread evenly and smoothly and in contact with the soil at all points. Where more than one strip of erosion control blanket is required, it shall overlap the adjacent blanket a minimum of 4 inches. The blanket shall be fastened at intervals not more than 3 feet apart in three rows for each strip of blanket. There shall be one row along each edge and one row down the center with the stakes centered, both horizontally and vertically, to the edge stakes. The ends of the blanket shall be fastened at 6 -inch intervals across their width. Fastening devices shall anchor the blanket against the soil and be driven flush with the finished grade. 8- 01.3(4) Placing Plastic Covering Plastic meeting the requirements of Section 9- 14.5(3) shall be placed with at least a 12 -inch overlap of all seams. Clear plastic covering shall be used to promote growth of vegetation. Black plastic covering shall be used for stockpiles or other areas where vegetative growth is unwanted. The cover shall be maintained tightly in place by using sandbags on ropes in a 10- foot, maximum, grid. All seams shall weighted down full length. 8- 01.3(5) Check Dams Check dams shall be installed as soon as construction will allow, or when designated by the Engineer. The Contractor may substitute a different check dam for that specified with approval of the Engineer. Check dams shall be placed in ditches perpendicular to the channel. Check dams shall extend up the sides of ditches a sufficient distance to ensure that water will flow over the center of the dam and not flow around the ends. Check dams shall be of sufficient height to q7 maximize detention, without causing water to leave the ditch, and spaced such that the elevation of the top of a check dam at the center of the ditch is equal to the ditch flow line at the downstream base of the upstream check dam. 8- 01.3(5)A Geotextile- Encased Check Dam The geotextile- encased check dam shall meet the requirements in Section 9- 14.5(4) Geotextile- Encased Check Dam. Installation of geotextile- encased check dams shall be in accordance with the Plans, and shall be anchored to hold it firmly in place under all conditions. 8- 01.3(5)B Rock Check Dam The rock used to construct rock check dams shall meet the requirements for quarry spalls, in accordance with Section 9 -13.6. Rock check dams shall be installed in a triangular shape, with approximately 2:1 slopes on both the upstream and downstream faces. 8- 01.3(5)C Sandbag Check Dam Sandbags shall be placed so that the initial row makes tight contact with the ditch line for the length of the dam. Subsequent rows shall be staggered so the center of the bag is placed over the space between bags on the previous lift. 8- 01.3(6) Stabilized Construction Entrance Temporary stabilized construction entrance shall be constructed in accordance with the Plans, prior to beginning any clearing, grubbing, earthwork or excavation. When the stabilized entrance becomes ineffective due to build up of material, the Contractor shall either rehabilitate the existing entrance to original condition, or construct a new entrance. When the contract requires a tire wash in conjunction with the stabilized entrance, the Contractor shall include details for the tire wash and the method for containing and treating the sediment -laden runoff as part of the erosion control plan. All vehicles leaving the site shall stop and wash sediment from their tires. 8- 01.3(7) Street Cleaning Self- propelled pickup street sweepers shall be used, whenever required by the Engineer, to prevent the transport of sediment and other debris off the project site. Street washing with water will require approval by the Engineer. 8- 01.3(8) Inlet Protection Inlet protection can be in the form of internal or external devices and shall be installed prior to clearing, grubbing or earthwork activities. Inlet protection devices shall be as shown in the Plans. When the depth of accumulated sediment and debris reaches approximately one - half the height of an internal device or one -third the height of the external device (or less when so specified by the manufacturers), the deposits shall be removed and stabilized on site. Internal devices shall be prefabricated units specifically designed for inlet protection and shall have the following features: 1. The strength requirement for the filter fabric shall meet or exceed the 93 requirements of Table 1 for Moderate Survivability, and the minimum filtration properties of Table 2, in Section 9 -33.2. 2. Shall be sized for the stormwater structure it will service. 3. Shall have a built -in high -low relief system. 4. Shall have a retrieval system for removal of the device without spilling the contained material. 5. Shall remain securely attached to the drainage structure when fully loaded with sediment and debris, or at the maximum level of sediment and debris specified by the manufacturer. External devices may be silt fence or prefabricated units specifically designed for inlet protection having the following features: i. Filter fabric snap meet of exceed the requirements for silt fence in Section 9 -33.2. 2. The top of the device shall be at least 2 feet above the grate. 3. The device shall remain securely in place over the drainage structure under all conditions. Check dams or functionally equivalent devices may be used as inlet protection devices with the approval of the Engineer. 8- 01.3(9) Sediment Control Barriers Sediment control barriers shall be installed per TESC plan or manufacturer's recommendations in the areas of clearing, grubbing, earthwork or drainage prior to starting those activities. The Contractor may substitute a different control barrier for that specified with approval of the Engineer. The sediment control barriers shall be maintained until the soils are stabilized. 8- 01.3(9)A Silt Fence Silt fence shall be constructed in accordance with the Plans. Backup support for the geotextile in the form of steel wire or plastic mesh is optional, depending on the properties of the geotextile selected for use in Table 6 in Section 9 -33.2. When backup support is used, steel wire shall have a maximum mesh spacing of 2 inches, and the plastic mesh shall be as resistant to ultraviolet radiation as the geotextile it supports. The geotextile shall be attached on the up -slope side of the posts and support system using staples, wire, or in accordance with the manufacturer's recommendations. The geotextile shall be sewn together at the point of manufacture, or at a location approved by the Engineer, to form geotextile lengths as required. All sewn seams and overlaps shall be located at a support post. Posts shall be either wood or steel. Hardwood posts shall have minimum dimensions of 1 1/4 inches by 1 1/4 inches by the minimum length shown in the 94 Plans. Steel posts shall consist of U, T, L, or C shape posts with a minimum weight of 1.35 lbs/ft, or other steel posts having equivalent strength and bending resistance to the posts listed. When sediment deposits reach approximately one -third the height of the silt fence, the deposits shall be removed or a second silt fence shall be installed, as determined by the Engineer. 8- 01.3(9)B Gravel Filter, Wood Chip or Compost Berm The gravel filter berm shall be a minimum of one foot in height and shall be maintained at this height for the entire time they are in use. The wood chip berm shall be a minimum of two feet in height and shall be maintained at this height for the entire time they are in use. Wood chips shall meet the requirements in Section 9- 14.4(3). The compost berm shall be 1 foot high by 2 feet wide at the base on slopes less than 4 (H):1 (V) and a minimum of 1.5 feet high by 3 feet wide at the base on slopes steeper than 4(H):1(V). Compost shall meet the requirements of Compost Type 2 in Section 9- 14.4(8). 8- 01.3(9)C Brush Barrier Brush shall be placed in a row, approximately 3 to 5 feet wide and at least 2.5 feet high and with construction geotextile for silt fence placed over the pile. The geotextile shall be anchored in a 6 inch wide by 6 inch deep trench on the upstream side of the barrier, and anchored using stakes on the downstream side. When no longer required, the geotextile material shall be removed, and the brush left in place. 8- 01.3(9)D Straw Bale Barrier Straw bale barriers shall be embedded in a trench the width of the bales for the length of the barrier and a minimum of four inches deep. The material excavated from the trench shall be placed and compacted against the uphill side of the bales. The bales shall be placed on their sides so that the bindings are not touching the ground. The ends of the bales shall be tightly abutting one another, and all spaces that do exist between bales shall be firmly packed with straw. Each bale shall be anchored using two stakes of wood or steel, driven flush with the top of the bale and extending through the bale and into the ground a minimum of 18 inches. The first stake shall be driven on an angle towards the previously laid bale. Straw shall conform to Section 9- 14.4(1). 8- 01.3(10) Wattles Wattles shall meet the requirements in Section 9- 14.5(5). Wattles shall be installed as soon as construction will allow or when designated by the Engineer. Wattles shall be placed in shallow trenches and staked along the contour of disturbed or newly constructed slopes, in accordance with the Plans, perpendicular to the flow direction and parallel to the slope contour. The wattles shall be installed at the intervals designated by the Engineer. Trench construction and wattle installation shall begin from the base of the slope 95 and work uphill. Excavated material shall be spread evenly along the uphill slope and compacted using hand tamping or other method approved by the Engineer. On gradually sloped or clay -type soils trenches shall be 2 to 3 inches deep. On loose soils, in high rainfall areas, or on steep slopes, trenches shall be 3 to 5 inches deep, or half the thickness of the wattle. The wattle shall be install snugly into the trench, abutting adjacent wattles tightly, end to end, without overlapping the ends. Wattles shall be staked at each end and • at 4 -foot centers along their entire length. When trench conditions require, pilot h f th stakes shall be driven thr th wattle and i th soil using a straight bar. Stakes shall be driven through the middle of the wattle, leaving 2 to 3 inches of the stake protruding above the wattle. Wattles shall be inspected regularly to ensure they remain thoroughly entrenched • and in contact with the soil, and immediately after a runoff producing rainfall. 8- 01.3(11) Temporary Curb Temporary curbs may consist of asphalt, concrete, sand bags, or geotextiie /plastic encased berms of soil, sand or gravel or as approved by the Engineer. Temporary curbs shall be installed along pavement edges to prevent runoff from flowing onto erodible slopes. The redirected water shall flow to a BMP designed to convey concentrated runoff. The temporary curbs shall be 4 inches in height. 8- 01.3(15 Maintenance Erosion control devices shall be maintained so they properly perform their function until the Engineer determines they are no longer needed. The devices shall be inspected on the schedule outlined in Section 8- 01.3(1)B for damage and sediment deposits. Damage to or undercutting of the device shall be repaired immediately. Unless otherwise specified, when the depth of accumulated sediment and debris reaches approximately one -third the height of the device the deposits shall be removed. Debris or contaminated sediment shall be disposed of in accordance with Section 2 -01.2. Clean sediments may be stabilized using approved best management practices on site when the Engineer approves. Erosion control devices that have been damaged shall be repaired or replaced immediately by the Contractor, in accordance with Section 1- 07.13(4). 8- 01.3(16) Removal and Reuse When the Engineer determines that an erosion control device is no longer required, the Contractor shall remove the device and all associated hardware from the project limits unless it qualifies for reuse as described below. When the materials are biodegradable the Engineer may approve leaving the temporary device in place. A previously used erosion control device may be reused on this contract provided: 1. The device has been thoroughly cleaned of all debris. 2. The device is free of tears, holes, or other damage. aF 3. The Engineer has visually inspected the device and has determined it to be intact and not compromised as to performance. 8 -01.4 Measurement ESC lead will be measured by the day, for each day that an inspection is made and a report is filed. Measurement of erosion control blanket and of plastic covering will be by the square yard measurement of surface area covered and accepted. Check dams will be measured by the linear foot along the ground line of the completed check dam. Stabilized construction entrance will be measured by the square yard for each entrance constructed. Tire wash facilities will be measured per each for each wash installed. Street cleaning will be measured by the hour for the actual time spent cleaning pavement, as authorized by the Engineer. Time to move the equipment to or from the area on which street cleaning is required will not be measured. Inlet protection will be measured per each for each initial installation at a drainage structure. Silt fence, gravel filter, compost, and wood chip berms, and brush barrier will be measured by the linear foot along the ground line of completed barrier. Straw bale barrier will be measured per each for each bale placed in the initial installation at a barrier location. Wattle will be measured by the linear foot along the ground line of the completed wattle. Temporary curb will be measured by the linear foot. Temporary seeding will be measured by the acre. PAM will be measured by the acre. 8 -01.5 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: "ESC Lead ", per day. "Erosion Control Blanket ", per square yard. "Plastic Covering ", per square yard. "Check Dam ", per linear foot. "Stabilized Construction Entrance ", per square yard. "Tire Wash ", per each. The unit contract per each for tire wash shall include all costs associated with constructing, operating, maintaining, and removing the tire wash. "Street Cleaning ", per hour. "Inlet Protection ", per each. 97 "Silt Fence ", per linear foot. "Gravel Filter Berm ", per linear foot. "Wood Chip Berm ", per linear foot. "Compost Berm ", per linear foot. "Brush Barrier", per linear foot. "Straw Bale" , per each. "Wattle ", per linear foot. "Erosion/Water Pollution Control ", by force account as provided in Section 1 -09.6. M a nd removal of erosion and water pollution control devices including removal and disposal of sediment, and any additional work deemed necessary by the Engineer to control erosion and water pollution will be paid by force account under the item erosion /water pollution control. To provide a common proposal for all bidders, the Contracting Agency has entered an amount in the proposal to become a part of the Contractor's total bid. "Temporary Curb ", per linear foot. The unit contract price per linear foot for temporary curb shall include all costs to install, maintain, remove, and dispose the temporary curb. "Temporary Seeding ", per acre. "PAM ", per acre When the contract requires applying PAM as an amendment to seeding, fertilizing, and mulching, or watering operations, all costs for furnishing and applying PAM shall be included in the unit contract price for the associated item of work. SECTION 8 -02, ROADSIDE PLANTING December 2, 2002 This section is revised to read: SECTION 8 -02, ROADSIDE RESTORATION 8 -02.1 Description This work shall consist of furnishing and placing topsoil and soil amendments, and furnishing and planting trees, whips, shrubs, ground covers, cuttings, fascines, live stakes, live poles, rhizomes, tubers, seedlings, erosion control seeding, fertilizing, and mulching, and soil bioengineering in accordance with these Specifications and as shown in the Plans or as directed by the Engineer. Trees, whips, shrubs, ground covers, cuttings, live stakes, live poles, rhizomes, tubers, rootstock, and seedlings will hereinafter be referred to collectively as "plants" or "plant material." 9R 8 -02.2 Materials Materials shall meet the requirements of the following sections: Soil 9 -14.1 Seed 9 -14.2 Fertilizer 9 -14.3 Mulch and Amendments 9 -14.4 Erosion Control Blanket 9 -14.5 Plant Materials 9 -14.6 Stakes, Guys, and Wrapping 9 -14.7 Irrigation Water 9 -25.2 Botanical identification and nomenclature of plant materials shall be based on descriptions by Hitchcock and Cronquist in "Flora of the Pacific Northwest ". Botanical identification and nomenclature of plant material not found in Flora shall be based on Bailey in "Hortus Third" or superseding editions and amendments or as referenced in the plans. 8 -02.3 Construction Requirements 8- 02.3(1) Responsibility During Construction The Contractor shall ensure adequate and proper care of all plant material and work done on this project until all plant establishment periods required by the contract are complete or until physical completion of the project, whichever is last. Existing vegetation shall not be disturbed unless required by the Contract or approved by the Engineer. Adequate and proper care shall include, but is not limited to, keeping all plant material in a healthy, growing condition by watering, cultivating, pruning, and spraying. Plant material crowns, runners, and branches shall be kept free of mulch at all times. This work shall include keeping the planted areas free from insect infestation, weeds or unwanted vegetation, litter, and other debris along with retaining the finished grades and mulch in a neat uniform condition. The Contractor shall have sole responsibility for the maintenance and appearance of the roadside restoration. 8- 02.3(2) Roadside Work Plan Before starting any work described in Sections 8 -02 and 8 -03, the Contractor shall submit a roadside work plan for approval by the Engineer. The roadside work plan shall define the work necessary to provide all contract requirements, including: plant area preparation, seeding, planting, plant replacement, irrigation, and weed control in narrative form. The Roadside Work Plan shall also include the following: Progress Schedule In accordance with Section 1 -08.3, the Progress Schedule shall include the planned time periods for work necessary to provide all contract requirements covered in Sections 8 -01, 8 -02, and 8 -03. Where appropriate, notes on the schedule shall indicate the calendar dates during which these activities must occur. Weed Control Plan 99 The Weed Control Plan shall be submitted and approved prior to starting any work defined in Section 8- 02.3(2). Plant Establishment Plan The Plant Establishment Plan shall be prepared in accordance with Section 8- 02.3(13), submitted and approved prior to initial planting acceptance in accordance with Section 8- 02.3(12). An emergency contact person for the Contractor shall also be listed. Should any pa o f th roadside work plan become unworkable at any time, the Contractor shall submit, and receive approval of a revised plan prior to proceeding with further work. The weed control plan shall show the scheduling of all weed control measures required under the Contract including, hand weeding, rototilling, applications of herbicides, noxious weed control, mowing, and shoulder slope weed control. Target weeds and unwanted vegetation to be removed (no live top growth or roots) shall be identified and listed in the weed control plan. The plan shall be prepared and signed by a licensed Commercial Pest Control Consultant when chemical pesticides are proposed. The plan shall include methods of weed control; dates of weed control operations; and the name, application rate, and Material Safety Data sheets of all proposed herbicides. In addition, the Contractor shall furnish the Engineer with a copy of the current product label for each pesticide and spray adjuvant to be used. These product labels shall be submitted with the weed control plan for approval. No on -site soil placement, grading, weed control, irrigation, or planting work shall begin until the plan is approved. Upon approval of the roadside work plan by the Engineer, the Contractor shall proceed in accordance with the approved plan. 8- 02.3(2)A Chemical Pesticides Application of chemical pesticides shall be in accordance with the label recommendations, the Washington State Department of Ecology, local sensitive area ordinances, and Washington State Department of Agriculture laws and regulations. The applicator shall be licensed by the State of Washington as a Commercial Applicator or Commercial Operator with additional endorsements as required by the Special Provisions or the proposed weed control plan. The Contractor shall furnish the Engineer evidence that all operators are licensed with appropriate endorsements, and that the pesticide used is registered for use by the Washington State Department of Agriculture. The Contractor shall furnish the Engineer a copy of the product label and Material Safety Data Sheet (MSDS) for each pesticide to be used. All chemicals shall be delivered to the job site in the original containers. The licensed applicator or operator shall complete a Commercial Pesticide Application Record (DOT Form 540 -509) each day the pesticide is applied, and furnish a copy to the Engineer by the following business day. The Contractor shall use extreme care to ensure confinement of the chemicals within the areas designated. The use of spray chemical pesticides shall require the use of antidrift and activating agents, and a spray pattern indicator unless otherwise allowed by the Engineer. 100 The Contractor shall assume all responsibility for rendering any area unsatisfactory for planting by reason of chemical application. Damage to adjacent areas, either on or off the highway right of way, shall be repaired to the satisfaction of the Engineer or the property owner, and the cost of such repair shall be borne by the Contractor. 8- 02.3(2)B Weed Control Those weeds specified as noxious by the Washington State Department of Agriculture, the local Weed District, or the County Noxious Weed Control Board shall be controlled on the project in accordance with the weed control plan or as directed by the Engineer. During the life of the contract, the Contractor shall apply a nonselective residual herbicide to the area between the edge of paved shoulders and a point shown in the Plans or as designated by the Engineer. The Contractor shall make additional applications when ordered by the Engineer. A nonselective herbicide recommended for use adjacent to shrub and grass areas, and in ditches shall be used. 8- 02.3(3) Planting Area Weed Control All planting areas shall be prepared so that they are weed and debris free at the time of planting and until completion of the project. The planting areas shall include the entire ground surface, regardless of cover, all planting beds, areas around plants, and those areas shown in the Plans. At no time during the life of the Contract shall the Contractor allow weeds or unwanted vegetation to reach seed stage. All applications of post- emergent herbicides shall be made while green and growing tissue is present. Should unwanted vegetation reach the seed stage, in violation of these Specifications, the Contractor shall physically remove and bag the seed heads. All physically removed vegetation and seed heads shall be disposed of off site at no cost to the Contracting Agency. 8- 02.3(4) Topsoil Topsoil shall be evenly spread over the specified areas to the depth shown in the Plans or as otherwise ordered by the Engineer. The soil shall be cultivated to a depth of 1 foot or as specified in the Special Provisions or the Plans. After the topsoil has been spread, all large clods, hard lumps, and rocks 3 inches in diameter and larger, and litter shall be raked up, removed, and disposed of by the Contractor. Topsoil shall not be placed when the ground or topsoil is frozen, excessively wet, or in the opinion of the Engineer in a condition detrimental to the work. 8- 02.3(4)A Topsoil Type A Topsoil Type A shall be as specified in the Special Provisions. 8- 02.3(4)B Topsoil Type B Topsoil Type B shall be native topsoil taken from within the project limits and shall meet the requirements of Section 9- 14.1(2). Topsoil Type B shall be taken from areas designated by the Engineer to the designated depth and stockpiled at locations that will not interfere with the construction of the project, as approved by the Engineer. Areas beyond the slope 101 stakes shall be disturbed as little as possible in the above operations. When topsoil Type B is specified, it shall be the Contractor's responsibility to perform the excavation operations in such a manner that sufficient material is set aside to satisfy the needs of the project. Upon physical completion of the work, topsoil Type B remaining and not required for use on the project shall be disposed of by the Contractor at no expense to the Contracting Agency and to the satisfaction of the Engineer. Should a shortage of topsoil Type B occur, and the Contractor has wasted or otherwise disposed of topsoil material, the Contractor shall furnish topsoil Type C at no expense to the Contracting Agency. Topsoil Type B will not be considered as selected material, as defined in Section 2- 03.3(10), and the conditions of said section shall not apply. Materials taken from roadway excavation, borrow, stripping, or other excavation items, and utilized for topsoil, will not be deducted from the pay quantities for the respective items. 8- 02.3(4)C Topsoil Type C Topsoil Type C shall be native topsoil obtained from a source provided by the Contractor outside of the Contracting Agency -owned right of way. Topsoil Type C shall meet the requirements of Section 8- 02.3(4)B and Section 9- 14.1(2). 8- 02.3(5) Planting Area Preparation The work involved in preparing planting areas shall be conducted so the flow line in drainage channels are maintained. Material displaced by the Contractor's operations, which interferes with drainage, shall be removed from the channel and disposed of as approved by the Engineer. The planting area shall be weed free with no top growth or live roots before any soil work begins. Before planting and final grading takes place, the area shall be cultivated when specified in the Plans or the Special Provisions. The areas shall be brought to a uniform finished grade, 1 inch, or the specified depth of mulch plus 1 inch, below walks, curbs, junction and valve boxes, catch basins, and driveways, unless otherwise specified. All excess material and debris, stumps, and rocks larger than 3 inches, shall be removed and disposed of off the project site or as approved by the Engineer. 8- 02.3(6) Soil Amendments Soil amendments of the type, quality, and quantities specified shaii be appiied where shown in the Plans or as specified in the Special Provisions. 8- 02.3(7) Layout of Planting All location layout and staking shall be the responsibility of the Contractor, subject to approval of the Engineer before planting of each area begins. The Engineer will make only the field measurements necessary to calculate and verify quantities for payment. All trees to be planted in mowable grass areas shall be located a minimum of 10 feet from the edge of planting beds, other trees, fence lines, and bottom of ditches 102 unless otherwise specified. Tree locations shown in the Plans shall be considered approximate unless shown with stationing and offset distance. In irrigated areas, trees shall be located so their trunk is a minimum of 1/3 of the spray radius away from the nearest sprinkler head. Unless otherwise shown, planting beds located adjacent to roadways shall begin at the shoulder subgrade. 8- 02.3(8) Planting No plant material shall be planted until it has been inspected and approved for planting by the Engineer. Rejected material shall be removed from the project site. Under no circumstances will planting during freezing weather or in frozen ground be permitted. All planting shall be accomplished during the following periods: 1. Nonirrigated Plant Material September 15 to March 31. 2. Irrigated Plant Material In irrigated areas, plant material shall not be installed until the irrigation system is fully operational. Plants shall not be placed in areas that are below the finished grade. Planting hole sizes for plant material shall be in accordance with the details shown in the Plans. Any glazed surface of the planting hole shall be removed by hand methods. Plant material supplied in containers shall not be removed from the containers until the time of planting at the planting location. Roots of bare root stock shall not be bunched, curled, twisted, or unreasonably bent when placed in the planting hole. All bare root plant material shall be dormant at the time of planting. Fascines shall be installed in accordance with the requirements of Section 8- 01.3(10). After placing balled and burlapped plants, all inorganic, plastic, or treated burlap and all string or wire lacing shall be completely removed. A burlap -lined wire basket container may be used in lieu of laced burlap. The top 1/2 of the basket shall be removed after the plant is positioned in the planting hole. The plant material shall be handled in such a manner that the root systems are kept covered and damp at all times. The root systems of all bare root plant material shall be dipped in a slurry of silt and water immediately prior to planting. The root systems of container plant material shall be moist at the time of planting. In their final position, the plants shall have the same relationship to the finished grade as when growing in the nursery or container. After planting, the backfill material and root ball shall be thoroughly watered in within 24 hours. The Contractor shall provide and apply an antidesiccant substance to all coniferous plant material and to all deciduous trees (when in leaf) before the plants leave the nursery. The Contractor shall supply a letter of certification that the antidesiccant has been applied in accordance with the manufacturer's recommendations. 103 8- 02.3(9) Pruning, Staking, Guying, and Wrapping Plants shall be pruned at the time of planting, if needed, to remove minor broken or damaged twigs, branches or roots. Pruning shall be done with a sharp tool and shall be done in such a manner as to retain or to encourage natural growth characteristics of the plants. When the lowest branch on a 2 -inch caliper or larger deciduous tree occurs at 3 feet or more from ground level, the trunks shall be wrapped with a tree wrapping material. Tree wrap may be self - adhering or secured using tape. Staples will not be allowed. Each tree shall be staked or guyed before completion of the backfilling in accordance with the details shown in the Plans. All staking, guying, and wrapping shall be completely removed at the end of the first year of plant establishment, unless otherwise approved by the Engineer. 8- 02.3(10) Fertilizers Fertilizers shall be applied in the form specified in the Special Provisions. Application procedures shall be in accordance with the manufacturer's recommendations or as specified in the Special Provisions. The Contractor shall submit for approval a guaranteed fertilizer analysis label for the selected product. 8- 02.3(11) Bark or Wood Chip Mulch Bark or wood chip mulch of the type and depth specified shall be applied where shown in the Plans or as specified in the Special Provisions. Any contamination of the mulch due to the Contractor's operations shall be corrected to its former condition at the Contractor's expense. Mulch shall be feathered to the base of the plant and 1 inch below the top of junction and valve boxes, curbs, and pavement edges. All plant crowns shall be free of mulch. Mulch placed to a thickness greater than specified shall be at no additional cost to the Contracting Agency. 8- 02.3(12) Completion of Initial Planting Upon completion of the initial planting within a designated area, the Engineer will make an inspection of all plant material and notify the Contractor, in writing, of any replacements or corrective action necessary to meet the Contract Provisions. The Contractor shall replace all materials rejected or missing and correct unsatisfactory conditions. Completion of the initial planting within a designated area includes the following: 1. A minimum of 95 percent of each of the plant material categories, as described in Section 8 -02.1, shall be in a healthy and vigorous growing condition and shall be installed as shown in the Contract Plans. 2. Planting Area cleanup. 3. Repairs completed for the entire project, including but not limited to full operation of the irrigation system, complete mulch coverage, and all weeds controlled. 4. Approval of plant establishment plan. 1n4 8- 02.3(13) Plant Establishment Plant establishment shall consist of caring for all plants planted on the project and caring for the planting areas within the project limits. The provisions of Section 1- 07.13(2) and 1- 07.13(3) do not apply to this section The Contractor shall submit a first year plant establishment plan, for approval by the Engineer. The Plan shall show the proposed scheduling of activities, materials, and equipment to be utilized for the first year plant establishment. The Plan shall include the management of the irrigation system, when applicable. Should the plan become unworkable at any time during the first year plant establishment, the Contractor shall submit a revised plan. The first year of plant establishment shall begin immediately upon written notification from the Engineer of the acceptance of initial planting for the entire project. The first year plant establishment period shall be a minimum of one calendar year. During the first year plant establishment period, it shall be the Contractor's responsibility to perform all work necessary to ensure the resumption and continued growth of the transplanted material. This care shall include, but not be limited to, labor and materials necessary for removal of foreign, dead, or rejected plant material, maintaining a weed -free condition, and the replacement of all unsatisfactory plant material planted under the contract. If plants are stolen or damaged by the acts of others, the Contracting Agency will pay invoice cost only for the replacement plants with no mark -up and the Contractor will be responsible for the labor to install the replacement plants. The Contractor shall meet with the Engineer for the purpose of joint inspection of the planting material on the closest working day to the first day of the month. The Contractor shall correct all conditions unsatisfactory to the Engineer within a 10- day period immediately following the inspection. Failure to comply with corrective steps as outlined by the Engineer shall constitute justification for the Contracting Agency to take corrective steps and to deduct all costs thereof from any monies due the Contractor. At the end of the plant establishment period, plants that do not show normal growth shall be replaced. All automatic irrigation systems shall be operated fully automatic during the plant establishment period and until final acceptance of the contract. Payment for water used to water in plants, or hand watering of plant material or lawn areas unless otherwise specified, is the responsibility of the contractor during the first year plant establishment period. Subsequent year plant establishment periods, when included in the contract, shall begin immediately at the completion of the preceding year's plant establishment period. Each subsequent year plant establishment period shall be one full calendar year in duration. During the year plant establishment periods, whichever may apply, the Contractor shall maintain all plant establishment areas in a condition that is free of unwanted vegetation. Weeds and unwanted vegetation shall not be allowed to reach seed stage. The Contractor shall perform all other work necessary to the continued healthy and vigorous growth of all plant material as ordered by the Engineer. The Contractor shall perform this work on a force account basis at the direction of the Engineer. 105 8- 02.3(14) Plant Replacement The Contractor shall be responsible for growing or providing enough plants for replacement of all plant material rejected through first year plant establishment. All rejected plant material shall be replaced at dates approved by the Engineer. All replacement plants shall be of the same species and quality as the plants they replace. Plants may vary in size reflecting one season of growth should the Contractor elect to hold plant material under nursery conditions for an additional year to serve as replacement plants. 8- 02.3(15) Erosion Control Seeding, Fertilizing, and Mulching 8- 02.3(15)A Preparation For Final Application Areas to be cultivated are shown in the Plans or specified in the Special Provisions. The areas shall be cultivated to the depths specified to provide a reasonably firm but friable seedbed. Cultivation shall take place no sooner than two weeks prior to seeding. All areas to be seeded, including excavated slopes shall be compacted and prepared unless otherwise specified or ordered by the Engineer. Unless seed is covered with soil immediately after seed application, a cleated roller, crawler tractor, or similar equipment, approved by the Engineer that forms longitudinal depressions at least 2 inches deep shall be used for compaction and preparation of the surface to be seeded. The entire area shall be uniformly covered with longitudinal depressions formed perpendicular to the natural flow of water on the slope unless otherwise approved by the Engineer. The soil shall be conditioned with sufficient water so the longitudinal depressions remain in the soil surface until completion of the seeding. The area shall be compacted within three weeks prior to seeding. Prior to seeding, the finished grade of the soil shall be 1 inch, or the specified depth of mulch, below the top of all curbs, catch basins, junction and valve boxes, walks, driveways, and other structures. 8- 02.3(15)B Seeding and Fertilizing Seed and fertilizer shall be placed at the rate, mix and analysis specified in the Special Provisions or as designated by the Engineer. The Contractor shall notify the Engineer not less than 24 hours in advance of any seeding operation and shall not begin the work until areas prepared or designated for seeding have been approved. Following the Engineer's approval, seeding of the approved slopes shall begin immediately. Seeding shall not be done during windy weather or when the ground is frozen, 1.. wet, 11 LI_ Seed and fertilizer by wet, or otherwise untinabie. Seed and ier tilizer may be sown by one of the following methods: 1. An approved hydro seeder that utilizes water as the carrying agent, and maintains continuous agitation through paddle blades. It shall have an operating capacity sufficient to agitate, suspend, and mix into a homogeneous slurry the specified amount of seed and water or other material. Distribution and discharge lines shall be large enough to prevent stoppage and shall be equipped with a set of hydraulic discharge spray nozzles that will provide a uniform distribution of the slurry. 106 • 2. Approved blower equipment with an adjustable disseminating device capable of maintaining a constant, measured rate of material discharge that will ensure an even distribution of seed at the rates specified. 3. Helicopters properly equipped for aerial seeding. 4. Approved power -drawn drills or seeders. 5. Areas in which the above methods are impractical may be seeded by approved hand methods. When seeding by hand, the seed shall be incorporated into the top 1/4 inch of soil by hand raking or other method that is approved by the Engineer. The seed shall have a tracer added to visibly aid uniform application. This tracer shall not be harmful to plant and animal life. If wood cellulose fiber is used as a tracer, the application rate shall not exceed 250 pounds per acre. Hand seeding operations are excluded from this requirement. Seed and fertilizer may be applied in one application provided that the fertilizer is placed in the hydro seeder tank no more than one hour prior to application. 8- 02.3(15)C Liming Agricultural lime shall be applied at the rates specified in the Special Provisions. The method of application shall be in conformance with all air and water pollution regulations and shall be approved by the Engineer. 8- 02.3(15)D Mulching Mulch of the type specified in the Special Provisions shall be furnished, hauled, and evenly applied at the rates indicated and shall be spread on seeded areas within 48 hours after seeding unless otherwise specified. Distribution of straw mulch material shall be by means of an approved mulch spreader that utilizes forced air to blow mulch material on seeded areas. In spreading straw mulch, the spreader shall not cut or break the straw into short stalks. Wood cellulose fiber may be applied with seed and fertilizer West of the summit of the Cascade Range. East of the summit of the Cascade Range, seed and fertilizer shall be applied in one application followed by the application of wood cellulose fiber. Wood cellulose fiber used as mulch shall be suitable for application with a hydro seeder as specified in Section 8- 02.3(15)B. Areas not accessible by mulching equipment shall be mulched by approved hand methods. Mulch sprayed on signs or sign structures shall be removed the same day. 8- 02.3(15)E Soil Binder or Tacking Agent When the proposal includes a pay item for soil binders and tacking agents, they shall be applied in accordance with the manufacturer's recommended requirements. Tackifiers used as a tie -down for seed and mulch shall be applied in quantities sufficient to equal the retention properties of guar when applied at the rate of 60 pounds per acre. 107 8- 02.3(15)F Dates for Application of Final Seed, Fertilizer, and Mulch Unless otherwise approved by the Engineer, the final application of seeding, fertilizing, and mulching of slopes shall be performed during the following periods: West of the summit of the Cascade Range - March 1 to May 15 and August 15 to October 1. Where contract timing is appropriate, seeding, fertilizing, and mulching shall be accomplished during the fall period listed above. Written permission to seed after October 1 will only be given when physical completion of the project is imminent and the environmental conditions are conducive to satisfactory growth. East of the summit of the Cascade Range - August 15 to November 15. Seeding, fertilizing, and mulching shall be accomplished during this fall period only. All roadway excavation and embankment slopes, including excavation and embankment slopes that are partially completed to grade, shall be prepared and seeded during the first available seeding window. When environmental conditions are not conducive to satisfactory results, the Engineer may suspend work until such time that the desired results are likely to be obtained. The Contractor will be responsible to ensure a healthy stand of grass, otherwise, the Contractor will, restore eroded areas, clean up eroded materials, and reseed, fertilize and mulch, at no additional cost to the Contracting Agency, 8- 02.3(15)G Protection and Care of Seeded Areas In addition to the requirements of Section 1- 07.13(1), the contractor shall be responsible for performing the following duties: 1. Protect all areas involved against vehicle and pedestrian traffic by use of approved warning signs and barricades. 2. Areas, which have been damaged through any cause prior to final inspection, and areas failing to receive a uniform application at the specified rate, shall be reseeded, refertilized, and remulched at the Contractor's expense. 3. Seeded areas within the planting area shall be considered part of the planting area. Weeds within the seeded areas shall be controlled in accordance with Section 8- 02.3(3). 8- 02.3(15)H Inspection Inspection of any area will be made upon completion of seeding, fertilizing, or mulching. The work in any area will not be measured for payment until a uniform distribution of the materials is accomplished at the specified rate. Areas not receiving a uniform application of seed, fertilizer, or mulch at the specified rate, as determined by the Engineer, shall be reseeded, refertilized, or remulched at the Contractor's expense prior to payment. 8- 02.3(15)1 Mowing When the proposal contains the bid item "Mowing" or mowing areas are defined, the Contractor shall mow all grass growing areas and slopes 2.5 (H) to 1 (V) or flatter except for naturally wooded and undergrowth areas. Trimming around traffic facilities, structures, planting areas, or other features extending above ground shall be accomplished preceding or simultaneously with each mowing by use of 108 power- driven or hand - operated machinery and tools to achieve a neat and uniform appearance. Each mowing shall be considered as one coverage of all grass areas to be mowed within a defined area. Prospective bidders shall verify the estimated acreage, the topography, irregularity of the area, slopes involved, and access limitations to determine the appropriate equipment to use for mowing. Equipment and tools shall be provided such as, but not limited to, tractor - operated rotary or flail -type grass cutting machines and tools or other approved equipment. Power driven equipment shall not cause ruts or deformation of improved areas. Sickle type grass cutters will be permitted only on slopes of drainage ditches, berms, or other rough areas. The equipment and tools shall be in good repair at all times and maintained so that a clean, sharp cut of the grass will result at all times. The Engineer will determine the actual number of mowings. The height of mowing will be 4 to 6 inches or as designated in the Plans or in the Special Provisions. Mowing equipment shall be operated and equipped with suitable guards to prevent throwing rocks or debris onto the traveled way or off the right of way. Equipment, which pulls or rips the grass or damages the turf in any manner will not be permitted. The Engineer will be the sole judge of the adequacy of the equipment, safeguards, and methods of use. The Contractor will not be required to collect or remove clippings from the project except on the traveled way, shoulder, walkway, or other areas designated by the Engineer. 8- 02.3(16) Lawn Installation In irrigated areas, lawn installation shall not begin until the irrigation system is fully operational. Seed mix and rate of application shall be as specified in the Special Provisions. Unless otherwise approved by the Engineer, seeded lawn installation shall be performed during the following periods of at the location shown: West of the summit of the Cascade Range - March 1 to October 1. East of the summit of the Cascade Range - April 15 to October 1. The Contractor shall have the option of sodding in lieu of seeding for lawn installation at no additional expense to the Contracting Agency. Seeding in lieu of sodding will not be allowed. Topsoil for seeded or sodded lawns shall be placed at the depth and locations shown in the Plans. The topsoil shall be cultivated to the specified depth, raked to a smooth even grade without low areas to trap water and compacted, all as approved by the Engineer. Sod strips shall be placed within 48 hours of being cut. Placement shall be without voids and have the end joints staggered. The sod shall be rolled with a smooth roller following placement. Barriers shall be erected, with warning signs where necessary, to preclude pedestrian traffic access to the newly placed lawn during the establishment period. 8- 02.3(17) Lawn Establishment Lawn establishment shall consist of caring for all new lawn areas within the limits of the project. 109 The lawn establishment period shall begin immediately after the lawn planting has been accepted by the Engineer and shall extend to the end of four mowings or 20 working days which ever is longer. The mowings shall be done in accordance with 8- 02.3(18)1. During the lawn establishment period, it shall be the Contractor's responsibility to ensure the continuing healthy growth of the turf. This care shall include labor and materials necessary to keep the project in a presentable condition, including but not limited to removal of litter, mowing, trimming, removal of grass clippings, edging, fertilization, insecticide and fungicide applications, weed control, watering, repairing the irrigation system, and repair and reseeding any and all damaged areas. Lawn mowing shall be performed once each week, or as ordered by the Engineer, during the lawn establishment period with no additional compensation. Temporary barriers shall be removed only on written permission from the Engineer. . __a_LI :�L.- .......L ..L..11 comply ....LL. established .J i. ...[ Ali work performed under lawn establishment shalt comply with established tur f management practices. Acceptance of lawn planting as specified shall be based on a uniform stand of grass and a uniform grade at the time of final inspection. Areas that are bare or have a poor stand of grass, and areas not having a uniform grade through any cause before final inspection, shall be recultivated, regraded, reseeded, or resodded and refertilized as specified at no additional cost to the Contracting Agency. 8- 02.3(18) Lawn Mowing Lawn mowing shall begin immediately after the lawn establishment period has been accepted by the Engineer and shall extend to the end of the contract or the first year plant establishment, whichever is last. The Contractor shall accomplish the following minimum requirements: 1. Mowing, trimming, and edging shall be done as often as conditions dictate. Maximum height of lawn shall not exceed 3 inches. The cutting height shall be 2 inches. Cuttings, trimmings, and edgings shall be disposed of off the project site. When the Engineer approves the use of a mulching mower, trimmings may be left in place. 2. Watering shall be as often as conditions dictate depending on weather and soil conditions. 3. Provide fertilizer, weed control, and other measures as necessary to maintain a healthy stand of grass. 8 -02.4 Measurement Topsoil, mulch and soil amendments will be measured by the cubic yard in the haul conveyance at the point of delivery. Live fascine will be measured by the linear foot. Brush layer will be measured by the linear foot. Live pole will be measured per each. 110 Live stake row will be measured by the linear foot Live brush mattress will be measured by the surface square yard. Compost will be measured by the cubic yard in the haul conveyance at the point of delivery. The quantity of topsoil Type B used on the project will not be deducted from the total quantity of roadway excavation, borrow, strippings, or other excavation for which haul is being paid. The pay quantities for plant materials will be determined by count of the number of satisfactory plants in each category accepted by the Engineer. Weed barrier mat will be measured per each Fertilizer will be measured in pounds Seeding, fertilizing, liming, mulching, mowing, and soil binder or tacking agent will be measured in acres by ground slope measurement or through the use of design data. Seeding and fertilizing by hand will be measured by the square yard. No adjustment in area size will be made for the vegetation free zone around each plant. Water will be measured in accordance with Section 2 -07.4. Measurement will be made of only that water hauled in tank trucks or similar equipment. Seeded lawn, sod installations, and lawn mowing will be measured along the ground slope and computed in square yards of actual lawn completed, established, and accepted. 8 -02.5 Payment Payment will be made in accordance with Section 1 -04.1, for each of the following listed bid items that are included in the proposal: "Topsoil Type ", per cubic yard. The unit contract price per cubic yard for "Topsoil Type " shall be full pay for providing the source of material for topsoil Type A and C, for excavating, loading, hauling, intermediate windrowing, stockpiling, weed control and removal, placing, spreading, processing, cultivating, and compacting topsoil Type A, Type B, and Type C. "Plant Selection ", per each. "PSIPE ", per each. (PSIPE is Plant Selection Including Plant Establishment.) The unit contract price for "Plant Selection ", per each, and "PSIPE ", per each, shall be full pay for all materials, labor, tools, equipment, and supplies necessary for weed control within the planting area, planting area preparation, fine grading, planting, cultivating, and cleanup for the particular items called for in the Plans. As the plants that include plant establishment are obtained, propagated, and 111 grown, partial payments shall be made as follows after inspection by the Engineer: Payment of 5 percent of the unit contract price, per each, when the plant materials have been contracted, propagated, and are growing under nursery conditions. The Contractor shall provide the Engineer with certification that the plant material has been procured or contracted for delivery to the project for planting within the time limits of the project. The certification shall state the location, quantity, and size of all material. Payment shall be increaCed to 15 percent of the unit contract price, per each, upon completion of the initial weed control work. Payment shall be increased to 60 percent of the unit contract price per each for the contracted plant material in a designated unit area when planted. Payment shall be increased to 80 percent of the unit contract price per each for contracted plant material at the completion of the initial planting. Payment shall be increased to the appropriate percentage upon accomplishment of the following phases of plant establishment. 3 months after completion of initial planting 85% 6 months after completion of initial planting 90% Completion of 1st year plant establishment 100% As the plants that do not include plant establishment are obtained, propagated, and grown, partial payments shall be made as follows: Payment of 15 percent of the unit contract price per each when the plant materials have been contracted, propagated, and are growing under nursery conditions. The Contractor shall provide the Engineer with certification that the plant material has been procured or contracted for delivery to the project for planting within the time limits of the project. The certification shall state the location, quantity, and size of all material. Payment shall be increased to 90 percent of the unit contract price per each for contracted plant material at the completion of the initial planting. Payment shall be increased to 100 percent at the physical completion of the contract. All partial payments shall be limited to the actual number of healthy vigorous plants that meet the stage requirements, limited to plan quantity. Previous partial payments made for materials rejected or missing will be deducted from future payments due the Contractor. "Live Fascine ", per linear foot. "Live Pole ", per each. "Live Stake Row ", per linear foot. "Live Brush Mattress ", per square yard. "Plant Establishment - Year ", will be paid in accordance with Section 1- 09.6.• "Brush Layer ", per linear foot. "Weed Barrier Mat ", per each The unit contract price per each for "Weed Barrier Mat" shall be full pay to 119 provide and install the weed barrier mat as specified, to maintain the mat in _ place throughout the plant establishment period, and to remove the mat when ordered by the Engineer. "Compost Type ", per cubic yard. The unit contract price per cubic yard for "Compost Type " shall be full pay for furnishing and spreading the compost onto the existing soil. "Fertilizer", per pound. "Weed Control ", will be paid in accordance with Section 1 -09.6. "Pesticide Application ", will be paid in accordance with Section 1 -09.6. For the purpose of providing a common proposal for all bidders, the Contracting Agency entered an amount for "Plant Establishment - Year ", "Weed Control ", and "Pesticide Application" in the proposal to become a part of the total bid by the Contractor. "Soil Amendment ", per cubic yard. "Bark or Wood Chip Mulch ", per cubic yard. "Water", per M Gal. "Seeding ", per acre. "Seeding and Fertilizing ", per acre. "Seeding, Fertilizing, and Mulching ", per acre. "Seeding and Mulching ", per acre. "Seeding and Fertilizing by Hand ", per square yard. "Fertilizing ", per acre. "Second Application of Fertilizer", per acre. "Liming ", per acre. "Mulching ", per acre. "Soil Binder or Tacking Agent ", per acre. "Mowing ", per acre. "Seeded Lawn Installation ", per square yard. "Sod Installation ", per square yard. "Lawn Mowing ", per square yard. The unit contract price per square yard for "Seeded Lawn Installation" or "Sod Installation" shall be full pay for all costs necessary for weed control within the seeding area, to prepare the area, plant or sod the lawn, erect barriers, and establish lawn areas and for furnishing all labor, tools, equipment, and materials necessary to complete the work as specified and shall be paid in the following sequence for healthy, vigorous lawn: Completion of Lawn Planting 60 percent of individual areas Mid Lawn Establishment (after 2 mowings) 85 percent of individual areas Completion of Lawn Establishment 100 percent of individual areas (after 4 mowings) 113 SECTION 8 -03, IRRIGATION SYSTEM December 2, 2002 This section is replaced in its entirety as follows: 8 -03.1 Description This work shall consist of installing an irrigation system in accordance with these Specifications and the details shown in the Plans or as staked. The irrigation system has been designed using the products as shown in the Sprinkler Legend /Performance Data table and the irrigation details. If approved by the Engineer, the Contractor may supply different manufacturer products, but only if the products are of equal performance and material quality as shown in the Plans. 8 -03.2 Materials Materials shall meet the requirements of Sections 9 -15 and 9 -29. 8 -03.3 Construction Requirements Location of pipe, tubing, sprinkler heads, emitters, valves, and other equipment shall be as shown in the Plans and shall be of the size and type indicated. No changes shall be made except as approved by the Engineer. Potable water supplies shall be protected against cross - connections in accordance with applicable Contracting Agency rules and regulations. Water service connections shall be made by the Contractor as indicated in the Plans and Special Provisions and such installations and equipment shall conform to the requirements set forth by the supplying agency. Construction of electrical systems shall conform to applicable portions of Sections 8 -20 and 9 -29. 8- 03.3(1) Layout of Irrigation System The Contractor shall stake the irrigation system following the schematic design shown in the Plans, before the construction begins. Alterations and changes in the layout may be expected in order to conform to ground conditions and to obtain full and adequate coverage of plant material with water; however, no changes in the system as planned shall be made without the prior authorization of the Engineer. Irrigation Potholing Existing underground irrigation casing pipe ends shall be located by potholing, as specified by the Engineer. 8- 03.3(2) Excavation Pipe trenches shall be no wider at any point than is necessary to lay the pipe or install equipment. The top 6 inches of topsoil, when such exists, shall be kept separate from subsoil and shall be replaced as the top layer when backfill is made. Trench bottoms shall be relatively smooth and consist of sand or other suitable material free from rocks, stones, or any material that might damage the pipe. Trenches in rock or other material unsuitable for trench bottoms shall be excavated 6 inches below the required depth and shall be backfilled to the required depth with sand or other suitable material free from rocks or stones. 114 The Contractor shall exercise care when excavating trenches near existing trees to minimize damage to tree roots. Where roots are 2 inches and greater in diameter, except in the direct path of the pipe, the pipe trench shall be hand excavated and tunneled. When large roots are exposed, they shall be wrapped with heavy burlap for protection and to prevent excessive drying. Trenches dug by machines adjacent to trees having roots 2 inches and less in diameter shall have the sides hand trimmed making a clean cut of the roots. Trenches having exposed tree roots shall be backfilled within 24 hours unless adequately protected by moist burlap or canvas as approved by the Engineer. Detectable marking tape shall be placed in the trench 6 inches directly above, parallel to, and along the entire length of all nonmetallic water pipes and all nonmetallic and aluminum conduits placed under existing or future pavement. The width of the tape shall be as recommended by the manufacturer. 8- 03.3(3) Piping All lines shall be a minimum of 18 inches below finished grade measured from the bottom of the pipe or as shown in the Plans. All live mains to be constructed under existing pavement shall be placed in irrigation conduits jacked under pavement unless otherwise noted in the plans. All PVC pipe installed under areas to be paved shall be placed in irrigation conduit. Irrigation conduit shall extend a minimum of 1 foot beyond the limits of pavement. All jacking operations shall be performed in accordance with an approved jacking plan. Where possible, mains and laterals or section piping shall be placed in the same trench. All lines shall be placed a minimum of 3 feet from the edge of concrete sidewalks, curbs, guardrail, walls, fences, or traffic barriers. Mainlines and lateral lines shall be defined as follows: Mainlines: All supply pipe and fittings between the water meter and the irrigation control valves. Lateral Lines: All supply pipe and fittings between the irrigation control valves and the connections to the irrigation heads. Swing joints, thick walled poly pipe, flexible risers, rigid pipe risers, and associated fittings are not considered part of the lateral line but incidental components of the irrigation heads. Pipe pulling will not be allowed for installation and placement of irrigation pipe. 8- 03.3(4) Jointing During construction, pipe ends shall be plugged or capped to prevent entry of dirt, rocks, or other debris. All galvanized steel pipe shall have sound, clean cut, standard pipe threads well fitted. All pipes shall be reamed to the full diameter and burrs removed before assembly. Threaded galvanized steel joints shall be constructed using either a nonhardening, nonseizing multipurpose sealant or teflon tape or paste as recommended by the pipe manufacturer. All threaded joints shall be made tight with wrenches without the use of handle extensions. Joints that leak shall be cleaned and remade with new material. Caulking or thread cement to make joints tight will not be permitted. PVC pipe, couplings, and fittings shall be handled and installed in accordance with 115 the manufacturer's recommendation. The outside of the PVC pipe shall be chamfered to a minimum of 1/16 inch at approximately 22 degrees. Pipe and fittings shall be joined by solvent welding. Solvents used must penetrate the surface of both pipe and fitting which will result in complete fusion at the joint. Use solvent and cement only as recommended by the pipe manufacturer. Threaded PVC joints shall be assembled using Teflon tape as recommended by the pipe manufacturer. On plastic to metal connections, work the metal connection first. Use a nonhardening compound on threaded connections. Connections between metal and plastic are to be threaded utilizing female threaded PCV adapters with threaded schedule 80 PVC nipple only. Polyethylene pipe and fittings shall be installed in accordance with the manufacturer's recommendations. The ends of the polyethylene pipe shall be cut square and inserted to the full depth of the fitting. Clamps for insert fittings shall be stainless steel. 8- 03.3(5) Installation Galvanized pipe shall be used from the water meter or service connection through the cross - connection control device. Final position of turf heads shall be between 1/2 inch and 1 inch above finished grade measured from the top of the sprinkler. All sprinklers adjacent to walks, curbs, and pavement shall be placed as shown in the Plans. Shrub heads, unless otherwise specified, shall be placed on risers approximately 12 inches above finished grade. Final position of valve boxes, capped sleeves, and quick coupler valves shall be between 1/2 inch and 1 inch above finished grade or mulch. Drip irrigation emitters shall be installed in accordance with the manufacturer's recommendations. 8- 03.3(6) Electrical Wire Installation Wiring between the automatic controller and automatic valves shall be direct burial . and may share a common neutral. Separate control conductors shall be run from the automatic controller to each valve. When more than one automatic controller is required, a separate common neutral shall be provided for each controller and the automatic valve which it controls. Wire shall be installed adjacent to or beneath the irrigation pipe. Plastic tape or nylon ty -wraps shall be used to bundle wires together at 10 -foot intervals, and the wire shall be "snaked" from side to side in the trench. When necessary to run wire separate from the irrigation pipe, the wire shall be bundled and placed under detectable marking tape. When lateral pipe lines have less than 18 inches of cover, direct burial wire shall not be adjacent to pipes but shall be placed at a minimum depth of 18 inches. Wiring placed under pavement and walls, or through walls, shall be placed in irrigation casing. Irrigation casing shall not be less than 1 inch in diameter, Class 200 PVC. • Splices will be permitted only at junction boxes, valve boxes, pole bases, or at control equipment. A minimum of 2 feet of excess conductor shall be left at all 116 splices, terminal and control valves to facilitate inspection and future splicing. All 120 -volt electrical conductors and conduit shall be installed by a certified electrician including all wire splices and wire terminations. For all 24 volt direct burial circuits, the continuity test, ground test, and functional test shall be performed. The Megger test confirming insulation resistance of not less than 2 megohms to ground in accordance with Section 8- 20.3(11) is required. All wiring shall be tested in accordance with Section 8- 20.3(11). 8- 03.3(7) Flushing and Testing All gauges used in the testing of water pressures shall be certified correct by an independent testing laboratory immediately prior to use on the project. Gauges shall be retested when ordered by the Engineer. Automatic controllers shall be tested by actual operation for a period of two weeks under normal operating conditions. Should adjustments be required, the Contractor shall do so according to the manufacturer's direction and test until operation is satisfactory. Main Line Flushing All main supply lines shall receive two fully -open flushings, to remove debris that may have entered the line during construction: the first before placement of valves; the second after placement of valves and prior to testing. Main Line Testing All main supply lines shall be purged of air and tested with a minimum static water pressure of 150 psi for 60 minutes without introduction of additional service or pumping pressure. Testing shall be done with one pressure gauge installed on the line, where ordered by the Engineer. An additional pressure gauge shall be installed at the pump when ordered by the Engineer. Lines that show loss of pressure exceeding 5 psi at the ends of specified test periods will be rejected. The Contractor shall correct rejected installations and retest for leaks as specified herein. Lateral Line Flushing All lateral lines shall receive one fully -open flushing prior to placement of sprinkler heads, emitters, and drain valves. The flushing shall be of sufficient duration to remove any dirt or debris that has entered the lateral lines during construction. Lateral Line Testing All lateral lines shall be purged of air and tested in place at operating line pressure with a pressure gauge and with all fittings capped or plugged. The operating line pressure shall be maintained for 30 minutes with valves closed and without introduction of additional pressure. Lines that show leaks or loss of pressure exceeding 5 psi at the end of specified test periods will be rejected. The Contractor shall correct and retest lateral line installations that have been rejected. Throughout the life of the Contract, the Contractor shall 117 repair, flush, and test, all main and lateral lines that have sustained a break or disruption of service. Upon restoration of the water service, the affected lines shall be brought up to operating pressure. The Contractor shall then conduct a thorough inspection of all sprinkler heads, emitters, etc., located downstream of the break, disruption of service, and repair. This inspection is required to ensure that the entire irrigation system is operating properly. 8- 03.3(8) Adjusting System Before final inspection, the Contractor shall adjust and balance all sprinklers to provide adequate and uniform coverage. Spray patterns shall be balanced by adjusting individual sprinkler heads with the adjustment screws or replacing nozzles to produce a uniform pattern. Unless otherwise specified, sprinkler spray patterns will not be permitted on pavement, walks, or structures. 8- 03.3(9) Backfill Backfill shall not be started until all piping has been inspected, tested, and approved by the Engineer, after which backfilling shall be completed as soon as �_ � _ n backfill u 1. ..: 1 placed within !_� L �.. I LM.. M..11 M.. ice.... possible. All matellal placed wit11111 6 inches o1 the pipe shall be free of rocks, roots, or other objectionable material that might cut or otherwise damage the pipe. Backfill from the bottom of the trench to approximately 6 inches above the pipe shall be by continuous compacting in a manner that will not damage pipe or wiring and shall proceed evenly on both sides of the pipe. The remainder of the backfill shah be thoroughly compacted, except that heavy equipment shall not be used within 18 inches of any pipe. The top 6 inches of the backfill shall be of topsoil material or the first 6 inches of material removed in the excavation. 8- 03.3(10) As Built Plans Upon physical completion of the work, the Contractor shall submit As Built Plans consisting of corrected shop drawings, schematic circuit diagrams, or other details necessary to show the work as constructed including the actual installed locations of the irrigation system(s) equipment including, but not limited to, water meters, cross connection control devices, electrical services, pipe and wire runs, splice boxes, controllers, valves, heads, and other equipment. These drawings shall be on sheets conforming in size to the provisions of Section 1 -05.3. All drawings must be complete and legible. Any corrections and additions ordered by the Engineer shall be made by the Contractor prior to acceptance. The Contractor shall provide the Engineer with three copies of parts lists, catalog cuts, and service manuals for all equipment installed on the project. 8- 03.3(11) System Operation The irrigation system shall be completely installed, tested, and automatically operable prior to planting in a unit area except where otherwise specified in the Plans or approved by the Engineer. The Contractor shall be fully responsible for all maintenance, repair, testing, inspecting, and automatic operation of the entire system until all work is considered complete as determined by the final inspection specified in Section 1- 05.11. The final inspection of the irrigation system will coincide with the end of the contract or first year plant establishment which ever is later. This responsibility shall include, but not be limited to, draining the system prior to winter and reactivating the system in the spring and at other times as ordered by the Engineer. 118 For the life of the contract, the Contractor shall be responsible for having annual inspections and tests performed on all cross connection control devices as required and specified by the Washington State Department of Social and Health Services. Inspections and tests shall be conducted at the time of initial activation and each spring prior to reactivating the irrigation system. Potable water shall not flow through the cross - connection control device to any downstream component until tested and approved for use by the serving utility. In the spring, when the drip irrigation system is in full operation, the Contractor shall make a full inspection of all emitters. This shall involve visual inspection of each emitter under operating conditions. All adjustments, flushings, or replacements to the system shall be made at this time to ensure the proper operation of all emitters. 8- 03.3(12) Cross - connection Control Device Installation Cross - connection control devices shall be installed, inspected, and tested by the serving utility or designee in accordance with applicable portions of the Washington Administrative Code (WAC 246 - 290 -490) and other applicable regulations as set forth by the Washington State Department of Social and Health Services and the Washington State Department of Transportation. During the life of the Contract, these devices shall be inspected and tested annually, or more often if successive inspections indicate repeated failures. Inspections and tests shall be conducted at the time of initial installation, after repairs, and each spring prior to reactivation of the irrigation system. These inspections and tests shall be completed and the results recorded by a licensed Backflow Assembly Device Tester (BADT) Operator or by a Contracting Agency Certified Water Works Operator with a CCS -1 or CCS -2 Classification and shall document that the devices are in good operating condition prior to flushing and testing of any downstream water lines. Devices that are defective shall be repaired or replaced. Inspection and test results shall be recorded on Department of Transportation Form No. DOT 540 -020 and other forms as may be required by the serving utility. The completed forms shall be submitted to the appropriate health authority and to the serving utility when applicable. 8- 03.3(13) Irrigation Water Service The Contracting Agency has arranged for a water meter installation(s) for the irrigation system at no cost to the Contractor at the locations and sizes as shown in the plans. The water meter(s) will be installed by the serving utility. It shall be the Contractor's responsibility to contact the Engineer to schedule the water meter installation performed by the servicing utility. The Contractor shall provide a minimum of 60 calendar days prior notice to the Engineer for the desired date for installation to ensure no service installation delays work. Construction activities for irrigation water service connections will be in accordance with the serving utility's Service Agreement. A copy of the Service Agreement may be obtained from the Engineer. 8- 03.3(14) Irrigation Electrical Service The Contracting Agency has arranged for electrical service connection(s) for operation of the automatic electrical controller(s) at the locations as shown in the Plans. The Contractor shall splice and run conduit and wire from the electrical service connection(s), or service cabinet, which ever may apply, to the automatic 119 electrical controller and connect the conductors to the circuit(s) as shown in the Plans. The installation of conduit and wire for the electrical power service shall be in accordance with the serving utility's Service Agreement and these specifications. A copy of the Service Agreement may be obtained from the Engineer. 8 -03.4 Measurement No unit of measure shall apply to the lump sum price for irrigation system. 8 -03.5 Payment Payment will be made in accordance with Section 1 -04.1, for the following bid items when included in the proposal: "Irrigation System ", lump sum. All costs for furnishing and installing plastic valve boxes, irrigation system equipment and components where indicated and as detailed in the Plans, all costs of initial and annual inspections and tests performed on cross connection control devices and electrical wire testing during the life of the contract and As Built Plans shall be included in the lump sum price for the complete irrigation system as shown in the Plans or as otherwise approved by the Engineer. The Contracting Agency shall, at no cost to the contractor, provide water and electrical services needed for installation and operation of the irrigation system for the life of the contract. As the irrigation system is installed, the payment schedule will be as follows: Payment will be made in proportion to the amount of work performed up to 90 percent of the unit contract price for irrigation system when the irrigation system is completed, tested, inspected, and fully operational. Payment shall be increased to 95 percent of the unit contract price for irrigation system upon completion and acceptance of initial planting and submittal of As Built Plans. Payment shall be increased to 100 percent of the unit contract price for irrigation system upon completion and acceptance of the first year plant establishment. When there is no first year plant establishment or when the contract is completed, payment will be increased to 100 percent of the unit contract price for irrigation system upon completion of As Built Plans. SECTION 8 -04, CURBS, GUTTERS, AND SPILLWAYS April 7, 2003 8- 04.3(1) Cement Concrete Curbs, Gutters, and Spillways The first paragraph is revised to read: Cement concrete curb, curb and gutter, gutter, and spillway shall be constructed with air entrained concrete Class 3000 conforming to the requirement of Section 6- 02 except at driveway entrances. Cement concrete curb or curb and gutter along the full width of a driveway entrance shall be constructed with air entrained concrete Class 4000 conforming to the requirements of Section 6 -02. 120 The fourth paragraph is revised to read: Expansion joints in the curb or curb and gutter shall be spaced at 15 -foot intervals, the beginning and ends of curb returns, drainage structures, bridges, and cold joints with existing curbs and gutters. The expansion joint shall be filled to full cross - section with 3/8 -inch premolded joint filler. When curb or curb and gutter is placed adjacent to Portland Cement Concrete Pavement, a 1/4 -inch thick, 6 -inch deep premolded joint filler shall be installed between the two vertical surfaces to prevent cracking. When noted in the Plans, the Contractor shall install the catch basin gutter pan at drainage structures abutting the curb and gutter. 8- 04.3(1)A Extruded Cement Concrete Curb In the third paragraph, the second sentence is revised to read: The adhesive shall meet the requirements of Section 9 -26.1 for Type I1 epoxy bonding agent. 8 -04.5 Payment This section is revised to read: Payment will be made in accordance with Section 1 -04.1, for each of the following bid items that are included in the proposal: "Cement Conc. Traffic Curb and Gutter ", per linear foot. "Cement Conc. Traffic Curb ", per linear foot. "Mountable Cement Conc. Traffic Curb ", per linear foot. "Dual -Faced Cement Conc. Traffic Curb and Gutter ", per linear foot. "Dual -Faced Cement Conc. Traffic Curb ", per linear foot. "Cement Conc. Pedestrian Curb ", per linear foot. "Roundabout Truck Apron Inner Cement Conc. Curb ", per linear foot. "Roundabout Truck Apron Outer Cem. Conc. Curb and Gutter", per linear foot. "Extruded Curb ", per linear foot. "Cement Conc. Gutter", per linear foot. "Cement Conc. Spillway ", per linear foot. "Asphalt Conc. Gutter ", per linear foot. "Asphalt Conc. Spillway ", per linear foot. "Drain Pipe In. Diam. ", per linear foot. "Half Round Plain St. CuIv. Pipe In. Th. In. Diam. ", per linear foot. "Half Round Tr. 1 St. CuIv. Pipe In. Th. In. Diam. ", per linear foot. "Half Round Plain Al. Cu Iv. Pipe In. Th. In. Diam. ", per linear foot. "Half Round Tr. 1 Al. CuIv. Pipe In. Th. In. Diam. ", per linear foot. "Hand Placed Riprap ", per cubic yard. Hand placed riprap will be paid for as provided in Section 8 -15.5. When catch basin gutter pans are required in the Plans, all costs for providing the widened area of gutter pan shall be included in the curb and gutter bid item 121 The following new section is added: SECTION 8 -05, INTEGRAL CEMENT CONCRETE CURB April 7, 2003 This section including the title is revised to read: SECTION 8 -05, VACANT SECTION 8 -06, CEMENT CONCRETE DRIVEWAY ENTRANCES April 7, 2003 • 8 -06.1 Description This work shall consist of constructing the types of cement concrete driveway entrances shown in the Plans and in accordance with these Specifications and the Standard Plans. The widths of the entrances shall be as noted in-the Plans. When no width is noted in the Plans, the entrance shall be constructed to the minimum dimensions shown in the Standard Plans. 8 -06.2 Materials • Materials shall meet the requirements of the following sections: Portland Cement 9 -01 Aggregates 9 -03 Premolded Joint Filler 9 -04.1 Cement concrete driveway approaches shall be constructed with air entrained concrete Class 4000 conforming to the requirements of Section 6 -02 or Portland Cement Concrete Pavement conforming to the requirements of Section 5 -05. 8 -06.3 Construction Requirements Driveway entrance concrete may be placed, compacted, and finished using hand methods. The tools required for these operations shall be approved by the Engineer. After troweling and before edging, the surface of the driveway entrance shall be brushed in a transverse direction with a stiff bristled broom. Curing of the concrete shall be in accordance with Section 5- 05.3(13). The driveway entrances may be opened to traffic in accordance with Section 5- 05.3(17). When noted in the Plans, the Contractor shall construct the driveway entrance in two or more segments to permit access to an existing driveway. At these locations, the Contactor shall provide a well - graded and drained temporary approach suitable for vehicular traffic from the abutting roadway to the existing driveway and a firm surface for pedestrians crossing the approach. When the concrete in this segment of the entrance has reached the desired compressive strength, the Contractor shall route traffic over it, remove the temporary approach, and construct the remaining - driveway entrance segment or segments. The joints between segments shall be filled to full cross - section with 3/8 -inch premolded joint filler. 8 -06.4 MeasurementCement Cement concrete driveway entrances will be measured by the square yard of finished surface. 8 -06.5 Payment 172 Payment will be made in accordance with Section 1 -04.1, for the following bid item when it is included in the proposal: "Cement Conc. Driveway Entrance Type ", per square yard. All costs in constructing the driveway entrance in segments and installing and removing the temporary approach shall be included. SECTION 8 -07, PRECAST TRAFFIC CURB AND BLOCK TRAFFIC CURB April 7, 2003 8- 07.3(2) Painting of Curbs The reference to "Section 8- 22.2" is revised to "Section 9- 34.4 ". SECTION 8 -08, RUMBLE STRIPS April 7, 2003 This section is revised to read: 8 -08.1 Description This work shall consist of constructing shoulder rumble strips by grinding asphalt or cement concrete pavement. The work shall include cleanup and disposal of cuttings and other resultant debris. The Standard Plans show the patterns and construction details for the four types of shoulder rumble strips. 8 -08.2 Vacant 8 -08.3 Construction Requirements The equipment shall have a rotary type cutting head or series of cutting heads capable of grinding one or more recesses in the asphalt or cement concrete as detailed in the Standard Plans. The difference in the surface texture between the high and low surfaces from the grinding shall not exceed 1 /8 inch. Rumble strips shall not be constructed on bridge decks, bridge approach slabs, or cement concrete surfaces. In areas where monuments, drainage structures, induction loop lead -ins, pavement markings or other features will not allow the rumble strips to be constructed as detailed, the rumble strips shall be eliminated or relocated as approved by the Engineer. The traveled lanes shall be kept free of cuttings and other construction debris at all times. Immediately upon completion of rumble strip grinding, all cuttings, grinding debris, dust, and other loose materials shall be removed from the rumble strips and shoulder areas. All cuttings and other debris shall be disposed of as designated by the Engineer or shall become the property of the Contractor and be disposed of outside the project limits. Cuttings and other debris shall not be allowed to enter any waterways. When shown in the Plans, the rumble strips shall be fog sealed in accordance with the requirements of Section 5- 04.3(19) following the completion of the shoulder rumble strip. All pavement markings, junction boxes, drainage structures, and similar objects located in the shoulder shall not be fog sealed. The accumulative error in the longitudinal spacing of the rumble strips and the gaps, when required, shall not exceed plus or minus 5 percent. 123 8 -08.4 Measurement Shoulder rumble strips will be measured to the nearest 0.01 -mile along the mainline roadway for each shoulder. No deductions will be made for required gaps shown on the Standard Plans or for the elimination of rumble strips across bridge decks, bridge approach slabs, cement concrete areas, or other areas approved by the Engineer. Fog sealing, when shown in the Plans, will be measured as asphalt for fog seal in accordance with Section 5 -04.4. 8 -08.5 Payment Payment will be made in accordance with Section 1 -04.1, for the following bid items when included in the proposal: "Shoulder Rumble Strip Type ", per mile. Layout of the rumble strip pattern on the shoulder for the grinding operation is the responsibility of the Contractor. Ail costs involved in this work shall be considered incidental to the bid item. Payment for fog sealing the shoulder, when shown in the Plans, shall be paid as asphalt for fog seal in accordance with Section 5 -04.5. SECTION 8 -09, RAISED PAVEMENT MARKERS August 4, 2003 8- 09.3(3) Adhesive Preparation This section is revised to read: Epoxy adhesive shall be maintained at a temperature of 60 F to 85 F before use and during application. Component A shall be added to component B just before use and mixed to a smooth uniform blend. The unused mixed adhesive shall be discarded when polymerization has caused stiffening and reduction of workability. Bituminous pavement marker adhesive shall be indirectly heated in an applicator with continuous agitation or recurring circulation. Adhesive temperature shall not exceed the maximum safe heating temperature stated by the manufacturer. The Contractor shall provide the Engineer with manufacturers written instruction for application temperature and maximum safe heating temperature. 8- 09.3(4)B Asphalt Adhesives The second paragraph is revised to read: Bituminous adhesive shall be applied at temperatures recommended by the manufacturer. 174 SECTION 8 -10, GUIDE POSTS December 2, 2002 8 -10.2 Materials In the second paragraph, the first sentence is revised as follows: Adhesives for surface mounted guide posts shall meet the requirements of Sections 9- 02.1(8) or 9 -26.2. SECTION 8 -11, GUARDRAIL January 7, 2002 8- 11.3(1)C Erection of Rail The fourth paragraph is revised to read: Galvanized and Weathering steel rail plates shall be fastened to the posts with galvanized bolts, washers, and nuts the size and kind shown in the Plans. 8 -11.4 Measurement The third paragraph is revised to read: Measurement of beam guardrail terminal and beam guardrail buried terminal Type 1 will be per each for the completed terminal. The two paragraphs listed below are inserted following the third paragraph: Measurement of beam guardrail buried terminal Type 2 will be per linear foot for the completed terminal. Measurement of beam guardrail placement -25 foot span will be per each for the completed span. 8 -11.5 Payment The bid items listed below are inserted following "Beam Guardrail Terminal ": "Beam Guardrail Buried Terminal Type 1", per each. "Beam Guardrail Buried Terminal Type 2 ", per linear foot. The note for "Beam Guardrail Terminal etc." is revised to read: The unit contract price for "Beam Guardrail Terminal ", "Beam Guardrail Buried Terminal Type 1" and "Beam Guardrail Buried Terminal Type 2" shall include the posts, rail, end section, and anchor. The bid item and note listed below are inserted following the note for "Beam Guardrail Terminal ": "Beam Guardrail Placement - 25' Span ", per each The unit contract price per each for "Beam Guardrail Placement - 25' Span" shall include all CRT posts, Type 1 guardrail posts and blocks and all nested w -beam rail elements. 125 SECTION 8 -12, CHAIN LINK FENCE AND WIRE FENCE April 1, 2002 8 -12.4 Measurement The second paragraph is revised to read: End, gate, corner, and pull posts for chain link fence will be measured per each for the posts furnished and installed complete in place. 8 -12.5 Payment The bid item "End, Corner, and Pull Post for Chain Link Fence" is revised to "End, Gate, Corner, and Pull Post for Chain Link Fence ", per each. SECTION 8 -14, CEMENT CONCRETE SIDEWALKS April 7, 2003 8- 14.3(3) Placing and Finishing Concrete This section is revised to read: The concrete shall be placed in the forms and struck off with an approved straightedge. As soon as the surface can be worked, it shall be troweled smooth with a steel trowel. After troweling and before installing the contraction joints or perimeter edging, the walking surfaces of the sidewalk and ramps shall be brushed in a transverse direction with a stiff bristled broom as shown in the Standard Plans. Expansion and contraction joints shall be constructed as shown in the Standard Plans. When the sidewalk abuts a cement concrete curb or curb and gutter, the expansion joints in the sidewalk shall have the same spacing as the curb. The expansion joint shall be filled to full cross - section of the sidewalk with 3/8 -inch premolded joint filler. Sidewalk ramps shall be of the type specified in the Plans. The detectable warning pattern shall have the truncated dome shape shown in the Standard Plans and may be formed by either embossing the wet concrete, adding a manufactured material after the concrete has cured, or installing masonry or ceramic tiles. When masonry or ceramic tiles are used, the Contractor shall block out the detectable warning pattern area to the depth required for installation of the tiles and finish the construction of the concrete ramp. After the concrete has set and the forms have been removed, the Contractor shall install the tiles using standard masonry practices. The two -foot wide detectable warning pattern area on the ramp shall be yellow and shall match the color of "Standard Interstate Yellow" paint as specified in Formula K -2 -83. Yellow masonry paint for precast curbs, Formula H -3 -83, may be used for truncated dome patterns embossed into the concrete surface. 8 -14.4 Measurement This section is revised to read: Cement concrete sidewalks will be measured by the square yard of finished surface and will not include the surface area of the sidewalk ramps. Measurement of sidewalk ramps will be by the unit for each complete ramp type. 19R 8 -14.5 Payment This section is revised to read: Payment will be made in accordance with Section 1 -04.1, for the following bid items when included in the proposal: "Cement Conc. Sidewalk ", per square yard. "Cement Conc. Sidewalk with Raised Edge ", per square yard. "Monolithic Cement Conc. Curb and Sidewalk ", per square yard. "Cement Conc. Sidewalk Ramp Type ", per each Payment for excavation of material not related to the construction of the sidewalk but necessary before the sidewalk can be placed, when and if shown in the Plans, will be made in accordance with the provisions of Section 2 -03. Otherwise, the Contractor shall make all excavations including haul and disposal, regardless of the depth required for constructing the sidewalk to the lines and grades shown, and shall include all costs thereof in the unit contract price per square yard for "Cement Conc. Sidewalk. ", "Cement Conc. Sidewalk with Raised Edge ", or "Monolithic Cement Conc. Curb and Sidewalk ". SECTION 8 -15, RIPRAP April 7, 2003 8- 15.3(6) Quarry SpaIls This section is revised to read: Quarry spalls shall be placed in ditches and on slopes to be protected, in accordance with the Plans or as staked by the Engineer. After placement, the quarry spalls shall be compacted to be uniformly dense and unyielding. SECTION 8 -20, ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND ELECTRICAL April 7, 2003 This section is revised to read: 8 -20.1 Description This work shall consist 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. Traffic Data Accumulation and Ramp Metering System Unless otherwise noted, the location of signals, controllers, standards, and appurtenances shown in the Plans are approximate; and the exact location will be established by the Engineer in the field. 8- 20.1(1) Regulations and Code All electrical equipment shall conform to the standards of the National Electrical Manufacturers Association (NEMA), Electric Utility Service Equipment Requirements Committee (EUSERC), California Department of Transportation document entitled. Traffic signal control equipment shall 127 conform to the contract and these Standard Specifications. EIA Electronic Industries Association, IEEE Institute of Electrical, and Electronic Engineers the Radio Manufacturers Association, the American Society for Testing and Materials (ASTM), the American Association of State Highway and Transportation Officials (AASHTO), the American National Standards Institute (ANSI), whichever is applicable, and to other codes listed herein. In addition to the requirements of these Specifications, the Plans, and the Special Provisions, all material and work shall conform to the requirements of the National Electrical Code, hereinafter referred to as the Code, and any WACs and local ordinances, which may apply. Wherever reference is made in these Specifications or in the Special Provisions to the Code, the rules, or the standards mentioned above, the reference shall be construed to mean the code, rule, or standard that is in effect at the date of advertising of the project. In accordance with RCW 39.06.010, the Contractor need not be registered or licensed if the Contractor has been prequalified as required by RCW 47.28.070. Safe wiring labels normally required by the Department of Labor and Industries will not be required on electrical work within the Rights -of -Way of Contracting Agency Highways as allowed in RCW 19.28.141. Persons performing electrical work shall be certified in accordance with RCW 19.28.161. Proof of certification shall be supplied to the Engineer prior to the performance of the work. 8- 20.1(2) Industry Codes and Standards The following electrical industry codes and standard procedures are listed for reference purposes: Air Movement and Control Association (AMCA),30 West University Dr. Arlington Heights, Illinois 60004. American Association of State Highway and Transportation Officials (AASHTO), 444 North Capitol Street N.W., Suite 225, Washington, D.C. 20001. American National Standards Institute (ANSI), 70 East 45 Street, New York, New York. American Society for Testing and Materials (ASTM), 1916 Race • Street, Philadelphia, Pennsylvania. American Wood Preservers' Association (AWPA), 836 Seventeenth Street, Washington, D.C. Bell Company Research and Evaluation (Bellcore) 31220 La Baya DR Westlake Village CA 91362. Edison Electric Institute (EEI), 420 Lexington Avenue, New York, New York. Electronics Industries Association (EIA) 101 Pennsylvania Ave. 128 Washington D C. Federal Communications Commission (FCC) 445 12th SW Washington D C 20554. International Municipal Signal Association (IMSA), P.O. Box 539, 1115 North Main Street, Newark, New York. 14513. International Telephony Communications Union (ITU) Place des Nations CH 1211 Geneva 20 Switzerland. Institute of Transportation Engineers (ITE), 2029 K Street, Washington, D.C. Insulated Power Cable Engineers' Association (IPCEA), 283 Valley Road, Montclair, New Jersey. National Electrical Manufacturers' Association (NEMA), 155 East 44th Street, New York, New York. National Fire Protection Association - National Electrical Code (NEC), 470 Atlantic Avenue, Boston, Massachusetts. National Television Standards Committee (NTSC) 445 12th SW Washington D C 20554. National Transportation Communications for ITS Protocol (NTCIP). Rural Utilities Service (RUS) 1400 Independence Ave. Washington D C. Underwriters' Laboratories (UL), 207 East Ohio Street, Chicago, Illinois. 8 -20.2 Materials Materials shall meet the requirements of Section 9 -29. Unless otherwise indicated in the Plans or specified in the Special Provisions, all materials shall be new. Where existing systems are to be modified, the existing material shall be incorporated in the revised system, salvaged, or abandoned as specified in the contract documents, or as ordered by the Engineer. 8- 20.2(1) Equipment List and Drawings Within twenty days following execution of the Contract, the Contractor shall submit to the Engineer a completed "Request for Approval of Material" that describes the material proposed for use to fulfill the Plans and specifications. If required to do so, the Contractor shall submit supplemental data, sample articles, or both, of the material proposed for use. Supplemental data (six copies required) would include such items as catalog cuts, product specifications, shop drawings, wiring diagrams, etc. Any material purchased or labor performed prior to such approval shall be at the Contractor's risk. All approvals by the Engineer must be received by the Contractor before materials will be allowed on the job site. 129 If the luminaires are not listed in the Qualified Products List, the Contractor shall submit six copies of the following information for each different type of luminaire required on the contract: • 1. Isocandela diagrams showing vertical light distribution, vertical control limits, and lateral light distribution classification. 2. Details showing the lamp socket positions with respect to lamp and refractor for each light distribution type. The Contractor shall submit for approval six sets of shop drawings for each of the following types of standards called for on this project:: 1. Light standards without pre - approved plans. 2. Signal standards with or without pre- approved plans. The Contractor will not be required to submit shop drawings for approval for Tight standards conforming to the pre- approved plans listed in the Special Provisions. The Engineer's approval of any submitted documentation shall in no way relieve the Contractor from compliance with the safety and performance requirements as specified herein. Submittals required shall include but not be limited to the following: 1. A material staging plan, should the Contractor propose Contracting Agency -owned property for staging areas. 2. A cable vault installation plan showing the exact proposed installation location by roadway station, offset and the scheduled sequence for each cable vault installation. 3. A pit plan, for each boring pit, which bears the seal and signature of a licensed professional engineer licensed under title 18 RCW, state of Washington, qualified in civil engineering. The pit plan shall depict the protection of traffic and pedestrians, pit dimensions, shoring, bracing, struts, walers, sheet piles, conduit skids and means of attachment, casing type and casing size. 4. The proposed boring plan which bears the seal and signature of a licensed professional engineer, licensed under title 18 RCW, state of Washington, qualified in civil engineering. The proposed boring plan shall depict the boring system and entire support system. 8 -20.3 Construction Requirements 8- 20.3(1) General All workmanship shall be complete and in accordance with the latest accepted standards of the industry as determined by the Engineer. Existing electrical systems, traffic signal or illumination, or approved 'In temporary replacements, shall be kept in effective operation during the progress of the work, except when shutdown is permitted to allow for alterations or final removal of the system. Illumination system shutdowns shall not interfere with the regular lighting schedule, unless permitted by the Engineer. The Contractor shall notify the Engineer prior to performing any work on existing systems. Work shall be so scheduled that each electrical system is operational prior to opening the corresponding section of roadway to traffic. Traffic signals shall not be placed in operation for use by the public until all required channelization, pavement markings, illumination, signs, and sign lights are substantially complete and operational unless otherwise allowed by the Project Engineer. All costs incurred by the Contractor for providing effective operation of existing electrical systems shall be included in the associated electrical bid items. 8- 20.3(2) Excavating and Backfilling The excavations required for the installation of conduit, foundations, poles and other appliances shall be performed in a manner to cause the least possible injury to the streets, sidewalks, and other improvements. The trenches shall not be excavated wider than necessary for the proper installation of the electrical appliances and foundations. Excavating shall not be performed until immediately before installation of conduit and other appliances. The material from the excavation shall be placed where the least interference to vehicular and pedestrian traffic, and to surface drainage, will occur. All surplus excavated material shall be removed and disposed of by the Contractor in accordance with Section 2 -03 or as directed by the Engineer. The excavations for foundations shall be backfilled in conformance with applicable requirements of Section 2 -09. Excavations after backfilling shall be kept well filled and maintained in a smooth and well drained condition until permanent repairs are made. At the end of each day's work and at all other times when construction operations are suspended, all equipment and other obstructions shall be removed from that portion of the roadway open for use by public traffic. Excavations in the street or highway shall be performed in such a manner that not more than one traffic lane is restricted in either direction at any time unless otherwise approved by the Engineer. 8- 20.3(3) Removing and Replacing Improvements Improvements such as sidewalks, curbs, gutters, Portland cement concrete and asphalt concrete pavement, bituminous surfacing, base material, and any other improvements removed, broken, or damaged by the Contractor, shall be replaced or reconstructed with the same kind of materials as found on the work or with other materials satisfactory to the Engineer. 131 Whenever a part of a square or slab of existing concrete sidewalk or driveway is broken or damaged, the entire square or slab shall be removed and the concrete reconstructed as above specified. The outline of all areas to be removed in Portland cement concrete sidewalks and pavements and asphalt concrete pavements shall be cut to a minimum depth of 3 inches with a saw prior to removing the sidewalk and pavement material. The cut for the remainder of the required depth may be made by a method satisfactory to the Engineer. Cuts shall be neat and true with no shatter outside the removal area. 8- 20.3(4) Foundations 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. Concrete for posts, standards, pedestals, and cabinets shall be constructed of concrete Class 3000. Steel reinforcing bars for foundations shall conform to Section 9 -07. The bottom of concrete foundations shall rest on firm ground. • Foundations shall be cast in one operation where practicable. The exposed portions shall be formed to present a neat appearance. The foundations shown in the Plans shall be extended if conditions require additional depth, and such additional work, if ordered by the Engineer, will be paid for as extra work as provided in Section 1 -04.4. Forms shall be true to line and grade. Tops of foundations for posts and standards, except special foundations, shall be finished to ground line or sidewalk grade, unless otherwise noted in the Plans or directed by the Engineer. Forms shall be rigid and securely braced in place. Conduit ends and anchor bolts shall be plumbed and rigidly placed in proper position and to proper height prior to placing concrete and shall be held in place by means of a template until the forms are removed. Anchor bolts shall be installed so that two full threads extend above the top of the top heavy -hex nut, except that slip base anchor bolt extensions shall conform to the specified slip base clearance requirements. Anchor bolts shall be installed plumb, plus or minus 1 degree. Plumbing of standards shall be accomplished by adjusting leveling nuts. Shims or other similar devices for plumbing or raking will not be permitted except on power installed hot dipped galvanized steel luminaire foundations. The top heavy -hex nuts of light standards and signal standards shall be tightened in accordance with Section 6- 03.3(33), and as follows: 1. The top heavy -hex nuts for all clamping bolts of slip base light standards and Type RM and FB signal standards, shall be tightened using a torque wrench to the torque specified in Sections 8- 20.3(13)A and 8- 20.3(14)E, respectively. 1 '�7 2. The top heavy -hex nuts for all anchor bolts shall be tightened by the Turn -Of -Nut Tightening Method to minimum rotation of 1/4 turn and a maximum rotation 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. 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. Foundations shall have set at least 72 hours prior to the removal of the forms. 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 obstructions prevent construction of planned foundations, the Contractor shall construct an effective foundation satisfactory to the Engineer. The combined height of the light standard concrete foundation plus the anchor bolt stub height shall not exceed 4 inches above the ground line. 8- 20.3(5) Conduit 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 1/2 -inch diameter conduit. 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 shall be well 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. When a standard coupling cannot be used, an approved threaded union coupling shall be used. The threads on all metallic conduit shall be rust -free, clean and well painted with a good quality colloidal copper suspended in a petroleum vehicle before couplings are made up. All 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 coating on galvanized conduit has been injured in handling or installing, such injured places shall be thoroughly painted with galvanizing repair paint, Formula A -9 -73. 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 133 glue in place) for nonmetallic conduit Conduit stubs from controller cabinet foundations shall extend to the nearest junction box in that system Metallic conduit stubs, caps, and exposed threads shall be painted with galvanizing repair paint Formula A -9 -73. 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. Conduit shall be laid so that the top of the conduit is a minimum depth of: 1. 24 inches below the subgrade including asphalt or concrete shoulder areas and asphalt or concrete sidewalk areas. 2. 48 inches below the bottom of ties under railroad tracks unless otherwise specified by the Rail Road Company. 3. 18 inches below the finish grade in all other areas. Galvanized steel conduit shall be installed at the following locations: 1. All roadbed crossings. 2. All railroad crossings. 3. All runs from the luminaire base to the nearest junction box. 4. All runs installed at traffic signal installations unless nonmetallic is specified in the contract provisions or plans. 5. All pole risers, except as otherwise required by owning utilities. 6. All bends with radius less than 3 feet. Runs embedded within reinforced concrete structures are exempted. 7. All conduit entering junction boxes and service foundations, unless non metallic conduit is specified in the contract provisions or plans. 8. All other locations noted in the contract. 9. All runs externally attached to structures. 10. All runs installed in barrier that is constructed by slip forming. Non metallic conduit may be employed as an alternate to metallic conduit at other locations unless specified otherwise in the contract. Nonmetallic 114 conduit installation shall include equipment grounding conductor and shall conform to requirements noted in the Standard Plans. Liquidtight flexible metal conduit is allowed only at locations called for in the plans. 1. The use of aluminum conduit shall be restricted to above ground locations. 2. Aluminum conduit shall not be placed in concrete. Metallic 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. Boring operations shall be conducted to prevent caving ahead of the pipe, which will cause voids outside the pipe. The auger head shall precede no more than 4 inches ahead of the pipe being jacked. The Contractor shall install steel casings as specified and shown in the plans. The Contractor must be prepared to use a method approved by the Engineer to clear any obstructions to boring operations, which may be encountered. After the casing pipe is in place, the inside shall be cleaned free of rock, dirt and water. The space between the conduit and the casing shall be plugged with sand bags and a grout seal 12 inch thick at each end of the casing. Casings 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 sandbags and grout, unopened sacks of prepackaged concrete may be used to seal the casing. Material shall not be removed from the boring pit by washing or sluicing. 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: 135 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. 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 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 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. When conduit or casing is to be placed under pavement it shall be placed prior to the placement of a subbase, base, surfacing, and pavement. 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. Interduct 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 bell ends. Suitable marker stakes shall be set at the ends of conduits, which are buried so that they can be easily located. Fittings shall be installed at locations as designated by the Engineer so as to provide a conduit channel that will permit freedom for installing the electrical control wires. When conduit fittings are called for in the Plans, or 1 :IA where their installation is required by the Engineer, the Contractor shall also furnish all necessary covers and gaskets. 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 as follows: 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 Standard Specification 8- 20.3(9). Where surface mounting of conduit is required, supports shall consist of "unistrut" type or equal mounting complete with clamps sized for the conduit. Support spacing shall comply with the Code or shall be as noted in the contract. Approved expansion fittings shall be installed at all expansion joints. Approved deflection fittings shall be installed at the joint between the bridge end and the retaining wall end and the transition point from the bridge attachment to the underground section. In addition to the expansion fittings installed at all expansion joints, when PVC conduit is installed, an additional expansion fitting shall be installed for each 100 feet of conduit. Fasteners shall be as approved by the Engineer. 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. Conduit runs shown in the Plans are for bidding purposes only and may be changed, with approval of the Engineer, to avoid underground obstructions. Conduit with innerduct shall be installed as shown in the Plans encased in controlled density fill. 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 innerduct conduit. lnnerduct warning tape shall be placed above all innerduct installed in trenches. 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 "Fiber Optic Cable Buried Below." Location wire shall be placed directly above all innerduct installed in trenches. The 4 inch outerduct shall be placed to ensure correct consistency of alignment of the innerducts. All innerducts shall be prepared as follows: 137 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: Outerduct conduits shall be plugged using a quadplex expansion plug inside the conduit around the innerduct. Duct plugs shall be installed in all unused innerducts (those that are specified as empty) at the time of conduit installation. 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. Innerduct containing one 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 Standard junction boxes, pull boxes and cable vaults shall be installed at the locations shown in the Plans. The Contractor may install, at no expense to the Contracting Agency, such additional boxes as may be desired to facilitate the work. Junction box installation shall conform to details in the Standard Plans. Cable vaults and pull boxes shall be installed accordance with the following: 1. Excavation shall be performed in accordance with Section 2 -09. 2. Cable vaults and pull boxes shall be installed on 6 inches of crushed surfacing top course, per section 9- 03.9(3), placed on a compacted or undisturbed level foundation.. 3. All openings around conduits shall be sealed and filled with grout to prevent water and debris from entering the vaults or pull boxes. The grout shah meet the specifications of the cable vault and pull box manufacturers. 4. Backfilling around the work shall not be allowed until the concrete or mortar has set. 5. Pull boxes shall be installed in accordance with plans and details. 6. Pull boxes shall be configured such that the tensile and bending limitations of the fiber optic cable are not compromised. Pull boxes shall be configured to mechanically 138 protect the fiber optic cable against installation force as well as inert forces after cable pulling operations. 7. Upon acceptance of work, cable vaults, and pull boxes shall be free of debris and ready for cable installation. All grounding requirements shall be met prior to cable installation. 8. Where installed near steel casings, the pull boxes and cable vaults shall be offset 3 feet, minimum from the centerline of the casing. Factory bends shall be used to route the conduits to the cable vault or pull box. 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 8 inches in accordance with Standard Plan J -11 a. Cable vaults and pull boxes shall be adjusted to final grade using risers or rings manufactured by the cable vault and pull box manufacturer. Cable vaults and pull boxes with traffic bearing lids shall be raised to final grade using ring risers to raise the cover only. All voids resulting from the adjustment shall be backfilled with materials matching adjacent surfacing material and compacted in accordance with Section 2- 09.3(1)E. Damage to the junction boxes, pull boxes, cable vaults and the associated conduit system, or wiring resulting from the Contractor's operations, shall be repaired to the Engineer's satisfaction at no additional cost to the Contracting Agency. Both existing and new junction boxes, pull boxes, and cable vaults shall be adjusted to be flush with the finished grade as well as with the grade during the various construction stages proposed in the contract. 8- 20.3(7) Messenger Cable, Fittings Messenger cable shall be secured to steel strain poles by means of pole bands, and to timber poles by means of single strand guy eye bolts. Pole bands and eyebolts shall be installed as detailed in the Plans. Messenger cable shall be secured to eye bolts or strain clamps at poles by the use of approved self - locking cable clamp type dead - ending devices. Messenger cable shall be secured to bull rings and anchors by two approved U -bolt connectors and guy thimbles. Traffic signal control cable shall be secured to the messenger cable by cable ties. The ties shall be black nylon with ultraviolet protection and rated at 120 pound minimum unlocking strength. Down guy assemblies shall be installed as detailed in the Standard Plans. 8- 20.3(8) Wiring All underground wiring shall be installed in conduit unless specifically noted otherwise in the contract. All wiring in conduit shall be installed with an approved lubricant. 139 With the exception of induction loop circuits, magnetometer circuits and illumination circuits, all wiring shall run continuously, without splices, from a terminal located in a cabinet, compartment, pedestrian push button assembly, or signal head to a similarly located terminal. Illumination circuit terminals and traffic circuit signal terminals located below grade will not be allowed. Video detection systems cable installation shall follow manufacturer's specification, except no below grade terminals will be allowed. All splices in underground illumination circuits, induction loops circuits, and magnetometer circuits shall be installed in junction boxes. The only splice allowed in induction loop circuits and magnetometer circuits shall be the splice connecting the induction loop lead in conductors or magnetometer • lead in conductors to the shielded home run cable. Splices for induction loop circuits and magnetometer circuits shall be: heat shrink type with moisture blocking, material sized for conductors, epoxy filled clear rigid mold splice kits or rigid re- enterable type splice kits. Conductors for rigid mold kits shall be centered in the splice mold prior to installation of the encapsulation material. Magnetometer and induction loop splices shall be soldered. All connections with #10 and smaller wire shall use copper crimped connectors installed with a positive action (ratchet) tool, except for quick disconnects as described in Section 9-29.7. The non - insulated die shall be an indent type and insulated die shall be of a smooth shape capable of crimping pre - insulated terminals and connectors. The tool shall be compound lever type with a ratchet mechanism to ensure positive closure for full crimping cycle. The tool shall be field adjustable to proper calibration with common tools and materials. All connectors shall be wrapped with two layers electrical tape. All epoxy splice kits shall be physically separated from other splices and wiring within the junction box to avoid damage from heat during the casting process. Aerial illumination splices shall employ vice or crimp type pressure connectors. Splice insulation may be epoxy, heat shrink, or tape. Tape splice insulation shall consist of thermoplastic electrical insulating tape applied to a thickness equal to the original wire insulation. It shall be well lapped over the original insulation, and there shall be a coating of • moisture resistant varnish applied and allowed to dry. Two layers of friction tape will then be applied, and the splice shall be finished with a second complete coating of moisture resistant varnish. Quick disconnect connectors, fused or unfused as required, shall be instaiied at ail poles supporting a iuminaire. installation shall conform to details in the Standard Plans. Pole and bracket cable shall be installed between the disconnects and the luminaire. Sufficient slack wire shall be installed at each junction box to allow any conductor, cable, or splice within the junction box to be raised a minimum of 18 inches outside of the box. Insulated grounded conductors of size No. 6 or larger shall be identified either by a continuous white or natural gray finish along its entire length or 140 by an approved white marking for the full length of the visible conductor at all terminations, junction boxes, or accessible locations. Every conductor at every wire termination, connector, or device shall have an approved, (9- 29.13(7)B & C) wire marking sleeve bearing as its legend, the circuit number indicated in the contract. All terminal strips shall also bear the circuit number consistent with the contract. At all illumination circuit splices, each wire entering the splice shall have an approved wire marking sleeve bearing as its legend the circuit number indicated in the contract. All wiring, exclusive of the previously mentioned illumination circuits, at junction boxes and at the controller cabinet shall have an approved tag with legends as follows: 1. Individual conductors — the circuit number indicated in the contract. 2. Multiconductor cable — the numbers of the signal heads and /or pedestrian push buttons served. 3. Loop lead -in cable — the numbers of the loops served. 4. Magnetometer cable — the numbers of the magnetometers served. 5. Camera lead -in cable - -- The numbers of the phases the camera served. Drip loops shall be provided on all aerial conductors where they enter poles, signal heads, or weatherheads. Where direct burial cable or 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 injury. Direct burial cable shall be placed a minimum of 24 inches below grade and shall be placed loosely in the bottom of a trench. An approved red warning tape shall be installed in the trench, 6 inches above the direct buried conductors. When conductors, either cable or single, are being installed, care shall be exercised to not exceed tension limitations recommended by the manufacturer. Conductors may be pulled directly by hand. However, if conductors are pulled by any mechanical means, a dynamometer with drop - needle hand shall be used on every mechanical pull. On mechanical pulls, insulation shall be stripped off the individual conductor and the conductor formed into a pulling eye and firmly taped, or a cable grip shall be used. The maximum pulling force applied directly to the conductor; i.e., when pulling eyes are used or when the conductor is formed into a loop, shall be limited to that shown in the following table for copper conductor. When a cable grip is applied over nonmetallic sheathed cables, the maximum pulling force shall be limited to 1,000 pounds provided this is not in excess of the force as calculated above. 141 Conductor Pounds 8 132 6 210 4 334 3 421 2 531 1 669 1/0 845 2/0 1,065 3/0 1,342 4/0 1,693 To limit the sidewall pressure at bends in duct and conduit runs, the pulling force in pounds shall not exceed 100 times the radius of the bend in feet. Adequate lubrication of the proper type to reduce friction in conduit and duct pulls shall be utilized as necessary. The grease and oil -type lubricants used on lead sheathed cables shall not be used on nonmetallic sheathed cables. When wiring is noted for future connection, the ends of each wire or cable shall be sealed with an approved heat shrink end cap. If loop lead splices are not installed immediately after the installation of the loop leads into the adjacent junction box, the ends of the two conductor "home run" cable shall be sealed with heat shrink end caps to prevent entry of moisture into the two conductor cable. All coaxial cables shall have heat shrink end caps installed prior to aerial or underground installation of the cables to prevent moisture entry into the cable. Multiconductor cable for signal displays shall be installed entirely through the mounting fitting to a point a minimum of 1 inch inside the signal display housing before the outer insulation is stripped back for the connection of individual conductors to the terminal block. 8-20.3(9) Bonding, Grounding All metallic appurtenances containing electrical conductors (luminaires, light standards, cabinets, metallic conduit, non - metallic conduit, etc.) shall be made mechanically and electrically secure to form a continuous systems which shall be effectively grounded. Where metallic conduit systems are employed, the conduit system constitutes the equipment grounding conductor. Where nonmetallic conduit is installed, the installation shall include an equipment ground conductor, in addition to the conductors noted in the contract. Except as noted below for sign lighting fixtures, bonding. Bonding jumpers and equipment grounding conductors shall be installed in accordance with per Section 9 -29.3. The equipment ground conductor between the isolation switch and the sign lighter fixtures may be No. 14 AWG stranded copper conductor. Where parallel circuits are enclosed in a common conduit, the equipment grounding conductor shall be sized by the of the largest overcurrent device serving any circuit contained within the conduit. All connectors between bonding jumpers and equipment grounding conductors shall be installed in accordance with the NEC. 142 Identification of the equipment grounding conductor shall conform to all code requirements. Grounding of the equipment grounding system and neutral at the service point shall be accomplished as required under the NEC. Grounding of the neutral shall be accomplished only at the service. Two service grounds shall be installed at each electrical service installation and at each separately derived power source. Each service ground shall conform to the detail in the Standard Plans for "Service Ground." If soil conditions make vertical ground rod installation impossible see NEC Section 250 -52 (c)3 as an alternate installation procedure. The service ground installations shall be located a minimum of 6 feet apart. The first service ground rod shall be connected to a continuous grounding electrode conductor running to the service neutral bus. The second service ground rod shall be connected to the same continuous grounding electrode conductor connected to the first ground rod. Ground electrodes shall be bonded copper, ferrous core materials and shall be solid rods not Tess than 10 feet in length if they are 1/2 inch in diameter or not less than 8 feet in length if they are 5/8 inch or larger in diameter. The connection of the grounding electrode conductor to the grounding electrode shall be made with two approved ground clamps. Messenger cable shall be bonded to steel strain poles by means of a bond strap connected between an approved U -bolt connector and a bonding lug on the pole. At points where shields or shielded conductors are grounded, the shields shall be neatly wired and terminated on approved grounding lugs. 8- 20.3(10) Services, Transformer, Intelligent Transportation System Cabinet Power sources shown in the Plans are approximate only; exact location will be determined in the field. Aerial fed transformer cabinets and type A, type B, or type C service cabinets shall include a timber pole, as specified in Section 9- 29.6(3), a meter base, installed in accordance with serving utility requirements, a two or three wire service breaker of size noted in the Plans, the necessary conduit risers and ground assembly as noted in the standard plan. The timber pole shall be set at a depth of 10% of the total pole length plus 2 feet. Modified type B, type D and type E services shall be installed per contract plan, and service description in standard plans. Pad mounted transformer cabinets shall be installed per contract plans. The service breaker shall be a standard thermal circuit breaker encased in a raintight housing that can be padlocked. Upon request of the Contractor, the Engineer will make the necessary arrangements with the serving utility to complete the service connections. Electrical energy used prior to completion of the contract will be charged to the Contractor, except that the cost of energy used for public benefit, when such operation is ordered by the Engineer, will be borne by the Contracting Agency. 143 The service, transformer and ITS cabinets shall be marked with the service agreement letters and numbers as noted in the plans. The markings shall be installed on the outside cabinet door near the top of the cabinet. The markings shall be series C using stencils and black enamel alkyd gloss paint conforming to Federal Specification TT -E -489. 8- 20.3(11) Testing The Contractor shall conduct the following tests on all electrical circuits with nominal operating voltage between 115 volts and 600 volts, other than direct burial installations, in the presence of the Engineer: 1. Test the continuity of each circuit. 2. Test for grounds in each circuit, which shall consist of the physical examination of the installation to ensure that all required ground jumpers, devices, and appurtenances do exist and are mechanically firm. 3. A 500 volt megohm meter test on each circuit between the conductor and ground with all switch boards, panel boards, • fuse holders, switches, receptacles, and overcurrent devices in place. All readings shall be recorded. The Contractor shall furnish the Engineer with three copies of the test results identifying observed readings with their respective circuits. The insulation resistance shall not be less than 6 megohms between the conductor and ground on circuits with a total single conductor length of 2,500 feet and over, nor less than 8 megohms on circuits with single conductor length of less than 2,500 feet. Any change in the above stated minimum readings must be approved in writing by the Engineer. Only those factors based on dielectric properties of conductor insulations, splicing insulations, terminal strip castings, etc., will be cause for consideration of a variance. 4. A functional test in which it is demonstrated that each and every part of the system functions as specified. For those circuits below 115 volts nominal, except induction loop circuits and direct burial circuits, the circuits shall be tested for continuity, ground, and a test to demonstrate the circuit functions as specified. The megger test shall show an insulation resistance of not less than 2 megohms to ground. • Any fault in any material or in any part of the installation revealed by these tests shall be replaced or repaired by the Contractor in a manner approved by the Engineer, and the same test shall be repeated until no fault appears. When the project includes a traffic signal system, the Contractor shall conduct tests noted in Section 8- 20.3(14)D. The Contractor shall provide the Engineer a minimum of five days advance written notice of the proposed traffic signal turn -on date and time. The traffic signal turn -on 144 procedure shall not begin until all required channelization, pavement markings, illumination, signs, and sign lights are substantially complete and operational unless otherwise allowed by the Project Engineer. The Contractor shall provide traffic control to stop all traffic from entering the intersection and shall then turn the traffic signal system to its flash mode to verify proper flash indications. The Contractor shall then conduct functional tests to demonstrate that each part of the traffic signal system, illumination system, or other electrical system functions as specified. This demonstration shall be conducted in the presence of a Contracting Agency electronic technician, the Contracting Agency electrical inspector, and Regional Traffic Engineer or his /her designee. The Contractor shall then turn the traffic signal to stop and go operation for no less than one full cycle. Based on the results of the turn -on, the Engineer will direct the Contractor to either turn the traffic signal on to normal stop and go operation, to turn the signal to flash mode for a period not to exceed five calendar days, or to turn the signal off and cover all signal displays. If the Contractor is directed to turn off the traffic signal, the Contractor shall schedule a new turn -on date with the Engineer in accordance with the previously mentioned procedures. A qualified representative of the controller supplier may be required to be present for the turn on to stop and go operation if the controller is being supplied on the contract. No change to stop and go operation will be allowed after 2 p.m. on any day nor will the change be allowed on Friday, weekends, holidays, or the day preceding a holiday. 8- 20.3(12) Painting All painting required shall be done in conformance with applicable portions of Section 6 -07. 8- 20.3(13) Illumination Systems 8- 20.3(13)A Light Standards Light standards shall be handled when loading, unloading, and erecting in such a manner that they will not be damaged. Any parts that are damaged due to the Contractor's operations shall be repaired or replaced at the Contractor's expense, to the satisfaction of the Engineer. Light standards shall not be erected on concrete foundations until foundations have set at least 72 hours or attained a compressive strength of 2,400 psi, and shall be raked sufficiently to be plumb after all load has been placed or as otherwise directed by the Engineer. Slip base installation shall conform to the following: 1. The slip plane shall be free of obstructions such as protruding conduit or anchor bolts. The conduit, anchor bolts, and other obstructions shall terminate at a height below the elevation of the top of the slip plate. 2. Washers in the slip plane shall be placed between the 145 slip plate and the keeper plate. 3. Anchor bolts shall extend through the top heavy -hex nut two full threads to the extent possible while conforming to the specified slip base clearance requirements. Anchor bolts shall be tightened by the Turn -Of -Nut Tightening Method in accordance with Sections 6- 03.3(33) and 8- 20.3(4). 4. Clamping bolts shall be tightened in accordance with Sections 6- 03.3(33) and 8- 20.3(4). The clamping bolts shall be tightened to the specified torque, plus or minus 2 percent, in two stages using an accurately calibrated torque wrench before erecting the light standard. Except as otherwise specified, the Contractor shall install 1 inch diameter clamping bolts in all slip bases to a torque of 95 foot- pounds. The Contractor shall tighten the 1 118 inch diameter ciamping bolts of slip bases for 50 foot light standards with double 10 foot mast arms or greater to a torque to 104 foot - pounds. 5. The galvanized surfaces of the slip plates, the keeper plate and the luminaire base plate shall be smooth, without irregularities, to reduce friction and to prevent slackening of bolt tension due to flattening of the irregularities. 6. Anchor bolts damaged after the foundation concrete is placed shall not be repaired by bending or welding. The Contractor's repair procedure is to be submitted to the Engineer for approval prior to making any repairs. The procedure is to include removing the damaged portion of the anchor bolt, cutting threads on the undamaged portion to remain, the installation of an approved threaded sleeve nut and stud, and repairing the foundation with epoxy concrete. Epoxy concrete shall meet the requirements of Section 9- 26.3(1)B. 7. The grout pad shall not extend above the elevation of the bottom of the anchor plate. 8. Wiring for slip base installation shall conform to details in the Standard Plans. Breakaway coupling installation shall conform to the following: 1. At existing foundations, the anchor nuts, pole, grout pad, and leveling nuts shall be removed. Conduits shall be cut to a maximum height of 2 inches above the foundation including grounding end bushing or bell end. Galvanizing repair paint, conforming to Formula A -9 -73 in Section 9 -08.2, shall be applied to the cut conduit that has been threaded. Anchor bolts that are 14A damaged shall be repaired with approved sleeve nuts as noted under slip base installation procedures. 2. Anchor bolts shall be cut off 2 -1/2 to 3 inches above the foundation. At new foundations, the anchor bolts shall be installed with top of bolt 2 -1/2 to 3 inches above the foundation. 3. Couplings shall be installed to within 1 /8 to 3 /8 inch of the foundation. Couplings shall then be leveled. 4. The pole shall be set and plumbed; and washers, nuts, and skirt installed per manufacturer's recommendations. Slip base insert installations shall conform to details in the Standard Plans, and shall conform to items 1 through 8 above for slip base installation, except that the specified torque for the 7/8 inch diameter damping bolts shall be 50 foot - pounds. All new light standards shall have an approved metal tag riveted to the pole above the handhole. The information provided on the tag shall be as noted on the pre- approved drawings. The following information shall be stamped on the tag: 1. Luminaire number. 2. Luminaire wattage. 3. Luminaire voltage. All new or relocated metal light standards shall be numbered for identification in accordance with the Plans using painted 3 -inch series C numbers installed 3 feet above the base facing the traveled way. Paint shall be black enamel alkyd gloss conforming to Federal Specification TT -E -489. In setting timber poles, the Contractor shall provide a minimum burial of 10 percent of the total pole length plus 2 feet and shall rake the poles per Standard plan J -7d. 8- 20.3(13)B Decorative Light Standards Design and fabrication shall meet or exceed the requirements of the latest AASHTO Standard Specifications for Structural Supports for Highway Signs, Luminaires and Traffic Signals. Complete calculations for the structural design, including anchor bolt details, shall be prepared by a professional engineer licensed under Title 18 RCW State of Washington, in the branch of Civil or Structural Engineering. All shop drawings and cover page of all calculations submittals shall carry signature, original seal, registration number and date of expiration. The cover page shall include the contract number, contract title and sequential index to calculation page numbers. Two copies of the associated design calculation shall be submitted for approval along with shop drawings. 147 8- 20.3(13)C Luminaires The Contractor shall mark the installation date on the inside of the luminaire ballast housing using a permanent marking pen. All luminaires shall be mounted level, both transverse and longitudinally, as measured across points specified by the manufacturer. Leveling and orientation shall be accomplished after pole plumbing. 8- 20.3(14) Signal Systems 8- 20.3(14)A Signal Controllers • All control cabinets and control equipment shall be factory wired ready for operation. Field work will be limited to placing cabinets and equipment and connecting the field wiring to field terminal strips. All controller cabinets shall be installed on a silicone seal pad. Controllers for portable traffic signal systems shall conform to the requirements of Section 9-29.13(7). 8- 20.3(14)B Signal Heads Unless ordered otherwise by the Engineer, signal heads shall not be installed at any intersection until all other signal equipment is installed and the controller is in place, inspected, and ready for operation at that intersection, except that the signal heads may be mounted if the faces are covered to clearly indicate the signal is not in operation. Three section displays mounted on type M mounts shall have the plumbizer between the top and second display. Four and five section vertical displays mounted on type M mounts shall have the plumbizer between the second and third display. 8- 20.3(14)C Induction Loop Vehicle Detectors Induction loops shall be constructed as detailed in the Contract and the following: 1. Loop wire shall conform to Section 9 -29.3. 2. When Type 2 or 6' round (R) loops are grouped at the stop line, the front edge of the first loop shall be one foot behind the stop line. Each additional loop installed in the lane shall be on 15 foot centers. 3. Lead -in cable shall conform to Section 9 -29.3. 4. All loops shall be installed after grinding or prior to paving the final lift of asphalt designated in the Contract. Loop conductors shall be held at the bottom of the saw cut by high temperature backer rod (sized to fit snugly in the saw cut). Two inch long pieces of the backer rod shall be installed on 24 inch centers along the entire loop and home run(s) and at the entrance and exit of all turns greater than 45 °. If new loops are installed over existing the old loops shall be removed by grinding and the grinding shall be deep enough to 148 destroy any existing operational loop conductors. If not listed as incidental to another item or paid for under another bid item the additional work to remove the existing loops shall be paid in accordance with Section 1 -04.4. 5. Each loop shall be the size and number of turns indicated in the Plans. 6. No loop installation will be done in rainy weather or when the pavement is wet. 7. All sawcuts shall be cleaned with a high pressure washer and dried with 100 psi minimum air pressure, to the satisfaction of the Engineer. If traffic is allowed over the sawcut prior to wire installation, the sawcuts shall be cleaned again. 8. Wiring shall be installed with a blunt -nosed wooden wedge. 9. Prior to the installation of the Hi temperature backer rod all slack shall be removed from the wiring. Kinks in wiring or folding back of excess wiring will not be allowed. 10. High temperature backer rod, sized for snug fit shall be installed in the saw cut on 2' centers and at all sharp turns. 11. Install sealant as per contract or as approved by the Engineer. 12. Sealant shall be applied such that air bubbles or foam will not be trapped in the sawcut. 8- 20.3(14) D Test for Induction Loops and Lead -in Cable All tests shall be performed by the Contractor in the presence of the Engineer for each loop. The tests shall be performed at the amplifier location after complete installation of the loop. All costs associated with testing shall be included in the unit contract prices of the respective bid items. Test A — The DC resistance between the two lead -in cable wires will be measured by a volt ohm meter. The resistance shall not exceed 5 ohms. Test B — A megohm meter test at 500 volts DC shall be made between the lead -in cable shield and grounding, prior to connection to grounding. The resistance shall equal or exceed 100 megohms. Test C — A megger test shall be made between the loop circuit and grounding. The resistance shall equal or exceed 100 megohms. Test D — An inductance test to determine the inductance level of 149 each inductance loop. The Contractor shall record the inductance level of each inductance loop installed on the project and shall furnish the findings to the Engineer. An inductance level below 150 microhenries is considered a failure for a Type 1 loop, any one round loop and an inductance level below 75 microhenries is considered a failure for a Type 2 loop. If any of the installations fails to pass all tests, the loop installation or lead -in cable shall be repaired and replaced and then retested. 8- 20.3(14)E Signal Standards Traffic signal standards shall be furnished and installed in accordance with the methods and materials noted in the contract and the following: 1. All dimensions and orientations will be field verified by the Engineer prior to fabrication. 2. The signal standard component identification shall conform to details in the Plans. 3. Disconnect connectors complete with pole and bracket cable shall be installed in any signal standard supporting a luminaire. Illumination wiring installation shall conform to details in the Plans for slip base wiring. 4. No field drilling will be allowed on signal mast arms except for the installation of any required pre -empt indicators , pre -empt detectors, microwave detector, or type "N" signal mountings. The maximum diameter shall be 1 inch. 5. All pole entrances required for pole- mounted signal heads, cabinets, signs, pedestrian push button assemblies, etc., shall be field drilled. 6. Damage to the galvanized pole surface resulting from field drilling shall be repaired with approved zinc rich paint. 7. Field welding will not be allowed, except as shown in the Plans or as otherwise approved by the Engineer. 8. All tenons shall be factory installed. 9. All welding shall be completed prior to galvanizing. 10. Foundations shall be constructed to provide the pole orientation noted in the Plans. Anchor bolts shall be tightened in accordance with Sections 6- 03.3(33) and 8- 20.3(4). 11. Slip base installation for Type RM and FB signal standards shall conform to the slip base installation 150 requirements specified in Section 8- 20.3(13)A, except that the specified torque for the 3/4 inch diameter clamping bolts shall be 50 foot - pounds. 12. The pole shall be plumbed after signal heads are installed. 13. The space between the bottom base plate and the top of foundation shall be filled with grout. with a 3/8 - inch plastic drain tube. Signal standards shall not be erected on concrete foundations until the foundations have attained 2400 psi or 14 days. Signal standards without mast arms may be erected after 72 hours. Type IV and V strain pole standards may be erected but the messenger cable (span wire) shall not be placed until the foundation has attained 2400 psi or 14 days. Signal supports used with portable traffic signal systems shall provide a minimum of two signal displays, spaced a minimum of 8 feet apart. When portable traffic signals are used to provide alternating one way control, a minimum of one of the signal displays shall be suspended over the traveled way. The minimum vertical clearance to the traveled way for this signal display is 16 feet 6 inches. Timber strain poles shall be set a burial depth of 10% of the total length plus 2 feet and shall be raked as noted as noted on Standard Plan J -7d. 8- 20.3(15) Grout Grout shall conform to the requirements of Section 6- 02.3(20). 8 -20.3 (16) Reinstalling Salvaged Material When salvaged electrical equipment is to be reinstalled, the Contractor shall furnish and install all necessary materials and equipment, including anchor bolts, nuts, washers, concrete, etc., required to complement the salvaged equipment in the new installation. Metal poles relocated to new permanent locations shall be inspected for structural integrity prior to reinstalling. 8- 20.3(17) "As Built" Plans Upon physical completion of the work, the Contractor shall submit corrected shop drawings, schematic circuit diagrams, or other drawings necessary for the Engineer to prepare corrected plans to show the work as constructed. These drawings shall be on sheets conforming in size to the provisions of Section 1 -05.3. 151 8 -20.4 Measurement When shown as lump sum in the Plans or in the proposal as illumination, traffic data accumulation and ramp metering, 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. Conduit of the kind and diameter specified will be measured by the linear foot for the actual neat line length in place, unless the conduit is included in an illumination , C stem signals stem, or other type of electrical system lump sum bid item. y. -.-... y- Y, Y P Casing — will be measured by the linear foot for the actual length of casing placed, unless the casing is included in an illumination, signal or other electrical system lump sum bid item. 8 -20.5 Payment Payment will be made in accordance with Section 1-04.1, to1 each of the following bid items that are included in the proposal: "Illumination System ", lump sum. "Traffic Signal System ", lump sum. "Traffic Data Accumulation and Ramp Metering System ", lump sum. The lump sum contract price for "Illumination System ", "Traffic Signal ", "Traffic Data Accumulation and Ramp Metering System ", shall be full pay for the construction of the complete electrical system, modifying existing systems, or both, 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. All additional materials and labor, not shown in the plans or called for herein and which are required to complete the electrical system, shall be included in the lump sum contract price. "Conduit Pipe In. Diam. ", per linear foot. The unit contract price per linear foot for "Conduit In. Diam." shall be full pay for furnishing all pipe, pipe connections, elbows, bends, caps, reducers, conduits, and unions; for placing the pipe in accordance with the . above provisions, including all excavation, directional boring, jacking or drilling required, backfilling of any voids around casing, conduits, pits or the trenches, restoration of native vegetation disturbed by the operation, chipping of pavement, and bedding of the pipe; and all other work necessary for the construction of the conduit, except that when conduit is included on any project as an integral part of an illumination or traffic signal system and the conduit is not shown as a pay item, it shall be included in the lump sum price for the system shown. All costs for installing conduit containing both signal and illumination wiring shall be included in the contract prices for the signal system. All costs for installing junction boxes containing both illumination and signal wiring shall be included in the contract prices for the signal system. "Casing ", per linear foot. The unit contract price per linear feet for "casing" shall be full payment for 152 boring, jacking or drilling for installing casing, and backfilling any voids around the casing and pits or back filling of the trenches required to install the casing. This cost will also include any restoration of native vegetation disturbed by the operation. SECTION 8 -21, PERMANENT SIGNING April 7, 2003 8 -21.2 Materials This section is revised to read: Signing materials and fabrication of signs shall meet the requirements of Section 9- 28. Materials for roadside sign structures shall meet the requirements of Section 9- 06.16. Materials for sign mounting shall conform to Section 9- 28.11. Materials for sign bridges, cantilever sign structures, and bridge mounted sign brackets shall conform to Section 9- 28.14(2). 8- 21.3(9)A Fabrication of Steel Structures This section is revised to read: Fabrication and erection shall conform to the applicable requirements of Section 6- 03 and 9 -06. All welded connections of sign bridge and cantilever sign structure posts, arms, and beams, including base and connection plates, shall be cleaned prior to welding to remove all mill scale from within two inches of the weld. As an alternative to the blast cleaning requirements of Section 6- 03.3(13), the Contractor may perform the cleaning using power hand tools as approved by the Engineer. Unless otherwise specified in the Plans or Special Provisions, metal surfaces shall not be painted. 8- 21.3(9)B Grout This section including title is revised to read: 8- 21.3(9)B Vacant 8- 21.3(9)F Bases In the last sentence of the third paragraph the reference to "Class 4000W" is revised to read: Class 4000P placed in accordance with Section 6- 02.3(6)B. The eleventh paragraph is revised to read: 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. 153 SECTION 8 -22, PAVEMENT MARKING December 2, 2002 8 -22.1 Description The first sentence under "Railroad Crossing Symbol" is revised to read: A WHITE marking that includes a symbol, two letters and two 24 inch transverse lines, conforming to details in the Standard Plans. "Drainage Marking" is revised to read: Drainage Marking A WHITE marking conforming to the details in the Standard Plans for the identification of a cross culvert, catch basin or grate inlet. This section is supplemented with the following: Bicycle Lane Symbol A WHITE marking that includes a symbol and one traffic arrow conforming to details in the Standard Plans. 8 -221 Materials This section is revised to read: Material for pavement marking shall be paint or plastic as noted in the bid item meeting the requirements of Section 9 -34. 8- 22.3(3) Marking Application The headings for the chart "Marking Material" are revised as follows: "Dense Application" is revised to "Application ". "Class D ACP" is revised to "Dense ACP ". "ACP" is revised to "Class D ACP ". On page 8 -86, under Liquid pavement marking material, "Feet of 40 line /gallon" is revised to "Feet of 4" line /gallon ". Under Solid pavement marking material, "Feet of 40 line /50# bag" is revised to "Feet of 4" line /50# bag ". 8 -22.4 Measurement The first sentence of the 7th paragraph is revised to read: Traffic arrows, traffic letters, access parking space symbols, HOV symbols, railroad crossing symbols, bicycle lane symbol, drainage markings, aerial surveillance full, and 1/2 markers will be measured per each as " Traffic Marking ". The ninth paragraph is revised to read: Removal of traffic arrows, traffic letters, access parking space symbol, HOV lane symbol, railroad crossing symbol, bicycle lane symbols, drainage markings, aerial surveillance full and 1/2 markers will be measured per each as "Removing 154 Traffic Marking ". Removal of crosswalk lines will be measured by the square foot of lines removed as "Removing Crosswalk Line ". 8 -22.5 Payment This section is supplemented with the following: "Painted Bicycle Lane Symbol ", per each. "Plastic Bicycle Lane Symbol ", per each. SECTION 8 -23, TEMPORARY PAVEMENT MARKINGS August 5, 2002 8 -23.1 Description This section is revised to read: The work shall consist of furnishing and installing temporary pavement markings. Temporary pavement markings shall be provided where noted in the Plans and for all lane shifts and detours resulting from construction activities. Temporary pavement markings shall also be provided when permanent markings are eliminated because of construction operations. Temporary pavement markings shall be maintained in serviceable condition throughout the project until permanent pavement markings are installed. Temporary pavement markings that are damaged shall be repaired or replaced immediately. Temporary painted center lines, edge lines, or lane lines and temporary raised pavement markers which are, in the opinion of the Engineer, damaged due to normal wear by traffic, will be replaced. Any temporary line marked with tape shall be repaired immediately when it no longer provides the intended use. Temporary pavement marking installations are defined as follows: Temporary Center Line A BROKEN line used to delineate adjacent lanes of traffic moving in opposite directions. The broken pattern shall be based on a 40 -foot unit, consisting of a 4 -foot line with a 36 -foot gap if paint or tape is used. If temporary raised pavement markers are used, the pattern shall be based on a 40 -foot unit, consisting of a grouping of three temporary raised pavement markers, each spaced 3 feet apart, with a 34 -foot gap. Temporary Edge Line A SOLID line used on the edges of traveled way. The line shall be continuous if paint or tape is used. If temporary raised pavement markers are used, the line shall consist of markers installed continuously at 5 -foot spacings. Temporary Lane Line A BROKEN line used to delineate adjacent lanes with traffic traveling in the same direction. The broken pattern shall be based on a 40 -foot unit, consisting of a 4 -foot line with a 36 -foot gap, if paint or tape is used. If temporary raised pavement markers are used, the pattern shall be based on a 40 -foot unit, consisting of a grouping of three temporary raised pavement markers, each spaced 3 feet apart, with a 34 -foot gap. Lane line and right edge line shall be white in color. Center line and left edge line shall be yellow in color. Edge lines shall be installed only if specifically required in the contract. All temporary pavement markings shall 155 be retroreflective. 8 -23.4 Measurement The following new paragraph is inserted after the first paragraph: Reinstalled painted markings and raised pavement markers, when ordered by the Engineer due to normal wear by traffic, will be measured again, each time ordered. Repair, for any reason, of temporary markings made with tape shall not be measured. 8 -23.5 Payment The third sentence in the note for "Temporary Pavement Marking" is revised to read: No additional compensation will be allowed when the Contractor is required to repair temporary taped markings that have been damaged or worn. SECTION 9 -00, DEFINITIONS AND TESTS August 4, 2003 9 -00.8 Sand Equivalent This section is revised to read: The sand equivalent will be the average of duplicate determinations from a single sample. The sand equivalent will be tested in accordance with the WSDOT Field Operating Procedure (FOP) for AASHTO T 176. SECTION 9 -01, PORTLAND CEMENT April 1, 2002 9- 01.2(1) Portland Cement This section is revised to read: Portland cement shall conform to the requirements for Types I, II, or III cement of the Standard Specifications for Portland Cement, AASHTO M 85, except that the content of alkalis shall not exceed 0.75 percent by weight calculated as Na20 plus 0.658 K20 and except that the content of Tricalcium aluminate (C3A) shall not exceed 8 percent by weight calculated as 2.650AI203 minus 1.692Fe2O3. The time of setting shall be determined by the Vicat Test method, AASHTO T 131. SECTION 9 -02, BITUMINOUS MATERIALS May 21, 2003 9- 02.1(4) Asphalt Cements The reference to "AASHTO MP1" is revised to read "AASHTO M320 ". 9- 02.1(4)A Vacant This section including title is revised to read: 1 c,Fi 9- 02.1(4)A Performance Grade (PG) Asphalt Cement PG 58 PG 64 PG 70 PG 76 PERFORMANCE GRADE 22 128134 22 (28 (34 22 128134 22 128 ORIGINAL BINDER Flash Point Temp., T48 23 MIN C° 0 Rotational Viscosity T316 Maximum 3 Pa•s, Test 13 Temp C° 5 Dynamic Shear, T315: G * /sin1Min., 1.00 kPa Test Temp @ 10 rad /s, C° 58 64 70 76 ROLLING THIN FILM OVEN RESIDUE (T240) Mass Loss, Maximum, 1.0 percent 0 Dynamic Shear, T315: G* /sin❑ Min., 2.20 kPa Test Temp @ 10 rad /s, C° 58 64 70 76 PRESSURE AGING VESSEL RESIDUE (R28) PAV Aging Temperature 10 C° 0 Dynamic Shear, T315: G *sin❑ Maximum, 5000 kPa Test Temp @ 10 rad /s, C° 22 19 16 25 22 19 28 25 22 31 28 Creep Stiffness, T313 S, Maximum, 300 Mpa m- value, Minimum, 0.300 Test Temp @ 60s, C° -12 -18 - -12 -18 - -12 -18 -24 -12 - 24 24 18 All Performance Graded Binders not included in this chart shall be determined by Table 1 "Performance Graded Asphalt Specification Chart in AASHTO M320. 157 9- 02.1(8) Hot Melt Traffic Button Adhesive This section including title is revised to read: 9- 02.1(8) Flexible Bituminous Pavement Marker Adhesive Flexible bituminous p avement marker adhesive is a hot melt thermoplastic bituminous material used for bonding raised pavement markers and recessed pavement markers to the pavement. The adhesive material shall conform to the following requirements: Property Test Method Requirement Penetration, 77 F, 100g, 5 sec, dmm AASHTO T 49 30 Max. • S o ft en i n g Pnint, F AASHTO T 53 200 Min. Rotational Thermosel Viscosity, cP, AASHTO T 316 5000 Max. #27 spindle, 20 RPM, 400 F Ductility, 77 F, 5 cm /minute, cm AASHTO T 51 15 Min. Ductility, 39.2 F, 1 cm /minute, cm AASHTO T 51 5 Min. Flexibility, 1", 20 F, 90 deg. Bend, ASTM D 3111 Note 1 Pass 10 sec., 1/8" x 1" x 6" specimen Flexible bituminous adhesive shall develop bond pull -off strength greater than 50 psi when tested in accordance with WSDOT T- 426. Note 1 Flexibility test is modified by bending specimen through an arc of 90 degrees at a uniform rate in 10 seconds over a 1 -inch diameter mandrel. SECTION 9 -03, AGGREGATES August 4, 2003 9- 03.1(1) General Requirements In the third paragraph, the third sentence is deleted. 9- 03.1(5)B Grading The second paragraph is supplemented with the following: Standard sieve sizes shall be those listed in ASTM C 33. 9 -03.4 Grading and Quality The Sand Equivalent Minimum for Crushed Coverstone is revised from 32 to 40. 9- 03.6(3) Test Requirements The Sand Equivalent Value is revised from not Tess than 27 to not less than 35. 9- 03.8(2) Test Requirements The Sand Equivalent Minimum is revised as follows: ACP Class A - from 37 to 45. ACP Class B - from 37 to 45. ACP Class E - from 37 to 45. ACP Class F - from 27 to 35. ACP Class G - from 37 to 45. 9- 03.8(4) Blending Sand The Sand Equivalent Minimum is revised from 27 to 30. 9- 03.9(1) Ballast The Sand Equivalent Minimum is revised from 27 to 35. 9- 03.9(3) Crushed Surfacing The percent passing the 1/2" square sieve for Top Course and Keystone is revised to "80- 100 ". The Sand Equivalent Minimum for Base Course is revised from 32 to 40. The Sand Equivalent Minimum for Top Course and Keystone is revised from 32 to 40. 9 -03.10 Aggregate for Gravel Base The Sand Equivalent Minimum is revised from 27 to 30. 9 -03.11 Recycled Portland Cement Concrete Rubble The section including title is revised to read: 9 -03.11 Vacant 9- 03.12(2) Gravel Backfill for Walls The Sand Equivalent Minimum is revised from 52 to 60. 9- 03.12(3) Gravel Backfill for Pipe Zone Bedding The Percent Passing for U.S. No. 200 is revised to read "10.0 max ". • The Sand Equivalent Minimum is revised from 27 to 35. 9- 03.14(1) Gravel Borrow The Sand Equivalent Minimum is revised from 42 to 50. 9- 03.14(2) Select Borrow The Sand Equivalent Minimum is revised from 22 to 30. 9 -03.15 Vacant This section including title is revised to read: 9 -03.15 Native Material for Trench Backfill Trench backfill outside the roadway prism shall be excavated material free of wood waste, debris, clods or rocks greater than 6 inches in any dimension. 9 -03.20 Test Methods for Aggregates The title for Test Method WAQTC FOP for T 27/11 is revised to read: 159 Sieve Analysis of Fine and Course Aggregates and Aggregates in ACP Gradation of Aggregates in ACP WSDOT FOP for AASHTO T 30 is deleted. 9 -03.21 Recycled Material This section along with sub - sections 9- 03.21(1) and 9- 03.21(2) are deleted in their entirety and replaced with the following new Section 9 -03.21 with sub - sections 9- 03.21(1), 9- 03.21(2), 9- 03.21(3) and 9- 03.21(4). • 9- 03.21(1) General Requirements Recycled materials that are identified below may be used as, or blended uniformly with, naturally occurring materials for aggregates. The final blended product shall meet the requirements for the specified type of aggregate. In addition, each recycled material compo included i a blended product shall meet the specific requirements listed below. Recycled materials obtained from the Contracting Agency's roadways will not require testing and certification for toxicity testing or certification for toxicity characteristics. For recycled materials that are imported to the job site, the Contractor shall certify that the recycled material is not a Washington State Dangerous Waste per the Dangerous Waste Regulations WAC 173 -303. Sampling and testing for toxicity shall be at a frequency of one per 10,000 tons prior to combining with other materials and not Tess than one sample from any single source. 9- 03.21(2) Recycled Asphalt Concrete Pavement Recycled asphalt concrete pavement may be uniformly blended with the following materials, to the extent that the specified maximum bitumen content in the final product shall not exceed the following: Maximum Bitumen Content (Percent) Fine Aggregate for Portland Cement Concrete 9- 03.1(2) 0 Coarse Aggregates for Portland Cement Concrete 9- 03.1(4) 0 Aggregates for Asphalt Treated Base (ATB) 9 -03.6 Aggregates for Asphalt Concrete 9 -03.8 * Ballast 9- 03.9(1) 1.2 Shoulder Ballast 9- 03.9(2) 1.2 Crushed Surfacing 9- 03.9(3) 1.2 Aggregate for Gravel Base 9 -03.10 1.2 Gravel Backfill for Foundations - Class A 9- 03.12(1)A 1.2 Gravel Backfill for Foundations - Class B 9- 03.12(1)B 1.2 Gravel Backfill for Walls 9- 03.12(2) 0 Gravel Backfill for Pipe Zone Bedding 9- 03.12(3) 0 Gravel Backfill for Drains 9- 03.12(4) 0 Gravel Backfill for Drywelis 9- 03.12(5) 0 Backfill for Sand Drains 9 -03.13 0 Sand Drainage Blanket 9- 03.13(1) 0 Gravel Borrow 9- 03.14(1) 0 Select Borrow 9- 03.14(2) 1.2 Select Borrow 9- 03.14(2) 8.0 160 (greater than 3 feet below subgrade and side slopes) Common Borrow 9- 03.14(3) 1.2 Common Borrow - 9- 03.14(3) 8.0 (greater than 3 feet below subgrade and side slopes) Foundation Material Class A and Class B 9 -03.17 0 Foundation Material Class C 9 -03.18 0 Bank Run Gravel for Trench Backfill 9 -03.19 0 *See 5 -04.2 The following field operating procedures will determine total bitumen content: AASHTO T 308* WSDOT TM 6 *The Contractor shall verify the asphalt content for the blended mix. A statewide average of 0.70 may be used as a calibration factor for AASHTO T -308. 9- 03.21(3) Recycled Portland Cement Concrete Rubble Recycled portland cement concrete rubble may be uniformly blended with the following materials, to the extent that the specified maximum concrete rubble content in the final product shall not exceed the following: Maximum Concrete Rubble (Percent) Fine Aggregate for Portland Cement Concrete 9- 03.1(2) 0 Coarse Aggregates for Portland Cement Concrete 9- 03.1(4) 0 Aggregates for Asphalt Treated Base (ATB) 9 -03.6 0 Aggregates for Asphalt Concrete 9 -03.8 0 Ballast 9- 03.9(1) 100 Shoulder Ballast 9- 03.9(2) 100 Crushed Surfacing 9- 03.9(3) 100 Aggregate for Gravel Base 9 -03.10 100 Gravel Backfill for Foundations - Class A 9- 03.12(1)A 100 Gravel Backfill for Foundations - Class B 9- 03.12(1)B 100 Gravel Backfill for Walls 9- 03.12(2) 100 Gravel Backfill for Pipe Zone Bedding 9- 03.12(3) 100 Gravel Backfill for Drains 9- 03.12(4) 100 Gravel Backfill for Drywells 9- 03.12(5) 0 Backfill for Sand Drains 9 -03.13 100 Sand Drainage Blanket 9- 03.13(1) 100 Gravel Borrow 9- 03.14(1) 100 Select Borrow 9- 03.14(2) 100 Common Borrow 9- 03.14(3) 100 Foundation Material Class A and Class B 9 -03.17 100 Foundation Material Class C 9 -03.18 100 Bank Run Gravel for Trench Backfill 9 -03.19 100 9- 03.21(4) Recycled Glass Aggregates Recycled glass may be uniformly blended with the following materials, to the extent that the maximum recycled glass content in the final product shall not exceed the following: 161 Maximum Recycled Glass (Percent) Fine Aggregate for Portland Cement Concrete 9- 03.1(2) 0 Coarse Aggregates for Portland Cement Concrete 9- 03.1(4) 0 Aggregates for Asphalt Treated Base (ATB) 9 -03.6 0 Aggregates for Asphalt Concrete 9 -03.8 0 Ballast 9- 03.9(1) 15 Shoulder Ballast 9- 03.9(2) 15 Crushed Surfacing 9- 03.9(3) 15 Aggregate for Gravel Base 9 -03.10 15 Gravel Backfill for Foundations — Class A 9- 03.12(1)A 15 Gravel Backfill for Foundations — Class B 9- 03.12(1)B 15 Gravel Backfill for Walls 9- 03.12(2) 15 Gravel Backfill for Pipe Zone Bedding 9- 03.12(3) 15 Gravel Backfill for Drains 9- 03.12(4) 100 Gravel Backfill for Drywells 9- 03.12(5) 100 • Backfill for Sand Drains 9 -03.13 100 Sand Drainage Blanket 9- 03.13(1) 100 Gravel Borrow 9- 03.14(1) 100 Select Borrow 9- 03.14(2) 100 Common Borrow 9- 03.14(3) 100 Foundation Material Class A and Class B 9 -03.17 100 Foundation Material Class C 9 -03.18 100 Bank Run Gravel for Trench Backfill 9 -03.19 100 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(5) Steel Furnace Slag Steel furnace slag may be uniformly blended with the following materials, to the extent that the specified maximum steel furnace slag content in the final product shall not exceed the following: 169 Maximum Slag Content (Percent) Fine Aggregate for Portland Cement Concrete 9- 03.1(2) 0 Coarse Aggregates for Portland Cement Concre 9- 03.1(4) 0 Aggregates for Asphalt Treated Base (ATB) 9 -03.6 20 Aggregates for Asphalt Concrete 9 -03.8 20 Ballast 9- 03.9(1) 20 Shoulder Ballast 9- 03.9(2) 20 Crushed Surfacing 9- 03.9(3) 20 Aggregate for Grave9 -03.10 20 Gravel Backfill for Foundations — Class A 9- 03.12(1)A 20 Gravel Backfill for Foundations — Class B 9- 03.12(1)B 20 Gravel Backfill for Walls 9- 03.12(2) 20 Gravel Backfill for Pipe Zone Bedding 9- 03.12(3) 20 Gravel Backfill for Drains 9- 03.12(4) 0 Gravel Backfill for Drywells 9- 03.12(5) 0 Backfill for Sand Drains 9 -03.13 0 Sand Drainage Blanket 9- 03.13(1) 0 Gravel Borrow 9- 03.14(1) 20 Select Borrow 9- 03.14(2) 20 Select Borrow 9- 03.14(2) 20 (greater than 3 feet below subgrade and side slopes) Common Borrow 9- 03.14(3) 20 Common Borrow - 9- 03.14(3) 20 (greater than 3 feet below subgrade and side slopes) Foundation Material Class A and Class B 9 -03.17 20 Foundation Material Class C 9 -03.18 20 Bank Run Gravel for Trench Backfill 9 -03.19 20 The Contractor shall notify the Engineer the proposed steel furnace slag blends that will be used in the final product prior to use. SECTION 9 -04, JOINT AND CRACK SEALING MATERIALS April 1, 2002 9 -04.6 Expanded Polystyrene This section is revised to read: Expanded polystyrene shall be of a cellular molded type with a density of 1.5 plus or minus 0.25 pounds per cubic foot. SECTION 9 -05, DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS January 7, 2002 9- 05.2(7) Perforated Corrugated Polyethylene Drainage Tubing Underdrain Pipe This section is revised to read: Perforated corrugated polyethylene drainage tubing underdrain pipe shall meet the requirements of AASHTO M252, Type CP or Type SP. Type CP shall be Type C pipe with Class 2 perforations and Type SP shall be Type S pipe with either Class 1 or Class 2 perforations. Additionally, Class 2 perforations shall be uniformly spaced along the length and circumference of the pipe. The maximum size pipe 163 shall be 10 -inch diameter. 9- 05.2(8) Perforated Corrugated Polyethylene Underdrain Pipe This section is revised to read: Perforated corrugated polyethylene underdrain pipe, 12 -inch through 48 -inch diameter maximum, shall meet the requirements of AASHTO M 294 Type CP or Type SP. Type CP shall be Type C pipe with Class 2 perforations and Type SP shall be Type S pipe with either Class 1 or Class 2 perforations. Additionally, Class 2 perforations shall be uniformly spaced along the length and circumference of the pipe. SECTION 9 -06, STRUCTURAL STEEL AND RELATED MATERIALS April 1, 2002 9- 06.5(4) Anchor Bolts The second sentence in the second paragraph is revised to read: Nuts for ASTM A 449 galvanized bolts shall conform to AASHTO M291, Grade DH and shall conform to the lubrication requirements in Section 9- 06.5(3). SECTION 9 -07, REINFORCING STEEL August 5, 2002 9- 07.1(1) Acceptance by Manufacturer's Certification This section is supplemented with the following: 9- 07.1(1)A Acceptance of Materials Steel reinforcing bar manufacturers use either an English or a Metric size designation while stamping rebar. The actual size of the bar, whether stamped with an English or a Metric size designation is acceptable. The contract plans and the standard plans will continue to use an English size designation. The table below shows the comparable reinforcing steel bar size designations in both units of measure: English Bar Metric Designation Diameter Designation #3 (0.375 inches) #10 #4 (0.500 inches) #13 #5 (0.625 inches) #16 #6 (0.750 Inches) #19 #7 (0.875 inches) #22 #8 (1.000 inches) #25 #9 (1.128 inches) #29 #10 (1.270 inches) #32 #11 (1.410 inches) #36 #14 (1.690 inches) #43 #18 (2.260 inches) #57 1A4 9- 07.1(4) Inspection This section including title is revised to read: 9- 07.1(4) Vacant SECTION 9 -09, TIMBER AND LUMBER April 7, 2003 9 -09.1 General Requirements The reference to 'Western Red Cedar" is deleted. 9- 09.2(3) Inspection This section is revised to read: Timber and lumber must 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: A grading certificate must accompany each order of timber and lumber for use in structures as specified in Section 9 -09.2. The certificate shall be issued by either the grading bureau whose stamp is shown on the material, or by the lumber mill, which must 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 When the material is delivered to the project, the Engineer shall 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. For Guardrail Posts and Blocks, Sign Posts, Mileposts, Sawed Fence Posts, and Mailbox Posts: When the material is delivered to the project, the Engineer shall 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. 165 SECTION 9 -10, PILING August 4, 2003 9 -10.5 Steel Piling This section is revised to read: The material for steel piling and pile splices shall conform to ASTM A 36 or ASTM A 992, except the material for steel pipe piling, and splices shall conform to the requirements of ASTM A 252, Grade 2. All steel piling may be accepted by the Engineer based on the Manufacturer's Certification of Compliance. SECTION 9 -12, MASONRY UNITS August 4, 2003 9 -12.4 Precast Concrete Manholes The reference to "ASTM C 116 Type III" in the second sentence of the third paragraph is revised to read "ASTM C 1116 Type iii ". The fifth sentence in the third paragraph is revised to read: A minimum of two hoops of W2 wire shall be placed in the 48 -inch end of each cone. 9 -12.5 Precast Concrete Catch Basins The following new paragraph is inserted between the first and second paragraphs: As an alternate, Type 1 Catch Basins may be fabricated using synthetic fiber reinforcement meeting the requirements of ASTM C 1116, Type III. Synthetic fibers shall be added at the rate of 1.0 pounds per cubic foot and shall be thoroughly mixed with the concrete before placement. 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. SECTION 9 -14, EROSION CONTROL AND ROADSIDE PLANTING December 2, 2002 This section is replaced in its entirety as follows: 9 -14.1 Soil 9- 14.1(1) Topsoil Type A Topsoil Type A shall be as specified in the Special Provisions. 9- 14.1(2) Topsoil Type B Topsoil Type B shall be native topsoil taken from within the project limits either from the area where roadway excavation is to be performed or from strippings from borrow, pit, or quarry sites, or from other designated sources. The general limits of the material to be utilized for topsoil will be indicated in the Plans or in the Special Provisions. The Engineer will make the final determination of the areas where the most suitable material exists within these general limits. The Contractor shall reserve this material for the specified use. Material for Topsoil Type B shall not be taken from a depth greater than 1 foot from the existing ground unless otherwise 1 R6 designated by the Engineer. In the production of Topsoil Type B, all vegetative matter, less than 4 feet in height, shall become a part of the topsoil. Prior to topsoil removal, the Contractor shall reduce the native vegetation to a height not exceeding 1 foot. Noxious weeds, as designated by authorized State and County officials, shall not be incorporated in the topsoil, and shall be removed and disposed of as designated elsewhere or as approved by the Engineer. 9- 14.1(3) Topsoil Type C Topsoil Type C shall be native topsoil meeting the requirements of Topsoil Type B but obtained from a source provided by the Contractor outside of the Contracting Agency owned right of way. 9 -14.2 Seed Grasses, legumes, or cover crop seed of the type specified shall conform to the standards for "Certified" grade seed or better as outlined by the State of Washington Department of Agriculture "Rules for Seed Certification," latest edition. Seed shall be furnished in standard containers on which shall be shown the following information: (1) Common and botanical names of seed, (2) Lot number, (3) Net weight, (4) Percentage of purity, (5) Percentage of germination (in case of legumes percentage of germination to include hard seed), and Percentage of weed seed content and inert material clearly marked for each kind of seed in accordance with applicable State and Federal laws. All seed installers must have a business license issued by the Washington State Department of Licensing with a "seed dealer" endorsement. Upon request, the contractor shall furnish the Engineer with copies of the applicable licenses and endorsements. Upon request, the Contractor shall furnish to the Engineer duplicate copies of a statement signed by the vendor certifying that each lot of seed has been tested by a recognized seed testing laboratory within six months before the date of delivery on the project. Seed which has become wet, moldy, or otherwise damaged in transit or storage will not be accepted. 9 -14.3 Fertilizer Fertilizer shall be a standard commercial grade of organic or inorganic fertilizer of the kind and quality specified. It may be separate or in a mixture containing the percentage of total nitrogen, available phosphoric acid, and water - soluble potash in the amounts specified. All fertilizers shall be furnished in standard unopened containers with weight, name of plant nutrients, and manufacturer's guaranteed statement of analysis clearly marked, all in accordance with State and Federal laws. Fertilizer shall be supplied in one of the following forms: (1) A dry free - flowing granular fertilizer, suitable for application by agricultural fertilizer spreader. (2) A soluble form that will permit complete suspension of insoluble 167 particles in water, suitable for application by power sprayer. (3) A homogeneous pellet, suitable for application through a ferti -blast gun. (4) A tablet or other form of controlled release with a minimum of a 6 month release period. 9 -14.4 Mulch and Amendments All amendments shall be delivered to the site in the original, unopened containers bearing the manufacturer's guaranteed chemical analysis and name. In lieu of containers, amendments may be furnished in bulk. A certificate from the manufacturer or supplier indicating the above information shall accompany each delivery. Compost and other organic amendments shall be accompanied with all applicable health certificates and permits. 9- 14.4(1) Straw All straw mulch material shall be in an air dried condition free of noxious weeds and other materials detrimental to plant life. Straw mulch so provided shall be suitable for spreading with mulch blower equipment. 9- 14.4(2) Wood Cellulose Fiber Fiber shall be produced from natural or recycled (pulp) fiber, such as wood chips or similar wood materials, or from newsprint, corrugated cardboard, or a combination of these processed materials. The fibers shall not contain any rock, metal, or plastic. It shall be treated with a nontoxic green dye non toxic to plant or animal life to facilitate inspection of the placement of the material. It shall be manufactured in such a manner that after addition and agitation in slurry tanks with water, the fibers in the material will become uniformly suspended to form a homogenous slurry. When hydraulically sprayed on the ground, the material shall allow the absorption and percolation of moisture. During the request for approval of the material source process, a letter of certification shall be submitted which certifies that the product contains less than 250 parts per million boron, and shall be otherwise nontoxic to plant or animal life. The organic matter content shall be at least 90 percent on an oven -dry basis as determined by ASTM D 586. The moisture content shall be no more than 15 percent as determined by oven dried weight. Each package of the cellulose fiber shall be marked by the manufacturer to show the dried weight. 9- 14.4(3) Bark or Wood Chips Bark or wood chip mulch shall be derived from Douglas fir, pine, or hemlock species. It shall be ground so that a minimum of 95 percent of the material will pass through a 1112 -inch sieve and no more than 55 percent, by loose volume, will pass through a U.S. No. 4 sieve. The mulch shall not contain resin, tannin, or other compounds in quantities that would be detrimental to plant life. 9- 14.4(4) Sawdust Sawdust mulch shall be free of chips, chunks, and large splinters, and shall not contain resin, tannin, or other compounds in quantities that would be detrimental to plant life. 9- 14.4(5) Lime Agriculture lime shall be of standard manufacture, flour grade, meeting the requirements of ASTM C -602. 1RR 9- 14.4(6) Gypsum Gypsum shall consist of Calcium Sulfate (CaSO42H2O) in a pelletized or granular form. 100% shall pass through a U.S. No. 8 sieve. 9- 14.4(7) Tackifier Tackifiers used as a tie -down for seed and mulch shall be applied in quantities sufficient to equal the retention properties of guar when applied at the rate of 60 pounds per acre for slopes less than 2:1 and 120 pounds per acre for slopes greater than 2:1. Tackifer shall contain no growth or germination inhibiting materials nor significantly reduce infiltration rates. Tackifer shall hydrate in water and readily blend with other slurry materials. Tackifer options include: Type A — Organic tackifier derived from natural organic plant sources. Type B — Synthetic tackifier having an MSDS sheet that demonstrates to the satisfaction of Engineer that the product is not harmful to aquatic life. 9- 14.4(8) Compost Compost products shall contain composted plant material derived from the aerobic decomposition of recycled plant waste. The composted plant waste shall have a moisture content that has no visible free water or dust produced when handling the material. Compost shall be stable, mature, decomposed organic solid waste that is the result of the accelerated, aerobic biodegradation and stabilization under controlled conditions. The result is a uniform dark, soil -like appearance. Compost maturity or stability is the point at which the aerobic biodegradation of the compost has slowed and oxygen consumption and carbon dioxide generation has dropped. Subsequent testing provides consistent results. Compost production and quality shall comply with the Interim Guidelines for Compost Quality, #94 -38 or superseding editions, and amendments, published by the Washington State Department of Ecology. The Interim Guidelines for Compost Quality can be found at the web site http://www.ecy.wa.gov/pubs/94038.pdf. Compost products shall meet the following physical criteria: 1. Compost material shall be tested in accordance with AASHTO Test Method T87 and T88. 100% of Type 1 Compost shall pass through a 5/8" sieve. 90% of Type 2 Compost shall be larger than 3/8 inch and smaller than 1 inch. 2. The pH range shall be between 5.5 and 8.5 when tested in accordance with WSDOT Test Method 417. 3. Manufactured inert material (plastic, concrete, ceramics, metal, etc.) shall be less than 1 percent on a dry weight or volume basis, whichever provides for the least amount of foreign material. 4. Minimum organic matter shall be 30 percent dry weight basis as determined by loss on ignition. (LOI test) 169 5. Soluble salt contents shall be less than 4.0 mmhos /cm for areas that receive Tess than 20 inches of precipitation per year and 6.0 mmhos /cm for areas that receive more than 20 inches of precipitation per year. 6. Type 1 Compost shall score a number 6 or above on the Solvita Compost Maturity Test. Type 2 Compost shall score a 5 or above on the Solvita Compost Maturity Test. Al! compost products will be tested within 30 calendar days prior to application by the Contracting Agency with samples taken from the material stockpiled by the supplier for project use. Compost not conforming to the above requirements or taken from a source other than those tested shall be immediately removed from the project and replaced at no cost to the Contracting Agency. Acceptance of composted products shall be based on the following submittals by the Contractor: 1. A Request for Approval of Material Source. 2. A copy of the Solid Waste Handling Permit issued to the supplier by the Jurisdictional Health Department as per WAC 173 -304 (Minimum Functional Standards for Solid Waste Handling). 3. Written verification from the supplier that the material complies with the processes, testing, and standards specified in the Interim Guidelines for Compost Quality. 4. Written verification from the supplier that the compost products originate a minimum of 65 percent by volume from recycled plant waste. A maximum of 35 percent by volume of other approved organic waste and /or biosolids may be substituted for recycled plant waste. 5. A copy of the lab analyses described under Testing Parameters in the Guidelines for Compost Quality. The analyses shall be less than three months old. 6. A list of the feedstock by percentage present in the final compost product. 9 -14.5 Erosion Control Blanket Organic temporary erosion control blanket shall meet the following requirements: 1. Made of natural plant fibers. 2. Have a minimum weight of 8 oz. /sq. yd. and a minimum limiting shear stress of 0.45 lb./sq. ft. 3. Netting, if present, shall be biodegradable or photodegradable. Permanent erosion control blanket shall meet the following requirements: 1. Consist of uv stabilizedl fibers, filaments, and netting. 2. Have a minimum weight of 8 oz. /sq. yd. and a minimum limiting shear stress of 1.5 !b. /sq. ft. 17n 1 uv stability (minimum 80 percent tensile retained) ASTM D4355 (1,000 hour exposure). 9- 14.5(3) Clear Plastic Covering Clear plastic covering shall meet the requirements of the NIST Voluntary Product Standard, PS 17 -69, for polyethylene sheeting having a minimum thickness of 6 mils. 9- 14.5(4) Geotextile- Encased Check Dam The geotextile- encased check dam shall be a urethane foam core encased in geotextile material. The minimum length of the unit shall be 7 feet. The foam core shall be a minimum of 8 inches in height, and have a minimum base width of 16 inches. The geotextile material shall overhang the foam by at least 6 inches at each end, and shall have apron type flaps that extend a minimum of 24 inches on each side of the foam core. The geotextile material shall meet the requirements for silt fence in Section 9 -33. 9- 14.5(5) Wattles Wattles shall consist of cylinders of biodegradable plant material such as straw, coir, or wood shavings encased within biodegradable or photodegradable netting. Netting shall meet the requirements of Section 9 -14.5. Rolls shall be at least 6 inches in diameter, unless otherwise specified. 9 -14.6 Plant Materials 9- 14.6(1) Description Seedlings are plants grown from cuttings, seeds, or other approved propagation methods. Seedlings do not normally show form characteristic to species generally under three years of age and less than 24 inches in height. Measurement is by height in 3 -inch increments or by age and number of times transplanted. Whips are bareroot, broadleaf trees, generally unbranched and between 2 feet and 6 feet in height. Measurement is by 1 -foot height increments. Broadleaf trees are branched, over 6 feet in height and measured by caliper and /or height. Coniferous trees are over 2 feet in height and measured in height and occasionally • spread. Shrubs and ground covers begin to show form characteristic to their normal habit of growth and are measured by height and /or spread. Container sizes may be specified in addition to other measurements, however, the other measurements shall govern. Cuttings are live plant material without a previously developed root system. Source plants for cuttings shall be dormant when cuttings are taken. All cuts shall be made with a sharp instrument. Written permission shall be obtained from property owners and provided to the Engineer before cuttings are collected. The Contractor shall collect cuttings in accordance with applicable sensitive area ordinances. For cuttings, the requirement to be nursery grown or held in nursery conditions does not apply. Cuttings include the following forms: 171 Live branch cuttings shall have flexible top growth with terminal buds and may have side branches. The rooting end shall be cut at an approximate 45 degree angle. Live stake cuttings shall have a straight top cut immediately above a bud. The lower, rooting end shall be cut at an approximate 45- degree angle. Live stakes are cut from one to two year old wood. Live pole cuttings shall have a minimum 2 -inch diameter and no more than th branches which shall be pruned back to the first bud from the main stem. Rhizomes shall be a prostrate or subterranean stem, usually rooting at the nodes and becoming erect at the apex. Rhizomes shall have a minimum of two growth points. Tubers shall be a thickened and short subterranean branch having numerous buds or eyes. 9- 14.6(2) Quality All plant material furnished shall meet the grades established by the latest edition of the American Standard for Nursery Stock, shall conform to the size and acceptable conditions as listed in the contract, and shall be free of all foreign plant material. All plant material shall comply with State and Federal laws with respect to inspection for plant diseases and insect infestation. Live woody or herbaceous plant material, except cuttings, rhizomes, and tubers, shall be vigorous, well formed, with well developed fibrous root systems, free from dead branches, lichens, and from damage caused by an absence or an excess of heat or moisture, insects, disease, mechanical or other causes detrimental to good plant development. Evergreen plants shall be well foliated and of good color. Deciduous trees which have solitary leaders shall have only the lateral branches thinned by pruning. All conifer trees shall have only one leader (growing apex) and one terminal bud, and shall not be sheared or shaped. Trees having a damaged or missing leader, multiple leaders, or Y- crotches shall be rejected. Root balls of plant materials shall be solidly held together by a fibrous root system and shall be composed only of the soil in which the plant has been actually growing. The ball shall be securely wrapped with jute burlap or other packing material not injurious to the plant life. Root balls shall be free of weed or foreign plant growth. Plant materials shall be nursery grown stock. Plant material, with the exception of cuttings, gathered from native stands shall be held under nursery conditions for a minimum of one full growing season, shall be free of all foreign plant material, and meet all of the requirements of these Specifications, the Plans, and the Special Provisions. Container grown plants must be plants transplanted into a container and grown in that container sufficiently long for new fibrous roots to have developed so that the root mass will retain its shape and hold together when removed from the container. Plant material which is root bound, as determined by the Engineer, shall be rejected. 177 Container sizes for plant material of a larger grade than provided for in the container grown specifications of the American Standard for Nursery Stock (ASNS) shall be determined by the volume of the root ball specified in the ASNS for the same size plant material. All bare root plant materials shall have a heavy fibrous root system. All plants must be dormant at the time of planting. Average height to spread proportions and branching shall be in accordance with the applicable sections, illustrations, and accompanying notes of the American Standard for Nursery Stock. Plants, which have been determined by the Engineer to have suffered damage as the result of girdling of the roots, stem, or a major branch; have deformities of the stem or major branches; have a lack of symmetry; have dead or defoliated tops or branches; or have any defect, injury, or condition which renders the plant unsuitable for its intended use, shall be rejected. Plants that are grafted shall have roots of the same genus as the specified plant. 9- 14.6(3) Handling and Shipping Handling and shipping shall be done in a manner that is not detrimental to the plants. The nursery shall furnish a notice of shipment in triplicate at the time of shipment of each truck Toad or other lot of plant material. The original copy shall be delivered to the Project Engineer, the duplicate to the consignee and the triplicate shall accompany the shipment to be furnished to the Inspector at the job site. The notice shall contain the following information: 1. Name of shipper. 2. Date of shipment. 3. Name of commodity. (Including all names as specified in the contract.) 4. Consignee and delivery point. 5. State contract number. 6. Point from which shipped. 7. Quantity contained. 8. Certificate of Grade. (Statement that material conforms to the specifications.) 9. Size. (Height, runner length, caliper, etc. as required.) 10. Statement of root pruning. (Date pruned and size of pruning.) 11. Signature of shipper by authorized representative. To acclimate plant materials to Northwest conditions, all plant materials used on a project shall be grown continuously outdoors north of the 42nd Latitude (Oregon - California border) from not later than August 1 of the year prior to the time of planting. All container grown plants shall be handled by the container. All balled and buriapped plants shall be handled by the ball. Plant material shall be packed for shipment in accordance with prevailing practice for the type of plant being shipped, and shall be protected at all times against 173 drying, sun, wind, heat, freezing, and similar detrimental conditions both during shipment and during related handling. Where necessary, plant material shall be temporarily heeled in. When transported in closed vehicles, plants shall receive adequate ventilation to prevent sweating. When transported in open vehicles, plants shall be protected by tarpaulins or other suitable cover material. Antidesiccant material shall be applied before shipment. 9- 14.6(4) Tagging Plants delivered as a single unit of 25 or less of the same size, species, and variety, shall be clearly marked and tagged. Plants delivered in large quantities of more than 25 must be segregated as to variety, grade, and size; and one plant in • each 25, or fraction thereof, of each variety, grade, and size shall be tagged. 9- 14.6(5) Inspection The contracting Agency will make an inspection of plant material at the source when requested by the Engineer. However, such approval shall not be considered as final acceptance for payment. The Contractor shall notify the Engineer, not less than 48 hours in advance, of plant material delivery to the project. 9- 14.6(6) Substitution of Plants No substitution of plant material, species or variety, will be permitted unless evidence is submitted in writing to the Engineer that a specified plant cannot be obtained and has been unobtainable since the award of the contract. if substitution is permitted, it can be made only with written approval by the Engineer. The nearest variety, size, and grade, as approved by the Engineer, shall then be furnished. Container or balled and burlapped plant material may be substituted for bare root plant material. Container grown plant material may be substituted for balled and burlapped plant materials. Container size shall be determined by the volume of the root ball that is specified. These substitutions shall be approved by the Engineer and be at no cost to the Contracting Agency. 9- 14.6(7) Temporary Storage Plants stored under temporary conditions shall be the responsibility of the Contractor. Plants stored on the project shall be protected at all times from extreme weather conditions by insulating the root balls with sawdust, soil, or other approved material and shall be kept moist at all times. Cuttings to be stored for periods longer than one week shall be taken during the months of November and December. Cuttings to be stored for later installation shall be bundled, laid horizontally, and completely buried under 6 inches of soil or placed in cold storage at a temperature of 34 F and 90% humidity. Cuttings that are not planted within 24 hours of cutting shall be soaked in water for 24 hours prior to planting. Cuttings taken when the temperature is higher than 50o F shall not be stored for later use. Cuttings shall continually be shaded and protected from wind. Cuttings must be protected from drying at all times and shall be heeled into moist soil or placed in water if not installed within 8 hours of cutting. 174 9- 14.6(8) Sod The available grass mixtures on the current market shall be submitted to the Engineer for selection and approval. The sod shall be field grown one calendar year or older, have a well developed root structure, and be free of all weeds, disease, and insect damage. Prior to cutting, the sod shall be green, in an active and vigorous state of growth, and mowed to a height not exceeding 1 inch. The sod shall be cut with a minimum of 1 inch of soil adhering. 9 -14.7 Stakes, Guys, and Wrapping Stakes shall be installed as shown in the Plans. Commercial plant ties may be used in lieu of hose and wire guying upon approval of the Engineer. The minimum size of wire used for guying shall be 14 gage, soft drawn. Hose for guying shall be nylon, rubber, or reinforced plastic and shall have an inside diameter of at least 1/2 inch. Tree wrap shall be a crinkled waterproof paper weighing not less than 4.0 pounds per 100 square feet and shall be made up of two sheets cemented together with asphalt. SECTION 9 -15, IRRIGATION SYSTEM December 2, 2002 This section is replaced in its entirety as follows: All materials and equipment incorporated in the system shall be new, undamaged, of standard quality, and shall be subject to testing as specified. 9 -15.1 Pipe, Tubing, and Fittings Pipe shall be galvanized iron, PVC, or polyethylene, as specified in the Plans or in the Special Provisions. 9- 15.1(1) Galvanized Pipe and Fittings Pipe shall be standard weight, hot -dip galvanized iron or steel pipe, threaded and coupled. Pipe shall meet the requirements of ASTM A 53. All pipe fittings shall be standard threaded galvanized malleable iron fittings. 9- 15.1(2) Polyvinyl Chloride Pipe and Fittings PVC pipe and fittings, where indicated in the Plans, shall be of PVC compound Type 1, Grade 1, conforming to ASTM D 1784 specifications. The pipe and fittings shall be approved and certified by the National Sanitation Foundation. Pipe and fittings shall be free from defects in materials, workmanship, and handling. The Engineer may require dimensional and quick burst tests of pipe and fittings after arrival at the job site. Acceptance of the materials shall be subject to passing the designated tests per ASTM Standards. PVC solvent weld pipe shall be of PVC 1120 material and shall have 200 psi 175 minimum pressure rating with SDR 21 walls which conform to ASTM D 2241. PVC pipe with walls heavier than SDR 21 shall be installed when noted in the Plans and specified in the Special Provisions. PVC threaded pipe shall be of PVC 1120 material and shall be schedule 80 which conforms to ASTM D 1785. PVC pipe fittings shall conform to ASTM D 2466, Type I, Grades 1 or 2. Pipe may be belled on one end with the dimensions of the tapered bell conforming to ASTM D 2672. Each length of PVC pipe is to be marked with an identifying extrusion "run" number and the manufacturer's name or trade name plus the pipe size and schedule. 9- 15.1(3) Polyethylene Pipe Polyethylene pipe shall be Class 80, SDR 15, medium density polyethylene pipe, meat the re quirements of ASTM D 2239, conform to l I.S. Commercial Standard CS -255, and be National Sanitation Foundation (NSF) approved. Thick walled polyethylene (poly) pipe shall be used in conjunction with fittings recommended by the manufacturer of the poly pipe to produce a flexible swing joint assembly between the lateral line and the irrigation head. The pipe shall be manufactured from high quality, low density virgin polyethylene material and have a minimum wall thickness of 0.10 inch and a minimum inside diameter of 0.49 inch. The pipe shall be capable of withstanding 80 psi operating water pressure at 110 F. The length of thick walled poly pipe at each flexible swing joint assembly shall be 18 inches minimum to 36 inches maximum. 9 -15.2 Drip Tubing Drip tubing shall be manufactured from specially formulated, chemical resistant, low to medium density virgin polyethylene or polybutylene selected for excellent weatherability and stress cracking resistance and designed specifically for use in drip irrigation systems. Drip tubing shall have a minimum wall thickness of 0.045 inch and shall have a written warranty from the manufacturer against defects in manufacturing, rot, electrolytic corrosion, or stress cracking for a period of five years minimum from the time of installation. 9 -15.3 Automatic Controllers Automatic controllers shall be installed on a concrete base. They shall be an electrically timed device for automatically opening and closing control valves for predetermined periods of time and mounted so that all normal adjustments will be conveniently located for use by the operator. Controllers shall be enclosed in a weatherproof, painted, metal housing fabricated from 16 gage sheet aluminum alloy 6061 -T6, or from 16 gage sheet steel metal. A pedestal or skirting shall be placed around the conduit leading to the metal housing shown in the Plans. It shall be of the same material and finish as the housing. The Contractor shall submit a plan of the proposed design for the pedestal or skirting to the Engineer for approval before fabrication. Controller housing shall have hasp and lock or locking device. All locks or locking devices shall be master keyed and three sets of keys provided. The controller shall be compatible with and capable of operating the irrigation system as designed and constructed and shall include the following operating features: 1. Each controller station shall be adjustable for setting to remain open for any desired period of time — from five minutes or less to at least one hour. 176 2. Adjustments shall be provided whereby any number of days may be omitted and whereby any one or more positions on the controller can be skipped. When adjustments are made, they shall continue automatically within a 14 -day cycle until the operator desires to make new adjustments. 3. Controls shall allow any position to be operated manually both on or off whenever desired. 4. Controls shall provide for resetting the start of the irrigation cycle at any time and advancing from one position to another. 5. Controllers shall contain an on -off switch and fuse assembly. 9 -15.4 Sprinkler Heads Sprinkler heads shall be of the type, pattern, and coverage shown in the Plans at rated operating pressure specified, discharging not more than the amount of gallons per minute listed. Sprinkler heads shall be designed so that spray adjustments can be made by either an adjustment screw or interchangeable nozzles. Watering cores shall be easily removed without removing the housing from the pipe. 9 -15.5 Valve Boxes and Protective Sleeves All automatic control valves, flow control valves, and pressure reducing valves shall be provided with valve boxes. Valve boxes shall conform to the Plans and shall be extendible to obtain the depth required. All manual drain valves and manual control valves shall be equipped with a protective sleeve and cap as shown in the Plans. 9 -15.6 Gate Valves Gate valves when called for in the Plans shall be heavy duty bronze conforming to the requirements of ASTM B 62. Valves shall be of the same size as the pipes on which they are placed and shall have union or flange connections. Service rating (for nonshock cold water) shall be 150 psi. Valves shall be of the double disk, taper seat type, with rising stem, union bonnet and hand wheel or suitable cross wheel for standard key operation. Manufacturer's name, type of valve, and size shall be cast on the valve. 9 -15.7 Control Valves 9- 15.7(1) Manual Control Valves Manual valves shall be bronze or brass, angle type with hex brass union. Service rating shall be not less than 150 psi nonshock cold water. Valves shall be designed for underground installation with suitable cross wheel for operation with a standard key. The Contractor shall furnish three suitable operating keys per contract. Valves shall have removable bonnet and stem assembly with adjustable packing gland and shall house long acme threaded stem to ensure full opening and closing. Valve discs shall be full floating with replaceable seat washers. 9- 15.7(2) Automatic Control Valves Automatic remote control valves shall be globe pattern with flanged or screwed connections as required. The valve shall be constructed so as to allow all internal parts to be removable from the top of the valve without disturbing the valve installation. 177 Valves shall be of a normally closed design and shall be electric solenoid operated, having maximum rating of 6.5 watts utilizing 24 volt AC power. Solenoids shall be directly attached to the valve bonnets or body with all control parts completely internal. Valves shall be of 150 psi brass or bronze, or iron body bronze - mounted combination. The opening and closing speed of the valve shall be a minimum of five seconds for closure and a minimum of three seconds for opening with a constant rate of opening and closing. A manual control bleed cock shall be included on the valve to operate the valve without the requirement of electric + A I shutoff stem handle tin it current. n manual SIIULVII slam with cross �IQndle for wrench operation is required for manual adjustment from fully closed to wide open. Once the manual adjustment is set, the valve shall operate automatically in the adjusted position. Water flow shall be completely stopped when the control valve is closed either manually or automatically. Automatic control valves and automatic controllers need not be from the same manufacturer. 9- 15.7(3) Automatic Control Valves With Pressure Regulator The automatic control valve with pressure regulator shall be similar to the automatic control valve and shall also reduce the inlet pressure to a constant lower pressure regardless of supply fluctuations. The regulator must be fully adjustable. 9 -15.8 Quick Coupling Equipment Quick coupler valves shall have a service rating not less than 125 psi for nonshock cold water. The body of the valves shall be of cast leaded semi -red brass alloy No. C84400 conforming to ASTM B 584. The base of the valve shall have standard female pipe threads. The design of the valve shall be such that it will open only upon inserting a coupler key and will close as the coupler is removed from the valve. Leakage of water between the coupler and valve body when in operation will not be accepted. The valve body receiving the coupler shall be designed with double worm slots to allow smooth action in opening and closing of the valve with a minimum of effort. Slots shall be notched at the base to hold the coupler firmly in the open position. Couplers shall be of the same material as the valve body with stainless steel double guide lugs to fit the worm slots. Couplers shall be of one piece construction with steel reinforced side handles attached. All couplers shall have standard male pipe threads at the top. Couplers shall be furnished with all quick coupler valves unless otherwise specified. 9 -15.9 Drain Valves Drain valves shall be 1/2 or 3/4 inch in size and shall be of bronze or brass, manual angle globe type, with rising stem, hex brass union, removable bonnet and stem, and adjustable packing gland. Valves shall be designed for underground installation with suitable cross wheel for operation with a standard key, and shall have a service rating of not less than 150 psi nonshock cold water. The Contractor shall furnish three standard operating keys per contract. On potable systems, drain valves shall be allowed only in the downstream side of approved cross - connection control devices. 9 -15.10 Hose Bibs Hose bibs shall be constructed of bronze or brass, angle type threaded to - accommodate a 3/4 -inch hose connection, and shall be key operated. Design shall be such as to prevent operation by wrench or pliers. 9 -15.11 Cross - Connection Control Devices Atmospheric vacuum breaker assemblies (AVBAs), pressure vacuum breaker - 17 8 i 1 v assemblies (PVBAs), double check valve assemblies (DCVAs), and reduced pressure backflow devices (RPBDs), shall be of a type approved by the Washington State Department of Health, Olympia, Washington. 9 -15.12 Check Valves Adjustable spring check valves shall be PVC and shall be pressure rated at 200 psi. Valves shall be adjustable from 5 to 15 pounds spring tension, but shall not cause pressure loss in excess of 5 psi for flows up to 30 gpm. Valves shall have angled seats, Buna -N seals and threaded connections, and shall be installed in 6 -inch Schedule 40 PVC sleeves with removable caps or 6 -inch round plastic valve boxes. 9 -15.13 Pressure Regulating Valves Pressure regulating valves shall have a minimum of 150 psi working pressure with an adjustable outlet range of 20 to 70 psi. The valves shall be factory set as shown in the Plans. Pressure regulating valves shall be rated for safe operation at 175 psi nonshock cold water. 9 -15.14 Three -Way Valves Three -way valves shall be tight closing, three port, ball or plug type, constructed to permit straight through and 90 degree flow only. The valve shall be of bronze or approved corrosion resistant body materials and shall have a minimum of 150 psi working pressure. The head of the valve, or handle when applicable, shall be permanently marked to indicate port position. Whenever handles are included as an integral part of the valve, the Contractor shall remove the handles and give them to the Engineer for ultimate distribution to the Maintenance Division. 9 -15.15 Flow Control Valves Valve body materials shall be plastic or metal. Internal parts shall be stainless steel. Valves shall be factory set to plan flows. Valves shall have no external adjustment and be tamper proof when installed. One - quarter inch and smaller flow control valves shall have a minimum pressure absorption range of 2 to 32 psi. One and one -half inch and larger flow control valves shall have a minimum pressure absorption range of 3 to 50 psi. Flow shall be controlled to 5 percent of plan volumes. 9 -15.16 Air Relief Valve The air relief valve shall automatically relieve air and break a vacuum in the serviced pipe. Body materials shall be installed exactly at all high points. 9 -15.17 Electrical Wire and Splices Electrical wire used in the irrigation system shall comply with Section 9 -29.3. Electrical wire used between the automatic controller and automatic valves shall be copper AWG No. 14 minimum size, Type USE Chemically Cross Linked Polyethylene or Thermoplastic, Type UF, and shall be color coded or marked with number identification. Low voltage splices shall be made with a kit containing a "T" shaped open cell centering device and a plastic bag of urethane and hardener which is mixed at the time of installation or heat shrinkable insulating tubing. Heat shrinking insulating tubing shall consist of a mastic lined heavy wall polyolefin cable sleeve. The resin used with the "T" shaped open cell centering device shall be a quick curing flexible compound with an approximate set -up time of 4 minutes at 72 F. 179 9-15.18 Detectable Marking Tape Detectable marking tape shall consist of inert polyethylene plastic that is impervious to all known alkalis, acids, chemical reagents, and solvents likely to be encountered in the soil, with a metallic foil core to provide the most positive • detection and pipeline locators. The tape shall be color coded and shall be imprinted continuously over its entire length in permanent black ink. The message shall convey the type of line buried below and shall also have the word "Caution" prominently shown. Color coding of the tape shall be as follows: Utility Tape Color Water Blue Sewer Green Electrical Red Gas -Oil Yellow Telephone -CATV Orange The width of the tape shall be as recommended by the manufacture for the depth of installation. 9 -15.19 Wye Strainers Wye strainers shall be bronze or brass with screwed end connections, 20 mesh Monel or stainless steel screen, and standard tapped bronze retainer cap and closure plug. Service rating shall be not less than 150 psi nonshock cold water. SECTION 9 -16, FENCE AND GUARDRAIL August 4, 2003 9- 16.2(3) Wood Fence Posts and Braces This section is revised to read: Douglas fir, Western red cedar, hemlock, or larch shall be used in the construction of wood fence posts and braces. The material shall be of good quality and approved by the Engineer before use. Peeler cores shall not be used for round posts. Wood fencing materials with the exception of Western red cedar, shall have sufficient sapwood in the outer periphery to obtain the specified penetration of preservative. Western red cedar will not require preservative treatment. Fencing materials shall be cut to the correct length before pressure treatment. Line posts shall be 3 -inch minimum diameter round posts or nominal 3 -inch by 3- . inch square sawed posts. If the posts are to be pointed for driving, they shall be pointed before treatment. Line posts shall be at least 7 feet in length. Pull posts and brace posts shall be 6 -inch diameter round posts or nominal 6 -inch by 6 -inch material not less than 7 feet in length. End, gate, and corner posts, and posts at an intersecting fence shall be 6 -inch diameter round posts or nominal 6 -inch by 6 -inch material not less than 7 feet 10 inches in length. All sawed posts and timbers shall meet the requirements in the table under Section 9 -09.2. 180 The preservatives used to pressure -treat wood fencing materials shall meet the requirements of Section 9 -09.3. The retention and penetration of the preservative shall be as follows: Minimum Retention in Pounds Per Cubic Foot Preservative Sawed Posts Round Posts Creosote 10.00 8.00 Pentachlorophenol 0.50 0.40 ACA 0.40 0.40 ACZA 0.40 0.40 ACQ 0.40 0.40 CCA 0.40 0.40 Minimum Penetration for material 5" or less - 0.40 inches penetration and 90% of sapwood for material 5 "or greater - 0.50 inches penetration and 90% of sapwood 9- 16.3(1) Rail Element The first paragraph is revised to read: The W -beam or thrie beam rail elements, backup plates, reducer sections, and end sections shall conform to "A Guide to Standardized Highway Barrier Hardware" published by AASHTO, AGC, and ARTBA. All rail elements shall be formed from 12 gage steel except the thrie beam used for bridge rail retrofits, Design F end sections, and the reducer sections, which shall be formed from 10 gage steel. 9- 16.3(2) Posts and Blocks This section is revised to read: Posts and blocks may be of creosote treated timber, pentachlorophenol treated timber, waterborne, chromated copper arsenate (CCA), ammoniacal copper arsenate (ACA), ammoniacal copper zinc arsenate (ACZA), or ACQ treated timber or galvanized steel; except only treated timber posts and blocks may be used for weathering steel beam guardrail. Blocks made from alternate materials that meet the NCHRP Report 350 criteria may be used in accordance with the manufacturer's recommendations. Except for terminal or anchor assemblies, all posts for any one project shall be of the same type (wood or steel). Posts and blocks shall be of the size and length shown in the Plans and meet the requirements of these Specifications. Posts and blocks may be S4S or rough sawn. Timber posts and blocks shall conform to the grade specified in Section 9 -09.2, except pine lumber No. 1 grade may be used for the blocks. Timber posts and blocks shall be fabricated as specified in the Plans before being treated. Timber posts and blocks shall be treated by the empty cell process to provide a minimum retention, depending on the treatment used, according to the following: Creosote oil 12.0 lbs. pcf. Pentachlorophenol 0.60 lbs. pcf. ACA 0.50 lbs. pcf. ACZA 0.50 lbs. pcf. 181 ACQ 0.50 lbs. pcf. CCA 0.50 lbs. pcf. Treatment shall be in accordance with Section 9 -09.3. Steel posts, blocks, and base plates, where used, shall conform to ASTM A 36, and shall be galvanized in accordance with AASHTO M 111. Welding shall conform to Section 6- 03.3(25). All fabrication shall be completed prior to galvanizing. 9- 16.8(1) Rail and Hardware The second sentence in the first paragraph is revised to read: Bolts, nuts, and washers for installation of weathering steel shall meet the requirements of Section 9- 16.3(4), and be galvanized in accordance with Section 9- 16.3(3). SECTION 9 -17, FLEXIBLE GUIDE POSTS January 7, 2002 9 -17.4 Pre - approval The address for the Department of Transportation Materials Laboratory is revised to P.O. Box 47365, Olympia, WA 98504 -7365. The following new section is added: SECTION 9 -20, CONCRETE PATCHING MATERIAL August 4, 2003 9 -20.1 Patching Material Concrete patching materials will be prepackaged patching grout or mortar extended with aggregate. The amount of aggregate for extension shall conform to the manufacturer's recommendation. This material may be used for partial depth spall repair, panel replacement and dowel bar retrofit. 182 9 -20.2 Specifications Prepackaged patching materials (mortar) and extended patching materials (concrete) shall be cementious material and meet the following requirements: Characteristics Test Method Requirements Patching Mortar & Grout Compressive Strength at 3 hours ASTM C -109 Minimum 3,000 psi at 24 hours ASTM C -109 Minimum 5,000 psi Length Change at 28days ASTM C - 157 0.15 percent maximum Total Chloride Ion Content ASTM C -1218 1 Ib /yd maximum Bond Strength at 24 hours ASTM C -882 (As Minimum 1,000 psi modified by ASTM C -928, Section 8.5) Scaling Resistance (at 25 ASTM C -672 (As 1 Ib /ft maximum cycles of freezing and modified by ASTM thawing) C - 928, Section 8.4) Extended Aggregate Concrete from Mortar or Grout Compressive Strength at 3 hours ASTM C -39 Minimum 3,000 psi at 24 hours ASTM C -39 Minimum 5,000 psi Length Change at 28days ASTM C - 157 0.15 percent maximum Bond Strength at 24 hours ASTM C -882 (As Minimum 1,000 psi modified by ASTM C -928, Section 8.5) Scaling Resistance (at 25 ASTM C -672 2 Maximum Visual cycles of freezing and Rating thawing) Freeze thaw ASTM C 666 Maximum expansion 0.10% Minimum durability 90.0% Aggregate for extension material shall meet the requirements of Section 9- 03.1(4) and be AASHTO Grading No. 7. Water shall meet the requirements of Section 9 -25.1. The quantity of water shall be within the limits recommended by the manufacturer 9 -20.3 Approval, Acceptance and Submittals Approval for the extended concrete patching material shall be based on acceptable compressive strength results submitted with the concrete patch material mix design. Approval for the aggregate extender shall be based on that it is from an approved source, has a satisfactory gradation report supplied with the mix design, and a 183 Manufacturer's Certificate of Compliance that the gradation meets AASHTO #7. Prior to the start of placing concrete patching material the Contractor shall submit a mixing plan to the Engineer for approval. Acceptance shall be based on field verification of the prepackage patching material, and that the amount of added water and aggregate extender complies with the mix design. SECTION 9-23, CONCRETE CURING MATERIALS AND ADMIXTURES April 7, 2003 9 -23.6 Admixture for Concrete This section is revised to read: Admixtures for use in concrete shall meet the following specifications: Admixture Specification Air entraining AASHTO M 154 ASTM C 260 • Water Reducing AASHTO M 194 Type A ASTM C 494 Type A • Set Retarding AASHTO M 194 Type B ASTM C 494 Type B *Accelerating AASHTO M 194 Type C ASTM C 494 Type C Water Reducing / AASHTO M 194 Type D ASTM C 494 Type D Set Retarding *Water Reducing / AASHTO M 194 Type E ASTM C 494 Type E Accelerating High Range Water AASHTO M 194 Type F ASTM C 494 Type F Reducing and G and G *Accelerating admixtures are only allowed in Portland cement concrete pavement per Section 5.05, Cement Concrete Pavement and Section 5- 05.3(1) Concrete Mix Designs for Paving. In addition to the above specifications, admixtures proposed for use shall contain less than one percent chloride ion (CI- ) by weight of admixture and only non - chloride accelerating admixtures shall be used. Acceptance of 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. Samples shall be submitted for testing 10 days prior to use. 9 -23.9 Fly Ash The reference to "Table 1A" is revised to read "Table 2 ". 1R4 SECTION 9 -26, EPDXY RESINS April 7, 2003 Section 9 -26 is deleted in its entirety and replaced by the following: SECTION 9 -26, EPDXY SYSTEMS 9 -26.1 Epoxy Bonding Agents 9- 26.1(1) General Epoxy bonding agents shall be 2- component epoxy resin -base systems that meet the requirements of ASTM C 881, shall be furnished in the type, grade, and class specified, and shall meet the requirements below. When not specified, an appropriate grade and class shall be selected for the particular application. Epoxy bonding agents for patching external concrete shall be concrete -gray in color. 9- 26.1(1)A Type I and Type IV Epoxy bonding agents used for bonding hardened concrete to hardened concrete and other materials shall be Type I for non -load bearing applications and Type IV for load bearing applications. 9- 26.1(1)B Type II and Type V Epoxy bonding agents used for bonding freshly mixed concrete to hardened concrete shall be Type II for non -load bearing applications and Type V for load bearing applications. 9- 26.1(1)C Type III Epoxy bonding agents used for bonding skid - resistant materials to hardened concrete and as a binder in epoxy mortars and epoxy concretes used on traffic bearing surfaces shall be Type III. 9- 26.1(2) Packaging and Marking • The components of the epoxy system furnished under these Specifications shall be supplied in separate containers that are non - reactive with the materials contained. The contents of each container shall be such that when the container contents are combined, a properly proportioned final mixture results. Containers shall be identified as "Component A" (Contains the Epoxy Resin) and "Component B" (Contains the Curing Agent) and shall show the type, grade, class and mixing directions as defined by these Specifications. Each container shall be marked with the name of the manufacturer, the lot or batch number, the date of packaging, and the quantity contained in pounds or gallons. Potential hazards shall be so stated on the package in accordance with the Federal Hazardous Products Labeling Act and State of Washington, Department of Labor and Industries Regulations for Shipment of Hazardous Products. 9- 26.1(3) Certification If requested by the Contracting Agency, the manufacturer of the epoxy system shall certify that components A and B meet the requirements of this specification before a sample will be accepted for testing by the Contracting Agency. The Manufacturer's Certificate of Compliance shall be furnished in accordance with Section 1 -06.3. 185 9- 26.1(4) Rejection Except as noted otherwise, the entire lot of both components may be rejected if samples submitted for test fail to meet any requirements of this specification. 9- 26.1(5) Acceptance Acceptance of the Epoxy Bonding Agents for use on the project shall be based on a passing test report from the State Materials Laboratory. • 9 -26.2 Epoxy Adhesive for Lane Markers 9- 26.2(1) General Epoxy adhesives for lane markers shall meet the requirements of AASHTO M237 for Type II - Standard Setting, High Viscosity, Epoxy Adhesive. In lieu of the square base test specimen molds for the Slant Shear Strength test specified in AASHTO M237, cylindrical molds in accordance with ASTM D882 may be used. 9- 26.2(2) Packaging and Marking Packaging and Marking of Epoxy Adhesive for Lane Markers shall meet the requirements of Section 9- 26.1(2). 9- 26.2(3) Certification Certification of Epoxy Adhesive for Lane Markers shall meet the requirements of Section 9- 26.1(3). 9- 26.2(4) Rejection Rejection of Epoxy Adhesive for Lane Markers shall meet the requirements of Section 9- 26.1(4). 9- 26.2(5) Acceptance Acceptance of each lot of the Epoxy Adhesive for Lane Markers for use on the project shall be based on a Manufacturer's Certificate of Compliance. 9 -26.3 Epoxy Grout/Mortar /Concrete 9- 26.3(1) General This specification shall apply to epoxy grout, epoxy mortar and epoxy concrete for traffic and non - traffic bearing applications. Epoxy grout/mortar /concrete shall consist of an epoxy bonding agent and an aggregate component. Prepackaged epoxy grout/mortar /concrete shall be prepared from a ready -to -mix epoxy bonding agent/aggregate system supplied by a manufacturer in kit form. Non - prepackaged epoxy grout/mortar /concrete shall be prepared from an epoxy bonding agent and an aggregate component that is clean, surface dry and inert and that is of a quality and gradation suitable for Portland cement mortar or concrete. Aggregate meeting the requirements of Section 9- 03.1(2) will be satisfactory. Epoxy grout/mortar /concrete for patching external concrete shall be concrete -gray in color. 9- 26.3(1)A Traffic Bearing Applications Epoxy grout/mortar /concrete for traffic bearing applications shall have a seven- day compressive strength of not less than 2500 psi when tested in accordance with ASTM C579. Epoxy bonding agent shall be Type III as described in Section 9- 26.1(1)C. 186 9- 26.3(1)B Non- Traffic Bearing Applications Epoxy grout/mortar /concrete for non - traffic bearing applications shall have a seven -day compressive strength of not less than 4000 psi when tested in accordance with ASTM C579. Epoxy bonding agent shall be Type I, II, IV, or V as appropriate for intended use as described in Section 9- 26.1(1)A and Section 9- 26.1(1)B. 9- 26.3(2) Packaging and Marking Packaging and Marking of the epoxy bonding agent component of epoxy grout/mortar /concrete shall meet the requirements of Section 9- 26.1(2). 9- 26.3(3) Certification Certification of the epoxy bonding agent component of epoxy grout/mortar /concrete shall meet the requirements of Section 9- 26.1(3). 9- 26.3(4) Rejection Rejection of the epoxy bonding agent component of epoxy grout/mortar /concrete shall meet the requirements of Section 9- 26.1(4). 9- 26.3(5) Acceptance Acceptance of the epoxy grout/mortar /concrete material for use on the project shall be based on a passing test report from the State Materials Laboratory. SECTION 9 -28, SIGNING MATERIALS AND FABRICATION August 4, 2003 9 -28.8 Sheet Aluminum Signs The Dimension and Thickness chart under the second paragraph is supplemented with the following: Over 36 inches - work zone signs 0.080 - 0.125 inches 9 -28.11 Hardware This section is revised to read: Bolts, nuts, locknuts, and washers shall be of the same material for each attachment. Bolts, nuts, locknuts, and washers for signs mounted on overhead sign structures (i.e. sign bridges, cantilevers sign structures, and bridge mounted sign brackets) shall be stainless steel only. Hardware Specification Bolts ASTM F 468 2024 -T4 Aluminum ASTM A 307 Steel ASTM F 593 Group 1, Condition A Stainless Steel, or ASTM A 193, Grade B8, Class 1 Stainless Steel U -bolts ASTM A 276 Type 304 Stainless Steel Washers ASTM B 209 2024 -T4 Aluminum ASTM F 844 Steel ANSI B.18.22.1 Stainless Steel Alloy 304 Nuts ASTM F 467 2024 -T4 Aluminum 187 ASTM A 563 Grade A Steel ASTM F 594 Group 1 Stainless Steel, or ASTM A 194 Grade 8 or 8A Stainless Steel Locknuts ASTM F 467 2024 -T4 Aluminum (with nylon insert ASTM A 563 Grade A Steel unless otherwise ASTM F 594 Group 1 Stainless Steel, or noted in the Plans) ASTM A 194 Grade 8 or 8A Stainless Steel Rivets ASTM B 316 5052 Aluminum Alloy ASTM B 316 5056 Aluminum Alloy Post Clips ASTM B 179 356 -T6 Aluminum Windbeams ASTM B 221 6061 -T6 Aluminum Angle and "Z" Bar ASTM B 221 6061 -T6 Aluminum ASTM A 36 Steel Strap and Mounting Bracket ASTM A 666, Type 201 Stainless Steel All steel parts shall be galvanized per AASHTO M 111. Steel bolts and related connecting hardware shall be galvanized per AASHTO M 232. 9 -28.12 Reflective Sheetings This section is revised to read: Type I and Type II reflective sheeting shall consist of spherical Tens elements embedded within a transparent plastic having a smooth, flat outer surface. Type III and Type IV reflective sheeting shall consist of spherical or prismatic lens elements adhered to a synthetic resin and encapsulated by a flexible, transparent, weatherproof plastic having a smooth outer surface. Type V reflective sheeting shall consist of metallized microprismatic lens bonded to a flexible, smooth - surfaced, weather resistant polymeric film. Type VI reflective sheeting shall consist of unmetallized microprismatic lens formed on a flexible vinyl material. Type VII, VIII, IX and Type X Fluorescent Orange reflective sheeting shall consist of unmetallized microprismatic lens formed in a synthetic resin and encapsulated by a flexible, transparent, weatherproof plastic having a smooth outer surface. All sheeting shall be weather resistant and have a protected pre- coated adhesive backing. Type II reflective sheeting shall contain an identifying marking, such as a water mark, which is visible after sheeting application. The marking shall not adversely affect the performance or life of the sheeting. The reflective sheeting shall have the following minimum coefficient of - retroreflection values at 0.2 degrees and 0.5 degrees observation angle expressed as average candelas per foot - candle, per square foot of material. Measurements shall be conducted in accordance with ASTM E 810. 1 R Type I Glass Bead Retroreflective Element Material Obs.Entrance SILVER AngleAngle WHITE YELLOWORANGEGREEN RED BLUE BROWN 0.2° -4° 70 50 25 9.0 14 4.0 1.0 0.2 0 +30 0 30 22 7.0 3.5 6.0 1.7 0.3 0.5° -4° 30 25 13 4.5 7.5 2.0 0.3 0.5 ° +30 15 15 4.0 2.2 3.0 0.8 0.2 Type II Glass Bead Retroreflective Element Material Obs.Entrance AngleAngle WHITE YELLOWORANGEGREEN RED BLUE BROWN 0.2° -4° 140 100 60 30 30 10 5.0 0.2 ° +30° 60 36 22 10 12 4.0 2.0 0.5° -4° 50 33 20 9.0 10 , 3.0 2.0 0.5 ° +30 28 20 12 6.0 6.0 2.0 1.0 Type 111 Glass Bead Retroreflective Element Material Obs.Entrance AngleAngle WHITE YELLOWORANGEGREEN RED BLUE 0.2° -4° 250 170 100 45 45 20 0.2 ° +30 150 100 60 25 25 11 0.5° -4° 95 62 30 15 15 7.5 0.5 ° +30 65 45 25 10 10 5.0 Type IV Micro Prismatic Retroreflective Element Material Obs.Entrance FLUORESCENT AngleAngle WHITE YELLOWORANGEGREEN RED BLUE BROWN 0.2° -4° 250 170 210 35 35 20 7.0 0.2 ° +30° 80 54 92 9 9 5.0 2.0 0.5° -4° 135 100 100 17 17 10 4.0 0.5 ° +30° 55 37 52 6.5 6.5 3.5 1.4 Type V Metallized Micro Prismatic Retroreflective Element Material Obs.Entrance AngleAngle WHITE YELLOWORANGEGREEN RED BLUE 0.2 ° -0.4° 700 470 280 120 120 56 0.2 ° +30° 400 270 160 72 72 32 0.5 ° -0.4° 160 110 64 28 28 13 0.5 ° +30° 75 51 30 13 13 6.0 Type VI Vinyl Micro Prismatic Retroreflective Element Material Obs.Entrance AngleAngle WHITE YELLOWORANGEGREEN RED BLUE 0.2 ° -0.4° 250 170 70 30 35 20 0.2 ° +30° 95 64 26 11 13 7.6 0.5 ° -0.4° 200 136 56 24 28 18 0.5 ° +30° 60 40 17 7.2 8.4 4.8 189 Type Vil Micro Prismatic Retroreflective Element Material Obs.Entrance AngleAngle WHITE YELLOWORANGEGREEN RED BLUE 0.2 ° -0.4° 750 560 280 75 150 34 0.2 0 +30 0 430 320 160 43 86 20 0.5 ° -0.4° 240 180 90 24 48 11 0.5 0 +30 0 135 100 50 14 27 6.0 Type VIII Micro Prismatic Retroreflective Element Material Obs.Entrance AngleAngle WHITE YELLOWORANGEGREEN RED BLUE BROWN 0.2 ° -0.4° 700 525 265 70 105 42 21 0.2 ° +30° 325 245 120 33 49 20 10 0.5 ° -0.4° 250 190 94 25 38 15 7.5 0.5 ° +30° 115 86 43 12 17 7 3.5 Type IX Micro Prismatic Retroreflective Element Material Obs.Entrance AngleAngle WHITE YELLOWORANGEGREEN RED BLUE 0.2 ° -0.4° 380 285 145 38 76 17 0.2 ° +30° 215 162 82 22 43 10 0.2 ° -0.4° 240 180 90 24 48 11 0.5 0 +30 0 135 100 50 14 27 6.0 1.0 -0.4° 80 60 30 8.0 16 3.6 1.0 +30° 45 34 17 4.5 9.0 2.0 Type X Micro Prismatic Retroreflective Element Material Obs.Entrance FLUORESCENT AngleAngle ORANGE 0.2 ° -0.4° 200 0.2 ° +30° 90 0.2 ° -0.4° 70 0.5 ° +30° 26 • The wet performance measurements on unweathered sheeting shall be conducted in accordance with one of the following methods: 1. The standard rainfall test specified in Federal Specification LS 300C and the brightness of the reflective sheeting totally wet by rain shall not be less than 90 percent of the above values. 2. Samples shall be submerged in a tank of clean water (approximately 72 F) for a period of 5 minutes. Reflex- reflective performance of the sheeting shall be viewed in a darkened room by reflected light through the surface of the water or through a transparent plane surface of the tank parallel to the sample surface. Light source shall be such as a hand flashlight held close to the eye. The wet sheeting shall show no apparent loss of reflective performance as compared to dry material. The sheeting shall conform to the applicable daytime color and luminance factor requirements of ASTM D 4956 when tested instrumentally in accordance with 190 Section 8.4 of that specification; OR, the diffuse day color of the reflective sheeting shall be visually evaluated by comparison with the applicable Highway Color Tolerance Chart. Color comparison shall be made under north daylight or a scientific daylight having a color temperature from 6500 degrees to 7500 degrees Kelvin. Daytime color evaluation shall be illuminated at 45 degrees and viewed at 90 degrees. There shall be no significant color shift when viewed under nighttime (retroreflective) conditions. The reflective sheeting shall have a pre- coated pressure sensitive adhesive (Class 1) or a heat - activated adhesive (Class 2) either of which will adhere to flat, clean surfaces without necessity of additional adhesive coats on the reflective sheeting or application surface. Chemical activators shall not be used to activate Class 2 adhesive. The pre- coated adhesive shall be protected by an easily removed liner which, when removed, shall not have a staining effect on the reflective sheeting and shall be mildew resistant. The protective liner attached to the adhesive shall be removable by peeling without soaking in water or other solvents and shall be easily removed after storage for 4 hours at 150 F under weight of 215 psi. The sheeting with liner removed, conditioned for 24 hours at -72 F and 50 percent relative humidity, shall be sufficiently flexible to show no cracking when bent around a 1.2 -inch diameter mandrel with the adhesive side contacting the mandrel. For ease of testing, talcum powder may be spread on the adhesive to prevent sticking to the mandrel. The sheeting surface shall be smooth and flat to facilitate self - cleaning in the rain, regular cleaning, and wet performance, and exhibit 85 degrees glossmeter rating of not less than 50 when tested in accordance with ASTM D 523. The sheeting surface shall be readily processed and compatible with transparent and opaque process colors and show no Toss of the color coat with normal handling, cutting, and application. The sheeting shall permit cutting and color processing at temperatures of 60 F to 100 F and 20 to 80 percent RH. The sheeting shall be heat resistant and permit force curing without staining of unapplied sheeting or applied sheeting at temperatures recommended by the manufacturer not to exceed 150 F for unapplied sheeting or 200 F for applied sheeting. The sheeting surface shall be solvent resistant to permit cleaning by wiping with a clean soft cloth dampened with VM &P Naphtha or mineral spirits. The adhesive shall form a durable bond to smooth, corrosion and weather resistant surfaces and permit the reflective sheeting to adhere securely, 48 hours after application at temperatures of -30 F to 200 F. The adhesive bond shall be sufficient to render the applied sheeting vandal- resistant and prevent its shocking off when subjected to an impact energy of 20 ft. lbs. applied with a hemispherical tipped object 1 inch in diameter at -0 F. The test specimen shall be applied to aluminum backing not less than 0.080 inch thick and having a dimension of not less than 4 inches square. During testing, the specimen shall be supported on a 3 -inch diameter ring. The adhesion test shall conform to ASTM D 4956 with the addition of the - temperatures noted above. The resistance to accelerated weathering shall be as described in ASTM D 4956 except the weathering apparatus and procedure shall be in accordance with ASTM G 154. The reflective sheeting shall be sufficiently flexible to be cut to shape easily and permit application over, and conform to, moderate shallow embossing characteristic of certain sign borders and symbols. The tensile strength of the sheeting shall be 5 to 20 pounds per square inch width when conditioned for 48 191 hours in accordance to ASTM D 685 and tested in accordance with ASTM D 828. Following liner removal, the reflective sheeting shall not shrink more than 1/32 inch in ten minutes nor more than 1/8 inch in 24 hours in any dimension per 9 inch square at 72 F and 50 percent relative humidity. The sheeting, when applied according to manufacturer's recommendations to cleaned and etched 0.020 -inch ❑ 2 -inch x 8 -inch aluminum, conditioned (24 hours) and tested at 72 F and 50 percent relative humidity, shall be sufficiently flexible to show no cracking when bent around a 3/4 -inch diameter mandrel. 9- 28.14(1) Timber Sign Posts This section is revised to read: At the Contractor's options, timber sign posts and mileposts shall be treated nnilglas fir, nr traatPd Hem -fir meeting the grades specified in Section 9 -09.2. Douglas fir and Hem -fir posts shall be given a treatment in accordance with Section 9- 09.3(1). Preservative retention shall be as shown in section 9- 16.2(3) for sawn posts. 9- 28.14(2) Steel Structures and Posts This section is revised to read: Truss chords, struts, and diagonals, end posts, and end post struts and diagonals for sign bridge structures and cantilever sign structures shall conform to either ASTM A 36 or ASTM A 53 Grade B Type E or S. The nominal pipe diameter and the pipe wall thickness shall be as specified in the Plans or Standard Plans. All other structural steel for sign bridge structures and cantilever sign structures shall conform to ASTM A 36. Truss member connection hardware shall conform to Section 9- 06.5(3). Pipe members for bridge mounted sign brackets shall conform to ASTM A 53 Grade B Type E or S, and shall be Schedule 40 unless otherwise specified. All other structural steel for bridge mounted sign brackets shall conform to ASTM A 36. U bolts, and associated nuts and washers, shall be stainless steel conforming to Section 9- 28.11, and shall be fabricated hot. Anchor rods for sign bridge and cantilever sign structure foundations shall conform to ASTM F 1554 Grade 105, including Supplemental Requirements S2, S3, and S5. Nuts and washers for sign bridge and cantilever sign structure foundations shall conform to AASHTO M 291 Grade DH and AASHTO M 293, respectively. Steel sign structures and posts shall be galvanized after fabrication in accordance with AASHTO M 111, unless noted otherwise in the Plans. All bolts, nuts, and washers shall be galvanized after fabrication in accordance with AASHTO M 232. Unless otherwise specified in the Plans or Special Provisions, metal surfaces shall not be painted. Minor fabricating and modifications necessary for galvanizing will be allowed if not detrimental to the end product as determined by the Engineer. If such modifications are contemplated, the Contractor shall submit to the Engineer, for approval, six copies of the proposed modifications, prior to fabrication. 1Q9 9 -28.15 Sign Lighting Luminaires This section is revised to read: Sign lighting luminaries shall be either Mercury Vapor or Induction. This section is supplemented with the following: 9- 28.15(1) Sign Lighting Luminaires — Mercury Vapor Sign lighting luminaires shall have a cast aluminum housing and door assembly with a polyester paint finish. The housing shall encase a reflector, lamp socket, and ballast. It shall have a front entry (the side facing the sign) suitable for 1/2 inch conduit and mounting holes for attaching to a fixture mounting plate. Any additional entries shall have suitable plugs. The sign lighting luminaire shall be supported by a lighting bracket assembly as detailed in the plans. If the sign structure includes a maintenance walkway, the luminaire fixture mounting plate shall be bolted to the walkway grating. Condensation drain holes shall be provided as recommended by the manufacturer. The door shall be hinged to the housing on the side of the fixture away from the sign panel and shall be provided with two captive devices. The door shall be provided with the means to allow the door to be locked in the open position 70 to 90 from the plane of the door opening. The juncture of the door and housing shall be gasketed to provide a rain tight and dust tight joint. Refractors shall be manufactured from heat resistant borosilicate glass. The refractor shall be shielded so that no light source is visible from the sign viewing approach. The shield shall be an integral part of the door assembly. When called for in the plans, fixtures shall be provided with a wire guard to prevent damage to the refractor. The light source shall be a 175 watt deluxe phosphor coated mercury vapor lamp. The lamp socket shall be porcelain enclosed mogul type containing integral lamp grips to ensure electrical contact under conditions of normal vibration. The center contact shall be spring loaded. The shell and center contact shall be rated for 1500 watts, 600 volts. An isolation switch shall be installed in a NEMA 3R stainless steel terminal cabinet per standard specification 9- 29.25. The terminal cabinet shall be installed in accordance to the Standard Plans. The switch shall be either single pole, single throw, or double pole single throw as necessary to open all conductors to the luminaires other than neutral and ground conductors. The switch shall contain 600 volt alternating current (VAC) terminal strips on the load side with solderless lugs as required for each load carrying conductor plus four spare lugs per strip. Each fixture shall be provided with a fusible terminal block. Fuses shall be 10 amp, 250 VAC for 120 VAC circuits and 5 amp 600 VAC for 240 VAC and 480 VAC circuits. The primary voltage shall be as indicated in the plans. Photometric performance shall be as follows: The ratio of the maximum to minimum illuminance level on a panel 10 feet high by 16 feet wide shall not numerically exceed 5:1 approaching 1:1. In addition, the illuminance gradient shall not numerically exceed 2:1, illuminance gradient being defined as the ratio of the minimum illuminance 193 of a square panel 1 foot on a side to that of any adjacent panel of the same size. This performance shall be obtained when the fixture is mounted 1 foot below the bottom edge of the sign and 5 feet out from the sign face. The average to minimum uniformity ratio for a panel as dimensioned above shall not numerically exceed 3:1. Average initial illuminance shall exceed 10 foot candles for a mercury vapor lamp of 175 watts as specified. 9- 28.15(2) Sign Lighting Fixtures - Induction Induction sign lighting fixture shall conform to the provisions for mercury sign lighting • fixtures except as modified below: Each fixture shall consist of a housing a reflector, refractor or lens, Tamp socket, lamp, power coupler, a high frequency (HF) generator and a fuse block, door, front entry (the side facing the sian) suitable for 1/2 inch conduit and mounting holes for attaching to a fixture mounting plate. Any additional entries shall have suitable plugs. The sign lighting luminaire shall be supported by a lighting bracket assembly as detailed in the plans. The door shall be hinged to the housing on the side of the fixture away from the sign panel and shall be provided with two captive devices. The door shall be provided with the means to allow the door to be locked in the open position 70 to 90 from the plane of the door opening. The juncture of the door and housing shall be gasketed to provide a rain tight and dust tight joint. Refractors or lens shall be manufactured from heat resistant glass. The refractor or lens shall be shielded so that no light source is visible from the sign viewing approach. The shield shall be an integral part of the door assembly. When called for in the plans, fixtures shall be provided with a wire guard to prevent damage to the refractor. The ratio of the maximum to minimum illuminance level on a panel 10 feet high by 16 feet wide shall not numerically exceed 9:1 approaching 1:1. In addition, the illuminance gradient shall not numerically exceed 2:1, illuminance gradient being defined as the ratio of the minimum illuminance of a square panel 1 foot on a side to that of any adjacent panel of the same size. This performance shall be obtained when the fixture is mounted 1 foot below the bottom edge of the sign and 5 feet out from the sign face. The average to minimum uniformity ratio for a panel as dimensioned above shall not numerically exceed 4:1. Average initial illuminance shall exceed 10 foot candles for an induction !amp of 85 watts as specified. • The system lifetime shall be rated at 60 000 hours with a failure rate of less than 10 percent. The system shall be rated at a nominal wattage of 87 W, 120/240 or 480V(ac). The power factor of the system shall be greater than 90 percent and the total harmonic distortion (THD) shall be less than 10 percent. The system shall be UL approved for wet locations and be FCC Class a listed. The mounting assembly shall be either cast aluminum, hot -dip galvanized steel plate or steel plate that has been galvanized and finished with a polymeric coating system or the same finish that is used for the housing. The overall weight of the fixture shall not exceed 44 pounds. The manufacturer's brand name, trademark, model number, serial number and date of manufacture shall be located on the packaged assembly and on the outside and inside of the housing. 194 Housing The housing shall have a door designed to hold a refractor or Tens. The housing door shall be designed to be opened without the use of tools. The housing and door shall have polyester paint finish of a gray color resembling unfinished fabricated aluminum. Reflector The reflector may be designed to be removed as a unit that includes the Tamp and power coupler. Lamp Each fixture shall be furnished with an 85 -W induction Tamp. The interior Tamp walls shall be fluorescent phosphor coated. Lamp light output shall be not less than 70 percent at 60 000 hours. Lamps shall have a color - rendering index (CRI) of not Tess than 80. Lamps shall be rated at a color temperature of 4 000 K. Lamps shall be removable without the use of tools. Power Coupler The power coupler shall consist of a construction base with antenna, heat sink and electrical connection cable. The power coupler shall be designed so that it can be removed with no more than common hand tools. High Frequency Generator High frequency (HF) generators shall provide reliable Tamp starting and operation at ambient temperatures down to -15° F for the rated life of the lamp. The generator output frequency shall be 2.65 MHz +1- 10 percent. The generator radio frequency interference shall meet the requirements of Part 18 of the FCC. High frequency generators shall be designed for continuous operation at ambient air temperatures from -5 °F to 80 °F without reduction in generator life. High frequency generators shall have a design life of not less than 100,000 hours at 130° F. A Certificate of Compliance, conforming to the provisions in Section 6 -1.07, "Certificates of Compliance," and a copy of the high frequency generator test methods and results shall be submitted by the manufacturer with each lot of sign lighting fixtures. The certificate shall state that the high frequency generators meet, in every respect, the above requirements and the generator specifications of the lamp manufacturer. High frequency generators shall also conform to the following: A. High frequency generators shall be capable of being easily replaced. All conductor terminals shall be identified as to the component terminal to which they connect. B. High frequency generators shall be mounted so as to use the portion of the sign lighting fixture upon which they are mounted as a heat sink. 195 SECTION 9 -29, ILLUMINATION, SIGNALS, ELECTRICAL August 4, 2003 • The section is revised to read: 9 -29.1 Conduit, Innerduct, and Outerduct Rigid metal conduit shall conform to Article 344 of the National Electrical Code. Liquidtight flexible metal conduit and associated couplings, connectors shall conform to article 356 of the National Electrical Code. PVC conduit shall conform to Article 352 of the National Electrical Code and to NEMA specification TC -2 (Conduit), TC -3 (Fittings -UL 514), and UL 651 (standard for rigid nonmetallic conduit). Fiberglass conduit and fittings shall be UL listed and shall comply with ANSI/ NEMA standards TC -14A (filament wound reinforced thermosetting resin conduit and fittings) and ASTM D -2996. Exterior and interior surfaces of ail steel conduit, except threaded ends, shall be uniformly and adequately zinc coated by a hot -dip galvanizing process. The average weight of zinc coating shall be not less than 0.80 ounces of zinc per square foot of single surface area as determined by tests on 12 -inch samples taken from each end of a standard length of conduit of each size. The weight of zinc coating on any individual test specifications shall be not less than 0.70 ounces of zinc per square foot of single surface area. The weight of zinc coating will be determined in accordance with AASHTO T 65. Determinations and nominal weights shall conform to the requirements of the Underwriters Laboratory Publication No. 6 (latest edition). In addition, the exterior as well as the interior conduit samples shall withstand four dips in the PREECE test in accordance with ASTM A 239. The threaded ends of all conduits shall be either galvanized in accordance with the foregoing or shall be painted with galvanized repair paint, Formula A -9 -73. All field cuts shall also be painted with galvanized repair paint, Formula A -9 -73. Couplings for rigid metal type conduits may be either hot -dip or electroplated galvanized and, in addition, shall be painted with one coat of galvanizing repair paint Formula A -9 -73. The paint shall have a minimum wet film thickness of 3 mils. The painted coating shall cover the entire coupling. Grounding end bushings shall comply with the following: 1. Full standard threads, around the entire 360° circumference. 2. Malleable iron material. 3. Hot -dip galvanized, per AASHTO M 111. 4. Copper, tinned copper, stainless steel or integral fug. 5. Stainless steel clamping screw, mounting screw and set screw. Every length of rigid metal conduit shall bear the label of Underwriters Laboratories, Inc. or the label of the Canadian Standards Association if affected items of Canadian manufacture are approved for use on the project. Installation shall conform to appropriate articles of the Code. The colloidal copper compound required for coating threads on metallic conduit, couplings, and fittings shall consist of approximately 70 percent by weight of petroleum oil and 30 percent by weight of copper flakes. 196 All types of conduit shall be free from defects, including out of round, foreign inclusions, etc. It shall be uniform in color, density, and physical properties. It shall be straight and the ends shall be cut square to the inside diameter. All conduit shall display the Underwriters Laboratory certification (UL Listed). PVC solvent cement shall be medium - bodied gray or clear and meet ASTM D 2564 including note 8 (label to show pipe sizes for which the cement is recommended). Rigid galvanized steel conduit is required for all surface mounted conduit, with the exception of Electrical service utility poles, upon the approval of the serving Utility company only. Galvanized steel conduit outerduct shall be hot - dipped galvanized inside and out. The conduit shall be smooth and free from burrs. Conduit shall be supplied and shipped with thread protectors. Deflection fittings shall be weather tight, with hot dipped galvanized ductile iron or bronze end couplings, molded neoprene sleeve 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 degrees from the normal in any direction. Expansion fittings shall be weather tight, with hot dipped galvanized malleable or ductile iron end couplings and body. Expansion fittings shall have an external tinned copper bonding jumper. Expansion fittings on bridges shall allow for 8 inches of movement (4 inches in each direction) normal to the structure. All other expansion fittings shall allow for 4 inches of movement (2 inches in each direction) normal to the structure. A combination deflection / expansion fitting shall be made from a deflection fitting and a expansion fitting as listed above, with the addition of an external tinned copper bonding jumper. The external tinned copper bonding jumper shall be of sufficient length to be installed on the conduit run and bypass the combination deflection / expansion fitting. Inner and Outer duct Yellow location tape with black lettering shall be installed 12 inches above all underground Inner and Outer duct. 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 corrosion resistant and insure continuous electrical ground. The coupling shall be galvanized steel with the same material properties as the conduit. 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 steel outerduct. The conduit system shall be designed so that assembly of components can be 197 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 set screws on lock nut ring. lnnerduct for Straight Sections of PVC Conduits The 4 inch PVC outerduct shall be equipped with four innerducts. The innerducts shall have a minimum outside diameter of 1 1/4 inch a minimum inside diameter of 1 1/5 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 0.0005 inch. The innerducts shall have a minimum wall thickness of 0.006 inch. e l Innerd shal be color coded. The color coding shall be thre gray and one white. �� �� � V�wv• v . • The coding — be three gray Alternate color codes are permitted as long as the color codes are contiguous between adjacent junctions boxes. The innerducts shall be factory installed in the outerduct. Dynamic coefficient of friction of innerducts shall be tested in accordance with Bellcore 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 Tess 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). PE innerduct shall have a white internal color as a result of the prelubrication process. An approved equivalent material shall continue to meet all dimensional requirements and the dynamic coefficient of friction specified. Protective outerduct for PVC schedule 40 and schedule 80 conduit outerduct shall be 4 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 supplied 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 inch 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. 198 Bends for 4 inch PVC 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 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 per "Innerduct for Straight Sections of PVC Conduits" Prefabricated fixed Bends The prefabricated standard fixed PVC bends provided shall have a radius between 4 feet and 9 feet and sweep angles of 11.25 °, 22.5 °, 45 °, or 90 °. Direction changes shall not exceed 90 ° . Flexible bends shall be supplied in two lengths to meet field requirements. Conduit lengths shall be 10 feet 6 inches and 16 feet 6 inches. These conduits may be field bent to a uniform radius no less than 4 feet. The field bend shall be no greater than 90 ° . Grounding shall be continuous in flexible Bends. Outerduct for flexible bends shall be manufactured from reinforced PVC. All outerduct shall be marked with data traceable to plant location. PVC outerduct shall have a longitudinal print -line that denotes "Install This Side Up" for proper innerduct alignment. PVC outerducts shall have a circumferential ring on the spigot end of 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. 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 Lubrication Fittings Repair Kits Installation Accessories Conduit and Innerduct Plugs Pull string Pull. rope Conduit spacers Split internal expansion plugs shall be supplied to suit various cable sizes. 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. Steel casing material shall conform to ASTM A 252 Grade 1, 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 3/8 inch thick. 199 All joints shall be welded by a qualified welder. Qualified in accordance with AWS D1.1 structural welding code, section 3, workmanship. 9 -29.2 Junction Boxes Junction boxes shall conform to the requirements set forth in the contract. 9- 29.2(1) Standard Junction Box Install standard junction boxes in locations shown in the plans. Standard junction boxes shall be concrete junction boxes conforming to details in the standard plans, or approved non - concrete junction boxes. Concrete junction boxes shall have a minimum compressive strength of 6000 psi when reinforced with a welded wire hoop and 4000 psi when reinforced with welded wire fabric nr fiber reinforcement. The frame shall be anchored to the box by welding the wire fabric to the frame or by welding headed studs 3/8 inch X 3 inches long, as specified in Section 9- 06.15, to the frame. The wire fabric shall be attached to the studs and frame with standard tie practices. The box shall contain ten studs located near the centerline of the frame and box wail. The studs shall be placed one anchor in each corner, one at the middle of each width and two equally spaced on each length of the box. The steel frame, lid support, and lid shall be painted with a black paint containing rust inhibitors or painted with a shop applied, inorganic zinc primer in accordance with Section 6 -07.3 or hot dip galvanized in accordance with AASHTO M 111. Material for concrete junction boxes shall conform to the following: Concrete Section 6 -02 Reinforcing Steel Section 9 -07 Fiber Reinforcing ASTM C 1116, Type III Lid ASTM A786 diamond plate steel Frame ASTM A786-diamond plate steel or ASTM A36 flat steel Lid Support & Handle ASTM A36 steel Anchors (studs) Section 9 -06.15 Non- concrete junction boxes shall be gray in color and shall have approximately the same inside dimensions as concrete junction boxes. Non - concrete junction box lids shall include a pull slot and shall be secured with two %Z inch stainless steel hex -head bolts recessed into the cover. The tapped holes for the securing bolts shall extend completely through the box to prevent accumulation of debris. Bolt shall conform to ASTM F 593, stainless steel. Non - concrete junction boxes shall have a vertical load strength of 15,000 pounds applied uniformly through a 10 inch x 10 inch x 1 inch steel plate centered on the cover. The junction box will be considered to have withstood the test load if: 1. The lid is fully functional. 2. No vertical or horizontal displacement of the lid frame. 3. The junction box holds its shape. When requested, a test report from an independent materials testing facility shall be provided showing compliance with the load test. 2nn 9- 29.2(3) Structure Mounted Junction Box Junction boxes installed on structures (including boxes embedded in barrier) shall be galvanized cast iron or stainless steel and shall conform to NEMA 4X requirements. Cover screws shall be stainless steel. Each box shall include a neoprene cover gasket. A 3/8 —inch drain shall be installed in each junction box. The size of NEMA 4X junction boxes shall be as shown in the plans. 9- 29.2(4) Cover Markings Junction boxes with metallic lids shall be marked with the appropriate legend in accordance with the bead weld details in the Standard Plans. Non - metallic lids shall be embossed with the appropriate legend and a non -skid surface. Legends for metallic lids and non - metallic lids shall be 1 -inch nominal height. Junction boxes shall be marked or embossed for use in accordance with the plans and following schedule: System Type Legend Traffic Signal Interconnect (6pr) COMM Fiber Optic Trunk Lines ITS HUB to TC (25pr) ITS Fiber Optic Laterals to CC ITS TC to DS (6pr) ITS TC to HAR (6pr) SC &DI ITS TC to CC (6pr) ITS TC to VMS (6pr) ITS TC to WSTA (6pr) ITS All other lateral 6pr (i.e. neon control, etc) TS CC to camera (coax, control cables, old style) ITS CC to camera (fiber, new style) ITS HAR to antenna (coax) ITS VMS to sign (control cables) ITS WSTA to temp sensor, weather station ITS DS to loops (2cs) ITS DS to ramp meter (5c) ITS Flashing Beacons ITS Neon Power ITS Transformers to Cabinets ITS Service to Transformers LT All power for lighting LT Signal Controller to Displays TS Signal Controller to Loops TS Signal Controller to emergency preempt TS Telephone Service Drop TEL Telephones at Flyer Stops, Park & Rides, Etc. TEL 9 -29.3 Conductors, Cable For the purpose of this specification, the neutral conductor is defined as a current carrying conductor with zero potential. For the purpose of this specification, equipment grounding conductor is defined as the conductor used to connect the noncurrent - carrying metal parts of equipment, raceways, and other enclosures to the system grounded conductor and /or the grounding electrode conductor at the service equipment or at the source of a separately derived system. Conductors and cable shall conform to the applicable specifications as follows: 201 1. All current carrying single conductors shall be stranded copper conforming to ASTM B3 and B8. Insulation shall be 600 volt. Except as allowed in item 3, chemically cross - linked polyethylene or EPR Type USE insulation of code thickness is required for all current carrying single conductors in underground electrical systems. Grounding electrode conductor and bonding jumpers shall be bare or insulated stranded copper, AWG No. 8 minimum or larger as required by the NEC. Equipment grounding conductors shall be insulated, stranded copper with type XHHW, THWN, or USE insulation, non jacketed AWG No. 8 minimum or larger as required by the NEC. Insulated Grounding Electrode conductors, bonding jumpers and equipment grounding conductors, shall have continuous green color or green color with one or more yellow stripes. 2. Two and three conductor signal control cable shall consist of three No. 14 stranded copper conductors. Each conductor shall have 20 -mil polyethylene insulation and a 10 -mil PVC jacket. The cable shall be • rated at 600 volts minimum. The cable assembly shall be covered with a polyester tape applied with a 10 percent minimum lap. The overall jacket shall be 45 -mil PVC. Four conductor through 10 conductor signal control cable shall conform to International Municipal Signal Association (IMSA) signal cable specification 20 -1 except the conductor sequence color code as shown in the following table. IMSA specification cables shall use No. 14 AWG stranded copper conductors. Individual conductors shall be cabled together in accordance with the following: Conductor Color Color Number Code Trace Use 1 R Red Red or Don't Walk 2 0 Orange Yellow or Spare 3 G Green Green or Walk 4 W White Neutral 5 B Black Ped Call or Spare 6 Wb White /Black Neutral or Spare 7 BI Blue Ped Call or Spare 8 Rb Red /Black Red or Don't Walk 9 Ob Orange /Black Yellow or Spare 10 Gb Green /Black Green or Walk 3. All single conductors employed in traffic control shall be Class B or Class C stranded copper. The minimum wire size shall be No. 12 AWG. Insulation shall be THW or USE, except loop wire. 4. 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 current carrying conductors shall be stranded. 5. Pole and bracket cable shall be two conductor stranded copper No. 10 AWG insulated for 600 volts between conductors. The insulation shall consist of 45 -mils polyvinyl chloride with 95 -mils polyethylene jacket. If luminaires with remote ballasts are specified in the contract, • 9n9 this same cable shall be used between luminaire and ballast for both timber and ornamental pole construction. If the luminaire requires fixture wire temperature 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. 6. With the exception of type XHHW insulation and with the further exception of the shielded two conductor cable identified in (7), and the magnetometer lead -in cable identified in (9), the minimum insulation thickness around any electrical conductor shall be 45 mils, and the minimum acceptable insulation thickness shall refer solely to the thickness of that insulation immediately around any conductor excluding any sheath or jacket thickness. 7. Two conductor shielded (2CS) cable shall have No. 18 AWG (minimum) conductors and shall conform to I.M.S.A. specification No. 50 -2. 8. Detector loop wire may be No. 12 or 14 AWG stranded copper wire, Class B, with chemically cross linked polyethylene type USE insulation of code thickness. 9. Four conductor shielded cable (4CS) shall consist of a cable with four No. 18 AWG conductors with polyethylene insulation, an aluminized polyester shield, water blocking material in the cable interstices, and a 26 -mil minimum outer jacket of polypropylene. 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. 10. Three - conductor shielded cable (3CS) for the detector circuit for optical fire preemption receivers shall consist of three No. 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 ° 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. 11. Six pair communications cable (6PCC) shall meet REA specification PE -39 and shall have six pair No. 19 AWG wires with 0.008 -inch FPA/MPR coated aluminum shielding. The cable shall have a petroleum compound completely filling the inside of the cable. 12. Sign light conductors between the junction box or other source of power and the isolation switch shall be a two conductor stranded No. 10 AWG pole and bracket cable insulated to 600 volts between 203 conductors. The conductors between the isolation switch and the sign lighting luminaire shall be either code sized individual conductors with cross linked polyethylene type USE insulation or three conductor control cable, stranded copper No. 14 AWG cable rated at a minimum of 600 volts. 9- 29.3(1) Fiber Optic Cable Each fiber optic cable shall be suitable for placement in an underground duct. All fibers in the cable shall be usable fibers and shall be sufficiently free of surface imperfections and inclusions to meet or exceed the optical, mechanical, and environmental requirements contained in this specification. Cables shall be all dielectric cable (with no armoring) and shall be jacketed (sheathed) with medium density polyethylene. The minimum nominal jacket thickness shall be 71 mils. Jacketing material shall be applied directly over the tensile strength members. The polyethylene shall contain carbon.black to provide ultra - violet light protection, and it shall not promote the growth of fungus. The jacket or sheath shall be free of any holes, splits, or blisters. The cable shall contain at least one ripcord under the sheath for easy sheath removal. The shipping, storage, and operating temperature range of the cable shall be -40 °F to +160 °F. The installation temperature range of the cable shall be -20 °F to +160 °F. The fiber optic cable shall withstand a maximum pulling tension of 600 pounds (lbs.) during installation (short term) with no damage and 135 pounds (long term). Each optical fiber shall consist of a doped silica core surrounded by a concentric silica cladding. Void areas around the individual buffer tubes shall be protected with a moisture resistant compound as a block against moisture migration. All cables shall be free of material or manufacturing defects and dimensional non - uniformity that would: 1. Interfere with the cable installation using accepted cable installation practices. 2. Degrade the transmission performance and environmental resistance after installation. 3. Inhibit proper connection to interfacing elements. 4. Otherwise yield an inferior product. The outer jacket material shall be a medium density polyethylene (MDPE) conforming to ASTM D 1248, Type II, Class C, Category 4 or 5, Grade J4. The light absorption coefficient, when measured in accordance with ASTM D 3349, shall be a minimum of 400 at a wavelength of 375 nanometers. 9na The outer jacket material used in construction of this cable shall be fungus inert as described in ASTM G 21. Fibers shall contain no factory splices. The fiber optic cables shall be shipped on wooden reels in lengths as specified in the purchase order with a maximum overage of 10 %. The diameter of the drum shall be at least 20 times the diameter of the cable. 9- 29.3(1)A Singlemode Fiber Optic Cable 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: Maximum Attenuation: 0.4/0.3 dB /km at 1310/1550 nanometers, respectively. Typical Core Diameter: 0.3 mils. Cladding Diameter: 4.9 mils +/- .004 mils. Core -to- Cladding Offset:< 0.8 microns. (The core center and the cladding center offset is defined as the distance between the core center and the cladding center.) Cladding Non - Circularity: < 2.0 %. Defined as: {[1- (minimum cladding diameter - maximum cladding diameter)] X 100.} Coating Diameter of 250 microns +/- 15 microns with a minimum coating thickness at any point of not Tess than 50 microns. The coating shall be a dual - layered, UV -cured acrylate applied by the fiber manufacturer. The coating shall be mechanically or chemically strippable without damaging the fiber. 9- 29.3(2) Twisted -Pair (TWP) Copper Cable The TWP cable installed for outside plant (OSP) applications shall contain the amount of twisted, #22 AWG, copper pairs as specified in the Plans. This cable shall be constructed for installation in an underground conduit environment with a sheath consisting of a double coated aluminum shield over which a medium density polyethylene jacket is extruded, in accordance with Rural Electrical Association (REA) Standard PE -39. This cable shall be filled with a gel compound to resist water penetration and migration. The TWP copper cable for OSP applications shall contain no faulty pairs and shall be capable of the transmission of 9600 b/s VF data over distances greater than 7.5 miles. 205 9 -29.4 Messenger Cable, Fittings Messenger cable shall be 3/8 -inch, 7 -wire strand messenger cables conforming to ASTM A 475, extra- high - strength grade, 15,400 pounds minimum breaking strength, Class A galvanized. Strain insulators shall be wet process, porcelain, conforming to EEI -NEMA Class 54 -2 standards for 12,000 pound ultimate strength. Down guy assembly shall consist of an eight -way steel expanding anchor, having a minimum area of 300 square inches, made of pressed steel, coated with asphalt or similar preservative, and fitted with a 3/4 inch minimum guy eye anchor rod 8 feet long. As an alternate to expanding anchors, screw type anchors with two 8 -inch helix, 3 1/2 inch - pitch, 1 -inch by 7 -foot guy anchor rod, and rated for 7,000 pound maximum torque may be installed. All pole hardware, bolts, plate rods, hangers, clips, wire guards, and pole bands shall be hot - dipped galvanized in conformance with the requirements of AASHTO M 232. 9 -29.5 Pole Line Hardware All miscellaneous pole line hardware shall be standard material manufactured for pole line construction. All metal parts shall be hot - dipped galvanized. In addition to the above, whenever secondary racks are required, they shall be as classified "Heavy Service Secondary Rack" by the EEI -NEMA, and shall have a minimum spacing of 12 inches between the insulators. Each rack shall be secured to the pole by not less than one through bolt and one lag bolt. Ground clamps shall be bronze. 9 -29.6 Light and Signal Standards Light and signal standards shall be in accordance with the details shown in the Plans, as specified in the Special Provisions and as outlined herein, provided that only one type of light or signal standard shall be used throughout the project. Light standard, signal standards, slip base hardware and foundation hardware shall be hot - dipped galvanized in accordance with AASHTO M 111 and AASHTO M 232. 9- 29.6(1) Light and Signal Standards Steel plates and shapes for light and signal standards shall conform to the requirements of ASTM A 36. Shafts for light and signal standards, except Type PPB signal standards, shall conform to AASHTO M 223, Grade 50. Shafts and caps for Type PPB signal standards, slipfitters for type PS, I, FB, and RM signal standards, and all pipes shall conform to ASTM A 53, Grade B. Base plates for light standards shall conform to ASTM 572, Grade 50, except as otherwise noted in the Standard plans for fixed base light standards. Base plates for signal standards shall conform to ASTM A 36. Connecting bolts shall conform to AASHTO M 164. Fasteners for handhole covers, bands on lighting brackets, and conductor attachment brackets shall conform to ASTM F 593. 9- 29.6(1)A Decorative Light Standards Light standards shall be finished on all surfaces with a phenolic resin paint, applied in the shop, conforming to the following specifications: 9nF The primer shall meet the requirements of Federal Specification TT -P -641, Primer Paint, Zinc Dust, Zinc Oxide, IES distribution Type II or III. One Coat of primer 3 mils wet thickness shall be applied. Primer shall be applied both inside and outside. Phenolic Finish Coat for Steel. Finish coats shall be color chip No. 37056 olive green , Federal Standard 595B. Two coats of 3 mils wet thickness each shall be applied. A hand hole with cover shall be provided 8 inches above the base. A pressure type ground lug shall be provided and shall be located on the pole wall directly opposite the handhole. 9- 29.6(2) Slip Base Hardware Slip plates and anchor plates for Tight standards and for Type FB and RM signal standards shall conform to the requirements of ASTM 572, Grade 50. The keeper plate shall be 28 gage, conforming to ASTM A 526, coating G 90. Clamping bolts for slip base assemblies and slip base adapters shall conform to AASHTO M 164. Studs and bolts for slip base adapters shall conform to AASHTO M 164. Nuts shall conform to AASHTO M 291, Grade DH. Hardened washers shall conform to AASHTO M 293. Plate washers shall conform to ASTM A 36. Galvanized bolts shall meet standard specification 9- 06.5(4). 9- 29.6(3) Timber Light Standards, Timber Strain Poles, Timber Service Supports All timber poles used in illumination or traffic signal systems shall be Douglas fir, machine shaved, roof sawed, conforming to the latest ANSI Specifications and Dimensions for Wood Poles. All timber poles shall be gained according to industry standards. A dated nail or metallic date plate shall be set in the gain evidencing the year of treatment of the timber pole. All poles shall be treated with pentachlorophenol in accordance with Section 9- 09.3(1). Tops shall be sawed before treatment. Where holes are bored in poles to accommodate hanging bolts for brackets, transformers, guy assemblies, or other accessories, such holes shall be painted with a solution of the above preservative. 9- 29.6(4) Welding Welding of steel structures shall be in accordance with Section 5.15 of the AASHTO Standard Specifications for Structural Supports for Highway Signs, Luminaires and Traffic Signals, Fourth Edition -2001. 9- 29.6(5) Foundation Hardware Anchor bolts for Type PPB, PS, I, FB, and RM signal standards shall conform to the requirements of ASTM A 307. Nuts shall meet the requirements of AASHTO M 291. Washers shall meet the requirements of ASTM F 844. Anchor bolts for Type 11, III, IV, and V signal standards and luminaire poles shall meet the requirements of ASTM A 449. Nuts shall be heavy hex meeting the 207 requirements of AASHTO M 291, Grade C, D, or DH. Washers shall meet the requirements of AASHTO M 293. All foundation hardware shall be 100% hot - dipped galvanized in accordance with AASHTO M 111 and AASHTO M 232. Galvanized bolts shall be tested for embrittlement in accordance with ASTM A 143. 9 -29.7 Luminaire Fusing and Electrical Connections at Light Standard Bases, Cantilever Bases and Sign Bridge Bases Electrical disconnects shall be installed in the base of every standard 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. Unfused iced q lick- disrnnnect connectors shall conform to the fnllnwinn requirements: 1. A copper pin and a copper receptacle both of at least 90 percent conductivity shall be crimped or a stainless steel alien head screw and lug connection to the cable. If the alien head screw is used the alien head screw shall be torqued to the manufactures recommendations. All crimped connections shall use a copper connector installed with a positive action (ratchet) tool. The receptacle shall establish contact pressure with the pin through the use of a copper beryllium sleeve spring and shall be equipped with a disposable mounting pin. The pin shall be of at least half -hard material and the crimping portion shall be fully annealed while the rest of the pin is maintained in its original state of hardness. The receptacle shall be fully annealed. Both the copper pin and receptacle shall have a centrally located recessed locking area adapted to be complementarily filled and retained by the rubber housing. 2. A plug and a receptacle housing shall be made of water resistant synthetic rubber which is capable of burial in the ground or installation in sunlight. Each housing shall provide a section to form a water -seal around the cable, have an interior arrangement to suitably and complementarily receive and retain the copper pin or receptacle, and a section to provide a water -seal between the two housings at the point of disconnection. Fused quick - disconnect kits shall provide waterproof in -line fuse protection. The kit shall provide three cutoff sections on both lines and load side to accommodate various wire sizes. All connections shall be as described in item "1" above. Upon disconnect, the fuse shall remain in the load side of the kit. Fuses furnished for all lighting circuits shall be capable of handling the operating voltage of the circuit involved and shall have the following characteristics: 1. Fuses shall be capable of indefinitely_ supporting 110 percent of the rated load. 2. Fuses shall be capable of supporting 135 percent of the rated load for approximately 1 hour. 3. A load of 200 percent of rated load shall effectively cause instantaneous blowing of the fuse. 208 4. Fuses shall be rated as listed below and shall be sized to fit the fuse containers furnished on this project, according to the manufacturer's recommendations therefore. 5. Fuses shall be UL Listed. Luminaire Service Voltage Size 480V 240V 120V 1,000W 10A 15A 30A 750W 5A 10A 20A 700W 5A 10A 20A 400W 5A 10A 15A 310W 5A 5A 10A 250W 5A 5A 10A 200W 4A 5A 10A 175W 4A 5A 10A 150W 3A 4A 5A 100W 2A 3A 4A 70W 2A 2A 2A 50W 2A 2A 2A 9 -29.8 Vacant 9 -29.9 Ballast, Transformers Each ballast shall have a name plate attached permanently to the case listing all electrical data. Certificates of compliance, to manufactures specifications and these specifications shall be submitted by the manufacturer with each type of luminaire ballast. Ballasts shall be designed for continuous operation at ambient air temperatures from 20 F without reduction in ballast life. Ballasts shall have a design life of not less than 100,000 hours. Ballasts shall be designed to operate for at least 180 cycles of 12 hours on and 12 hours off, with the lamp circuit in an open or short - circuited condition and without measurable reduction in the operating requirements. All ballasts shall be high power factor (90 %). Ballasts shall be tested in accordance with the requirements of current ANSI C 82.6, Methods of Measurement of High- Intensity- Discharge Lamp Ballasts. Starting aids for ballasts of a given lamp wattage shall be interchangeable between ballasts of the same wattage and manufacturer without adjustment. Ballast assemblies shall consist of separate components, each of which shall be capable of being easily replaced. A starting aid will be considered as a single component. Each component shall be provided with screw terminals, NEMA tab connectors or a single multi- circuit connector. All conductor terminals shall be identified as to the component terminal to which they connect. Heat - generating components shall be mounted to use the portion of the luminaire upon which they are mounted as a heat sink. Capacitors shall be located as far as practicable from heat - generating components or shall be thermally shielded to limit the fixture temperature to 160° F. 209 Ballasts for high- pressure sodium lamps shall have a ballast characteristic curve which will intersect both of the lamp- voltage limit lines between the wattage limit lines and remain between the wattage limit lines throughout the full range of lamp voltage. This requirement shall be met not only at the rated input voltage of the ballast, but also the lowest and highest input voltage for which the ballast is rated. Throughout the lifetime of the lamp, the ballast curve shall fall within the specified limits of lamp voltage and wattage. All luminaires ballasts shall be located within the luminaire housing_ . The only exception shall be ballasts to be mounted on lowering assemblies shall be external and attached to the fixture assembly. No capacitor, transformer, or other devise shall employ the class of compounds identified as polychlorinated biphenyls (PCB) as dielectric, coolants, or for any nther ni irnnsP Ballast Characteristics for High Pressure Sodium (HPS) and Metal Halide (MH) Sources shall be: Source Line Lamp Ballast Input Lamp Volt. Wattage Type Voltage Wattage Variation Variation HPS any 70 400 Mag. Reg. Lag 10% 18% HPS any 750 1000 Auto Reg. Lead CWA 10% 30% MH any 175 400 Mag. Reg. Lag 10% 18% MH any 1000 Auto Reg. Lead CWA 10% 30% Transformers and inductors shall be resin - impregnated for protection against moisture. Capacitors, except those in starting aids, shall be metal cased and hermetically sealed. The transformers to be furnished shall be indoor /outdoor dry type transformers rated as shown in the Plans. The transformer coils, buss bar, and all connections shall be copper. Transformers, 7.5 kVA and larger shall be supplied with two full capacity taps, one at 2.5% and one at 5% below the normal full capacity. 9 -29.10 Luminaires If not listed on the Qualified Products List (QPL) a Certificate of Compliance shall be submitted by the manufacturer with each type of luminaire. The certificate shall state that the lot of luminaires meets this specification: All luminaires shall be of the IES distribution type and wattage indicated in the contract. Luminaires shall be installed with HPS lamps rated at 24,000 hours, unless otherwise specified in the contract or this specification. Conventional highway luminaires shall provide a full cut -off distribution and a high pressure sodium light source. Horizontal luminaires shall attach to 2 inch pipe tenons on mast arms. Vertical mounted luminaires shall be appropriately sized for their respective pole top tenons. 910 All luminaires shall have their components secured to the luminaire frame with stainless steel mounting hardware (nuts, bolts, washers, hinges, hinge pins, etc.). The stainless steel shall be AISI, 300 series chrome - nickel grade. The luminaire slip- fitter bolts shall be either stainless steel or hot -dip galvanized steel. All internal luminaire assemblies shall be assembled on or fabricated from either stainless steel or hot dip galvanized steel. The housing, complete with integral ballast, shall be weathertight. The ballast and lamp housing shall be on the same level. All luminaries shall be mounted level, both transverse and longitudinally, as measured across points specified by the manufacturer. Leveling and orientation shall be accomplished after pole plumbing. Highway and decorative luminaries shall have slip- fitters capable of adjusting through a 5- degree axis for the required leveling procedure. Refractors shall be formed from heat resistant, high impact, molded borosilicate glass. Flat lens shall be formed from heat resistant, high impact borosilicate or tempered glass. High pressure sodium cobra head luminaires shall be capable of accepting a 150, 200, 250, 310, or 400 watt lamp complete with ballast. Metal halide fixtures shall be capable of accepting a 175, 250 or 400 watt lamp complete with ballast. Mercury vapor fixtures shall be capable of accepting a 175, 250, 400 watt lamp complete with ballast. Metal halide fixture shall accept a 175 watt mercury vapor lamp complete with ballast. Each luminaire shall consist of a housing, a reflector, lens, a lamp socket, an integral ballast, a terminal strip and lamp. Housings shall be fabricated from aluminum. Painted housings shall be painted flat gray, Federal Standard 595B color chip No. 26280. Housings that are painted shall withstand a 1,000 -hour salt spray test as specified in ASTM B 117. All luminaries to be mounted on horizontal mast arms, shall be capable of withstanding cyclic loading in: 1. A vertical plane at a minimum peak acceleration level of 3.0 g's peak - to -peak sinusoidal loading (same as 1.5 g's peak) with the internal ballast removed, for a minimum of 2 million cycles without failure of any luminaire parts, and 2. A horizontal plane perpendicular to the direction of the mast arm at a minimum peak acceleration level of 1.5 g's peak to peak sinusoidal loading (same as 0.75 g's peak) with the internal ballast installed, for a minimum of 2 million cycles without failure of any luminaire parts. The temperature rating of all wiring internal to the luminaire housing, excluding the pole and bracket cable, shall equal or exceed 200° F. All luminaires shall be provided with markers for positive identification of light source type and wattage. Markers shall be 3 inches square with Gothic bold, black 2 inch legend on colored background. Background color shall be gold for sodium, blue for mercury, and red for metal halide light sources. Legends shall be sealed with transparent film resistant to dust, weather, and ultraviolet exposure. 211 Legends shall correspond to the following code: • Lamp Wattage Legend 70 7 100 10 150 15 175 17 200 20 250 25 310 31 400 40 700 70 750 75 1,000 XI 9- 29.10(1) Cobra Head Luminaires Conventional highway luminaires shall be IES Type III medium cut off type distribution cobra head configuration with horizontal lamp. The ballast shall be mounted on a separate door, which shall be hinged to the luminaire and secured, in the closed position to the luminaire housing by means of an automatic type of latch (a combination hex/ slot stainless steel screw fastener may supplement the automatic type latch). The reflector of all luminaires shall be of a snap -in design or be secured with screws. The reflector shall be manufactured of polished aluminum or molded from prismatically formed borosilicate glass. The refractor or lens shall be mounted in a doorframe assembly which shall be hinged to the luminaire and secured in the closed position to the luminaire by means of automatic latch. The refractor or lens and doorframe assembly, when closed, shall exert pressure against a gasket seat. The refractor lens shall not allow any light output above 90 degrees nadir. Gaskets shall be composed of material capable of withstanding temperatures involved and shall be securely held in place. Each housing shall be provided with a slipfitter capable of mounting on a 2 inch pipe tenon. Vertical mounted luminaires shall be appropriately sized for their respective pole top tenon and capable of being adjusted within 5 from the axis of the tenon. The clamping bracket(s) and the cap screws of the slipfitter shall not bottom out on the housing bosses when adjusted within the ±5 range. No part of the slipfitter mounting brackets on the luminaires shall develop a permanent set in excess of 0.2 inch when the cap screws used for mounting are tightened to a torque of 32 pounds feet. 9- 29.10(2) Decorative Luminaires Decorative fixture shall provide for a 150 - 400 watt HPS lamp fully enclosed fixture with mogul lamp socket, adjustable where required to alternate cutoff distributions. The fixture shall be a one piece, box shaped, raintight, dustight and corrosion resistant, integral unit. The unit shall consist of an accessible ballast compartment and a sealed housing which permits filtered pressure equalization. The ballast housing shall be fabricated of close tolerance extruded aluminum with heat resistant vinyl finish. The housing shall be adequately constructed to contain ballasts for 150 - 400 watt alternate high intensity discharge sources. Each housing shall consist of an integral Alzak reflector, containing a mogul based 212 high intensity discharge Tamp, a rigid box type lamp holder assembly, a reflector assembly with a Tamp vibration damper, and a one piece heat and shock resistant, clear tempered Tens mounted in a gasketed, hinged, and baffled extruded aluminum frame. The housing shall have vinyl heat resistant finish. One fourth inch stainless steel, series 300 fasteners shall secure the lens frame to the housing. The auxiliary equipment compartment for ballast terminals shall be separated from the lamp compartment by a metal heat barrier. The chassis shall be designed to provide effective heat sinking from the ballast cores. Capacitors shall be mounted at least 5 inches from the core and coil components. Fixtures shall be finished alternately with paint or epoxy primer and either acrylic enamel; vinyl clad aluminum or powdered polyester baked on paint. Aluminum compatible epoxy primer shall be applied. The finish coat shall be dark bronze in color matching Federal Standard 595B or as shown in the contract. Without chipping or flaking, the finish shall withstand 5 foot pounds direct or indirect impact from a falling cylindrical steel rod 7/8 inch diameter, a hemispheric nose and shall be salt spray resistant after 300 hours exposure in accordance with ASTM B 117 shall not cause blistering, peeling, corrosion or loss of adhesion. Decorative fixtures shall be mounted using a reinforced mounting arm, milled to provide a smooth fit between fixture and arm. A slipfitter assembly shall be provided for leveling purposes, between fixture and tenon. Two 7/16 inch or larger stainless steel bolts, series 300, shall be used to mount the fixture to the tenon. An approved gasket shall be utilized to seal against weather. A smooth wireway shall be provided. All decorative fixtures shall be of the same manufacturer and external appearance. 9- 29.10(3) High Mast Luminaires and Post Top Luminaires High mast and post top luminaires shall comply with the requirements of the contract and Section 9 -29.9 except the unit lamp shall utilize a vertically positioned • lamp. High mast luminaries shall be 400 watt HPS full 90 nadir cut off, capable of types 2, 3, 5 distribution or as shown in the contract. When installed at heights between 50 and 70 feet the bottom of the fixture shall be closed, at heights from 70 to 85 feet the bottom shall be open. High Mast luminaries poles with mounting heights greater than 50 feet shall have approved fixture lowering device installed and two remote control units, to operate the lowering device. Post top luminaires shall have the ballast located directly below the vertical installed HPS lamp. All post top luminaires shall be capable of accepting 70, 100, 200, 250, 400 watt HPS lamps complete with ballast assembly. 9- 29.10(4) Underdeck and Wall Mount Luminaires Underdeck luminaires shall be weatherproof and corrosion resistant. Light distribution shall be as shown on the contract. Each flush- mounted underdeck luminaire shall consist of a metal body, a prismatic refractor mounted in a doorframe, a prismatic glass or specular anodized aluminum reflector, a ballast, and a ceramic lamp socket and be supplied complete with all fasteners. The body shall have provisions for anchoring to concrete. The refractor shall be glass and shall be clearly identified as to "street side." The doorframe assembly shall be hinged, gasketed and secured to the body. 213 Each wall- mounted luminaire shall consist of a metal body, a prismatic refractor mounted in a doorframe, an aluminum reflector with a specular anodized finish, an integral ballast and a ceramic lamp socket and supplied with all fasteners. The refractor shall be glass. A gasket shall be provided between the refractor and the body of the fixture. All lamp sockets shall be positioned to locate the light center of the lamp within 1/2 inch of the light center location for which the luminaire is designed. Ballasts for underdeck and wall luminaires shall conform to the provisions in Section 9 -29.9. Ballasts for underdeck and wall mount luminaires shall be installed in the luminaire housing. 9 -29.11 Control Equipment Illumination circuits shall be controlled by a combination of photoelectric controls and lighting contactors or mercury relays as noted in the contract. 9- 29.11(1) Time Clock Controls Time clocks, when specified in the contract, shall be solid state and shall have a battery backup. The clock shall provide four functions and shall be enclosed within a dust tight mounting case. The unit shall be mounted on vibration dampened fittings. The unit shall be push button programmable with 15 events per week, selectable by day of week and time of day to the nearest minute. The clock shall be accurate to plus or minus 15 seconds per month through a humidity variation of 0 to 95 percent and a temperature variation of 0 F to 150 F. The clock shall be within plus or minus 10 seconds after 10 hours of battery backup operation. The backup battery shall operate for 24 hours minimum. Contacts shall be rated at 5 amps tungsten load for up to 100,000 cycles. Each clock function shall operate a 120 VAC normally open and normally closed set of contacts. 9- 29.11(2) photoelectric Controls The photoelectric control shall be the twistlock type and the light sensitive element shall be a solid state photo diode. The control shall be designed to turn on at 3 foot - candles (32 lux) and turn off at 1.8 foot - candles (20 lux). The lighting control shall not drift by more than 1 percent over a 10 -year period. The output control relay shall have a 45- second time delay to prevent false turn -off caused by momentary brightness. This output relay shall be rated 1,000 watts incandescent or 15 amps inductive load. The contacts shall be normally closed. The unit shall be designed to not continuously pulse the output relay if the photo control bypass switch is energized. The lighting control shall have a built in metal oxide varistor (MOV) rated 320 joules for lightning and transient protection. The control shall also have secondary zener diode and transient filter. The printed circuit board shall be coated to prevent corrosion. The normal operating voltage range will be 105 to 285 VAC. 9 -29.12 Electrical Splice Materials Splicing in illumination circuits will be permitted only at junction boxes. With the exception of lead -in cable to loop wire or magnetometer sensing probe splices, no 71d splices will be allowed in traffic signal circuitry. All other traffic signal circuitry will be terminated at a load, at control equipment, or at a terminal. 9- 29.12(1) Illumination Circuit Splices Splices and taps shall be made with solderless crimp connectors on underground circuits to securely join the wires both mechanically and electrically. Aerial splices may employ split bolt connectors. Splices at below grade locations shall employ moisture blocking heat shrink, Mil Spec 1 -23053 or be epoxy resin cast type insulation. Two -way (in -line) splices and three -way (T or wye) splices shall employ clear rigid plastic molds. Clear mylar sheet bonded to butyrate webbing forming a flexible mold or heat shrink shall be used for four -way or more. The material used shall be compatible with the insulation material utilized. Equipment and methods shall be as recommended by the manufacturer of the splicing materials. The component materials of the resin insulation shall be packaged form ready for convenient mixing without removing from the package. Only one conductor or one multi conductor cable per wire entrance will be allowed in any rigid mold splice. Heat shrink splices shall be manufactured from irradiated, crosslinked polyolefin suitable for direct burial installations and shall conform to requirements of ANSI C- 119.1. The sealant shall be an approved stabilized mastic which shall provide a permanent moisture proof bond between the recovered polyolefin and any conductor insulating material. 9- 29.12(2) Traffic Signal Splice Material Induction loop splices and magnetometer splices shall be either moisture resistant two way heat shrink meeting Mil Spec 1- 23053, epoxy resin cast type with clear rigid molds or re- enterable type with semi - hardening epoxy filling compound that remains semi - flexible enclosed in a re- enterable rigid mold with end cap seals. 9 -29.13 Traffic Signal Controllers A controller shall consist of a complete electrical mechanism for controlling the operations of traffic control signals including the timing mechanism and all necessary auxiliary equipment, mounted in a cabinet. The Contractor shall furnish to the Contracting Agency all guarantees and warranties furnished as a normal trade practice for all control equipment that is provided. The fabricator of the controller shall perform quality control (QC) inspections based on their QC program. Their QC program shall be submitted and approved by WSDOT at least annually. The fabricator of the controller shall certify that the controller meets all requirements of the Standard Specifications and Special Provisions for the specific application. 215 The QC program shall include, but not be limited to, the following: 1. Quality Statement 2. Individual responsible for quality (organizational chart) 3. Fabrication procedures 4. Test procedures 5. Documented inspection reports 6. Documented test reports 7. Certification package Control equipment includes all equipment used to control the operations of traffic control signals, programmable message signs, illumination system's and other associated control systems. Control equipment includes all devices including aux iliary equipment mounted in a cabinet. The traffic signal control equipment shall conform to the contract specifications and these standard specifications. All control equipment shall be as specified below: NEMA control and all auxiliary equipment shall conform to current NEMA specifications. Type 170E control equipment and all auxiliary equipment, shall conform to the California Department of Transportation document entitled "Transportation Electrical Equipment Specifications" dated November 19, 1999. The 170E/ HC -11 controller and auxiliary equipment shall conform to the current Oregon Department of Transportation Specification for model 170E/ HC -11 controller and auxiliary equipment. The 170E shall be compatible with Type 170E controllers and the current revision of the software specified in the contract. 170 ATC controller and auxiliary equipment shall conform to the current Oregon Department of Transportation Specification for model 170 ATC controller and auxiliary equipment. Type 2070 controller and all auxiliary equipment shall conform to the current California Department of Transportation Specification for Model 2070 and auxiliary equipment. Type 2070 Lite controller and auxiliary equipment shall conform to the current Oregon Department of Transportation Specification for model 2070 Lite controller and auxiliary equipment. 9- 29.13(1) Vacant 9- 29.13(2) Flashing Operations All controllers shall be equipped for flashing operation of signal displays. Controllers shall be programmed for flashing red displays for all approaches. During flash display, all pedestrian circuits shall be de- energized. Actuated traffic signal control mechanisms shall be capable of entry into flash 21f operation and return to normal operation as follows: 1. Terminal Strip Input (Remote Flash). When called as a function of a terminal strip input, the controller shall provide both sequenced entry into flash and sequenced return to normal operation consistent with the requirements of the latest edition of the Manual on Uniform Traffic Control Devices. 2. Police Panel Switch. When the flash- automatic switch located behind the police panel door is turned to the flash position, the signals shall immediately revert to flash; however, the controller shall "STOP TIME." When the switch is placed on automatic, the signals shall immediately time an 8 -10 second all red period then resume normal cyclic operations at the beginning of major street green. 3. Controller Cabinet Switches. When the flash- automatic switch located inside the controller cabinet is placed in the flash position, the signals shall immediately revert to flash; however, the controller shall continue to function. When the flash- automatic switch is placed in the automatic position, the controller shall immediately resume normal cyclic operation at the beginning of the artery green. Adjacent to the flash- automatic switch shall be a controller on -off switch. If the flash- , automatic switch is in the automatic position and the controller on -off switch is placed in the OFF position, the signals shall immediately revert to flash. 4. Power Interruption. On "NEMA" controllers any power interruption longer than 475 plus or minus 25 milliseconds, signals shall re- energize consistent with No. 2 above to ensure an 8- second flash period prior to the start of major street green. A power interruption of less than 475 plus or minus 25 milliseconds shall not cause resequencing of the controller and the signal displays shall re- energize without change. Type 170 controllers shall re- energize consistent with No. 2 above after a power interruption of 1.75 plus or minus 0.25 seconds. The 8- second flash period will not be required. 5. Conflict Monitor. Upon sensing conflicting signals or unsatisfactory operation voltages, the conflict monitor shall immediately cause the signal to revert to flash; however, the controller shall stop time at the point of conflict. After the conflict monitor has been reset, the controller shall immediately take command of the signal displays at the beginning of major street green. 9- 29.13(3) Emergency Preemption Immediately after a valid call has been received, the preemption controls shall cause the signals to display the required clearance intervals and subsequent preemption intervals. Preemption shall sequence as noted in the contract. Preemption equipment shall be installed so that internal wiring of the controller, as normally furnished by the manufacturer, is not altered. Termination of the preemption sequence shall place a call on all vehicle and pedestrian phases. Preemption indicators, if required, shall turn on when the controller reaches the preempted phase. NEMA controller shall energize the pre - emption indicators when the controller is in the pre - emption phase(s). For the type 170, 2070, ATC, 2070 Lite controllers, the pre - emption indicators shall be energized when the pre empt detector registers the pre empt request call. 217 9- 29.13(4) Wiring Diagrams Schematic wiring diagrams of the controllers and auxiliary equipment shall be submitted when the controllers are delivered. The diagram shall show in detail all circuits and parts. The parts shall be identified by name or number in a manner readily interpreted. One reproducible mylar or two microfilms and four copies of the cabinet wiring diagram and component wiring diagrams shall be furnished with each cabinet and if requested by the Engineer on a high density disk or CD. The schematic drawing shall consist of a single sheet, detailing all circuits and parts, not to exceed 52 inches by 72 inches The cabinet wiring diagram shall indicate and identify all wire terminations, all plug connectors, and the locations of all equipment in the cabinet. Included in the diagram shall be an intersection sketch identifying all heads, detectors, and push buttons and a phase diagram. 9- 29.13(5) Vacant 9- 29.13(6) Radio Interference Suppressers All traffic signal controllers, flashers, or other current - interrupting devices shall be equipped with radio interference suppressers installed at the input power point. Interference suppressers shall be of a design which will minimize interference in both broadcast and aircraft frequencies, and shall provide a minimum attenuation of 50 decibels over a frequency range of 200 kilocycles to 75 megacycles when used in connection with normal installations. The interference filters furnished shall be hermetically sealed in a substantial case filled with a suitable insulating compound. Terminals shall be nickel plated, 10 -24 brass studs of sufficient external length to provide space to connect two No. 8 AWG wires, and shall be so mounted that they cannot be turned in the case. Ungrounded terminals shall be insulated from each other and shall maintain a surface leakage distance of not less than 1/4 inch between any exposed current conductor and any other metallic parts with an insulation factor of 100 -200 megohms dependent on external circuit conditions. Suppressers shall be designed for operations on 50 amperes, 125 volts, 60 cycles, single wire circuits, and shall meet standards of the Underwriters' Laboratories and the Radio Manufacturers Association. 9- 29.13(7) Traffic - Actuated Controllers All traffic signal controllers shall operate with industry standard operating software installed that at a minimum has the following: • 1. Defined phases, minimum of 8 each. 2. Has manufacturer designed single or 2 ring operation minimum. 3. A minimum of 16 overlaps, including 4 each minus pedestrian overlaps. 4. Defined intervals, min green, walk, flash don't walk, passage, gap, minimum gap, simultaneous gap out, volume density, yellow clearance, all red clearance, Maximum I, Maximum II. 218 Traffic - actuated controllers shall be electronic devices which, when connected to traffic detectors or other means of actuation, or both, shall operate the electrical traffic signal system at one or more intersections. All solid -state electronic traffic - actuated controllers and their supplemental devices shall employ digital timing methods. Control equipment shall conform to 9- 29.13. Actuated traffic signal controllers shall be 8 -phase minimum control units. Volume - density timing features shall be provided on all controllers. Every pin of every connecting plug shall be utilized as described within the NEMA requirement, except that those pins identified as "spare" or "future" shall remain unused. Controller interchangeability between NEMA controllers of any and all approved makes is mandatory, and demonstration of interchangeability will be a portion of the State - Materials Laboratory testing. Overlaps for NEMA controllers may be accomplished by programming of software or by use of NEMA overlap boards. If a manufacturer elects to utilize the software method, they may be required to furnish an overlap board with each signal controller which will allow substitution of controllers using the alternated method of overlaps. NEMA controllers shall provide indications for vehicle call and pedestrian call that can be viewed simultaneously with indications for timing intervals. Controllers shall provide indications for timing intervals in both rings that can be viewed simultaneously. Reason for green termination shall be displayed simultaneously with other timing data. All controllers shall provide a "simultaneous gap out" feature. This feature allows retiming a gap from a green rest upon an actuation. 9- 29.13(7)A Environmental, Performance, and Test Standards for Solid -State Traffic Controllers The scope of this specification includes the controller assembly of solid -state design installed in a weatherproof controller cabinet. The controller assembly • includes the cabinet, controller unit, load switches, signal conflict monitoring circuitry, accessory logic circuitry, AC line filters, vehicle detectors, coordination equipment and interface, and preemption equipment. NEMA control assemblies shall meet or exceed current NEMA Environmental Standards and TS 1 Standards. Normal operation will be required while the control assembly is subjected to any combination of high and low environmental limits (i.e. low voltage at high temperature with high repetition noise transients). All other control equipment testing shall be tested to Caltrans Transportation Electrical Equipment Specifications (TEES) dated November 19, 1999. 219 9- 29.13(7)B Auxiliary Equipment for NEMA Controllers The following auxiliary equipment shall be furnished and installed in each cabinet for NEMA traffic - actuated controllers: 1. A solid -state Type 3 NEMA flasher with flash- transfer relay which will cut in the flasher and isolate the controller from light circuits. See Section 9- 29.13(2) for operational requirements. 2. Modular solid state relay load switches of sufficient number to provide for each vehicle phase (including future phases if shown in the plans), each pedestrian phase and preemption sequence indicated in the contract. Type P & R cabinets shall include a fully wired 16- position back panel. Solid -state load switches shall conform to NEMA standards except only optically isolated Toad switches will be allowed. Load switches shall include indicator lights on the input circuits. 3. A power panel with: a. A control - display breaker sized to provide 125 percent overload protection for all control equipment and signal displays, 30 ampere minimum. b. A 20 ampere accessory breaker wired parallel to the control display breaker. The breaker will carry accessory loads, including vent fan, cabinet Tight, plug receptacle, etc. c. A busbar isolated from ground and unfused for the neutral side of power supply. d. A radio interference suppresser to the output side of the control display breaker. See Section 9- 29.13(6) for other requirements. e. A transient voltage protection device connected to the controller power circuit for protection against voltage abnormalities of 1 cycle or less duration. The protector shall be a solid state high energy circuit containing no spark gap, gas tube, or crow bar component. The current rating of the device shall be 15 amps minimum. The device shall provide transient protection between neutral and ground, line and ground, as well as line and neutral. If the protection circuits fall, they shall fall to an open circuit condition. The device shall meet all requirements of UL standard 1449. The suppressed voltage rating shall be 600 volts or less when subjected to an impulse of 6,000 volts, 3,000 amp source impedance, 8.0/20 microsecond waveform as described in UL 1449. In addition, the device shall withstand, without failure or permanent damage, one full cycle at 264 volts RMS. The device shall contain circuitry to prevent self- induced regenerative ringing. There shall be a failure warning indictor light which shall • illuminate when the device has failed and is no longer operable. f. Cabinet ground busbar independent (150K ohms minimum) of 22n neutral, 4. A police panel located behind the police panel door with a flash automatic switch and a control - display power line on -off switch. See Section 9- 29.13(2) for operational requirements. 5. An auxiliary control panel located inside the controller cabinet with a flash- automatic switch and a controller on -off switch. See Section 9- 29.13(2) for operational requirements. A three wire 15 ampere plug receptacle with grounding contact and 20 ampere ground fault interrupter shall also be provided on the panel. 6. A conflict monitor conforming to NEMA standards. See Section 9- 29.13(2) for operational requirements. The unit shall monitor conflicting signal indications at the field connection terminals. The unit shall be wired in a manner such that the signal will revert to flash if the conflict monitor is removed from service. Supplemental Toads not to exceed 10 watts per monitored circuit or other means, shall be provided to prevent conflict monitor actuation caused by dimming or lamp burn -out. Supplemental loads shall be installed on the control side of the field terminals. Conflict monitors shall include a minimum of one indicator Tight for each phase used. The monitoring capacity of the unit shall be compatible with the controller frame size. Conflict monitors shall include a program card. 7. A "Display Panel" when noted in the contract. The display panel shall depict a generic eight -phase operation. The panel shall be mounted on the inside of the front cabinet door and the mounting shall be of a design that allows positioning of the panel in four orientations 90 degrees from each other. The mounting shall be removable without use of any tools. Incandescent red, yellow, green, walk and don't walk indicator lights shall be provided for each phase. The indicator lights shall be connected to the associated field terminals. The connecting cable shall be long enough to allow for any mounting orientation. No diodes will be allowed in the display panel. A means of disconnecting all wiring entering the panel shall be provided. Switches shall be provided on the panel with labels and functions as follows: a. Display On — Signal indicator lamps will display the operation of the intersection. b. Test — All indicator lamps shall be energized. c. Display Off — all signal indicator lamps shall be de- energized. A "Detector Panel" The panel shall be mounted on the inside of the front cabinet door. The detector panel may be constructed as a single unit or it may be constructed as a combined unit with the "Display Panel" if a "Display Panel" is required in the contract. Detector switches with separate operate, test, and off positions shall be provided for each field detector input circuit. A high intensity Tight emitting diode (LED) shall be provided for each switch. The lamp shall energize upon vehicle, pedestrian or test switch actuation. The test switch shall provide a spring loaded momentary contact that will place 221 a call into the controller. When in the OFF position, respective detector circuits will be disconnected. In the operate position, each respective detector circuit shall operate normally. Switches shall be provided on the panel with labels and functions as follows: a. Display On — Detector indicator lights shall operate consistent with their respective switches. • b. Display Off — detector indicator lights shall be de- energized. A means of disconnecting all wiring entering the panel shall be provided. The disconnect shall include a means to jumper detection calls when the display panel is disconnected. All switches on the panel shall be • marked with its associated plan detector number. All markers shall be permanent 8. insulated terminal blocks of sufficient number to provide a termination for all fieid wiring. A minimum of 12 spare terminals shall be provided. Terminal blocks shall be 600 volt, heavy duty, barrier type, except loop detector lead -ins, which may be 300 volt. Each terminal shall be provided with a field -side and a control -side connector separated by a marker strip. The marker strip shall bear the circuit number indicated in the plans and shall be engraved. Each connector shall be a screw type with No. 10 post capable of accepting no less than three No. 12 AWG wires fitted with spade tips. 9. A vent fan with adjustable thermostat. The minimum CFM rating of the fan shall exceed three times the cabinet volume. 10. An incandescent or fluorescent interior cabinet light mounted at the top of the enclosure with door switch to automatically energize when the door opens. The light shall be installed a minimum of 12 inches from the vent fan thermostat. The switch shall be labeled "light." 11. All wiring within the cabinet, exclusive of wiring installed by the signal controller manufacturer, shall have insulation conforming to the requirements of Section 9 -29.3. Cabinet wiring shall be trimmed to eliminate all slack and shall be laced or bound together with nylon wraps or equivalent. All terminals, shall be numbered and permanently identified with PVC or polyolefin wire marking sleeve consistent with the cabinet wiring diagram provided by the signal controller manufacturer and the contract. The cabinet will be completely wired so that the only requirement to make a fieid location completely operational is to attach field power and ground wiring. Internal cabinet wiring shall not utilize the field side connections of the terminal strip intended for termination of field wires. 12. One reproducible mylar or two microfilms and four copies of the cabinet wiring diagram and component wiring diagrams shall be furnished with each cabinet. Each cabinet shall be equipped with a, shelf mounted roll out drawer mounted directly below the controller to house one or more cabinet wiring diagrams. The cabinet wiring diagram shall indicate and identify all wire terminations, all plug connectors, and the locations of all equipment in the cabinet. Included 222 in the diagram shall be an intersection sketch identifying all heads, detectors, and push buttons; and a phase diagram. 13. Each vehicle detector amplifier, video detection out put channel pedestrian call isolation unit, phase selector, discriminator, and Toad switch shall be identified with semi - permanent stick -on type label. The following information shall be included: a. Vehicle Detector Amplifier Channel 1. Loop number 2. Assigned phase(s) b. Ped Call Isolation Unit 1. Push button number 2. Assigned phase(s) c. Load Switches 1. Signal head number 2. Assigned phase(s) d. Phase Selectors 1. Circuit Letter 2. Phase(s) called The label shall be placed on the face of the unit. It shall not block any switch, light, or operational words on the unit. The lettering on this label shall be neat, legible, and easily read from a distance of approximately 6 feet. 9- 29.13(7)C Auxiliary Equipment for Type 170E, 2070, 2070 Lite, ITS /ATC Controllers The following requirements apply to required auxiliary equipment furnished with Type 170E, 170E- HC -11, 2070, 2070 Lite, ATC controller cabinets: Flashers, flash transfer relays, conflict monitor, AC isolators, DC isolators, discriminator modules, program modules, modem modules, load switches, breakers, buses, police panel switches, receptacle requirement, vent fan and auxiliary control panel switches shall conform to the requirements noted in the California Department of Transportation document entitled "Traffic Signal Control Equipment Specifications ", specified in Section 9- 29.13(7). Flashing operation shall conform to Section 9- 29.13(2), except the 8- second flash period described in Item 2 of that section will not be required. Emergency preemption shall conform to Section 9- 29.13(3). The requirements for radio interference suppressor, transient voltage protection, terminal blocks, cabinet light (florescent only), cabinet wiring, wiring diagram and equipment labeling are the same as previously noted for the NEMA control assemblies. Input and output terminals shall be installed with a marking strip with field wire numbers noted in the contract embossed on the strip. All cabinet and field conductor shall have a PVC or polyolefin wire marking sleeve installed, matching the input and output terminals above. The input panel terminal blocks TB 2 through TB 9 and associated cable to the input files as described in California Department of Transportation document entitled "Traffic Signal Control Equipment Specifications" dated November 19, 223 1999 shall be provided in all control assemblies. The alternate raceway specified in Chapter 18 will not be allowed. Supplemental load requirements to prevent conflict monitor actuation on lamp burnout are the same as previously noted for NEMA control assemblies. A "Display Panel ", conforming to the requirements previously noted for the NEMA control assemblies shall be provided when noted in the contract. A "Detection Panel" conforming to the requirements previously noted for the NEMA control assemblies shall be provided except the panel shall be a separate unit from • the "Display Panel." The panel shall be rack mounted above the controller and shall conform to details in the contract. A "Detector Termination and Interface Panel" shall be provided, When viewing the cabinet from the back, the panel shall be located on the upper left hand side of the cabinet. The panel shall be electrically located between the "Detector Panel" and the C -1 connector. The panel shall utilize insulated terminal blocks and each connector shall be a screw type with post. A print holder rollout drawer shall be provided. The drawer shall be rack mounted below the controller. A "DB -9" socket shall be mounted on the rack facing the front door of the cabinet and shall be easily accessible when the front door is open. The socket shall provide a communication interface between a personal computer and the C -20S connector on the back of the controller. The appropriate cable and C -20 plug connector shall be part of this assembly to provide ease of connection to the controller. A C -2 plug with 6 feet of 22 AWG 4 conductor shielded cable shall be provided in each cabinet. The cable shall be terminated on positions 3, 4, and 6 of the TB terminal block. An "Absence Of Red Programming Assembly" shall be provided. There shall be provided on the back panel of the output file, 16 accessible jumper plug attachment areas, made up of three male pins per position (one set of three, for each conflict monitor channel). Each jumper plug shall be a three position Molex style connector, using crimped wire pins. Two female pins shall be installed in each jumper plug, one attached to each end of a single wire. These pins shall be installed in the connector, one on the center position and one in either outer position of the plug. It shall be possible, by inserting and positioning one of the 16 jumper plugs on the right two pins on the monitor board, to apply 120 VAC into a corresponding channel of the conflict monitor red channels. The connection between the absence of red programming board and the 210 plus conflict monitor shall be accomplished via a 20 pin ribbon cable and the industry standard P -20 connector, that attaches on the front panel of the monitor. It shall be possible, by inserting and positioning one of the 16 jumper plugs on the two left pins on the monitor board, to enable the red monitor on the corresponding channel (phase). There shall be installed on the absence of red programming assembly a red enable disconnect relay, that controls the 120 VAC red enable signal into the 210 plus monitor. During normal operation, the normally closed contacts of this relay shall supply 120 VAC into the red enable input of the monitor. When energized, this red enable signal shall be removed from the input disabling red monitoring. The relay shall be energized by the corresponding CI pin connection, as required by the local 224 software, to indicate that the assembly is in processor flash. 9- 29.13(7)D NEMA Controller Cabinets Each traffic - actuated NEMA controller shall be housed in a weatherproof cabinet conforming to the following requirements: 1. Construction shall be of 0.073 -inch minimum thickness series 300 stainless steel or 0.125 minimum thickness 5052 H32 ASTM B209 alloy aluminum. The stainless steel shall be annealed or one- quarter- hardness complying with ASTM A666 stainless steel sheet.- Cabinets may be finished inside with an approved finish coat of exterior white enamel the outside of aluminum cabinets shall be clear anodized or as shown in the contract. 2. The cabinet shall contain shelving, brackets, racks, etc., to support the controller and auxiliary equipment. All equipment shall set squarely on shelves or be mounted in racks and shall be removable without turning, tilting, or rotating or relocating one device to remove another. 3. The cabinet shall be of adequate size to properly house the controller and all required appurtenances and auxiliary equipment in an upright position with a clearance of at least 3 inches from the vent fan and filter to allow for proper air flow. In no case shall more than 70 percent of the cabinet volume be used. There shall be at least a 2 -inch clearance between shelf mounted equipment and the cabinet wall or equipment mounted on the cabinet wall. 4. The cabinet shall have an air intake vent on the lower half of the front door, with a 12 inch by 16 inch by 1 inch removable throw away filter, secured in place with a spring - loaded framework. 5. The cabinet door(s) shall be provided with: a. A spring loaded construction core lock capable of accepting a Best type CX series six segment core installed by others. Formed cabinets shall have a three point latch. b. A police panel assembly shall be installed in the front door and shall have a stainless steel hinge pin and a lock. Two police keys with shafts a minimum of 1 3/4 inches long shall be provided with each cabinet. c. All doors and police panel door shall have one piece closed cell, neoprene gaskets. d. A two position doorstop assembly. 9 -29.13 (7)E Type 170E, 170E- HC -11, 2070, 2070 Lite, ATC Controller Cabinets The above controllers shall be housed in a Models 332, Double 332, 336, 336S, 303 ITS /ATC cabinets, or as specified in the contract. The surfaces of the cabinet shall be clear anodized. Each door shall be furnished with a construction core lock conforming to 9 -29.13 (7)D 5a, b and c above. A police panel with door, stainless steel hinge pin and lock shall be provided. Two police keys with shafts a minimum 225 of 1 3/4" long shall be provided with each cabinet. Each of these cabinets shall be furnished with Auxiliary equipment described in 9- 29.13(7)C. Type 334 cabinets for traffic data station controller furnished shall meet Current Caltrans 170E specifications, as stated in Standard Specifications 9- 29.13(7) and as follows. Camera control and DMS local control cabinets shall contain the equipment shown in the Plans. The cabinet shall have the same external physical dimensions and appearance of Model 334 cabinets. 1. The cabinet shall be fabricated of stainless steel or clear anodized sheet aluminum in accordance with Section 9- 29.13(7)n, Item number 1. Painted steel or painted aluminum is not allowed. 2. Cabinet doors shall have a three -point latch and two- position stop assembly with spring loaded construction core lock capable of accepting a Best lock company type, with 6 -pin CX series core. The Contractor shall supply red or blue construction cores. Upon contract completion, the Contractor shall deliver two master keys to the Engineer. 3. Field wire terminals shall be labeled in accordance with the Field Wiring Chart. 4. Two shatterproof fluorescent interior cabinet lights with self - starting ballast shall be furnished, one fixture mounted on the rear rack near the top and the second mounted at the top of the front rack. Door switches shall automatically turn on both lights when either door is opened. 5. One controller unit shelf, which attaches to the front rails of the EIA rack, shall be provided in lieu of the two controller unit support angles. The shelf shall be fabricated from aluminum and shall be installed such that it does not interfere with access to any terminal block. The shelf shall contain a rollout flip -top drawer for storage of wiring diagrams and manuals. A disposable paper filter element of at least 180 square inches shall be provided in lieu of a metal filter. The cabinet shall be equipped with an electric strip heater with a rating of 100 watts and 120 VAC, and a ventilation fan meeting the requirements specified in Caltrans 170 specification. The strip heater shall be shielded in a manner that prevents damage to nearby electrical cables. The fan and strip heater shall be controlled by a high -low adjustable thermostat which can be set to ensure the cabinet interior temperature remains between 60 °F and 120 °F All Traffic Data and Ramp Meter Cabinets shall include the following accessories: 1. Each cabinet shall be equipped with a fully operable controller equipped as specified in these Special Provisions. 2. Two input files, except on Type 303 and 336 cabinet shall be supplied, each using 133 millimeters of rack height. 226 3. Power Distribution Assembly shall be PDA #3 as detailed in the January 1989 CALTRANS 170 specification, with all current amendments. The PDA #3 shall contain three Model 200 Load Switches. A transient voltage protection device shall be provided, which plugs into the controller unit receptacle and in turn accepts the controller plug and meets the electrical requirements of Section 9- 29.13(7)B(3) item e. A second transfer relay, Model 430, shall be mounted on the rear of the PDA #3 and wired as shown in the Plans. 4. Police Panel shall contain only one DPDT toggle switch. The switch shall be labeled POLICE CONTROL, ON -OFF. 5. Display Panel A. General: Each cabinet shall be furnished with a display panel. The panel shall be mounted, showing and providing detection for inputs and specified controller outputs, at the top of the front rack above the controller unit. The display panel shall be fabricated from brushed aluminum and constructed according to the detail in the Plans. B. Text: All text on the display panel shall be black in color and silk screened directly to the panel except the Phenolic detector and cabinet nameplates. A nameplate for each loop shall be engraved with a 1/4 inch nominal text according to the ITS Field Wiring Charts . The nameplates shall be permanently affixed to the display panel. C. LEDs: The LEDs for the display panel shall meet the following specifications: Case size T 1 -3/4 Viewing angle 50° minimum Brightness 8 Milli candelas LEDs with RED, YELLOW or GREEN as part of their labels shall be red, yellow or green in color. All other LEDs shall be red. All LEDs shall have tinted diffused lenses. D. Detector Display Control Switch: Each display panel shall be equipped with one detector display control switch on the panel with labels and functions as follows: ON Detector display LEDs shall operate consistent with their separate switches. 227 OFF All detector indicator LEDs shall be de- energized. Detector calls shall continue to reach the controller. TEST All detector indicator LEDs shall illuminate and no calls shall be placed to the controller. E. Advance Warning Sign Control Switch: Each display panel shall be equipped with one advance warning sign control switch on the panel with labels and functions as follows: AUTOMATIC Sign Relay shall energize upon ground true call from controller. SIGN OFF Sign Relay shall de- energize. SIGN ON Sign Relay shall energize. F. Sign Relay: The sign relay shall be plugged into a socket installed on the rear of the display panel. The relay shall be wired as shown in the Plans. The relay coil shall draw (or sink) less than 50 milliamperes from the 170E controller and have a DPDT contact rating not less than 10 amperes. A 1 N4004 diode shall be placed across the relay coil to suppress voltage spikes. The anode terminal shall be connected to terminal #7 of the relay as labeled in the Plans. The relay shall energize when the METERING indicator LED is lit. G. Detector Input Indicators: One display LED and one spring - loaded two- position SPST toggle switch shall be provided for each of the 40 detection inputs. These LEDs and switches shall function as follows: TEST When the switch is in the test position, a call shall be placed to the controller and energize the associated LED. The switch shall automatically_ return to the run position when it is released. RUN In the run position the LEDs shall illuminate for the duration of each call to the controller. H. Controller Output Indicators: The display panel shall contain a series of output indicator LEDs mounted below the detection indicators. The layout shall be according to the detail in the Plans. These LEDs shall illuminate upon a ground true output from the controller via the C5 connector. 998 The output indicator LEDs shall have resistors in series to drop the voltage from 24 volts DC to their rated voltage and limit current below their rated current. The anode connection of each LED to +24 VDC shall be wired through the resistor. I. Connectors: Connection to the display panel shall be made by three connectors, one pin (labeled P2) and one socket (labeled P1) and one labeled C5. The P1 and P2 connectors shall be 50 -pin cannon D series, or equivalent 50 pin connectors and shall be compatible such that the two connectors can be connected directly to one another to bypass the input detection. Wiring for the P1, P2 and C5 connectors shall be as shown in the Plans. The Contractor shall install wire connectors P1, P2, C1 P, C2, C4, C5 and C6 according to the pin assignments shown in the Plans. 6. Model 204 Flasher Unit Each Model 334 ramp meter cabinet shall be supplied with one Model 204 sign flasher unit mounted on the right rear side panel. The flasher shall be powered from T1 -2. The outputs from the flasher shall be wired to T1 -5 and T1 -6. 7. Fiber Optic Patch Panel The contractor shall provide and install a rack - mounted fiber optic patch panel as identified in the Plans. Cabinet Wiring 1. Terminal blocks TB1 through TB9 shall be installed on the Input Panel. Layout and position assignment of the terminal blocks shall be as noted in the Plans. Terminals for field wiring in traffic data and /or ramp metering controller cabinet shall be labeled, numbered and connected in accordance with the following: Terminal Terminal and Connection Block Pos. Wire Numbers Identification TBS 501 -502 AC Power, Neutral 571 Neutral T1 -2 641 Sign on T1-4 643 Sign off T1 -5 644 Flasher Output NC T1 -6 645 Flasher Output NO T4 -1 631 Lane 3 - Red T4 -2 632 Lane 3 - Yellow T4 -3 633 Lane 3 - Green T4-4 621 Lane 2 - Red T4 -5 622 Lane 2 - Yellow T4 -6 623 Lane 2 - Green T4 -7 611 Lane 1 - Red T4 -8 612 Lane 1 - Yellow T4 -9 613 Lane 1 - Green 229 Loop lead -in cables shall be labeled and connected to cabinet • terminals according to the ITS Field Wiring Chart. This chart will be provided by the Engineer within 20 days of the Contractor's request. 9 -29.14 Vacant 9 -29.15 Hashing Beacon Control Flashers shall conform to the latest NEMA publication, and shall be solid state. When used as a beacon control, they shall be jack mounted and installed in raintight aluminum or hot dipped galvanized steel cabinet. 9 -29.16 Vehicular Signal Heads E signal hears shall be of the adjustable, vertical type with the number and type of lights detailed in the contract; shall provide a Tight indication in one direction only; shall be adjustable through 360 degrees about a vertical axis; and shall be mounted at the location and in the manner shown in the plans. Except for optically programmed signal heads, all vehicular signal heads at any one intersection shall be of the same make and type. 9- 29.16(1) Optically Programmed, Adjustable Face, 12 Inch Traffic Signal The signal shall permit the visibility zone of the indication to be determined optically and require no hoods or louvers. The projected indication may be selectively visible or veiled anywhere within 15 degrees of the optical axis. No indication shall result from external illumination, nor shall one light unit illuminate a second. The display shall be maintained from 85 VAC to 130 VAC. 9- 29.16(1)A Optical System The components of the optical system shall comprise: 1. Lamp, 2. Lamp Collar, 3. Optical Limiter - Diffuser, and 4. Objective Lens. The Tamp shall be nominal 150 watt, 120 volt AC, three prong, sealed beam having an integral reflector with stippled cover and an average rated life of at least 6,000 hours. The lamp shall be coupled to the diffusing element with a collar including a specular inner surface. The diffusing element may be discrete or integral with the convex surface of the optical limiter. The optical limiter shall provide an accessible imaging surface at focus on the optical axis for objects 900 to 1,200 feet distant, and permit an effective veiling mask to be variously applied as determined by the desired visibility zone. The optical limiter shall be provided with positive indexing means and composed of heat - resistant glass. The objective lens shall be a high resolution planar incremental lens hermetically sealed within a flat laminant of weather resistant acrylic or approved equal. The lens shall be symmetrical in outline and may be rotated to any 90 orientation about the optical axis without displacing the primary image. The optical system shall accommodate projection of diverse, selected indicia to separate portions of the roadway such that only one indication will be 230 simultaneously apparent to any viewer after optically limiting procedures have been accomplished. The projected indication shall conform to ITE transmittance and chromaticity standards. 9- 29.16(1)B Construction Die cast aluminum parts shall conform to ITE alloy and tensile requirements and have a chromate preparatory treatment. The exterior of the signal case, lamp housing, and mounting flanges shall be finished with a high quality, baked enamel prime and finish paint. The lens holder and interior of the case shall be optical black. Signal case and lens holder shall be predrilled for backplates and visors. Hinge and latch pins shall be stainless steel. All access openings shall be sealed with weather resistant rubber gaskets. Backplates shall conform to ITE material requirements and include a chromate preparatory treatment and optical black on all surfaces. 9- 29.16(1)C Mounting The signal shall mount to standard 1 1/2 inch fittings as a single section, as a multiple section face, or in combination with other signals. The signal section shall be provided with an adjustable connection that permits incremental tilting of at least 0° to 10° -above or below the horizontal while maintaining a common vertical axis through couplers and mounting. Terminal connection shall permit external adjustment about the mounting axis in five degree increments. The signal shall be mountable with ordinary tools and capable of being serviced with no tools. Attachments such as visors, backplates, or adapters shall conform and readily fasten to existing mounting surfaces without affecting water and light integrity of the signal. 9- 29.16(1)D Electrical The lamp fixture shall be comprised of a separately accessible housing and integral lamp support, indexed ceramic socket, and self - aligning, quick release lamp retainer. The electrical connection between case and lamphousing shall be accomplished with an interlock assembly which disconnects lamp holder when opened. Each signal section shall include a covered terminal block for clip or screw • attachment of lead wires. Concealed No. 18 AWG -AWM, stranded and coded wires shall interconnect all sections to permit field connection within any section. 9- 29.16(1)E Photo Controls Each signal section shall include integral means for regulating its intensity between limits as a function of individual background illumination. Lamp intensity shall not be less than 97 percent of uncontrolled intensity at 1,000 ft-c ambient and shall reduce to 15 plus or minus 2 percent of maximum at less than 1 ft -c ambient. Response shall be proportional and essentially instantaneous to any detectable increase of illumination from darkness to 1,000 ft -c ambient and damped for any decrease from 100 ft—c ambient. The intensity controller shall comprise an integrated, directional light, sensing and regulating device interposed between lamp and line wires. It shall be compatible with 60 Hz input and responsive within the range 105 VAC to 135 VAC. Output may be phase controlled, but the device shall provide a nominal terminal impedance of 1,200 ohms open circuit and a corresponding holding current. 231 9- 29.16(1)F Installation The signal shall be installed, directed, and veiled in accordance with published instructions and the project visibility requirement. Each section of the signal shall be masked with prescribed materials in an acceptable and workmanlike manner. 9- 29.16(2) Conventional Traffic Signal Heads 9- 29.16(2)A Optical Units Light Emitting Diode (LED) light sources are required for all red and green displays. LED light sources for yellow displays are required as specified in the contract. LED light sources must conform to the current Vehicle Traffic Control Signal Heads, Part 2 (VTCSH2) ITE Specification and the following requirements: 1. Wattage (Maximum): 12 inch red, yellow and green ball displays - 25 W 12 inch red, yellow and green arrow displays - 15W 8 inch red, yellow and green ball displays - 15W 2. Voltage: The operation voltages shall be between 85 VAC and 130VAC. 3. The LED display shall be a module type and shall replace the lens, socket, bail, reflector and be directly connected to the terminal strip in the signal head. 4. Label: A label shall be provided on the LED housing. The contractor shall mark the label with a permanent marker to note the installation date. Incandescent light sources are required for yellow displays, unless otherwise specified in the contract. Incandescent Tight sources shall conform to the current Vehicle Traffic Control Signal Heads (VTCSH) ITE Specification and the following requirements: 1. Light Source: (8 inch Clear Bulb, A21/TS with brass medium base), (12 inch clear bulb, P25/TS with brass medium base). 2. Voltage: 120 VAC. 3. Rated Initial Lumens at 120 VAC: (8 inch — 550), (12 inch- 1750). 4. Minimum Initial Lumens at 120 VAC: (8 inch — 550), (12 inch — 1650). 5. Light Center: (8 inch, 2 7/16 inch), (12 inch, 3 inch). 6. Minimum Life: 8,000 hours. 7. Orientation: the bulb shall be installed with the opening between the filaments up. 8. Operation: The bulb shall operate properly form ( -40 °F to 170 °F). 9. Lens: the lens material shall be prismed glass. The lens shall be secured to the housing with four noncorrosive clips. The lens shall have a neoprene gasket making the display weather and dust tight. 232 10. Reflector: The reflector shall be specular aluminum with anodic coating. 11. Reflector Support: The reflector support shall be pivoted to the housing, and shall be designed so that it can be swung out or easily removed without the use of any tools. 9- 29.16(2)B Signal Housing The signal head housing, or case, shall consist of an assembly of separate sections, expandable type for vertical mounting, substantially secured together in a weathertight manner to form a unit of pleasing appearance. Each section shall house an individual optical unit. Each section shall be complete with a one - piece, corrosion - resistant aluminum alloy die cast door and shall have a nominal 8 -inch or 12 -inch diameter opening for the lens. Each door shall be of the hinged type having two integrally cast hinge lugs and latch jaw. The door shall be attached to the housing by means of two noncorrosive, stainless steel hinge pins that are removable without the use of a special press or tool. A noncorrosive, stainless steel, threaded latch bolt and matching wing nut shall provide for opening and closing the door without the use of any special tools. Each door shall have a cellular neoprene gasket around the entire outer edge of the door, which, when the door is closed, shall make a positive weather and dust -tight seal. Each door shall have four tapped holes spaced about the circumference of the lens opening with four noncorrosive screws to accommodate the signal head visors. Each door shall have some device such as washers, clips, or keys, or be constructed so as to keep it from dismounting from the housing accidentally when it is open. The body of each signal section shall consist of a one piece corrosion resistant, die cast aluminum alloy. Each section shall have serrated rings top and bottom so when used with proper brackets, each section may be adjustable in respect to an adjoining section, and the hangers may be locked securely to prevent moving. Cast integrally with the housing shall be two hinge lugs and one latch jaw. The top and bottom of the housing shall have an opening to accommodate standard 1 1/2 -inch pipe brackets. The sections shall be so designed that when assembled, they interlock with one another forming one continuous weathertight unit. The sections shall be interchangeable and shall be dust and weathertight when assembled with the door and appropriate furnished hardware. A terminal block of an approved type shall be mounted inside at the back of the housing. All sockets shall be so wired that a white wire will be connected to the shell of the socket and a wire, the color of the lens, to the bottom, or end terminal of the socket. These wires shall in turn be connected to the terminal block mounted in the housing, in the proper manner. The terminal block shall have sufficient studs to terminate all field wires and lamp wires independently to the block with separate screws. The terminals to which field wires are attached shall be permanently identified to facilitate field work. Each lens shall be protected with a removable visor. The visor shall be tunnel type unless noted otherwise in the contract. Tunnel, cap, and cut away type visors shall be molded using ultraviolet and heat stabilized polycarbonate plastic or be constructed of .050 inch corrosion resistant aluminum material throughout as specified in the contract or as directed by the engineer. Visors shall be flat black in color inside and shall be flat black or dark green on the outside. Visors shall have 233 • attaching ears for installation to the housing door. The signal display shall have square doors. End caps shall be made from aluminum or plastic material and shall be installed with fittings to provide a watertight seal. A bead of silicone sealant shall be applied around the perimeter of all top end cap openings prior to installation of the end cap assembly. Plastic end caps shall utilize a threaded stud with seal and wing nut. Plastic end caps utilizing a metal screw that may damage the cap if overtightened will not be allowed. Plastic end caps shall have the same color as the signal housing. 9- 29.16(2)C Louvered Visors Where noted in the Contract, louvered tunnel visors shall be furnished and installed. Directional louvers shall be constructed to have a snug fit in the signal visor. Louvers shall be flat black, constructed of aluminum. Dimensions and arrangement of louvers shall be as shown in the contract. 9- 29.16(2)D Back Plates Back plates shall be furnished and attached to the signal heads. Back plates shall be constructed of 5 inch wide .050 inch thick corrosion resistant fiat black finish, louvered aluminum as specified in the contract or as directed by the engineer . 9- 29.16(2)E Painting Signal Heads Traffic signal heads shall be finished with two coats of factory applied dark green (Federal Standard 595B) baked enamel or shall be finished with a dark green oven baked powder coating comprised of resins and pigments. Aluminum end caps shall be painted to match the color of the signal housing. 9- 29.16(3) Polycarbonate Traffic Signal Heads Polycarbonate signal heads shall be provided only when specifically identified in the contract. With the exception of top and bottom bracket mountings, polycarbonate signal heads shall be installed with approved reinforcing plates located in signal sections adjacent to the mounting hardware. 9- 29.16(3)A 8 -Inch Polycarbonate Traffic Signal Heads Polycarbonate employed in traffic signal fabrication shall tolerate an elongation prior to break in excess of 90 percent. The green color shall be molded throughout the head assembly. Glass lenses shall be employed in the signal heads. The optical system shall be of the fixed focus type for 67 to 69 watt bulbs. The entire optical system shall be sealed by a single neoprene gasket. Alzak aluminum reflectors will be permitted in polycarbonate traffic signal head assemblies. The signal head shall be formed to be used with standard signal head mounting accessories. The optical system shall be consistent with ITE requirements. 9- 29.16(3)B 12 -Inch Polycarbonate Traffic Signal Heads Twelve -inch polycarbonate signal heads shall conform to all requirements of the fl- inch polycarbonate signal heads except the optical system shall be designed for a 1750 lumen traffic signal Tamp. 9 -29.17 Signal Head Mounting Brackets and Fittings Vehicle and pedestrian signal head mountings shall be as detailed in the Standard Plans. Material requirements for signal head mounts are as follows: Aluminum 1. Hinge fittings for Type E mount. 2. Arms and slotted tube fittings for Type N mount. 3. Tube clamp and female clamp assembly for Type N mount. 234 Bronze 1. Terminal compartments for Type A, B, C, F, H, and K mounts. 2. Collars for Type C, D, and F mounts. 3. Ell fittings for Type L and LE mounts. 4. Plumbizer for type M mounts 5. Messenger hanger and wire entrance fittings for Type P, Q, R, and S mounts. 6. Balance adjuster for Type Q, R, and S mounts. Galvanized Steel 1. Washers for Type A, B, C, D, F, H, and K mounts. 2. Fasteners for Type A, B, E, H, and K mounts. Stainless Steel 1. All set screws and cotter Keys. 2. Bands for Type N mount. 3. Hinge pins for Type E mount. 4. Bolts, nuts and washers for Type M mount. 5. Bolt, nut and washers for Type L mount. 6. Bolts, nuts, washers, and screw buckle swivels. Steel 1. Center pipes, nipples, elbow and tee fittings for Type A, B, C, F, H, and K mounts. 2. Multi -head mounting assemblies and spider assemblies for Type Q, R, and S mounts. 3. Nipples for Type L, LE, P, Q, R, and S mounts. Fittings for Type N mounts shall be installed unpainted. All other hardware for other mounts shall be painted with two coats of factory applied traffic signal green baked enamel. Pins for messenger hanger fittings shall be a minimum of 1/2 inch in diameter. Terminal compartments for Type A, B, C, F, H, and K mounts shall contain a 12 section terminal block. 9 -29.18 Vehicle Detector Induction loop detectors and magnetometer detectors shall comply with current NEMA specifications when installed with NEMA control assemblies and shall comply with the California Department of Transportation document entitled "Transportation Electrical Equipment Specifications," specified in Section 9- 29.13(7) when installed with Type 170 2070, 2070 Lite, ITS /ATC control assemblies. 9- 29.18(1) Induction Loop Detectors When required in the contract, amplifier units shall be provided with supplemental timing features identified as follows: 1. Delay Timing. When delay timing is required, the unit shall delay detector output for up to 15 seconds minimum, settable in one second maximum intervals. 2. Delay Timing With Gate. When delay timing with gate is required, the unit shall provide delay timing features as noted above with the 235 additional capability of inhibiting delay timing when an external signal is applied. 3. Extension Timing. When extension timing is required, the unit shall extend the detector output for up to 7 seconds minimum, settabie in 0.5 second minimum intervals. 4. Delay and Extension Timing With Gate. When delay and extension timing with gate is required, the unit shall provide both delay and extension timing features as noted above with the additional capability of inhibiting delay while enabling extension upon application of an external signal. Without external signal, the unit shall inhibit extension and enable delay. 9- 29.18(2) Magnetometer Detectors Magnetometer detector units and sensors shall conform to the following specifications: 1. Operation. The magnetometer detector unit shall respond to changes in the earth's local magnetic field caused by the passage of a vehicle containing iron or steel over the sensor unit. 2. Environmental Requirements. Satisfactory operation shall be attained over the ambient temperature range from -30 F to 160 F. Operation shall be unaffected by temperature change, water, ice, pavement deterioration, or electromagnetic noise. 3. Modes of Operation. Each detector channel shall be capable of functioning in any of four front -panel selectable modes: a. Presence. Time of detection shall be unlimited. b. Extended Presence. The detection output shall extend for a timer set value of up to 5 seconds after the detection zone has cleared. c. Pulse. A single 30 to 50 millisecond pulse will be generated per detection actuation. d. Inhibited Pulse. The detection output will be inhibited for a time set value of up to 5 seconds after the detection zone has cleared. 4. Response Time. Pick up and drop out times shall be consistently within 10 milliseconds. 5. Approach Speed. The unit shall be capable of detecting vehicles traveling from 0 to 80 miles per hour. 6. Sensor Probes. Each channel of the detector unit shall be capable of operating up to three sensing probes. 9 -29.19 Pedestrian Push Buttons Where noted in the contract, pedestrian push buttons of substantially tamper -proof construction shall be furnished and installed. They shall consist of a 2 -inch nominal 236 • diameter mushroom plunger and a momentary contact switch assembled with the push button sign shown in the plans. The switch may have snap action contacts, or magnetic, or piezoelectric switch, or actuated by a three bladed beryllium copper spring, and shall be rated 10 amperes, 125 volts. The plunger may have an LED to indicate that a pedestrian call has been registered. The pedestrian push -button assembly shall be constructed and mounted as detailed in the contract. 9 -29.20 Pedestrian Signals Pedestrian signals shall be either incandescent or neon -grid type, as specified in the contract. Pedestrian signals shall conform to ITE Standards (Standard for Adjustable Face Pedestrian Signal Heads, 1975). The Pedestrian signal heads shall be on the QPL or A Certificate of Compliance shall be submitted by the manufacturer with each type of signal head. The certificate shall state that the lot of pedestrian signal heads meets the following requirements: All pedestrian signal heads shall be Neon Grid type or Incandescent with Light Emitting Diode (LED) or LED Walk/ Don't Walk module. All pedestrian displays shall comply with ITE publication ST 011B, VTCSH2 or current ITE specification and the current draft or adopted Caltrans pedestrian LED displays and following requirements: All pedestrian signals supplied to any one project shall be from the same manufacturer and type but need not be from the same manufacturer as the vehicle heads. Word messages, when specified, shall provide letters a minimum of 4 1/2 inches high. Symbol messages, when specified, shall be a minimum of 12 inches high and 7 inches in width. Housings shall be green polycarbonate or die -cast aluminum and the aluminum housings shall be painted with two coats of factory applied traffic signal green enamel (Federal Standard 595B). All hinges and latches and interior hardware shall be stainless steel. 9- 29.20(1) LED Pedestrian Displays Optical units for traffic signal displays shall conform to the following: 1. Light emitting diode (LED) light sources are required for 12 inch Portland Orange Hand and may be installed for the Lunar White Walking Man. LED displays shall conform to the following: a. Wattage (Maximum): 12 inch Portland Orange Hand 15 watts 12 inch Lunar White walking Man 15 watts b. Voltage: The operating voltages shall be between 85 VAC and 135 VAC. • c. Temperature: Temperature range shall be -35° F to +165° F. 237 d. LEDs shall be driven at no more than 50% of their rated amperage. e. 12 inch Portland Orange Hand Circuit Configuration: LEDs shall be connected to form multiple series circuits, with a minimum of 2 circuits. All series circuits shall be • interconnected at intervals forming subcircuits not exceeding 15 LEDs each. These subcircuits shall limit the number of extinguished LEDs to no more than 10% of the total on the display in the event of a single LED failure. f. 12 inch Lunar White Walking Man 1 Circuit Configuration: . LEDs shall be connected to form multiple series circuits, with a minimum of 1 circuits. All series circuits shall be interconnected at intervals forming subcircuits not exceeding 15 LEDs each. These subcircuits shall limit the number of extinguished LEDs to no more than 10% of the total on the display in the event of a single LED failure. g. Color testing shall be conducted after 30 minutes of continuous operation. h. QUV Exposure Test: The test shall be performed with a QUV instrument manufactured by Q Panel Corporation. 929.20(2) Neon Grid Type Neon grid pedestrian heads shall be solid state type and shall be supplied with Z crate visors. Z crate visors shall have 21 members at 45 degrees and 20 horizontal members. Neon tubing shall be enclosed and shock - mounted inside a rugged plastic module. The unit shall be 1 1/2 inches deep. Members shall be constructed of 0.03 -inch thick black polycarbonate plastic. A combination switch/ fuse holder shall be provided for each transformer. Each unit shall provide a grounding terminal. Transformers shall provide recessed secondary contacts and integral Pyrex glass electrode housing. 9 -29.21 Flashing Beacon Flashing beacons shall be installed as detailed in the Plans, as specified in the Special Provisions, and as described below: Controllers for flashing beacons shall be as specified in Section 9- 29.15. Beacons shall consist of single section, 8 -inch or 12 -inch traffic signal heads, three or four -way adjustable, meeting all of the applicable requirements of Section 9- 29.16. 12 inch yellow displays shall be dimmed 50% after dark. Mounting brackets, mountings, and installation shall meet all applicable 238 requirements of Section 9- 29.17. - Lenses shall be either red or amber, glass or polycarbonate as noted in the Plans or as determined by the Engineer. 9 -29.22 Vacant 9 -29.23 Vacant 9 -29.24 Service Cabinets In addition to the requirements for service cabinets indicated in the contract, the following requirements shall apply: All electrical conductors, buss bars, and conductor terminals shall be copper. Conductor insulation shall be either THW, XHHW, USE, or SIS. If field wiring larger than that which the contactors or breakers will accommodate is required by the contract, a terminal board shall be supplied for use as a splicing block. The minimum size of all other load carrying conductors used within the service cabinets shall be based on the National Electrical Code ampacity tables for not more than three conductors in a raceway or cable. Type B, B Modified, C, D, and E Cabinets shall have ventilation louvers on the lower sides complete with screens. Type D, and E shall also have rain - tight cabinet vents with screens at the top. Cabinet vents shall be gasketed. The Type B modified cabinets shall have provision for a future double pole circuit breaker. Type D, and E cabinets shall have two future double pole circuit breakers. The dead front cover shall have cutouts with covers for this provision. The receptacle shall be ground fault interrupter equipped. The minimum size of control circuit conductors used in service cabinets shall be No. 14 AWG. All electrical contactors shall have the loadside terminals toward the front (door side) of the service cabinet. The lighting contactors used shall be specifically rated for tungsten fluorescent and mercury arc lamp loads. All service enclosures shall be fabricated from steel or aluminum. If aluminum, they shall be fabricated from 0.125 inch (minimum) 5052 H 32 ASTM designator or B209 aluminum. If steel, they shall be fabricated from 12 gage (minimum) steel, hot dipped galvanized per AASHTO M 111. All doors and dead front panels installed in service cabinets shall incorporate a piano hinge placed in a vertical plane. Service doors shall be sealed with closed cell gasket material. The side opposite the hinge shall be secured with quarter turn screws or slide latch. No electrical devices shall be connected to the dead panel. However, every switch serviced through the dead front panel shall be appropriately identified with its respective circuit designation by means of a screwed or riveted engraved name plate. Such circuit identification shall be submitted for approval 239 together with the appropriate fabrication drawings. Dead front panels shall be intended to provide security only to the switching segment of the service enclosure and shall not cover the electrical contactor portion. A typed index of all circuits shall be mounted on the cabinet door. Each index shall show an entire panel section without folding. Index holders shall have metal returns on the sides and bottom. A schematic of the main panel, • any subpanels, circuits, and control circuits shall be provided. The schematic shall be plastic coated and secured in a metal holder. 9- 29.24(2) Electrical Circuit Breakers and Contactors Lighting contactors shall be rated 240 volts maximum line to line, or 277 volt maximum line to neutral voltage for tungsten and ballasted lamp Toads on 120/240/277 volt circuits, whichever is applicable, or they shall be rated 480 volt maximum line to line voltage for hi than 277 volt circuited tungsten or ballasted lamp loads. As an alternate to the lighting contactor, the Contractor may furnish a double contact mercury relay. The relay ampere rating shall equal or exceed the rating noted in the contract. The relay shall be normally open and shall be rated for up to 480 VAC resistive. The unit shall have a molded coil enclosure rated for 120 VAC. The contacts shall be evacuated, backfilled with an inert gas and shall be hermetically sealed. The electrode shall be one piece with Teflon wear rings on the internal plunger assembly. All contact terminals and coil connection clamps shall be U.L. approved. Circuit breakers shall be 240 or 277 volt maximum rated for 120/240/277 volt circuits, whichever is applicable, and shall have an interrupting capacity (R.M.S. — symmetrical) of not less than 10,000 amperes. They shall have not less than 480 volt rated for circuits above 277 volts and shall have an interrupting capacity (R.M.S. — symmetrical) of not Tess than 14,000 amperes. Circuit breakers shall be bolt -on type. • 9 -29.25 Amplifier, Transformer, and Terminal Cabinets Amplifier, terminal, and transformer cabinets shall conform to the contract, NEMA 4 requirements and the following: 1. All cabinets shall be constructed of welded 14 gage (minimum) hot dipped galvanized sheet steel, 0.073 type 316 stainless steel or 0.125 inch aluminum (5052 alloy). 2. Nominal cabinet dimensions shall be: Depth Height Width a. Terminal 8" 16" 12" b. Terminal 8" 24" 18" c. Transformer 12" 18" 18" Up to 3.0 KVA Transformer 2 20" 40" 24" 3.1 to 12.5 KVA Transformer 3 30" 60" 32" 12.6 to 35 KVA 3. Cabinet doors shall be gasketed with a one -piece closed cell neoprene gasket and shall have a stainless steel piano hinge. The door shall also be provided with a three point latch spring loaded construction core lock capable of accepting a Best six pin CX series core. The locking mechanism shall provide a tapered bolt. The 940 contractor shall supply red or blue construction cores, with two master keys, the keys shall be delivered to the engineer. 4. All seams shall be continuously welded. 5. All cabinets shall provide a door flange. 6. Transformer cabinets shall provide a 9- square inch minimum louvered vent. 7. One spare 12- position terminal block shall be installed in each terminal cabinet and amplifier cabinet. 8. Each Terminal, Amplifier and Transformer cabinet shall have 1/8 inch drain holes in back corners. 9. Mounting shall be as noted in the contract. 10. The cabinet shall have two separate compartments, one for the transformer and one for the power distribution circuit breakers. Each compartment shall enclosed with a dead front. Each breaker shall be labeled with the device name. SECTION 9 -30, WATER DISTRIBUTION MATERIALS August 5, 2002 9- 30.1(2) Vacant This section including title is revised to read: 9- 30.1(2) Polyethylene Encasement Polyethylene encasement shall be tube -form meeting the requirements of ANSI /AWWA C105 and shall be high- density, cross - laminated polyethylene film, natural or black color. 9- 30.1(5)A Polyvinyl Chloride (PVC) Pipe (4 Inches and Over) The first sentence in the first paragraph is revised to read: PVC pipe for water mains shall meet the requirements of ANSI /AWWA C900 or ANSI /AWWA C905. New Section 9- 30.1(6) is added: 9- 30.1(6) Polyethylene (PE) Pressure Pipe (4 inches and over) PE pressure pipe for water mains shall meet the requirements of ANSI /AWWA C906. Pipe materials shall be high- density polyethylene PE3408 conforming to a minimum cell class 345464 C, D or E per ASTM D 3350. Pipe diameter shall be either iron pipe size per Table 3 and Table 5 or ANSI /AWWA C906. Pipe pressure class shall be as listed in Table 9 of ANSI /AWWA C906 for DR 9 PE3408 material. 9- 30.2(4)A Steel Pipe (6 Inches and Over) This section is revised to read: Fittings for steel pipe 6 inches and larger shall be bell and spigot or welded to match the pipe joints. Welded joints shall conform to AWWA C206. Field couplings shall be bolted, sleeve -type for plain -end pipe conforming to AWWA 241 C219. Expansion joints shall be fabricated steel mechanical slip -type conforming to AWWA C221. When flanges are required, they shall conform to AWWA C207. Linings and coatings for fittings shall be the same as specified for the adjacent pipe. 9- 30.2(8) Restrained Flexible Couplings This section is revised to read: Restrained flexible couplings shall be locking type couplings in accordance with the Plans or Special Provisions. Any couplings that utilize set screws tightened against the outside pipe wall are not acceptable. Coupling shall be epoxy coated. New section 9- 30.2(9) is added: 9- 30.2(9) Grooved and Shouldered Joints Grooved and shouldered joints shall conform to AWWA C606. Rigid or flexible grooved or shouldered joints shall be as specified in the Special Provisions." New section 9- 30.2(10) is added: 9- 30.2(10) Polyethylene (PE) Pipe (4 inches and over) Fittings for PE pipe shall meet the requirements of ANSI/AWWA 0906. Pipe material shall be high- density polyethylene PE3408 conforming to minimum cell class 345464 C,D or E per ASTM D 3350. Pipe diameter shall be either iron pipe size per Table 3 and Table 5 of ANSI /AWWA C906 or ductile iron pipe size per Table 7 and Table 8 of ANSI /AWWA C 906. Pipe pressure class shall be as listed in Table 9 of ANSI /AWWA C 906 for DR 9 PE3408 material. New section 9- 30.2(11) is added: 9- 30.2(11) Fabricated Steel Mechanical Slip -Type Expansion Joints Fabricated steel mechanical slip -type expansion joints shall meet the requirements of ANSI /AWWA C221. Buried expansion joints to connect ductile iron or PVC pipe shall be ductile iron. Buried expansion joints for connecting steel pipe to steel pipe shall be steel. 9- 30.3(5) Valve Marker Posts The reference to "meters" in the third paragraph is revised to "feet and inches ". SECTION 9 -31, ELASTOMERIC BEARING PADS April 1, 2002 9 -31.1 Requirements The fourth paragraph is revised to read: Steel shims shall conform to ASTM A 1011, Grade 36, unless otherwise noted. 242 CONTRACT PROVISIONS General Special Provisions City of Yakima Special Provisions Contract Form Performance Bond Form Informational Certificate of Insurance Informational Additional Insured Endorsement Minimum Wage Affidavit Form 243 CITY OF YAKIMA SPECIAL PROVISIONS INTERSECTION SIGNAL REVISION S. 40 AVE & NOB HILL BLVD. City Project No. 2050 The following Special Provisions supersede any conflicting provisions of the 2000 Standard Specifications for Road, Bridge, and Municipal Construction, including the Division 1 APWA SUPPLEMENT, Section 1 -99, and are made a part of this Contract. PROJECT DESCRIPTION INTERSECTION SIGNAL REVISION SOUTH 40 AVENUE AT NOB HILL BLVD. CITY OF YAKIMA PROJECT NO. 2050 This project consists of furnishing all labor, materials, and equipment required to provide new video detection, vehicle signals, LED pedestrian signals and controller modification at the signalized intersection of South 40 Avenue at Nob Hill Blvd. All equipment must be contractor supplied including, but not limited to: video detection equipment, vehicle signals, LED reds, LED pedestrian signals, pedestrian pushbuttons, conduit, new wiring and cables. 1 -01 DEFINITIONS AND TERMS 1 -01.3 DEFINITIONS The terms defined in SECTION 1 -01.3 of the Standard Specifications shall be further described by the following: Contracting Agency: City of Yakima 129 North Second Street Yakima, WA 98901 The terms "Contracting Agency," "Owner," and "City" are interchangeable. County: Yakima County Public Works Department 128 North 2 Street Yakima, WA 98901 245 Engineer: City of Yakima City Engineer 129 North Second Street Yakima, WA 98901 Inspector: The City's designated Resident Engineer who observes the Contractor's performance. Standard Specifications: The 2002 Standard Specifications for Road, Bridge, and Municipal Construction published by the Washing- ton State Department of Transportation and the Wash- ington State Chapter of the American Public Works Association. Working Drawings: Working drawings are further defined as catalog cut sheets, manufacturer's informational sheets describing salient features, or samples of fabricated and manufac- tured items required for the construction project. 1 -02 BID PROCEDURES AND CONDITIONS 1 -02.1 QUALIFICATIONS OF BIDDER (APWA ONLY) Supplement this section as follows: Pre - qualification is not required for this project. 1 -02.4 EXAMINATION OF PLANS, SPECIFICATIONS, AND SITE OF WORK 1- 02.4(1) GENERAL Add the following paragraph: No pre -bid approval on any proposed substitute equipment shall be granted prior to the bid opening unless specified otherwise in these Specifications. A pre -bid conference will be held at Yakima City Hall CED Conference Room, second floor, 129 North 2nd Street, Yakima, Washington, at the time and date stated in the "Invitation to Bid." The conference will include project discussion, DBE Contractor participation, and the Affirmative Action Plan. 1 -02.9 DELIVERY OF PROPOSAL Add the following: Sealed bids will be received at the following location before the specified time: City Clerk, City of Yakima, 129 North Second Street, Yakima, WA 98901, until the time and date set for the bid opening. 1 -03 AWARD AND EXECUTION OF CONTRACT 1 -03.4 CONTRACT BOND Add the following: The bond shall further indemnify and hold the City of Yakima, its employees, agents, and elected or appointed officials, harmless from defects appearing or developing in the material or workmanship provided or performed under the contract within a period of one year after final acceptance by the City. The Contract Bond shall be in the form of the Contract Bond document bound in these Specifications. 1 -04 SCOPE OF THE WORK 1 -04.4 Changes 1- 04.4(1) Minor Changes Delete this section. 1 -04.11 FINAL CLEANUP Add the following: Partial cleanup shall be done by the Contractor when he feels it is necessary or when, in the opinion of the Contracting Agency, partial cleanup should be done prior to either final cleanup or final inspection. The cleanup work shall be done im- mediately upon written notification of the City and other work shall not proceed until this partial cleanup is accomplished. Should the Contractor not conduct the cleanup as directed and in a timely manner, the Owner shall take action to have such cleanup work completed by others and will deduct such costs from any payment due the Contractor. 1 -05 CONTROL OF WORK 1 -05.4 CONFORMITY WITH AND DEVIATIONS FROM PLANS AND STAKES 1- 05.4(1) ROADWAY AND UTILITY SURVEYS (APWA ONLY) Revise this section to read: The Contractor shall be responsible for all vertical and horizontal construction control, for all construction staking including offset points and grade that the Engineer deems necessary for completion of the work. All associated costs will be incidental to other bid items. 247 1 -06 CONTROL OF MATERIALS 1 -06.2 ACCEPTANCE OF MATERIALS Foreign Made Materials Section 1 -06 is supplemented with the following: (March 13, 1995) The major quantities of steel and iron construction material that is permanently incorporated into the project shall consist of American -made materials only. The Contractor may utilize minor amounts of foreign steel and iron in this project provided the cost of the foreign material used does not exceed one -tenth of one percent of the total contract cost or $2,500.00 whichever is greater. American -made material is defined as material having all manufacturing processes occur in the United States. The action of applying a coating to steel or iron is deemed a manufacturing process. Coating includes epoxy coating, galvanizing, aluminizing, painting, and any other coating that protects or enhances the value of steel or iron. Any process from the original reduction from ore to the finished product constitutes a manufacturing process for iron. The following are considered to be steel manufacturing processes: 1.Production of steel by any of the following processes: a. Open hearth furnace. b. Basic oxygen. c. Electric furnace. d. Direct reduction. 2.Rolling, heat treating, and any other similar processing. 3.Fabrication of the products. a.Spinning wire into cable or strand. b.Corrugating and rolling into culverts. c.Shop fabrication. A certification of materials origin will be required for any items comprised of, or containing, steel or iron construction materials prior to such items being incorporated into the permanent work. The certification shall be on DOT Form 350 -109 provided by the Engineer, or such other form the Contractor chooses, provided it contains the same information as DOT Form 350 -109. 248 106.2(1) SAMPLES AND TESTS FOR ACCEPTANCE Supplement this Section with the following: All testing shall be done by a materials testing laboratory chosen and employed by the City of Yakima. The initial tests will be at the expense of the City of Yakima. Subsequent tests, if required due to test failure, shall be at the expense of the Contractor. All work of this section shall be coordinated with the Engineer, and the Contractor shall give 48 -hours prior notice to the Engineer before starting subsequent work that depends on the preceding tested work. The following testing frequencies shall apply to this project. The testing frequencies may be modified to assure compliance with the specifications. In each case, the Engineer may require additional tests be performed at the Contractor's expense, if test results do not meet the required densities and results. Trench Backfill Copies of moisture - density curves for each type of material encountered and copies of all test results shall be provided to the Inspector as construction progresses. Compaction tests shall be taken at a frequency and at depths sufficient to document that the required density has been achieved. At a minimum, one (1) compaction test shall be taken for each 50 linear feet of conduit trench and two (2) tests for each street crossing. At alternating 50 -foot locations along the conduit line, tests shall be taken at 1 -foot and 2 -foot depths below finish grade. At a minimum, compaction within the roadway area shall be to at least 95% of maximum density as determined by ASTM D 1557 (Modified Proctor). The Inspector may request additional tests be performed at the Contractor's expense, if test results do not meet the required trench backfill densities. Subgrade Preparation Compaction tests shall be taken at a frequency sufficient to document that the required density has been achieved. At a minimum, one (1) compaction test shall be taken for every 150 square feet of surface area for each lift of roadway subgrade. Subgrade compaction shall be as specified in Section 2- 06.3(2). Ballast and Crushed Surfacing Compaction tests shall be taken at a frequency sufficient to document that the required density has been achieved. At a minimum, one (1) compation test shall be taken for every 150 square feet of surface area for each lift of ballast or crushed surfacing. Compaction of ballast and crushed surfacing shall be as specified in Section 4- 04.3(5). 249 Asphalt Paving Copies of the maximum Rice density test for each class of asphalt concrete pavement and copies of all test results shall be provided to the Inspector as construction progresses. Density tests shall be taken at a frequency sufficient to document that the required density has been achieved. At a minimum, one (1) compaction test shall be taken for every 150 square feet of surface area for each lift of asphalt concrete pavement. The Inspector may request additional tests be performed at the Contractor's expense, if test results do not meet the required subgrade densities. Compaction of asphalt concrete pavement shall be as specified in Section 5- 04.3(10)B of these City of Yakima Special Provisions. 1 -07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1 -07.1 Laws To Be Observed Section 1 -07.1 is supplemented with the following: (May 26, 1996) Prevention Of Environmental Pollution And Preservation Of Public Natural Resources The Contractor shall comply with the following environmental provisions which are made a part of the contract documents. A copy of the environmental provisions are available to the Contractor at the Project Engineer's office. If the Contractor's operations involve work outside the areas covered by the following environmental provisions, the Contractor shall advise the Engineer and request a list of all additional environmental provisions covering the area involved. A copy of all additional environmental provisions is also available to the Contractor at the Project Engineer's office. Refer to Section 1 -07.5 of the City of Yakima Special Provisions following these Special Provisions for the specific provisions that apply in addition to the provisions listed in the Standard Specifications and for which the Contractor is responsible. 1- 07.2(2) State Sales Tax - Rule 171 (APWA Only) This section shall apply to this project. 1 -07.5 FISH AND WILDLIFE AND ECOLOGY REGULATIONS 1- 07.5(1) GENERAL Add the following: _ The Contractor shall be liable for the payment of all fines and penalties resulting from failure to comply with the Federal, State, and local pollution control regulations. 1- 07.5(4) AIR QUALITY Supplement this section with the following: 95n A Project Dust Control Plan issued by the Yakima Regional Clean Air Authority is required for this project. The local air pollution authority is the Yakima Regional Clean Air Authority, (509) 574 -1410. 1 -07.6 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. Add: The Contractor shall have or obtain a valid City of Yakima business license for the duration of this project. 1 -07.11 Requirements For Non - discrimination Section 1 -07.11 is supplemented with the following: Equal Employment Opportunity Responsibilities (March 6, 2000) Requirement For Affirmative Action to Ensure Equal Employment Opportunity (Executive Order 11246) 1. The Contractor's attention is called to the Equal Opportunity Clause and the Standard Federal Equal Employment Opportunity Construction Contract Specifications set forth herein. 2. The goals and timetables for minority and female participation set by the Office of Federal Contract Compliance Programs, expressed in percentage terms for the Contractor's aggregate work force in each construction craft and in each trade on all construction work in the covered area, are as follows: Women - Statewide Timetable Goal Until further notice 6.9% Minorities - by Standard Metropolitan Statistical Area (SMSA) Spokane, WA: SMSA Counties: Spokane, WA 2.8 WA Spokane. Non -SMSA Counties 3.0 WA Adams; WA Asotin; WA Columbia; WA Ferry; WA Garfield; WA Lincoln, WA Pend Oreille; WA Stevens; WA Whitman. 251 Richland, WA SMSA Counties: Richland Kennewick, WA 5.4 WA Benton; WA Franklin. Non -SMSA Counties 3.6 WA Walla Walla. Yakima, WA: SMSA Counties: Yakima, WA 9.7 WA Yakima. Non -SMSA Counties 7.2 WA Chelan; WA Douglas; WA Grant; WA Kittitas; WA Okanogan. Seattle, WA: SMSA Counties: Seattle Everett, WA 7.2 WA King; WA Snohomish. Tacoma, WA 6.2 WA Pierce. Non -SMSA Counties 6.1 WA Clallam; WA Grays Harbor; WA Island; WA Jefferson; WA • Kitsap; WA Lewis; WA Mason; WA Pacific; WA San Juan; WA Skagit; WA Thurston; WA Whatcom. Portland, OR: SMSA Counties: Portland, OR -WA 4.5 WA Clark. Non -SMSA Counties 3.8 WA Cowlitz; WA Klickitat; WA Skamania; WA Wahkiakum. These goals are applicable to each nonexempt Contractor's total on -site construction workforce, regardless of whether or not part of that workforce is performing work on a Federal, or federally assisted project, contract, or subcontract until further notice. Compliance with these goals and time tables is enforced by the Office of Federal Contract compliance Programs. The Contractor's compliance with the Executive Order and the regulations in 41 CFR Part 60 -4 shall be based on its implementation of the Equal Opportunity Clause, specific affirmative action obligations required by the specifications set forth in 41 CFR 60- 4.3(a), and its efforts to meet the goals. The hours of minority and female employment and training must be substantially uniform throughout the length of the contract, in each construction craft and in each trade, and the Contractor shall make a good faith effort to employ minorities and women evenly on each of its projects. The transfer of minority or female employees or trainees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's goal shall be a violation of the contract, the Executive Order and the regulations in 41 CFR Part 60 -4. Compliance with the goals will be measured against the total work hours performed. 3. The Contractor shall provide written notification to the Engineer within 10 working days of award of any construction subcontract in excess of $10,000 or more that are Federally funded, at any tier for construction work under the 99 contract resulting from this solicitation. The notification shall list the name, address and telephone number of the subcontractor; employer identification number of the subcontractor; estimated dollar amount of the subcontract; estimated starting and completion dates of the subcontract; and the geographical area in which the contract is to be performed. 4. As used in this Notice, and in the contract resulting from this solicitation, the Covered Area is as designated herein. Standard Federal Equal Employment Opportunity Construction Contract Specifications (Executive Order 11246) 1. As used in these specifications: a. Covered Area means the geographical area described in the solicitation from which this contract resulted; b. Director means Director, Office of Federal Contract Compliance Programs, United States Department of Labor, or any person to whom the Director delegates authority; c. Employer Identification Number means the Federal Social Security number used on the Employer's Quarterly Federal Tax Return, U. S. Treasury Department Form 941; d. Minority includes: (1) Black, a person having origins in any of the Black Racial Groups of Africa. (2) Hispanic, a fluent Spanish speaking, Spanish surnamed person of Mexican, Puerto Rican, Cuban, Central American, South American, or other Spanish origin. (3) Asian or Pacific Islander, a person having origins in any of the original peoples of the Pacific rim or the Pacific Islands, the Hawaiian Islands and Samoa. (4) American Indian or Alaskan Native, a person having origins in any of the original peoples of North America, and who maintain cultural identification through tribal affiliation or community recognition. 2. Whenever the Contractor, or any Subcontractor at any tier, subcontracts a portion of the work involving any construction trade, it shall physically include in each subcontract in excess of $10,000 the provisions of these specifications and the Notice which contains the applicable goals for minority and female participation and which is set forth in the solicitations from which this contract resulted. 3. If the Contractor is participating (pursuant to 41 CFR 60 -4.5) in a Hometown Plan approved by the U.S. Department of Labor in the covered area either individually or through an association, its affirmative action obligations on all work in the Plan area (including goals and timetables) shall be in accordance with that Plan for those trades which have unions participating in the Plan. 253 Contractors must be able to demonstrate their participation in and compliance with the provisions of any such Hometown Plan. Each Contractor or Subcontractor participating in an approved Plan is individually required to comply with its obligations under the EEO clause, and to make a good faith effort to achieve each goal under the Plan in each trade in which it has employees. The overall good faith performance by other Contractors or Subcontractors toward a goal in an approved Plan does not excuse any covered Contractor's or Subcontractor's failure to take good faith effort to achieve the Plan goals and timetables. 4. The Contractor shall implement the specific affirmative action standards provided in paragraphs 7a through 7p of this Special Provision. The goals set forth in the solicitation from which this contract resulted are expressed as percentages of the total hours of employment and training of minority and female utilization the Contractor should reasonably be able to achieve in each construction trade in which it has employees in the covered area. Covered construction contractors performing construction work in geographical areas where they do not have a Federal or federally assisted construction contract shall apply the minority and female goals established for the geographical area where the work is being performed. The Contractor is expected to make substantially uniform progress in meeting its goals in each craft during the period specified. 5. Neither the provisions of any collective bargaining agreement, nor the failure by a union with whom the Contractor has a collective bargaining agreement, to refer either minorities or women shall excuse the Contractor's obligations under these specifications, Executive Order 11246, or the regulations promulgated pursuant thereto. 6. In order for the nonworking training hours of apprentices and trainees to be counted in meeting the goals, such apprentices and trainees must be employed by the Contractor during the training period, and the Contractor must have made a commitment to employ the apprentices and trainees at the completion of their training, subject to the availability of employment opportunities. Trainees must be trained pursuant to training programs approved by the U.S. Department of Labor. 7, The Contractor shall take specific affirmative actions to ensure equal employment opportunity. The evaluation of the Contractor's compliance with these specifications shall be based upon its effort to achieve maximum results from its action. The Contractor shall document these efforts fully, and shall implement affirmative action steps at least as extensive as the following: a. Ensure and maintain a working environment free of harassment, intimidation, and coercion at all sites, and in all facilities at which the Contractor's employees are assigned to work. The Contractor, where possible, will assign two or more women to each construction project. The Contractor shall specifically ensure that all foremen, superintendents, and other on -site supervisory personnel are aware of and carry out the Contractor's obligation to maintain such a working environment, with specific attention to minority or female individuals working at such sites or in such facilities. b. Establish and maintain a current list of minority and female recruitment sources, provide written notification to minority and female 254 recruitment sources and to community organizations when the Contractor or its unions have employment opportunities available, and maintain a record of the organizations' responses. c. Maintain a current file of the names, addresses and telephone numbers of each minority and female off - the - street applicant and minority or female referral from a union, a recruitment source or community organization and of what action was taken with respect to each such individual. If such individual was sent to the union hiring hall for referral and was not referred back to the Contractor by the union or, if referred, not employed by the Contractor, this shall be documented in the file with the reason therefor, along with whatever additional actions the Contractor may have taken. d. Provide immediate written notification to the Director when the union or unions with which the Contractor has a collective bargaining agreement has not referred to the Contractor a minority person or woman sent by the Contractor, or when the Contractor has other information that the union referral process has impeded the Contractor's efforts to meet its obligations. e. Develop on-the-job training opportunity and /or participate in training programs for the area which expressly include minorities and women, including upgrading programs and apprenticeship and trainee programs relevant to the Contractor's employment needs, especially those programs funded or approved by the U.S. Department of Labor. The Contractor shall provide notice of these programs to the sources compiled under 7b above. f. Disseminate the Contractor's EEO policy by providing notice of the policy to unions and training programs and requesting their cooperation in assisting the Contractor in meeting its EEO obligations; by including it in any policy manual and collective bargaining agreement; by publicizing it in the company newspaper, annual report, etc.; by specific review of the policy with all management personnel and with all minority and female employees at least once a year; and by posting the company EEO policy on bulletin boards accessible to all employees at each location where construction work is performed. g. Review, at least annually, the company's EEO policy and affirmative action obligations under these specifications with all employees having any responsibility for hiring, assignment, layoff, termination or other employment decisions including specific review of these items with on -site supervisory personnel such as Superintendents, General Foremen, etc., prior to the initiation of construction work at any job site. A written record shall be made and maintained identifying the time and place of these meetings, persons attending, subject matter discussed, and disposition of the subject matter. h. Disseminate the Contractor's EEO policy externally by including it in any advertising in the news media, specifically including minority and female news media, and providing written notification to and discussing the Contractor's EEO policy with other Contractors and Subcontractors with whom the Contractor does or anticipates doing business. 255 i. Direct its recruitment efforts, both oral and written to minority, female and community organizations, to schools with minority and female students and to minority and female recruitment and training organizations serving the Contractor's recruitment area and employment needs. Not later than one month prior to the date for the acceptance of applications for apprenticeship or other training by any recruitment source, the Contractor shall send written notification to organizations such as the above, describing the openings, screening procedures, and tests to be used in the selection process. j. Encourage present minority and female employees to recruit other minority persons and women and where reasonable, provide after school, summer and vacation employment to minority and female youth both on the site and in other areas of a Contractor's work force. k. Validate all tests and other selection requirements where there is an obligation to do so under 41 CFR Part 60 -3. I. Conduct, at least annually, an inventory and evaluation of all minority and female personnel for promotional opportunities and encourage these employees to seek or to prepare for, through appropriate training, etc., such opportunities. m. Ensure that seniority practices, job classifications, work assignments and other personnel practices, do not have a discriminatory effect by continually monitoring all personnel and employment related activities to ensure that the EEO policy and the Contractor's obligations under these specifications are being carried out. n. Ensure that all facilities and company activities are nonsegregated except that separate or single -user toilet and necessary changing facilities shall be provided to assure privacy between the sexes. o. Document and maintain a record of all solicitations of offers for subcontracts from minority and female construction contractors and suppliers, including circulation of solicitations to minority and female contractor associations and other business associations. p. Conduct a review, at least annually, of all supervisors' adherence to and performance under the Contractor's EEO policies and affirmative action obligations. 8. Contractors are encouraged to participate in voluntary associations which assist in fulfilling one or more of their affirmative action obligations (7a through 7p). The efforts of a contractor association, joint contractor - union, contractor - community, or other similar group of which the Contractor is a member and participant, may be asserted as fulfilling any one or more of the obligations under 7a through 7p of this Special Provision provided that the Contractor actively participates in the group, makes every effort to assure that the group has a positive impact on the employment of minorities and women in the industry, ensure that the concrete benefits of the program are reflected in the Contractor's minority and female work -force participation, makes a good faith effort to meet its individual goals and timetables, and can provide access to documentation which demonstrate the effectiveness of actions 256 taken on behalf of the Contractor. The obligation to comply, however, is the Contractor's and failure of such a group to fulfill an obligation shall not be a defense for the Contractor's noncompliance. 9. A single goal for minorities and a separate single goal for women have been established. The Contractor, however, is required to provide equal employment opportunity and to take affirmative action for all minority groups, both male and female, and all women, both minority and non - minority. Consequently, the Contractor may be in violation of the Executive Order if a particular group is employed in substantially disparate manner (for example, even though the Contractor has achieved its goals for women generally, the Contractor may be in violation of the Executive Order if a specific minority group of women is underutilized). 10. The Contractor shall not use the goals and timetables or affirmative action standards to discriminate against any person because of race, color, religion, sex, or national origin. 11. The Contractor shall not enter into any subcontract with any person or firm debarred from Government contracts pursuant to Executive Order 11246. 12. The Contractor shall carry out such sanctions and penalties for violation of these specifications and of the Equal Opportunity Clause, including suspensions, terminations and cancellations of existing subcontracts as may be imposed or ordered pursuant to Executive Order 11246, as amended, and its implementing regulations by the Office of Federal Contract Compliance Programs. Any Contractor who fails to carry out such sanctions and penalties shall be in violation of these specifications and Executive Order 11246, as amended. 13. The Contractor, in fulfilling its obligations under these specifications, shall implement specific affirmative action steps, at least as extensive as those standards prescribed in paragraph 7 of this Special Provision, so as to achieve maximum results from its efforts to ensure equal employment opportunity. If the Contractor fails to comply with the requirements of the Executive Order, the implementing regulations, or these specifications, the Director shall proceed in accordance with 41 CFR 60 -4.8. 14. The Contractor shall designate a responsible official to monitor all employment related activity to ensure that the company EEO policy is being carried out, to submit reports relating to the provisions hereof as may be required by the government and to keep records. Records shall at least include, for each employee, their name, address, telephone numbers, construction trade, union affiliation if any, employee identification number when assigned, social security number, race, sex, status (e.g., mechanic, apprentice, trainee, helper, or laborer), dates of changes in status, hours worked per week in the indicated trade, rate of pay, and locations at which the work was performed. Records shall be maintained in an easily understandable and retrievable form; however, to the degree that existing records satisfy this requirement, the Contractors will not be required to maintain separate records. 15. Nothing herein provided shall be construed as a limitation upon the application of other laws which establish different standards of compliance or upon the application of requirements for the hiring of local or other area 257 residents (e.g., those under the Public Works Employment Act of 1977 and the Community Development Block Grant Program). (August 6, 2001) Disadvantaged Business Enterprise (DBE) Participation The Disadvantaged Business Enterprise (DBE) requirements of 49 CFR part 26 apply to this contract. The requirements of this contract are to report what is accomplished to enable the Contracting Agency to track achievement. No preference will be included in the evaluation of bids /proposals, no minimum level of DBE participation shall be required as a condition for receiving an award and bids /proposals will not be rejected or considered non - responsive on that basis. DBE Goals No DBE goals have been assigned as a part of this contract. Affirmative Efforts to Increase DBE Participation Contractors are encouraged to: 1. Advertise opportunities for Subcontractors or suppliers in a manner reasonably designed to provide DBEs capable of performing the work with timely notice of such opportunities. Al! advertisements should include a provision encouraging participation by DBE firms and may be done through general advertisements (e.g., newspapers, journals, etc.) or by soliciting bids /proposals directly from DBEs. 2. Utilize the services of available minority community organizations, minority Contractor groups, local minority assistance offices and organizations that provide assistance in the recruitment and placement of DBEs and other small businesses. In addition, The Office of Minority and Women's Business Enterprises has three DBE Supportive Services Offices available to assist you as follows: Olympia: (360) 753 -9693, (Fax) (360) 586 -7079 Seattle: (206) 553 -7356, (Fax) (206) 553 -0194 Wenatchee: (509) 665 -3528, (Fax) (509) 665 -3533 3. Establish delivery schedules, where requirements of the contract allow, that encourage participation by DBEs and other small businesses. 4. Achieve DBE attainment through joint ventures. DBE Eligibility (for reporting purposes only) Definition of DBEs DBE status is designated by: The current list of firms accepted as certified by the Office of Minority and Women's Business Enterprises (OMWBE.) A list of firms accepted as certified by OMWBE is available from that office at (360) 704 -1180 or on line through their web site at (www.wsdot.wa.gov/omwbe/). 2l DBE Participation When a DBE participates in a contract, only the value of the work actually performed by the DBE will be counted. 1. Count the entire amount of the portion of the contract that is performed by the DBE's own forces. Include the cost of supplies and materials obtained by the DBE for the work of the contract. Include supplies purchased or equipment leased by the DBE. Exclude supplies and equipment the DBE Subcontractor purchases or leases from the Contractor or its affiliate. 2. Count the entire amount of fees or commissions charged by a DBE firm for providing a bona fide service, such as professional, technical, consultant, or managerial services, or for providing bonds or insurance, provided the fees are reasonable. 3. When a DBE subcontracts part of the work of its contract to another firm, the value of the subcontracted work shall be counted if the DBE's Subcontractor is also a DBE. The work that a DBE subcontracts to a non -DBE firm does not count as participation. DBE Prime Contractor A DBE prime Contractor shall only count the work performed with its own forces as well as the work performed by DBE Subcontractors and DBE suppliers. Joint Venture When a DBE performs as a participant in a joint venture, only count that portion of the total dollar value of the contract equal to the distinct, clearly defined portion of the work that the DBE performs with its own forces. Commercially Useful Function You may count expenditures to a DBE Contractor if the DBE is performing a commercially useful function on that contract. 1. A DBE performs a commercially useful function when it is responsible for execution of the work of the contract and is carrying out its responsibilities by actually performing, managing, and supervising the work involved. To perform a commercially useful function, the DBE must also be responsible, with respect to materials and supplies used on the contract, for negotiating price, determining quality and quantity, ordering the material, installing (if applicable) and paying for the material itself. 2. A DBE does not perform a commercially useful function if its role is limited to that of an extra participant in a transaction, contract, or project through which funds are passed in order to obtain the appearance of DBE participation. 3. A DBE does not perform a commercially useful function if it 259 fails to exercise responsibility with its own work force for at least 30 percent of the total cost of its contract. Trucking Use the following factors in determining whether a DBE trucking company is performing a commercially useful function: 1. The DBE must be responsible for the management and supervision of the entire trucking operation for which it is responsible for on a particular contract, and there cannot be a contrived arrangement for the purpose of meeting the DBE goals. 2. The DBE must itself own and operate at least one fully licensed, insured, and operational truck that is used on the contract. Z Credit towards project goals for DBE trucking firms o not J. v� cups LLFVVQI 4 p i JJcvi s +vi DBE iI UL,r I III a I I� VVI II. do I Ivi own at least one truck, will be granted only for the fees the DBE firm retains for providing the hauling service. 4. In order for DBE project goals to be credited, DBE trucking firms must be covered by a subcontract or a written agreement approved by WSDOT prior to performing their portion of the work. 5. DBE trucking firms are required to perform at least fifty percent (50 %) of the work with his /her own trucks and personnel. 6. DBE trucking firms may utilize owner /operator trucks. The number of owner /operator trucks may not exceed any limitations on subletting or reassigning the work specified. All owner /operators must appear on the DBE Contractor's or DBE Subcontractor's payroll designated as owner /operator. The hours worked or wages paid may be reflected either on the payroll or on the record of payments to each owner /operator. 7. DBE trucking firms may lease or rent trucks from other sources, except from prime Contractors to whom they are Contractors, provided: a) A written valid lease /rental agreement on all trucks leased or rented is submitted to the project manager - prior to the beginning of work; and b) Only the vehicle (not the operator) is leased or rented. c) The agreement must include the lessors name, trucks to be leased, and agreed upon amount or method of payment (hour, ton or load hauled). d) All lease agreements shall be long -term agreements, not project -by- project. The DBE is limited to leasing or renting two (2) additional trucks for 260 each truck owned by the DBE trucking firm. Expenditures with DBEs Expenditures with DBEs for materials or supplies shall be counted as provided in the following: Manufacturer If the materials or supplies are obtained from a DBE manufacturer, count 100 percent of the cost of the materials or supplies. Regular Dealer 1. Counting If the materials or supplies are purchased from a DBE regular dealer, count 60 percent of the cost of the materials or supplies. 2. Definition a) To be a regular dealer, the firm must be an established, regular business that engages, as its principal business and under its own name, in the purchase and sale or lease of the products in question. b) A person may be a regular dealer in such bulk items as petroleum products, steel, cement, gravel, stone, or asphalt without owning, operating, or maintaining a place of business, as provided elsewhere in this specification, if the person both owns and operates distribution equipment for the products. Any supplementing of regular dealers' own distribution equipment shall be by a Tong -term lease agreement and not on an ad hoc or contract -by- contract basis. c) Packagers, brokers, manufacturers' representatives, or other persons who arrange or expedite transactions are not regular dealers. Purchased from a DBE With respect to materials or supplies purchased from a DBE who is neither a manufacturer nor a regular dealer, count the entire amount of fees or commissions charged for assistance in the procurement of the materials and supplies, or fees or transportation charges for the delivery of materials or supplies required on a job site, provided the fees are reasonable and typical for the services rendered. No part of the cost of the materials and supplies themselves shall be counted. Procedures Between Award and Execution After award and prior to execution of the contract, the Contractor shall provide the names and addresses of all firms that submitted a bid or quote to the Contractor as part of bidding this contract and note which of those firms were successful and will participate in the contract. These firms may be contacted to solicit general information as follows: 1. age of the firm 261 2. average of its gross annual receipts This information is necessary to maintain a bidder's list in compliance with the requirements of the 49 CFR, Part 26. Simply stated: who is soliciting the work and what is their capacity? The Contracting Agency will use this information to accurately determine • an overall goal based on the percentage of DBEs who are ready, willing and able to perform the work. Reporting The Contractor shall submit a "Quarterly Report of Amounts Credited as DBE Participation" on a quarterly basis for every quarter in which the contract is active (work is accomplished) or upon completion of the project, as appropriate. The quarterly reports are due on the 20th of April, July, October, and January for the four respective quarters. The dollars reported will be in accordance with "DBE r�•- •�-•�•i--r� section of specification. « DBE Eligibility section of this specification. Payment Payment for complying with the conditions of this specification and any associated DBE requirements is the Contractor's responsibility. Those costs shall be incidental to the respective bid items. Further Information If further information is desired concerning Disadvantaged Business Enterprise participation, inquiry may be directed to: External Civil Rights Branch Office of Equal Opportunity Washington State Department of Transportation Transportation Bldg., P.O. Box 47314 Olympia, WA 98504 -7314 or telephone - (360) 705 -7085. Fax (360) 705 -6801 1- 07.11(10)B REQUIRED RECORDS AND RETENTION Revise the first sentence of the first paragraph as follows: Replace "State Department of Transportation" with "the Contracting Agency ". The third paragraph is revised to read as follows: The Contractor and all subcontractors on this project shall submit WSDOT Form 820 -010 to the City Construction Supervisor by the Fifth of the month during the term of the Contract. 1 -07.17 Utilities and Similar Facilities (February 5, 2001) Section 1 -07.17 is supplemented with 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. 262 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 following addresses and telephone numbers of utility companies known or suspected of having facilities within the project limits are supplied for the Contractor's convenience: Qwest 8 S. 2nd Avenue, Room 304 Yakima, Washington 98902 509 - 575 -7183 Charter Communications 1005 N 16th Avenue Yakima, Washington 98902 509 - 575 -1697/ 1- 866 - 731 -5420. City of Yakima Water Division 2301 Fruitvale Blvd. Yakima, Washington 98902 509 - 575 -6154 City of Yakima Wastewater Division 2220 E. Viola, Yakima, Washington 98901 509 - 575 -6077 Cascade Natural Gas Corporation 401 N 1st Street, Yakima, Washington 98901 509 -457 -5905 Pacific Power 1101 N. 16th Ave., Yakima, Washington 98902 509 - 575 -3146 The Contractor shall notify the Upper Yakima Valley Utilities Coordinating Council -Area 5, telephone number 1- 800 - 553 -4344, at least 48 hours prior to start of excavation so that underground utilities may be marked. It shall be the Contractor's responsibility to investigate the presence and location of all utilities prior to bid opening and to assess their impacts on his construction activities. Utilities, new or old, may be renewed, relocated, or adjusted for the proposed construction. The Contractor shall, prior to beginning any work, meet with all utility organizations (public and private) in the field to familiarize himself with existing utility locations, along with familiarizing himself with plans and schedules for the installation of new, relocated, or adjusted utilities. Both public and private utility organizations, along with private contractors working for these organizations, may be doing utility installations within the area. The proposed construction work must be coordinated with these utility installations. The Contractor shall arrange with the owners and operators of the respective utility systems to mark the locations and, if necessary or prudent, to expose the existing utilities prior to construction of the facilities contained in this Contract. The Contractor shall coordinate his work with other contractors who may be working in the project area and cooperate with them. 1 -07.18 Public Liability and Property Damage Insurance (APWA only) General Requirements The seventh paragraph is revised as follows: Change "45 days" to "20 days" Revise the eighth paragraph by adding the following to the end of the first - sentence: ", the City of Yakima, its employees, agents, and elected or appointed officials ". 263 Revise the tenth paragraph to read as follows:: The Contractor shall forward to the City the additional insured endorsement as requested in the Evidence of Insurance Section. Coverages and Limits (APWA only) The section is revised to read: All coverages combined single limit shall be $1,000,000 per occurrence. The commercial general liability policy will contain a "per Job Aggregate" Endorsement. If this endorsement is not provided, an additional $2,000,000 umbrella limit will be required over and above the $1,000,000 underlying. A commercial general liability deductible of $5,000 or Tess is acceptable. The contractor will be responsible for the payment of that deductible for any losses which occur. Higher retention or deductible limits may be acceptable on prior approval by the City. Providing coverage in these stated amounts shall not be construed to relieve the Contractor from liability in excess of such limits. Evidence of Insurance (APWA only) The section is revised to read: The Contractor shall provide evidence of insurance by the following method: A completed ACORD form #25 (or equivalent) shall be submitted which conforms to the following requirements: 1. The ACORD form shall be accompanied by a completed Endorsement naming the City of Yakima, its agents, employees, and elected or appointed officials as an additional insured and containing the insured's name and policy number, and shall be signed by a duly authorized agent. 2. The wording in the CANCELLATION section "endeavor to" and "but failure to mail such notice shall impose no obligation or liability of any kind upon the company, its agents or representatives" shall be crossed out and initialed by the agent/broker and shall provide for a cancellation notice of at least 20 days, to the City of Yakima. 3. Add the following text in the section entitled DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES / EXCLUSIONS ALLOWED BY ENDORSEMENT / SPECIAL PROVISIONS. The City of Yakima, its agents employees, and elected or appointed officials are additional insured's for Intersection Signal Revision, S. 40 Ave. & Nob Hill Blvd., City Project No. 2050. 4. Contain the appropriate amount and types of coverage's that are specified by the Contract. 264 1 -07.23 Public Convenience And Safety 1- 07.23(1) Construction Under Traffic Section 1- 07.23(1) is supplemented with the following: (March 13, 1995) The construction safety zone for this project is 10 -feet from the outside edge of the traveled way. During nonworking hours equipment or materials shall not be within the safety zone unless it is protected by permanent guard rail or temporary concrete barrier. The use of temporary concrete barrier shall be permitted only if the Engineer approves the installation and location. 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. Deviation from the above requirements shall not occur unless the Contractor has requested the deviation in writing and the Engineer has provided written approval. 1 -08 PROSECUTION AND PROGRESS 1 -08.3 PROGRESS SCHEDULE Revise the first paragraph to read: The Contractor shall prepare and submit to the City a Construction Progress and Completion Schedule using the Bar Graph or Critical Path Method. Items in the Schedule shall be arranged in the order and sequence in which they will be performed. The Schedule shall conform to the working time and time of completion established under the terms of the Contract and shall be subject to modification by the City. The Schedule shall be drawn to a time scale, shown along the base of the diagram, using an appropriate measurement per day with weekends and holidays indicated. The Construction Progress Schedule shall be continuously updated and, if necessary, redrawn upon the first working day of each month or upon issuance of any Change Order which substantially affects the scheduling. Copies (2 prints or 1 reproducible) of newly updated Schedules shall be forwarded to the City, as directed, immediately upon preparation. Supplemented this section with the following: The Contractor shall submit a weekly activity schedule to the City Construction Engineer before 9:00 a.m. on the Friday prior to the week indicated on the schedule. If the Contractor proceeds with work not indicated on his weekly activity schedule, or in a sequence differing from that which he has shown on his schedule, the City may order the Contractor to delay unscheduled activities until they are included on a subsequent weekly activity schedule. 265 1 -08.5 TIME FOR COMPLETION (APWA ONLY) Supplement this section with the following: This project shall be physically completed within thirty (30) working days beginning the day after the date of the NOTICE TO PROCEED. 1- 08.10(1) TERMINATION FOR DEFAULT Revise this section as follows: In the last sentence of the fifth paragraph, replace "State of Washington, Department of Transportation" with "Contracting Agency." 1 -09 MEASI IREMENT AND PAYMENT 1- 09.13(3)A ADMINISTRATION OF ARBITRATION Revise the first sentence of the third paragraph as follows: Change the phrase "Superior Court of Thurston County" to "Superior Court of the county in which the Contracting Agency is located ". 1 -10 TEMPORARY TRAFFIC CONTROL 1- 10.2(1) General (April 7, 2003) Section 1- 10.2(1) is supplemented with the following: The Traffic Control Manager and 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 1- 10.2(1)B TRAFFIC CONTROL SUPERVISOR Revise the first sentence to read: A TCS shall be on the project whenever traffic control devices and /or fiaggers are required to fulfill the requirements of the Contractor's approved Traffic Control Plan or as authorized by the Engineer. 9RR 1- 10.2(2) TRAFFIC CONTROL PLANS Supplement this section with the following: The traffic control plan or plans included with the contract plans are for informational purposes only. The Contractor shall be responsible for the preparation of the specific traffic control plan or plans for this project. The signing plan within the traffic control plan or plans prepared by the Contractor shall provide for adequate warning within the limits of the project and on all streets, alleys, and driveways entering the project so that approaching traffic may turn left or right onto existing undisturbed streets before reaching the project. 1 -10.3 FLAGGING, SIGNS, AND ALL OTHER TRAFFIC CONTROL DEVICES 1- 10.3(1) TRAFFIC CONTROL LABOR Revise the first sentence of the third paragraph with the following: Delete the phrase "Traffic Control Labor" and replace it with "Maintenance and Protection of Traffic ". Revise the fourth paragraph as follows: Delete the first sentence. Delete the phrase "Traffic Control Labor" in the second sentence and replace it with "Maintenance and Protection of Traffic ". 1- 10.3(3) CONSTRUCTION SIGNS The first paragraph is revised as follows: The first sentence is revised to read: All signs required by the approved traffic control plan(s) as well as any other appropriate signs prescribed by the Engineer shall be furnished by the Contractor. Delete the last two sentences. The third paragraph is revised as follows: Delete item 2. 267 Revise item 3 to read: 3. Furnishing, initial installation and subsequent removal of both Class A and B construction signs; and 1 -10.4 MEASUREMENT Delete the second paragraph and replace with the following: "Maintenance and Protection of Traffic" shall cover preparation of the traffic control plan or plans, all traffic control labor as set forth in Section 1- 10.3(1), except the labor for Traffic Control Supervisor, and furnishing all temporary traffic control devices as set forth in Section 1- 10.3(5) as required by the approved Traffic Control Plan. 1 -10.5 Payment (APWA Only) Add the following pay item: "Maintenance and Protection of Traffic," per Lump Sum The lump sum contract price shall be full compensation for furnishing and maintaining flaggers, preparing, modifying or adapting the Traffic Control Plan, furnishing, maintaining, moving and removing temporary traffic control signs and devises, traffic control vehicle, pilot car, and other traffic control measures required by the Approved Traffic Control Plan. No further payment will be made. 268 DIVISION 8 MISCELLANEOUS CONSTRUCTION 8 -20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND ELECTRICAL 8 -20.1 General Supplement this section as follows: This work shall consist of furnishing and installing all materials and equipment to provide video detection, LED pedestrian signals, new vehicle signals and pushbuttons as modifications to an existing signal system. This work shall include installing a video control unit into the controller cabinet and changing the signal field wiring in the cabinet to provide a split north -south operation. 8 -20.3 Construction Reqirements 8- 20.3(14) Signal Systems 8- 20.3(14) A Signal Controllers Revise this section to read: The existing traffic controller cabinet shall remain in place and shall be modified in the field. The contractor shall install a video detection control unit in the cabinet and set up the detection zones. The field wiring shall be changed to provide a split northbound and southbound operation. The northbound shall be phase 1, southbound shall be phase 2. The east/ west phases shall remain unchanged. The Video Controller shall conform to Section 9 -29.18 of these Special Provisions. 8- 20.3(14) B Signal Heads Revise this section as follows: Replace all vehicle signal heads. The southbound inside through lane signal shall be a four- section signal with a red ball, yellow ball, green left arrow, and green ball. All signals shall be installed with vertical Type N mounting on the existing tenons. The bottom of the signals shall have 16 feet of clearance from the roadway and shall be level across the intersection. The replacement of the signal heads and rewiring of the controller cabinet will require the traffic signal to be turned off. The contractor shall provide traffic control while the signal is off. The traffic signal shall be back in operation by 1600 hours each day. 8- 20,3(14) C Induction Loop Vehicle Detectors Revise this section to read: An induction loop system shall not be used on this project. Video detection shall be installed for this intersection. The Video detection system shall be installed as follows and shall conform to Section 9 -29.18 of these Special Provisions. Install cameras as indicated on the plans. Position the cameras in line with the opposite left turn lane dividing line between the through and left turn lanes. The cameras shall be mounted above the mast arms using a clamp and extension assembly for proper field of view. 269 8 -21 PERMANENT SIGNING 8 -21.1 Description Supplement this section with the following: This work shall consist of relocating an existing illuminated street name sign as shown on the plans, and installing three lane use signs at the locations shown on the plans. 8- 21.3(1) Location of signs. Supplement this section as follows: The three lane use signs and banding hardware shall be furnished by the City of Yakima sign shop. The Contractor shall install the signs on the mast arm as shown on the plans. Exact placement to be determined by the Engineer. 8- 21.3(5) Sign Relocation Supplement this section with the following: Remove the lighted street name sign 'W Nob Hill Blvd" located on the SW corner of the intersection, and reinstall on the mast arm in the NE corner. Make necessary electrical connections. 8 -21.4 Measurement Supplement this section with the following: The City of Yakima will furnish the three lane use signs and mounting materials. The Contractor installation of the lane use signs shall include all labor, tools, equipment and other items necessary, but not furnished with the signs, to complete the installation. The three lane use signs shall be included with the payment item, "Permanent Signing ", lump sum. The relocation of the lighted street name sign together with the rewiring shall be included in a new payment item, "Remove and Relocate Lighted Sign ", lump sum. The new payment item shall include all labor, tools, equipment, materials furnished by the Contractor, and other items necessary to complete the sign relocation. 8 -21.5 Payment Add the following payment item: "Remove and Relocate Lighted Sign ", lump sum. 270 8 -30 REPAIR OR REPLACEMENT (New Section) 8 -30.1 Description The work shall consist of repair of any incidental damages to landscaping, fencing, private irrigation, top soil, turf or other miscellaneous items, and the sidewalk repair, for this project, within or adjacent to the project area. This includes complete replacement of items that are beyond repair as determined by the Engineer. 8 -30.5 Payment Payment will be made for the following bid items: "Repair or Replacement ", by force account. For the purpose of providing a common proposal for all bidders, and for that purpose only, the City has estimated the force account for "Repair or Replacement ", and has arbitrarily entered the amount for the pay item in the proposal to become a part of the total bid by the Contractor. 271 DIVISION 9 MATERIALS 9 -29 ILLUMINATION, SIGNALS, ELECTRICAL 9 -29.1 Conduit Supplement this section with the following: Conduit shall be Schedule 40 Polyvinyl Chloride (PVC) conforming to all NEC requirements regarding electrical grade gray color PVC conduits. Rigid elbows are not required for entering the junction box. 9 -29.3 CONDUCTORS, CABLE Supplement this section as follows: The three - conductor cable for video camera power may be three individual conductors, #12, THWN, Stranded copper, 600v, with Black, White, and Green colored insulation. The video coax cable shall be Beldon 8281 9-29.16 Vehicular Signal Heads Supplement this section as follows: The vehicle signal heads for the through lanes (except the southbound inside lane) shall be aluminum three - section with 12 inch red, 8 inch yellow and 8 inch green lenses. The southbound inside lane signal shall have 12 -inch red, yellow, green left arrow, and green lenses. The left turn vehicle signals shall be aluminum, three - section 12 inch, red, yellow and green arrow lenses. All signals shall have tunnel visors. All 12 inch red displays shall be LED modules. 9- 29.16(2)D Back Plates Revise this section to read: Five inch aluminum, louvered back plates shall be installed on all signals. 9 -29.18 Vehicle Detector Revise this section to read: Video Detection to be provided must be an Iteris Vantage or a Peek VideoTrak -905 and be compatible with TS1 type controllers. The vehicle detection system shall consist of two main components; the video tracking and processing unit and the CCD video cameras. In addition to the main components, the system shall be supplied complete with camera mounting brackets, sunshields, coax/power cables, and a camera interface panel. The coax/ power cable shall be long enough to reach from the camera to the splice point at the pole base. The contractor shall supply the coax and power cables from the controller cabinet to the splice point at the pole base or terminal compartment. The Video Tracking and Processing Unit shall have the following features: The unit shall contain modules capable of accommodating at least 1 -4 cameras. The unit shall be able to process up to 96 zones of detection. The unit shall offer - up to at least 32 vehicle detection /incident detection ground -true outputs. The CCD Cameras shall have the following features: They shall be monochrome, medium resolution CCD cameras with power zoom. They shall be encased in a NEMA 4R rated housing with an MS connector. 272 9 -29.19 Pedestrian Push Buttons Supplement this section with the following: The pedestrian push button assemblies and signs shall be PPB3A with 5 X 7 signs with a walking man and arrows as required. 9 -29.20 Pedestrian Signal Supplement the section with the following: Pedestrian signal modules shall be the LED type with the Hand /Person display symbols filled in. The LED display module shall fit into a 16x17 inch housing. The symbols shall be side by side. The surface of the lens shall have a textured surface to reduce glare. Do not supply egg crate visors. GELCOR Model PS7CFCI -01A or approved equal. Relocated signals shall be mounted as shown on the Standard Plans, Plan J -6f, Type E, side mount. Where existing housings are to be reused for LED modules, remove existing display assemblies and electrical parts and install the replacement display modules. 273 274 CONTRACT 114 THIS AGREEMENT, made and entered into in triplicate, this t t day of S P1 , 2003, by and between the City of Yakima, hereinafter called the Owner, and Knobel Electric, Inc. a Washington Corporation, hereinafter called the Contractor. WITNESSETH: That in consideration of the terms and conditions contained herein and attached and made a part of this agreement, the parties hereto covenant and agree as follows: I. The Contractor shall do all work and furnish all tools, materials, labor and equipment for THE BID AMOUNT OF: $ 63,777.00, for INTERSECTION SIGNAL REVISION — South 40th Avenue and Nob Hill Blvd., Project No. 2050, all in accordance with, and as described in the attached plans and specifications and the 2002 Standard Specifications for Road, Bridge, and Municipal Construction which are by this reference incorporated herein and made a part hereof, and shall perform any alterations in or additions to the work provided under this contract and every part thereof. Work shall start within ten (10) days after the Notice to Proceed and shall be completed in thirty (30) working days. The first chargeable working day shall be the 11th working day after the date on which the City issues the Notice to Proceed. If said work is not completed within the time specified, the Contractor agrees to pay to the Owner the sum specified in the Standard Specifications for each and every day said work remains uncompleted after expiration of the specified time, as liquidated damages. The Contractors 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 and every part thereof, except such as are mentioned in the specifications to be furnished by the City of Yakima. II. The City of Yakima hereby promises and agrees with the Contractor to employ, and does employ the Contractor to provide the materials and to do and cause to be done the above described work and to complete and finish the same according to the attached plans and specifications and the terms and conditions herein contained and hereby contracts to pay for the same according to the attached specifications and the schedule of unit or itemized prices hereto attached, at the time and in the manner and upon the conditions provided for in this contract. III. The Contractor for himself, and for his heirs, executors, administrators, successors, and assigns, does hereby agree to the full performance of all the covenants herein contained upon the part of the Contractor. IV. It is further provided that no liability shall attach to the City of Yakima by reason of entering into this contract, except as expressly provided herein. IN WITNESS WHEREOF the parties hereto have caused this agreement to be executed the day and year first herein above written. Countersigned: CITY OF YAKIMA CONTRACTOR this 11 day of 2003. L & t._ 4 � , a G /A/C. Contractor By City Man.: =r Attest: �, %v r / 0 e (Print Name) City Clerk ,se Os ?s, f) r esident , a b� ��' Address: U ( / �. Ye-e lc" �✓� 5 tZ col 275 • 276 PERFORMANCE BOND BOND TO CITY OF YAKIMA BOND #929294666 KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned, KNOBEL'S ELECTRIC, INC. a WASHINGTON Corporation as Principal and AMERICAN CASUALTY CO. OF READINg, PA corporation organized and existing under the laws of the State of PENNSYLVANIA 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 finely bound to the CITY OF YAKIMA in the penal sum of $ 63 , 7 7 7.00 for the payment of which sum on demand we bind ourselves and our successors, heirs, administrators or personal representatives, as the case may be. This obligation is entered into in pursuance of the statutes of the State of Washington, the Ordinances of the CITY OF YAKIMA. DATED at Yakima, Washington, this 11 day of SEPTEMBER , 2003. Never - the -less, the conditions of the above obligations are such that: WHEREAS, pursuant to action taken by the Yakima City Council on , 2003, the City Manager and City Clerk of the CITY OF YAKIMA has let or is about to let to the said KNOBEL S ELECTRIC, INC. . the above bounded Principal, a certain contract, the said contract being numbered 2050 , and providing for SIGNAL REV . 40TH & . NOB HIL _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 KNOBEL' S ELECTRIC , 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, sub - contractors and material men, and all persons who shall supply said principal or sub - contractors with provisions and supplies for the carrying on of said work, and shall hold said CITY OF YAKIMA, its employees, agents, and elected or appointed officials, harmless from any damage occasioned to any person or property by reason of any carelessness or negligence on the part of said principal, or any sub - contractor in the performance of said work and shall indemnify and hold the CITY OF YAKIMA, its employees, agents, and elected or appointed officials, 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 YAKIMA, then and in that event this obligation shall be void; but otherwise it shat! be and remain in full force and effect KNOBEL'S ELECTRIC, INC. (Contractor) (Print Name) Approv as to f : Its: pa., d (President, Owner, etc...) City Attomey) AMERICAN CASUALTY CO. OF READING, PA (Sur- By: L 4 TAMMY R MC E. ATTORNEY — IN — FACT (Print Name) Its: POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN -FACT Know All Men By These Presents, That Continental Casualty Company, an Illinois corporation, National Fire Insurance Company of Hartford, a Connecticut corporation, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania corporation (herein called "the CNA Companies "), are duly organized and existing corporations having their principal offices in the City of Chicago, and State of Illinois, and that they do by virtue of the signatures and seals herein affixed hereby make, constitute and appoint Don W Emerick Jr, Jana B Perkins, Shelley A Burnham, Tammy R Mc Kee, Traci L Sullivan, Individually • of Yakima, WA, their true and lawful Attorney(s) -in -Fact with full power and authority hereby conferred to sign, seal and execute for and on their behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - and to bind them thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of their corporations and all the acts of said Attorney, pursuant to the authority hereby given is hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By -Law and Resolutions, printed on the reverse hereof, duly adopted, as indicated, by the Boards of Directors of the corporations. In Witness Whereof, the CNA Companies have caused these presents to be signed by their Vice President and their corporate seals to be hereto affixed on this 19th day of August, 2003. GASUA4 O PAW oa Continental Casualty Company [���P �, k`Q' +NSUA4 c National Fire Insurance Company of Hart ford ? c 0HPORAT E 0� ; ; g American Casualty Company of Reading, Pennsylvania 2 I ° $ r� a 0 SEAL `c a y < y t 897 Ac NAR! • Michael Gengler Se 4 r Vice President State of Illinois, County of Cook, ss: On this 19th day of August, 2003, before me personally came Michael Gengler to me known, who, being by me duly sworn, did depose and say: that he resides in the City of Chicago, State of Illinois; that he is a Senior Vice President of Continental Casualty Company, an Illinois corporation, National Fire Insurance Company of Hartford, a Connecticut corporation, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania corporation described in and which executed the above instrument; that he knows the seals of said corporations; that the seals affixed to the said . instrument are such corporate seals; that they were so affixed pursuant to authority given by the Boards of Directors of said corporations and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporations. OFFICIAL SEAL ELIZA PRICE 6 k<) NOTARY PUBLSTATE OF ILLINOIS MY COMMISSION EXPIRES: 09117!08 My Commission Expires September 17, 2006 Eliza Price Notary Public CERTIFICATE I, Mary A. Ribikawskis, Assistant Secretary of Continental Casualty Company, an Illinois corporation, National Fire Insurance Company of Hartford, a Connecticut corporation, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania corporation do hereby certify that the Power of Attorney herein above set forth is still in force, and further certify that the By -Law and Resolution of the Board of Directors of the corporations printe oithe reverse here� i ill 'n force. ,In testimony wher o I.have hereunto subscribed my name and affixed the seal of the said corporations this day of 1'/l %`('l\ �GASUg4T � o�P Continental Casualty Company �.� � �Q� c� ." X90, National Fire Insurance Company of Hartford G osPORATE O a s ` �APOR AtF A American Casualty Company of Reading, Pennsylvania r. K .,...., 0 L) SEAL Y Ju i 90i �' 4' .5• 40,744,,,,,Z.:, s Alt t 897 HAR116 b • `^ Mary A. ika kis Assistant Secretary Form F6853 Authorizing By -Laws and Resolutions ADOPTED BY THE BOARD OF DIRECTORS OF CONTINENTAL CASUALTY COMPANY: This Power of Attorney is made and executed pursuant to and by authority of the following By -Law duly adopted by the Board of Directors of the Company. "Article IX Execution of Documents Section 3. Appointment of Attorney -in -fact. The Chairman of the Board of Directors, the President or any Executive, Senior or Group Vice President may, from time to time, appoint by written certificates attorneys -in -fact to act in behalf of the Company in the execution of policies of insurance, bonds, undertakings and other obligatory instruments of like nature. Such attorneys -in -fact, subject to the limitations set forth in their respective certificates of authority, shall have full power to bind the Company by their signature and execution of any such instruments and to attach the seal of the Company thererto. The Chairman of the Board of Directors, the President or any Executive, Senior or Group Vice President or the Board of Directors, may, at any time, revoke all power and authority previously given to any attorney -in- fact." This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company at a meeting duly called and held on the 17 day of February, 1993. "Resolved, that the signature of the President or any Executive, Senior or Group Vice President and the seal of the Company may be affixed by facsimile on any power of attorney granted pursuant to Section 3 of Article IX of the By -Laws, and the signature of the Secretary or an Assistant seal of the Company may be affixed by facsimile any certificate any h power any power certificate bearing h Secretary and the Seal vi the %Ghi arf" hia uc auixcu u iacSiniiic to an Ccrtiiica�e of an such Gwer and an` v''wcr yr icrtiiica�c �2ariii such facsimile signature and seal shall be valid and binding on the Company. Any such power so executed and sealed and certified by certificate so executed and sealed shall, with respect to any bond or undertaking to which it is attached, continue to be valid and binding on the Company." • ADOPTED BY THE BOARD OF DIRECTORS OF AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA: This Power of Attorney is made and executed pursuant to and by authority of the following By -Law duly adopted by the Board of Directors of the Company. "Article VI Execution of Obligations and Appointment of Attorney - In - Fact Section 2. Appointment of Attorney -in -fact. The Chairman of the Board of Directors, the President or any Executive, Senior or Group Vice President may, from time to time, appoint by written certificates attorneys -in -fact to act in behalf of the Company in the execution of policies of insurance, bonds, undertakings and other obligatory instruments of like nature. Such attorneys -in -fact, subject to the limitations set forth in their respective certificates of authority, shall have full power to bind the Company by their signature and execution of any such instruments and to attach the seal of the Company thereto. The President or any Executive, Senior or Group Vice President may at any time revoke all power and authority previously given to any attorney -in- fact." This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company at a meeting duly called and held on the 17 day of February, 1993. "Resolved, that the signature of the President or any Executive, Senior or Group Vice President and the seal of the Company may be affixed by facsimile on any power of attorney granted pursuant to Section 2 of Article VI of the By -Laws, and the signature of the Secretary or an Assistant Secretary and the seal of the Company may be affixed by facsimile to any certificate of any such power and any power or certificate bearing such facsimile signature and seal shall be valid and binding on the Company. Any such power so executed and sealed and certified by certificate so executed and sealed shall, with respect to any bond or undertaking to which it is attached, continue to be valid and binding on the Company." ADOPTED BY THE BOARD OF DIRECTORS OF NATIONAL FIRE INSURANCE COMPANY OF HARTFORD: This Power of Attorney is made and executed pursuant to and by authority of the following Resolution duly adopted on February 17, 1993 by the Board of Directors of the Company. "RESOLVED: That the President, an Executive Vice President, or any Senior or Group Vice President of the Corporation may, from time to time, appoint, by written certificates, Attorneys -in -Fact to act in behalf of the Corporation in the execution of policies of insurance, bonds, undertakings and other obligatory instruments of like nature. Such Attorney -in -Fact, subject to the limitations set forth in their respective certificates of authority, shall have full power to bind the Corporation by their signature and execution of any such instrument and to attach the seal of the Corporation thereto. The President, an Executive Vice President, any Senior or Group Vice President or the Board of Directors may at any time revoke all power and authority previously given to any Attorney -in- Fact." This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company at a meeting duly called and held on the 17` day of February, 1993. "RESOLVED: That the signature of the President, an Executive Vice President or any Senior or Group Vice President and the seal of the Corporation may be affixed by facsimile on any power of attorney granted pursuant to the Resolution adopted by this Board of Directors on February 17, 1993 and the signature of a Secretary or an Assistant Secretary and the seal of the Corporation may be affixed by facsimile to any certificate of any such power, and any power or certificate bearing such facsimile signature and seal shall be valid and binding on the Corporation. Any such power so executed and sealed and certified by certificate so executed and sealed, shall with respect to any bond or undertaking to which it is attached, continue to be valid and binding on the Corporation." I DATE CQRQ CERTIFICATE OF LIABILITY INSURANCE 09/10/2003 . 'RCOUCER (509)965 -2090 FAX (509)966 -3454 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION I Conover Insurance, Inc. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 125 N. 50th Ave. HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. P.O. Box 10088 I Yakima, WA 98909 -1088 INSURERS AFFORDING COVERAGE NAIC # INSURED Knobel ' s Electric Inc . INSURER A: Continental Western Insurance Co 801 Tennant Lane INSURER B: Yakima, WA 98901 INSURERC: I INSURER D: INSURER E: OVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDINI 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. WSR ADD'L POLICY EFFECTIVE POLICY EXPIRATION LTR INSRC TYPE OF INSURANCE POLICY NUMBER DATE (MM /DD/YY) DATE (MM /OD/YY) LIMITS GENERAL LIABILITY CWP2396809 01/01/2003 01/01/2004 EACH OCCURRENCE $ 1,000,000 X COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED $ 100,000 PRFMISFS (Fa ncnurannA) CLAIMS MADE I X I OCCUR MED EXP (Any one person) $ 5,000 I A X Stop Gap Li ab . PERSONAL & ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP /OP AGG $ 2,000,000 I POLICY n E I I LOC AUTOMOBILE LIABILITY CWP2396809 01 /0 2003 01/01/2004 COMBINED SINGLE LIMIT X ANY AUTO (Ea accident) $ { 1,000,000 I _ ALL OWNED AUTOS `� BODILY INJURY Pa SCHEDULED AUTOS 2 (Per person) $ A HIRED AUTOS r' BODILY INJURY $ NON -OWNED AUTOS .1 / (Per accident) PROPERTY DAMAGE (Per accident) $ GARAGE LIABILITY ` �" AUTO ONLY - EA ACCIDENT $ ANY AUTO ./ OTHER THAN EA ACC $ V AUTO ONLY: AGG $ EXCESS /UMBRELLA LIABILITY ... CWP2396809 01/01/2003 01/01/2004 EACH OCCURRENCE $ I 7 OCCUR I CLAIMS MADE AGGREGATE $ 5,000,000 A $ DEDUCTIBLE $ X RETENTION $ 10,000 $ I WORKERS COMPENSATION AND WC STATU- OTH- TORY 1 IMITS I I FR EMPLOYERS' LIABILITY STATUTORY E.L. EACH ACCIDENT $ ANY PROPRIETOR /PARTNER /EXECUTIVE OFFICER /MEMBER EXCLUDED? E.L. DISEASE - EA EMPLOYEE $ I It yes, describe under SPECIAL PROVISIONS below E.L. DISEASE - POLICY LIMIT $ OTHER DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS he City of Yakima, its Agents, Employees, and elected or appointed officials are named as additional nsured's as respects project #2050. I CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL X X MAIL 20 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, City of Yakima KONAMOXIXXXXXXMAXXXXXXXXXXXXXXIXdflid6UXXKX0MXX 129 N. 2nd Street XMCOMXXX804-MOCIONXIXXXXXXN Yakima, WA 98901 AUTHORIZED REPRESENTATIVE -j .a I John Cockrell /TAMMYR CORD 25 (2001/08) ©ACORD CORPORATION 1988 POLICY NUMBER:CWP2396809 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS (FORM B) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART: SCHEDULE Name of Person or Organization: City of Yakima its Agents, Employees, and elected or appointed officials (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) WHO IS AN INSURED (Section II) is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of your ongoing operations performed for that insured. Insured: Knobel's Electric Inc. Policy Eff.: 01/01/03 Policy Exp.: 01/01/04 CG 20 10 10 93 Copyright, Insurance Service Office, Inc., 1992 MINIMUM WAGE AFFIDAVIT STATE OF WASHINGTON) ) ss COUNTY OF YAKIMA ) I, the undersigned, having been duly sworn, depose, say and certify that in connection with the performance of the work, payment for which this voucher is submitted, I have paid the following rate per hour to each classification of laborers, workmen, or mechanics, as indicated upon the attached list, now referred to and by such reference incorporated in and made an integral part hereof, for all such employed in the performance of such work; and no laborer, workman or mechanic so employed upon such work has been paid less than the prevailing rate of wage or Tess than the minimum rate of wages as specified in the principal contract; that I have read the above and foregoing statement and certificate, know the contents thereof and the substance as set forth therein is true to my knowledge and belief. Contractor Subscribed and sworn to before me on this day of , 200 Notary Public in and for the State of Washington residing at 283 284 Prevailing Wage Rates PREVAILING WAGE RATES The prevailing rate of wages to be paid to all workmen, laborers, or mechanics employed in the performance of any part of this contract shall be in accordance with the provisions of Chapter 39.12 RCW, as amended. The rules and regulations of the Department of Labor and Industries are by reference made a part of this contract as though fully set forth herein. The current schedule of prevailing wage rates for the locality or localities where this contract will be performed, as determined by the Industrial Statistician of the Department of Labor and Industries, are included in these contract documents. Inasmuch as the contractor will be held responsible for paying the prevailing wages, it is imperative that all contractors familiarize themselves with the current wage rates, as determined by the Industrial Statistician of the Department of Labor and Industries, before submitting bids based on these specifications. In case any dispute arises as to what are the prevailing rates of wages for work of a similar nature and such dispute cannot be adjusted by the parties in interest, including labor and management representatives, the matter shall be referred for arbitration to the Director of the Department of Labor and Industries of the State and his decision therein shall be final and conclusive and biding on all parties involved in the dispute as provided for by RCW 39.12.060 as amended. Current prevailing wage rules and data can be furnished by the Industrial Statistician upon request. You may submit your request to: Department of Labor and Industries ESAC Division PO Box 44540 Olympia, Washington 98504 -4540 Telephone: 360- 902 -5335 285 286 STATE WAGE RATES ARE INSERTED FOLLOWING THIS PAGE 287 288 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. YAKIMA COUNTY Effective 03 -05 -03 ********************************************************************************** * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ASBESTOS ABATEMENT WORKERS JOURNEY LEVEL $24.98 1M 5D BOILERMAKERS JOURNEY LEVEL $42.02 1B 6R BRICK AND MARBLE MASONS JOURNEY LEVEL $32.37 1M 5A CABINET MAKERS (IN SHOP) JOURNEY LEVEL $19.24 1 CARPENTERS ACOUSTICAL WORKER $29.20 1M 5D BRIDGE, DOCK AND WARF CARPENTERS $36.62 1M 5D CARPENTER $28.94 1M 5D CREOSOTED MATERIAL $29.04 1M 5D DRYWALL APPLICATOR $28.94 1M 5D FLOOR FINISHER $29.07 1M 5D FLOOR LAYER $29.07 1M 5D FLOOR SANDER $29.07 1M 5D MILLWRIGHT $37.62 1M 5D PILEDRIVERS, DRIVING, PULLING, PLACING COLLARS AND WELDING $36.82 1M 5D SAWFILER $29.07 1M 5D SHINGLER $29.07 1M 5D STATIONARY POWER SAW OPERATOR $29.07 1M 5D STATIONARY WOODWORKING TOOLS $29.07 1M 5D CEMENT MASONS JOURNEY LEVEL $28.31 1N 5D DIVERS & TENDERS DIVER $78.52 1M 5D 8A DIVER TENDER $39.62 1M 5D DREDGE WORKERS ASSISTANT ENGINEER $37.22 1B 5D 8L ASSISTANT MATE (DECKHAND) $36.78 1B 5D 8L BOATMEN $37.22 1B 5D 8L ENGINEER WELDER $37.27 1B 5D 8L LEVERMAN, HYDRAULIC $38.66 1B 5D 8L MAINTENANCE $36.78 1B 5D 8L MATES $37.22 1B 5D 8L OILER $36.88 18 5D 8L DRYWALL TAPERS JOURNEY LEVEL $26.03 1P 5A ELECTRICIANS - INSIDE JOURNEY LEVEL $39.24 1J 5Z ELECTRICIANS - POWERLINE CONSTRUCTION CABLE SPLICER $47.12 4A 5A CERTIFIED LINE WELDER $42.90 4A 5A GROUNDPERSON $30.59 4A 5A HEAD GROUNDPERSON $32.34 4A 5A HEAVY LINE EQUIPMENT OPERATOR $42.90 4A 5A JACKHAMMER OPERATOR $32.34 4A 5A JOURNEY LEVEL LINEPERSON $42.90 4A 5A LINE EQUIPMENT OPERATOR $36.21 4A 5A POLE SPRAYER $42.90 4A 5A POWDERPERSON $32.34 4A 5A Page 1 YAKIMA COUNTY Effective 03 -05 -03 ********************************************************************************** * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ELECTRONIC & TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL $12.07 1 ELEVATOR CONSTRUCTORS MECHANIC $46.46 4A 6Q MECHANIC IN CHARGE $51.14 4A 6Q LABORER $7.01 1 PRODUCTION WORKER $7.15 1 FENCE ERECTORS FENCE ERECTOR $21.64 1 FLAGGERS JOURNEY LEVEL $23.26 1M 5D GLAZIERS JOURNEY LEVEL $19.41 1B 61 HEAT & FROST INSULATORS AND ASBESTOS WORKERS MECHANIC $23.18 1 HOD CARRIERS & MASON TENDERS JOURNEY LEVEL $25.46 1M 5D . INSULATION APPLICATORS $32.91 1 JOURNEY LEVEL IRONWORKERS JOURNEY LEVEL $38.52 1B 5A LABORERS ALL CLASSIFICATIONS $18.12 1 LANDSCAPE CONSTRUCTION IRRIGATION OR LAWN SPRINKLER INSTALLERS $7.38 1 LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS $15.45 1 LANDSCAPING OR PLANTING LABORERS $7.63 1 • LATHERS JOURNEY LEVEL $28.94 1M 5D PAINTERS JOURNEY LEVEL $20.05 1 PLASTERERS JOURNEY LEVEL $37.48 1R 5A PLUMBERS & PIPEFITTERS JOURNEY LEVEL $42.44 1Q 5A POWER EQUIPMENT OPERATORS ASSISTANT ENGINEERS $35.14 IT 5D 8L BACKHOE, EXCAVATOR, SHOVEL (3 YD & UNDER) $37.60 1T 5D 8L BACKHOE, EXCAVATOR, SHOVEL (OVER 3 YD & UNDER 6 YD) $38.04 1T 5D 8L BACKHOE, EXCAVATOR, SHOVEL (6 YD AND OVER WITH $38.54 1T 5D 8L BACKHOES, (75 HP & UNDER) $37.24 1T 5D 8L BACKHOES, (OVER 75 HP) $37.60 1T 5D 8L BARRIER MACHINE (ZIPPER) $37.60 1T 5D 8L BATCH PLANT OPERATOR, CONCRETE $37.60 IT 5D 8L BELT LOADERS (ELEVATING TYPE) $37.24 1T 5D 8L BOBCAT $35.14 1T 5D 8L BROOMS $35.14 1T 5D 8L BUMP CUTTER $37.60 1T 50 CL CABLEWAYS $38.04 IT 5D 8L CHIPPER $37.60 1T 5D 8L COMPRESSORS $35.14 1T 5D 8L CONCRETE FINISH MACHINE - LASER SCREED $35.14 1T 5D 8L CONCRETE PUMPS $37.24 1T 5D 8L CONCRETE PUMP -TRUCK MOUNT WITH ROOM ATTACHMENT $37,6() 1T 5n RI CONVEYORS $37.24 1T 5D 8L • CRANES, THRU 19 TONS, WITH ATTACHMENTS $37.24 1T 5D 8L CRANES, 20 - 44 TONS, WITH ATTACHMENTS $37.60 1T 5D 8L CRANES, 45 TONS - 99 TONS, UNDER 150 FT OF BOOM (INCLUDING $38.04 1T 5D 8L JIB WITH ATACHMENTS) Page 2 YAKIMA COUNTY Effective 03 -05 -03 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code CRANES, 100 TONS - 199 TONS, OR 150 FT OF BOOM (INCLUDING JIB $38.54 1T 5D 8L WITH ATTACHMENTS) CRANES, 200 TONS TO 300 TONS, OR 250 FT OF BOOM (INCLUDING JIB $39.04 IT 5D 8L WITH ATTACHMENTS) CRANES, A- FRAME, 10 TON AND UNDER $35.14 IT 5D 8L CRANES, A- FRAME, OVER 10 TON $37.24 IT 5D 8L CRANES, OVER 300 TONS, OR 300' OF BOOM INCLUDING JIB WITH $39.54 1T 5D 8L ATTACHMENTS CRANES, OVERHEAD, BRIDGE TYPE (20 -44 TONS) $37.60 1T 5D 8L CRANES, OVERHEAD, BRIDGE TYPE (45 - 99 TONS) $38.04 1T 5D 8L CRANES, OVERHEAD, BRIDGE TYPE (100 TONS & OVER) $38.54 IT 5D 8L CRANES, TOWER CRANE UP TO 175 IN HEIGHT, BASE TO BOOM $38.54 1T 5D 8L CRANES, TOWER CRANE OVER 175 IN HEIGHT, BASE TO BOOM $39.04 1T 5D 8L CRUSHERS $37.60 1T 5D 8L DECK ENGINEER/DECK WINCHES (POWER) $37.60 1T 5D 8L DERRICK, BUILDING $38.04 1T 5D 8L DOZERS, D -9 & UNDER $37.24 1T 5D 8L DRILL OILERS - AUGER TYPE, TRUCK OR CRANE MOUNT $37.24 1T 5D 8L DRILLING MACHINE $37.60 1T 5D 8L ELEVATOR AND MANLIFT, PERMANENT AND SHAFT -TYPE $35.14 1T 5D 8L EQUIPMENT SERVICE ENGINEER (OILER) $37.24 1T 5D 8L FINISHING MACHINE /BIDWELL GAMACO AND SIMILAR EQUIP $37.60 1T 5D 8L FORK LIFTS, (3000 LBS AND OVER) $37.24 1T 5D 8L FORK LIFTS, (UNDER 3000 LBS) $35.14 1T 5D 8L GRADE ENGINEER $37.24 1T 5D 8L GRADECHECKER AND STAKEMAN $35.14 1T 5D 8L HOISTS, OUTSIDE (ELEVATORS AND MANLIFTS), AIR TUGGERS $37.24 1T 5D 8L HORIZONTAUDIRECTIONAL DRILL LOCATOR $37.24 1T 5D 8L HORIZONTAL/DIRECTIONAL DRILL OPERATOR $37.60 1T 5D 8L HYDRALIFTS /BOOM TRUCKS (10 TON & UNDER) $35.14 1T 5D 8L HYDRALIFTS /BOOM TRUCKS (OVER 10 TON) $37.24 1T 5D 8L LOADERS, OVERHEAD (6 YD UP TO 8 YD) $38.04 1T 5D 8L LOADERS, OVERHEAD (8 YD & OVER) $38.54 1T 5D 8L LOADERS, OVERHEAD (UNDER 6 YD), PLANT FEED $37.60 1T 5D 8L LOCOMOTIVES, ALL $37.60 IT 5D 8L MECHANICS, ALL (WELDERS) $37.60 1T 5D 8L MIXERS, ASPHALT PLANT $37.60 1T 5D 8L MOTOR PATROL GRADER (FINISHING) $37.60 1T 5D 8L MOTOR PATROL GRADER (NON - FINISHING) $37.24 1T 5D 8L MUCKING MACHINE, MOLE, TUNNEL DRILL AND /OR SHIELD $38.04 1T 5D 8L OIL DISTRIBUTORS, BLOWER DISTRIBUTION AND MULCH SEEDING $35.14 1T 5D 8L OPERATOR PAVEMENT BREAKER $35.14 1T 5D 8L PILEDRIVER (OTHER THAN CRANE MOUNT) $37.60 1T 5D 8L PLANT OILER (ASPHALT CRUSHER) $37.24 1T 5D 8L POSTHOLE DIGGER, MECHANICAL $35.14 1T 5D 8L POWER PLANT $35.14 1T 5D 8L PUMPS, WATER $35.14 1T 5D 8L QUAD 9, D -10, AND HD-41 $38.04 1T 5D 8L REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $38.04 1T 5D 8L EQUIP RIGGER AND BELLMAN $35.14 1T 5D 8L ROLLAGON $38.04 IT 5D 8L ROLLER, OTHER THAN PLANT ROAD MIX $35.14 1T 5D 8L ROLLERS, PLANTMIX OR MULTILIFT MATERIALS $37.24 IT 5D 8L ROTO -MILL, ROTO- GRINDER $37.60 1T 5D 8L SAWS, CONCRETE $37.24 1T 5D 8L SCRAPERS - SELF PROPELLED, HARD TAIL END DUMP, ARTICULATING $37.60 1T 5D 8L Page 3 YAKIMA COUNTY Effective 03 -05 -03 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code OFF -ROAD EQUIPMENT ( UNDER 45 YD) SCRAPERS - SELF rrcortLLED, HARD TAIL END DUMP, ARTICULATING $38.04 1 T 5D 8L OFF -ROAD EQUIPMENT (45 YD AND OVER) . SCRAPERS, CONCRETE AND CARRY ALL $37.24 1T 5D 8L • SCREED MAN $37.60 1T 5D 8L SHOTCRETE GUNITE $35.14 1T 5D 8L SLIPFORM PAVERS $38.04 IT 5D 8L SPREADER, TOPSIDE OPERATOR - BLAW KNOX $37.60 IT 5D 8L SUBGRADE TRIMMER $37.60 1T 5D 8L TRACTORS, (75 HP & UNDER) $37.24 1T 5D 8L TRACTORS, (OVER 75 HP) $37.60 IT 5D 8L TRANSFER MATERIAL SERVICE MACHINE $37.60 1T 5D 8L TRANSPORTERS, ALL TRACK OR TRUCK TYPE $38.04 1T 5D 8L TRENCHING MACHINES $37.24 1T 5D 8L TRUCK CRANE OILER/DRIVER ( UNDER 100 TON) $37.24 1T 5D 8L TRUCK CRANE OILER/DRIVER (100 TON & OVER) $37.60 1T 5D 8L • WHEEL TRACTORS, FARMALL TYPE $35.14 1T 5D 8L YO YO PAY DOZER $37.60 1T 5D 8L POWER EQUIPMENT OPERATORS- UNDERGROUND SEWER & (SEE POWER EQUIPMENT OPERATORS) . POWER LINE CLEARANCE TREE TRIMMERS JOURNEY LEVEL IN CHARGE $31.05 4A 5A SPRAY PERSON $29.39 4A 5A TREE EQUIPMENT OPERATOR $29.79 4A 5A TREE TRIMMER $27.60 4A 5A TREE TRIMMER GROUNDPERSON $20.28 4A 5A REFRIGERATION & AIR CONDITIONING MECHANICS MECHANIC $42.44 1Q 5A ROOFERS _ JOURNEY LEVEL $26.37 1B 51 USING IRRITABLE BITUMINOUS MATERIALS $29.37 1B 51 SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP) $35.76 1B 5A SOFT FLOOR LAYERS JOURNEY LEVEL $20.97 1N 5A SOLAR CONTROLS FOR WINDOWS JOURNEY LEVEL $7.01 1 SPRINKLER FITTERS (FIRE PROTECTION) JOURNEY LEVEL $33.60 1R 51 SURVEYORS CHAIN PERSON $9.25 1 INSTRUMENT PERSON $12.05 1 PARTY CHIEF $15.05 1 TELEPHONE LINE CONSTRUCTION - OUTSIDE CABLE SPLICER $25.42 26 5A HOLE DIGGER/GROUND PERSON $13.51 2B 5A INSTALLER (REPAIRER) $24.31 2B 5A JOURNEY LEVEL TELEPHONE LINEPERSON $23.53 2B 5A SPECIAL APPARATUS INSTALLER 1 $25.42 2B 5A SPECIAL APPARATUS INSTALLER II $24.87 2B 5A TELEPHONE EQUIPMENT OPERATOR (HEAVY) $25.42 2B 5A TELEPHONE EQUIPMENT OPERATOR (LIGHT) $23.53 2B 5A TELEVISION GROUND PERSON $12.73 2B 5A TELEVISION LINEPERSON /INSTALLER $17.47 2B 5A TELEVISION SYSTEM TECHNICIAN $21.10 2B 5A TELEVISION TECHNICIAN $18.82 2B 5A TREE TRIMMER $23.53 2B 5A TERRAZZO WORKERS & TILE SETTERS JOURNEY LEVEL $24.86 2M 5A Page 4 YAKIMA COUNTY Effective 03 -05 -03 ********************************************************************************** * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code TILE, MARBLE & TERRAZZO FINISHERS FINISHER $20.56 4A 5A TRAFFIC CONTROL STRIPERS JOURNEY LEVEL $28.97 1K 5A TRUCK DRIVERS ASPHALT MIX $14.19 1 DUMP TRUCK $27.91 2G 61 DUMP TRUCK & TRAILER $27.91 2G 61 OTHER TRUCKS $27.91 2G 61 TRANSIT MIXER $27.91 2G 61 WELL DRILLERS & IRRIGATION PUMP INSTALLERS IRRIGATION PUMP INSTALLER $11.15 1 OILER $9.20 1 WELL DRILLER $17.68 1 Page 5 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. $$1$$ Supplemental To Wage Rates $$2$$ Page 1 WSDOT°s Predetermined List for Suppliers - Manufacturers - Fabricators 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. ITEM DESCRIPTION YES NO 1. Manhole Ring & Cover - manhole type 1, 2, 3, and 4 X for bridges. For use with Catch Basin type 2. The casting to meet AASHTO -M -105, class 30 gray iron casting. See Std. Plan B -1f, B -23a, B -23b, B -23c, and B -23d. 2. Frame & Grate - frame and Grate for Catch Basin type X 1, 1 L, 1 P, 2, 3, 4 and Concrete Inlets. Cast frame may be grade 70 -36 steel, class 30 gray cast iron or grade 80 -55 -06 ductile iron. The cast grate may be grade 70 -36 steel or grade 80 -55 -06 ductile iron. See Std. Plan B -2, B -2a, and B -2b. 3. Grate Inlet & Drop Inlet Frame & Grate - Frame and X Grate for Grate Inlets Type 1 or 2 or Drop Inlet. Angle iron frame to be cast into top of inlet. See Std. Plan B -4b or B -4h. Frames & Grates to be galvanized. 4. Concrete Pipe - Plain Concrete pipe and reinforced X concrete pipe Class 2 to 5 sizes smaller than 60 inch diameter. 5. Concrete Pipe - Plain Concrete pipe and reinforced X concrete pipe Class 2 to 5 sizes larger than 60 inch diameter $$1$$ Supplemental To Wage Rates $$2$$ Page 2 YES NO 6. Corrugated Steel Pipe - Steel lock seam corrugated X 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 X corrugated pipe for culverts and storm sewers, sizes 30 inch to 120 inches in diameter. May also be treated, #5. 8. Anchor Bolts & Nuts - Anchor Bolts and Nuts, for X 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. 9. Aluminum Pedestrian Handrail - Pedestrian handrail X conforming to the type and material specifications set forth in the contract plans. Welding of aluminum shall be in accordance with Section 9- 28.15(3). 10. Major Structural Steel Fabrication - Fabrication of X major steel items such as trusses, beams, girders, etc., for bridges. 11. Minor Structural Steel Fabrication - Fabrication of X 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 X conforming to the type and material specifications set forth in the Contract Plans. Welding of aluminum shall be in accordance with Section 9- 28.15(3). $$1$$ Supplemental To Wage Rates $$2$$ Page 3 YES NO 13. Concrete Piling -- Precast - Prestressed concrete piling for X use as 55 and 70 ton concrete piling. Concrete to conform to Section 9 -19.1 of Std. Spec.. Shop drawings for approval shall be provided per Section 6- 05.3(3) of the Std. Spec. 14. Manhole Type 1, 2, 3 and 4 - Precast Manholes with risers X and flat top slab and /or cones. See Std. Plans. 15. Drywell - Drywell as specified in Contract Plans. X 16. Catch Basin - Catch Basin type 1, 1 L, 1P, 2, 3, and 4, X including risers, frames maybe cast into riser. See Std. Plans. 17. Precast Concrete Inlet - Concrete Inlet with risers, X frames may be cast into risers. See Std. Plans. 18. Drop Inlet Type 1 - Drop Inlet Type 1 with support X angles and grate. See Std. Plans B -4f and B-4h. 19. Drop Inlet Type 2 - Drop Inlet type 2 with support X angles and grate. See Std. Plans B -4g and B -4h. 20. Grate Inlet Type 2 - Grate Inlet Type 2 with risers and X • top unit with bearing angles. 21. Precast Concrete Utility Vaults - Precast Concrete X 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. $$1$$ Supplemental To Wage Rates $$2$$ Page 4 YES NO 22. Vault Risers - For use with Valve Vaults and Utilities X Vaults. 23. Valve Vault - For use with underground utilities. X See Contract Plans for details. 24. Precast Concrete Barrier - Precast Concrete Barrier for X 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 X 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 - X tilt -up wall panel in size and shape as shown in Plans. Fabrication plant has annual approval for methods and materials to be used. 27. Precast Railroad Crossings - Concrete Crossing Structure X Slabs. 28. 12, 18 and 26 inch Standard Precast Prestressed X 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)c. $$1$$ Supplemental To Wage Rates $$2$$ Page 5 YES NO 29. Prestressed Concrete Girder Series 4 -14 - X 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)c. 30. Prestressed Tri -Beam Girder - Prestressed Tri -Beam X 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)c. 31. Prestressed Precast Hollow -Core Slab - Precast X 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)c. 32. Prestressed -Bulb Tee Girder - Bulb Tee Prestressed X 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(26)A. 33. Monument Case and Cover - To meet AASHTO -M -105 class X 30 gray iron casting. See Std. Plan H -7. 34. Cantilever Sign Structure - Cantilever Sign Structure X fabricated from steel tubing meeting AASHTO -M -183. See Std. Plans G -3, G -3a, 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 X fabricated to details shown in the Plans. Shop drawings for approval are required prior to fabrication. $$1 Supplemental To Wage Rates $$2$$ Page 6 YES NO 36. Steel Sign Bridges - Steel Sign Bridges fabricated X from steel tubing meeting AASHTO -M -138 for Aluminum Alloys. See Std. Plans G -2, G2a, G -2b, and Contract Plans for details. The steel structure shall be galvanized after fabrication in accordance with AASHTO -M -111. 37. Steel Sign Post - Fabricated steel sign posts as detailed X in Std. Plan G -8. Shop drawings for approval are to be provided prior to fabrication. 38. Light Standard - Prestressed - Spun, prestressed, hollow, X concrete poles. 39. Light Standards - Lighting Standards for use X on highway illumination systems, poles to be fabricated to conform with methods and materials as specified on Std. Plan J -1, J -1 a, and J -1 b. See Special Provisions for pre- approved drawings. 40. Traffic Signal Standards - Traffic Signal Standards for X use on highway and /or street signal systems. Standards to be fabricated to conform with methods and material as specified on Std. Plans J -1, J -7a, J -7c, and J -8. See Special Provisions for pre- approved drawings. 41. Traffic Curb, Type A or C Precast - Type A or C X Precast traffic curb, for use in construction of raised channelization, and other traffic delineation uses such as parking lots, rest areas, etc. NOTE: Acceptance based on inspection of Fabrication Plant and an advance sample of curb section to be submitted for approval by Engineer. $$1$$ Supplemental To Wage Rates $$2$$ Page 7 YES NO 42. Traffic Signs - Prior to approval of a Fabricator X X of Traffic Signs, the sources of the following custom std. signing materials must be submitted and approved msg msg for reflective sheeting, legend material, and aluminum sheeting. NOTE: * ** Fabrication inspection required. Only signs tagged "Fabrication Approved" by WSDOT Sign Fabrication Inspector to be installed. 43. Cutting & bending reinforcing steel X 44. G'uardrnil co X X custom standard end sect. sect. 45. Aggregates /Concrete mixes Covered by WAC 296- 127 -018 46. Asphalt Covered by WAC 296- 127 -018 47. Fiber fabrics X 48. Electrical wiring /components X 49. treated or untreated timber piles X 50. Girder pads (elastomeric bearing) X $$1$$ Supplemental To Wage Rates $$2$$ Page 8 YES NO 51. Standard Dimension lumber X 52. Irrigation components X 53. Fencing materials X 54. Guide Posts X 55. Traffic Buttons X 56. Epoxy X 57. Cribbing X 58. Water distribution materials X 59. Steel "H" piles X 60. Steel pipe for concrete pile casings X 61. Steel pile tips, standard X 62. Steel pile tips, custom X $$1$$ Supplemental To Wage Rates $$2$$ Page 9 WASHINGTON STATE PREVAILING WAGE RATES - EFFECTIVE 03/05/03 METAL FABRICATION (IN SHOP) Over PREVAILING Time Holiday Note Classification WAGE YYl'�tSL l'VUC Code Code Counties Covered: Adams, Asotin, Columbia, Douglas, Ferry, Franklin, Garfield Kittitas, Lincoln, Okanogan, Pend Oreille, Stevens, Walla Walla and Whitman Fitter 12.76 1 Welder 12.76 1 Machine Operator 12.66 1 • Painter 1n 2n 1 Laborer 8.13 1 Counties Covered: Benton Welder 16.70 1 Machine Operator 10.53 1 Painter 9.76 1 Laborer 7.06 1 Counties Covered: Chelan Fitter 15.04 1 Welder 12.24 1 Machine Operator 9.71 1 Painter 9.93 1 Laborer 8.77 1 Counties Covered: Clallam, Grays Harbor, Island, Jefferson, Lewis, Mason, Pacific, San Juan and Skagit Fitter 15.16 1 Welder 15.16 1 Machine Operator 10.66 1 Painter 11.41 1 Laborer 11.13 1 $$1$$ Supplemental To Wage Rates $$2$$ Page 10 METAL FABRICATION (IN SHOP) 03/05/03 Over PREVAILING Time Holiday Note Classification WAGE Code Code Code Counties Covered: Clark Layerout 24.06 1J 6U Fitter 23.69 1J 6U Welder 23.13 1J 6U Painter 20.51 1J 6U Machine Operator 17.86 1J 6U Laborer 17.21 1J 6U Counties Covered: Snohomish Fitter 15.38 1 Welder 15.38 1 Machine Operator 8.84 1 Painter 9.98 1 Laborer 9.79 1 Counties Covered: Spokane Fitter 12.59 1 Welder 10.80 1 Machine Operator 13.26 1 Painter 10.27 1 Laborer 7.98 1 Counties Covered: Thurston Layerout 24.49 1R 6T Fitter 22.51 1R 6T Welder 20.51 1R 6T Machine Operator 17.53 1R 6T Laborer 14.56 1R 6T Counties Covered: Whatcom Fitter/Welder 13.81 1 Machine Operator 13.81 1 Laborer 9.00 1 $$1$$ Supplemental To Wage Rates $$2$$ Page11 METAL FABRICATION (IN SHOP) 03/05/03 Over PREVAILING Time Holiday Note Classification WAGE Code Code Code Counties Covered: Yakima Fitter 12.00 1 Welder 11.32 1 Machine Operator 11.32 1 Painter 12.00 1 Laborer 10.31 1 Countiac Cnvarari• Cowlitz Fitter 21.99 1B 6V Welder 21.99 1B 6V Machine Operator 21.99 1B 6V Laborer 15.87 1B 6V Counties Covered: Grant Fitter 10.79 1 Welder 10.79 1 Painter 7.45 1 Counties Covered: King Fitter 15.86 1 Welder 15.48 1 Machine Operator 13.04 1 Painter 11.10 1 Laborer 9,78 1 • Counties Covered: Kitsap Fitter 26.96 1 Welder 13.83 1 Machine Operator 13,83 1 Laborer 7.01 1 $$1$$ Supplemental To Wage Rates $$2$$ Page 12 METAL FABRICATION (IN SHOP) 03/05/03 Over PREVAILING Time Holiday Note Classification WAGE Code Code Code Counties Covered: Klickitat, Skamania and Wahkiakum Fitter/Welder 16.99 1 Machine Operator 17.21 1 Painter 17.03 1 Laborer 10.44 1 Counties Covered: Pierce Fitter 15.25 1 Welder 13.98 1 Machine Operator 13.98 1 Laborer 9.25 1 $$1$$ Supplemental To Wage Rates $$2$$ Page 13 WASHINGTON STATE PREVAILING WAGE RATES - EFFECTIVE 03/05/03 FABRICATED PRECAST CONCRETE PRODUCTS Over PREVAILING Time Holiday Note Classification WAGE VIq.�J111l.g1iV11 VVf'111L l'VUe Code Code • Counties Covered: Adams, Asotin, Benton, Columbia, Douglas, Ferry, Garfield, Grant, Lincoln, Okanogan, Pend Oreille, Stevens, Walla Walla, and Whitman All Classifications 9.96 1 ('nunficc C:rivcrarl• Franklin All Classifications 11.59 1 Counties Covered: King All Classifications 11.35 2K 6S Counties Covered: Pierce All Classifications 9.28 1 Counties Covered: Chelan, Kittitas, Klickitat and Skamania All Classifications 8.61 1 Counties Covered: Clallam, Clark, Cowlitz, Grays Harbor, Island, Jefferson, Kitsap, Lewis, Mason, Pacific, San Juan, Skagit, Snohomish, Thurston, Wahkiakum All Classifications 13.50 1 $$1$$ Supplemental To Wage Rates $$2$$ Page14 WASHINGTON STATE PREVAILING WAGE RATES - EFFECTIVE 03/05/03 FABRICATED PRECAST CONCRETE PRODUCTS Over PREVAILING Time Holiday Note Classification WAGE Code Code Code Counties Covered: Spokane All Classifications 20.23 1 Counties Covered: Yakima Craftsman 8.65 1 Production Worker 7.15 1 Laborer 7.01 1 Counties Covered: Whatcom All Classifications 13.67 1 $$1$$ Supplemental To Wage Rates $$2$$ Page 15 Washington State Department of Labor and Industries Policy Statements (Regarding Production and Delivery of Gravel, Concrete, Asphalt, etc.) The following two letters from the State Department of Labor and Industries (State I 1\ dated August 4 1992 18, d a a &1, dared Au ^ilsi 18, 1992 and June 1999, clarify the intent and establish policy for administrating the provisions of WAC 296- 127 -018 COVERAGE AND EXEMPTIONS OF WORKERS INVOLVED IN THE PRODUCTION AND DELIVERY OF GRAVEL, CONCRETE, ASPHALT, OR SIMILAR MATERIALS. Any firm with questions regarding the policy, these letters, or for determinations of covered and non - covered workers shall be directed to State L &I at (360) 902 -5330. S Effective eptember 1, 1993, ailin f all work e d b � e +d.+.b,eca v e�.ssGl110.JC1 1 , 1 matt, minimum finis s lull prcvmlell es�. wages all ddul n covered by WAC 296- 127 -018 for the production and/or delivery of materials to a public works contract will be found under the regular classification of work for Teamsters, Power Equipment Operators, etc. $$1$$ Supplemental To Wage Rates $$2$$ Page 16 ESAC DIVISION - TELEPHONE (206) 586 -6887 PO BOX 44540, OLYMPIA, WASHINGTON 98504 -4540 August 18, 1992 TO: All Interested Parties FROM: Jim P. Christensen Acting Industrial Statistician SUBJECT: Materials Suppliers - WAC 296- 127 -018 This memo is intended to provide greater clarity regarding the application of WAC 296- 127 -018 to awarding agencies, contractors, subcontractors, material suppliers and other interested parties. The information contained herein should not be construed to cover all possible scenarios which might require the payment of prevailing wage. The absence of a particular activity under the heading "PREVAILING WAGES ARE REQUIRED FOR" does not mean that the activity is not covered. Separate Material Supplier Equipment Operator rates have been eliminated. For those cases where a production facility is set up for the specific purpose of supplying materials to a public works construction site, prevailing wage rates for operators of equipment such as crushers and batch plants can be found under Power Equipment Operators. PREVAILING WAGES ARE REQUIRED FOR: 1. Hauling materials away from a public works project site, including excavated materials, demolished materials, etc. 2. Delivery of materials to a public works project site using a method that involves incorporation of the delivered materials into the project site, such as spreading, leveling, rolling, etc. 3. The production of materials at a facility that is established for the specific, but not necessarily exclusive, purpose of supplying materials for a public works project. 4. Delivery of the materials mentioned in #3 above, regardless of the method of delivery. PREVAILING WAGES ARE NOT REQUIRED FOR: 1. The production of materials by employees of an established materials supplier, in a permanent facility, as well as the delivery of these materials, as long as delivery does not include incorporation of the materials into the job site. 2. Delivery of materials by a common or contract carrier, as long as delivery does not include incorporation of the materials into the job site. 3. Production of materials for unspecified future use. $$1$$ Supplemental To Wage Rates $$2$$ Page 17 rt. G.r µ ` 1 1? STATE OF WASHINGTON DEPARTMENT OF LABOR AND INDUSTRIES Jule 18, 1999 TO: Kerry S. Radcliff, Editor Washington State Register FROM: Gary Moore, Director Department of Labor and Industries SUBJECT: Notice re WAC 296 - 127 -018, Coverage and exemptions of workers involved in the production and delivery of gravel, concrete, asphalt, or similar materials The department wishes to publish the following Notice in the next edition of the Washington State Register: NOTICE Under the current material supplier regulations, WAC 296 - 127 -018, the department takes the position that prevailing wages do not apply to the delivery of wet concrete to public works sites, unless the drivers do something more than just deliver the concrete. Drivers delivering concrete into a crane and bucket, hopper of a pump truck, or forms or footings, are not entitled to prevailing wages unless they operate machinery or use tools that screed, float, or put a finish on the concrete. This position applies only to the delivery of wet concrete. It does not extend to the delivery of asphalt, sand, gravel, crushed rock, or other similar materials covered under WAC 296- 127 -018. The department's position applies only to this regulation. If you need additional information regarding this matter, please contact Greg Mowat, Program Manager, Employment Standards, at P.O. Box 44510, Olympia, WA 98504 -4510, or call (360) 902 -5310. Please publish the above Notice in WSR 99 -13. If you have questions or need additional information, please call Selwyn Walters at 902- 4206, Thank you. Cc: Selwyn Walters, Rules Coordinator Patrick Woods, Assistant Director Greg Mowat, Program Manager $$1$$ Supplemental to Wage Rates $$2$$ 18 BENEFIT CODE KEY - EFFECTIVE 03 -05 -03 ****...*..***.*.************************************************************************* * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** 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. 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. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. D. THE FIRST EIGHT (8) HOURS ON SATURDAYS OF A FIVE - EIGHT HOUR WORK WEEK AND THE FIRST EIGHT (8) HOURS WORKED ON A FIFTH CALENDAR DAY, EXCLUDING SUNDAY, 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 EIGHT (8) HOURS PER DAY ON SATURDAY; ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS IN A FIFTH CALENDAR WEEKDAY OF A FOUR - TEN HOUR SCHEDULE; ALL HOURS - WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH FRIDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. F. 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 (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 ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. J. 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 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 ON SATURDAYS, 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. 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. P. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS) AND SUNDAYS SHALL BE PAID AT ONE AND ONE - HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. Q. 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 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. • BENEFIT CODE KEY - EFFECTIVE 03 -05 -03 -2- 1. S. ALL HOURS WORKED ON SUNDAYS BETWEEN THE HOURS OF 12:OOAM SUNDAY AND 6:OOAM MONDAY AND ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. T. ALL HOURS WORKED ON SATURDAYS, EXCEPT MAKE -UP DAYS, SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED AFTER 6:OOPM SATURDAY TO 6:OOAM MONDAY AND ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. U. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED 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. W. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS (EXCEPT MAKE -UP DAYS) 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. 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. 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. 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. M. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. 0 ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. 4. A. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. BENEFIT CODE KEY - EFFECTIVE 03 -05 -03 -3- 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, LABOR DAY, PRESIDENTIAL ELECTION DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (9). 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). 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). O. PAID HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (6). 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). Q. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (6). R. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, ONE -HALF DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY. (7 1/2). S. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (7). T. PAID HOLIDAYS: SEVEN (7) PAID HOLIDAYS. V. 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). - 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). BENEFIT CODE KEY - EFFECTIVE 03 -05 -03 -4 6. H. HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). I. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7). 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) O. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY. UNPAID HOLIDAY_ PRESIDENTS' DAY. ; R. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERAN'S DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (8). S. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS EVE DAY, AND CHRISTMAS DAY (8). 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 YEAR'S DAY, DAY BEFORE NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS DAY, CHRISTMAS DAY (9). V. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS EVE DAY, CHRISTMAS DAY, EMPLOYEE'S BIRTHDAY, AND ONE DAY OF THE EMPLOYEE'S CHOICE (10). 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 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, EMPLOYEES BIRTHDAY (II). NOTE CODES 8. A. THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE -HALF TIMES THE DIVERS RATE OF PAY. 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 175' - $2.25 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 175' TO 250' - $5.50 PER FOOT FOR EACFI FOOT OVER 175 FEET OVER 250' - DIVERS MAY NAME THEIR OWN PRICE, PROVIDED IT IS NO LESS THAN THE SCALE LISTED FOR 250 FEET C. THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE -HALF TIMES THE DIVERS RATE OF PAY. 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. TS G o N PROPOSAL To the City Clerk Yakima, Washington This certifies that the undersigned has examined the location of: City of Yakima Intersection Signal Revision South 40 Avenue and Nob Hill Blvd. City Project No. 2050 and that the plans, specifications and contract governing the work embraced in this improvement, and the method by which payment will be made for said work, is understood. The undersigned hereby proposes to undertake and complete the work embraced in this improvement, or as much thereof as can be completed with the money available in accordance with the said plans, specifications and contract, and the following schedule of rates and prices. NOTE: Unit prices for all items, all extensions, and total amount of bid, shall be shown, and be written in ink or typed. Show unit prices in figures only. Figures written to the right of the dot (decimal) in the dollars column shall be considered as cents. 289 290 ITEM PROPOSAL BID SHEET City of Yakima Intersection Signal Revision South 40 Avenue and Nob Hill Blvd. City Project No. 2050 TEM PROPOSAL ITEM QT UNI UNIT PRICE AMOUNT NO. PAYMENT SECTION Y T DOLLARS DOLLARS 1 SPILL PREVENTION CONTROL & COUNTERMEASURES PLAN 1 LS 1 -07.15 800 , Ci 0 8 c)0 , 00 2 MOBILIZATION 1 LS /� p 1/ , 1 -09.7 c , ( C.' , 011 0, 606 , ®U ''`r 3 MAINTENANCE AND PROTECTION OF TRAFFIC 1 LS 1 -10.5 3 5 bc() 66 '✓ 4 REMOVAL OF STRUCTURES AND OBSTRUCTIONS 1 LS 2 -02.5 iiOC) .b I1 00 6,06 ' 5 TRAFFIC SIGNAL DISPLAY AND DETECTION SYSTEM 1 LS 8 -20.5 5 , `-1 9.7 (aC) 50, q Oa .CX v 6 PERMANENT SIGNING 1 LS 8 -21.5 LI 66 -6 L-106 00 ` 7 REMOVE AND RELOCATE LIGHTED SIGN 1 LS 8 -21.5 Lo 50.66 656, (S® 8 REPAIR OR REPLACEMENT 1 FA $2000.00 $2000.00 ,, 8 -30.5 TOTAL 1.08 .7 7.,7. O 291 292 BID BOND FORM ; Herewith find deposit in the form of a certified check, cashiers check, cash, or bid bond in the amount of $ : "7 which amount is not less than five percent of the total bid - Sign Here " L c e, BID BOND KNOW ALL MEN BY THESE PRESENTS: That we, KNOBEL' S ELECTRIC, INC. , as principal, and AMERICAN CASUALTY CO. OF READING, PA as Surety, are held and firmly bound unto the City of Yakima, as Obligee, in the penal sum of FIVE PERCENT OF AMOUNT OF BID Dollars, for the payment of which the Principal and the Surety bind themselves. their heirs, executors, administrators. • successors and assigns, jointly and severally, by these presents. The condition of this obligation is such that if the Obligee shall make any award to the Principal for S . 40TH AVE. & . • : , ; t k : t _ _ . , , according to the terms of the proposal or bid made by the Principal therefor, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award and shall give bond for the faithful performance thereof, with Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure so to do, pay and forfeit to the Obligee the penal amount of the deposit specified in the call for bids. then this obligation shall be null and void; otherwise it shall be and remain in full force and effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damages, the amount of this bond. SIGNED, SEALED AND DATED THIS 2ND DAY OF SEPTEMBER • 20 03 ��r1 C L YC E`'C�kt Principal KNOBEL' S ^ ELECTRIC, INC. 1 2.6, r° • Sure- SHELLEY A BURNHAM, ATTORNEY -IN -FACT AMERICAP .'ASUALTY CO. OF READING, PA • , • • Received retum of deposit in the sum of $ • • • ■. POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN -FACT Know All Men By These Presents, That Continental Casualty Company, an Illinois corporation, National Fire Insurance Company of Hartford, a Connecticut corporation, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania corporation (herein called "the CNA Companies "), are duly organized and existing corporations having their principal offices in the City of Chicago, and State of Illinois, and that they do by virtue of the • signatures and seals herein affixed hereby make, constitute and appoint Don W Emerick Jr, Carol Korn, Jana B Perkins, Shelley A Burnham, Individually of Yakima, WA, their true and lawful Attorney(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on their behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - and to bind them thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of their corporations and all the acts of said Attorney, pursuant to the authority hereby given is hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By -Law and Resolutions, printed on the reverse hereof, duly adopted, as indicated, by the Boards of Directors of the corporations. In Witness Whereof, the CNA Companies have caused these presents to be signed by their Vice President and their corporate seals to be hereto affixed on this 8th day of January, 2003. s GAStlq< . 1NSURq y o a of Continental Casualty Company ��P o ,�4' o ,��� National Fire Insurance Company of Hartford c oRPORAT g �` 1 C EO i ¢ � 04 onto x American Casualty Company of Reading, Pennsylvania I V Z y o a ; JULY 3I, GU :897 AL 2 ti I90z ti o Dice HAR b . '''''''........74A.ciA44.? Michael Gengler Se Vice President State of Illinois, County of Cook, ss: On this 8th day of January, 2003, before me personally came Michael Gengler to me known, who, being by me duly sworn, did depose and say: that he resides in the City of Chicago, State of Illinois; that he is a Senior Vice President of Continental Casualty Company, an Illinois corporation, National Fire Insurance Company of Hartford, a Connecticut corporation, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania corporation described in and which executed the above instrument; that he knows the seals of said corporations; that the seals affixed to the said instrument are such corporate seals; that they were so affixed pursuant to authority given by the Boards of Directors of said corporations and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporations. OFFICIAL SEAL 9 c5 k) NOTARY PUBLIC, STATE OF ILLINOIS MY COMMISSION EXPIRES: MIMS My Commission Expires September 17, 2006 Eliza Pric Notary Public CERTIFICATE I, Mary A. Ribikawskis, Assistant Secretary of Continental Casualty Company, an Illinois corporation, National Fire Insurance Company of Hartford, a Connecticut corporation, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania corporation do hereby certify that the Power of Attorney herein above set forth is still in force, and further certify that the By -Law and Resolution of the Board of Directors of the corporations Opted on the her f is still in orce. In testim whereof I have hereunto subscribed my name and affixed the seal of the said corporations this e reverse day of - e 4 / c� , ( Azi/1�)`> , GA 1NSU y��aptrro< Continental Casualty Company 4 sP ��e`� °e '�e� National Fire Insurance Company of Hartford z' oo PORATe ��I ; ; > O on% ! American Casualty Company of Reading, Pennsylvania J L - a cp06:4,,,,zz,, 189 HA•Ti b • Mary A. R ika kis Assistant Secretary Form F6853 Authorizing By -Laws and Resolutions ADOPTED BY THE BOARD OF DIRECTORS OF CONTINENTAL CASUALTY COMPANY: This Power of Attorney is made and executed pursuant to and by authority of the following By -Law duly adopted by the Board of Directors of the Company. "Article IX Execution of Documents Section 3. Appointment of Attorney -in -fact. The Chairman of the Board of Directors, the President or any Executive, Senior or Group Vice President may, from time to time, appoint by written certificates attorneys -in -fact to act in behalf of the Company in the execution of policies of insurance, bonds, undertakings and other obligatory instruments of like nature. Such attorneys -in -fact, subject to the limitations set forth in their respective certificates of authority, shall have full power to bind the Company by their signature and execution of any such instruments and to attach the seal of the Company thererto. The Chairman of the Board of Directors, the President or any Executive, Senior or Group Vice President or the Board of Directors, may, at any time, revoke all power and authority previously given to any attorney -in- fact." This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company at a meeting duly called and held on the 17 day of February, 1993. "Resolved, that the signature of the President or any Executive, Senior or Group Vice President and the seal of the Company may be affixed by facsimile on any power of attorney granted pursuant to Section 3 of Article IX of the By -Laws, and the signature of the Secretary or an Assistant Secretary and the seal of the Company may be affixed by facsimile to any certificate of any such power and any power or certificate bearing such facsimile signature and seal shall be valid and binding on the Company. Any such power so executed and sealed and certified by certificate so executed and sealed shall, with respect to any bond or undertaking to which it is attached, continue to be valid and binding on the Company." ADOPTED BY THE BOARD OF DIRECTORS OF AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA: This Power of Attorney is made and executed pursuant to and by authority of the following By -Law duly adopted by the Board of Directors of the Company. "Article VI Execution of Obligations and Appointment of Attorney - In - Fact Section 2. Appointment of Attorney -in -fact. The Chairman of the Board of Directors, the President or any Executive, Senior or Group Vice President may, from time to time, appoint by written certificates attorneys -in -fact to act in behalf of the Company in the execution of policies of insurance, bonds, undertakings and other obligatory instruments of like nature. Such attorneys -in -fact, subject to the limitations set forth in their respective certificates of authority, shall have full power to bind the Company by their signature and execution of any such instruments and to attach the seal of the Company thereto. The President or any Executive, Senior or Group Vice President may at any time revoke all power and authority previously given to any attorney -in- fact." This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company at a meeting duly called and held on the 17 day of February, 1993. "Resolved, that the signature of the President or any Executive, Senior or Group Vice President and the seal of the Company may be affixed by facsimile on any power of attorney granted pursuant to Section 2 of Article VI of the By -Laws, and the signature of the Secretary or an Assistant Secretary and the seal of the Company may be affixed by facsimile to any certificate of any such power and any power or certificate bearing such facsimile signature and seal shall be valid and binding on the Company. Any such power so executed and sealed and certified by certificate so executed and sealed shall, with respect to any bond or undertaking to which it is attached, continue to be valid and binding on the Company." ADOPTED BY THE BOARD OF DIRECTORS OF NATIONAL FIRE INSURANCE COMPANY OF HARTFORD: This Power of Attorney is made and executed pursuant to and by authority of the following Resolution duly adopted on February 17, 1993 by the Board of Directors of the Company. "RESOLVED: That the President, an Executive Vice President, or any Senior or Group Vice President of the Corporation may, from time to time, appoint, by written certificates, Attorneys -in -Fact to act in behalf of the Corporation in the execution of policies of insurance, bonds, undertakings and other obligatory instruments of like nature. Such Attorney -in -Fact, subject to the limitations set forth in their respective certificates of authority, shall have full power to bind the Corporation by their signature and execution of any such instrument and to attach the seal of the Corporation thereto. The President, an Executive Vice President, any Senior or Group Vice President or the Board of Directors may at any time revoke all power and authority previously given to any Attorney -in- Fact." This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company at a meeting duly called and held on the 17 day of February, 1993. "RESOLVED: That the signature of the President, an Executive Vice President or any Senior or Group Vice President and the seal of the Corporation may be affixed by facsimile on any power of attorney granted pursuant to the Resolution adopted by this Board of Directors on February 17, 1993 and the signature of a Secretary or an Assistant Secretary and the seal of the Corporation may be affixed by facsimile to any certificate of any such power, and any power or certificate bearing such facsimile signature and seal shall be valid and binding on the Corporation. Any such power so executed and sealed and certified by certificate so executed and sealed, shall with respect to any bond or undertaking to which it is attached, continue to be valid and binding on the Corporation." BID BOND FORM Herewith find deposit in the form of a certified check, cashiers check, cash, or bid bond in the amount of $ which amount is not Tess than five percent of the total bid. Sign Here BID BOND KNOW ALL MEN BY THESE PRESENTS: That we, , as principal, and , as Surety, are held and firmly bound unto the City of Yakima, as Obligee, in the penal sum of Dollars, for the payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, by these presents. The condition of this obligation is such that if the Obligee shall make any award to the Principal for , according to the terms of the proposal or bid made by the Principal therefor, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award and shall give bond for the faithful performance thereof, with Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure so to do, pay and forfeit to the Obligee the penal amount of the deposit specified in the call for bids, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damages, the amount of this bond. SIGNED, SEALED AND DATED THIS DAY OF , 20 Principal Surety , 20 Received return of deposit in the sum of $ 293 294 NON- COLLUSION DECLARATION I, by signing the proposal, hereby declare, under penalty of perjury under the laws of the United States that the following statements are true and correct: 1. That the undersigned person(s), firm, association or corporation has (have) not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the project for which this proposal is submitted. 2. That by signing the signature page of this proposal, I am deemed to have signed and have agreed to the provisions of this declaration. NOTICE TO ALL BIDDERS To report bid rigging activities call: I - 800 -424 -9071 The U.S. Department of Transportation (USOOT) operates the above toll -free "hotline" Monday through Friday, 8:00 a.m. to 5:00 p.m., eastern time. Anyone with knowledge of possible bid rigging, bidder collusion, or other fraudulent activities should use the "hotline" to report such activities. The "hotline" is part of USDOT's continuing effort to identify and investigate highway construction contract fraud and abuse and is operated under the direction of the USDOT Inspector General. All information will be treated confidentially and caller anonymity will be respected. 295 296 NON - DISCRIMINATION PROVISION During the performance of this contract, the contractor agrees as follows: (1) The contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, religion, sex or national origin. Such action shall include, but not be limited to the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause. *(2) The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex or national origin. *(3) The contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice, to be provided by the agency contracting officer, advising the labor union or workers' representative of the contractor's commitments under Section 202 of Executive Order No. 11246 of September 24, 1965, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. "(4) The contractor will comply with all provisions of Executive Order No. 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. *(5) The contractor will furnish all information and reports required by Executive Order No. 11246 of September 24, 1965, and by the rules regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the contracting agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. "(6) In the event of the contractor's noncompliance with the nondiscrimination clauses of this contract or with any such rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts in accordance with procedures authorized in Executive Order No. 11246 of September 24, 1965, and such • other sanctions may be imposed and remedies involved as provided in Executive Order No. 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. "(7) The contractor will include the provisions of Paragraphs (1) through (7) in every subcontract or purchase order unless exempted by rules, regulations, or orders 01 the Secretary of Labor issued pursuant to Section 204 of Executive Order No. 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The contractor will take such action with respect to any subcontract or purchase order as the contracting agency may direct as a means of enforcing such provisions including sanctions for noncompliance: Provided however, that in the event the contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the contracting agency, the contractor may request the United States to enter into such litigation to protect the interests of the United States." 297 SUBCONTRACTOR LIST Prepared in compliance with RCW 39.30.060 as amended (To be submitted with the Bid Proposal) 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 Chapter18.106 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 $ an 0 Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Bid Items to be performed by the Prime Contractor: ( - -)'-hcr.. h ) Prime Contractor Name V1 YtAb eJ 1 .3 F,j cc_ -�-r ��. i I rt( % . Item Numbers f 3 f I/ 5 (� r 7 1 299 • • 300 WOMEN AND MINORITY BUSINESS ENTERPRISE POLICY It is the policy of the City of Yakima that women and minority business enterprises shall have the maximum opportunity to participate in the performance of work relating to the City's activities. To this end, the City is committed to take all necessary and reasonable steps in accordance with state and federal rules and regulations to ensure women and minority business enterprises the maximum opportunity to compete for and to perform contracts. In order to enhance opportunities for women and minority businesses to participate in certain contractor opportunities with the City of Yakima, and as a recipient of federal and state financial assistance, the City is committed to a women and minority business enterprise utilization program. The City is determined to maximize women and minority business opportunities through participation in the competitive bidding process through women and minority business enterprise affirmative action programs administratively established by the City Manager and monitored and implemented in accordance with state and federal rules and regulations. All women and minority business enterprise programs shall include specific goals for participation of women and minority businesses in City projects of at least ten percent (10 %) of the total dollar value of City contract over $10,000. Goals shall be reviewed and updated annually by the City Manager for applicability and to ensure that the intent of this policy is accomplished. This statement of policy will be widely disseminated to all managers, supervisors, minorities and women employed by the City of Yakima as well as to contractors, vendors, suppliers, minorities and women who may seek the City's procurement and construction contracts related to the women and minority business enterprise programs. Contractors associations will be made aware of construction projects affected by this policy through all available avenues to assure that plans /specifications, bid forms, and invitations to bid are as widely distributed as possible. 301 302 RESOLUTION NO. D ' 48 1 6 A RESOLUTION adopting a "Women And Minority Business Enterprise Policy" for the City of Yakima. WHEREAS, the City of Yakima is the recipient of federal and state assistance which assistance carries with it the obli- gation of contracting with Women And Minority Business Enter- prises for the performance of public works, and WHEREAS, it is the intention of the City of Yakima that Women And Minority Business Enterprises shall have the maximum practicable opportunity to participate in the performance of such public works, and WHEREAS, the City of Yakima is determined to maximize Women And Minority Business Enterprise opportunities for parti- cipation in its competitive bidding process through the adoption of the "Women And Minority Business Enterprise Policy" statement attached hereto, now, therefore, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA: The City Council hereby adopts the "Women And Minority Business Enterprise Policy ", a copy of which is attached hereto and by reference made a part hereof. 0/� • ADOPTED BY THE CITY COUNCIL this ..4 i ti day of �c -,ut_ - , 1983. 4 ystw Ore A AAA.A-c .-V Mayor ATTEST: • a � City Clerk 303 • 304 AFFIRMATIVE ACTION PLAN The bidders, contractors and subcontractors will not be eligible for award of a contract under this Advertisement for Bids unless it certifies as prescribed, that it adopts the minimum goals and timetable of minority and women workforce utilization and specific affirmative action steps as set forth by the City of Yakima, This is directed at increasing minority and women workforce utilization by means of applying good faith efforts to carrying out such steps. However, no contractor or subcontractor shall be found to be in noncompliance solely on account of its failure to meet its goals within its timetables, but such contractor shall be given the opportunity to demonstrate that it has instituted all of the specific affirmative action steps specified by the City of Yakima, and has made every good faith effort to make these steps work toward the attainment of its goals, all to the purpose of expanding minority and women workforce utilization on all of its projects in the City of Yakima, Washington. In all cases, the compliance of a bidder, contractor or subcontractor will be determined in accordance with its respective obligations under the terms of these Bid Conditions. All bidders and all contractors and subcontractors performing or to perform work on projects subject to these Bid Conditions hereby agree to inform their subcontractors of their respective obligations under the terms and requirements of these Bid Conditions, including the provisions relating to goals of minority and women employment and training. Specific Affirmative Action Steps Bidders, contractors and subcontractors subject to this contract must engage in affirmative action directed at increasing minority and women workforce utilization, which is at least as extensive and as specific as the following steps: a. The contractor shall notify community organizations that the contractor has employment opportunities available and shall maintain records of the organizations' response. b. The contractor shall maintain a file of the names and addresses of each minority and women worker referred to him and what action was taken with respect to each such referred worker, and if the worker was not employed, the reasons therefore. If suchworker was not sent to the union hiring hall for referral or if such worker was not employed by the contractor, the contractor's file shall document this and the reasons therefore. c. The contractor shall promptly notify the City of Yakima Engineering Division an Contract Compliance Officer when the union or unions with whom the contractor has collective bargaining agreement has not referred to the contractor a minority or woman worker sent by the contractor or the contractor has other information that the union referral process has impeded him in his efforts to meet his goal. d. The contractor shall participate in training programs in the area, especially those funded by the Department of Labor. e. The contractor shall disseminate his EEO policy within his own organization by including it in any policy manual; by publicizing it in company newspapers, annual reports, etc., by conducting staff, employee and union representatives' meetings to explain and discuss the policy; by posting of the policy; and by specific review of the policy with minority employees. 305 f. The contractor shall disseminate his EEO policy externally by informing and discussing it with all recruitment sources; by advertising in news media, specifically including minority news media; and by notifying and discussing it with all subcontractors and suppliers. g. The contractor shall make specific efforts and constant personal (both written and oral) recruitment efforts directed at all minority or women organizations, schools with minority students, minority recruitment organizations and minority training organizations, within the contractor's recruitment areas. h. The contractor shall make specific efforts to encourage present minority employees to recruit their friends and relatives. i. The contractor shall validate all man specifications; selection requirements, tests, etc. j. The contractor shall make every effort to promote after school, summer and vacation employment to minority youth. • k Tha nnntractnr shall develop on- the -Job training opportunities and participate and assist in any association or employer group training programs relevant to the contractor's employee needs consistent with its obligations under this bid. I. The contractor shall continually inventory and evaluate all minority and women personnel for promotion opportunities and encourage minority and women employees to seek such opportunities. m. The contractor shall make sure that seniority practices, job classifications, etc., do not have a discriminatory effect. n. The contractor shall make certain that all facilities and company activities are non- segregated. o. The contractor shall continually monitor all personnel activities to ensure that his EEO policy is being carried out. p. The contractor shall solicit bids for subcontracts from available minority and women subcontractors, engaged in the trades covered by these Bid Conditions, including circulation of minority and women contractor associations. q. Non cooperation: In the event the union is unable to provide the contractor with a reasonable flow of minority and women referrals within the time limit set forth in the collective bargaining agreements, the contractor shall, through independent recruitment efforts, fill the employment vacancies without regard to race, color, religion, sex or national origin, making full efforts to obtain qualified and /or qualifiable minorities and women. (The U.S. Department of Labor has held that it shall be no excuse that the union with which the contractor has a collective bargaining agreement providing for exclusive referral failed to refer minority or women employees.) In the event the union referral practice prevents the contractor from meeting the obligations pursuant to Executive Order 11246 and 23 CFR Part 230 as amended, and the Standard Specifications, such contractor shall immediately notify the City of Yakima Engineering Department or the City of Yakima Compliance Officer. 306 BIDDERS CERTIFICATION A bidder will not be eligible for award of a contract under this invitation for bids unless such bidder has submitted as a part of its bid the following certification, which will be deemed a part of the resulting contract: p h p 1 ∎ 5 ',tec rtc Inc. , certifies that: (BIDDER) 1. It intends to use the following listed construction trades in the work under the contract • and; as to those trades for which it is required by these Bid Conditions to comply with these Bid Conditions, it adopts the minimum minority and women workforce utilization goals and the specific affirmative action steps for all construction work (both federal and non - federal) in the Yakima, Washington area subject to these Bid Conditions, those trades being: ci an 1 c' u p , en 4- <� era for �'I Ckc c� e, r- and; 2. It will obtain from each of its subcontractors and submit to the contracting or administering agency prior to the award of any sub - contract under this contract the Subcontractor Certification required by these Bid Conditions. Kr- 9. ,9/ "(Signature of Authorized Representative of Bidder) P. Knob el en+- 307 308 SUBCONTRACTORS CERTIFICATION Subcontractors' Certification is not required at the time of bid. This Certification must be completed by each subcontractor prior to award of any subcontract. certifies that: (SUBCONTRACTOR) 1. It intends to use the following listed construction trades in the work under the subcontract and; As to those trades for which it is required by these Bid Conditions to comply with these Bid Conditions, it adopts the minimum minority and women workforce utilization goals and the specific affirmative action steps for all construction work (both federal and non - federal) in Yakima, Washington, subject to these Bid Condition, those trades being: and; 2. It will obtain from each of its subcontractors prior to the award of any subcontract under this subcontract the Subcontractor Certification required by these Bid conditions. (Signature of Authorized Representative of Subcontractor) 309 310 Materially and Responsiveness The certification required to be made by the bidder pursuant to these Bid Conditions is material, and will govern the bidder's performance on the project and will be made a part of his bid. Failure to submit the certification wilt render the bid non responsive. Compliance and Enforcement Contractors are responsible for informing their subcontractor (regardless of tier) as to their respective obligations under the conditions of the contract here (as applicable). Bidders, contractors and subcontractors hereby agree to refrain from entering into any contract or contract modification subject to Executive Order 11246, as amended on September 24, 1965, with a contractor debarred from, or who is determined not to be a responsible' bidder for, government contracts and federally assisted construction contracts pursuant to Executive Order. The bidder, contractor or subcontractor shall carry out such sanctions and penalties for violation of the equal opportunity clause including suspension, termination and cancellation of existing subcontracts as may be imposed or ordered by the administering agency, the contracting agency or the Office of Federal Contract Compliance pursuant to the Executive Order. Any bidder, or contractor or subcontractor who shall fail to carry out such sanctions and penalties shall be deemed to be in non - compliance with these Bid Conditions and Executive Order 11246, as amended. Nothing herein is intended to relieve any contractor or subcontractor during the term of its contract on this project from compliance with Executive Order 11246, as amended, and the Equal Opportunity Clause of its contract. Violation of any substantial requirement in the affirmative action plan by a contractor or subcontractor covered by these Bid Conditions including the failure of such contractor or subcontractor to make a good faith effort to meet it fair share of the trade's goals of minority and women workforce utilization, and shall be grounds for imposition of the sanctions and penalties provided at Section 209 (a) of Executive Order 11246, as amended. Each agency shall review its contractors' and subcontractors' employment practices during the performance of the contract. If the agency determines that the affirmative action plan no longer represents effective affirmative action, it shall so notify the Office of Federal Contract Compliance which shall be solely responsible for any final determination of that question and the Consequences thereof. In regard to these conditions, if the contractor or subcontractor meets its goals or if the contractor or subcontractor can demonstrate that it has made every good faith effort to meet those goals, the contractor of the subcontractor shall be presumed to be in compliance with Executive Order 11246, as amended, the implementing regulations and its obligations under these Bid Conditions and no formal sanctions or proceedings leading toward sanctions shall be instituted unless the agency otherwise determines that the contractor or subcontractor is not providing equal employment opportunities. In judging whether a contractor or subcontractor has met its goals, the agency will consider each contractors or subcontractor's minority and women workforce utilization and will not take into consideration the minority and women workforce utilization of its subcontractors. Where the agency finds that the contractor or subcontractor has failed to comply with the requirement of Executive Order 11246, as amended, the implementing regulations and its obligations under these Bid Conditions, the agency shall take such action and impose such sanctions as may be appropriate under Executive Order and the regulations. When the agency proceeds with such formal action, it has the burden of proving that the contractor has not met the requirements of these Bid Conditions, but the contractor's failure to meet his goals shall shift to him the requirement to come forward with evidence to show that he has met the "good faith" requirements of these Bid Conditions by instituting at least the Specific Affirmative Action steps listed 311 above and by making every good faith effort to make those steps work toward the attainment of its goals within its timetables. The pendency of such formal proceedings shall be taken into consideration by Federal agencies in determining whether such contractor or subcontractor can comply with the requirements of Executive Order 11246, as amended, and is therefore a "responsible prospective contractor" within the meaning of the Federal Procurement Regulations. It shall be no excuse that the union with which the contractor has a collective bargaining agreement providing for exclusive referral failed to refer minority and women employees. The procedures set forth in these conditions shall not apply to any contract when the head of the contracting or administering agency determines that such contract is essential to the national security and that its award without following such procedures is necessary to the national security. Upon making such a determination, the agency head will notify, in writing, the Director of the Office of Federal Contractor Compliance within thirty days. Requests for exemptions from these Bid Conditions must be made in writing, with justification, to the: Director Office of Federa! Contractor Compliance U.S. Department of Labor Washington, D.C. 20210 and shall be forwarded through and with the endorsement of the agency head. Contractors and subcontractors must keep such records and file such reports relating to the provisions of these Bid Conditions as shall be required by the contracting or administering agency or the Office of Federal Contractor Compliance. 312 PROPOSAL CITY OF YAKIMA INTERSECTION SIGNAL REVISION South 40 Avenue and Nob Hill Blvd. City Project No. 1918 The bidder is hereby advised that by signature of this proposal he /she is deemed to have acknowledged all requirements and signed all certificates contained herein. A proposal guaranty in an amount of five percent (5 %) of the total bid, based upon the approximate estimate of quantities at the above prices and in the form as indicated below, is attached hereto: CASH ❑ IN THE AMOUNT OF CASHIER'S CHECK ❑ DOLLARS CERTIFIED CHECK 0 ($ ) PAYABLE TO THE STATE TREASURER PROPOSAL BOND I IN THE AMOUNT OF 5% OF THE BID " Receipt is hereby acknowledged of addendum(s) No.(s) & SIGNATURE OF AUTHORIZED OFFICIAL(s) Ao 9O S' cl ;WO rca P. Kr,c,kwJ, Pr sic.1pA-i$ FIRM NAME Knnbe �S I iC.., f(. (ADRESS) gni T l l ° i n f f PHONE NUMBER STATE OF WASHINGTON CONTRACTORS LICENSE NUMBER KNOe)EEI FEDERAL ID No. 1 g I I 1 O 1 °71 g 1 7 � " A to l l I Note: (1) This proposal form is not transferable and any alteration of the firm's name entered hereon without prior permission from the Secretary of Transportation will be cause for considering the proposal irregular and subsequent rejection of the bid. (2) Please refer to section 1 -02.6 of the standard specifications, re: "Preparation of Proposal," or "Article 4" of the Instructions to Bidders for building construction jobs. (3) Should it be necessary to modify this proposal either in writing or by electronic means, please make reference to the following proposal number in your communication. 313 314 BIDDER'S CHECK LIST The bidder's attention is especially called to the following forms, which must be executed, as required, and submitted on the form purchased from the City and bound in the Contract Documents: A. PROPOSAL The unit prices, extensions and total amounts bid must be shown in the spaces provided. B. PROPOSAL SIGNATURE SHEET To be filled in and signed by the bidder. C. BOND ACCOMPANYING BID This bid form is to be executed by the bidder and the surety company unless bid is accompanied by a certified check. The amount of this bond shall be not Tess than 5% of the total amount bid and may be shown in dollars or on a percentage basis. D. SUBCONTRACTOR LIST The form must be filled in. Failure to provide this information at Bid Opening WILL NOT render the bid non - responsive. The following forms are to be executed after the contract is awarded: A. CONTRACT This agreement is to be executed by the successful bidder. B. PERFORMANCE BOND To be executed by the successful bidder and his /her surety company. C. CERTIFICATE OF INSURANCE Refer to attached Informational Certificate of Insurance and Additional Insured Endorsement. Also refer to Section 1 -07.18 (APWA) of the Standard Specifications and Special Provisions. 315 ! , . . r y SUBGRADE t ti }• " � BACKFILL AND CONDUIT BEDDING iv _ • • •' MATERIAL SHALL BE COMPACTED • • f CRUSHED SURFACING TOP COURSE. J A •> Y L YYJJ 2" OR 3" SCHEDULE 40 CONDUIT(S) •• •' AS SHOWN ON PLANS • uali • . E14 CONDUIT TRENCH SECTION NTS City of Yakima — Engineering Division APPROVED: 1.13.00 CITY OF YAKIMA - STANDARD DETAIL I CONDUIT TRENCH SECTION I E14 • 7 0I O O O ® P � S � B BUTTON UUTTTON o � 411 , FOR F O R o m * METAL POLE INSTALLATION PPB -M (Pedestrian Pushbutton - Metal Pole) WOOD POLE INSTALLATION `_�� �� PPB -W (Bottom feed shown) (Pedestrian PushButton - Wood Pole) R10 -4001 R10-4002 t 3.374" r NOTE: 2,5" When "'PPB -MR" or "PPB -WR" are specified F� ("� in the contract. the arrow shall be 1.5" installed in the opposite direction than as shown for opposite or "PPB-W" 1 �� O 2.875" 2.75" T ... P N N • O n O R10 -4002 4111 O Y t 0 0.391 "" hole o R10-4001 .187 " "� 1 3 i 4 -.187' 0.875" hole for P Top View Top View metal post mount 0.391'" hole for t wood post mount r 1 1 1 --1- 2 „ 4- 0.9375" 0 • ID i i [�2.8125" Front View Side View I N 4 A 0.391" Hole ■ CAST ALUMINUM CONOULET in 0.875" hole 1 In ko H ti N 4 0 111 111 r In V • (TYP) PEDESTRIAN PUSHBUTTON N Front View Side View DETAILS w __t Front view Side view PUSHBUTTON SWITCH ASSEMBLY ALUMINUM 'H' EXTRUSION "`" KEY * o f 0 Pushbutton switch assembly O Aluminum H extrusion ,`i f � x�t • + o� : � O Cost metal housing Chase nipple - %" hex head x %/" pipe thread x 2%/" long 0 Protective collar 0 3 /e" - 16 X 2 stainless steel bolt with washer 4er I O Pushbutton switch ® S//" X 4 "lag bolt with washer STANDARD PLAN J -5 O Gasket ® Drill and top shaft for 3 /a" bolt AP'ROVE# F 8 ICATIO O Stainless steel fastener el Drill and top shaft for 1/2" nipple / -� ■ •, f Oh, 0 O Cost aluminum condulet ® Conduit and fittings cis required for timber pole installation) STATE DESIGN MIME DATE 0 Aluminum plug with ' /8 "" drilled weep hole. reverse condulet and conduit for top feed On timber pole installation. remove plug for wire O WASHINGTON STATE DEPARTMENT .. or TRANSPORTATION and drill weep hole in condulet. l6 Drill pilot hole for 3 /a" log bolt a.wu. MsMIMCroM 0 NOTES: • 5 _) Mt III ::�i. I © © 0 0 �, Q I. SEE CONTRACT FOR HEAD TYPE. MOUNTING HEIGHT AND ORIENTATION. --- - -- - -- , 2. ALL NIPPLES, FITTINGS ANO CENTER PIPES SHALL BE 1 DIA u tt _ t1 r NOMINAL TRADE SIZE (NEC). 3. INSTALL NEOPRENE GASKET OUTSIDE HEAD WHEN FLANGED ELBOWS L I 0 ARE SUPPLIED. 2 2 CO • Q J L L ' P Li Q qI o `er �1 Li1 r0 4�1 • I, MIME _ro et Ila SIDE MOUNT TYPE A PED. SIDE MOUNT � TYPE H - VEHICLE TYPE B - PED. "— p V Ala m TYPE K - VEHICLE u r i o : O 0 CENTER PIPE . _ © IOCKNIPPIE � {nI+ Q NIPPLE �"' IQ��I� D SERRATED ELBOW 0 © SERRATED DR FLANGED ELBOW 0 REAMED TEE WITH SET SCREW J L � - � Q REAMED ELBOW WITH SET SCREW © fl L 0 . - 0 BRONZE WIRE TERMINAL LEADS COMPARTMENT WITHs - GASKETED COVER o �' "'� o p C. p8 - FASTENERS �� j• � Ot TAdy/ + 1 + - 46 0 6D + - MOUNTING SADDLE FOR SIDE MOUNTS '� ------ W. DIA DRAIN HOLE IV, 4 n,�� I (2 POSITION TERMINAL STRIP TOP MOUNT �'{� g & 00 / * TOP MOUNT 9 cu e V I9 W IREXAY FOR SIDE MOUNTS TY C - PED. ,r ooTlosf�p o, TYPE D - PED. - 0 BRONZE COLLAR. 4 I.D. WITH SET SCREWS B DIST6�' ♦� TYPE F - VEHICLE � $ GASKET ANO WASHER X s �ONAL � OR VEHICLE ORNAMENT CAP ( CONDUIT LOCKNUT I EXPI(ES JUNE 4,1999 i M van iii m ' 0 � i TYPE E HINGE MOUNTING SIGNAL HEAD MOUNTING FASTENER WITH H SPACER R -%2' LAG SCREWS ON WOOD POLE - /z' BOLTS TAPPED TO METAL POLE DETAILS POLE & POST I FLATHEAD SOCKET BOLT TOP MOUNTINGS TYPE E MOUNTING DETAILS 0 %_' INSERT HOLE FOR EXTERNAL WIRE ENTRANCE REOUIRED ON TIMBER POLE MOUNTINGS ONLY. 1 1.. STANDARD PLAN J -6f APPROV 0 FOR PUBLICATION SIDE MOUNT �/j/ p TYPE E 'ii . l/i..� O (NEON GRID OR SIMILAR SIZE ur• sarcosstcxt`1NSU o. WASHIN STAU Ot TINNT a TxaNSrdluTION INCANDESCENT PEDESTRIAN HERO) a rNria, NasxrxcroN O O NOTES: ' I. Type M mounting shall hove "0 " ring groove and seal top _ and bottom at signol ottochment. 01111 ® 2. Type M mounting for conventional heods shall have o r I 0 — 2 "" diameter opening at the signal ottochment. 0 - O 3. Type M mounting for optically programmed heods sholl hove a 0 0 3/z" OIA opening of the signal ottochment. '�' " "� 0 4. Type N mounting with optically programmed heads shall be 0 r f installed with 14 "" nominol arms. 1 I � 5. See Standard Plan " "Miscellaneous Signol Details" for visor. KEYS 0 0 tether wire, and bookplate requirements. f 0 ( End cop f _ 1 O Conduit locknut, 11/2" OIA I 0 1 O Locknipple. 1'/ "" 01A 0 Steel washer ARM MOUNT 1 r 2:: . © © nll�i� 0 Neoprene gosket TYPE L — i — ' 1 __ -_ I 9.. MIN i 0 I i © Bronze serrated ell fitting with: n I 1 -- - Mt" stainless steel through bolt and nuts Q ® - Three set screws ot slipfitter connection ARM MOUNT A � y - Three alien head stainless steel set screws W r �) pa I H " ot nipple connection TYPE LE � -i - (TYPE L WITH i (1) o fE1 O Serrated ring with pins EXTENSION FITTINGS) iii ID ® Hex tocknut with: � c 0 4D Two alien head stoinless steel set screws - Pin receptacles L L.. O Nipple, 1' /i" 014 1 9 "" MIN .. 0 ,111, MOMONWORI t0 Hex tocknut, 1' /Z "" OIA _ _ a _ > ARM MOUNT ARM MOUNT 11 Mounting assembly ® ;;,' © a TYPE M TYPE N t2 Bronze elevator plumbizer with 14 stoinless steel _ col' 0_ �•, I •TE through bolt, washers. and two nuts t c o l3 Aluminum arm with set screw 0 ® — r ' l4 Slotted tube with closure strip C}{9) 0 '. , . t5 Tube clomp, 2 %z` ID, MIN , 0 ft.,. ' 'o 0 "' "' 0 0 SIGNAL HEAD MOUNTING • 16 Female clamp assembly with: ' DETAILS MAST ARM & - Two set screws SPAN WIRE MOUNTINGS - '' / x 0.045" stoinless steel bonds r I - Screw buckles, %"" with swivels. nuts, and washers 1 yW e - Bond clips with alien heod stoinless steel set screws 0 0 i �"''>A i c' 0 IT Bronze messenger hanger with: ' ' 0 0 — - '/2 OIA J bolts J if; - Coble lock bar i 0 21 y . I �a ` - Rivet Cotter key � 0 I 1 �osstt *ion,. `� o a Bronze female wire entrance with: ' SPAN WIRE (X?etS....r4 - Bushing insert I TYPE 0 ( 2 HEADS ) --- — -� - Allen head stoinless steel set screw - 1 TYPE R ( 3 HEADS) STANDARD PLAN J -6g TYPE S (4 HEADS) 19 Bronze balance adjuster 1 APPROV 0 FA' P :LIC TI'N 20 Multi -heod mounting assembly %9 / .4 / / , di7 2 t Spider assembly SPAN W IRE ' & ATE DESI E. INEER CAT( TYPE P ( 1 HEAD ) WASHINGTON STATE OERARTNENT Or TRANS/NATATION 22 Serrated ring with no pins IRV OtYNPIA, w.SH:NCmoN TYPE PPB, PS, & I STANDARD DETAILS 1- 7; t 7 _=j41] i SIGNAL STANDARD TYPE DESIGNATIONS 4 a I A8 ANCHOR BOLT, NUT, & WASHER SIZES 0 1111 p a STANDARD DIMENSIONS S TYPE PPB 4 - %z" DIA x 12" x 2" I / S TYPE PS & 1 4- 3'i' DIA x 30 "x 4" 0 5 TYPE FB & RM 3 - Y4" DIA x 30" x 4" 36' V T ELEVATION e O O 01 P O O ~ PLAN I - ._ _, TYPE PPB TYPE PS TYPE I & RM TYPE FB TYPE II TYPE III TYPE IV TYPE V TWO THREADS MIN PED. PUSH PED. HEAD VEHICLE HEAD FLASHING MAST ARM LIGHTING AND STRAIN POLE LIGHTING AND % MAX L S 2" CLEARANCE BUTTON STANDARD AND RAMP METER BEACON STANDARD MAST ARM STANDARD STRAIN POLE 3 /4" CHAMFER t ., K PAVED AREA POST STANDARD STANDARD STANDARD STANDARD UNPAVED AREA L v ' AWRV ; TYPE PPB, PS, I, RM & FB STANDARD DIMENSION CHART 1, 'ER ^ ° " =, =ia _ wi, TYPE TYPE TYPE TYPE TYPE • II v )'. 11 ITEM PPB PS I RM FB /� I" TO 2" • • 1 . • ii . v li q/0.01 A HEIGHT 4 " -6 8' -O" 10 " -0 "" SEE SHEET 2 SEE SHEET 2 II • v • • • • ii v • 4 11 • B POLE BASE DIA 2%a • • • • • • .t D•11/04. 11 ' • 1i • ' 1I v C PLATE THICKNESS %z' Yz" /2" SEE SHEET 2 SEE SHEET 2 0 O F �A5 'y N • It • v • I ii ' . ; 11 ' D PLATE WIDTH 5" 9" 9" SEE SHEET 2 SEE SHEET 2 R� 4 , .4' � - E HOLE DIA 3 /e ' I" 1" SEE SHEET 2 SEE SHEET 2 `' b' v ; II / I I v v I F BOLT CIRCLE 4 � /Z 8'' /" 8 %z" SEE SHEET 2 SEE SHEET 2 A. d l G FOUNDATION DEPTH I " -G" 3' -O" 3' -0" 3'-O" 3' -0" _ ,. HI FOUNDATION WIDTH 1' -6" 2' -D" 2' -0'" 2'-0" 2' -0" %2 ..e O W M — 41' C . II 4 . .. ' ". H2 FOUNDATION DIA 2' -O" • 2' -3'" 2' -3" 2' -3'" 2' -3" F OIST&• ♦ ' It i ''il 11 J NUT & WASHER Four %2 Yi' + �i' ,Fs / ONA6 ECG Al. v : 0 1"11 'v K GROUT PAO THICKNESS NONE •• .• SEE SHEET 2 SEE SHEET 2 JI _ II 11' L PLASTIC DRAIN TUBE DIA NONE 'EXPIRES OCTOBER 26.20021 21 /2 " CLEARANCE 11 — ' - 8 ,, Al 47 , •' II ' M VERTICAL RE-BAR NONE Eight •4 Eight •4 Eight •4 Eight •4 il� v • II . • • vii. ' SIGNAL STANDARD TYPE • N HORIZ. RE-BAR HOOP NONE Three •4 Three •4 Three •4 three • P HANDHOLE SIZE NONE 3W' x 4 " 3V2" x 4 " 3 x 4" 3Y2" x 4" DESIGNATIONS AND TYPE • ' 11 11' • • - • II • • 0 SLIPFITTER DIA 11.D.) NONE 4" 4" 4" 4" PPB, PS, I RM & FB DETAILS A 4q- -aiL L 4 ,...-31;.. R CAP DIA 2 %z' NONE NONE NONE NONE • TAPERED ROUND OR OCTAGONAL SHAFT, 11 GAGE. 4" 00 AT SLIPFITTER WELD. TAPER = 0.14 INCHES /FT. STANDARD PLAN J -7a 2" CLEARANCE LEVELING NUT HEIGHT I" MAXIMUM. ) 1 SHEfT)OF2 iEEiS HI (SQUARE) H2 (ROUND) N ► LEVELING NUTS NOT REQUIRED FOR TYPE PPB STANDARD .rA 13,0R f 4 OR BUCATION —► 1 • 9 O l MU DEVON ENG1NE'{t / MM FOUNDATION DETAILS Washington SW% • .• M•f Trvmpw,eti•n FOR HANDICAP RAMP SIZE AND POSITION, ' SEE APPLICABLE STANDARD DETAILS. THROUGH JOINTS ON EACH SIDE OF AND AROUND EACH UTILITY APPURTENANCE. NOTES 1. THROUGH JOINTS WITH 3/8" JOINT MATERIAL SHALL BE PLACED AT 20' INTERVALS OR MATCH EXISTING CURB JOINTS. 2. 1 1/2" DEEP DUMMY JOINTS SHALL BE SCORED INTO THE CONCRETE AT ALTERNATING 10' INTERVALS. 3 . "V" GROOVES SHALL BE PLACED AT 5' INTERVALS. 4. ALL JOINTS, "V" GROOVES, AND EDGES SHALL BE FINISHED WITH AN EDGER HAVING A 1/4" RADIUS. 5. SEE PLANS FOR WIDTH AND POSITION OF SIDEWALK. R12 SIDEWALK JOINTING DETAIL NTS City of Yakima — Engineering Division APPROVED: 9.15.99 CITY OF YAKIMA - STANDARD DETAIL J SIDEWALK JOINTING 1 R12 SEE PLANS W." COLD JOINT 4" s i> S = —0.02 COMPACTED EARTH 1" MINIMUM COMPACTED DEPTH CRUSHED SURFACING TOP COURSE 4" STANDARD SECTION SEE PLANS 8 " — 4" \ __ r S = 0.02 FT /FT —.— .. 0. .( . t. � :.\% '' ` - ...:;,:k. % .... . a. . / /••:,, , `)//\<//�: COMPACTED EARTH 6" 1" MINIMUM COMPACTED DEPTH CRUSHED SURFACING TOP COURSE THICKENED SIDEWALK SECTION NOTE 1. WSDOT CLASS 3000 CONCRETE WITH COARSE AGGREGATE GRADING NO. 5. R14 TYPICAL SIDEWALK SECTIONS NTS City of Yakima — Engineering Division APPROVED: 9.15.99 CITY OF YAKIMA - STANDARD DETAIL I TYPICAL SIDEWALK SECTIONS I R14 EXISTING PAVEMENT - DEPTH VARIES ASPHALT CONCRETE PATCH LIMITS 1' -0" EXCAVATION LINE 1' -O" 1 -0" (MIN) Q r r yl ALTERNATE BACK SLOPE AT CONTRACTORS ��-- OPTION AND AT NO ADDITIONAL COST TO THE / CITY OF YAKIMA ACP CLASS "A" 0 1.5 TIMES DEPTH OF EXISTING ASPHALT. 3" MINIMUM COMPACTED DEPTH. 2 EQUAL LIFTS 6" CSBC (COMPACTED DEPTH) ASPHALT CONCRETE SURFACED EXISTING SURFACe - DEPTH VARIES GRAVEL SURFACE PATCH - LIMITS 1' -0" EXCAVATION LINE 1' -D" 1' -0" (MIN) pp``ff j�pp��pG ��yyyyy{yyy� AAqq````ss ���yyyy�ppyyRjj�� .r @f!'i�MYf!ta34 ���Jitang .Yi�iyt /Y3iY.Y. mina sro sy ALTERNATE BACK SLOPE AT CONTRACTORS /_-' OPTION AND AT NO ADDITIONAL COST TO THE CITY OF YAKIMA 2" CSTC (COMPACTED DEPTH) GRAVEL SURFACED UNSURFACED AREAS PATCH EXISTING GROUND LIMITS 1' -0" EXCAVATION LINE 1' -0" 1' -0" (MIN) q. + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + 4- + + + + 4 + + + + Aw- ALTERNATE BACK SLOPE AT CONTRACTORS / - + - OPTION AND AT NO ADDITIONAL COST TO THE CITY OF YAKIMA _ 12" MINIMUM (COMPACTED DEPTH) NATIVE MATERIAL FREE FROM ROCKS. STORE IN STOCKPILE WHEN REMOVED DURING TRENCHING. UNSURFACED AREAS NOTE 1. CONTRACTOR SHALL BE RESPONSIBLE FOR ALL SURFACE RESTORATION INCLUDING WIDER REPAIR SECTIONS RESUL11NG FROM ALTERNATE BACK SLOPE AT TRENCH SIDES. R24 SURFACE REPAIR DETAIL NTS City of Yakima — Engineering Division APPROVED: 9.15.99 CITY OF YAKIMA - STANDARD DETAIL I SURFACE REPAIR DETAIL I R24 • NOTES W20-1 1. Flashing warning lights (TYPE A, MUTCD) should ROAD be used to mark barricades at night, os needed. WORK * i • x AHEAD �,. I I 2. Conflicting pavement markings and those no longer applicable shall be removed or obliterated. x END 3. Prohibit turns as necessary for traffic conditions. x ��*' I { -}-o x ROAD WORK G20 -2o • LEFT LANE I :1i CLOSED w q N+ ° (See 3) e � BUFFER DATA AHEAD • — W20 -50.) W4 -21R1 BUFFER SPACE ° ° a Buffer Space — 1 (See Buffer Data) ROAD Speed (MPH) 25 30 35 40 45 50 a ° ii ( WORK • a B (FT) = 55 85 120 170 220 280 • • }. X •4 a . , l R \� i' X ,1 AHEAD END \ MINIMUM TAPER LENGTH = L IN FEET G20 -2a ROAD WORK KEEP « Lane r, Posted Speed (MPH) R4-7 ti) 111111110 a __ R1CHT (feet) 25 30 35 40 45 50 10 105 150 205 270 450 500 (See Not R3 -2 e 3) 11 115 165 225 295 495 550 .{ I. � _ / I S00' MAX 1. END 12 125 180 245 320 540 600 x a ( G20 -2a l� g a j' ROAD WO ROAD / � FO G1 LOCAL WORK -,- RIGHT RIGHT LANE CHANNELIZING AC ENCY 1U1 St AHEAD DEVICE SPACING (FT) W20 -I f —•— ; MUST MPH Toper Tangent 4 t— TURN RIGHT R3 -7(R) 35/50 30 60 END x 25/30 20 40 G20 -2o ROAD WORK 1 I THRU TRAFFIC CONTROL PLAN �A TRAFFIC MERGE LEFT SIGN SPACING TABLE x Speed x , y. ' LEGEND ' E -L.- SP -2 45/50 35/40 MPH 500'3 i�: w a a a CHANNEUZING DEVICES MPH 350 "! �0�� *�oiiyt� ° + � arrow TYPE III BARRICADE 25/30 MPH 2p0't f t �ONAL 0 ' - SEOUENTIAL ARROW SIGN ROAD a01Kf »c i t -..--OBLITERATED MARKINGS I I WORK STANDARD PLAN K -10 (SEE NOTES) * * AHEAD APPROVED FOR PUBLICATION ,! 1 11 TK%I [N [R OA1E Typic oppRcotion - Work ores near an lntersectlon, aeowlnq right turns. v� ) A , t ' al , . i 0 NASNINOTON STATE OEPARINENI Of TRANSPORTATION , OETNPIA. NASNINO1ON q.H .1 1. . e..,v0;;;N r ii‘ r;,c\ik, • - NOTES NOTES ROAD x I ( 1. Flashing wornin lights (Type a ! 1 9 9 rig A, MUTCO) WORK should be used to mork barricades of night AHEAD - END 1 as needed. W20 -1 ° ROAD WORK 2. Steady burning warning lights (Type G. MUTCD) a I oN a G20 20 should be used to mork chonnelizing devices at night s needed. ° in 3. Conflicting pavement markings and those no longer appicoble shall be removed or END ROAD obliterated. ROAD WORK I 111§1111J WORK , X 'i 4. Prohibit turns os necessary for traffic I G20 20 MAX I 1 ... ..1 i AHEAD conditions. J W20 -1 r 8 KEEP « MINIMUM TAPER LENGTH = L IN FEET --- -- -- --- --- Lone Posted Speed (MPH) R4-7o Width RIGHT * (feet) 25 30 35 40 45 50 • R3-2 10 105 150 205 270 450 500 1 (see Note 4) . 71- r I - ENO 11 115 165 225 295 495 550 X a ' n— - 12 125 180 245 320 540 600 ° N MAX ROAD WORK G20 ROAD I 1 ° I -' WORK LOCAL AHEAD W20 -I FOR ROAD ( n ° ( '� SIGN SPACING TABLE AGENCY USE G20-20 • I DDD ° 45/50 MPH 500't ° -, W4 -2(R) 35/40 MPH 350't a ( a 25/30 MPH zoo't TRAFFIC CONTROL PLAN • I * LEFT LANE x CLOSED AHEAD ' y __ / W20 -5(L) $ I 1 CHANNE V� ROAD x DEVICE SPACING LING (FT> .. ti`s LEGEND -+/=- WORK MPH Taper Tangent V s7 oNAL � V o a ° chonnelizing Devices 1 1 AHEAD 35/50 30 60 ( macc Att 4, A5 1 x 25/30 20 40 DOD Sequential Arrow Sign W20 -1 STANDARD PLAN K -11 1 ) ® Type .I Barricade APPROVED FOR PUBLICATION / / Typical application - Work area near on intersection - _(4! ... providing access to left -turn lone. GTE O[SIGR[ (P 11 ATP 031a° , t1q YASYIMGTON STAI[ TIPIA TY TRANSPpITATI OY MFORWIA: A pLYwiA. wAS. YASMIMGTOR ■ • W20 -I G20-2o NOTES • • ROAD i 4 fr * I ENO I Or reverse cone toper to I. Conflicting povement markings and those no longer applicable WORK ROAD WORK show end of work oreo shall be removed or obliterated. AHEAD 2. Exposed ends of concrete barriers must be maintained outside i. the cleor zone and adequately flared or fitted with impact attenuotors. xi I I o m m Fiore formula( 45 MPH --- Ill 1 40 MPH --- 10r1 j i 3. The advance warning sign series N20-t. W20-5(R) and N4.2(L) Shd1I be repeated in median where 3Ufficient width exists. N12-401R 4. Steady burning warning lights (TYPE C. WITCO) shall be used to murk chonneiizing devices at nlght. i ,%, . 4 I t 17 0 CHANNELIZiNG SIGN SPACING TABLE ii/ DEVICE SPACING (FT) Speed X • i ` Toper Tangent MPH To �• N12 p 45/50 MPH 500't Temporary 5/50 30 6 0 Edge Stripe 35/40 MPH 350't • / 25/30 20 40 • W12- 4011M0 - 25/30 MPH 200'_* zit G20 -2o # F ROAONWORK I I t N4-2 Note 3 FOR LOCAL � AGENCY USE j x T � ( W20.5(R)See Note 3 RIGHT LANE CLOSED a a * • : x AHEAD TRAFFIC CONTROL PLAN 1 ROAD L MINIMUM TAPER LENGTH = L IN FEET w ws, WOR Lone Posted Speed (MPH) AHEAD W i dth - ti ., t . W20 - 1 See Note 3 (feet) 25 30 35 40 45 50 • ; ts lso ?r` LEGEND{ • o� an ea o CHANNELIZING DEVICES 10 105 150 205 210 450 500 , � f feAAL «' ..+...w OBLITERATED MARKINGS (see notes) 11 115 165 225 295 495 550 I E1O1af .uc .. e11) CONCRETE BARRIER 12 125 180 245 320 540 60o STANDARD PLAN K -13 4Gd SEQUENTIAL ARROW SIGN Nr Cir IMPACT ATTENVATDRS (see notes) A PPROVED FOR PUBLICATION _dell » S )N A L is mice INccR OA Typical opplicotion - Portob)e barrer oround a work area. . / WAIGTON STA 01 TMIIA= YA$NrNG1p C o P y W. gpq� iZ�o3 CONSTRUCTION NOTES: , ...0" - o f WAsitt O , (P ((3 01 REMOVE ALL EXISTING LOOP FEEDERS AND INSTALL NEW C'', �`k• s ,- VIDEO COAX CABLE AND POWER CABLE WITHOUT DAMAGING ./ r c FISCHER . I I EXISTING CABLES OR CONDUIT. '1 �+— ° t GOLF 0 ,� 0 � O 2 v H 29619 L COURSE 02 INSTALL NEW VIDEO DETECTION CAMERA ON MAST ARM � �SSjO sT ��G W Z E WILSON NAL (� W } MIDDLE - , ® EXPIRES 11/17/2003 1 ;4 ,.. .� SCHOOL ` !. . .��: . . ��� NG SIGNAL HEAD AND INSTALL NEW 4-SECTION . 3 REMO EXISTING SECTION - �, SIGNAL HEAD. f WHITNEY R , :; R ELEM ' j ® REMOVE EXISTING PEDESTRIAN SIGNAL MODULES AND \ o W " INSTALL NEW LED MODULES IN EXISTING HOUSINGS 0I Iiimmi mom 0 REMOVE EXISTING PEDESTRIAN PUSH BUTTONS AND INSTALL NEW "Harm PEDESTRIAN PUSH BUTTONS WITH SIGN, WALK SYMBOL AND ARROW a ON EXISTING MAST ARM POLES. (EXACT MOUNTING LOCATIONS TO BE 0 CONFIRMED BY CITY ENGINEER.) 0 g R EMOVE EXISTING PUSH BUTTON & PB POST & INSTALL A TYPE PS m ►�► 0 PEDESTRIAN HEAD STANDARD WITH NEW PEDESTRIAN PUSH BUTTONS ; z o g " '"' WITH SIGN, WALK SYMBOL AND ARROW. = O o O > o ,;,,, • : 07 REMOVE EXISTING PEDESTRIAN HEADS FROM MAST ARM POLE, AND I. REINSTALL THEM ON THE NEW TYPE PS PEDESTRIAN HEAD STANDARD. w Q a, I > Z ® REMOVE EXISTING ILLUMINATED STREET NAME "W. NOB HILL BLVD ". i 0 v LOCATION MAP ® REINSTALL & REWIRE THE ILLUMINATED STREET NAME "W. NOB HILL BLVD ". u5 10 REPLACE EXISTING SIDEWALK SECTION, COORDINATED WITH REPLACEMENT OF PED POST ( #6 ABOVE.) 11 INSTALL A NEW R3 -5, R3 -6L, & R3 -6R SIGN ON THE SW CORNER -POLE MAST ARM, FACING NORTH, TO THE RIGHT OF EACH OF THE THREE SIGNAL HEADS. (SIGNS TO BE SUPPLIED BY THE CITY.) Legend: @ REMOVE EXISTING SIGNAL HEAD & INSTALL NEW 3- SECTION SIGNAL HEAD, (TYPICAL FOR ALL HEADS EXCEPT AS NOTED IN NOTE 3 ABOVE). 1 , , A ° ROADWAY STRIPING -,- ► - OPTICOM DETECTOR A INSTALL 2 -5c, & #10 GND IN a 1-1/2 INCH PVC CONDUIT. g X a CURB LINE •-M- PEDESTRIAN HEAD 0 EXISTING CONDUIT Fry PED. HEAD POST WITH PUSH BUTTONS GENERAL NOTES: z cT 1 3 — * VEHICLE SIGNAL HEAD V 1= _ 1 MCI CONTROLLER CONTRACTOR SHALL PLACE VIDEO DETECTION CAMERAS AS CLOSE AS POSSIBLE TO 0 z o ® MAST ARM POLE CAMERA HORIZONTALLY ALIGN WITH OPPOSITE LEFT TURN LANE LINE. ® EXISTING JUNCTION BOX W a -0- UTILITY POLE I- _ LUMINAIRE ARM z o b FIRE HYDRANT ® CONSTRUCTION NOTE vi o REFER TO SHEET 2 OF 2 FOR INTERSECTION DETAILS. SHEET __ 1 2 1 0 .., el z , V .1. ©S. 40TH AVE. loritik ■,' 7s ......1..11 0 0 0 I 0 1\) 1 fti i t • --,„...../ ---- , N D ; .0 gym- > ' " * h 10 I g 1,‘ 4' VA 0 ■ i ‘ , js ilh O O F • 1 I( r; -=________ ,*, 4N 4:06; a i ,, , ._i. D 0 iv -ir 0 0 1, ,?:. 4 ''' , ' '' 100 N S 1 1 z I 0 CO i 1 i r Om r z -r i m < 1 2 0 o= _ z m o$ a 1 z -m-i rn cn �� hs 3 sT9� 0 a m v > a \�I =i t- a ; � C ;i' D o t� a 11 - Sate zN W f Oy V' Q cs) 0 lV m O z w C) DRAWING SCALE S. 40TH AVE. & NOB HILL BLVD. o F x`90 City Of Yakima INTERSECTION_ NONE SIGNAL REVISIONS ° PLAN (;�r7la Engineering Division N N pR�W a a�,nA City Project No. 2050 S. 40TH AVE. & NOB HILL BLVD. ' s ky 129 North Second Street DWGFlLE: .Jm n.x s Non H:n c,.q DATE: 3' o]R ROSE \' „ "O�*� '.• Yakima, Washington APPROVED: CITY D4CINF.flt DATE