533
MASTER GSP February 5, 2020 1 INTRO.GR1 1 INTRODUCTION 2 3 This Contract shall be constructed in accordance with the 2020 Standard Specifications for 4 Road, Bridge, and Municipal Construction. 5 6 SPECIAL PROVISIONS 7 8 Several types of Special Provisions are included in this contract; General, Region, Bridges 9 and Structures, and Project Specific. Special Provisions types are differentiated as follows: 10 11 (date) General Special Provision 12 (******) Notes a revision to a General Special Provision 13 and also notes a Project Specific Special 14 Provision. 15 (Regions 1 date) Region Special Provision 16 17 General Special Provisions are similar to Standard Specifications in that they typically 18 apply to many projects, usually in more than one Region. Usually, the only difference from 19 one project to another is the inclusion of variable project data, inserted as a “fill-in”. 20 21 Region Special Provisions are commonly applicable within the designated Region. 22 Region designations are as follows: 23 24 Regions 1 25 ER Eastern Region 26 NCR North Central Region 27 NWR Northwest Region 28 OR Olympic Region 29 SCR South Central Region 30 SWR Southwest Region 31 32 WSF Washington State Ferries Division 33 34 Project Specific Special Provisions normally appear only in the contract for which they 35 were developed. 36 37 DIVISION1.GR1 38 Division 1 39 General Requirements 40 41 DESWORK.GR1 42 DESCRIPTION OF WORK 43 44 DESWORK1.FR1 45 (March 13, 1995) 46 This Contract provides for the improvement of *** $$1$$ *** and other work, all in 47 accordance with the attached Contract Plans, these Contract Provisions, and the Standard 48 Specifications. 49 50

WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

  • Upload
    others

  • View
    1

  • Download
    0

Embed Size (px)

Citation preview

Page 1: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 1

INTRO.GR1 1 INTRODUCTION 2

3 This Contract shall be constructed in accordance with the 2020 Standard Specifications for 4 Road, Bridge, and Municipal Construction. 5 6

SPECIAL PROVISIONS 7 8 Several types of Special Provisions are included in this contract; General, Region, Bridges 9 and Structures, and Project Specific. Special Provisions types are differentiated as follows: 10 11

(date) General Special Provision 12 (******) Notes a revision to a General Special Provision 13 and also notes a Project Specific Special 14 Provision. 15 (Regions1 date) Region Special Provision 16 17

General Special Provisions are similar to Standard Specifications in that they typically 18 apply to many projects, usually in more than one Region. Usually, the only difference from 19 one project to another is the inclusion of variable project data, inserted as a “fill-in”. 20 21 Region Special Provisions are commonly applicable within the designated Region. 22 Region designations are as follows: 23 24

Regions1 25 ER Eastern Region 26 NCR North Central Region 27 NWR Northwest Region 28 OR Olympic Region 29 SCR South Central Region 30 SWR Southwest Region 31 32 WSF Washington State Ferries Division 33

34 Project Specific Special Provisions normally appear only in the contract for which they 35 were developed. 36 37 DIVISION1.GR1 38

Division 1 39 General Requirements 40

41 DESWORK.GR1 42

DESCRIPTION OF WORK 43 44 DESWORK1.FR1 45 (March 13, 1995) 46 This Contract provides for the improvement of *** $$1$$ *** and other work, all in 47 accordance with the attached Contract Plans, these Contract Provisions, and the Standard 48 Specifications. 49 50

Page 2: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 2

DESWORK2.FB1 1 (August 3, 2015) 2 This contract provides for the improvement of *** $$1$$, *** by cleaning and painting the 3 metal surfaces of the following *** $$2$$ *** and other work, all in accordance with the 4 Contract Provisions and Standard Specifications. 5 6 Highway & Bridge Location Structure Element 7 8 *** $$3$$ *** 9 10 1-02.GR1 11

Bid Procedures and Conditions 12 13 1-02.1.GR1 14

Prequalification of Bidders 15 16 1-02.1.INST1.GR1 17 Section 1-02.1, including title, is deleted and replaced with the following: 18 19 1-02.1.OPT1.GR1 20

(April 2, 2018) 21 Vacant 22

23 1-02.4.GR1 24

Examination of Plans, Specifications and Site of Work 25 26 1-02.4(1).GR1 27

General 28 29 1-02.4(1).INST1.GR1 30

Section 1-02.4(1) is supplemented with the following: 31 32 1-02.4(1).OPT1.FR1 33

(September 3, 2019) 34 The Reference Information for this project is available for review by the bidder at 35 the following location: 36

37 *** $$1$$ *** 38

39 The Reference Information includes the following: 40

41 *** $$2$$ *** 42

43 1-02.6.GR1 44

Preparation of Proposal 45 46 1-02.6.INST2.GR1 47 The fourth paragraph of Section 1-02.6 is revised to read: 48 49

Page 3: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 3

1-02.6.OPT1.GR1 1 (June 1, 2017) 2 The Bidder shall submit with the Bid a completed Disadvantaged Business Enterprise 3 (DBE) Utilization Certification, when required by the Special Provisions. For each and 4 every DBE firm listed on the Bidder’s completed Disadvantaged Business Enterprise 5 Utilization Certification, the Bidder shall submit written confirmation from that DBE firm 6 that the DBE is in agreement with the DBE participation commitment that the Bidder 7 has made in the Bidder’s completed Disadvantaged Business Enterprise Utilization 8 Certification. WSDOT Form 422 031 (Disadvantaged Business Enterprise Written 9 Confirmation Document) is available for this purpose. Bidder must submit good faith 10 effort documentation with the Disadvantaged Business Enterprise Utilization 11 Certification ONLY In The Event the bidder’s efforts to solicit sufficient DBE 12 participation have been unsuccessful. Directions for delivery of the Disadvantaged 13 Business Enterprise Written Confirmation Documents and Disadvantaged Business 14 Enterprise Good Faith Effort documentation are included in Sections 1-02.9 and 1-15 02.10. 16

17 1-02.6.OPT2.GR1 18

(June 3, 2019) 19 The Bidder shall submit with the Bid a completed Underutilized Disadvantaged 20 Business Enterprise (UDBE) Utilization Certification, when required by the Special 21 Provisions. For each and every UDBE firm listed on the Bidder’s completed 22 Underutilized Disadvantaged Business Enterprise Utilization Certification, the Bidder 23 shall submit written confirmation from that UDBE firm that the UDBE is in agreement 24 with the UDBE participation commitment that the Bidder has made in the Bidder’s 25 completed Underutilized Disadvantaged Business Enterprise Utilization Certification. 26 WSDOT Form 422 031U (Underutilized Disadvantaged Business Enterprise Written 27 Confirmation Document) is to be used for this purpose. Bidder must submit good faith 28 effort documentation only in the event the bidder’s efforts to solicit sufficient UDBE 29 participation have been unsuccessful. The Bidder shall submit a UDBE Bid Item 30 Breakdown form defining the scope of work to be performed by each UDBE listed on 31 the UDBE Utilization Certification. If the Bidder lists a UDBE Trucking firm on the 32 UDBE Utilization Certification, then the Bidder must also submit a UDBE Trucking 33 Credit Form (WSDOT Form 272-058) documenting how the UDBE Trucking firm will be 34 able to perform the scope of work subcontracted to them. Directions for delivery of the 35 Underutilized Disadvantaged Business Enterprise Written Confirmation Documents, 36 Underutilized Disadvantaged Business Enterprise Good Faith Effort documentation, 37 UDBE Bid Item Breakdown Form and the UDBE Trucking Credit Form are included in 38 Section 1-02.9. 39

40 1-02.6.OPT3.GR1 41 (August 2, 2004) 42 The fifth and sixth paragraphs of Section 1-02.6 are deleted. 43 44 1-02.6.INST3.GR1 45 Section 1-02.6 is supplemented with the following: 46 47

Page 4: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 4

1-02.6.OPT4.FR1 1 (April 2, 2018) 2 Alternative Bids 3 The bidding proposal on this project permits the bidder to submit a bid on one or more 4 alternatives for the construction *** $$1$$ ***. 5 6

Bid Proposal 7 The bid proposal is composed of the following parts: Base Bid and Alternatives *** 8 $$2$$ *** i.e. A1, A2, etc. 9 10 The base bid includes all items that do not change as to quantity, dimension, or 11 type of construction, regardless of which alternative is bid. 12 13 The Alternative portions of the bid proposal contain all items which change as to 14 quantity, dimension, or construction method, depending on which alternative is bid. 15 16 Alternative A1 17 Alternative A1 is based on constructing the *** $$3$$ ***. 18 19 The bid items for Alternative A1 are as listed in the bid proposal. 20 21 Alternative A2 22 Alternative A2 is based on constructing the *** $$4$$ ***. 23 24 The bid items for Alternative A2 are as listed in the bid proposal. 25 26 Bidding Procedures 27 The bidder shall submit a price on each and every item of work included in the 28 base bid. The bidder shall also submit prices on each and every item under the 29 alternative on which the bidder chooses to bid, or, if the bidder chooses to bid on 30 more than one alternative, the bidder shall submit prices for each and every item 31 under each alternative chosen. If the bidder chooses to bid on more than one 32 alternative, the bidder shall submit their sealed bid in the envelope provided by the 33 Contracting Agency using the Proposal Form provided. If the bidder chooses to bid 34 on more than one alternative, the bid cannot be accepted electronically via 35 Trns∙Port Expedite® software and BidExpress®. 36 37 The successful bidder will be determined by the lowest total of an alternative plus 38 the base bid. Award will be based on the lowest total subject to the requirements 39 of Section 1-03. 40

41 1-02.6.OPT5.FR1 42

(August 3, 2015) 43 Cumulative Alternates Bidding 44 The Bid Proposal for this Contract requires the Bidder to bid cumulative Alternates as 45 part of the bid. As such the Bidder is required to submit a Base Bid and a bid for each 46 of the Alternate(s). 47 48

Bid Proposal 49 The Bid Proposal includes the following: 50 51

Page 5: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 5

1. Base Bid 1 The Base Bid shall include constructing all items included in the Proposal 2 except those items contained in the Alternate(s). 3 4

2. Alternate(s) 5 6

a. Alternate A1 7 Based on constructing (*** $$1$$ ***) 8 The Bid items for Alternate A1 are as listed in the Bid Proposal. 9 10

b. Alternate A2 11 Based on constructing (*** $$2$$ ***) 12 The Bid items for Alternate A2 are as listed in the Bid Proposal. 13 14

c. Alternate A3 15 Based on constructing (*** $$3$$ ***) 16 The Bid items for Alternate A3 are as listed in the Bid Proposal. 17

18 Bidding Procedures 19 To be considered responsive the Bidder shall submit a price on each and every 20 Bid item included in the Base Bid and all Alternate(s.) 21

22 The successful Bidder will be the Bidder submitting the lowest responsible Bid for 23 the highest order Preference that is within the amount of available funds for the 24 project. Available funds will be announced immediately prior to the opening of 25 Bids. The following are listed in order from highest to lowest Preference: 26 27

1. Preference 1: Lowest total for Base Bid plus Alternate A1 plus Alternate 28 A2 plus Alternate A3, plus etcetera. 29

30 2. Preference 2: Lowest total for Base Bid plus Alternate A1 plus Alternate 31

A2 plus Alternate A3. 32 33 3. Preference 3: Lowest total for Base Bid plus Alternate A1 plus Alternate 34

A2. 35 36 4. Preference 4: Lowest total for Base Bid plus Alternate A1. 37 38 5. Preference 5: Lowest total for Base Bid. 39

40 The Contracting Agency may, at their discretion, award a Contract for the Base 41 Bid, without any additional Alternates, in the event that all Bids exceed the 42 available funds announced. In any case, the award will be subject to the 43 requirements of Section 1-03. 44

45 1-02.6.OPT6.FR1 46

(January 7, 2019) 47 Progress Schedule Minimum Bid 48 A minimum bid of *** $$1$$ *** lump sum has been established for the item “Min Bid 49 Req - Type *** $$2$$ *** Progress Schedule *** $$3$$ ***.” The Contractor’s bid shall 50 equal or exceed that amount. If the Contractor’s bid is less than the minimum specified 51

Page 6: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 6

amount, the Contracting Agency will unilaterally revise the bid amount to the minimum 1 specified amount and recalculate the Contractor’s total bid amount. The corrected total 2 bid amount will be used by the Contracting Agency for award purposes and to fix the 3 amount of the contract bond. 4

5 1-02.6.OPT7.FR1 6

(January 7, 2019) 7 A minimum bid of *** $$1$$ *** per each has been established for the item “Min Bid 8 Req - Schedule Update *** $$2$$ ***.” The Contractor’s bid shall equal or exceed that 9 amount. If the Contractor’s bid is less than the minimum specified amount, the 10 Contracting Agency will unilaterally revise the bid amount to the minimum specified 11 amount and recalculate the Contractor’s total bid amount. The corrected total bid 12 amount will be used by the Contracting Agency for award purposes and to fix the 13 amount of the contract bond. 14

15 1-02.6.INST4.GR1 16 Item number 3 in the second paragraph of Section 1-02.6 is supplemented with the 17 following: 18 19 1-02.6.OPT8.FR1 20

(September 3, 2019) 21 The successful Bidder will be the Bidder submitting the lowest responsive Bid that does 22 not exceed the maximum funds available. The maximum funds available for this 23 Contract is *** $$1$$ ***. 24 25 Submitting a Proposal that exceeds the maximum funds available will result in the 26 Proposal being declared irregular and shall cause the Bid to be rejected by the 27 Contracting Agency. Submitted Proposals that exceed the maximum funds available 28 will be opened publicly in accordance with Section 1-02.12 prior to being rejected. 29

30 1-02.9.GR1 31

Delivery of Proposal 32 33 1-02.9.INST1.GR1 34 Section 1-02.9 is supplemented with the following: 35 36 1-02.9.OPT1.GR1 37

(June 3, 2019) 38 UDBE Document Submittal Requirements 39 When a Proposal is submitted the following documents may be submitted as a 40 supplement to the Proposal: 41 42

1. UDBE Utilization Certification; 43 44 2. UDBE Written Confirmation Documents; 45 46 3. Good Faith Effort Documentation (GFE); 47 48 4. UDBE Bid Item Breakdown (WSDOT Form 272-054); 49 50 5. UDBE Trucking Credit Form (WSDOT Form 272-058). 51

Page 7: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 7

1 The Bidder shall submit these supplemental documents as follows: 2 3

1. Physically in a sealed envelope marked as “BID SUPPLEMENT” and bearing 4 the Bidder’s company name, project title, Bid date, and description of all 5 contents (i.e., UDBE Utilization Certification, UDBE Written Confirmation 6 Documents, UDBE Bid Item Breakdown Form, UDBE Trucking Credit Form, 7 and/or UDBE GFE Documentation); or 8

9 2. By facsimile to the following FAX number: 360-705-6966; or 10 11 3. By e-mail to the following e-mail address: [email protected] 12

13 UDBE Utilization Certification 14 The UDBE Utilization Certification shall be received at the same location and no later 15 than the time required for delivery of the Proposal. The Contracting Agency will not 16 open or consider any Proposal when the UDBE Utilization Certification is received after 17 the time specified for receipt of Proposals or received in a location other than that 18 specified for receipt of Proposals. The UDBE Utilization Certification may be submitted 19 in the same envelope as the Bid deposit. 20 21 UDBE Written Confirmation and/or GFE Documentation 22 The UDBE Written Confirmation Documents and/or GFE Documents are not required 23 to be submitted with the Proposal. The UDBE Written Confirmation Document(s) 24 and/or GFE (if any) shall be received either with the Bid Proposal or as a Supplement 25 to the Bid. The documents shall be received no later than 48 hours (not including 26 Saturdays, Sundays and Holidays) after the time for delivery of the Proposal. To be 27 considered responsive, Bidders shall submit Written Confirmation Documentation from 28 each UDBE firm listed on the Bidder’s completed UDBE Utilization Certification and/or 29 the GFE as required by Section 1-02.6. 30 31 UDBE Bid Item Breakdown and UDBE Trucking Credit Form 32 The UDBE Bid Item Breakdown and the UDBE Trucking Credit Forms (if applicable), 33 shall be received either with the Bid Proposal or as a Supplement to the Bid. The 34 documents shall be received no later than 48 hours (not including Saturdays, Sundays 35 and Holidays) after the time for delivery of the Proposal. To be considered responsive, 36 Bidders shall submit a completed UDBE Bid Item Breakdown and a UDBE Trucking 37 Credit Form for each UDBE Trucking firm listed on the UDBE Utilization Certification, 38 however, minor errors and corrections to UDBE Bid Item Breakdown or UDBE Trucking 39 Credit Forms will be returned for correction for a period up to five calendar days (not 40 including Saturdays, Sundays and Holidays) after the time for delivery of the Proposal. 41 A UDBE Bid Item Breakdown or UDBE Trucking Credit Forms that are still incorrect 42 after the correction period will be determined to be non-responsive. 43 44 Although the UDBE Bid Item Breakdown and UDBE Trucking Credit Form are required 45 as part of a responsive Bid Proposal, the information contained in these documents is 46 used solely for Award purposes and will not be included as part of the executed 47 Contract. 48 49 The only documents that can be accepted after the 11:00:59 am time for delivery of 50 Proposal are the Written Confirmation Documentation, the UDBE Bid Item Breakdown 51

Page 8: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 8

Form, the UDBE Trucking Credit Form, and/or GFE. Incomplete or inaccurate 1 documents will be rejected, except as detailed above for the UDBE Bid Item 2 Breakdown Form and UDBE Trucking Credit Form. The Contracting Agency is not 3 responsible for delayed, partial, failed, illegible or partially legible FAX or e-mail 4 document transmissions, and such documents may be rejected as incomplete at the 5 Bidder’s risk. 6

7 1-02.9.INST2.GR1 8 The first paragraph of Section 1-02.9 is replaced with the following: 9 10 1-02.9.OPT2.GR1 11

(June 1, 2017) 12 For projects scheduled for Bid opening in Olympia, the Proposal shall be sealed and 13 submitted in the envelope provided with it to the address provided below. The Bidder 14 shall fill in all blanks on this envelope to ensure proper handling and delivery. Bids are 15 to be received no later than until 11:00:59 A.M. Pacific time on the date of Bid opening: 16 17

Washington State Department of Transportation 18 Room 2D20 19 310 Maple Park Avenue SE 20 Olympia, WA 98501-2361 21

22 1-02.12.GR1 23

Public Opening of Proposals 24 25 1-02.12.INST1.GR1 26 Section 1-02.12 is supplemented with the following: 27 28 1-02.12.OPT1.FR1 29

(August 3, 2015) 30 Date of Opening Bids 31 The bid opening date for this project is *** $$1$$ ***. Bids received will be publicly 32 opened and read after 11:00:59 A. M. Pacific Time on this date. 33

34 1-02.INST1.GR1 35 Section 1-02 is supplemented with the following: 36 37 1-02.OPT1.GR1 38

(April 5, 2004) 39 Protest Procedures 40

Form and Substance 41 All protests regarding any contents or portion of the bid proposal must be 42 submitted to the Contracting Agency as soon as possible after the protestant 43 becomes aware of the reason(s) for the protest. All protests must be in writing and 44 signed by the protestant or an authorized agent. Such writing must state all facts 45 and arguments on which the protestant is relying as the basis for its action. Such 46 protestant shall also attach, or supply on demand by the Contracting Agency, any 47 relevant exhibits referenced in the writing. Copies of all protests and exhibits shall 48 be mailed or delivered by the protestant to the bidder against whom the protest is 49 made (if any) at the same time such protest and exhibits are submitted to the 50 Contracting Agency. All protests shall be directed to: 51

Page 9: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 9

1 Washington State Department of Transportation 2 Attn: Manager, Contract Ad & Award 3 PO Box 47360 4 Olympia, Washington 98504-7360 5 Phone: (360) 705-7017 6 Fax: (360) 705-6810 7 8

Pre-award Protests 9 To allow sufficient response time, all pre-award protests must be received by the 10 contracting agency no later than 5:00 p.m. of the second business day after the bid 11 opening date. If the protest is mailed after the bid opening date and before the pre-12 award protest deadline, the protestant shall immediately notify WSDOT’s Manager, 13 Contract Ad & Award by telephone, or some other means of rapid communication, 14 that a protest has been made. 15 16 The Contracting Agency shall consider all the facts available to it, and issue a 17 decision in writing within five (5) business days after receipt of the protest, unless, 18 in the Contracting Agency's sole discretion, more time is needed. The protestant 19 and the bidder(s) against whom the protest is made will be notified if additional 20 time is necessary; and if the additional time required affects the bid opening date 21 or the award date, all bidders shall be notified. 22 23 The Contracting Agency’s decision shall be final and conclusive. Selection of the 24 successful bidder, if one is to be made, will be postponed until after the 25 Contracting Agency has issued its decision. The Contracting Agency shall provide 26 the protestant with written notice of this decision no later than two full working days 27 prior to execution of the contract. 28 29 Post-award Protests 30 The Contracting Agency shall immediately notify all unsuccessful bidders of the 31 Contracting Agency’s award decision. Any decision made by the Contracting 32 Agency regarding the award and execution of the contract or bid rejection shall be 33 conclusive subject to the scope of the judicial review permitted under Washington 34 Law. Such review, if any, shall be timely filed in the Superior Court of Thurston 35 County, Washington. 36 37 Protests which do not comply with the above-specified procedures will not be 38 considered. 39

40 1-02.13.GR1 41

Irregular Proposals 42 43 1-02.13.INST1.GR1 44 In item number 1 of Section 1-02.13, items f through j are revised to read: 45 46 1-02.13.OPT1.GR1 47

(June 3, 2019) 48 f. The Bidder fails to submit or properly complete a Disadvantaged Business 49

Enterprise Utilization Certification, if applicable, as required in Section 1-02.6; 50 51

Page 10: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 10

g. The Bidder fails to submit written confirmation from each DBE firm listed on the 1 Bidder’s completed Disadvantaged Business Enterprise Utilization Certification 2 that they are in agreement with the Bidder’s DBE participation commitment, if 3 applicable, as required in Section 1-02.6, or if the written confirmation that is 4 submitted fails to meet the requirements of the Special Provisions; 5

6 h. The Bidder fails to submit Disadvantaged Business Enterprise Good Faith Effort 7

documentation, if applicable, as required in Section 1-02.6, or if the documentation 8 that is submitted fails to demonstrate that a Good Faith Effort to meet the 9 Condition of Award was made; or 10

11 i. Vacant. 12 13 j. Vacant. 14

15 1-03.GR1 16

Award and Execution of Contract 17 18 1-03.2.GR1 19

Award of Contract 20 21 1-03.2.INST1.GR1 22 The first sentence of Section 1-03.2 is revised to read: 23 24 1-03.2.OPT1.GR1 25

(April 7, 2008) 26 It is the Contracting Agency's intent to award the Contract within 24 hours of the bid 27 opening. 28

29 1-03.3.GR1 30

Execution Of Contract 31 32 1-03.3.INST1.GR1 33 Section 1-03.3 is supplemented with the following: 34 35 1-03.3.OPT1.GR1 36

(August 5, 2013) 37 Escrow Bid Documentation 38

Scope and Purpose 39 The purpose of this specification is to preserve the Contractor's bid documents for 40 use by the Contracting Agency in any litigation between the Contracting Agency 41 and Contractor arising out of this Contract. 42 43 The Contractor shall submit a legible copy of all documentation used to prepare 44 the bid for this contract to a escrow institution designated by the Contracting 45 Agency. Such documentation shall be placed in escrow with the escrow institution 46 and preserved by that institution as specified in the following sections of this 47 specification. 48 49

Page 11: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 11

Bid Documentation 1 The term "bid documentation" as used in this specification means any writings, 2 working papers, computer printouts, charts, and any other data compilations which 3 contain or reflect all information, data, and calculations used by the Contractor to 4 determine the bid in bidding for this project. The term "bid documentation" 5 includes but is not limited to Contractor equipment rates, Contractor overhead 6 rates, labor rates, efficiency or productivity factors, arithmetic extensions, and 7 quotations from Subcontractors and materialmen to the extent that such rates and 8 quotations were used by the Contractor in formulating and determining the amount 9 of the bid. The term "bid documentation" also includes any manuals which are 10 standard to the industry used by the Contractor in determining the bid for this 11 project. Such manuals may be included in the bid documentation by reference. 12 The term does not include bid documents provided by the Contracting Agency for 13 use by the Contractor in bidding on this project. 14 15 Submittal of Bid Documentation 16 The Contractor shall submit the bid documentation to the escrow institution. The 17 bid documentation shall be submitted to the escrow institution within seven 18 calendar days after the contract for this project has been executed by the 19 Contracting Agency. The bid documentation shall be submitted in a sealed 20 container. The container shall be clearly marked "Bid Documentation" and shall 21 also show on the face of the container the Contractor's name, the date of 22 submittal, the project title, and the contract number. 23 24 Affidavit 25 The sealed container shall contain, in addition to the bid documentation, an 26 affidavit signed under oath by an individual authorized by the Contractor to 27 execute bidding proposals. The affidavit shall list each bid document with 28 sufficient specificity so a comparison can be made between the list and the bid 29 documentation to ensure that all of the bid documentation listed in the affidavit has 30 been enclosed in the sealed container. The affidavit shall show that the affiant has 31 personally examined the bid documentation and that the affidavit lists all of the 32 documents used by the Contractor to determine the bid for this project and that all 33 such bid documentation has been enclosed in the sealed container. 34 35 Verification 36 The escrow institution upon receipt of the sealed container shall place the 37 container in a safety deposit box, vault, or other secure place, and immediately 38 notify the Contracting Agency in writing that the container has been received. 39 Upon receipt of such notice, the Contracting Agency will promptly notify the 40 Contractor in writing that the Contracting Agency will open the sealed container to 41 verify that the affidavit has been enclosed and to compare the bid documents 42 listed in the affidavit with the bid documents enclosed in the container to ensure 43 that all of the bid documentation has been submitted and that the copies are 44 legible. The notification will advise the Contractor of the date and time the 45 container will be opened and the name of the Contracting Agency employee who 46 will verify the contents of the container. The Contracting Agency employee 47 verifying the contents of the escrow container will not be involved or connected 48 with the review, evaluation, or resolution of any claim by the Contractor made to 49 the Contracting Agency in connection with the contract for which the verification 50 was made. The Contractor may have representatives present at the opening. 51

Page 12: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 12

1 Supplementation 2 Documents listed in the affidavit but not enclosed in the sealed container through 3 error or oversight shall be submitted in a sealed container within five calendar days 4 after the opening of the original container. Also, any bid documentation that is 5 illegible shall be replaced with legible copies and furnished within five calendar 6 days after the opening of the original container. The face of the container shall 7 show the same information as the original container except the container shall be 8 marked "Supplemental Bid Documentation". The same procedure used in 9 verifying the contents of the original container shall be used in verifying the 10 contents of the supplemental submittal. 11 12 Duration and Use 13 The bid documentation and affidavit shall remain in escrow during the life of the 14 contract and will be returned to the Contractor by the escrow institution, provided 15 that the Contractor has signed the final contract voucher certification and has not 16 reserved any claims on the final contract voucher certification against the 17 Contracting Agency arising out of the contract. In the event that claims against the 18 Contracting Agency are reserved on the final contract voucher certification, the bid 19 documentation and affidavit shall remain in escrow. If the claims are not resolved 20 and litigation ensues, the Contracting Agency may serve a request upon the 21 Contractor to authorize the escrow institution, in writing, to release the bid 22 documentation and affidavit in escrow to the Contracting Agency. The Contractor 23 shall respond to the request within 20 days after service of the request. If the 24 Contractor objects or does not respond to the request within 20 days after service 25 of the request, the Contracting Agency may file a motion under the Civil Rules 26 requesting the court to enter an order directing the escrow institution to deliver the 27 bid documentation and affidavit in escrow to the Contracting Agency. The 28 Contractor shall respond to the request within the time required by the then 29 applicable Civil Court Rules for the Superior Court of the State of Washington. If 30 the Contractor objects or does not respond to the request within the time required 31 by the then applicable Civil Rules, the Contracting Agency may file a motion 32 pursuant to such rules requesting the court to enter an order directing the escrow 33 institution to deliver the bid documentation and affidavit in escrow to the 34 Contracting Agency. The escrow institution shall release the bid documentation 35 and affidavit as follows: 36

37 1. To the Contracting Agency upon receipt of a letter from the Contractor 38

authorizing the release; 39 40 2. To the Contracting Agency upon receipt of a certified copy of a court 41

order directing the release of the documents; 42 43 3. To the court for an in camera examination pursuant to a certified copy of 44

a court order; 45 46 4. The bid documentation and affidavit shall be returned to the Contractor if 47

litigation is not commenced within the time period prescribed by law. 48 49

The Contractor agrees that the sealed container placed in escrow and any 50 supplemental sealed container placed in escrow contain all of the bid 51

Page 13: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 13

documentation used to determine the bid and that no other bid documentation 1 shall be utilized by the Contractor in litigation over claims brought by the 2 Contractor arising out of this contract unless otherwise ordered by the court. 3 4 Remedies for Refusal or Failure to Provide Bid Documentation 5 Failure or refusal to provide bid documentation shall be deemed a material breach 6 of this contract. The Contracting Agency may at its option refuse to make payment 7 for progress estimates under Section 1-09.9 until the Contractor has submitted the 8 bid documentation required by this specification. The Contracting Agency may at 9 its option terminate the contract for default under Section 1-08.10. These 10 remedies are not exclusive and the Contracting Agency may take such other 11 action as is available to it under the law. 12 13 Confidentiality of Bid Documentation 14 The bid documentation and affidavit in escrow are and will remain the property of 15 the Contractor. The Contracting Agency has no interest in or right to the bid 16 documentation and affidavit other than to verify the contents and legibility of the 17 bid documentation unless litigation ensues between the Contracting Agency and 18 Contractor over claims brought by the Contractor arising out of this contract. In the 19 event of such litigation, the bid documentation and affidavit may become the 20 property of the Contracting Agency for use in the litigation as may be appropriate 21 subject to the provisions of any court order limiting or restricting the use or 22 dissemination of the bid documentation and affidavit as provided in the preceding 23 section entitled Duration and Use. 24 25 Cost and Escrow Instructions 26 The cost of the escrow will be borne by the Contracting Agency. The Contracting 27 Agency will provide escrow instructions to the escrow institution consistent with 28 this specification. 29

30 1-03.3.INST2.GR1 31 The first paragraph of Section 1-03.3 is supplemented with the following: 32 33 1-03.3.OPT3.GR1 34

(January 4, 2016) 35 Within 20 calendar days after the Award date, the successful Bidder shall return 36 WSDOT Form 421-013 with the Contractor’s costs for transit, bicycle and pedestrian 37 Work. 38

39 1-04.GR1 40

Scope of the Work 41 42 1-04.5.GR1 43

Procedure and Protest by the Contractor 44 45 1-04.5.INST1.GR1 46 Section 1-04.5 is supplemented with the following: 47 48

Page 14: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 14

1-04.5.OPT1.GR1 1 (April 2, 2018) 2 Project Partnering 3 The Engineer and the Contractor’s Project Manager (PM) may mutually agree to plan 4 and execute a Project Partnering session as soon as practical after Contract execution. 5 The objective of this Partnering session is to promote open lines of communication and 6 teamwork between the Contracting Agency and Contractor staff for the effective 7 completion of the work, and to the standard of quality that will be a source of pride to 8 both the Contracting Agency and the Contractor. Commitments made by both parties 9 shall be memorialized in a Project Partnering Agreement at the conclusion of the 10 Partnering session. The Partnering agreement will not affect the terms of the Contract. 11 It is intended only to establish an environment of cooperation and mutual 12 understanding between the parties. 13 14 The Planning and execution of the Partnering process is intended to be a collaborative 15 effort between the Engineer and the PM. Partnering sessions may be facilitated by the 16 Engineer, the Engineer and PM, or a mutually agreeable Partnering Facilitator (PF). 17 Selection of a PF, dates and location of the sessions, materials needed for the 18 meetings, frequency and location for follow up meetings and estimated cost associated 19 with this effort should be discussed and agreed to prior to moving forward with the 20 Partnering process. 21 22 An initial 1 day (or half day) facilitated Project Partnering session is recommended to 23 initiate the partnering agreement. After the initial Partnering session, quarterly follow 24 up meetings on projects with over 120 working days shall be scheduled to evaluate 25 how the Partnering process is working, acknowledge successes and opportunities for 26 improvement. 27 28 The cost to retain the services of a Partnering Trainer (if mutually selected as the PF), 29 locate and rent a neutral location to hold the meeting (if held offsite), and any additional 30 materials needed to host the meeting, will be paid by the Contractor. The Partnering 31 Field Guide is available as a resource to the Engineer and PM to assist in the planning 32 of the Partnering session(s) at the following link: 33 34

https://www.wsdot.wa.gov/sites/default/files/2012/03/28/WSDOTProjects-35 Partnering-FieldGuide.pdf 36

37 The Contracting Agency will reimburse invoice cost for the Contractor provided 38 Partnering Trainer, facilities and materials at a rate of 50% under the Bid item, “Project 39 Partnering”. 40 41 Payment 42 “Project Partnering”, by calculation. 43 “Project Partnering” will be calculated and paid for as described above. 44

45 1-05.GR1 46

Control of Work 47 48 1-05.3.GR1 49

Working Drawings 50 51

Page 15: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 15

1-05.3.INST1.GR1 1 Section 1-05.3 is supplemented with the following: 2 3 1-05.3.OPT1.FR1 4

(September 3, 2019) 5 When submittals require review by the railroad, the Engineer will require up to *** 6 $$1$$ *** calendar days from the date the submittals are received until they are 7 returned to the Contractor. If a submittal is returned unapproved and then resubmitted, 8 then an additional review time of up to *** $$2$$ *** calendar days will be required. 9 10 If more than *** $$1$$ *** calendar days are required for the Engineer's review of any 11 individual submittal or resubmittal, an extension of time will be considered in 12 accordance with Section 1-08.8. 13

14 1-05.4.GR1 15

Conformity With And Deviations From Plans And Stakes 16 17 1-05.4.INST1.GR1 18 Section 1-05.4 is supplemented with the following: 19 20 1-05.4.OPT1.GR1 21

(August 7, 2017) 22 Contractor Surveying - Structure 23 Copies of the Contracting Agency provided primary survey control data are available 24 for the bidder's inspection at the office of the Engineer. 25 26 The Contractor shall be responsible for setting, maintaining, and resetting all alignment 27 stakes, slope stakes, and grades necessary for the construction of bridges, noise walls, 28 and retaining walls. Except for the survey control data to be furnished by the 29 Contracting Agency, calculations, surveying, and measuring required for setting and 30 maintaining the necessary lines and grades shall be the Contractor's responsibility. 31 32 The Contractor shall inform the Engineer when monuments are discovered that were 33 not identified in the Plans and construction activity may disturb or damage the 34 monuments. All monuments noted on the plans “DO NOT DISTURB” shall be 35 protected throughout the length of the project or be replaced at the Contractors 36 expense. 37 38 Detailed survey records shall be maintained, including a description of the work 39 performed on each shift, the methods utilized, and the control points used. The record 40 shall be adequate to allow the survey to be reproduced. A copy of each day's record 41 shall be provided to the Engineer within three working days after the end of the shift. 42 43 The meaning of words and terms used in this provision shall be as listed in "Definitions 44 of Surveying and Associated Terms" current edition, published by the American 45 Congress on Surveying and Mapping and the American Society of Civil Engineers. 46 47 The survey work by the Contractor shall include but not be limited to the following: 48 49

1. Verify the primary horizontal and vertical control furnished by the Contracting 50 Agency, and expand into secondary control by adding stakes and hubs as 51

Page 16: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 16

well as additional survey control needed for the project. Provide descriptions 1 of secondary control to the Contracting Agency. The description shall include 2 coordinates and elevations of all secondary control points. 3

4 2. Establish, by placing hubs and/or marked stakes, the location with offsets of 5

foundation shafts and piles. 6 7 3. Establish offsets to footing centerline of bearing for structure excavation. 8 9 4. Establish offsets to footing centerline of bearing for footing forms. 10 11 5. Establish wing wall, retaining wall, and noise wall horizontal alignment. 12 13 6. Establish retaining wall top of wall profile grade. 14

15 7. Establish elevation benchmarks for all substructure formwork. 16 17 8. Check elevations at top of footing concrete line inside footing formwork 18

immediately prior to concrete placement. 19 20 9. Check column location and pier centerline of bearing at top of footing 21

immediately prior to concrete placement. 22 23 10. Establish location and plumbness of column forms, and monitor column 24

plumbness during concrete placement. 25 26 11. Establish pier cap and crossbeam top and bottom elevations and centerline of 27

bearing. 28 29 12. Check pier cap and crossbeam top and bottom elevations and centerline of 30

bearing prior to and during concrete placement. 31 32 13. Establish grout pad locations and elevations. 33 34 14. Establish structure bearing locations and elevations, including locations of 35

anchor bolt assemblies. 36 37

15. Establish box girder bottom slab grades and locations. 38 39 16. Establish girder and/or web wall profiles and locations. 40 41 17. Establish diaphragm locations and centerline of bearing. 42 43 18. Establish roadway slab alignment, grades and provide dimensions from top of 44

girder to top of roadway slab. Set elevations for deck paving machine rails. 45 46 19. Establish traffic barrier and curb profile. 47 48 20. Profile all girders prior to the placement of any deadload or construction live 49

load that may affect the girder's profile. 50 51

Page 17: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 17

The Contractor shall provide the Contracting Agency copies of any calculations and 1 staking data when requested by the Engineer. 2 3 To facilitate the establishment of these lines and elevations, the Contracting Agency 4 will provide the Contractor with the following primary survey and control information: 5

6 1. Descriptions of two primary control points used for the horizontal and vertical 7

control. Primary control points will be described by reference to the project 8 alignment and the coordinate system and elevation datum utilized by the 9 project. In addition, the Contracting Agency will supply horizontal coordinates 10 for the beginning and ending points and for each Point of Intersection (PI) on 11 each alignment included in the project. 12

13 2. Horizontal coordinates for the centerline of each bridge pier. 14 15 3. Computed elevations at top of bridge roadway decks at one-tenth points along 16

centerline of each girder web. All form grades and other working grades shall 17 be calculated by the Contractor. 18

19 The Contractor shall give the Contracting Agency three weeks notification to allow 20 adequate time to provide the data outlined in Items 2 and 3 above. The Contractor 21 shall ensure a surveying accuracy within the following tolerances: 22 23

Vertical Horizontal 24

1. Stationing on structures 0.02 feet 25

2. Alignment on structures 0.02 feet 26

3. Superstructure elevations 0.01 feet 27 variation from 28 plan elevation 29

4. Substructure 0.02 feet 30 variation from 31 Plan grades. 32

33 The Contracting Agency may spot-check the Contractor's surveying. These spot-34 checks will not change the requirements for normal checking by the Contractor. 35

36 When staking the following items, the Contractor shall perform independent checks 37 from different secondary control to ensure that the points staked for these items are 38 within the specified survey accuracy tolerances: 39 40

Piles 41 Shafts 42 Footings 43 Columns 44 45

The Contractor shall calculate coordinates for the points associated with piles, shafts, 46 footings and columns. The Contracting Agency will verify these coordinates prior to 47 issuing approval to the Contractor for commencing with the survey work. The 48 Contracting Agency will require up to seven calendar days from the date the data is 49 received to issuing approval. 50

Page 18: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 18

1 Contract work to be performed using contractor-provided stakes shall not begin until 2 the stakes are approved by the Contracting Agency. Such approval shall not relieve 3 the Contractor of responsibility for the accuracy of the stakes. 4

5 Payment 6 Payment will be made for the following bid item when included in the proposal: 7 8

"Structure Surveying", lump sum. 9 10

The lump sum contract price for "Structure Surveying" shall be full pay for all labor, 11 equipment, materials, and supervision utilized to perform the Work specified, including 12 any resurveying, checking, correction of errors, replacement of missing or damaged 13 stakes, and coordination efforts. 14

15 1-05.4.OPT2.GR1 16

(August 7, 2017) 17 Contractor Surveying - Roadway 18 Copies of the Contracting Agency provided primary survey control data are available 19 for the bidder's inspection at the office of the Engineer. 20 21 The Contractor shall be responsible for setting, maintaining, and resetting all alignment 22 stakes, slope stakes, and grades necessary for the construction of the roadbed, 23 drainage, surfacing, paving, channelization and pavement marking, illumination and 24 signals, guardrails and barriers, and signing. Except for the survey control data to be 25 furnished by the Contracting Agency, calculations, surveying, and measuring required 26 for setting and maintaining the necessary lines and grades shall be the Contractor's 27 responsibility. 28 29 The Contractor shall inform the Engineer when monuments are discovered that were 30 not identified in the Plans and construction activity may disturb or damage the 31 monuments. All monuments noted on the plans “DO NOT DISTURB” shall be 32 protected throughout the length of the project or be replaced at the Contractors 33 expense. 34 35 Detailed survey records shall be maintained, including a description of the work 36 performed on each shift, the methods utilized, and the control points used. The record 37 shall be adequate to allow the survey to be reproduced. A copy of each day's record 38 shall be provided to the Engineer within three working days after the end of the shift. 39 40 The meaning of words and terms used in this provision shall be as listed in "Definitions 41 of Surveying and Associated Terms" current edition, published by the American 42 Congress on Surveying and Mapping and the American Society of Civil Engineers. 43 44 The survey work shall include but not be limited to the following: 45 46

1. Verify the primary horizontal and vertical control furnished by the Contracting 47 Agency, and expand into secondary control by adding stakes and hubs as 48 well as additional survey control needed for the project. Provide descriptions 49 of secondary control to the Contracting Agency. The description shall include 50 coordinates and elevations of all secondary control points. 51

Page 19: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 19

1 2. Establish, the centerlines of all alignments, by placing hubs, stakes, or marks 2

on centerline or on offsets to centerline at all curve points (PCs, PTs, and PIs) 3 and at points on the alignments spaced no further than 50 feet. 4

5 3. Establish clearing limits, placing stakes at all angle points and at intermediate 6

points not more than 50 feet apart. The clearing and grubbing limits shall be 5 7 feet beyond the toe of a fill and 10 feet beyond the top of a cut unless 8 otherwise shown in the Plans. 9

10 4. Establish grading limits, placing slope stakes at centerline increments not 11

more than 50 feet apart. Establish offset reference to all slope stakes. If 12 Global Positioning Satellite (GPS) Machine Controls are used to provide 13 grade control, then slope stakes may be omitted at the discretion of the 14 Contractor 15 16

5. Establish the horizontal and vertical location of all drainage features, placing 17 offset stakes to all drainage structures and to pipes at a horizontal interval not 18 greater than 25 feet. 19

20 6. Establish roadbed and surfacing elevations by placing stakes at the top of 21

subgrade and at the top of each course of surfacing. Subgrade and surfacing 22 stakes shall be set at horizontal intervals not greater than 50 feet in tangent 23 sections, 25 feet in curve sections with a radius less than 300 feet, and at 10-24 foot intervals in intersection radii with a radius less than 10 feet. 25 Transversely, stakes shall be placed at all locations where the roadway slope 26 changes and at additional points such that the transverse spacing of stakes is 27 not more than 12 feet. If GPS Machine Controls are used to provide grade 28 control, then roadbed and surfacing stakes may be omitted at the discretion of 29 the Contractor. 30

31 7. Establish intermediate elevation benchmarks as needed to check work 32

throughout the project. 33 34 8. Provide references for paving pins at 25-foot intervals or provide simultaneous 35

surveying to establish location and elevation of paving pins as they are being 36 placed. 37

38 9. For all other types of construction included in this provision, (including but not 39

limited to channelization and pavement marking, illumination and signals, 40 guardrails and barriers, and signing) provide staking and layout as necessary 41 to adequately locate, construct, and check the specific construction activity. 42

43 10. Contractor shall determine if changes are needed to the profiles or roadway 44

sections shown in the Contract Plans in order to achieve proper smoothness 45 and drainage where matching into existing features, such as a smooth 46 transition from new pavement to existing pavement. The Contractor shall 47 submit these changes to the Engineer for review and approval 10 days prior 48 to the beginning of work. 49

50

Page 20: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 20

The Contractor shall provide the Contracting Agency copies of any calculations and 1 staking data when requested by the Engineer. 2 3 To facilitate the establishment of these lines and elevations, the Contracting Agency 4 will provide the Contractor with primary survey control information consisting of 5 descriptions of two primary control points used for the horizontal and vertical control, 6 and descriptions of two additional primary control points for every additional three miles 7 of project length. Primary control points will be described by reference to the project 8 alignment and the coordinate system and elevation datum utilized by the project. In 9 addition, the Contracting Agency will supply horizontal coordinates for the beginning 10 and ending points and for each Point of Intersection (PI) on each alignment included in 11 the project. 12 13 The Contractor shall ensure a surveying accuracy within the following tolerances: 14

15 Vertical Horizontal 16

Slope stakes 0.10 feet 0.10 feet 17 Subgrade grade stakes set 18

0.04 feet below grade 0.01 feet 0.5 feet 19 (parallel to alignment) 20

0.1 feet 21 (normal to alignment) 22 23

Stationing on roadway N/A 0.1 feet 24

Alignment on roadway N/A 0.04 feet 25

Surfacing grade stakes 0.01 feet 0.5 feet 26 (parallel to alignment) 27

0.1 feet 28 (normal to alignment) 29 30 Roadway paving pins for 31

surfacing or paving 0.01 feet 0.2 feet 32 (parallel to alignment) 33

0.1 feet 34 (normal to alignment) 35 36

The Contracting Agency may spot-check the Contractor's surveying. These spot-37 checks will not change the requirements for normal checking by the Contractor. 38 39 When staking roadway alignment and stationing, the Contractor shall perform 40 independent checks from different secondary control to ensure that the points staked 41 are within the specified survey accuracy tolerances. 42 43 The Contractor shall calculate coordinates for the alignment. The Contracting Agency 44 will verify these coordinates prior to issuing approval to the Contractor for commencing 45 with the work. The Contracting Agency will require up to seven calendar days from the 46 date the data is received. 47 48

Page 21: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 21

Contract work to be performed using contractor-provided stakes shall not begin until 1 the stakes are approved by the Contracting Agency. Such approval shall not relieve 2 the Contractor of responsibility for the accuracy of the stakes. 3

4 Stakes shall be marked in accordance with Standard Plan A10.10. When stakes are 5 needed that are not described in the Plans, then those stakes shall be marked, at no 6 additional cost to the Contracting Agency as ordered by the Engineer. 7 8 Payment 9 Payment will be made for the following bid item when included in the proposal: 10 11

"Roadway Surveying", lump sum. 12 13

The lump sum contract price for "Roadway Surveying" shall be full pay for all labor, 14 equipment, materials, and supervision utilized to perform the Work specified, including 15 any resurveying, checking, correction of errors, replacement of missing or damaged 16 stakes, and coordination efforts. 17

18 1-05.4.OPT3.GR1 19

(April 4, 2011) 20 Licensed Surveyors 21 The Contractor shall be responsible for reestablishing or locating legal survey markers 22 such as GLO monuments or property corner monuments, conduct boundary surveys to 23 determine Contracting Agency right-of-way locations, and obtain, review and analyze 24 deeds and records as necessary to determine these boundaries. The Contracting 25 Agency will provide “rights of entry” as needed by the Contractor to perform the work. 26 27 The Contractor shall brush out or clear and stake or mark the right-of-way lines as 28 designated by the Engineer. 29 30 The Contractor shall inform the Engineer when monuments are discovered that were 31 not identified in the Plans and construction activity may disturb or damage the 32 monuments. All monuments noted on the plans “DO NOT DISTURB” shall be 33 protected throughout the length of the project or be replaced at Contractors expense. 34 35 When required, the Contractor shall prepare and file a Record of Survey map in 36 accordance with RCW 58.09 and provide a recorded copy to the Contracting Agency. 37 The Contracting Agency will provide all existing base maps, existing horizontal and 38 vertical control, and other material available with Washington State Plane Coordinate 39 information to the Contractor. The Contracting Agency will also provide maps, plan 40 sheets, and/or aerial photographs clearly identifying the limits of the areas to be 41 surveyed. The Contractor shall establish Washington State Plane Coordinates on all 42 points required in the Record of Survey and other points designated in the Contract 43 documents. 44 45 Existing right of way documentation, existing base maps, existing horizontal and 46 vertical control descriptions, maps, plan sheets, aerial photographs and all other 47 available material may be viewed by prospective bidders at the office of the Engineer. 48 49 The Contractor shall perform all of the necessary calculations for the contracted survey 50 work and shall provide copies of these calculations to the Contracting Agency. 51

Page 22: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 22

Electronic files of all survey data shall be provided and in a format acceptable to the 1 Contracting Agency. 2 3 All survey work performed by the Contractor shall conform to all applicable sections of 4 the Revised Code of Washington and the Washington Administrative Code. 5 6 The Contractor shall provide all traffic control, signing, and temporary traffic control 7 devices in order to provide a safe work zone. 8 9 Payment 10 Payment will be made in accordance with Section 1-09.6 for the following bid item 11 when included in the proposal: 12 13

“Licensed Surveying”, Force Account. 14 For the purpose of providing a common proposal for all bidders, the Contracting 15 Agency has entered an amount for the item "Licensed Surveying" in the bid 16 proposal to become a part of the total bid by the Contractor. 17

18 1-05.4.OPT4.GR1 19

(April 2, 2018) 20 Contractor Surveying – ADA Features 21

ADA Feature Staking Requirements 22 The Contractor shall be responsible for setting, maintaining, and resetting all 23 alignment stakes, and grades necessary for the construction of the ADA features. 24 Calculations, surveying, and measuring required for setting and maintaining the 25 necessary lines and grades shall be the Contractor's responsibility. The 26 Contractor shall build the ADA features within the specifications in the Standard 27 Plans and contract documents. 28 29 ADA Feature As-Built Measurements 30 The Contractor shall be responsible for providing electronic As-Built records of all 31 ADA feature improvements completed in the Contract. 32 33 The survey work shall include but not be limited to completing the measurements, 34 recording the required measurements and completing other data fill-ins found on 35 the ADA Measurement Forms, and transmitting the electronic Forms to the 36 Engineer. The ADA Measurement Forms are found at the following website 37 location: 38

39 http://www.wsdot.wa.gov/Design/ADAGuidance.htm 40

41 In the instance where an ADA Feature does not meet accessibility requirements, 42 all work to replace non-conforming work and then to measure, record the as-built 43 measurements, and transmit the electronic Forms to the Engineer shall be 44 completed at no additional cost to the Contracting Agency, as ordered by the 45 Engineer. 46 47

Payment 48 Payment will be made for the following bid item that is included in the Proposal: 49 50

"ADA Features Surveying", lump sum. 51

Page 23: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 23

1 The unit Contract price per lump sum for "ADA Features Surveying" shall be full pay for 2 all the Work as specified. 3

4 1-05.9.GR1 5

Equipment 6 7 1-05.9.INST1.GR1 8 Section 1-05.9 is supplemented with the following: 9 10 1-05.9.OPT1.FR1 11

(April 7, 2008) 12 General 13 This specification contains requirements for the use of machine control grading. 14 15 Instead of providing grade control through construction stakes, the Contractor may 16 control grade with equipment that is controlled by a machine control system. 17 18 The Contractor may use any type of equipment and machine control system that 19 produces results meeting the requirements of the Contract. 20 21 Electronic data is provided for the Contractor’s convenience, and is not a part of the 22 Contract. No guarantee or warranty is made by the Contracting Agency that electronic 23 data provided to the Contractor: is compatible with any of the systems that are used by 24 the Contractor; is complete; is representative of actual conditions at the project site, or; 25 accurately reflects the quantities and character of the actual Work required. The 26 furnishing of electronic design data or documentation shall not relieve the Contractor 27 from any risks or of any duty to make examinations and investigations as required by 28 Section 1-02.4 or any other responsibility under the Contract or as required by law. 29 Except as provided above, no corrections, additions, or updates of any kind will be 30 made to electronic data provided to the Contractor. 31

32 The Engineer may perform spot checks of the Contractor’s machine control grading 33 results, calculations, records, field procedures, and quality control measures. If the 34 Engineer determines that the Work being performed is not achieving results that will 35 meet the Contract requirements, the Contractor shall make corrections to the Work at 36 no additional cost to the Contracting Agency. 37 38 WSDOT Responsibilities 39 1. The Engineer will set the initial horizontal and vertical control points for the project 40

as shown in the Contract documents. 41 42

2. The Engineer will provide additional datum and scale factor information upon 43 request. 44 45

3. After execution of the Contract, the Engineer will make available upon written 46 request the following electronic data used to design the project: 47 48

*** $$1$$ *** 49 50

Page 24: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 24

Data may be obtained by furnishing a written request to the Engineer at the 1 following address: 2 3

*** $$2$$ *** 4 5

Contractor’s Responsibilities 6 1. The Contractor shall provide any information or data that is requested by the 7

Contracting Agency for the purpose of performing the verification of quantities, and 8 quality. 9

10 2. The Contractor shall be responsible for any edits or conversions of the Contracting 11

Agencies electronic data whether done by the Contractor or a vendor that is hired 12 by the Contractor to perform such edits or conversions. 13

14 3. The Contractor shall be responsible for the accuracy and usability of any data or 15

model that is developed from the Contracting Agencies data. 16 17 4. The Contractor shall be responsible for checking and recalibrating Machine 18

Control Equipment as required to achieve results that meet the requirements of the 19 Contract. 20

21 5. The Contractor shall be responsible for establishing any additional control points 22

needed to achieve results that meet the requirements of the Contract. 23 24 6. The Contractor shall provide the Contracting Agency electronic as-built 25

construction data for the final Roadway surface model in a MicroStation format. 26 27 7. One week prior to the start of grading operations the Contractor shall meet with the 28

Engineers staff to review the grading plans, quality processes, and tolerance 29 requirements. 30 31

Payment 32 All costs associated with the use of machine control grading equipment are incidental 33 to related items of Work, and no additional payment will be provided. 34

35 1-05.9.OPT2.FR1 36

(April 2, 2018) 37 The Contractor may begin Work below the Ordinary High Water Line on *** $$1$$ *** 38 and must complete all the Work by *** $$2$$ ***. The Contracting Agency suspects 39 that *** $$3$$ ***, a Class A noxious weed, exists within the project boundary. In order 40 to prevent the spread of this invasive species, the Contractor shall *** $$4$$ *** before 41 removing equipment from the project site. 42

43 1-05.9.OPT3.FR1 44

(April 2, 2018) 45 The Contracting Agency suspects that *** $$1$$ ***, an aquatic invasive species, 46 exists within the project boundary. In order to prevent the spread of this invasive 47 species, the Contractor shall *** $$2$$ *** before removing equipment or temporary 48 materials from the project site that was used directly below the Ordinary High Water 49 Line. 50

51

Page 25: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 25

1-05.14.GR1 1

Cooperation With Other Contractors 2 3 1-05.14.INST1.GR1 4 Section 1-05.14 is supplemented with the following: 5 6 1-05.14.OPT1.FR1 7

(March 13, 1995) 8 Other Contracts Or Other Work 9 It is anticipated that the following work adjacent to or within the limits of this project will 10 be performed by others during the course of this project and will require coordination of 11 the work: 12 13

*** $$1$$ *** 14 15 1-05.14.OPT2.FR1 16

(March 13, 1995) 17 The Contractor on this project shall provide sufficient room within the right of way for a 18 two-way haul road past the Contractor's operations for use of the *** $$1$$ *** 19 Contractor. 20

21 1-06.GR1 22

Control of Material 23 24 1-06.INST1.GR1 25 Section 1-06 is supplemented with the following: 26 27 1-06.OPT1.GR1 28

Buy America 29 30 1-06.OPT1(A).GR1 31

(August 6, 2012) 32 In accordance with Buy America requirements contained in 23 CFR 635.410, the major 33 quantities of steel and iron construction material that is permanently incorporated into 34 the project shall consist of American-made materials only. Buy America does not apply 35 to temporary steel items, e.g., temporary sheet piling, temporary bridges, steel 36 scaffolding and falsework. 37 38 Minor amounts of foreign steel and iron may be utilized in this project provided the cost 39 of the foreign material used does not exceed one-tenth of one percent of the total 40 contract cost or $2,500.00, whichever is greater. 41 42 American-made material is defined as material having all manufacturing processes 43 occurring domestically. To further define the coverage, a domestic product is a 44 manufactured steel material that was produced in one of the 50 States, the District of 45 Columbia, Puerto Rico, or in the territories and possessions of the United States. 46 47 If domestically produced steel billets or iron ingots are exported outside of the area of 48 coverage, as defined above, for any manufacturing process then the resulting product 49 does not conform to the Buy America requirements. Additionally, products 50 manufactured domestically from foreign source steel billets or iron ingots do not 51

Page 26: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 26

conform to the Buy America requirements because the initial melting and mixing of 1 alloys to create the material occurred in a foreign country. 2 3 Manufacturing begins with the initial melting and mixing, and continues through the 4 coating stage. Any process which modifies the chemical content, the physical size or 5 shape, or the final finish is considered a manufacturing process. The processes 6 include rolling, extruding, machining, bending, grinding, drilling, welding, and coating. 7 The action of applying a coating to steel or iron is deemed a manufacturing process. 8 Coating includes epoxy coating, galvanizing, aluminizing, painting, and any other 9 coating that protects or enhances the value of steel or iron. Any process from the 10 original reduction from ore to the finished product constitutes a manufacturing process 11 for iron. 12 13 Due to a nationwide waiver, Buy America does not apply to raw materials (iron ore and 14 alloys), scrap (recycled steel or iron), and pig iron or processed, pelletized, and 15 reduced iron ore. 16 17 The following are considered to be steel manufacturing processes: 18 19

1. Production of steel by any of the following processes: 20 21

a. Open hearth furnace. 22 23 b. Basic oxygen. 24 25 c. Electric furnace. 26 27 d. Direct reduction. 28 29

2. Rolling, heat treating, and any other similar processing. 30 31 3. Fabrication of the products. 32 33

a. Spinning wire into cable or strand. 34 35 b. Corrugating and rolling into culverts. 36 37 c. Shop fabrication. 38 39

A certification of materials origin will be required for any items comprised of, or 40 containing, steel or iron construction materials prior to such items being incorporated 41 into the permanent work. The certification shall be on DOT Form 350-109EF provided 42 by the Engineer, or such other form the Contractor chooses, provided it contains the 43 same information as DOT Form 350-109EF. 44

45 1-06.OPT1(B).FR1 46

(August 6, 2012) 47 The following items of work containing steel or iron construction materials are 48 considered to be temporary and are excluded from the Buy America requirements 49 contained in 23 CFR 635.410 as described in the above paragraphs: 50 51

Page 27: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 27

*** $$1$$ *** 1 2 1-06.OPT1(C).FR1 3

(August 6, 2007) 4 Structural Steel Construction Material 5

Definitions 6 1. Construction material: Defined as any article, material, or supply brought to 7

the construction site for incorporation into the final product. 8 9 2. Domestic Construction Material: A manufactured construction material will be 10

considered domestic if it has been manufactured in the United States. 11 12 3. Manufactured in the United States: A construction material will be considered 13

as manufactured in the United States if all manufacturing processes have 14 occurred in the United States. 15

16 4. Structural Steel: Defined as all structural steel products included in the 17

project. 18 19 5. United States: To further define the coverage, a domestic product is a 20

manufactured steel construction material that was produced in one of the 50 21 states, the District of Columbia, Puerto Rico, or in the territories and 22 possessions of the United States. 23

24 Bidding and Award 25 The Contractor shall submit a bid for the following bid items containing domestic 26 structural steel appearing in the proposal under the heading ALTERNATE *** 27 $$1$$ ***. 28 29

*** $$2$$ *** 30 31

(A) The Contractor may also submit a bid for the following bid items containing 32 foreign structural steel appearing in the proposal under the heading ALTERNATE 33 *** $$3$$ ***. 34 35 *** $$4$$ *** 36 37

A Contractor electing to submit a bid for any of the foreign structural steel items under 38 ALTERNATE *** $$5$$ *** must also submit a bid for the appropriate domestic 39 structural steel items under ALTERNATE *** $$6$$ ***. If a bid is received only for 40 foreign structural steel material on any of the above items, the bid will be considered 41 irregular. 42 43 Subject to the provisions of Section 1-03, all bidders are advised that the contract will 44 be awarded to the bidder who submits the lowest total bid based on furnishing 45 domestic structural steel construction material as specified, unless such total bid 46 exceeds the lowest total bid based on furnishing foreign structural steel construction 47 material as specified, by more than 25 percent. In that event, the contract will be 48 awarded to the bidder who submits the lowest total bid based on furnishing the 49 specified foreign structural steel material. 50 51

Page 28: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 28

Except the material contained in the above foreign structural steel item(s) for which 1 alternate bids were submitted and accepted as a basis of award, the steel and iron 2 construction material that is permanently incorporated into the project shall consist of 3 American-made materials only. Buy America does not apply to temporary steel items, 4 e.g., temporary sheet piling, temporary bridges, steel scaffolding and falsework. 5 American-made material is defined as material having all manufacturing processes 6 occuring domestically. 7 8 If domestically produced steel billets or iron ingots are exported outside of the United 9 States for any manufacturing process then the resulting product does not conform to 10 the Buy America requirements. Additionally, products manufactured domestically from 11 foreign source steel billets or iron ingots do not conform to the Buy America 12 requirements because the initial melting and mixing of alloys to create the material 13 occurred in a foreign country. 14 15 Manufacturing begins with the initial melting and mixing, and continues through the 16 coating stage. Any process which modifies the chemical content, the physical size or 17 shape, or the final finish is considered a manufacturing process. The processes 18 include rolling, extruding, machining, bending, grinding, drilling, welding, and coating. 19 The action of applying a coating to steel or iron is deemed a manufacturing process. 20 Coating includes epoxy coating, galvanizing, aluminizing, painting, and any other 21 coating that protects or enhances the value of steel or iron. Any process from the 22 original reduction from ore to the finished product constitutes a manufacturing process 23 for iron. 24 25 Due to a nationwide waiver, Buy America does not apply to raw materials (iron ore and 26 alloys), scrap (recycled steel or iron), and pig iron or processed, pelletized, and 27 reduced iron ore. 28

29 1. Production of steel by any of the following processes: 30

31 a. Open hearth furnace. 32 33 b. Basic oxygen. 34 35 c. Electric furnace. 36 37 d. Direct reduction. 38 39

2. Rolling, heat treating, and any other similar processing. 40 41 3. Fabrication of the products. 42 43

a. Spinning wire into cable or strand. 44 45 b. Corrugating and rolling into culverts. 46 47 c. Shop fabrication. 48 49

Page 29: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 29

The Contractor may utilize minor amounts of foreign steel and iron in this project 1 provided the cost of the foreign material used does not exceed one-tenth of one 2 percent of the total contract cost or $2,500.00, whichever is greater. 3 4 A certification of materials origin will be required for any items comprised of, or 5 containing, steel or iron construction materials prior to such items being incorporated 6 into the permanent work. The certification shall be on DOT Form 350-109EF provided 7 by the Engineer, or such other form the Contractor chooses, provided it contains the 8 same information as DOT Form 350-109EF. 9

10 1-06.1.GR1 11

Approval of Materials Prior to Use 12 13 1-06.1.INST1.GR1 14 Section 1-06.1 is supplemented with the following: 15 16 1-06.1.OPT1.GR1 17

(April 3, 2017) 18 For each proposed material that is required to be submitted for approval using either 19 the QPL or RAM process the Contractor will be allowed to submit for approval two 20 material sources or manufacturers per material type at no cost. Additional material 21 sources or manufacturers may be submitted for approval and will be processed at a 22 cost of $125.00 per material source or manufacturer submitted by QPL submittal and 23 $400.00 per material submitted by RAM. All costs for processing additional material 24 sources or manufacturers will be deducted from monies due or that may come due to 25 the Contractor. Subject to a request by the Contractor and a determination by the 26 Engineer the costs for processing may be waived. 27

28 1-07.GR1 29

Legal Relations and Responsibilities to the Public 30 31 1-07.1.GR1 32

Laws to be Observed 33 34 1-07.1.INST1.GR1 35 Section 1-07.1 is supplemented with the following: 36 37 1-07.1.OPT1.GR1 38

(March 25, 2009) 39 American Recovery and Reinvestment Act of 2009 (ARRA) Employment Report 40 The Contractor shall submit monthly reports of the number of employees actively 41 working on this project for the Contractor and all Subcontractors of every tier. The 42 reports shall include all employees actively working on this project at the jobsite, in the 43 project office, in the home office, or teleworking from a home or other alternative office 44 location; and all engineering personnel, inspectors, sampling and testing technicians, 45 and lab technicians actively performing work directly in support of this project 46 (excluding suppliers) during the reporting month. 47 48 The report shall be prepared using Form FHWA-1589 and submitted monthly to the 49 Engineer. The initial report shall be submitted to the Engineer within 30-days of 50

Page 30: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 30

execution. Subsequent reports shall be submitted to the Engineer no later than 10-1 days after the end of each report month. 2 3 Failure by the Contractor to submit ARRA Employment Reports for the Contractor and 4 all Subcontractors of every tier shall be reason for withholding all progress payments 5 until reports are received. The cost of preparing and submitting ARRA Employment 6 Reports is incidental to the Contract. The Contractor shall include all related costs in 7 the unit Bid prices of the Contract. 8

9 1-07.1.OPT2.FR1 10

(September 3, 2019) 11 Lead Health Protection Program 12 Structural and non-structural materials located at the project site *** $$1$$ *** contain 13 lead-based products. The Contractor shall be fully responsible for the safety and 14 health of all on-site workers and compliant with Washington Administrative Code (WAC 15 296-155-176). The Contractors Lead Health Protection Program shall be submitted to 16 the Contracting Agency as a Type 2 Working Drawing prior to the Contractor beginning 17 work involving exposure to lead contamination. The Contractor shall communicate with 18 the Engineer to ensure a coordinated effort for providing and maintaining a safe 19 worksite for both the Contracting Agency’s and Contractor’s workers. 20 21 Construction Requirements 22 The Contractor shall be responsible for the containment measures required to provide 23 and maintain a safe and healthful jobsite for the duration of the project in accordance 24 with all applicable laws and this Special Provision. 25 26 Payment 27 All costs to comply with this Special Provision for the Lead Health Protection laws and 28 regulations are the responsibility of the Contractor and shall be included in related 29 items of work. 30

31 1-07.1.OPT3.FR1 32

(April 3, 2006) 33 Confined Space 34 Confined spaces are known to exist at the following locations: 35

36 *** $$1$$ *** 37

38 The Contractor shall be fully responsible for the safety and health of all on-site workers 39 and compliant with Washington Administrative Code (WAC 296-809). 40 41 The Contractor shall prepare and implement a confined space program for each of the 42 confined spaces identified above. The Contractors Confined Space program shall be 43 sent to the Contracting Agency at least 30 days prior to the Contractor beginning work 44 in or adjacent to the confined space. No work shall be performed in or adjacent to the 45 confined space until the plan is submitted to the Engineer as required. The Contractor 46 shall communicate with the Engineer to ensure a coordinated effort for providing and 47 maintaining a safe worksite for both the Contracting Agency’s and Contractor’s workers 48 when working in or near a confined space. 49 50

Page 31: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 31

All costs to prepare and implement the confined space program shall be included in the 1 bid prices for the various items associated with the confined space work. 2

3 1-07.3.GR1 4

Forest Protection and Merchantable Timber Requirements 5 6 1-07.3.INST1.GR1 7 Section 1-07.3 is supplemented with the following: 8 9 1-07.3.OPT1.GR1 10

(August 2, 2004) 11 The Forest Service Provisions, included in the Appendix to these Special Provisions, 12 are made a part of this contract. The Contractor shall comply with the requirements of 13 these Forest Service provisions at no additional cost to the Contracting Agency. 14

15 1-07.3(2).GR1 16

Merchantable Timber Requirements 17 18 1-07.3(2).INST1.GR1 19

Section 1-07.3(2) is supplemented with the following: 20 21 1-07.3(2).OPT1.GR1 22

(April 7, 2008) 23 This project contains merchantable timber. 24

25 Export Restrictions - DOT Form 410-100, Purchaser Certification for Export 26 Restricted Timber, will be included when the contract is sent to the Contractor for 27 execution. The form shall be completed and signed by the Contractor. The 28 Contractor shall send the original signed form and one copy of the signed form 29 directly to the Washington State Department of Revenue at the address on the 30 form. The Contractor shall send one signed copy along with the other documents 31 required by Section 1-03.3 to the Contracting Agency with the executed contract. 32 33 State Tax Requirements - It shall be the Contractor's responsibility to pay to the 34 State Department of Revenue all taxes on harvested timber. 35

36 1-07.4.GR1 37

Sanitation 38 39 1-07.4(2).GR1 40

Health Hazards 41 42 1-07.4(2).INST1.GR1 43

Section 1-07.4(2) is revised to read: 44 45 1-07.4(2).OPT1.FR1 46

(August 7, 2017) 47 This project site is known to be occupied by transients and therefore contains 48 biological hazards and associated physical hazards. These may include, but not 49 be limited to violent and dangerous individuals, hypodermic needles, garbage, 50

Page 32: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 32

broken glass, human and animal excrement, drug paraphernalia, and other 1 hazards. 2 3 The Contractor shall take precautions and perform any necessary Work required 4 to provide and maintain a safe and healthful jobsite for all workers and the public 5 for the duration of the project in accordance with all applicable laws and contract 6 requirements. 7 8 The Contractor shall ensure that the public, including persons who may be non-9 English speaking or those who may not be able to recognize potential safety and 10 health hazards within the project area, are not harmed by the Contractors 11 activities. 12 13 Nothing required by this Specification shall operate as a waiver of the Contractor’s 14 responsibility for taking all steps necessary to ensure the safety of the public under 15 Section 1-07.23 or responsibility for liability and damages under Section 1-07.14 or 16 for any other responsibility under the Contract or as may be required by law. 17 18

Health and Safety Plan 19 The Contractor shall prepare a written Health and Safety Plan. The plan shall 20 be prepared under the supervision of a certified industrial hygienist and shall 21 incorporate all required County, State, and Federal health and safety 22 provisions. The plan shall include requirements of the Federal Occupational 23 Safety and Health Act of 1970 (OSHA), all amendments, and all other 24 applicable health regulations. 25 26 Preparation of the Health and Safety Plan shall include an initial site 27 assessment by the industrial hygienist. The plan shall break initial cleanup of 28 the project into identifiable construction areas. The plan shall be submitted to 29 the Engineer prior to commencing cleanup Work. At least one copy of the 30 plan shall be posted at the work site while cleanup Work is in progress. The 31 industrial hygienist shall perform one or more follow-up site assessments as 32 needed to approve the site following completion of the initial site cleanup. 33 34 Public Notification 35 The Contractor shall furnish and install the “No Trespassing” signs shown in 36 the Plans at locations staked by the Engineer at least 72 hours prior to 37 performing site cleanup or any potentially hazardous Work (such as clearing 38 or operating equipment). 39 40 At the same time that “No Trespassing” signs are posted, provide written 41 notification of the following to the Engineer and to the chief law enforcement 42 officer of the local governmental entity where the Work will occur: 43 44

1. The precise location of each area that is posted “No Trespassing”; 45 46 2. The date and time that each site was posted “No Trespassing”; 47 48 3. The date, time, description and duration of the Work to be performed 49

at each site. 50 51

Page 33: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 33

At least 72 hours prior to performing site cleanup in Work areas containing 1 encampments (such as tents, makeshift dwellings, sleeping sites, or 2 accumulations of personal property that are not refuse), the Contractor shall 3 post a notification at each encampment area. Each notice shall: 4

5 1. Be weather resistant, and written in both English and Spanish. 6 7 2. Be affixed to each dwelling or post mounted within 10-feet of each 8

encampment; 9 10 3. State the Prime Contractor’s company name as the entity that 11

performed the cleanup as required by the Washington State 12 Department of Transportation; 13

14 4. Provide the date that the notice is posted; 15 16 5. Provide date(s) and time(s) that cleanup will occur; 17 18 6. Provide the telephone number, business hours and physical address 19

of the location where stored personal property may be claimed. 20 21 7. State that personal property will be stored for 70-days from the date 22

of removal, and if unclaimed within that time, will be disposed of. 23 24

At the same time that notifications are posted at encampment areas, provide 25 written notification of the schedule to perform site cleanup to the Engineer and 26 to the following advocacy groups: 27 28

***$$1$$*** 29 30 Acceptance of signs and notifications will be based on visual inspection that 31 the sign and notifications meet these requirements. 32 33 Site Cleanup of Biological and Physical Hazards 34 An initial cleanup of the site, including all preparatory work required to make 35 the worksite sanitary and safe in accordance with applicable laws and with the 36 Contract, shall be completed to remove all individuals, encampments, and 37 personal property from areas signed “No Trespassing”, and to address all 38 biological and associated physical hazards present on the project. Necessary 39 worker training, on and off site preparations, and personal protective 40 equipment shall be provided by the Contractor to complete this Work. If 41 aggressive or violent individuals are encountered, the Contractor shall notify 42 the local law enforcement agency to assist them in clearing the Work area. 43

44 Site cleanup of individual areas identified in the Health and Safety Plan shall 45 be performed no more than 30 days in advance of performing other Work in 46 each area. 47 48 The refuse generated by the site cleanup shall become the property of the 49 Contractor and shall be removed from the project. Personal property shall be 50 handled as required by this Specification and applicable laws. 51

Page 34: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 34

1 Removal, Storage and Return of Personal Property 2 Personal property may include radios, audio and video equipment, sleeping 3 bags, tents, stoves and cooking utensils, lanterns, flashlights, bed rolls, tarps, 4 foam, canvas, mats, blankets, pillows, medication, personal papers, 5 photographs, books and other reading materials, luggage, backpacks or other 6 storage containers, clothing, towels, shoes, toiletries and cosmetics, clocks 7 and watches, and eye glasses. Personal property does not include building 8 materials such as wood products, metal, or rigid plastic. 9 10 Personal property items that are not refuse, contaminated, illegal or 11 hazardous shall be removed from the Work area and stored at a location near 12 the project site for return to the property owner. Items shall be placed in large 13 transparent plastic bags and stored in a manner that protects them from 14 adverse weather and theft. Reasonable efforts shall be made to place all 15 items from each encampment into a separate bag. Each bag shall be labeled 16 with an inventory to include a brief description of the contents, a description of 17 the location that it was removed from, and the date that it was removed from 18 the Work area. The Contractor shall not open closed items of personal 19 property unless, in its determination, it is necessary to do so to protect public 20 safety. 21 22 The Contractor shall retain the property for 70-days. 23 24 If the name and contact information of the owner of a personal property item 25 is identified on that item, then for a period of not less than 10-days after 26 removing the property from the Work area, the Contractor shall attempt to 27 notify the apparent owner of the property and make arrangements for the 28 owner to claim the property. 29 30 The Contractor shall release the property to any individual who claims 31 ownership provided they are able to establish ownership by identifying the 32 property and its approximate location. The Contractor shall maintain a record 33 of all property that is claimed. The record shall include a description of the 34 property, the date claimed, and the name of the claimant. 35 36 If personal property is not claimed within 70-days of removal from the 37 encampment, then the property shall become the property of the Contractor 38 and shall be removed from the project. 39 40 Site Preservation 41 The Contractor shall preserve the site after initial cleanup of biological and 42 physical hazards. 43 44 On a daily basis and prior to performing any Work in areas where pedestrians 45 or encampments may be present, the Contractor shall verify that the Work 46 area is cleared of all persons not associated with the project. Individuals may 47 seek shelter in dumpsters, equipment, under blankets, or other places hidden 48 from view. Individuals may be disabled, or under the influence of alcohol or 49 drugs and it should not be assumed that loud construction noise will wake 50 them. 51

Page 35: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 35

1 If the worksite becomes unsanitary or unsafe due to new encampments or 2 new biological and associated physical hazards after initial cleanup is 3 completed, then the Contractor shall perform additional site assessment, 4 additional notification and additional cleanup. 5 6 The Engineer may authorize additional site preservation measures. The 7 nature and frequency of these measures will be as agreed to by the Engineer. 8 Additional site preservation measures may include the use of fencing, lighting, 9 or security, provided it is approved in advance by the Engineer. Work 10 performed without Engineer authorization will not be eligible for payment. 11

12 Measurement 13 No trespassing signs will be measured per each. 14 15 Payment 16 Payment will be made for the following bid items when they are included in the 17 proposal: 18 19

“No Trespassing Sign”, per each. 20 The unit contract price per each “No Trespassing Sign” shall be full payment 21 for all Work required to furnish, install, maintain and remove the signs. 22 23 “Health and Safety Plan”, lump sum. 24

The lump sum unit contract price for “Health and Safety Plan” shall be full 25 payment for all Work associated with the preparation and implementation of 26 the Health and Safety Plan including the initial and follow up assessment(s) 27 for initial site cleanup, worker training and personal protective equipment, and 28 providing required notifications. 29 30 "FA-Site Cleanup of Bio. And Physical Hazards”, by force account as provided 31 in Section 1-09.6. 32 33 Removal and disposal of biological and physical hazards; removal of 34 individuals and encampments; removal, storage, and return of personal 35 property; disposal of unclaimed personal property; additional site assessment, 36 notifications, worker training and personal protective equipment required after 37 the initial site cleanup is completed; and site preservation Work authorized by 38 the Engineer will be paid for by force account in accordance with Section 1-39 09.6. 40 41 For the purpose of providing a common proposal for all bidders, the 42 Contracting Agency has entered an amount for the item “FA-Site Cleanup of 43 Bio. And Physical Hazards” in the bid proposal to become a part of the total 44 bid by the Contractor. 45

46 1-07.5.GR1 47

Environmental Regulations 48 49

Page 36: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 36

1-07.5.INST1.GR1 1 Section 1-07.5 is supplemented with the following: 2 3 1-07.5.OPT1.GR1 4

(September 20, 2010) 5 Environmental Commitments 6 The following Provisions summarize the requirements, in addition to those required 7 elsewhere in the Contract, imposed upon the Contracting Agency by the various 8 documents referenced in the Special Provision Permits and Licenses. Throughout 9 the work, the Contractor shall comply with the following requirements: 10

11 1-07.5.OPT1(A).FR1 12

(August 4, 2014) 13 The Contractor shall submit a written notification to the Engineer no later than 10 14 calendar days prior to beginning any ground disturbing activities *** $$1$$ ***. 15 The Contractor shall not commence any such ground disturbing activities until the 16 monitor is present. 17

18 1-07.5.OPT1(B).FR1 19

(April 1, 2019) 20 The Contractor shall notify the Engineer a minimum of *** $$1$$ *** calendar days 21 prior to commencing any work in sensitive areas, mitigation areas, and wetland 22 buffers. Installation of construction fencing is excluded from this notice 23 requirement. 24

25 1-07.5.OPT1(C).FR1 26

(April 1, 2019) 27 No *** $$1$$ *** is allowed within *** $$2$$ *** feet of *** $$3$$ ***. 28

29 1-07.5.OPT2.GR1 30

(August 3, 2009) 31 Payment 32 All costs to comply with this special provision for the environmental commitments and 33 requirements are incidental to the contract and are the responsibility of the Contractor. 34 The Contractor shall include all related costs in the associated bid prices of the 35 contract. 36

37 1-07.5(2).GR1 38

State Department of Fish And Wildlife 39 40 1-07.5(2).INST1.GR1 41

Section 1-07.5(2) is supplemented with the following: 42 43 1-07.5(2).OPT1.GR1 44

(April 2, 2018) 45 The following Provisions summarize the requirements, in addition to those required 46 elsewhere in the Contract, imposed upon the Contracting Agency by the 47 Washington State Department of Fish and Wildlife. Throughout the work, the 48 Contractor shall comply with the following requirements: 49

50

Page 37: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 37

1-07.5(2).OPT1(A).FR1 1 (April 2, 2018) 2 The Contractor may begin Work below the Ordinary High Water Line on *** 3 $$1$$ *** and must complete all the Work by *** $$2$$ ***. 4

5 1-07.5(2).OPT2.GR1 6

(April 2, 2018) 7 All costs to comply with this special provision are incidental to the Contract and are 8 the responsibility of the Contractor. The Contractor shall include all related costs in 9 the associated bid prices of the Contract. 10

11 1-07.5(3).INST1.GR1 12

Section 1-07.5(3) is supplemented with the following: 13 14 1-07.5(3).OPT1.GR1 15

(April 2, 2018) 16 The following Provisions summarize the requirements, in addition to those required 17 elsewhere in the Contract, imposed upon the Contracting Agency by the 18 Washington State Department of Ecology. Throughout the work, the Contractor 19 shall comply with the following requirements: 20

21 1-07.5(3).OPT1(A).FR1 22

(August 3, 2009) 23 A mixing zone is established within which the turbidity standard is waived 24 during actual in-water work. The mixing zone is established to only 25 temporarily allow exceeding the turbidity criteria (such as a few hours or days) 26 and is not authorization to exceed the turbidity standard for the entire duration 27 of the construction. The mixing zone shall not exceed *** $$1$$ *** feet 28 downstream from the construction area. 29

30 1-07.5(3).OPT1(B).FR1 31

(January 7, 2019) 32 The Contractor shall notify the Engineer a minimum of *** $$1$$ *** calendar 33 days prior to commencing any work in environmentally sensitive areas, 34 mitigation areas, and wetland buffers. Installation of construction fencing is 35 excluded from this notice requirement. 36

37 1-07.5(5).GR1 38

U.S. Army Corps of Engineers 39 40 1-07.5(5).INST1.GR1 41

Section 1-07.5(5) is supplemented with the following: 42 43 1-07.5(5).OPT1.GR1 44

(April 2, 2018) 45 The following Provisions summarize the requirements, in addition to those required 46 elsewhere in the Contract, imposed upon the Contracting Agency by the U.S. 47 Army Corps of Engineers. Throughout the work, the Contractor shall comply with 48 the following requirements: 49

50

Page 38: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 38

1-07.5(5).OPT1(B).FR1 1 (February 25, 2013) 2 Temporary fills at *** $$1$$ *** must be removed within *** $$2$$ *** calendar 3 days of beginning placement of these fills. This time period may be extended 4 with approval from the Engineer. Requests to extend must be received a 5 minimum of 45 days prior to the expiration of number of days listed above, 6 since the extension is subject to concurrence by the U.S. Army Corps of 7 Engineers. 8

9 1-07.5(5).OPT1(C).GR1 10

(February 25, 2013) 11 Temporary structures and dewatering of areas under the jurisdiction of the 12 U.S. Army Corps of Engineers must maintain normal downstream flows and 13 prevent upstream and downstream flooding to the maximum extent 14 practicable. 15

16 1-07.5(5).OPT1(D).GR1 17

(August 3, 2009) 18 Heavy equipment working in wetlands or mudflats must be placed on mats or 19 other measures taken to minimize soil disturbance as approved by the 20 Engineer. 21

22 1-07.5(5).OPT1(F).GR1 23

(August 3, 2009) 24 The Contractor shall dispose of all creosoted timber, creosote piling and 25 associated debris as shown in the Plans in accordance with current federal, 26 state, and local regulations and provisions, and following Best Management 27 Practices. Disposal shall be made in a landfill which meets the liner and 28 leachate standards of the Minimum Functional Standards, Chapter 173-304 29 WAC. The Contractor shall provide receipts from the disposal facility to the 30 Engineer. If the material is transported to a transfer station, the Contractor 31 shall obtain documentation indicating that final disposal will comply with the 32 standards referenced above. 33

34 1-07.5(5).OPT2.GR1 35

(April 2, 2018) 36 All costs to comply with this special provision are incidental to the Contract and are 37 the responsibility of the Contractor. The Contractor shall include all related costs in 38 the associated bid prices of the Contract. 39

40 1-07.5(6).GR1 41

U.S. Fish/Wildlife Services and National Marine Fisheries Service 42 43 1-07.5(6).INST1.GR1 44

Section 1-07.5(6) is supplemented with the following: 45 46 1-07.5(6).OPT1.GR1 47

(April 2, 2018) 48 The following Provisions summarize the requirements, in addition to those required 49 elsewhere in the Contract, imposed upon the Contracting Agency by the U.S. 50

Page 39: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 39

Fish/Wildlife Services and the National Marine Fisheries Service. Throughout the 1 work, the Contractor shall comply with the following requirements: 2

3 1-07.5(6).OPT1(B).GR1 4

(April 2, 2018) 5 The Contractor shall place temporary storage piles of erosive materials 6 outside the 100-year floodplain during the rainy season (October 1 through 7 June 1). Material that will be used within 12 hours of deposition is exempt 8 from this requirement. The Contractor shall employ best management 9 practices to prevent sediment delivery to waterbodies, wetlands, or 10 conveyances that drain to such features. 11

12 1-07.5(6).OPT1(C).FR1 13

(April 2, 2018) 14 The Contractor shall not allow temporary floating work platforms to run 15 aground. Anchors and chains shall never contact fish spawning areas in 16 freshwater or eelgrass, kelp, macro algae, or intertidal wetlands as indicated 17 in the Plans. Shading eelgrass, kelp, or macro algae beds by work platforms 18 shall not exceed *** $$1$$ *** days. 19

20 1-07.5(6).OPT1(D).GR1 21

(April 2, 2018) 22 The Contractor shall provide concrete truck chute cleanout areas to contain 23 fresh concrete and wash water. The Contractor shall dispose of the waste 24 material at a facility permitted to take such waste. 25

26 1-07.5(6).OPT1(E).GR1 27

(April 2, 2018) 28 The Contractor shall not use creosote-treated wood below the Ordinary High 29 Water Mark. 30

31 1-07.5(6).OPT1(F).GR1 32

(April 2, 2018) 33 The Contractor shall remove piles by directly pulling, using vibratory devices, 34 or by cutting the piles below ground level to minimize localized turbidity. If use 35 of a clamshell bucket is necessary due to pile breakage, turbidity curtains will 36 be employed by the Contractor. 37

38 1-07.5(6).OPT1(G).GR1 39

(April 2, 2018) 40 The Contractor shall remove piles and place them directly into a receptacle 41 that prevents sediment or other material from entering waters of the state. 42

43 1-07.5(6).OPT1(H).FR1 44

(April 2, 2018) 45 Contracting Agency staff will monitor sound pressure during in-water pile 46 driving of steel piles, including H-piles, and sheet piles. Results that exceed 47 *** $$1$$ *** will require the Contractor to adjust work methods or employ 48 additional best practices to safely proceed. 49

50

Page 40: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 40

1-07.5(6).OPT1(I).FR1 1 (April 2, 2018) 2 The Contractor shall direct temporary lights for night work away from *** 3 $$1$$ ***. 4

5 1-07.5(6).OPT1(J).FR1 6

(April 2, 2018) 7 The Contractor shall conduct night Work only during the period from 2 hours 8 after sunset to 2 hours before sunrise. Setting up and taking down traffic 9 control are exempt from these time restrictions. Refer to the following website, 10 using the City of *** $$1$$ *** for sunrise and sunset times: 11 12

http://www.sunrisesunset.com/usa/washington.asp 13 14 1-07.5(6).OPT1(K).FR1 15

(April 2, 2018) 16 The Contractor shall conduct night Work only during the period from 1 hour 17 after sunset to 1 hour before sunrise. Setting up and taking down traffic 18 control are exempt from these time restrictions. Refer to the following website, 19 using the City of *** $$1$$ *** for sunrise and sunset times: 20 21

http://www.sunrisesunset.com/usa/washington.asp 22 23 1-07.5(6).OPT1(L).FR1 24

(April 2, 2018) 25 The Contractor must cease Work 2 hours before sunrise. Setting up and 26 taking down traffic control are exempt from these time restrictions. Refer to 27 the following website, using the City of *** $$1$$ *** for sunrise times: 28 29

http://www.sunrisesunset.com/usa/washington.asp 30 31 1-07.5(6).OPT1(M).FR1 32

(April 2, 2018) 33 When night and day time Work is required, the Contractor shall not perform 34 Work from 1 hour before sunrise to 2 hours after sunrise and no Work from 2 35 hours before sunset to 1 hour after sunset. Setting up and taking down traffic 36 control are exempt from these time restrictions. Refer to the following website, 37 using the City of *** $$1$$ *** for sunrise and sunset times: 38 39

http://www.sunrisesunset.com/usa/washington.asp 40 41 1-07.5(6).OPT1(N).FR1 42

(April 2, 2018) 43 When night and day time Work is required, the Contractor shall not perform 44 Work from 1 hour before sunrise to 2 hours after sunrise. Setting up and 45 taking down traffic control are exempt from these time restrictions. Refer to 46 the following website, using the City of *** $$1$$ *** for sunrise and sunset 47 times: 48 49

http://www.sunrisesunset.com/usa/washington.asp 50 51

Page 41: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 41

1-07.5(6).OPT1(O).GR1 1 (April 2, 2018) 2 The Contractor shall develop a Type 2 Working Drawing to ensure that trash 3 and food waste is collected daily and contained in secured garbage 4 receptacles. 5

6 1-07.5(6).OPT1(P).FR1 7

(September 3, 2019) 8 Between April 1 and September 22, the Contractor *** $$1$$ *** are restricted 9 to between two hours after sunrise and two hours before sunset. Setting up 10 and taking down traffic control are exempt from these time restrictions. Refer 11 to the following website, using the City of *** $$2$$ *** for sunrise and sunset 12 times: 13 14

http://www.sunrisesunset.com/usa/washington.asp 15 16 1-07.6.GR1 17

Permits and Licenses 18 19 1-07.6.INST1.GR1 20 Section 1-07.6 is supplemented with the following: 21 22 1-07.6.OPT1.FR1 23

(January 2, 2018) 24 The Contracting Agency has obtained the below-listed permit(s) for this project. A copy 25 of the permit(s) is attached as an appendix for informational purposes. Copies of these 26 permits, including a copy of the Transfer of Coverage form, when applicable, are 27 required to be onsite at all times. 28 29 Contact with the permitting agencies, concerning the below-listed permit(s), shall be 30 made through the Engineer with the exception of when the Construction Stormwater 31 General Permit coverage is transferred to the Contractor, direct communication with 32 the Department of Ecology is allowed. The Contractor shall be responsible for 33 obtaining Ecology’s approval for any Work requiring additional approvals (e.g. Request 34 for Chemical Treatment Form). The Contractor shall obtain additional permits as 35 necessary. All costs to obtain and comply with additional permits shall be included in 36 the applicable Bid items for the Work involved. 37 38 *** $$1$$ *** 39

40 1-07.6.OPT3.GB1 41

United States Coast Guard 42 43 1-07.6.OPT3(A).FB1 44

(September 3, 2019) 45 The Contracting Agency has obtained a United States Coast Guard Bridge Permit *** 46 $$1$$ *** for this project. 47 48 The Contractor shall furnish, install, maintain, and remove all temporary navigation 49 lights, signs, signals, and any other warning devices required by the Coast Guard and 50

Page 42: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 42

as required for public safety on all falsework, cofferdams, or other temporary structure 1 in the waterway. 2 3 The Contractor shall comply with all Coast Guard requirements inclusive of the 4 following Bridge Permit conditions: 5 6

1. The construction of falsework, cofferdams or other obstructions, if required, 7 shall be in accordance with plans submitted to and approved by the 8 Commander, 13th Coast Guard District, prior to construction of the bridge. All 9 work shall be so conducted that the free navigation of the waterway is not 10 unreasonably interfered with and the present navigable depths are not 11 impaired. Timely notice of any and all events that may affect navigation shall 12 be given to the District Commander during construction of the bridge. The 13 channel or channels through the structure shall be promptly cleared of all 14 obstructions placed therein or caused by the construction of the bridge to the 15 satisfaction of the District Commander, when in the District Commander's 16 judgment the construction work has reached a point where such action should 17 be taken, but in no case later than 90 calendar days after the bridge has been 18 opened to traffic. 19

20 2. *** $$2$$ *** 21 22

The Contractor shall notify the Coast Guard in writing, with a copy to the Engineer, of 23 the work start date at least seven calendar days before beginning any site work and 24 shall at that time designate the Contractor's authorized representative, and work phone 25 number, for coordination on matters that relate to Coast Guard approvals and 26 requirements. 27 28 The Contractor's applications for required Coast Guard construction approvals for this 29 project shall include, but not be limited to, cofferdams, falsework, temporary navigation 30 lighting, work bridges, and other obstructions. These applications shall be submitted to 31 the Coast Guard by the Contractor, with a copy to the Engineer, a minimum of 30 32 calendar days in advance of the scheduled work. A schedule of when the work is to be 33 performed and when the obstructions are to be permanently removed shall be a part of 34 the Contractor's application. 35 36 The Contractor shall provide the Coast Guard and the Engineer with prompt verbal 37 notice, followed by written notice, of any subsequent changes to this proposed 38 schedule. 39 40 A copy of all Coast Guard approvals shall be provided to the Engineer upon receipt but 41 not later than prior to beginning work on the items of work involved. 42 43 By the 20th of each month, the Contractor shall furnish the Engineer a schedule of the 44 work expected to be performed in the next two months. The Engineer will transmit this 45 information through the Bridge and Structures Office to the Coast Guard so that 46 interested users of the waterway can be notified. 47 48 The Coast Guard contact is: 49 50

Bridge Administrator 51

Page 43: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 43

Thirteenth Coast Guard District 1 915 Second Avenue Suite 3510 2 Seattle, WA 98174-1067 3 [email protected] 4 Telephone: (206) 220-7282 5 6

All costs in connection with furnishing, installing, maintaining, and removing temporary 7 navigation lights, signs, signals, or other warning devices shall be included in the 8 contract prices for the items of work involved. 9 10 All costs incurred in obtaining the required Coast Guard approvals and in complying 11 with all requirements specified herein shall be included in the contract prices for the 12 items of work involved. 13 14 All costs in connection with delays in the construction caused by the Contractor's failure 15 to obtain the necessary Coast Guard approvals shall be at the Contractor's expense. 16

17 1-07.6.OPT3(B).GB1 18

(September 3, 2019) 19 The Contractor shall comply with all United States Coast Guard requirements. 20 21 The Contractor shall submit a Type 3 Working Drawing consisting of a Navigation Work 22 Plan at least 60-calendar days prior to beginning activities and operations affecting any 23 part of the waterway in the vicinity of the bridge work. The Navigation Work Plan shall 24 include, at a minimum, the following: 25 26

1. Lead Contractor contact for the project, with associated email and phone 27 number. 28

29 2. Scheduled on-site start work date and finish work date. 30 31 3. Days and times of operation over the nominal work week. 32 33 4. Dates and times of stages of work, as applicable for operations involving 34

sequential or staged activities. 35 36 5. Location of the Work by latitude and longitude, river mile, and geographic 37

point of land, with latitude and longitude expressed in degrees, minutes, 38 seconds, and thousandths of seconds. 39

40 6. Identification and description of barges, vessels and equipment present in the 41

waterway, if any, to facilitate operations. The description shall include vessel 42 type, vessel name (as applicable), means of voice contact (VHF frequencies, 43 cell phone number, etc.) to the vessel, means of anchoring and mooring the 44 vessel and the location of such anchoring and mooring, the extent to which 45 the vessel is encroaching into the defined navigation channel, and lighting 46 support vessels in accordance with the Coast Guard Rules of the Road as 47 applicable. 48

49 7. Point of contact phone number available for 24-hour-seven-days-a-week 50

contact from local mariners through the duration of the project. 51

Page 44: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 44

1 8. Detailed identification of work operation hazards to mariners, if any, created 2

by operations (cables, buoys, machinery, tools, tows, containment and 3 platform structures, falling debris, etc.), including details such as size, 4 diameter, color as applicable. 5

6 9. Precautions regarding the in-water vessels, equipment, and work operation 7

hazards, if any, affecting local mariners such as operating speed and wake, 8 clearance distance, etc. 9

10 10. Systems and equipment causing a reduction in the available vertical 11

clearance beneath the bridge, if any, such as containment and platform 12 systems and supports and the equipment necessary to install, maintain, and 13 remove such systems, and the identification of any falling debris hazard to 14 waterway traffic. 15

16 11. Description of advisory signage and lighting to be implemented by the 17

Contractor to advise local mariners of the operations, reduced clearances, 18 and presence of work operation hazards, as applicable. The description shall 19 include the advisory message, and placement and orientation of the signage 20 and flashing amber lighting (4-seconds/15 per minute). 21

22 The Engineer will submit the Navigation Work Plan to the US Coast Guard contact 23 identified below for concurrent review. Approval from the US Coast Guard and the 24 Engineer is required prior to the US Coast Guard issuing a Local Notice to Mariners 25 advising of the operations, and allowing the operations to commence. 26 27 The Contractor shall contact the US Coast Guard for requirements related to the 28 mooring of barges, placement of log booms, and all other equipment that could be a 29 hazard to waterway users. 30 31 Provisions shall be made for the removal, on 2 hours notice, of all equipment that 32 would block or partially block, the navigable portion of the waterway. 33 34 The US Coast Guard contact is: 35 36

Bridge Administrator 37 Thirteenth Coast Guard District 38 915 Second Avenue Suite 3510 39 Seattle, WA 98174-1067 40 [email protected] 41 Telephone: (206) 220-7282 42 43

All costs incurred in contacting the US Coast Guard and in complying with all the 44 requirements specified herein shall be included in the contract prices for the items of 45 work involved. 46 47 All costs in connection with delays in the construction caused by the Contractor's failure 48 to contact the US Coast Guard shall be at the Contractor's expense. 49

50

Page 45: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 45

1-07.7.GR1 1

Load Limits 2 3 1-07.7.INST1.GR1 4 Section 1-07.7 is supplemented with the following: 5 6 1-07.7.OPT1.GR1 7

(March 13, 1995) 8 Except for the load limit restrictions specified in Section 1-07.7(2), the Contractor may 9 operate vehicles which exceed the legal gross weight limitations without special 10 permits or payment of additional fees provided such vehicles are employed in the 11 construction and within the limits of this project. 12 13 Subparagraph 1 of the second paragraph of Section 1-07.7(1) is deleted. 14

15 1-07.7.OPT2.FR1 16

(March 13, 1995) 17 Except for the load limit restrictions specified in Section 1-07.7(2), and as outlined 18 below, the Contractor may operate vehicles which exceed the legal gross weight 19 limitations without special permits or payment of additional fees provided such vehicles 20 are employed in the construction and within the limits of this project. 21 22 Subparagraph 1 of the second paragraph of Section 1-07.7(1) is deleted. 23 24 The Contractor shall not operate vehicles which exceed the maximum gross weight 25 provided by law within the following areas of this project: 26 27

*** $$1$$ *** 28 29 1-07.7.OPT3.FR1 30

(March 13, 1995) 31 The State has made arrangements with *** $$1$$ *** for the Contractor's use of the *** 32 $$2$$ *** shown in the Plans as a haul route for materials coming from *** $$3$$ *** 33 Site *** $$4$$ *** and used on this project. The Contractor shall comply with all 34 existing legal restrictions. 35 36 If the Contractor selects different haul routes than those designated, the Contractor 37 shall, at the Contractor's expense, make all arrangements for the use of the haul 38 routes. 39

40 1-07.7.OPT4.FR1 41

(March 13, 1995) 42 The Contractor shall also comply with the further restrictions imposed by the owner of 43 the roads as follows: 44 45

*** $$1$$ *** 46 47 1-07.7.OPT5.GR1 48

(March 13, 1995) 49 Whenever the Contractor obtains materials from a source other than that provided by 50 the Contracting Agency, or provides a source for materials not designated to come 51

Page 46: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 46

from a source provided by the State and the location of the source necessitates hauling 1 on other than State Highways, the Contractor shall, at the Contractor's expense, make 2 all arrangements for the use of the haul routes. 3

4 1-07.7.OPT6.GR1 5

(March 13, 1995) 6 If the sources of materials provided by the Contractor necessitates hauling over roads 7 other than State Highways, the Contractor shall, at the Contractor's expense, make all 8 arrangements for the use of the haul routes. 9

10 1-07.9.GR1 11

Wages 12 13 1-07.9(1).GR1 14

General 15 16 1-07.9(1).INST1.GR1 17

Section 1-07.9(1) is supplemented with the following: 18 19 1-07.9(1).OPT1.GR1 20

(January 6, 2020) 21 The Federal wage rates incorporated in this contract have been established by the 22 Secretary of Labor under United States Department of Labor General Decision No. 23 WA20200001. 24 25 The State rates incorporated in this contract are applicable to all construction 26 activities associated with this contract. 27

28 1-07.9(1).OPT2.FR1 29

(January 6, 2020) 30 The Federal wage rates for Highway Construction incorporated in this contract 31 have been established by the Secretary of Labor under United States Department 32 of Labor General Decision No. WA20200001. These rates are applicable to 33 highway construction. 34 35 The Federal wage rates for Building Construction incorporated in this contract 36 have been established by the Secretary of Labor under United States Department 37 of Labor General Decision No. *** $$1$$ ***. These rates are applicable to 38 building construction. 39 40 The State rates incorporated in this contract are applicable to all construction 41 activities associated with this contract. 42

43 1-07.9(1).OPT3.FR1 44

(May 11, 2010) 45 The Federal wage rates for Building Construction incorporated in this contract 46 have been established by the Secretary of Labor under United States Department 47 of Labor General Decision No. *** $$1$$ ***. These rates are applicable to building 48 construction. 49 50

Page 47: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 47

The State rates incorporated in this contract are applicable to all construction 1 activities associated with this contract. 2

3 1-07.9(1).OPT4.GR1 4

(April 2, 2007) 5 Application of Wage Rates for the Occupation of Landscape Construction 6 State prevailing wage rates for public works contracts are included in this contract 7 and show a separate listing for the occupation: 8 9

Landscape Construction, which includes several different occupation 10 descriptions such as: Irrigation and Landscape Plumbers, Irrigation and 11 Landscape Power Equipment Operators, and Landscaping or Planting 12 Laborers. 13 14

In addition, federal wage rates that are included in this contract may also include 15 occupation descriptions in Federal Occupational groups for work also specifically 16 identified with landscaping such as: 17 18

Laborers with the occupation description, Landscaping or Planting, or 19 20 Power Equipment Operators with the occupation description, Mulch Seeding 21 Operator. 22 23

If Federal wage rates include one or more rates specified as applicable to 24 landscaping work, then Federal wage rates for all occupation descriptions, specific 25 or general, must be considered and compared with corresponding State wage 26 rates. The higher wage rate, either State or Federal, becomes the minimum wage 27 rate for the work performed in that occupation. 28 29 Contractors are responsible for determining the appropriate crafts necessary to 30 perform the contract work. If a classification considered necessary for 31 performance of the work is missing from the Federal Wage Determination 32 applicable to the contract, the Contractor shall initiate a request for approval of a 33 proposed wage and benefit rate. The Contractor shall prepare and submit 34 Standard Form 1444, Request for Authorization of Additional Classification and 35 Wage Rate available at http://www.wdol.gov/docs/sf1444.pdf, and submit the 36 completed form to the Engineer’s office. The presence of a classification wage on 37 the Washington State Prevailing Wage Rates For Public Works Contracts does not 38 exempt the use of form 1444 for the purpose of determining a federal classification 39 wage rate. 40

41 1-07.9(1).OPT5.FR1 42

(January 6, 2020) 43 The Federal wage rates for Highway Construction incorporated in this contract 44 have been established by the Secretary of Labor under United States Department 45 of Labor General Decision No. WA20200001. These rates are applicable to 46 highway construction. 47 48 The Federal wage rates for Heavy Construction incorporated in this contract have 49 been established by the Secretary of Labor under United States Department of 50

Page 48: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 48

Labor General Decision No. *** $$1$$ ***. These rates are applicable to heavy 1 construction. 2 3 The State rates incorporated in this contract are applicable to all construction 4 activities associated with this contract. 5

6 1-07.9(1).OPT6.FR1 7

(January 6, 2020) 8 The Federal wage rates for Highway Construction incorporated in this contract 9 have been established by the Secretary of Labor under United States Department 10 of Labor General Decision No. WA20200001. These rates are applicable to 11 highway construction. 12 13 The Federal wage rates for Heavy Construction incorporated in this contract have 14 been established by the Secretary of Labor under United States Department of 15 Labor General Decision No. *** $$1$$ ***. These rates are applicable to heavy 16 construction. 17 18 The Federal wage rates for Building Construction incorporated in this contract 19 have been established by the Secretary of Labor under United States Department 20 of Labor General Decision No. *** $$2$$ ***. These rates are applicable to building 21 construction 22 23 The State rates incorporated in this contract are applicable to all construction 24 activities associated with this contract. 25

26 1-07.9(3).GR1 27

Apprentices 28 29 1-07.9(3).INST1.GR1 30

Section 1-07.9(3) is supplemented with the following: 31 32 1-07.9(3).OPT1.GR1 33

(January 6, 2020) 34 Apprentice Utilization 35 This Contract includes an Apprentice Utilization Requirement. No less than 15 36 percent of project Labor Hours shall be performed by Apprentices. 37 38 Definitions 39 For the purposes of this specification the following definitions apply: 40 41

1. Apprentice is a person enrolled in a State-approved Apprenticeship 42 Training Program. 43

44 2. Apprentice Utilization Requirement is the Apprentice labor hours 45

expressed as a percentage of the project Labor Hours. 46 47 3. Good Faith Effort (GFE) is used if the Contractor doesn’t meet the 48

Apprentice Utilization Requirement. It describes the Contractor’s efforts to 49 meet the Apprentice Utilization Requirement including but not necessarily 50 limited to the specific steps as described elsewhere in this specification. 51

Page 49: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 49

1 4. Labor Hours are the total hours performed by all workers receiving an 2

hourly wage who are directly employed upon the project including hours 3 performed by workers employed by the Contractor and all 4 Subcontractors. Labor Hours do not include hours performed by foremen, 5 superintendents, owners, and workers who are not subject to prevailing 6 wage requirements. 7

8 5. State-approved Apprenticeship Training Program is an apprenticeship 9

training program approved by the Washington State Apprenticeship 10 Council. 11

12 Electronic Reporting 13 The Contractor shall use the State L&I online Prevailing Wage Intent & Affidavit 14 (PWIA) System to submit the “Apprentice Utilization Plan” and “Good Faith Effort” 15 documentation. Reporting instructions are available in the application. 16 17 Apprentice Utilization Plan 18 The Contractor shall submit an “Apprentice Utilization Plan” by filling out the 19 Apprentice Utilization Plan Form (WSDOT Form 424-004) within 30 calendar days 20 of execution, demonstrating how and when they intend to achieve the Apprentice 21 Utilization Requirement. The Plan shall be in sufficient detail for the Engineer to 22 track the Contractor’s progress in meeting the utilization requirements and be 23 updated and resubmitted as the Work progresses or when ordered by the 24 Engineer. 25 26 If the Contractor is unable to demonstrate ability to meet the Apprentice Utilization 27 Requirement in their Apprentice Utilization Plan, they must submit GFE 28 documentation to the State L&I online PWIA System for review and comment with 29 their Apprentice Utilization Plan. The Contractor shall actively seek out 30 opportunities to meet the Apprentice Utilization Requirement during the 31 construction Work. 32 33 Contacts 34 The Contractor may obtain information on State-approved Apprenticeship Training 35 Programs by contacting the Department of Labor and Industries at: 36 37

Specialty Compliance And Services Division, Apprenticeship Section, P.O. 38 Box 44530, Olympia, WA 98504-4530 or by phone at (360) 902-5320. 39

40 Compliance 41 In the event that the Contractor is unable to achieve the Apprentice Utilization 42 Requirement, the Contractor shall submit to the State L&I online PWIA System 43 GFE documentation for review and approval. The GFE documentation shall be 44 submitted after Substantial Completion but no later than 30 days after Physical 45 Completion. If GFE documentation was previously submitted as part of the 46 Apprentice Utilization Plan, it shall be updated and resubmitted after Substantial 47 Completion but no later than 30 days after Physical Completion. 48 49

Page 50: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 50

If the Contractor fails to submit GFE documentation or if the Engineer does not 1 approve the GFE, the Contractor will be subject to disciplinary actions as allowed 2 under WAC 468-16-180. 3 4 Good Faith Efforts 5 The GFE shall describe in detail why the Contractor is not or was not able to attain 6 the Apprentice Utilization Requirement. The GFE documentation shall address one 7 or more of the following areas: 8 9

1. Correspondence on solicitation of Apprentices from a State-approved 10 Apprenticeship Training Program(s), and the response from the solicited 11 State-Approved Apprenticeship Training Program(s) when there is a lack 12 of availability of Apprentices. 13

14 2. Provide documentation that shows Contract requirements for TERO, 15

Special Training or Disadvantage Business Enterprise requirements 16 affect the ability to obtain Apprentice Labor Hours on the Contract. 17

18 3. Provide documentation demonstrating what efforts the Contractor has 19

taken to require Subcontractors to solicit and employ Apprentices. 20 Documentation could be posters placed on site, emphasis in 21 subcontracts about employing Apprentices, letters, memos or other 22 correspondence from Contractor to Subcontractor that put an emphasis 23 on employing Apprentices. 24

25 Contractors may receive a GFE credit for graduated Apprentice hours through the 26 end of the calendar year for all projects worked on as long as the Apprentice 27 remains continuously employed with the same Contractor they were working for 28 when they graduated. If an Apprentice graduates during employment on a project 29 of significant duration, they may be counted towards a GFE credit for up to one 30 year after their graduation or until the end of the project (whichever comes first). 31 Determination of whether or not Contract requirements were met in good faith will 32 be made by subtracting the hours from the journeyman total reported hours for the 33 project and adding them to the apprentice hour total. If the new utilization 34 percentage meets the Contract requirement, the Contractor will be reported as 35 meeting the requirement in good faith. 36 37 Payment 38 All costs incurred by the Contractor for complying with this specification shall be 39 included in the Contract prices for the Bid items of Work involved. 40

41 1-07.9(5).GR1 42

Required Documents 43 44 1-07.9(5).INST1.GR1 45

Section 1-07.9(5) is revised to read: 46 47

Page 51: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 51

1-07.9(5).OPT1.GR1 1 (January 6, 2020) 2 General 3 All “Statements of Intent to Pay Prevailing Wages”, “Affidavits of Wages Paid” and 4 Certified Payrolls, including a signed Statement of Compliance for Federal-aid 5 projects, shall be submitted to the Engineer using the State L&I online Prevailing 6 Wage Intent & Affidavit (PWIA) system. 7 8 Intents and Affidavits 9 On forms provided by the Industrial Statistician of State L&I, the Contractor shall 10 submit to the Engineer the following for themselves and for each firm covered 11 under RCW 39.12 that will or has provided Work and materials for the Contract: 12 13

1. The approved “Statement of Intent to Pay Prevailing Wages” State L&I’s 14 form number F700-029-000. The Contracting Agency will make no 15 payment under this Contract until this statement has been approved by 16 State L&I and reviewed by the Engineer. 17

18 2. The approved “Affidavit of Prevailing Wages Paid”, State L&I’s form 19

number F700-007-000. The Contracting Agency will not grant Completion 20 until all approved Affidavit of Wages paid for the Contractor and all 21 Subcontractors have been received by the Engineer. The Contracting 22 Agency will not release to the Contractor any funds retained under RCW 23 60.28.011 until “Affidavit of Prevailing Wages Paid” forms have been 24 approved by State L&I and all of the approved forms have been 25 submitted to the Engineer for every firm that worked on the Contract. 26

27 The Contractor is responsible for requesting these forms from State L&I and for 28 paying any fees required by State L&I. 29 30 Certified Payrolls 31 Certified payrolls are required to be submitted by the Contractor for themselves, all 32 Subcontractors and all lower tier subcontractors. The payrolls shall be submitted 33 weekly on all Federal-aid projects and no less than monthly on State funded 34 projects. 35 36 Penalties for Noncompliance 37 The Contractor is advised, if these payrolls are not supplied within the prescribed 38 deadlines, any or all payments may be withheld until compliance is achieved. In 39 addition, failure to provide these payrolls may result in other sanctions as provided 40 by State laws (RCW 39.12.050) and/or Federal regulations (29 CFR 5.12). 41

42 1-07.11.GR1 43

Requirements for Nondiscrimination 44 45 1-07.11.INST1.GR1 46 Section 1-07.11 is supplemented with the following: 47 48

Page 52: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 52

1-07.11.OPT1.GR1 1 (September 3, 2019) 2 Requirement for Affirmative Action to Ensure Equal Employment Opportunity 3 (Executive Order 11246) 4 5 1. The Contractor's attention is called to the Equal Opportunity Clause and the 6

Standard Federal Equal Employment Opportunity Construction Contract 7 Specifications set forth herein. 8

9 2. The goals and timetables for minority and female participation set by the Office of 10

Federal Contract Compliance Programs, expressed in percentage terms for the 11 Contractor's aggregate work force in each construction craft and in each trade on 12 all construction work in the covered area, are as follows: 13

14 Women - Statewide 15

16 Timetable Goal 17

18 Until further notice 6.9% 19 Minorities - by Standard Metropolitan Statistical Area (SMSA) 20 21 Spokane, WA: 22

SMSA Counties: 23 Spokane, WA 2.8 24

WA Spokane. 25 Non-SMSA Counties 3.0 26

WA Adams; WA Asotin; WA Columbia; WA Ferry; WA Garfield; WA 27 Lincoln, WA Pend Oreille; WA Stevens; WA Whitman. 28

29 Richland, WA 30

SMSA Counties: 31 Richland Kennewick, WA 5.4 32

WA Benton; WA Franklin. 33 Non-SMSA Counties 3.6 34

WA Walla Walla. 35 36 Yakima, WA: 37

SMSA Counties: 38 Yakima, WA 9.7 39

WA Yakima. 40 Non-SMSA Counties 7.2 41

WA Chelan; WA Douglas; WA Grant; WA Kittitas; WA Okanogan. 42 43

Page 53: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 53

Seattle, WA: 1 SMSA Counties: 2

Seattle Everett, WA 7.2 3 WA King; WA Snohomish. 4

Tacoma, WA 6.2 5 WA Pierce. 6

Non-SMSA Counties 6.1 7 WA Clallam; WA Grays Harbor; WA Island; WA Jefferson; WA 8 Kitsap; WA Lewis; WA Mason; WA Pacific; WA San Juan; WA 9 Skagit; WA Thurston; WA Whatcom. 10

11 Portland, OR: 12

SMSA Counties: 13 Portland, OR-WA 4.5 14

WA Clark. 15 Non-SMSA Counties 3.8 16

WA Cowlitz; WA Klickitat; WA Skamania; WA Wahkiakum. 17 18 These goals are applicable to each nonexempt Contractor’s total on-site 19 construction workforce, regardless of whether or not part of that workforce is 20 performing work on a Federal, or federally assisted project, contract, or 21 subcontract until further notice. Compliance with these goals and time tables is 22 enforced by the Office of Federal Contract compliance Programs. 23 24 The Contractor's compliance with the Executive Order and the regulations in 41 25 CFR Part 60-4 shall be based on its implementation of the Equal Opportunity 26 Clause, specific affirmative action obligations required by the specifications set 27 forth in 41 CFR 60-4.3(a), and its efforts to meet the goals. The hours of minority 28 and female employment and training must be substantially uniform throughout the 29 length of the contract, in each construction craft and in each trade, and the 30 Contractor shall make a good faith effort to employ minorities and women evenly 31 on each of its projects. The transfer of minority or female employees or trainees 32 from Contractor to Contractor or from project to project for the sole purpose of 33 meeting the Contractor's goal shall be a violation of the contract, the Executive 34 Order and the regulations in 41 CFR Part 60-4. Compliance with the goals will be 35 measured against the total work hours performed. 36

37 3. The Contractor shall provide written notification to the Office of Federal Contract 38

Compliance Programs (OFCCP) within 10 working days of award of any 39 construction subcontract in excess of $10,000 or more that are Federally funded, 40 at any tier for construction work under the contract resulting from this solicitation. 41 The notification shall list the name, address and telephone number of the 42 Subcontractor; employer identification number of the Subcontractor; estimated 43 dollar amount of the subcontract; estimated starting and completion dates of the 44 subcontract; and the geographical area in which the contract is to be performed. 45 The notification shall be sent to: 46

47 U.S. Department of Labor 48 Office of Federal Contract Compliance Programs Pacific Region 49 Attn: Regional Director 50 San Francisco Federal Building 51

Page 54: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 54

90 – 7th Street, Suite 18-300 1 San Francisco, CA 94103(415) 625-7800 Phone 2 (415) 625-7799 Fax 3

4 4. As used in this Notice, and in the contract resulting from this solicitation, the 5

Covered Area is as designated herein. 6 7 Standard Federal Equal Employment Opportunity Construction Contract Specifications 8 (Executive Order 11246) 9 10 1. As used in these specifications: 11 12

a. Covered Area means the geographical area described in the solicitation 13 from which this contract resulted; 14

15 b. Director means Director, Office of Federal Contract Compliance 16

Programs, United States Department of Labor, or any person to whom 17 the Director delegates authority; 18

19 c. Employer Identification Number means the Federal Social Security 20

number used on the Employer's Quarterly Federal Tax Return, U. S. 21 Treasury Department Form 941; 22

23 d. Minority includes: 24 25

(1) Black, a person having origins in any of the Black Racial Groups 26 of Africa. 27

28 (2) Hispanic, a fluent Spanish speaking, Spanish surnamed person 29

of Mexican, Puerto Rican, Cuban, Central American, South 30 American, or other Spanish origin. 31

32 (3) Asian or Pacific Islander, a person having origins in any of the 33

original peoples of the Pacific rim or the Pacific Islands, the 34 Hawaiian Islands and Samoa. 35

36 (4) American Indian or Alaskan Native, a person having origins in 37

any of the original peoples of North America, and who maintain 38 cultural identification through tribal affiliation or community 39 recognition. 40

41 2. Whenever the Contractor, or any Subcontractor at any tier, subcontracts a portion 42

of the work involving any construction trade, it shall physically include in each 43 subcontract in excess of $10,000 the provisions of these specifications and the 44 Notice which contains the applicable goals for minority and female participation 45 and which is set forth in the solicitations from which this contract resulted. 46

47 3. If the Contractor is participating (pursuant to 41 CFR 60-4.5) in a Hometown Plan 48

approved by the U.S. Department of Labor in the covered area either individually 49 or through an association, its affirmative action obligations on all work in the Plan 50 area (including goals and timetables) shall be in accordance with that Plan for 51

Page 55: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 55

those trades which have unions participating in the Plan. Contractors must be 1 able to demonstrate their participation in and compliance with the provisions of any 2 such Hometown Plan. Each Contractor or Subcontractor participating in an 3 approved Plan is individually required to comply with its obligations under the EEO 4 clause, and to make a good faith effort to achieve each goal under the Plan in 5 each trade in which it has employees. The overall good faith performance by other 6 Contractors or Subcontractors toward a goal in an approved Plan does not excuse 7 any covered Contractor's or Subcontractor's failure to take good faith effort to 8 achieve the Plan goals and timetables. 9

10 4. The Contractor shall implement the specific affirmative action standards provided 11

in paragraphs 7a through 7p of this Special Provision. The goals set forth in the 12 solicitation from which this contract resulted are expressed as percentages of the 13 total hours of employment and training of minority and female utilization the 14 Contractor should reasonably be able to achieve in each construction trade in 15 which it has employees in the covered area. Covered construction contractors 16 performing construction work in geographical areas where they do not have a 17 Federal or federally assisted construction contract shall apply the minority and 18 female goals established for the geographical area where the work is being 19 performed. The Contractor is expected to make substantially uniform progress in 20 meeting its goals in each craft during the period specified. 21

22 5. Neither the provisions of any collective bargaining agreement, nor the failure by a 23

union with whom the Contractor has a collective bargaining agreement, to refer 24 either minorities or women shall excuse the Contractor's obligations under these 25 specifications, Executive Order 11246, or the regulations promulgated pursuant 26 thereto. 27

28 6. In order for the nonworking training hours of apprentices and trainees to be 29

counted in meeting the goals, such apprentices and trainees must be employed by 30 the Contractor during the training period, and the Contractor must have made a 31 commitment to employ the apprentices and trainees at the completion of their 32 training, subject to the availability of employment opportunities. Trainees must be 33 trained pursuant to training programs approved by the U.S. Department of Labor. 34

35 7. The Contractor shall take specific affirmative actions to ensure equal employment 36

opportunity. The evaluation of the Contractor's compliance with these 37 specifications shall be based upon its effort to achieve maximum results from its 38 action. The Contractor shall document these efforts fully, and shall implement 39 affirmative action steps at least as extensive as the following: 40

41 a. Ensure and maintain a working environment free of harassment, 42

intimidation, and coercion at all sites, and in all facilities at which the 43 Contractor's employees are assigned to work. The Contractor, where 44 possible, will assign two or more women to each construction project. 45 The Contractor shall specifically ensure that all foremen, superintendents, 46 and other on-site supervisory personnel are aware of and carry out the 47 Contractor's obligation to maintain such a working environment, with 48 specific attention to minority or female individuals working at such sites or 49 in such facilities. 50

51

Page 56: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 56

b. Establish and maintain a current list of minority and female recruitment 1 sources, provide written notification to minority and female recruitment 2 sources and to community organizations when the Contractor or its 3 unions have employment opportunities available, and maintain a record 4 of the organizations' responses. 5

6 c. Maintain a current file of the names, addresses and telephone numbers 7

of each minority and female off-the-street applicant and minority or 8 female referral from a union, a recruitment source or community 9 organization and of what action was taken with respect to each such 10 individual. If such individual was sent to the union hiring hall for referral 11 and was not referred back to the Contractor by the union or, if referred, 12 not employed by the Contractor, this shall be documented in the file with 13 the reason therefor, along with whatever additional actions the Contractor 14 may have taken. 15

16 d. Provide immediate written notification to the Director when the union or 17

unions with which the Contractor has a collective bargaining agreement 18 has not referred to the Contractor a minority person or woman sent by the 19 Contractor, or when the Contractor has other information that the union 20 referral process has impeded the Contractor's efforts to meet its 21 obligations. 22

23 e. Develop on-the-job training opportunity and/or participate in training 24

programs for the area which expressly include minorities and women, 25 including upgrading programs and apprenticeship and trainee programs 26 relevant to the Contractor's employment needs, especially those 27 programs funded or approved by the U.S. Department of Labor. The 28 Contractor shall provide notice of these programs to the sources 29 compiled under 7b above. 30

31 f. Disseminate the Contractor's EEO policy by providing notice of the policy 32

to unions and training programs and requesting their cooperation in 33 assisting the Contractor in meeting its EEO obligations; by including it in 34 any policy manual and collective bargaining agreement; by publicizing it 35 in the company newspaper, annual report, etc.; by specific review of the 36 policy with all management personnel and with all minority and female 37 employees at least once a year; and by posting the company EEO policy 38 on bulletin boards accessible to all employees at each location where 39 construction work is performed. 40

41 g. Review, at least annually, the company's EEO policy and affirmative 42

action obligations under these specifications with all employees having 43 any responsibility for hiring, assignment, layoff, termination or other 44 employment decisions including specific review of these items with on-45 site supervisory personnel such as Superintendents, General Foremen, 46 etc., prior to the initiation of construction work at any job site. A written 47 record shall be made and maintained identifying the time and place of 48 these meetings, persons attending, subject matter discussed, and 49 disposition of the subject matter. 50

51

Page 57: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 57

h. Disseminate the Contractor's EEO policy externally by including it in any 1 advertising in the news media, specifically including minority and female 2 news media, and providing written notification to and discussing the 3 Contractor's EEO policy with other Contractors and Subcontractors with 4 whom the Contractor does or anticipates doing business. 5

6 i. Direct its recruitment efforts, both oral and written to minority, female and 7

community organizations, to schools with minority and female students 8 and to minority and female recruitment and training organizations serving 9 the Contractor's recruitment area and employment needs. Not later than 10 one month prior to the date for the acceptance of applications for 11 apprenticeship or other training by any recruitment source, the Contractor 12 shall send written notification to organizations such as the above, 13 describing the openings, screening procedures, and tests to be used in 14 the selection process. 15

16 j. Encourage present minority and female employees to recruit other 17

minority persons and women and where reasonable, provide after school, 18 summer and vacation employment to minority and female youth both on 19 the site and in other areas of a Contractor's work force. 20

21 k. Validate all tests and other selection requirements where there is an 22

obligation to do so under 41 CFR Part 60-3. 23 24 l. Conduct, at least annually, an inventory and evaluation of all minority and 25

female personnel for promotional opportunities and encourage these 26 employees to seek or to prepare for, through appropriate training, etc., 27 such opportunities. 28

29 m. Ensure that seniority practices, job classifications, work assignments and 30

other personnel practices, do not have a discriminatory effect by 31 continually monitoring all personnel and employment related activities to 32 ensure that the EEO policy and the Contractor's obligations under these 33 specifications are being carried out. 34

35 n. Ensure that all facilities and company activities are nonsegregated except 36

that separate or single-user toilet and necessary changing facilities shall 37 be provided to assure privacy between the sexes. 38

39 o. Document and maintain a record of all solicitations of offers for 40

subcontracts from minority and female construction contractors and 41 suppliers, including circulation of solicitations to minority and female 42 contractor associations and other business associations. 43

44 p. Conduct a review, at least annually, of all supervisors' adherence to and 45

performance under the Contractor's EEO policies and affirmative action 46 obligations. 47

48 8. Contractors are encouraged to participate in voluntary associations which assist in 49

fulfilling one or more of their affirmative action obligations (7a through 7p). The 50 efforts of a contractor association, joint contractor-union, contractor-community, or 51

Page 58: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 58

other similar group of which the Contractor is a member and participant, may be 1 asserted as fulfilling any one or more of the obligations under 7a through 7p of this 2 Special Provision provided that the Contractor actively participates in the group, 3 makes every effort to assure that the group has a positive impact on the 4 employment of minorities and women in the industry, ensure that the concrete 5 benefits of the program are reflected in the Contractor's minority and female work-6 force participation, makes a good faith effort to meet its individual goals and 7 timetables, and can provide access to documentation which demonstrate the 8 effectiveness of actions taken on behalf of the Contractor. The obligation to 9 comply, however, is the Contractor's and failure of such a group to fulfill an 10 obligation shall not be a defense for the Contractor's noncompliance. 11

12 9. A single goal for minorities and a separate single goal for women have been 13

established. The Contractor, however, is required to provide equal employment 14 opportunity and to take affirmative action for all minority groups, both male and 15 female, and all women, both minority and non-minority. Consequently, the 16 Contractor may be in violation of the Executive Order if a particular group is 17 employed in substantially disparate manner (for example, even though the 18 Contractor has achieved its goals for women generally, the Contractor may be in 19 violation of the Executive Order if a specific minority group of women is 20 underutilized). 21

22 10. The Contractor shall not use the goals and timetables or affirmative action 23

standards to discriminate against any person because of race, color, religion, sex, 24 or national origin. 25

26 11. The Contractor shall not enter into any subcontract with any person or firm 27

debarred from Government contracts pursuant to Executive Order 11246. 28 29 12. The Contractor shall carry out such sanctions and penalties for violation of these 30

specifications and of the Equal Opportunity Clause, including suspensions, 31 terminations and cancellations of existing subcontracts as may be imposed or 32 ordered pursuant to Executive Order 11246, as amended, and its implementing 33 regulations by the Office of Federal Contract Compliance Programs. Any 34 Contractor who fails to carry out such sanctions and penalties shall be in violation 35 of these specifications and Executive Order 11246, as amended. 36

37 13. The Contractor, in fulfilling its obligations under these specifications, shall 38

implement specific affirmative action steps, at least as extensive as those 39 standards prescribed in paragraph 7 of this Special Provision, so as to achieve 40 maximum results from its efforts to ensure equal employment opportunity. If the 41 Contractor fails to comply with the requirements of the Executive Order, the 42 implementing regulations, or these specifications, the Director shall proceed in 43 accordance with 41 CFR 60-4.8. 44

45 14. The Contractor shall designate a responsible official to monitor all employment 46

related activity to ensure that the company EEO policy is being carried out, to 47 submit reports relating to the provisions hereof as may be required by the 48 government and to keep records. Records shall at least include, for each 49 employee, their name, address, telephone numbers, construction trade, union 50 affiliation if any, employee identification number when assigned, social security 51

Page 59: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 59

number, race, sex, status (e.g., mechanic, apprentice, trainee, helper, or laborer), 1 dates of changes in status, hours worked per week in the indicated trade, rate of 2 pay, and locations at which the work was performed. Records shall be maintained 3 in an easily understandable and retrievable form; however, to the degree that 4 existing records satisfy this requirement, the Contractors will not be required to 5 maintain separate records. 6

7 15. Nothing herein provided shall be construed as a limitation upon the application of 8

other laws which establish different standards of compliance or upon the 9 application of requirements for the hiring of local or other area residents (e.g., 10 those under the Public Works Employment Act of 1977 and the Community 11 Development Block Grant Program). 12

13 16. Additional assistance for Federal Construction Contractors on contracts 14

administered by Washington State Department of Transportation or by Local 15 Agencies may be found at: 16

17 Washington State Dept. of Transportation 18 Office of Equal Opportunity 19 PO Box 47314 20 310 Maple Park Ave. SE 21 Olympia WA 22 98504-7314 23 Ph: 360-705-7090 24 Fax: 360-705-6801 25 http://www.wsdot.wa.gov/equalopportunity/default.htm 26

27 1-07.11.OPT2.GR1 28

(April 3, 2018) 29 Disadvantaged Business Enterprise Participation 30 The Disadvantaged Business Enterprise (DBE) requirements of 49 CFR Part 26 and 31 USDOT’s official interpretations (i.e., Questions & Answers) apply to this Contract. As 32 such, the requirements of this Contract are to make affirmative efforts to solicit DBEs, 33 provide information on who submitted a Bid or quote and to report DBE participation 34 monthly as described elsewhere in these Contract Provisions. No preference will be 35 included in the evaluation of Bids/Proposals, no minimum level of DBE participation 36 shall be required as a Condition of Award and Bids/Proposals may not be rejected or 37 considered non-responsive on that basis. 38 39

DBE Abbreviations and Definitions 40 Broker – A business firm that provides a bona fide service, such as 41 professional, technical, consultant or managerial services and assistance in 42 the procurement of essential personnel, facilities, equipment, materials, or 43 supplies required for the performance of the Contract, or, persons/companies 44 who arrange or expedite transactions. 45 46 Certified Business Description – Specific descriptions of work the DBE is 47 certified to perform, as identified in the Certified Firm Directory, under the 48 Vendor Information page. 49 50

Page 60: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 60

Certified Firm Directory – A database of all Minority, Women, and 1 Disadvantaged Business Enterprises. The on-line Directory is available to 2 Contractors for their use in identifying and soliciting interest from DBE firms. 3 The database is located under the Firm Certification section of the Diversity 4 Management and Compliance System web page at: 5 https://omwbe.diversitycompliance.com. 6 7 Commercially Useful Function (CUF) 8 49 CFR 26.55(c)(1) defines commercially useful function as: “A DBE performs 9 a commercially useful function when it is responsible for execution of the work 10 of the contract and is carrying out its responsibilities by actually performing, 11 managing, and supervising the work involved. To perform a commercially 12 useful function, the DBE must also be responsible, with respect to materials 13 and supplies used on the contract, for negotiating price, determining quality 14 and quantity, ordering the material, and installing (where applicable) and 15 paying for the material itself. To determine whether a DBE is performing a 16 commercially useful function, you must evaluate the amount of work 17 subcontracted, industry practices, whether the amount the firm is to be paid 18 under the contract is commensurate with the work it is actually performing and 19 the DBE credit claimed for its performance of the work, and other relevant 20 factors.” 21 22 Contract – For this Special Provision only, this definition supplements Section 23 1-01.3. 49 CFR 26.5 defines contract as: “… a legally binding relationship 24 obligating a seller to furnish supplies or services (including, but not limited to, 25 construction and professional services) and the buyer to pay for them. For 26 purposes of this part, a lease is considered to be a contract.” 27 28 Disadvantaged Business Enterprise (DBE) – A business firm certified by 29 the Washington State Office of Minority and Women’s Business Enterprises, 30 as meeting the criteria outlined in 49 CFR 26 regarding DBE certification. A 31 Underutilized Disadvantaged Business Enterprise (UDBE) firm is a subset of 32 DBE. 33 34 Force Account Work – Work measured and paid in accordance with Section 35 1-09.6. 36 37 Manufacturer (DBE) – A DBE firm that operates or maintains a factory or 38 establishment that produces on the premises the materials, supplies, articles, 39 or equipment required under the Contract. A DBE Manufacturer shall produce 40 finished goods or products from raw or unfinished material or purchase and 41 substantially alters goods and materials to make them suitable for 42 construction use before reselling them. 43 44 Regular Dealer (DBE) – A DBE firm that owns, operates, or maintains a 45 store, warehouse, or other establishment in which the materials or supplies 46 required for the performance of a Contract are bought, kept in stock, and 47 regularly sold to the public in the usual course of business. To be a Regular 48 Dealer, the DBE firm must be an established regular business that engages in 49 as its principal business and in its own name the purchase and sale of the 50 products in question. A Regular Dealer in such items as steel, cement, gravel, 51

Page 61: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 61

stone, and petroleum products need not own, operate or maintain a place of 1 business if it both owns and operates distribution equipment for the products. 2 Any supplementing of regular dealers’ own distribution equipment shall be by 3 long-term formal lease agreements and not on an ad-hoc basis. Brokers, 4 packagers, manufacturers’ representatives, or other persons who arrange or 5 expedite transactions shall not be regarded as Regular Dealers within the 6 meaning of this definition. 7

8 DBE Goals 9 No DBE goals have been assigned as part of this Contract. 10 11 Affirmative Efforts to Solicit DBE Participation 12 The Contractor shall not discriminate on the grounds of race, color, sex, national 13 origin, age, or disability in the selection and retention of subcontractors, including 14 procurement of materials and leases of equipment. DBE firms shall have an equal 15 opportunity to compete for subcontracts in which the Contractor enters into 16 pursuant to this Contract. 17 18 Contractors are encouraged to: 19

20 1. Advertise opportunities for Subcontractors or suppliers in a timely and 21

reasonably designed manner to provide notice of the opportunity to DBEs 22 capable of performing the Work. All advertisements should include a 23 Contract Provision encouraging participation by DBE firms. This may be 24 accomplished through general advertisements (e.g. newspapers, 25 journals, etc.) or by soliciting Bids/Proposals directly from DBEs. 26

27 2. Establish delivery schedules that encourage participation by DBEs and 28

other small businesses. 29 30 3. Participate with a DBE as a joint venture. 31 32

DBE Eligibility/Selection of DBEs for Reporting Purposes Only 33 Contractor may take credit for DBEs utilized on this Contract only if the firm is 34 certified for the Work being performed, and the firm performs a commercially 35 useful function (CUF). 36 37 Absent a mandatory goal, all DBE participation that is attained on this project will 38 be considered as “race neutral” participation and shall be reported as such. 39 40 Crediting DBE Participation 41 All DBE Subcontractors shall be certified before the subcontract on which they are 42 participating is executed. 43 44 Be advised that although a firm is listed in the directory, there are cases where the 45 listed firm is in a temporary suspension status. The Contractor shall review the 46 OMWBE Suspended DBE Firms list. A DBE firm that is included on this list may 47 not enter into new contracts that count towards participation. 48 49 DBE participation is only credited upon payment to the DBE. 50 51

Page 62: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 62

The following are some definitions of what may be counted as DBE participation. 1 2

DBE Prime Contractor 3 Only take credit for that portion of the total dollar value of the Contract equal 4 to the distinct, clearly defined portion of the Work that the DBE Prime 5 Contractor performs with its own forces and is certified to perform. 6 7 DBE Subcontractor 8 Only take credit for that portion of the total dollar value of the subcontract 9 equal to the distinct, clearly defined portion of the Work that the DBE performs 10 with its own forces. The value of work performed by the DBE includes the 11 cost of supplies and materials purchased by the DBE and equipment leased 12 by the DBE, for its work on the contract. Supplies, materials or equipment 13 obtained by a DBE that are not utilized or incorporated in the contract work by 14 the DBE will not be eligible for DBE credit. 15 16 The supplies, materials, and equipment purchased or leased from the 17 Contractor or its affiliate, including any Contractor’s resources available to 18 DBE subcontractors at no cost, shall not be credited. 19 20 DBE credit will not be given in instances where the equipment lease includes 21 the operator. The DBE is expected to operate the equipment used in the 22 performance of its work under the contract with its own forces. Situations 23 where equipment is leased and used by the DBE, but payment is deducted 24 from the Contractor’s payment to the DBE is not allowed. 25 26 If a DBE subcontracts a portion of the Work of its contract to another firm, the 27 value of the subcontracted Work may be credited only if the DBE’s Lower-Tier 28 Subcontractor is also a DBE. Work subcontracted to a non-DBE shall not be 29 credited. 30 31 Count expenditures toward race/gender-neutral participation only if the DBE is 32 performing a CUF on the contract. 33 34 DBE Subcontract and Lower Tier Subcontract Documents 35 There must be a subcontract agreement that complies with 49 CFR Part 26 36 and fully describes the distinct elements of Work committed to be performed 37 by the DBE. The subcontract agreement shall incorporate requirements of the 38 primary Contract. Subcontract agreements of all tiers, including lease 39 agreements shall be readily available at the project site for the Engineer 40 review. 41 42 DBE Service Provider 43 The value of fees or commissions charged by a DBE Broker, a DBE behaving 44 in a manner of a Broker, or another service provider for providing a bona fide 45 service, such as professional, technical, consultant, managerial services, or 46 for providing bonds or insurance specifically required for the performance of 47 the contract will only be credited as DBE participation, if the fee/commission is 48 determined by the Contracting Agency to be reasonable and the firm has 49 performed a CUF. 50 51

Page 63: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 63

Temporary Traffic Control 1 If the DBE firm is being utilized in the capacity of only “Flagging”, the DBE firm 2 must provide a Traffic Control Supervisor (TCS) and flagger, which are under 3 the direct control of the DBE. The DBE firm shall also provide all flagging 4 equipment (e.g. paddles, hard hats, and vests). 5 6 If the DBE firm is being utilized in the capacity of “Traffic Control Services”, 7 the DBE firm must provide a TCS, flaggers, and traffic control items (e.g., 8 cones, barrels, signs, etc.) and be in total control of all items in implementing 9 the traffic control for the project. In addition, if the DBE firm utilizes the 10 Contractor’s equipment, such as Transportable Attenuators and Portable 11 Changeable Message Signs (PCMS) no DBE credit can be taken for 12 supplying and operating the items. 13 14 Trucking 15 DBE trucking firm participation may only be credited as DBE participation for 16 the value of the hauling services, not for the materials being hauled unless the 17 trucking firm is also certified as a supplier. In situations where the DBE’s work 18 is priced per ton, the value of the hauling service must be calculated 19 separately from the value of the materials in order to determine DBE credit for 20 hauling. 21 22 The DBE trucking firm must own and operate at least one licensed, insured 23 and operational truck on the contract. The truck must be of the type that is 24 necessary to perform the hauling duties required under the contract. The DBE 25 receives credit for the value of the transportation services it provides on the 26 Contract using trucks it owns or leases, licenses, insures, and operates with 27 drivers it employs. 28 29 The DBE may lease additional trucks from another DBE firm. The Work that a 30 DBE trucking firm performs with trucks it leases from other certified DBE 31 trucking firms qualify for 100% DBE credit 32 33 The trucking Work subcontracted to any non-DBE trucking firm will not receive 34 credit for Work done on the project. The DBE may lease trucks from a non-35 DBE truck leasing company, but can only receive credit as DBE participation if 36 the DBE uses its own employees as drivers. 37 38 DBE credit for a truck broker is limited to the fee/commission that the DBE 39 receives for arranging transportation services. 40 41 Truck registration and lease agreements shall be readily available at the 42 project site for the Engineer review. 43 44 DBE Manufacturer and DBE Regular Dealer 45 One hundred percent (100%) of the cost of the manufactured product 46 obtained from a DBE Manufacturer can count as DBE participation. 47 48 Sixty percent (60%) of the cost of materials or supplies purchased from a DBE 49 Regular Dealer may be credited as DBE participation. If the role of the DBE 50 Regular Dealer is determined to be that of a pass-through, then no DBE credit 51

Page 64: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 64

will be given for its services. If the role of the DBE Regular Dealer is 1 determined to be that of a Broker, then DBE credit shall be limited to the fee 2 or commission it receives for its services. Regular Dealer status and the 3 amount of credit is determined on a Contract-by-Contract basis. 4 5 Regular Dealer DBE firms must be approved before being used on a project. 6 The WSDOT Approved Regular Dealer list published on WSDOT’s Office of 7 Equal Opportunity (OEO) web site must include the specific project for which 8 approval is being requested. The Regular Dealer must submit the Regular 9 Dealer Status Request form a minimum of five days prior to being utilized on 10 the specific project. 11 12 Purchase of materials or supplies from a DBE which is neither a manufacturer 13 nor a regular dealer, (i.e. Broker) only the fees or commissions charged for 14 assistance in the procurement of the materials and supplies, or fees or 15 transportation charges for the delivery of materials or supplies required on a 16 job site, can count as DBE participation provided the fees are not excessive 17 as compared with fees customarily allowed for similar services. 18 Documentation will be required to support the fee/commission charged by the 19 DBE. The cost of the materials and supplies themselves cannot be counted 20 toward as DBE participation. 21 22 Note: Requests to be listed as a Regular Dealer will only be processed if 23

the requesting firm is a material supplier certified by the Office of 24 Minority and Women’s Business Enterprises in a NAICS code that 25 falls within the 42XXXX NAICS Wholesale code section. 26

27 Procedures Between Award and Execution 28 After Award and prior to Execution, the Contractor shall provide the additional 29 information described below. Failure to comply shall result in the forfeiture of the 30 Bidder’s Proposal bond or deposit. 31

32 1. A list of all firms who submitted a bid or quote in attempt to participate in 33

this project whether they were successful or not. Include the business 34 name and mailing address. 35

36 Note: The firms identified by the Contractor may be contacted by the 37

Contracting Agency to solicit general information as follows: 38 age of the firm and average of its gross annual receipts over 39 the past three-years. 40

41 Procedures After Execution 42

Commercially Useful Function (CUF) 43 The Contractor may only take credit for the payments made for Work 44 performed by a DBE that is determined to be performing a CUF. Payment 45 must be commensurate with the work actually performed by the DBE. This 46 applies to all DBEs performing Work on a project, whether or not the DBEs 47 are COA, if the Contractor wants to receive credit for their participation. The 48 Engineer will conduct CUF reviews to ascertain whether DBEs are performing 49 a CUF. A DBE performs a CUF when it is carrying out its responsibilities of its 50 contract by actually performing, managing, and supervising the Work 51

Page 65: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 65

involved. The DBE must be responsible for negotiating price; determining 1 quality and quantity; ordering the material, installing (where applicable); and 2 paying for the material itself. If a DBE does not perform “all” of these 3 functions on a furnish-and-install contract, it has not performed a CUF and the 4 cost of materials cannot be counted toward UDBE COA Goal. Leasing of 5 equipment from a leasing company is allowed. However, leasing/purchasing 6 equipment from the Contractor is not allowed. Lease agreements shall be 7 readily available for review by the Engineer. 8 9 In order for a DBE traffic control company to be considered to be performing a 10 CUF, the DBE must be in control of its work inclusive of supervision. The 11 DBE shall employ a Traffic Control Supervisor who is directly involved in the 12 management and supervision of the traffic control employees and services. 13 14 The DBE does not perform a CUF if its role is limited to that of an extra 15 participant in a transaction, contract, or project through which the funds are 16 passed in order to obtain the appearance of DBE participation. 17 18 The following are some of the factors that the Engineer will use in determining 19 whether a DBE trucking company is performing a CUF: 20 21

• The DBE shall be responsible for the management and supervision 22 of the entire trucking operation for which it is responsible on the 23 Contract. The owner demonstrates business related knowledge, 24 shows up on site and is determined to be actively running the 25 business. 26

27 • The DBE shall with its own workforce, operate at least one fully 28

licensed, insured, and operational truck used on the Contract. The 29 drivers of the trucks owned and leased by the DBE must be 30 exclusively employed by the DBE and reflected on the DBE’s payroll. 31

32 • Lease agreements for trucks shall indicate that the DBE has 33

exclusive use of and control over the truck(s). This does not preclude 34 the leased truck from working for others provided it is with the 35 consent of the DBE and the lease provides the DBE absolute priority 36 for use of the leased truck. 37

38 • Leased trucks shall display the name and identification number of 39

the DBE. 40 41 Joint Checking 42 A joint check is a check between a Subcontractor and the Contractor to the 43 supplier of materials/supplies. The check is issued by the Contractor as payer 44 to the Subcontractor and the material supplier jointly for items to be 45 incorporated into the project. The DBE must release the check to the 46 supplier, while the Contractor acts solely as the guarantor. 47 48 A joint check agreement must be approved by the Engineer and requested by 49 the DBE involved using the DBE Joint Check Request Form (form # 272-053) 50 prior to its use. The form must accompany the DBE Joint Check Agreement 51

Page 66: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 66

between the parties involved, including the conditions of the arrangement and 1 expected use of the joint checks. 2 3 The approval to use joint checks and the use will be closely monitored by the 4 Engineer. To receive DBE credit for performing a CUF with respect to 5 obtaining materials and supplies, a DBE must “be responsible for negotiating 6 price, determining quality and quantity, ordering the material and installing 7 and paying for the material itself.” The Contractor shall submit DBE Joint 8 Check Request Form for the Engineer approval prior to using a joint check. 9 10 Material costs paid by the Contractor directly to the material supplier is not 11 allowed. If proper procedures are not followed or the Engineer determines 12 that the arrangement results in lack of independence for the DBE involved, no 13 DBE credit will be given for the DBE’s participation as it relates to the material 14 cost. 15 16 Prompt Payment 17 Prompt payment to all subcontractors shall be in accordance with Section 1-18 08.1. Prompt Payment requirements apply to progress payments as well as 19 return of retainage. 20 21 Reporting 22 The Contractor and all subcontractors/suppliers/service providers that utilize 23 DBEs to perform work on the project, shall maintain appropriate records that 24 will enable the Engineer to verify DBE participation throughout the life of the 25 project. 26 27 Refer to Section 1-08.1 for additional reporting requirements associated with 28 this Contract. 29 30 Decertification 31 When a DBE is “decertified” from the DBE program during the course of the 32 Contract, the participation of that DBE shall continue to count as DBE 33 participation as long as the subcontract with the DBE was executed prior to 34 the decertification notice. The Contractor is obligated to substitute when a 35 DBE does not have an executed subcontract agreement at the time of 36 decertification. 37 38 Consequences of Non-Compliance 39 Each contract with a Contractor (and each subcontract the Contractor signs 40 with a Subcontractor) must include the following assurance clause: 41 42 The Contractor, subrecipient, or Subcontractor shall not discriminate on the 43 basis of race, color, national origin, or sex in the performance of this contract. 44 The Contractor shall carry out applicable requirements of 49 CFR Part 26 in 45 the award and administration of DOT-assisted contracts. Failure by the 46 Contractor to carry out these requirements is a material breach of this 47 contract, which may result in the termination of this contract or such other 48 remedy as the recipient deems appropriate, which may include, but is not 49 limited to: 50

51

Page 67: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 67

(1) Withholding monthly progress payments; 1 2 (2) Assessing sanctions; 3 4 (3) Liquidated damages; and/or 5 6 (4) Disqualifying the Contractor from future bidding as non-responsible. 7 8

Payment 9 Compensation for all costs involved with complying with the conditions of this 10 Specification and any other associated DBE requirements is included in 11 payment for the associated Contract items of Work, except otherwise 12 provided in the Specifications. 13

14 1-07.11.OPT3.FR1 15

(November 4, 2019) 16 Disadvantaged Business Enterprise Participation 17 The Disadvantaged Business Enterprise (DBE) requirements of 49 CFR Part 26 and 18 USDOT’s official interpretations (i.e., Questions & Answers) apply to this Contract. 19 Demonstrating compliance with these Specifications is a Condition of Award (COA) of 20 this Contract. Failure to comply with the requirements of this Specification may result 21 in your Bid being found to be nonresponsive resulting in rejection or other sanctions as 22 provided by Contract. 23 24

DBE Abbreviations and Definitions 25 Broker – A business firm that provides a bona fide service, such as 26 professional, technical, consultant or managerial services and assistance in 27 the procurement of essential personnel, facilities, equipment, materials, or 28 supplies required for the performance of the Contract; or, persons/companies 29 who arrange or expedite transactions. 30 31 Certified Business Description – Specific descriptions of work the DBE is 32 certified to perform, as identified in the Certified Firm Directory, under the 33 Vendor Information page. 34 35 Certified Firm Directory – A database of all Minority, Women, and 36 Disadvantaged Business Enterprises, including those identified as a UDBE, 37 currently certified by Washington State. The on-line Directory is available to 38 Bidders for their use in identifying and soliciting interest from DBE firms. The 39 database is located under the Firm Certification section of the Diversity 40 Management and Compliance System web page at: 41 https://omwbe.diversitycompliance.com. 42 43 Commercially Useful Function (CUF) – 49 CFR 26.55(c)(1) defines 44 commercially useful function as: “A DBE performs a commercially useful 45 function when it is responsible for execution of the work of the contract and is 46 carrying out its responsibilities by actually performing, managing, and 47 supervising the work involved. To perform a commercially useful function, the 48 DBE must also be responsible, with respect to materials and supplies used on 49 the contract, for negotiating price, determining quality and quantity, ordering 50 the material, and installing (where applicable) and paying for the material 51

Page 68: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 68

itself. To determine whether a DBE is performing a commercially useful 1 function, you must evaluate the amount of work subcontracted, industry 2 practices, whether the amount the firm is to be paid under the contract is 3 commensurate with the work it is actually performing and the DBE credit 4 claimed for its performance of the work, and other relevant factors.” 5 6 Disadvantaged Business Enterprise (DBE) – A business firm certified by 7 the Washington State Office of Minority and Women’s Business Enterprises, 8 as meeting the criteria outlined in 49 CFR 26 regarding DBE certification. A 9 Underutilized Disadvantaged Business Enterprise (UDBE) firm is a subset of 10 DBE. 11 12 Force Account Work – Work measured and paid in accordance with Section 13 1-09.6. 14 15 Good Faith Efforts – Efforts to achieve the UDBE COA Goal or other 16 requirements of this part which, by their scope, intensity, and appropriateness 17 to the objective, can reasonably be expected to fulfill the program 18 requirement. 19 20 Manufacturer (DBE) – A DBE firm that operates or maintains a factory or 21 establishment that produces on the premises the materials, supplies, articles, 22 or equipment required under the Contract. A DBE Manufacturer shall produce 23 finished goods or products from raw or unfinished material or purchase and 24 substantially alters goods and materials to make them suitable for 25 construction use before reselling them. 26 27 Reasonable Fee (DBE) – For purposes of Brokers or service providers a 28 reasonable fee shall not exceed 5% of the total cost of the goods or services 29 brokered. 30 31 Regular Dealer (DBE) – A DBE firm that owns, operates, or maintains a 32 store, warehouse, or other establishment in which the materials or supplies 33 required for the performance of a Contract are bought, kept in stock, and 34 regularly sold to the public in the usual course of business. To be a Regular 35 Dealer, the DBE firm must be an established regular business that engages in 36 as its principal business and in its own name the purchase and sale of the 37 products in question. A Regular Dealer in such items as steel, cement, gravel, 38 stone, and petroleum products need not own, operate or maintain a place of 39 business if it both owns and operates distribution equipment for the products. 40 Any supplementing of regular dealers’ own distribution equipment shall be by 41 long-term formal lease agreements and not on an ad-hoc basis. Brokers, 42 packagers, manufacturers’ representatives, or other persons who arrange or 43 expedite transactions shall not be regarded as Regular Dealers within the 44 meaning of this definition. 45 46 Underutilized Disadvantaged Business Enterprise (UDBE) – A DBE Firm 47 that is underutilized based on WSDOT’s Disparity Study. 48 49 UDBE Commitment – The dollar amount the Bidder indicates they will be 50 subcontracting to be applied towards the UDBE Condition of Award Goal as 51

Page 69: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 69

shown on the UDBE Utilization Certification Form for each UDBE 1 Subcontractor. This UDBE Commitment amount will be incorporated into the 2 Contract and shall be considered a Contract requirement. Any changes to the 3 UDBE Commitment require the Engineer’s approval. 4 5 UDBE Condition of Award (COA) Goal – An assigned numerical amount 6 specified as a percentage of the Contract. Initially, this is the minimum 7 amount that the Bidder must commit to by submission of the Utilization 8 Certification Form and/or by Good Faith Effort (GFE). 9 10

UDBE COA Goal 11 The Contracting Agency has established a UDBE COA Goal for this Contract in 12 the amount of: *** $$1$$ *** 13 14 Crediting DBE Participation 15 Subcontractors proposed as COA must be certified prior to the due date for bids 16 on the Contract. All non-COA DBE Subcontractors shall be certified before the 17 subcontract on which they are participating is executed. 18 19 DBE participation is only credited upon payment to the DBE. 20 21 The following are some definitions of what may be counted as DBE participation. 22 23

DBE Prime Contractor 24 Only take credit for that portion of the total dollar value of the Contract equal 25 to the distinct, clearly defined portion of the Work that the DBE Prime 26 Contractor performs with its own forces and is certified to perform. 27 28 DBE Subcontractor 29 Only take credit for that portion of the total dollar value of the subcontract that 30 is equal to the distinct, clearly defined portion of the Work that the DBE 31 performs with its own forces and is certified to perform. The value of work 32 performed by the DBE includes the cost of supplies and materials purchased 33 by the DBE and equipment leased by the DBE, for its work on the contract. 34 Supplies, materials or equipment obtained by a DBE that are not utilized or 35 incorporated in the contract work by the DBE will not be eligible for DBE 36 credit. 37 38 The supplies, materials, and equipment purchased or leased from the 39 Contractor or its affiliate, including any Contractor’s resources available to 40 DBE subcontractors at no cost, shall not be credited. 41 42 DBE credit will not be given in instances where the equipment lease includes 43 the operator. The DBE is expected to operate the equipment used in the 44 performance of its work under the contract with its own forces. Situations 45 where equipment is leased and used by the DBE, but payment is deducted 46 from the Contractor’s payment to the DBE is not allowed. 47 48 When the subcontractor is part of a UDBE Commitment, the following apply: 49 50

Page 70: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 70

1. If a UDBE subcontracts a portion of the Work of its contract to another 1 firm, the value of the subcontracted Work may be counted toward the 2 UDBE COA Goal only if the Lower-Tier Subcontractor is also a UDBE. 3 4

2. Work subcontracted to a Lower-Tier Subcontractor that is a DBE, but 5 not a UDBE, may be counted as DBE participation but not counted 6 toward the UDBE COA Goal. 7 8

3. Work subcontracted to a non-DBE does not count towards the UDBE 9 COA Goal nor DBE participation. 10

11 DBE Subcontract and Lower Tier Subcontract Documents 12 There must be a subcontract agreement that complies with 49 CFR Part 26 13 and fully describes the distinct elements of Work committed to be performed 14 by the DBE. 15 16 DBE Service Provider 17 The value of fees or commissions charged by a DBE firm behaving in a 18 manner of a Broker, or another service provider for providing a bona fide 19 service, such as professional, technical, consultant, managerial services, or 20 for providing bonds or insurance specifically required for the performance of 21 the contract will only be credited as DBE participation, if the fee/commission is 22 determined by the Contracting Agency to be reasonable and the firm has 23 performed a CUF. 24 25 Force Account Work 26 When the Bidder elects to utilize force account Work to meet the UDBE COA 27 Goal, as demonstrated by listing this force account Work on the UDBE 28 Utilization Certification Form, for the purposes of meeting UDBE COA Goal, 29 only 50% of the Proposal amount shall be credited toward the Bidder’s 30 Commitment to meet the UDBE COA Goal. 31 32 One hundred percent of the actual amounts paid to the DBE for the force 33 account Work shall be credited towards UDBE COA Goal or DBE 34 participation. 35 36 Temporary Traffic Control 37 If the DBE firm is being utilized in the capacity of only “Flagging”, the DBE firm 38 must provide a Traffic Control Supervisor (TCS) and flagger, which are under 39 the direct control of the DBE. The DBE firm shall also provide all flagging 40 equipment (e.g. paddles, hard hats, and vests). 41 42 If the DBE firm is being utilized in the capacity of “Traffic Control Services”, 43 the DBE firm must provide a TCS, flaggers, and traffic control items (e.g., 44 cones, barrels, signs, etc.) and be in total control of all items in implementing 45 the traffic control for the project. 46 47 Trucking 48 DBE trucking firm participation may only be credited as DBE participation for 49 the value of the hauling services, not for the materials being hauled unless the 50 trucking firm is also certified as a supplier of those materials. In situations 51

Page 71: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 71

where the DBE’s work is priced per ton, the value of the hauling service must 1 be calculated separately from the value of the materials in order to determine 2 DBE credit for hauling 3 4 The DBE trucking firm must own and operate at least one licensed, insured 5 and operational truck on the contract. The truck must be of the type that is 6 necessary to perform the hauling duties required under the contract. The DBE 7 receives credit for the value of the transportation services it provides on the 8 Contract using trucks it owns or leases, licenses, insures, and operates with 9 drivers it employs. 10 11 The DBE may lease additional trucks from another DBE firm. The DBE who 12 leases additional trucks from another DBE firm receives credit for the value of 13 the transportation services the lessee DBE provides on the Contract. 14 15 The trucking Work subcontracted to any non-DBE trucking firm will not receive 16 credit for Work done on the project. 17 18 The DBE may lease trucks from a truck leasing company (recognized truck 19 rental center), but can only receive credit towards DBE participation if the 20 DBE uses its own employees as drivers. 21

22 DBE Manufacturer and DBE Regular Dealer 23 One hundred percent (100%) of the cost of the manufactured product 24 obtained from a DBE manufacturer can count as DBE participation. If the DBE 25 manufacturer is a UDBE, participation may count towards the UDBE COA 26 Goal. 27 28 Sixty percent (60%) of the cost of materials or supplies purchased from a DBE 29 Regular Dealer may be credited as DBE Participation. If the role of the DBE 30 Regular Dealer is determined to be that of a Broker, then DBE credit shall be 31 limited to the fee or commission it receives for its services. Regular Dealer 32 status and the amount of credit is determined on a Contract-by-Contract 33 basis. If the DBE regular dealer is a UDBE, participation may count towards 34 the UDBE COA Goal. 35 36 DBE firms proposed to be used as a Regular Dealer must be approved before 37 being listed as a COA/used on a project. The WSDOT Approved Regular 38 Dealer list published on WSDOT’s Office of Equal Opportunity (OEO) web site 39 must include the specific project for which approval is being requested. For 40 purposes of the UDBE COA Goal participation, the Regular Dealer must 41 submit the Regular Dealer Status Request form a minimum of five calendar 42 days prior to bid opening. 43 44 Purchase of materials or supplies from a DBE which is neither a manufacturer 45 nor a regular dealer, (i.e. Broker) only the fees or commissions charged for 46 assistance in the procurement of the materials and supplies, or fees or 47 transportation charges for the delivery of materials or supplies required on a 48 job site, can count as DBE participation provided the fees are not excessive 49 as compared with fees customarily allowed for similar services. 50 Documentation will be required to support the fee/commission charged by the 51

Page 72: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 72

DBE. The cost of the materials and supplies themselves cannot be counted 1 toward as DBE participation. 2 3 Note: Requests to be listed as a Regular Dealer will only be processed if 4

the requesting firm is a material supplier certified by the Office of 5 Minority and Women’s Business Enterprises in a NAICS code that 6 falls within the 42XXXX NAICS Wholesale code section. 7

8 Underutilized Disadvantaged Business Enterprise Utilization 9 The requirements of this section apply to projects with a UDBE COA Goal. To be 10 eligible for award of the Contract, the Bidder shall properly complete and submit an 11 Underutilized Disadvantaged Business Enterprise (UDBE) Utilization Certification 12 with the Bidder’s sealed Bid Proposal, as specified in Section 1-02.9 Delivery of 13 Proposal. The Bidder’s UDBE Utilization Certification must clearly demonstrate 14 how the Bidder intends to meet the UDBE COA Goal. A UDBE Utilization 15 Certification (WSDOT Form 272-056U) is included in the Proposal package for this 16 purpose as well as instructions on how to properly fill out the form. 17 18 The Bidder is advised that the items listed below when listed in the Utilization 19 Certification must have their amounts reduced to the percentages shown and 20 those reduced amounts will be the amount applied towards meeting the UDBE 21 COA Goal. 22 23

• Force account at 50% 24 • Regular dealer at 60% 25

26 In the event of arithmetic errors in completing the UDBE Utilization Certification, 27 the amount listed to be applied towards the UDBE COA Goal for each UDBE shall 28 govern and the UDBE total amount shall be adjusted accordingly. 29 30 Note: The Contracting Agency shall consider as non-responsive and shall 31

reject any Bid Proposal submitted that does not contain a UDBE 32 Utilization Certification Form that accurately demonstrates how the 33 Bidder intends to meet the UDBE COA Goal. 34

35 Underutilized Disadvantaged Business Enterprise Written Confirmation 36 Document(s) 37 The requirements of this section apply to projects with a UDBE COA Goal. The 38 Bidder shall submit an Underutilized Disadvantaged Business Enterprise (UDBE) 39 Written Confirmation Document (completed and signed by the UDBE) for each 40 UDBE firm listed in the Bidder’s completed UDBE Utilization Certification 41 submitted with the Bid. Failure to do so will result in the associated participation 42 being disallowed, which may cause the Bid to be determined to be nonresponsive 43 resulting in Bid rejection. 44 45 The Confirmation Documents provide confirmation from the UDBEs that they are 46 participating in the Contract as provided in the Bidder’s Commitment. The 47 Confirmation Documents must be consistent with the Utilization Certification. 48 49 A UDBE Written Confirmation Document (WSDOT Form 422-031U) is included in 50 the Proposal package for this purpose. 51

Page 73: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 73

1 The form(s) shall be received as specified in the special provisions for Section 1-2 02.9 Delivery of Proposal. 3 4 It is prohibited for the Bidder to require a UDBE to submit a Written Confirmation 5 Document with any part of the form left blank. Should the Contracting Agency 6 determine that an incomplete Written Confirmation Document was signed by a 7 UDBE, the validity of the document comes into question. The associated UDBE 8 participation may not receive credit. 9 10 Selection of Successful Bidder/Good Faith Efforts (GFE) 11 The requirements of this section apply to projects with a UDBE COA Goal. The 12 successful Bidder shall be selected on the basis of having submitted the lowest 13 responsive Bid, which demonstrates a good faith effort to achieve the UDBE COA 14 Goal. The Contracting Agency, at any time during the selection process, may 15 request a breakdown of the bid items and amounts that are counted towards the 16 overall contract goal for any of the UDBEs listed on the UDBE Utilization 17 Certification. 18 19 Achieving the UDBE COA Goal may be accomplished in one of two ways: 20 21

1. By meeting the UDBE COA Goal 22 Submission of the UDBE Utilization Certification, supporting UDBE 23 Written Confirmation Document(s) showing the Bidder has obtained 24 enough UDBE participation to meet or exceed the UDBE COA Goal, the 25 UDBE Bid Item Breakdown and the UDBE Trucking Credit Form, if 26 applicable. 27

28 2. By documentation that the Bidder made adequate GFE to meet the 29

UDBE COA Goal 30 The Bidder may demonstrate a GFE in whole or part through GFE 31 documentation ONLY IN THE EVENT a Bidder’s efforts to solicit sufficient 32 UDBE participation have been unsuccessful. The Bidder must supply 33 GFE documentation in addition to the UDBE Utilization Certification, 34 supporting UDBE Written Confirmation Document(s), the UDBE Bid Item 35 Breakdown form and the UDBE Trucking Credit Form, if applicable. 36

37 Note: In the case where a Bidder is awarded the contract based on 38

demonstrating adequate GFE, the advertised UDBE COA Goal will 39 not be reduced. The Bidder shall demonstrate a GFE during the life 40 of the Contract to attain the advertised UDBE COA Goal. 41

42 GFE documentation, the UDBE Bid Item Breakdown form, and the UDBE Trucking 43 Credit Form, if applicable, shall be submitted as specified in Section 1-02.9. 44 45 The Contracting Agency will review the GFE documentation and will determine if 46 the Bidder made an adequate good faith effort. 47 48 Good Faith Effort (GFE) Documentation 49 GFE is evaluated when: 50 51

Page 74: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 74

1. Determining award of a Contract that has COA goal, 1 2 2. When a COA UDBE is terminated and substitution is required, and 3 4 3. Prior to Physical Completion when determining whether the Contractor 5

has satisfied its UDBE commitments. 6 7 49 CFR Part 26, Appendix A is intended as general guidance and does not, in 8 itself, demonstrate adequate good faith efforts. The following is a list of types of 9 actions, which would be considered as part of the Bidder’s GFE to achieve UDBE 10 participation. It is not intended to be a mandatory checklist, nor is it intended to be 11 exclusive or exhaustive. Other factors or types of efforts may be relevant in 12 appropriate cases. 13 14

1. Soliciting through all reasonable and available means (e.g. attendance at 15 pre-bid meetings, advertising and/or written notices) the interest of all 16 certified UDBEs who have the capability to perform the Work of the 17 Contract. The Bidder must solicit this interest within sufficient time to 18 allow the UDBEs to respond to the solicitation. The Bidder must 19 determine with certainty if the UDBEs are interested by taking appropriate 20 steps to follow up initial solicitations. 21

22 2. Selecting portions of the Work to be performed by UDBEs in order to 23

increase the likelihood that the UDBE COA Goal will be achieved. This 24 includes, where appropriate, breaking out contract Work items into 25 economically feasible units to facilitate UDBE participation, even when 26 the Bidder might otherwise prefer to perform these Work items with its 27 own forces. 28

29 3. Providing interested UDBEs with adequate information about the Plans, 30

Specifications, and requirements of the Contract in a timely manner to 31 assist them in responding to a solicitation. 32 33 a. Negotiating in good faith with interested UDBEs. It is the Bidder’s 34

responsibility to make a portion of the Work available to UDBE 35 subcontractors and suppliers and to select those portions of the 36 Work or material needs consistent with the available UDBE 37 subcontractors and suppliers, so as to facilitate UDBE participation. 38 Evidence of such negotiation includes the names, addresses, and 39 telephone numbers of UDBEs that were considered; a description of 40 the information provided regarding the Plans and Specifications for 41 the Work selected for subcontracting; and evidence as to why 42 additional agreements could not be reached for UDBEs to perform 43 the Work. 44

45 b. A Bidder using good business judgment would consider a number of 46

factors in negotiating with subcontractors, including DBE 47 subcontractors, and would take a firm’s price and capabilities as well 48 as the UDBE COA Goal into consideration. However, the fact that 49 there may be some additional costs involved in finding and using 50 UDBEs is not in itself sufficient reason for a Bidder’s failure to meet 51

Page 75: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 75

the UDBE COA Goal, as long as such costs are reasonable. Also, 1 the ability or desire of a Bidder to perform the Work of a Contract 2 with its own organization does not relieve the Bidder of the 3 responsibility to make Good Faith Efforts. Bidders are not, however, 4 required to accept higher quotes from UDBEs if the price difference 5 is excessive or unreasonable. 6

7 4. Not rejecting UDBEs as being unqualified without sound reasons based 8

on a thorough investigation of their capabilities. The Bidder’s standing 9 within its industry, membership in specific groups, organizations, or 10 associations and political or social affiliations (for example union vs. non-11 union employee status) are not legitimate causes for the rejection or non-12 solicitation of bids in the Bidder’s efforts to meet the UDBE COA Goal. 13

14 5. Making efforts to assist interested UDBEs in obtaining bonding, lines of 15

credit, or insurance as required by the recipient or Bidder. 16 17 6. Making efforts to assist interested UDBEs in obtaining necessary 18

equipment, supplies, materials, or related assistance or services. 19 20 7. Effectively using the services of available minority/women community 21

organizations; minority/women contractors’ groups; local, State, and 22 Federal minority/women business assistance offices; and other 23 organizations as allowed on a case-by-case basis to provide assistance 24 in the recruitment and placement of UDBEs. 25

26 8. Documentation of GFE must include copies of each UDBE and non-DBE 27

subcontractor quotes submitted to the Bidder when a non-DBE 28 subcontractor is selected over a UDBE for Work on the Contract. (ref. 29 updated DBE regulations – 26.53(b)(2)(vi) & App. A) 30

31 Administrative Reconsideration of GFE Documentation 32 A Bidder has the right to request reconsideration if the GFE documentation 33 submitted with their Bid was determined to be inadequate. 34 35

• The Bidder must request within 48 hours of notification of being 36 nonresponsive or forfeit the right to reconsideration. 37

38 • The reconsideration decision on the adequacy of the Bidder’s GFE 39

documentation shall be made by an official who did not take part in the 40 original determination. 41

42 • Only original GFE documentation submitted as a supplement to the Bid 43

shall be considered. The Bidder shall not introduce new documentation at 44 the reconsideration hearing. 45

46 • The Bidder shall have the opportunity to meet in person with the official 47

for the purpose of setting forth the Bidder’s position as to why the GFE 48 documentation demonstrates a sufficient effort. 49

50

Page 76: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 76

• The reconsideration official shall provide the Bidder with a written 1 decision on reconsideration within five working days of the hearing 2 explaining the basis for their finding. 3

4 UDBE Bid Item Breakdown 5 The Bidder shall submit a UDBE Bid Item Breakdown Form (WSDOT Form 272-6 054) as specified in the Special Provisions for Section 1-02.9, Delivery of 7 Proposal. 8 9 UDBE Trucking Credit Form 10 The Bidder shall submit a UDBE Trucking Credit Form (WSDOT Form 272-058), 11 as specified in the Special Provisions for Section 1-02.9, Delivery of Proposal. 12 13 Note: The UDBE Trucking Credit Form is only required for a UDBE Firm 14

listed on the UDBE Utilization Certification as a subcontractor for 15 “Trucking” or “Hauling” and are performing a part of a bid item. For 16 example, if the item of Work is Structure Excavation including Haul, 17 and another firm is doing the excavation and the UDBE Trucking firm 18 is doing the haul, the form is required. For a UDBE subcontractor 19 that is responsible for an entire item of work that may require some 20 use of trucks, the form is not required. 21

22 Procedures between Award and Execution 23 After Award and prior to Execution, the Contractor shall provide the additional 24 information described below. Failure to comply shall result in the forfeiture of the 25 Bidder’s Proposal bond or deposit. 26 27

1. A list of all firms who submitted a bid or quote in attempt to participate in 28 this project whether they were successful or not. Include the business 29 name and mailing address. 30

31 Note: The firms identified by the Contractor may be contacted by the 32

Contracting Agency to solicit general information as follows: age of 33 the firm and average of its gross annual receipts over the past three-34 years. 35

36 Procedures after Execution 37

Commercially Useful Function (CUF) 38 The Contractor may only take credit for the payments made for Work 39 performed by a DBE that is determined to be performing a CUF. Payment 40 must be commensurate with the work actually performed by the DBE. This 41 applies to all DBEs performing Work on a project, whether or not the DBEs 42 are COA, if the Contractor wants to receive credit for their participation. The 43 Engineer will conduct CUF reviews to ascertain whether DBEs are performing 44 a CUF. A DBE performs a CUF when it is carrying out its responsibilities of its 45 contract by actually performing, managing, and supervising the Work 46 involved. The DBE must be responsible for negotiating price; determining 47 quality and quantity; ordering the material, installing (where applicable); and 48 paying for the material itself. If a DBE does not perform “all” of these functions 49 on a furnish-and-install contract, it has not performed a CUF and the cost of 50 materials cannot be counted toward UDBE COA Goal. Leasing of equipment 51

Page 77: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 77

from a leasing company is allowed. However, leasing/purchasing equipment 1 from the Contractor is not allowed. Lease agreements shall be provided prior 2 to the Subcontractor beginning Work. Any use of the Contractor’s equipment 3 by a DBE may not be credited as countable participation. 4 5 The DBE does not perform a CUF if its role is limited to that of an extra 6 participant in a transaction, contract, or project through which the funds are 7 passed in order to obtain the appearance of DBE participation. 8 9 In order for a DBE traffic control company to be considered to be performing a 10 CUF, the DBE must be in control of its work inclusive of supervision. The 11 DBE shall employ a Traffic Control Supervisor who is directly involved in the 12 management and supervision of the traffic control employees and services. 13 14 The following are some of the factors that the Engineer will use in determining 15 whether a DBE trucking company is performing a CUF: 16 17

• The DBE shall be responsible for the management and supervision 18 of the entire trucking operation for which it is responsible on the 19 contract. The owner demonstrates business related knowledge, 20 shows up on site and is determined to be actively running the 21 business. 22

23 • The DBE itself shall own and operate at least one fully licensed, 24

insured, and operational truck used on the Contract. The drivers of 25 the trucks owned and leased by the DBE must be exclusively 26 employed by the DBE and reflected on the DBE’s payroll. 27

28 • Lease agreements for trucks shall indicate that the DBE has 29

exclusive use of and control over the truck(s). This does not preclude 30 the leased truck from working for others provided it is with the 31 consent of the DBE and the lease provides the DBE absolute priority 32 for use of the leased truck. 33

34 • Leased trucks shall display the name and identification number of 35

the DBE. 36 37 UDBE/DBE/FSBE Truck Unit Listing Log 38 In addition to the subcontracting requirements of Section 1-08.1, each DBE 39 trucking firm shall submit supplemental information consisting of a completed 40 Primary UDBE/DBE/FSBE Truck Unit Listing Log (WSDOT Form 350-077) 41 and all Rental/Lease agreements (if applicable). The supplemental 42 information shall be submitted in an electronic format to the Engineer prior to 43 any trucking services being performed for DBE credit. Incomplete or incorrect 44 supplemental information will be returned for correction. The corrected 45 Primary UDBE/DBE/FSBE Truck Unit Listing Log and any Updated Primary 46 UDBE/DBE/FSBE Truck Unit Listing Logs shall be submitted and accepted by 47 the Engineer no later than ten calendar days of utilizing applicable trucks. 48 Failure to submit or update the DBE Truck Unit Listing Log may result in 49 trucks not being credited as DBE participation. 50 51

Page 78: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 78

Each DBE trucking firm shall complete a Daily UDBE/DBE/FSBE Truck Unit 1 Listing Log for each day that the DBE performs trucking services for DBE 2 credit. The Daily UDBE/DBE/FSBE Truck Unit Listing Log forms shall be 3 submitted by Friday of the week after the Work was performed by email to the 4 following email address for the region administering the Contract: 5 6

Eastern Region - [email protected] 7 North Central Region - [email protected] 8 Northwest Region - [email protected] 9 Olympic Region - [email protected] 10 South Central Region - [email protected] 11 Southwest Region - [email protected] 12 Washington State Ferries - [email protected] 13

14 Joint Checking 15 A joint check is a check between a Subcontractor and the Contractor to the 16 supplier of materials/supplies. The check is issued by the Contractor as payer 17 to the Subcontractor and the material supplier jointly for items to be 18 incorporated into the project. The DBE must release the check to the supplier, 19 while the Contractor acts solely as the guarantor. 20 21 A joint check agreement must be approved by the Engineer and requested by 22 the DBE involved using the DBE Joint Check Request Form (form # 272-053) 23 prior to its use. The form must accompany the DBE Joint Check Agreement 24 between the parties involved, including the conditions of the arrangement and 25 expected use of the joint checks. 26 27 The approval to use joint checks and the use will be closely monitored by the 28 Engineer. To receive DBE credit for performing a CUF with respect to 29 obtaining materials and supplies, a DBE must “be responsible for negotiating 30 price, determining quality and quantity, ordering the material, installing and 31 paying for the material itself.” The Contractor shall submit DBE Joint Check 32 Request Form for the Engineer approval prior to using a joint check. 33 34 Material costs paid by the Contractor directly to the material supplier are not 35 allowed. If proper procedures are not followed or the Engineer determines 36 that the arrangement results in lack of independence for the DBE involved, no 37 DBE credit will be given for the DBE’s participation as it relates to the material 38 cost. 39 40 Prompt Payment 41 Prompt payment to all subcontractors shall be in accordance with Section 1-42 08.1. Prompt payment requirements apply to progress payments as well as 43 return of retainage. 44 45 Subcontracts 46 Prior to a DBE performing Work on the Contract, an executed subcontract 47 between the DBE and the Contractor shall be submitted to the Engineer. The 48 executed subcontracts shall be submitted by email to the following email 49 address for the region administering the Contract: 50 51

Page 79: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 79

Eastern Region – [email protected] 1 North Central Region – [email protected] 2 Northwest Region – [email protected] 3 Olympic Region – [email protected] 4 South Central Region – [email protected] 5 Southwest Region – [email protected] 6 Washington State Ferries – [email protected] 7

8 Reporting 9 The Contractor and all subcontractors/suppliers/service providers that utilize 10 DBEs to perform work on the project, shall maintain appropriate records that 11 will enable the Engineer to verify DBE participation throughout the life of the 12 project. 13 14 Refer to Section 1-08.1 for additional reporting requirements associated with 15 this contract. 16

17 Changes in COA Work Committed to UDBE 18 The Contractor shall utilize the COA UDBEs to perform the work and supply the 19 materials for which each is committed unless approved by the Engineer. The 20 Contractor shall not be entitled to any payment for work or material completed by 21 the Contractor or subcontractors that was committed to be completed by the COA 22 UDBEs. 23 24

Owner Initiated Changes 25 Where the Engineer makes changes that result in changes to Work that was 26 committed to a COA UDBE. The Contractor may be directed to substitute for 27 the Work in such instances. 28 29 Contractor Initiated Changes 30 The Contractor cannot reduce the amount of work committed to a COA UDBE 31 without good cause. Reducing UDBE Commitment is viewed as partial UDBE 32 termination, and therefore subject to the termination procedures below. 33 34 Original Quantity Underruns 35 In the event that Work committed to a UDBE firm as part of the COA 36 underruns the original planned quantities the Contractor may be required to 37 substitute other remaining Work to another UDBE. 38 39 Contractor Proposed DBE Substitutions 40 Requests to substitute a COA UDBE must be for good cause (see UDBE 41 termination process below), and requires prior written approval of the 42 Engineer. After receiving a termination with good cause approval, the 43 Contractor may only replace a UDBE with another certified UDBE. When any 44 changes between Contract Award and Execution result in a substitution of 45 COA UDBE, the substitute UDBE shall be certified prior to the bid opening on 46 the Contract. 47 48 UDBE Termination 49 Termination of a COA UDBE (or an approved substitute UDBE) is only 50 allowed in whole or in part with prior written approval of the Engineer. If the 51

Page 80: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 80

Contractor terminates a COA UDBE without the written approval of the 1 Engineer, the Contractor shall not be entitled to credit towards the UDBE COA 2 Goal for any payment for work or material performed/supplied by the COA 3 UDBE. In addition, sanctions may apply as described elsewhere in this 4 specification. 5 6 The Contractor must have good cause to terminate a COA UDBE. 7 8 Good cause typically includes situations where the UDBE Subcontractor is 9 unable or unwilling to perform the work of its subcontract. Good cause may 10 exist if: 11 12

• The UDBE fails or refuses to execute a written contract. 13 14 • The UDBE fails or refuses to perform the Work of its subcontract in a 15

way consistent with normal industry standards. 16 17 • The UDBE fails or refuses to meet the Contractor’s reasonable 18

nondiscriminatory bond requirements. 19 20 • The UDBE becomes bankrupt, insolvent, or exhibits credit 21

unworthiness. 22 23 • The UDBE is ineligible to work on public works projects because of 24

suspension and debarment proceedings pursuant to federal law or 25 applicable State law. 26

27 • The UDBE voluntarily withdraws from the project, and provides 28

written notice of its withdrawal. 29 30 • The UDBE’s work is deemed unsatisfactory by the Engineer and not 31

in compliance with the Contract. 32 33 • The UDBE’s owner dies or becomes disabled with the result that the 34

UDBE is unable to complete its Work on the Contract. 35 36 Good cause does not exist if: 37 38 • The Contractor seeks to terminate a COA UDBE so that the 39

Contractor can self-perform the Work. 40 41 • The Contractor seeks to terminate a COA UDBE so the Contractor 42

can substitute another DBE contractor or non-DBE contractor after 43 Contract Award. 44

45 • The failure or refusal of the COA UDBE to perform its Work on the 46

subcontract results from the bad faith or discriminatory action of the 47 Contractor (e.g., the failure of the Contractor to make timely 48 payments or the unnecessary placing of obstacles in the path of the 49 UDBE’s Work). 50

51

Page 81: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 81

Prior to requesting termination, the Contractor shall give notice in writing to 1 the UDBE with a copy to the Engineer of its intent to request to terminate 2 UDBE Work and the reasons for doing so. The UDBE shall have five (5) days 3 to respond to the Contractor’s notice. The UDBE’s response shall either 4 support the termination or advise the Engineer and the Contractor of the 5 reasons it objects to the termination of its subcontract. 6 7 When a COA UDBE is terminated, or fails to complete its work on the 8 Contract for any reason, the Contractor shall substitute with another UDBE or 9 provide documentation of GFE. A plan to achieve the COA UDBE 10 Commitment shall be submitted to the Engineer within 2 days of the approval 11 of termination or the Contract shall be suspended until such time the 12 substitution plan is submitted. 13 14 Decertification 15 When a DBE is “decertified” from the DBE program during the course of the 16 Contract, the participation of that DBE shall continue to count as DBE 17 participation as long as the subcontract with the DBE was executed prior to 18 the decertification notice. The Contractor is obligated to substitute when a 19 DBE does not have an executed subcontract agreement at the time of 20 decertification. 21 22

Consequences of Non-Compliance 23 Breach of Contract 24 Each contract with a Contractor (and each subcontract the Contractor signs 25 with a Subcontractor) must include the following assurance clause: 26 27 The Contractor, subrecipient, or Subcontractor shall not discriminate on the 28 basis of race, color, national origin, or sex in the performance of this contract. 29 The Contractor shall carry out applicable requirements of 49 CFR Part 26 in 30 the award and administration of DOT-assisted contracts. Failure by the 31 Contractor to carry out these requirements is a material breach of this 32 Contract, which may result in the termination of this Contract or such other 33 remedy as the recipient deems appropriate, which may include, but is not 34 limited to: 35 36

(1) Withholding monthly progress payments; 37 38 (2) Assessing sanctions; 39 40 (3) Liquidated damages; and/or 41 42 (4) Disqualifying the Contractor from future bidding as non-responsible. 43

44 Notice 45 If the Contractor or any Subcontractor, Consultant, Regular Dealer, or service 46 provider is deemed to be in non-compliance, the Contractor will be informed in 47 writing, by certified mail by the Engineer that sanctions will be imposed for 48 failure to meet the UDBE COA Commitment and/or submit documentation of 49 good faith efforts. The notice will state the specific sanctions to be imposed 50

Page 82: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 82

which may include impacting a Contractor or other entity’s ability to participate 1 in future contracts. 2

3 Sanctions 4 If it is determined that the Contractor’s failure to meet all or part of the UDBE COA 5 Commitment is due to the Contractor’s inadequate good faith efforts throughout 6 the life of the Contract, including failure to submit timely, required Good Faith 7 Efforts information and documentation, the Contractor may be required to pay DBE 8 penalty equal to the amount of the unmet Commitment, in addition to the sanctions 9 outlined in Section 1-07.11(5). 10 11 Payment 12 Compensation for all costs involved with complying with the conditions of this 13 Specification and any other associated DBE requirements is included in payment 14 for the associated Contract items of Work, except otherwise provided in the 15 Specifications. 16

17 1-07.11.OPT4.FR1 18

(April 3, 2017) 19 Special Training Provisions 20

General Requirements 21 The Contractor’s equal employment opportunity, affirmative action program shall 22 include the requirements set forth below. The Contractor shall provide on-the-job 23 training aimed at developing trainees to journeyman status in the trades involved. 24 The number of training hours shall be *** $$1$$ ***. Trainees shall not be 25 assigned less than 400 hours. The Contractor may elect to accomplish training as 26 part of the work of a subcontractor, however, the Prime Contractor shall retain the 27 responsibility for complying with these Special Provisions. The Contractor shall 28 also ensure that this training provision is made applicable to any subcontract that 29 includes training. 30 31 Trainee Approval 32 The Federal government requires Contracting Agencies to include these training 33 provisions as a condition attached to the receipt of Federal highway funding. The 34 Federal government has determined that the training and promotion of members of 35 certain minority groups and women is a primary objective of this training provision. 36 The Contractor shall make every effort to enroll minority groups and women 37 trainees to the extent such persons are available within a reasonable recruitment 38 area. This training provision is not intended and shall not be used to discriminate 39 against any applicant for training, whether that person is a minority, woman or 40 otherwise. A non-minority male trainee or apprentice may be approved provided 41 the following requirements are met: 42

43 1. The Contractor is otherwise in compliance with the contract’s Equal 44

Employment Opportunity and On-the-Job Training requirements and 45 provides documentation of the efforts taken to fill the specific training 46 position with either minorities or females 47

48 2. or, if not otherwise in compliance, furnishes evidence of his/her 49

systematic and direct recruitment efforts in regard to the position in 50 question and in promoting the enrollment and/or employment of 51

Page 83: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 83

minorities and females in the craft which the proposed trainee is to be 1 trained 2

3 3. and the Contractor has made a good faith effort towards recruiting of 4

minorities and women. As a minimum this good faith effort shall consist 5 of the following: 6

7

Distribution of written notices of available employment 8 opportunities with the Contractor and enrollment opportunities 9 with its unions. Distribution should include but not be limited to; 10 minority and female recruitment sources and minority and female 11 community organizations; 12

13

Records documenting the Contractor’s efforts and the outcome of 14 those efforts, to employ minority and female applicants and/or 15 refer them to unions; 16

17

Records reflecting the Contractor’s efforts in participating in 18 developing minority and female on-the-job training opportunities, 19 including upgrading programs and apprenticeship opportunities; 20

21

Distribution of written notices to unions and training programs 22 disseminating the Contractor’s EEO policy and requesting 23 cooperation in achieving EEO and OJT obligations. 24

25 No employee shall be employed as a trainee in any classification in which the 26 employee has successfully completed a training course leading to journeyman 27 status or in which the employee has been employed as a journeyman. The 28 Contractor’s records shall document the methods for determining the trainee’s 29 status and findings in each case. When feasible, 25 percent of apprentices or 30 trainees in each occupation shall be in their first year of apprenticeship or training. 31 32 For the purpose of this specification, acceptable training programs are those 33 employing trainees/apprentices registered with the following: 34

35 1. Washington State Department of Labor & Industries — State 36

Apprenticeship Training Council (SATC) approved apprenticeship 37 agreement: 38

39 a. Pursuant to RCW 49.04.060, an apprenticeship agreement shall 40

be; 41 42

i. an individual written agreement between an employer 43 and apprentice 44

ii. a written agreement between (an employer or an 45 association of employers) and an organization of 46 employees describing conditions of employment for 47 apprentices 48

Page 84: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 84

iii. a written statement describing conditions of 1 employment for apprentices in a plant where there is 2 no bona fide employee organization. 3

4 All such agreements shall conform to the basic standards and other 5 provisions of RCW Chapter 49. 6

7 2. Apprentices must be registered with U.S. Department of Labor — 8

Apprenticeship Training, Employer, and Labor Services (ATELS) approved 9 program. 10

11 Or 12 13

3. Trainees participating in a non-ATELS/SATC program, which has been 14 approved by the contracting agency for the specific project. 15

16 4. For assistance in locating trainee candidates, the Contractor may call 17

WSDOT's OJT Support Services Technical Advisor at (360) 704-6314. 18 19

Obligation to Provide Information 20 Upon starting a new trainee, the Contractor shall furnish the trainee a copy of the 21 approved program the Contractor will follow in providing the training. Upon 22 completion of the training, the Contractor shall provide the Contracting Agency 23 with a certification showing the type and length of training satisfactorily completed 24 by each trainee. 25

26 Training Program Approval 27 The Training Program shall meet the following requirements: 28

29 1. The Training Program (DOT Form 272-049) must be submitted to the 30

Engineer for approval prior to commencing contract work and shall be 31 resubmitted when modifications to the program occur. 32

33 2. The minimum length and type of training for each classification will be as 34

established in the training program as approved by the Contracting 35 Agency. 36

37 3. The Training Program shall contain the trades proposed for training, the 38

number of trainees, the hours assigned to the trade and the estimated 39 beginning work date for each trainee. 40

41 4. Unless otherwise specified, Training Programs will be approved if the 42

proposed number of training hours equals the training hours required by 43 contract and the trainees are not assigned less than 400 hours each. 44

45 5. After approval of the training program, information concerning each 46

individual trainee and good faith effort documentation shall be submitted 47 on (DOT Form 272-050.) 48

49 6. In King County, laborer trainees or apprentices will not be approved on 50

contracts containing less than 2000 training hours as specified in this 51

Page 85: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 85

Section. In King County, no more than twenty percent (20%) of hours 1 proposed for trainees or apprentices shall be in the laborer classification 2 when the contract contains 2000 or more hours of training as specified in 3 this Section. Trainees shall not be assigned less than 400 hours. 4

5 7. Flagging programs will not be approved. Other programs that include 6

flagging training will only be approved if the flagging portion is limited to 7 an orientation of not more than 20 hours. 8

9 8. It is the intention of these provisions that training is to be provided in the 10

construction crafts rather than clerk-typists or secretarial-type positions. 11 Training is permissible in lower level management positions such as 12 office engineers, estimators, timekeepers, etc., where the training is 13 oriented toward construction applications. Some off-site training is 14 permissible as long as the training is an integral part of an approved 15 training program. 16

17 9. It is normally expected that a trainee will begin training on the project as 18

soon as feasible after start of work, utilizing the skill involved and remain 19 on the project as long as training opportunities exist in the work 20 classification or upon completion of the training program. It is not required 21 that all trainees be on board for the entire length of the contract. The 22 number trained shall be determined on the basis of the total number 23 enrolled on the contract for a significant period. 24

25 10. Wage Progressions: Trainees will be paid at least the applicable ratios or 26

wage progressions shown in the apprenticeship standards published by 27 the Washington State Department of Labor and Industries. In the event 28 that no training program has been established by the Department of 29 Labor and Industries, the trainee shall be paid in accordance with the 30 provisions of RCW 39.12.021 which reads as follows: 31

32 Apprentice workmen employed upon public works projects for whom 33 an apprenticeship agreement has been registered and approved with 34 the State Apprenticeship Council pursuant to RCW 49.04, must be 35 paid at least the prevailing hourly rate for an apprentice of that trade. 36 Any workman for whom an apprenticeship agreement has not been 37 registered and approved by the State Apprenticeship Council shall 38 be considered to be a fully qualified journeyman, and, therefore, shall 39 be paid at the prevailing hourly rate for journeymen. 40

41 Compliance 42 In the event that the Contractor is unable to accomplish the required training hours 43 but can demonstrate a good faith effort to meet the requirements as specified, then 44 the Contracting Agency will adjust the training goals accordingly. 45

46 Requirements for Non ATELS/SATC Approved Training Programs 47 Contractors who are not affiliated with a program approved by ATELS or SATC 48 may have their training program approved provided that the program is submitted 49 for approval on DOT Form 272-049, and the following standards are addressed 50 and incorporated in the Contractor’s program: 51

Page 86: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 86

1

The program establishes minimum qualifications for persons entering the 2 training program. 3

4

The program shall outline the work processes in which the trainee will 5 receive supervised work experience and training on-the-job and the 6 allocation of the approximate time to be spent in each major process. The 7 program shall include the method for recording and reporting the training 8 completed shall be stated. 9

10

The program shall include a numeric ratio of trainees to journeymen 11 consistent with proper supervision, training, safety, and continuity of 12 employment. The ratio language shall be specific and clear as to 13 application in terms of job site and workforce during normal operations 14 (normally considered to fall between 1:10 and 1:4). 15

16

The terms of training shall be stated in hours. The number of hours 17 required for completion to journeyman status shall be comparable to the 18 apprenticeship hours established for that craft by the SATC. The following 19 are examples of programs that are currently approved: 20

21 CRAFT HOURS 22 Laborer 4,000 23 Ironworker 6,000 24 Carpenter 5,200-8,000 25 Construction Electrician 8,000 26 Operating Engineer 6,000-8,000 27 Cement Mason 5,400 28 Teamster 2,100 29

30

The method to be used for recording and reporting the training completed 31 shall be stated. 32

33 Measurement 34 The Contractor may request that the total number of “training” hours for the 35 contract be increased subject to approval by the Contracting Agency. This 36 reimbursement will be made even though the Contractor receives additional 37 training program funds from other sources, provided such other sources do not 38 prohibit other reimbursement. Reimbursement to the Contractor for off-site training 39 as indicated previously may only be made when the Contractor does one or more 40 of the following and the trainees are concurrently employed on a Federal-aid 41 project: 42

43

contributes to the cost of the training, 44

provides the instruction to the trainee, 45

pays the trainee’s wages during the off- site training period. 46 47

Reimbursement will be made upon receipt of a certified invoice that shows the 48 related payroll number, the name of trainee, total hours trained under the program, 49 previously paid hours under the contract, hours due this estimate, and dollar 50

Page 87: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 87

amount due this estimate. The certified invoice shall show a statement indicating 1 the Contractor’s effort to enroll minorities and women when a new enrollment 2 occurs. If a trainee is participating in a SATC/ATELS approved apprenticeship 3 program, a copy of the certificate showing apprenticeship registration must 4 accompany the first invoice on which the individual appears. Reimbursement for 5 training occurring prior to approval of the training program will be allowed if the 6 Contractor verbally notifies the Engineer of this occurrence at the time the 7 apprentice/trainee commences work. A trainee/apprentice, regardless of craft, 8 must have worked on the contract for at least 20 hours to be eligible for 9 reimbursement. 10

11 Payment 12 The Contractor will be reimbursed under the item “Training” per hour for each hour 13 of training for each employee. 14

15 1-07.11.OPT5.GR1 16

(January 7, 2019) 17 Voluntary Minority, Small, Veteran and Women's Business Enterprise (MSVWBE) 18 Participation 19

General Statement 20 The participation of minority, small, veteran, and women business enterprises 21 (MSVWBE) is an important strategic objective for the State of Washington. 22 Voluntary goals for minority, small, veteran and women business enterprises are 23 included in this Contract. The Contractor is encouraged to utilize MSVWBEs in 24 accordance with these Specifications, RCW 39.19 and Executive Order 13-01 25 (issued by the Governor of Washington on May 10, 2013). 26 27 The goals are voluntary; efforts to provide MSVWBEs maximum practicable 28 opportunities are encouraged. 29 30 Non-Discrimination 31 Contractors shall not create barriers to open and fair opportunities for all 32 businesses, including MSVWBEs, to participate in the Work on this Contract. This 33 includes the opportunity to compete for subcontracts as sources of supplies, 34 equipment, construction or services. 35 36 The Contractor shall make Voluntary MSVWBE Participation a part of all 37 subcontracts and agreements entered into as a result of this Contract. 38 39 Voluntary MSVWBE Participation Goals 40 Goals for voluntary MSVWBE participation have been established as a percentage 41 of Contractor’s total Bid amount. 42 43 The Contracting Agency has established the following voluntary goals: 44 45

Minority 10% 46 Small 5% 47 Veteran 5% 48 Women 6% 49

50

Page 88: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 88

Amounts paid to an MSVWBE will be credited to every voluntary goal in which they 1 are eligible. In other words, participation may be credited for participation in more 2 than one category. If the Contractor is a MSVWBE, their Work will be credited to 3 the voluntary goals in which they are eligible. 4 5 MSVWBE Abbreviations and Definitions 6

Broker – A business firm that provides a bona fide service, such as 7 professional, technical, consultant or managerial services and assistance in 8 the procurement of essential personnel, facilities, equipment, materials, or 9 supplies required for the performance of the Contract; or, persons/companies 10 who arrange or expedite transactions. 11 12 Commercially Useful Function (CUF) 13 A MSVWBE performs a commercially useful function when it is responsible for 14 execution of the work of the contract and is carrying out its responsibilities by 15 actually performing, managing, and supervising the work involved. To perform 16 a commercially useful function, the MSVWBE must also be responsible, with 17 respect to materials and supplies used on the contract, for negotiating price, 18 determining quality and quantity, ordering the material, and installing (where 19 applicable) and paying for the material itself. 20 21 The MSVWBE does not perform a CUF if its role is limited to that of an extra 22 participant in a transaction, contract, or Project through which the funds are 23 passed in order to obtain the appearance of MSVWBE participation. 24 25 Manufacturer (MSVWBE) – A MSVWBE firm that operates or maintains a 26 factory or establishment that produces on the premises the materials, 27 supplies, articles, or equipment required under the Contract. A MSVWBE 28 Manufacturer shall produce finished goods or products from raw or unfinished 29 material or purchase and substantially alters goods and materials to make 30 them suitable for construction use before reselling them. 31 32 Minority Business Enterprise (MBE) – A minority owned business meeting 33 the requirements of RCW 39.19 and WAC 326-20 and certified by the 34 Washington State Office of Minority & Women’s Business Enterprises. 35 36 Pass Through – When the MSVWBE firm participates as an extra participant 37 in a transaction, through which funds are passed in order to give the 38 appearance of participation by the MSVWBE firm and count toward the 39 voluntary goal. 40 41 Small Business – A business meeting the Washington State requirements 42 for a “Small business”, “Minibusiness” or “Microbusiness as defined in RCW 43 39.26.010 and included on the WSDOT Office of Equal Opportunity list of 44 Small Businesses at 45 http://www.wsdot.wa.gov/equalopportunity/bddirectory.htm 46 47 Supplier (MSVWBE) – A MSVWBE firm that owns, operates, or maintains a 48 store, warehouse, or other establishment in which the materials or supplies 49 required for the performance of a Contract are bought, kept in stock, and 50 regularly sold to the public in the usual course of business. To be a Supplier, 51

Page 89: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 89

the MSVWBE firm must be an established business that engages in as its 1 principal business and in its own name the purchase and sale of the products 2 in question. A Supplier in such items as steel, cement, gravel, stone, and 3 petroleum products need not own, operate or maintain a place of business if it 4 both owns and operates distribution equipment for the products. Any 5 supplementing of suppliers’ own distribution equipment shall be by long-term 6 formal lease agreements and not on an ad-hoc basis. Brokers, packagers, 7 manufacturers’ representatives, or other persons who arrange or expedite 8 transactions shall not be regarded as Suppliers within the meaning of this 9 definition. 10 11 Veteran Business – A veteran owned business meeting the requirements of 12 RCW 43.60A.010 and included on the WSDOT Office of Equal Opportunity list 13 of Veteran Businesses at 14 http://www.wsdot.wa.gov/equalopportunity/bddirectory.htm 15 16 Women Business Enterprise (WBE) – A women owned business meeting 17 the requirements of RCW 39.19 and WAC 326-20 and certified by the 18 Washington State Office of Minority & Women’s Business Enterprises. 19

20 Crediting MSVWBE Participation 21 Subcontractors proposed as counting toward the MSVWBE goal must be certified 22 and be performing a CUF during the execution of the Work. 23 24 MSVWBE participation cannot be counted toward the Contractor’s MSVWBE 25 Voluntary Goal until the amount being counted has actually been paid to the 26 MSVWBE. 27 28 The following are some examples of what may be counted as MSVWBE 29 participation: 30 31

MSVWBE Prime Contractor 32 Only take credit for that portion of the total dollar value of the Contract equal 33 to the distinct, clearly defined portion of the Work that the MSVWBE Prime 34 Contractor performs with its own forces and is credited to perform. 35 36 MSVWBE Subcontractor 37 Only take credit for that portion of the total dollar value of the subcontract that 38 is equal to the distinct, clearly defined portion of the Work that the MSVWBE 39 performs with its own forces. The value of work performed by the MSVWBE 40 includes the cost of supplies and materials purchased by the MSVWBE and 41 equipment leased by the MSVWBE, for its work on the Contract. Supplies, 42 materials or equipment obtained by a MSVWBE that are not utilized or 43 incorporated in the Contract work by the MSVWBE will not be eligible for 44 MSVWBE credit unless the MSVWBE is certified as a supplier or equipment 45 leasing company. 46 47 The supplies, materials, and equipment purchased or leased from the 48 Contractor or its affiliate, including any Contractor’s resources available to 49 MSVWBE subcontractors at no cost, shall not be credited toward the 50 MSVWBE Voluntary Goals. 51

Page 90: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 90

1 MSVWBE credit will not be given in instances where the equipment lease 2 includes the operator. The MSVWBE is expected to operate the equipment 3 used in the performance of its work under the contract with its own forces. 4 5 If a MSVWBE subcontracts a portion of the Work of its contract to another 6 firm, the value of the subcontracted Work may be counted toward the 7 MSVWBE Voluntary Goal only if the MSVWBE’s Lower-Tier Subcontractor is 8 also a MSVWBE. 9 10 MSVWBE Subcontract and Lower Tier Subcontract Documents 11 There must be a subcontract agreement that fully describes the distinct 12 elements of Work committed to be performed by the MSVWBE. The 13 subcontract agreement shall incorporate requirements of the Contract. 14 Subcontract agreements of all tiers, including lease agreements, shall be 15 readily available at the Project site for the Engineer’s review. 16 17 MSVWBE Service Provider 18 When a MSVWBE participates as a service provider or consultant and 19 provides a bona fide services such as professional, technical, consultant, or 20 managerial services, 100 percent of the total cost counts toward the 21 MSVWBE Voluntary Goal if the firm performs a CUF. 22 23 MSVWBE Broker 24 When a MSVWBE participates as a broker (i.e. arranging a transaction or 25 service but does not provide a work product or enhancement), only the dollar 26 value of the fee or commission charged or 20 percent of the total dollar value 27 of expenditures by the MSVWBE (whichever is greater) counts toward the 28 MSVWBE Voluntary Goal if the firm performs a CUF. 29 30 Trucking 31 A MSVWBE trucking firm’s participation will be credited to MSVWBE 32 Voluntary Goal if the MSVWBE trucking firm has one leased or owned truck 33 working on the project and the MSVWBE trucking firm performs a CUF. 34 MSVWBE trucking companies may lease trucks from other MSVWBE firms 35 and non-MSVWBE firms and count this work toward the MSVWBE Voluntary 36 Goal. 37 38 A MSVWBE trucking firm that is also a supplier or manufacturer of the 39 materials or goods being transported can count 100 percent of the dollar 40 value toward the MSVWBE Voluntary Goal. For an MSVWBE that is not a 41 supplier or manufacturer, only the fee charged to deliver the goods or 42 materials can be counted toward the MSVWBE Voluntary Goal. 43 44 MSVWBE Manufacturer and MSVWBE Supplier 45 If materials or supplies are obtained from a MSVWBE Manufacturer, one 46 hundred percent (100%) of the cost of materials or supplies can count toward 47 the MSVWBE Voluntary Goal. 48 49 One hundred percent (100%) of the cost of materials or supplies purchased 50 from a MSVWBE Supplier may be credited toward meeting the MSVWBE 51

Page 91: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 91

Voluntary Goal. If the role of the MSVWBE Supplier is determined to be that 1 of a pass-through, then no MSVWBE credit will be given for its services. If the 2 role of the MSVWBE Supplier is determined to be that of a Broker, then 3 MSVWBE credit shall be limited to the fee or commission it receives for its 4 services. 5 6

Procedures after Execution 7 Commercially Useful Function (CUF) 8 The Contractor may only take credit for the payments made for Work 9 performed by a MSVWBE that is determined to be performing a CUF. 10 Payment must be commensurate with the work actually performed by the 11 MSVWBE, if the Contractor wants to receive credit for their participation. If a 12 MSVWBE does not perform “all” of its responsibilities on a contract, it has not 13 performed a CUF and their Work cannot be counted toward MSVWBE 14 Voluntary Goal. 15 16 To determine whether an MSVWBE is performing a CUF, the Contractor shall 17 evaluate the amount of work subcontracted, industry practices, whether the 18 amount the firm is to be paid under the contract is commensurate with the 19 work it is actually performing and the MSVWBE credit claimed for its 20 performance of the work, and other relevant factors. 21 22

Leasing of Equipment 23 Leasing of equipment from a leasing company is allowed. However, 24 leasing/purchasing equipment from the Contractor is not allowed. Lease 25 agreements shall be readily available for review by the Engineer. 26 27 Traffic Control 28 In order for a MSVWBE traffic control company to be considered to be 29 performing a CUF, the MSVWBE must be in control of its work inclusive 30 of supervision. The MSVWBE shall employ a Traffic Control Supervisor 31 who is directly involved in the management and supervision of the traffic 32 control employees and services. 33

34 Joint Checks 35 Joint checks will only be allowed for the purpose of purchasing supplies and 36 materials. The MSVWBE Subcontractor must submit a request to the 37 Engineer and receive approval from the Engineer prior to using a joint check 38 to pay for supplies and materials. Supplies and materials purchased with an 39 approved joint check shall count toward the voluntary goals. 40 41 Joint checks that did not receive prior approval from the Engineer or used for 42 purposes other than the purchase of supplies and materials shall not count 43 towards the voluntary goals. 44 45 Prompt Payment 46 Prompt payment to all subcontractors shall be in accordance with Section 1-47 08.1. Prompt payment requirements apply to progress payments as well as 48 return of retainage. 49 50

Page 92: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 92

Refer to Section 1-08.1 for additional reporting requirements associated with 1 this contract. 2 3 Removal from MSVWBE Program 4 When a MSVWBE is “removed” from the MSVWBE program during the 5 course of the Contract, the participation of that MSVWBE shall continue to 6 count towards the MSVWBE Voluntary Goal as long as the subcontract with 7 the MSVWBE was executed prior to the removal notice. 8

9 MSVWBE Participation Plan 10 A MSVWBE Participation Plan shall be submitted to the Engineer prior to the start 11 of Work on the project. The plan is submitted for the Contracting Agency’s 12 information. The plan shall include the information identified in the guidelines at 13 http://www.wsdot.wa.gov/EqualOpportunity/MSVWBE.htm. 14 15 Approval of the plan is not required; however, an incomplete plan will be returned 16 for correction and resubmittal. An updated MSVWBE Participation Plan will be 17 submitted for Review and Comment annually on the date the original Participation 18 Plan was submitted. The Contractor shall provide a 30 Calendar Day review period 19 for WSDOT Review and Comment on all MSVWBE Participation Plan submittals. 20 21 MSVWBE Reporting 22 The Contractor shall report payments to all firms that were used as 23 Subcontractors, lower tier Subcontractors, manufactures, regular dealers, or 24 service providers on the Contract Work each month between Execution of the 25 Contract and when the Contract final estimate is processed, using the application 26 available at https://wsdot.diversitycompliance.com. The monthly report is due 20 27 Calendar Days following the end of the month, whether payments were made or 28 work occurred. 29 30 The monthly report shall include payments to all businesses regardless of their 31 listing on the MSVWBE Inclusion Plan. If the Contractor is a MSVWBE, the 32 amounts paid by WSDOT for Work performed by the certified Contractor shall also 33 be reported. 34 35 After Execution of the Contract, the Contractor shall send an email to 36 [email protected] containing the following information: the first and last name, 37 email address, title, and phone number of the person who will be submitting the 38 above reports for their company. The email shall include the WSDOT contract 39 number they will be reporting on. After receipt of this information by WSDOT, the 40 Contractor will receive an email providing information about their assignment. 41 Training and instructions are available in the application. 42 43 Refer to Section 1-08.1 for additional reporting requirements associated with this 44 contract. 45 46 MSVWBE Payment 47 All costs for implementation of the requirements for Voluntary MSVWBE 48 Participation shall be included in the associated items of Contract Work. 49

50

Page 93: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 93

1-07.11.OPT7.FR1 1 (November 4, 2019) 2 Federal Small Business Enterprise Participation 3 The Federal Small Business Enterprise (FSBE) Program is an element of the 4 Disadvantaged Business Enterprise (DBE) in accordance with the requirements of 49 5 CFR Part 26.39. Failure to comply with the requirements of this Specification may 6 result in sanctions as provided by the Contract. 7 8

FSBE Abbreviations and Definitions 9 Broker – A business firm that provides a bona fide service, such as 10 professional, technical, consultant or managerial services and assistance in 11 the procurement of essential personnel, facilities, equipment, materials, or 12 supplies required for the performance of the Contract; or, persons/companies 13 who arrange or expedite transactions. 14 15 Certified Business Description – Specific descriptions of work the FSBE is 16 certified to perform, as identified in the Certified Firm Directory, under the 17 Vendor Information page. 18 19 Certified Firm Directory – A database of all Minority, Women, and 20 Disadvantaged Business Enterprises, including those identified as a FSBE, 21 currently certified by Washington State. The on-line Directory is available to 22 Bidders for their use in identifying and soliciting interest from FSBE firms. The 23 database is located under the Firm Certification section of the Diversity 24 Management and Compliance System web page at: 25 https://omwbe.diversitycompliance.com. 26 27 Firms certified by OMWBE as SBE, DBE (including UDBEs), can be used to 28 fulfill the FSBE mandatory goal on a project. 29 30 Commercially Useful Function (CUF) – 49 CFR 26.55(c)(1) defines 31 commercially useful function as: “A DBE performs a commercially useful 32 function when it is responsible for execution of the work of the contract and is 33 carrying out its responsibilities by actually performing, managing, and 34 supervising the work involved. To perform a commercially useful function, the 35 DBE must also be responsible, with respect to materials and supplies used on 36 the contract, for negotiating price, determining quality and quantity, ordering 37 the material, and installing (where applicable) and paying for the material 38 itself. To determine whether a DBE is performing a commercially useful 39 function, you must evaluate the amount of work subcontracted, industry 40 practices, whether the amount the firm is to be paid under the contract is 41 commensurate with the work it is actually performing and the DBE credit 42 claimed for its performance of the work, and other relevant factors.” 43 44 FSBE – A firm certified by OMWBE as meeting Federal requirements of a 45 small business enterprise. All firms on the OMWBE Certified Firm Directory 46 with the designation of SBE, UDBE or DBE are FSBEs. 47 48 Good Faith Efforts – Efforts to achieve the FSBE Goal or other requirements 49 of this part which, by their scope, intensity, and appropriateness to the 50 objective, can reasonably be expected to fulfill the program requirement. 51

Page 94: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 94

1 Manufacturer (FSBE) – A FSBE firm that operates or maintains a factory or 2 establishment that produces on the premises the materials, supplies, articles, 3 or equipment required under the Contract. A FSBE Manufacturer shall 4 produce finished goods or products from raw or unfinished material or 5 purchase and substantially alters goods and materials to make them suitable 6 for construction use before reselling them. 7 8 Reasonable Fee (FSBE) – For purposes of Brokers or service providers a 9 reasonable fee shall not exceed 5% of the total cost of the goods or services 10 brokered. 11 12 Regular Dealer (FSBE) – A FSBE firm that owns, operates, or maintains a 13 store, warehouse, or other establishment in which the materials or supplies 14 required for the performance of a Contract are bought, kept in stock, and 15 regularly sold to the public in the usual course of business. To be a Regular 16 Dealer, the FSBE firm must be an established regular business that engages 17 in as its principal business and in its own name the purchase and sale of the 18 products in question. A Regular Dealer in such items as steel, cement, gravel, 19 stone, and petroleum products need not own, operate or maintain a place of 20 business if it both owns and operates distribution equipment for the products. 21 Any supplementing of regular dealers’ own distribution equipment shall be by 22 long-term formal lease agreements and not on an ad-hoc basis. Brokers, 23 packagers, manufacturers’ representatives, or other persons who arrange or 24 expedite transactions shall not be regarded as Regular Dealers within the 25 meaning of this definition. 26 27

FSBE Goal 28 The Contracting Agency has established a FSBE Goal for this Contract in the 29 amount of: *** $$1$$ *** 30 31 Crediting FSBE Participation 32 All FSBE Subcontractors shall be certified before the subcontract on which they 33 are participating is executed. 34 35 FSBE participation is only credited upon payment to the FSBE. 36 37 The following are some definitions of what may be counted as FSBE participation. 38 39

FSBE Prime Contractor 40 Only take credit for that portion of the total dollar value of the Contract equal 41 to the distinct, clearly defined portion of the Work that the FSBE Prime 42 Contractor performs with its own forces and is certified to perform. 43 44 FSBE Subcontractor 45 Only take credit for that portion of the total dollar value of the subcontract that 46 is equal to the distinct, clearly defined portion of the Work that the FSBE 47 performs with its own forces and is certified to perform. The value of work 48 performed by the FSBE includes the cost of supplies and materials purchased 49 by the FSBE and equipment leased by the FSBE, for its work on the contract. 50 Supplies, materials or equipment obtained by a FSBE that are not utilized or 51

Page 95: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 95

incorporated in the contract work by the FSBE will not be eligible for FSBE 1 credit. 2 3 The supplies, materials, and equipment purchased or leased from the 4 Contractor or its affiliate, including any Contractor’s resources available to 5 FSBE subcontractors at no cost, shall not be credited. 6 7 FSBE credit will not be given in instances where the equipment lease includes 8 the operator. The FSBE is expected to operate the equipment used in the 9 performance of its work under the contract with its own forces. Situations 10 where equipment is leased and used by the FSBE, but payment is deducted 11 from the Contractor’s payment to the FSBE is not allowed. 12 13 When the subcontractor is a FSBE, the following apply: 14 15

1. If a FSBE subcontracts a portion of the Work of its contract to 16 another firm, the value of the subcontracted Work may be counted 17 toward the FSBE Goal only if the Lower-Tier Subcontractor is also a 18 FSBE. 19

20 2. Work subcontracted to a non-FSBE does not count towards the 21

FSBE Goal nor FSBE participation. 22 23 FSBE Subcontract and Lower Tier Subcontract Documents 24 There must be a subcontract agreement that complies with 49 CFR Part 26 25 and fully describes the distinct elements of Work committed to be performed 26 by the FSBE. 27 28 FSBE Service Provider 29 The value of fees or commissions charged by a FSBE firm behaving in a 30 manner of a Broker, or another service provider for providing a bona fide 31 service, such as professional, technical, consultant, managerial services, or 32 for providing bonds or insurance specifically required for the performance of 33 the contract will only be credited as FSBE participation, if the fee/commission 34 is determined by the Contracting Agency to be reasonable and the firm has 35 performed a CUF. 36 37 Temporary Traffic Control 38 If the FSBE firm is being utilized in the capacity of only “Flagging”, the FSBE 39 firm must provide a Traffic Control Supervisor (TCS) and flagger, which are 40 under the direct control of the FSBE. The FSBE firm shall also provide all 41 flagging equipment (e.g. paddles, hard hats, and vests). 42 43 If the FSBE firm is being utilized in the capacity of “Traffic Control Services”, 44 the FSBE firm must provide a TCS, flaggers, and traffic control items (e.g., 45 cones, barrels, signs, etc.) and be in total control of all items in implementing 46 the traffic control for the project. 47 48 Trucking 49 FSBE trucking firm participation may only be credited as FSBE participation 50 for the value of the hauling services, not for the materials being hauled unless 51

Page 96: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 96

the trucking firm is also certified as a supplier of those materials. In situations 1 where the FSBE’s work is priced per ton, the value of the hauling service must 2 be calculated separately from the value of the materials in order to determine 3 FSBE credit for hauling 4 5 The FSBE trucking firm must own and operate at least one licensed, insured 6 and operational truck on the contract. The truck must be of the type that is 7 necessary to perform the hauling duties required under the contract. The 8 FSBE receives credit for the value of the transportation services it provides on 9 the Contract using trucks it owns or leases, licenses, insures, and operates 10 with drivers it employs. 11 12 The FSBE may lease additional trucks from another FSBE firm. The FSBE 13 who leases additional trucks from another FSBE firm receives credit for the 14 value of the transportation services the lessee FSBE provides on the 15 Contract. 16 17 The trucking Work subcontracted to any non-FSBE trucking firm will not 18 receive credit for Work done on the project. 19 20 The FSBE may lease trucks from a truck leasing company (recognized truck 21 rental center), but can only receive credit towards FSBE participation if the 22 FSBE uses its own employees as drivers. 23 24 FSBE Manufacturer and FSBE Regular Dealer 25 One hundred percent (100%) of the cost of the manufactured product 26 obtained from a FSBE manufacturer can count as FSBE participation. If the 27 manufacturer is a FSBE, participation may count towards the FSBE Goal. 28 29 Sixty percent (60%) of the cost of materials or supplies purchased from a 30 FSBE Regular Dealer may be credited as FSBE Participation. If the role of 31 the FSBE Regular Dealer is determined to be that of a Broker, then FSBE 32 credit shall be limited to the fee or commission it receives for its services. 33 Regular Dealer status and the amount of credit is determined on a Contract-34 by-Contract basis. If the regular dealer is a FSBE, participation may count 35 towards the FSBE Goal. 36 37 FSBE firms proposed to be used as a Regular Dealer must be approved 38 before being used on a project. The WSDOT Approved Regular Dealer list 39 published on WSDOT’s Office of Equal Opportunity (OEO) web site must 40 include the specific project for which approval is being requested. For 41 purposes of FSBE Goal participation, the Regular Dealer must submit the 42 Regular Dealer Status Request form and receive approval prior to providing 43 any equipment or materials or the signing of a purchase order, invoice, or 44 subcontract. 45 46 Purchase of materials or supplies from a FSBE which is neither a 47 manufacturer nor a regular dealer, (i.e. Broker) only the fees or commissions 48 charged for assistance in the procurement of the materials and supplies, or 49 fees or transportation charges for the delivery of materials or supplies 50 required on a job site, can count as FSBE participation provided the fees are 51

Page 97: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 97

not excessive as compared with fees customarily allowed for similar services. 1 Documentation will be required to support the fee/commission charged by the 2 FSBE. The cost of the materials and supplies themselves cannot be counted 3 toward as FSBE participation. 4 5

Good Faith Effort Documentation 6 GFE is evaluated prior to Physical Completion when determining whether the 7 Contractor has satisfied its FSBE Goal. 8 9 The Contracting Agency will measure GFE using the guidance in 49 CFR Part 26, 10 Appendix A. The following is a list of the types of actions which may be considered 11 as part of the Contractor’s GFE to achieve FSBE participation. It is not intended to 12 be a mandatory checklist, nor is it intended to be exclusive or exhaustive. Other 13 factors or types of efforts may be relevant in appropriate cases. 14 15

1. Solicited through all reasonable and available means the interest of all 16 certified FSBEs who had the capability to perform the Work of the 17 Contract. The Contractor must have solicited this interest within sufficient 18 time to allow the FSBEs to respond to the solicitation. The Contractor 19 must have determined with certainty that the FSBEs were interested by 20 taking appropriate steps to follow up initial solicitations with potential 21 FSBEs. 22

23 2. Selected portions of the Work to be performed by FSBEs in order to 24

increase the likelihood that the FSBE Goal would be achieved. This 25 includes, where appropriate, breaking out contract Work items into 26 economically feasible units to facilitate FSBE participation, even when the 27 Contractor might otherwise prefer to perform these Work items with its 28 own forces. 29

30 3. Provided interested FSBEs with adequate information about the Plans, 31

Specifications, and requirements of the Contract in a timely manner to 32 assist them in responding to a solicitation. 33

34 a. Negotiated in good faith with interested FSBEs. It is the Contractor’s 35

responsibility to make a portion of the Work available to FSBE 36 subcontractors and suppliers and to select those portions of the 37 Work or material needs consistent with the available FSBE 38 subcontractors and suppliers, so as to facilitate FSBE participation. 39 Evidence of such negotiation includes the names, addresses, and 40 telephone numbers of FSBEs that were contacted; a description of 41 the information provided regarding the Plans and Specifications for 42 the Work selected for subcontracting; and evidence as to why 43 additional agreements could not be reached for FSBEs to perform 44 the Work. 45

46 b. A Contractor using good business judgment would consider a 47

number of factors in negotiating with subcontractors, including FSBE 48 subcontractors, and would take a firm’s price and capabilities as well 49 as the FSBE Goal into consideration. The fact that there may be 50 some additional costs involved in finding and using FSBEs is not in 51

Page 98: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 98

itself sufficient reason for a Bidder’s failure to meet the FSBE Goal, 1 as long as such costs are reasonable. Also, the ability or desire of a 2 Contractor to perform the Work of a Contract with its own 3 organization does not relieve the Contractor of the responsibility to 4 make Good Faith Efforts. Contractors are not, however, required to 5 accept higher quotes from FSBEs if the price difference was 6 excessive or unreasonable. 7

8 4. Not rejecting FSBEs as being unqualified without sound reasons based 9

on a thorough investigation of their capabilities. The Contractor’s standing 10 within its industry, membership in specific groups, organizations, or 11 associations and political or social affiliations (for example union vs. non-12 union employee status) are not legitimate causes for the rejection or non-13 solicitation of bids in the Contractor’s efforts to meet the FSBE Goal. 14

15 5. Made efforts to assist interested FSBEs in obtaining bonding, lines of 16

credit, or insurance as required by the recipient or Contractor. 17 18 6. Made efforts to assist interested FSBEs in obtaining necessary 19

equipment, supplies, materials, or related assistance or services. 20 21 7. Effectively used the services of available minority/women community 22

organizations; minority/women contractors’ groups; local, State, and 23 Federal minority/women business assistance offices; and other 24 organizations as allowed on a case-by-case basis to provide assistance 25 in the recruitment and placement of FSBEs. 26

27 8. Documentation of GFE must include copies of each FSBE and non-FSBE 28

subcontractor quotes submitted to the Bidder when a non-FSBE 29 subcontractor is selected over a FSBE for Work on the Contract. 30

31 Procedures after Execution 32

Commercially Useful Function (CUF) 33 The Contractor may only take credit for the payments made for Work 34 performed by a FSBE that is determined to be performing a CUF. Payment 35 must be commensurate with the work actually performed by the FSBE. This 36 applies to all FSBEs performing Work on a project, if the Contractor wants to 37 receive credit for their participation. The Engineer will conduct CUF reviews to 38 ascertain whether FSBEs are performing a CUF. A FSBE performs a CUF 39 when it is carrying out its responsibilities of its contract by actually performing, 40 managing, and supervising the Work involved. The FSBE must be responsible 41 for negotiating price; determining quality and quantity; ordering the material, 42 installing (where applicable); and paying for the material itself. If a FSBE does 43 not perform “all” of these functions on a furnish-and-install contract, it has not 44 performed a CUF and the cost of materials cannot be counted toward FSBE 45 Goal. Leasing of equipment from a leasing company is allowed. However, 46 leasing/purchasing equipment from the Contractor is not allowed. Lease 47 agreements shall be provided prior to the Subcontractor beginning Work. Any 48 use of the Contractor’s equipment by a FSBE may not be credited as 49 countable participation. 50 51

Page 99: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 99

The FSBE does not perform a CUF if its role is limited to that of an extra 1 participant in a transaction, contract, or project through which the funds are 2 passed in order to obtain the appearance of FSBE participation. 3 4 In order for a FSBE traffic control company to be considered to be performing 5 a CUF, the FSBE must be in control of its work inclusive of supervision. The 6 FSBE shall employ a Traffic Control Supervisor who is directly involved in the 7 management and supervision of the traffic control employees and services. 8 9 The following are some of the factors that the Engineer will use in determining 10 whether a FSBE trucking company is performing a CUF: 11 12

• The FSBE shall be responsible for the management and supervision 13 of the entire trucking operation for which it is responsible on the 14 contract. The owner demonstrates business related knowledge, 15 shows up on site and is determined to be actively running the 16 business. 17

18 • The FSBE itself shall own and operate at least one fully licensed, 19

insured, and operational truck used on the Contract. The drivers of 20 the trucks owned and leased by the FSBE must be exclusively 21 employed by the FSBE and reflected on the FSBE’s payroll. 22

23 • Lease agreements for trucks shall indicate that the FSBE has 24

exclusive use of and control over the truck(s). This does not preclude 25 the leased truck from working for others provided it is with the 26 consent of the FSBE and the lease provides the FSBE absolute 27 priority for use of the leased truck. 28

29 • Leased trucks shall display the name and identification number of 30

the FSBE. 31 32 UDBE/DBE/FSBE Truck Unit Listing Log 33 In addition to the subcontracting requirements of Section 1-08.1, each FSBE 34 trucking firm shall submit supplemental information consisting of a completed 35 Primary UDBE/DBE/FSBE Truck Unit Listing Log (WSDOT Form 350-077) 36 and all Rental/Lease agreements (if applicable). The supplemental 37 information shall be submitted in an electronic format to the Engineer prior to 38 any trucking services being performed for FSBE credit. Incomplete or 39 incorrect supplemental information will be returned for correction. The 40 corrected Primary UDBE/DBE/FSBE Truck Unit Listing Log and any Updated 41 Primary UDBE/DBE/FSBE Truck Unit Listing Logs shall be submitted and 42 accepted by the Engineer no later than ten calendar days of utilizing 43 applicable trucks. Failure to submit or update the DBE Truck Unit Listing Log 44 may result in trucks not being credited as FSBE participation. 45 46 Each FSBE trucking firm shall complete a Daily UDBE/DBE/FSBE Truck Unit 47 Listing Log for each day that the FSBE performs trucking services for FSBE 48 credit. The Daily UDBE/DBE/FSBE Truck Unit Listing Log forms shall be 49 submitted by Friday of the week after the Work was performed by email to the 50 following email address for the region administering the Contract: 51

Page 100: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 100

1 Eastern Region - [email protected] 2 North Central Region - [email protected] 3 Northwest Region - [email protected] 4 Olympic Region - [email protected] 5 South Central Region - [email protected] 6 Southwest Region - [email protected] 7 Washington State Ferries - [email protected] 8

9 Joint Checking 10 A joint check is a check between a Subcontractor and the Contractor to the 11 supplier of materials/supplies. The check is issued by the Contractor as payer 12 to the Subcontractor and the material supplier jointly for items to be 13 incorporated into the project. The FSBE must release the check to the 14 supplier, while the Contractor acts solely as the guarantor. 15 16 A joint check agreement must be approved by the Engineer and requested by 17 the FSBE involved using the DBE Joint Check Request Form (form # 272-18 053) prior to its use. The form must accompany the FSBE Joint Check 19 Agreement between the parties involved, including the conditions of the 20 arrangement and expected use of the joint checks. 21 22 The approval to use joint checks and the use will be closely monitored by the 23 Engineer. To receive FSBE credit for performing a CUF with respect to 24 obtaining materials and supplies, a FSBE must “be responsible for negotiating 25 price, determining quality and quantity, ordering the material, installing and 26 paying for the material itself.” The Contractor shall submit DBE Joint Check 27 Request Form for the Engineer approval prior to using a joint check. 28 29 Material costs paid by the Contractor directly to the material supplier are not 30 allowed. If proper procedures are not followed or the Engineer determines 31 that the arrangement results in lack of independence for the FSBE involved, 32 no FSBE credit will be given for the FSBE’s participation as it relates to the 33 material cost. 34 35 Prompt Payment 36 Prompt payment to all subcontractors shall be in accordance with Section 1-37 08.1. Prompt payment requirements apply to progress payments as well as 38 return of retainage. 39 40 Subcontracts 41 Prior to a FSBE performing Work on the Contract, an executed subcontract 42 between the FSBE and the Contractor shall be submitted to the Engineer. 43 The executed subcontracts shall be submitted by email to the following email 44 address for the region administering the Contract: 45 46

Eastern Region – [email protected] 47 North Central Region – [email protected] 48 Northwest Region – [email protected] 49 Olympic Region – [email protected] 50 South Central Region – [email protected] 51

Page 101: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 101

Southwest Region – [email protected] 1 Washington State Ferries – [email protected] 2

3 Reporting 4 The Contractor and all subcontractors/suppliers/service providers that utilize 5 FSBEs to perform work on the project, shall maintain appropriate records that 6 will enable the Engineer to verify FSBE participation throughout the life of the 7 project. 8 9 Refer to Section 1-08.1 for additional reporting requirements associated with 10 this contract. 11 12 Decertification 13 When a FSBE is “decertified” from the FSBE program during the course of the 14 Contract, the participation of that FSBE shall continue to count as FSBE 15 participation as long as the subcontract with the FSBE was executed prior to 16 the decertification notice. The Contractor is obligated to substitute when a 17 FSBE does not have an executed subcontract agreement at the time of 18 decertification. 19 20

Sanctions 21 If it is determined that the Contractor’s failure to meet all or part of the FSBE Goal 22 is due to the Contractor’s inadequate good faith efforts throughout the life of the 23 Contract, including failure to submit timely, required Good Faith Efforts information 24 and documentation, the Contractor may be required to pay FSBE penalty equal to 25 the amount of the unmet Goal, in addition to the sanctions outlined in Section 1-26 07.11(5). 27 28 Payment 29 Compensation for all costs involved with complying with the conditions of this 30 Specification and any other associated FSBE requirements is included in payment 31 for the associated Contract items of Work, except otherwise provided in the 32 Specifications. 33

34 1-07.11.OPT8.FR1 35

(June 1, 2017) 36 Disadvantaged Business Enterprise Participation 37 The Disadvantaged Business Enterprise (DBE) requirements of 49 CFR Part 26 and 38 USDOT’s official interpretations (i.e., Questions & Answers) apply to this Contract. 39 Demonstrating compliance with these Specifications is a Condition of Award (COA) of 40 this Contract. Failure to comply with the requirements of this Specification may result 41 in your Bid being found to be nonresponsive resulting in rejection or other sanctions as 42 provided by Contract. 43 44

DBE Abbreviations and Definitions 45 Broker – A business firm that provides a bona fide service, such as 46 professional, technical, consultant or managerial services and assistance in 47 the procurement of essential personnel, facilities, equipment, materials, or 48 supplies required for the performance of the Contract; or, persons/companies 49 who arrange or expedite transactions. 50 51

Page 102: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 102

Certified Business Description – Specific descriptions of work the DBE is 1 certified to perform, as identified in the Certified Firm Directory, under the 2 Vendor Information page. 3 4 Certified Firm Directory – A database of all Minority, Women, and 5 Disadvantaged Business Enterprises currently certified by Washington State. 6 The on-line Directory is available to Contractors for their use in identifying and 7 soliciting interest from DBE firms. The database is located under the Firm 8 Certification section of the Diversity Management and Compliance System 9 web page (https://wsdot.diversitycompliance.com). 10 11 Commercially Useful Function (CUF) 12 49 CFR 26.55(c)(1) defines commercially useful function as: “A DBE performs 13 a commercially useful function when it is responsible for execution of the work 14 of the contract and is carrying out its responsibilities by actually performing, 15 managing, and supervising the work involved. To perform a commercially 16 useful function, the DBE must also be responsible, with respect to materials 17 and supplies used on the contract, for negotiating price, determining quality 18 and quantity, ordering the material, and installing (where applicable) and 19 paying for the material itself. To determine whether a DBE is performing a 20 commercially useful function, you must evaluate the amount of work 21 subcontracted, industry practices, whether the amount the firm is to be paid 22 under the contract is commensurate with the work it is actually performing and 23 the DBE credit claimed for its performance of the work, and other relevant 24 factors.” 25 26 Contract – For this provision only, this definition supplements Section 1-01.3. 27 49 CFR 26.5 defines contract as: “… a legally binding relationship obligating a 28 seller to furnish supplies or services (including, but not limited to, construction 29 and professional services) and the buyer to pay for them. For purposes of this 30 part, a lease is considered to be a contract.” 31 32 Disadvantaged Business Enterprise (DBE) – A business firm certified by 33 the Washington State Office of Minority and Women’s Business Enterprises, 34 as meeting the criteria outlined in 49 CFR 26 regarding DBE certification. 35 36 DBE Commitment – The dollar amount the Contractor indicates they will be 37 subcontracting to be applied towards the DBE Condition of Award Goal as 38 shown on the DBE Utilization Certification Form for each DBE Subcontractor. 39 This DBE Commitment amount will be incorporated into the Contract and shall 40 be considered a Contract requirement. Any changes to the DBE Commitment 41 shall require Engineer’s approval. 42 43 DBE Condition of Award (COA) Goal – An assigned numerical percentage 44 of the Bid amount of the Contract. This is the minimum amount that the 45 Bidder must commit to by submission of the Utilization Certification Form 46 and/or by Good Faith Effort (GFE). The DBE COA Goal will also be applied to 47 change orders associated with this Contract. 48 49 Force Account Work – Work measured and paid in accordance with Section 50 1-09.6. 51

Page 103: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 103

1 Good Faith Efforts – Efforts to achieve the DBE COA Goal or other 2 requirements of this part which, by their scope, intensity, and appropriateness 3 to the objective, can reasonably be expected to fulfill the program 4 requirement. 5 6 Manufacturer (DBE) – A DBE firm that operates or maintains a factory or 7 establishment that produces on the premises the materials, supplies, articles, 8 or equipment required under the Contract. A DBE Manufacturer shall produce 9 finished goods or products from raw or unfinished material or purchase and 10 substantially alters goods and materials to make them suitable for 11 construction use before reselling them. 12 13 Regular Dealer (DBE) – A DBE firm that owns, operates, or maintains a 14 store, warehouse, or other establishment in which the materials or supplies 15 required for the performance of a Contract are bought, kept in stock, and 16 regularly sold to the public in the usual course of business. To be a Regular 17 Dealer, the DBE firm must be an established regular business that engages in 18 as its principal business and in its own name the purchase and sale of the 19 products in question. A Regular Dealer in such items as steel, cement, gravel, 20 stone, and petroleum products need not own, operate or maintain a place of 21 business if it both owns and operates distribution equipment for the products. 22 Any supplementing of regular dealers’ own distribution equipment shall be by 23 long-term formal lease agreements and not on an ad-hoc basis. Brokers, 24 packagers, manufacturers’ representatives, or other persons who arrange or 25 expedite transactions shall not be regarded as Regular Dealers within the 26 meaning of this definition. 27 28

DBE COA Goal 29 The Contracting Agency has established a COA Contract Goal in the amount of: 30 *** $$1$$ *** 31 32 DBE Eligibility/Selection of DBEs 33 In order to determine the distinct element(s) of work for which a DBE is certified, 34 Contractors should refer to the Certified Business Description. The Contractor 35 shall not use NAICS codes on the DBE Utilization Certification. 36 37 Crediting DBE Participation 38 Subcontractors proposed as COA must be certified prior to the due date for bids 39 on the Contract. All non-COA DBE Subcontractors shall be certified before the 40 subcontract on which they are participating is executed. 41 42 Be advised that although a firm is listed in the Certified Firm Directory, there are 43 cases where the listed firm is in a temporary suspension status. The Contractor 44 shall review the OMWBE Suspended DBE Firms list. A DBE firm that is included 45 on this list may not enter into new contracts that count towards participation. 46 DBE participation cannot be counted toward the Contractor’s contract goal until the 47 amount being counted has actually been paid to the DBE including return of 48 retainage. 49 50

Page 104: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 104

In all cases the DBE must be certified in advance for the work being considered 1 and performing a CUF during the execution of the Work. The following are some 2 examples of what may be counted as DBE participation. 3 4

DBE Prime Contractor 5 Only take credit for that portion of the total dollar value of the Contract equal 6 to the distinct, clearly defined portion of the Work that the DBE Prime 7 Contractor performs with its own forces and is credited to perform. 8 9 DBE Subcontractor 10 Only take credit for that portion of the total dollar value of the subcontract that 11 is equal to the distinct, clearly defined portion of the Work that the DBE 12 performs with its own forces. The value of work performed by the DBE 13 includes the cost of supplies and materials purchased by the DBE and 14 equipment leased by the DBE, for its work on the contract. Supplies, materials 15 or equipment obtained by a DBE that are not utilized or incorporated in the 16 contract work by the DBE will not be eligible for DBE credit unless the DBE is 17 certified as a supplier or equipment leasing company. 18 19 The supplies, materials, and equipment purchased or leased from the 20 Contractor or its affiliate, including any Contractor’s resources available to 21 DBE subcontractors at no cost, shall not be credited. 22 23 DBE credit will not be given in instances where the equipment lease includes 24 the operator. The DBE is expected to operate the equipment used in the 25 performance of its work under the contract with its own forces. Situations 26 where equipment is leased and used by the DBE, but payment is deducted 27 from the Contractor’s payment to the DBE is not allowed. 28 29 If a DBE subcontracts a portion of the Work of its contract to another firm, the 30 value of the subcontracted Work may be counted toward the DBE COA Goal 31 only if the DBE’s Lower-Tier Subcontractor is also a DBE. Work 32 subcontracted to a non-DBE does not count towards the DBE COA Goal. 33 34 DBE Subcontract and Lower Tier Subcontract Documents 35 There must be a subcontract agreement that complies with 49 CFR Part 26 36 and fully describes the distinct elements of Work committed to be performed 37 by the DBE. The subcontract agreement shall incorporate requirements of the 38 primary Contract. Subcontract agreements of all tiers, including lease 39 agreements shall be readily available at the project site for the Engineer’s 40 review. 41 42 DBE Service Provider 43 The value of fees or commissions charged by a DBE Broker, a DBE behaving 44 in a manner of a Broker, or another service provider for providing a bona fide 45 service, such as professional, technical, consultant, managerial services, or 46 for providing bonds or insurance specifically required for the performance of 47 the contract will only be credited towards meeting the DBE COA Goal if the 48 fee/commission is determined by the Contracting Agency to be reasonable 49 and the firm has performed a CUF. Documentation will be required to support 50 the fee/commission charged by the DBE. 51

Page 105: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 105

1 Force Account Work 2 When the Contractor elects to utilize force account Work to meet the DBE 3 COA Goal, as demonstrated by listing this force account Work on the DBE 4 Utilization Certification Form, for the purposes of meeting DBE COA Goal, 5 only 50% of the Proposal amount shall be credited toward the Contractors 6 Commitment to meet the DBE COA Goal. 7 8 One hundred percent of the actual amounts paid to the DBE for the force 9 account Work shall be credited towards DBE COA Goal or DBE participation. 10 11 Temporary Traffic Control 12 If the DBE firm is being utilized in the capacity of only “Flagging”, the DBE firm 13 must provide a Traffic Control Supervisor (TCS) and flagger, which are under 14 the direct control of the DBE. The DBE firm shall also provide all flagging 15 equipment (e.g. paddles, hard hats, and vests). 16 17 If the DBE firm is being utilized in the capacity of “Traffic Control Services”, 18 the DBE firm must provide a TCS, flaggers, and traffic control items (e.g., 19 cones, barrels, signs, etc.) and be in total control of all items in implementing 20 the traffic control for the project. In addition if the DBE firm utilizes the 21 Contractor’s equipment, such as Transportable Attenuators and Portable 22 Changeable Message Signs (PCMS) no DBE credit can be taken for 23 supplying and operating the items. 24 25 Trucking 26 DBE trucking firm participation may only be credited to the DBE COA Goal for 27 the value of the hauling services, not for the materials being hauled unless the 28 trucking firm is also certified as a supplier. In situations where the DBE’s work 29 is priced per ton, the value of the hauling service must be calculated 30 separately from the value of the materials in order to determine DBE credit for 31 hauling. 32 33 The DBE trucking firm must own and operate at least one licensed, insured 34 and operational truck on the contract. The truck must be of the type that is 35 necessary to perform the hauling duties required under the contract. The DBE 36 receives credit for the value of the transportation services it provides on the 37 Contract using trucks it owns or leases, licenses, insures, and operates with 38 drivers it employs. 39 40 The DBE may lease additional trucks from another DBE firm. 41 42 The trucking Work subcontracted to any non-DBE trucking firm will not receive 43 credit for Work done on the project. The DBE may lease trucks from a non-44 DBE truck leasing company, but can only receive credit towards DBE 45 participation if the DBE uses its own employees as drivers. 46 47 DBE credit for a truck broker is limited to the fee/commission that the DBE 48 receives for arranging transportation services. 49 50

Page 106: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 106

Truck registration and lease agreements shall be readily available at the 1 project site for the Engineer review. 2 3 DBE Manufacturer and DBE Regular Dealer 4 One hundred percent (100%) of the cost of the manufactured product 5 obtained from a DBE manufacturer may count toward the DBE COA Goal. 6 The DBE Manufacturer shall be certified as such by OMWBE. 7 8 Sixty percent (60%) of the cost of materials or supplies purchased from a DBE 9 Regular Dealer may be credited toward meeting the DBE COA Goal. If the 10 role of the DBE Regular Dealer is determined to be that of a pass-through, 11 then no DBE credit will be given for its services. If the role of the DBE Regular 12 Dealer is determined to be that of a Broker, then DBE credit shall be limited to 13 the fee or commission it receives for its services. Regular Dealer status and 14 the amount of credit is determined on a Contract-by-Contract basis. 15 16 Regular Dealer DBE firms must be approved before being used on a project. 17 The WSDOT Approved Regular Dealer list published on WSDOT’s Office of 18 Equal Opportunity (OEO) web site must include the specific project for which 19 approval is being requested. For purposes of the DBE COA Goal 20 participation, the Regular Dealer must submit the Regular Dealer Status 21 Request form a minimum of five days prior to bid opening. 22 23 Purchase of materials or supplies from a DBE which is neither a manufacturer 24 nor a regular dealer, (i.e. Broker) only the fees or commissions charged for 25 assistance in the procurement of the materials and supplies, or fees or 26 transportation charges for the delivery of materials or supplies required on a 27 job site, can count toward DBE COA Goal, provided the fees are not 28 excessive as compared with fees customarily allowed for similar services. 29 Documentation will be required to support the fee/commission charged by the 30 DBE. The cost of the materials and supplies themselves cannot be counted 31 toward DBE COA Goal. 32 33 Note: Requests to be listed as a Regular Dealer will only be processed if 34

the requesting firm is a material supplier certified by the Office of 35 Minority and Women’s Business Enterprises in a NAICS code that 36 falls within the 42XXXX NAICS Wholesale code section. 37

38 Disadvantaged Business Enterprise Utilization 39 To be eligible for award of the Contract, the Bidder shall properly complete and 40 submit a Disadvantaged Business Enterprise Utilization Certification with the 41 Bidder’s sealed Bid Proposal, as specified in Section 1-02.9 Delivery of Proposal. 42 The Bidder’s Disadvantaged Business Enterprise Utilization Certification must 43 clearly demonstrate how the Bidder intends to meet the DBE COA Goal. A 44 Disadvantaged Business Enterprise Utilization Certification (WSDOT Form 272-45 056) is included in your Proposal package for this purpose as well as instructions 46 on how to properly fill out the form. 47 48 The Bidder is advised that the items listed below when listed in the Utilization 49 Certification must have their amounts reduced to the percentages shown and 50

Page 107: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 107

those reduced amounts will be the amount applied towards meeting the DBE COA 1 Goal. 2 3

• Force account at 50% 4 • Regular dealer at 60% 5

6 In the event of arithmetic errors in completing the Disadvantaged Business 7 Enterprise Utilization Certification the amount listed to be applied towards the DBE 8 COA Goal for each DBE shall govern and the DBE total amount shall be adjusted 9 accordingly. 10 11 Note: The Contracting Agency shall consider as non-responsive and shall 12

reject any Bid Proposal submitted that does not contain a 13 Disadvantaged Business Enterprise Utilization Certification Form that 14 accurately demonstrates how the Bidder intends to meet the DBE 15 COA Goal. 16

17 Disadvantaged Business Enterprise Written Confirmation Document(s) 18 The Bidder shall submit a Disadvantaged Business Enterprise Written 19 Confirmation Document (completed and signed by the DBE) for each DBE firm 20 listed in the Bidder’s completed Disadvantaged Business Enterprise Utilization 21 Certification submitted with the Bid. Failure to do so will result in the associated 22 participation being disallowed, which may cause the Bid to be determined to be 23 nonresponsive resulting in Bid rejection. 24 25 The Confirmation Documents provide confirmation from the DBEs that they are 26 participating in the Contract as provided in the Contractor’s Commitment. The 27 Confirmation Documents must be consistent with the Utilization Certification. 28 29 A Disadvantaged Business Enterprise Written Confirmation Document (form No. 30 422-031) is included in your Proposal package for this purpose. 31 32 The form(s) shall be received as specified in the special provisions for Section 1-33 02.9 Delivery of Proposal. 34 35 It is prohibited for the Bidder to require a DBE to submit a Written Confirmation 36 Document with any part of the form left blank. Should the Contracting Agency 37 determine that an incomplete Written Confirmation Document was signed by a 38 DBE, the validity of the document comes into question. The associated DBE 39 participation may not receive credit. 40 41 Selection of Successful Bidder/Good Faith Efforts (GFE) 42 The successful Bidder shall be selected on the basis of having submitted the 43 lowest responsive Bid, which demonstrates a good faith effort to achieve the DBE 44 COA Goal. The Contracting Agency, at any time during the selection process, may 45 request a breakdown of the bid items and amounts that are counted towards the 46 overall contract goal for any of the DBEs listed on the DBE Utilization Certification. 47 48 Achieving the DBE COA Goal may be accomplished in one of two ways: 49 50

1. By meeting the DBE COA Goal 51

Page 108: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 108

Submission of the DBE Utilization Certification and supporting DBE 1 Written Confirmation Document(s) showing the Bidder has obtained 2 enough DBE participation to meet or exceed the DBE COA Goal. 3

4 2. By documentation that the Bidder made adequate GFE to meet the DBE 5

COA Goal 6 The Bidder may demonstrate a GFE in whole or part through GFE 7 documentation ONLY IN THE EVENT a Bidder’s efforts to solicit sufficient 8 DBE participation have been unsuccessful. The Bidder must supply GFE 9 documentation in addition to the Disadvantaged Business Enterprise 10 Utilization Certification, and supporting Disadvantaged Business 11 Enterprise (DBE) Written Confirmation Document(s). 12

13 Note: In the case where the Bidder was awarded the contract based on 14

demonstrating adequate GFE the advertised DBE COA Goal will not 15 be reduced. The Bidder shall demonstrate a GFE during the life of the 16 Contract to attain the advertised DBE COA Goal. 17

18 GFE documentation shall be received, as specified in the special provisions for 19 Section 1-02.9 Delivery of Proposal. 20 21 The Contracting Agency will review the GFE documentation and will determine if 22 the Bidder made an adequate good faith effort. 23 24 Good Faith Effort (GFE) Documentation 25 GFE is evaluated when: 26 27

1. Determining award of a Contract that has COA goal, 28 29 2. When a COA DBE is terminated and substitution is required, and 30 31 3. Prior to Physical Completion when determining whether the Contractor 32

has satisfied its DBE commitments. 33 34 49 CFR Part 26, Appendix A is intended as general guidance and does not, in 35 itself, demonstrate adequate good faith efforts. The following is a list of types of 36 actions, which would be considered as part of the Bidder’s GFE to achieve DBE 37 participation. It is not intended to be a mandatory checklist, nor is it intended to be 38 exclusive or exhaustive. Other factors or types of efforts may be relevant in 39 appropriate cases. 40 41

1. Soliciting through all reasonable and available means (e.g. attendance at 42 pre-bid meetings, advertising and/or written notices) the interest of all 43 certified DBEs who have the capability to perform the Work of the 44 Contract. The Bidder must solicit this interest within sufficient time to 45 allow the DBEs to respond to the solicitation. The Bidder must determine 46 with certainty if the DBEs are interested by taking appropriate steps to 47 follow up initial solicitations. 48

49 2. Selecting portions of the Work to be performed by DBEs in order to 50

increase the likelihood that the DBE COA Goal will be achieved. This 51

Page 109: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 109

includes, where appropriate, breaking out contract Work items into 1 economically feasible units to facilitate DBE participation, even when the 2 Contractor might otherwise prefer to perform these Work items with its 3 own forces. 4

5 3. Providing interested DBEs with adequate information about the Plans, 6

Specifications, and requirements of the Contract in a timely manner to 7 assist them in responding to a solicitation. 8 9 a. Negotiating in good faith with interested DBEs. It is the Bidder’s 10

responsibility to make a portion of the Work available to DBE 11 subcontractors and suppliers and to select those portions of the 12 Work or material needs consistent with the available DBE 13 subcontractors and suppliers, so as to facilitate DBE participation. 14 Evidence of such negotiation includes the names, addresses, and 15 telephone numbers of DBEs that were considered; a description of 16 the information provided regarding the Plans and Specifications for 17 the Work selected for subcontracting; and evidence as to why 18 additional agreements could not be reached for DBEs to perform the 19 Work. 20

21 b. A Bidder using good business judgment would consider a number of 22

factors in negotiating with subcontractors, including DBE 23 subcontractors, and would take a firm’s price and capabilities as well 24 as the DBE COA Goal into consideration. However, the fact that 25 there may be some additional costs involved in finding and using 26 DBEs is not in itself sufficient reason for a Bidder’s failure to meet 27 the DBE COA Goal, as long as such costs are reasonable. Also, the 28 ability or desire of a Contractor to perform the Work of a Contract 29 with its own organization does not relieve the Bidder of the 30 responsibility to make Good Faith Efforts. Contractors are not, 31 however, required to accept higher quotes from DBEs if the price 32 difference is excessive or unreasonable. 33

34 4. Not rejecting DBEs as being unqualified without sound reasons based on 35

a thorough investigation of their capabilities. The Contractor’s standing 36 within its industry, membership in specific groups, organizations, or 37 associations and political or social affiliations (for example union vs. non-38 union employee status) are not legitimate causes for the rejection or non-39 solicitation of bids in the Contractor’s efforts to meet the DBE COA Goal. 40

41 5. Making efforts to assist interested DBEs in obtaining bonding, lines of 42

credit, or insurance as required by the recipient or Contractor. 43 44 6. Making efforts to assist interested DBEs in obtaining necessary 45

equipment, supplies, materials, or related assistance or services. 46 47 7. Effectively using the services of available minority/women community 48

organizations; minority/women contractors’ groups; local, State, and 49 Federal minority/women business assistance offices; and other 50

Page 110: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 110

organizations as allowed on a case-by-case basis to provide assistance 1 in the recruitment and placement of DBEs. 2

3 8. Documentation of GFE must include copies of each DBE and non-DBE 4

subcontractor quotes submitted to the Bidder when a non-DBE 5 subcontractor is selected over a DBE for Work on the Contract. (ref. 6 updated DBE regulations – 26.53(b)(2)(vi) & App. A) 7

8 Administrative Reconsideration of GFE Documentation 9 Any Bidder has the right to reconsideration but only for the purpose of reassessing 10 the GFE documentation that was originally submitted with their Bid, and 11 determined to be inadequate. 12 13

• The Bidder must request within 48 hours of notification of being 14 nonresponsive or forfeit the right to reconsideration. 15

16 • The reconsideration decision on the adequacy of the Bidder’s GFE 17

documentation shall be made by an official who did not take part in the 18 original determination. 19

20 • Only original GFE documentation submitted as a supplement to the Bid 21

shall be considered. The Bidder shall not introduce new documentation 22 at the reconsideration hearing. 23

24 • The Bidder shall have the opportunity to meet in person with the official 25

for the purpose of setting forth the Bidder’s position as to why the GFE 26 documentation demonstrates a sufficient effort. 27

28 • The reconsideration official shall provide the Bidder with a written 29

decision on reconsideration within five working days of the hearing 30 explaining the basis for their finding. 31

32 Procedures between Award and Execution 33 After Award and prior to Execution, the Contractor shall provide the additional 34 information described below. Failure to comply shall result in the forfeiture of the 35 Bidder’s Proposal bond or deposit. 36 37

1. A DBE Bid Item Breakdown is required which shall contain the following 38 information for all DBEs as shown on the Disadvantaged Business 39 Enterprise Utilization Certification: 40

41 a. Correct business name, federal employee identification number (if 42

available), and mailing address. 43 44 b. List of all Bid items assigned to each DBE with a clear description of 45

Work to be performed for each Bid item and the dollar value of the 46 Work to be performed by the DBE. 47

48 c. Description of partial items (if any) to be sublet to each DBE 49

specifying the Work committed under each item to be performed and 50 including the dollar value of the DBE portion. 51

Page 111: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 111

1 d. Total amounts shown for each DBE shall match the amount shown 2

on the Disadvantaged Business Enterprise Utilization Certification. 3 A DBE Bid Item Breakdown that does not conform to the 4 Disadvantaged Business Enterprise Utilization Certification or that 5 demonstrates a different amount of DBE participation than that 6 included in the Disadvantaged Business Enterprise Utilization 7 Certification will be returned for correction. 8

9 2. A list of all firms who submitted a bid or quote in attempt to participate in 10

this project whether they were successful or not. Include the business 11 name and mailing address. 12

13 Note: The firms identified by the Contractor may be contacted by the 14

Contracting Agency to solicit general information as follows: age of 15 the firm and average of its gross annual receipts over the past three-16 years. 17

18 Procedures after Execution 19

Commercially Useful Function (CUF) 20 The Contractor may only take credit for the payments made for Work 21 performed by a DBE that is determined to be performing a CUF. Payment 22 must be commensurate with the work actually performed by the DBE. This 23 applies to all DBEs performing Work on a project, whether or not the DBEs 24 are COA, if the Contractor wants to receive credit for their participation. The 25 Engineer will conduct CUF reviews to ascertain whether DBEs are performing 26 a CUF. A DBE performs a CUF when it is carrying out its responsibilities of its 27 contract by actually performing, managing, and supervising the Work 28 involved. The DBE must be responsible for negotiating price; determining 29 quality and quantity; ordering the material, installing (where applicable); and 30 paying for the material itself. If a DBE does not perform “all” of these functions 31 on a furnish-and-install contract, it has not performed a CUF and the cost of 32 materials cannot be counted toward DBE COA Goal. Leasing of equipment 33 from a leasing company is allowed. However, leasing/purchasing equipment 34 from the Contractor is not allowed. Lease agreements shall be readily 35 available for review by the Engineer. 36 37 In order for a DBE traffic control company to be considered to be performing a 38 CUF, the DBE must be in control of its work inclusive of supervision. The 39 DBE shall employ a Traffic Control Supervisor who is directly involved in the 40 management and supervision of the traffic control employees and services. 41 42 The DBE does not perform a CUF if its role is limited to that of an extra 43 participant in a transaction, contract, or project through which the funds are 44 passed in order to obtain the appearance of DBE participation. 45 46 The following are some of the factors that the Engineer will use in determining 47 whether a DBE trucking company is performing a CUF: 48 49

• The DBE shall be responsible for the management and supervision 50 of the entire trucking operation for which it is responsible on the 51

Page 112: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 112

contract. The owner demonstrates business related knowledge, 1 shows up on site and is determined to be actively running the 2 business. 3

4 • The DBE shall with its own workforce, operate at least one fully 5

licensed, insured, and operational truck used on the Contract. The 6 drivers of the trucks owned and leased by the DBE must be 7 exclusively employed by the DBE and reflected on the DBE’s payroll. 8

9 • Lease agreements for trucks shall indicate that the DBE has 10

exclusive use of and control over the truck(s). This does not preclude 11 the leased truck from working for others provided it is with the 12 consent of the DBE and the lease provides the DBE absolute priority 13 for use of the leased truck. 14

15 • Leased trucks shall display the name and identification number of 16

the DBE. 17 18 DBE Utilization Plan 19 The DBE Bid Item Breakdown is the initial plan for Bid Item work committed to 20 DBE firms. When a Contractor identifies a change in the plan, an update shall 21 be submitted within 7 calendar days between Execution and Physical 22 Completion. Plan updates shall not make changes to the Commitment or the 23 DBE Utilization Certification. 24 25 Joint Checking 26 A joint check is a check between a Subcontractor and the Contractor to the 27 supplier of materials/supplies. The check is issued by the Contractor as payer 28 to the Subcontractor and the material supplier jointly for items to be 29 incorporated into the project. The DBE must release the check to the supplier, 30 while the Contractor acts solely as the guarantor. 31 32 A joint check agreement must be approved by the Engineer and requested by 33 the DBE involved using the DBE Joint Check Request Form (form # 272-053) 34 prior to its use. The form must accompany the DBE Joint Check Agreement 35 between the parties involved, including the conditions of the arrangement and 36 expected use of the joint checks. 37 38 The approval to use joint checks and the use will be closely monitored by the 39 Engineer. To receive DBE credit for performing a CUF with respect to 40 obtaining materials and supplies, a DBE must “be responsible for negotiating 41 price, determining quality and quantity, ordering the material, installing and 42 paying for the material itself.” The Contractor shall submit DBE Joint Check 43 Request Form for the Engineer approval prior to using a joint check. 44 45 Material costs paid by the Contractor directly to the material supplier are not 46 allowed. If proper procedures are not followed or the Engineer determines 47 that the arrangement results in lack of independence for the DBE involved, no 48 DBE credit will be given for the DBE’s participation as it relates to the material 49 cost. 50 51

Page 113: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 113

Prompt Payment 1 Prompt payment to all subcontractors shall be in accordance with Section 1-2 08.1. Prompt payment requirements apply to progress payments as well as 3 return of retainage. 4 5 Reporting 6 The Contractor and all subcontractors/suppliers/service providers that utilize 7 DBEs to perform work on the project, shall maintain appropriate records that 8 will enable the Engineer to verify DBE participation throughout the life of the 9 project. 10 11 Refer to Section 1-08.1 for additional reporting requirements associated with 12 this contract. 13

14 Changes in COA Work Committed to DBE 15 The Contractor shall utilize the COA DBEs to perform the work and supply the 16 materials for which each is committed unless a change is approved by the 17 Engineer. The Contractor shall not be entitled to any payment for work or material 18 completed by the Contractor or subcontractors that was committed to be 19 completed by the COA DBEs. 20 21

Owner Initiated Changes 22 Where the Engineer makes changes that result in changes to Work that was 23 committed to a COA DBE. The Contractor may be directed to substitute for 24 the Work in such instances. 25 26 Contractor Initiated Changes 27 The Contractor cannot reduce the amount of work committed to a COA DBE 28 without good cause. Reducing DBE Commitment is viewed as partial DBE 29 termination, and therefore subject to the termination procedures below. 30 31 Original Quantity Underruns 32 In the event that Work committed to a DBE firm as part of the COA underruns 33 the original planned quantities the Contractor may be required to substitute 34 the remaining applicable Work to another DBE. 35 36 Contractor Proposed DBE Substitutions 37 Requests to substitute a COA DBE must be for good cause (see DBE 38 termination process below), and requires prior written approval of the 39 Engineer. After receiving a termination with good cause approval, the 40 Contractor may only replace a DBE with another certified DBE. When any 41 changes between Contract Award and Execution result in a substitution of 42 COA DBE, the substitute DBE shall be certified prior to the bid opening on the 43 Contract. 44 45 DBE Termination 46 Termination of a COA DBE (or an approved substitute DBE) is only allowed in 47 whole or in part with prior written approval of the Engineer. If the Contractor 48 terminates a COA DBE without the written approval of the Engineer, the 49 Contractor shall not be entitled to credit towards the DBE COA Goal for any 50

Page 114: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 114

payment for work or material performed/supplied by the COA DBE. In addition 1 sanctions may apply as described elsewhere in this specification. 2 3 The Contractor must have good cause to terminate a COA DBE. 4 5 Good cause typically includes situations where the DBE Subcontractor is 6 unable or unwilling to perform the work of its subcontract. Good cause may 7 exist if: 8 9

• The DBE fails or refuses to execute a written contract. 10 11 • The DBE fails or refuses to perform the Work of its subcontract in a 12

way consistent with normal industry standards. 13 14 • The DBE fails or refuses to meet the Contractor’s reasonable 15

nondiscriminatory bond requirements. 16 17 • The DBE becomes bankrupt, insolvent, or exhibits credit 18

unworthiness. 19 20 • The DBE is ineligible to work on public works projects because of 21

suspension and debarment proceedings pursuant to federal law or 22 applicable State law. 23

24 • The DBE voluntarily withdraws from the project, and provides written 25

notice of its withdrawal. 26 27 • The DBE’s work is deemed unsatisfactory by the Engineer and not in 28

compliance with the Contract. 29 30 • The DBE’s owner dies or becomes disabled with the result that the 31

DBE is unable to complete its Work on the Contract. 32 33 Good cause does not exist if: 34 35 • The Contractor seeks to terminate a COA DBE so that the 36

Contractor can self-perform the Work. 37 38 • The Contractor seeks to terminate a COA DBE so the Contractor 39

can substitute another DBE contractor or non-DBE contractor after 40 Contract Award. 41

42 • The failure or refusal of the COA DBE to perform its Work on the 43

subcontract results from the bad faith or discriminatory action of the 44 Contractor (e.g., the failure of the Contractor to make timely 45 payments or the unnecessary placing of obstacles in the path of the 46 DBE’s Work). 47

48 Prior to requesting termination, the Contractor shall give notice in writing to 49 the DBE with a copy to the Engineer of its intent to request to terminate DBE 50 Work and the reasons for doing so. The DBE shall have five (5) days to 51

Page 115: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 115

respond to the Contractor’s notice. The DBE’s response shall either support 1 the termination or advise the Engineer and the Contractor of the reasons it 2 objects to the termination of its subcontract. 3 4 When a COA DBE is terminated, or fails to complete its work on the Contract 5 for any reason, the Contractor shall substitute with another DBE or provide 6 documentation of GFE. A plan to achieve the COA DBE Commitment shall be 7 submitted to the Engineer within 2 days of the approval of termination or the 8 Contract shall be suspended until such time the substitution plan is submitted. 9 10 Decertification 11 When a DBE is “decertified” from the DBE program during the course of the 12 Contract, the participation of that DBE shall continue to count towards the 13 DBE COA Goal as long as the subcontract with the DBE was executed prior 14 to the decertification notice. The Contractor is obligated to substitute when a 15 DBE does not have an executed subcontract agreement at the time of 16 decertification. 17 18

Consequences of Non-Compliance 19 Breach of Contract 20 Each contract with a Contractor (and each subcontract the Contractor signs 21 with a Subcontractor) must include the following assurance clause: 22 23 The Contractor, subrecipient, or Subcontractor shall not discriminate on the 24 basis of race, color, national origin, or sex in the performance of this contract. 25 The Contractor shall carry out applicable requirements of 49 CFR Part 26 in 26 the award and administration of DOT-assisted contracts. Failure by the 27 Contractor to carry out these requirements is a material breach of this 28 Contract, which may result in the termination of this Contract or such other 29 remedy as the recipient deems appropriate, which may include, but is not 30 limited to: 31 32

(1) Withholding monthly progress payments; 33 34 (2) Assessing sanctions; 35 36 (3) Liquidated damages; and/or 37 38 (4) Disqualifying the Contractor from future bidding as non-responsible. 39

40 Notice 41 If the Contractor or any Subcontractor, Consultant, Regular Dealer, or service 42 provider is deemed to be in non-compliance, the Contractor will be informed in 43 writing, by certified mail by the Engineer that sanctions will be imposed for 44 failure to meet the DBE COA Commitment and/or submit documentation of 45 good faith efforts. The notice will state the specific sanctions to be imposed 46 which may include impacting a Contractor or other entity’s ability to participate 47 in future contracts. 48

49

Page 116: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 116

Sanctions 1 If it is determined that the Contractor’s failure to meet all or part of the DBE COA 2 Commitment is due to the Contractor’s inadequate good faith efforts throughout 3 the life of the Contract, including failure to submit timely, required Good Faith 4 Efforts information and documentation, the Contractor may be required to pay DBE 5 penalty equal to the amount of the unmet Commitment, in addition to the sanctions 6 outlined in Section 1-07.11(5). 7 8 Payment 9 Compensation for all costs involved with complying with the conditions of this 10 Specification and any other associated DBE requirements is included in payment 11 for the associated Contract items of Work, except otherwise provided in the 12 Specifications. 13

14 1-07.12.GR1 15

Federal Agency Inspection 16 17 1-07.12.INST1.GR1 18 Section 1-07.12 is supplemented with the following: 19 20 1-07.12.OPT1.GR1 21

(January 25, 2016) 22 Required Federal Aid Provisions 23 The Required Contract Provisions Federal Aid Construction Contracts (FHWA 1273) 24 Revised May 1, 2012 and the amendments thereto supersede any conflicting 25 provisions of the Standard Specifications and are made a part of this Contract; 26 provided, however, that if any of the provisions of FHWA 1273, as amended, are less 27 restrictive than Washington State Law, then the Washington State Law shall prevail. 28 29 The provisions of FHWA 1273, as amended, included in this Contract require that the 30 Contractor insert the FHWA 1273 and amendments thereto in each Subcontract, 31 together with the wage rates which are part of the FHWA 1273, as amended. Also, a 32 clause shall be included in each Subcontract requiring the Subcontractors to insert the 33 FHWA 1273 and amendments thereto in any lower tier Subcontracts, together with the 34 wage rates. The Contractor shall also ensure that this section, REQUIRED FEDERAL 35 AID PROVISIONS, is inserted in each Subcontract for Subcontractors and lower tier 36 Subcontractors. For this purpose, upon request to the Engineer, the Contractor will be 37 provided with extra copies of the FHWA 1273, the amendments thereto, the applicable 38 wage rates, and this Special Provision. 39

40 1-07.12.OPT2.FR1 41

(August 1, 2011) 42 Indian Preference and Tribal Ordinances 43 This project is located on the *** $$1$$ ***. It is the Contractor’s responsibility to 44 contact the person and/or office listed in this special provision to determine whether 45 any tribal laws or taxes apply. If the tribal laws and taxes do apply, the Contractor shall 46 comply with them in accordance with Section 1-07.1. For informational purposes only, 47 the Work on this project that falls within Tribal Lands is shown on the Summary of 48 Quantities in Group(s) *** $$2$$ ***. 49 50

Page 117: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 117

Tribal Employment Rights Ordinances (TEROs), may utilize a variety of tools to 1 encourage Indian employment. These tools may include, but are not limited to, TERO 2 fees, Indian hiring preference, Indian-owned business subcontracting preference 3 and/or an Indian training requirement. Other requirements may be a Tribal business 4 license, a required compliance plan and/or employee registration requirements. Every 5 tribe is different and each may be willing to work cooperatively with the Contractor to 6 develop a strategy that works for both parties. For specific details, the Contractor 7 should contact *** $$3$$ ***. 8 9 The state recognizes the sovereign authority of the tribe and supports the tribe's efforts 10 to enforce its rightful and legal ordinances and expects the Contractor to comply and 11 cooperate with the tribe. The costs related to such compliance shall be borne solely by 12 the Contractor, who is advised to contact the tribal representative listed above, prior to 13 submitting a bid, to assess the impact of compliance on the project. 14 15 Although Indian preference cannot be compelled or mandated by the Contracting 16 Agency, there is no limitation whereby voluntary Contractor or Subcontractor initiated 17 preferences are given, if otherwise lawful. 41 CFR 60-1.5(a)7 provides as follows: 18

19 Work on or near Indian reservations --- It shall not be a violation of the equal 20 opportunity clause for a construction or non-construction Contractor to extend a 21 publicly announced preference in employment to Indians living on or near an 22 Indian reservation in connection with employment opportunities on or near an 23 Indian reservation. The use of the word near would include all that area where a 24 person seeking employment could reasonably be expected to commute to and 25 from in the course of a work day. Contractors or Subcontractors extending such a 26 preference shall not, however, discriminate among Indians on the basis of religion, 27 sex, or tribal affiliation, and the use of such a preference shall not excuse a 28 Contractor from complying with the other requirements as contained in the August 29 25, 1981 Department of Labor, Office of Federal Contract Compliance Programs, 30 Government Contractors Affirmative Actions Requirements. 31

32 1-07.13.GR1 33

Contractor's Responsibility for Work 34 35 1-07.13(4).GR1 36

Repair of Damage 37 38 1-07.13(4).INST1.GR1 39

Section 1-07.13(4) is revised to read: 40 41 1-07.13(4).OPT1.GR1 42

(August 6, 2001) 43 The Contractor shall promptly repair all damage to either temporary or permanent 44 work as directed by the Engineer. For damage qualifying for relief under Sections 45 1-07.13(1), 1-07.13(2) or 1-07.13(3), payment will be made in accordance with 46 Section 1-04.4. Payment will be limited to repair of damaged work only. No 47 payment will be made for delay or disruption of work. 48

49

Page 118: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 118

1-07.16.GR1 1

Protection and Restoration of Property 2 3 1-07.16(2).GR1 4

Vegetation Protection and Restoration 5 6 1-07.16(2).INST1.GR1 7

Section 1-07.16(2) is supplemented with the following: 8 9 1-07.16(2).OPT1.GR1 10

(August 2, 2010) 11 Vegetation and soil protection zones for trees shall extend out from the trunk to a 12 distance of 1 foot radius for each inch of trunk diameter at breast height. 13 14 Vegetation and soil protection zones for shrubs shall extend out from the stems at 15 ground level to twice the radius of the shrub. 16 17 Vegetation and soil protection zones for herbaceous vegetation shall extend to 18 encompass the diameter of the plant as measured from the outer edge of the 19 plant. 20

21 1-07.16(4).GR1 22

Archaeological and Historical Objects 23 24 1-07.16(4).INST1.GR1 25

Section 1-07.16(4) is supplemented with the following: 26 27 1-07.16(4).OPT1.GR1 28

(December 6, 2004) 29 The project area potentially contains archaeological or historical objects that may 30 have significance from a historical or scientific standpoint. To protect these 31 objects from damage or destruction, the Contracting Agency, at its discretion and 32 expense, may monitor the Contractor’s operations, conduct various site testing 33 and perform recovery and removal of such objects when necessary. 34 35 The Contractor may be required to conduct its operations in a manner that will 36 accommodate such activities, including the reserving of portions of the work area 37 for site testing, exploratory operations and recovery and removal of such objects 38 as directed by the Engineer. If such activities are performed by consultants 39 retained by the Contracting Agency, the Contractor shall provide them adequate 40 access to the project site. 41 42 Added work necessary to uncover, fence, dewater, or otherwise protect or assist in 43 such testing, exploratory operations and salvaging of the objects as ordered by the 44 Engineer shall be paid by force account as provided in Section 1-09.6. If the 45 discovery and salvaging activities require the Engineer to suspend the Contractor’s 46 work, any adjustment in time will be determined by the Engineer pursuant to 47 Section 1-08.8. 48 49

Page 119: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 119

To provide a common basis for all bidders, the Contracting Agency has entered an 1 amount for the item “Archaeological and Historical Salvage” in the Proposal to 2 become a part of the total bid by the Contractor. 3

4 1-07.17.GR1 5

Utilities and Similar Facilities 6 7 1-07.17.INST1.GR1 8 Section 1-07.17 is supplemented with the following: 9 10 1-07.17.OPT1.FR1 11

(April 2, 2007) 12 Locations and dimensions shown in the Plans for existing facilities are in accordance 13 with available information obtained without uncovering, measuring, or other verification. 14 15 The following addresses and telephone numbers of utility companies known or 16 suspected of having facilities within the project limits are supplied for the Contractor's 17 convenience: 18 19

*** $$1$$ *** 20 21 1-07.17.OPT2.FR1 22

(April 2, 2007) 23 Locations and dimensions shown in the Plans for existing facilities are in accordance 24 with available information obtained without uncovering, measuring, or other verification. 25 26 Public and private utilities, or their Contractors, will furnish all work necessary to adjust, 27 relocate, replace, or construct their facilities unless otherwise provided for in the Plans 28 or these Special Provisions. Such adjustment, relocation, replacement, or construction 29 will be done during the prosecution of the work for this project. It is anticipated that 30 utility adjustment, relocation, replacement or construction within the project limits will be 31 completed as follows: 32 33

*** $$1$$ *** 34 35 The Contractor shall attend a mandatory utility preconstruction meeting with the 36 Engineer, all affected Subcontractors, and all utility owners and their Contractors prior 37 to beginning onsite work. 38 39 The following addresses and telephone numbers of utility companies or their 40 Contractors that will be adjusting, relocating, replacing or constructing utilities within the 41 project limits are supplied for the Contractor's use: 42 43

*** $$2$$ *** 44 45 *** $$3$$ *** 46

47 1-07.18.GR1 48

Public Liability and Property Damage Insurance 49 50

Page 120: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 120

1-07.18.INST1.GR1 1 Item No. 1 of the first paragraph of Section 1-07.18 is revised to read: 2 3 1-07.18.OPT1.FR1 4

(January 3, 2011) 5 1. Owners and Contractors Protective (OCP) Insurance providing bodily injury and 6

property damage liability coverage, with limits of *** $$1$$ *** per occurrence and 7 per project in the aggregate for each policy period, written on Insurance Services 8 Office (ISO) form CG0009 1204, together with Washington State Department of 9 Transportation amendatory endorsement CG 2908 1195, specifying the 10 Contracting Agency, the State, the Governor, the Commission, the Secretary, the 11 Department and all officers and employees of the State as named insured. 12

13 1-07.18.OPT2.GR1 14 (January 5, 2004) 15 Item number 1 in the first paragraph of Section 1-07.18 is deleted. 16 17 1-07.18.INST2.GR1 18 Item No. 2 of the first paragraph of Section 1-07.18 is revised to read: 19 20 1-07.18.OPT6.GR1 21

(January 3, 2011) 22 2. Commercial General Liability (CGL) Insurance written under ISO Form CG0001 or 23

its equivalent with minimum limits of $1,000,000 per occurrence and in the 24 aggregate for each one year policy period. Products and completed operations 25 coverage shall be provided for a period of three years following Substantial 26 Completion of the work. 27

28 1-07.18.OPT7.FR1 29

(April 1, 2013) 30 2. Commercial General Liability (CGL) Insurance written under ISO Form CG0001 or 31

its equivalent, with minimum limits of *** $$1$$ *** per occurrence and in the 32 aggregate for each 1-year policy period. This coverage may be any combination of 33 primary, umbrella, or excess liability coverage affording total liability limits of not 34 less than *** $$2$$ *** per occurrence and in the aggregate. Products and 35 completed operations coverage shall be provided for a period of 3 years following 36 Substantial Completion of the Work. 37

38 1-07.18.INST4.GR1 39 Section 1-07.18 is supplemented with the following: 40 41 1-07.18.OPT11.GR1 42

(January 3, 2011) 43 Builder's Risk Insurance 44 Builder's Risk Insurance providing Broad Perils (All Risk) coverage upon any work at 45 the site, to the full insurable value thereof. This insurance shall include the Contractor, 46 its Subcontractors of every tier, and the State of Washington as named insured on the 47 policy. Coverage shall be included for all materials and supplies to be incorporated into 48 the work at the jobsite, while in transit to the jobsite, or while stored away from the 49 jobsite. 50

51

Page 121: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 121

1-07.18.OPT14.FR1 1 (January 7, 2013) 2 The Contractor shall obtain Contractor’s Pollution Liability Insurance (CPL) with 3 minimum “per project” limits of *** $$1$$ *** per occurrence and in the aggregate for 4 claims, including investigation, defense, or settlement costs and expenses for bodily 5 injury and property damage (including natural resources damages and loss of use of 6 tangible property that has not been physically injured) arising out of: 7

8 a. Pollution conditions caused or made worse by the Contractor’s performance 9

of the Work, including clean-up costs for a newly caused condition or a 10 historical condition that is made worse; and; 11

12 b. The vicarious liability of Subcontractors of any tier. 13

14 The Contractor shall be Named Insured and the Contracting Agency, the State, the 15 Governor, the Commission, the Secretary, the Department, all officers and employees 16 of the State, and their respective members, directors, officers, employees, agents, and 17 consultants (collectively the “Additional Insureds”) shall be included as Additional 18 Insureds, or, as appropriate, a Named Insured, under this policy and coverage. 19

20 1-07.18.OPT16.FR1 21

(April 1, 2013) 22 Relations With Railroad 23 Railroad Company, as used in the following specifications, shall be the railroad 24 company or companies, or railway company or companies specified in these Special 25 Provisions. The following provisions, though referring to a single Railroad Company, 26 shall be applicable to each of the following railroad companies or railway companies: 27 28

*** $$1$$ *** 29 30 Protection of Railroad Property 31 The Contractor shall exercise care in all operations and shall, at the Contractor's 32 expense, protect the property of the Railroad Company and the Company’s 33 appurtenances, property in its custody, or persons lawfully upon its right of way, 34 from damage, destruction, interference or injury caused by the Contractor’s 35 operations. The Contractor shall prosecute the work to not interfere with the 36 Railroad Company or its appurtenances, or any of the Railroad Company's trains 37 or facilities, and shall complete the work to a condition that shall not interfere with 38 or menace the integrity or safe and successful operations of the Railroad 39 Company or its appurtenances, or any of the Railroad Company's trains or 40 facilities. 41

42 The Contractor shall not transport equipment, machinery, or materials across the 43 Railroad Company's tracks, except at a public crossing, without the written 44 consent of the Railroad Company. 45 46 The Contractor shall keep the right of way and ditches of the Railroad Company 47 open and clean from any deposits or debris resulting from its operations. The 48 Contractor shall be responsible for the cost to clean and restore ballast of the 49 Railroad Company which is disturbed or becomes fouled with dirt or materials 50

Page 122: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 122

when such deposits or damage result from the Contractor’s operations, except as 1 provided elsewhere. 2

3 The Contractor's work shall be conducted in such a manner that there will be a 4 minimum of interference with the operation of railroad traffic. The Railroad 5 Company will specify what periods will be allowed the Contractor for executing any 6 part of the work in which the Railroad Company's tracks will be obstructed or made 7 unsafe for operation of railroad traffic. 8

9 In the event that an emergency occurs in connection with the work specified, the 10 Railroad Company reserves the right to do any and all work that may be necessary 11 to maintain railroad traffic. If the emergency is caused by the Contractor, the 12 Contractor shall pay the Railroad Company for the cost of such emergency work. 13

14 Protective services to protect the Railroad Company's facilities, property, and 15 movement of its trains or engines, including railroad flagging and other devices, 16 may be required by the Railroad Company as a result of the Contractor's 17 operations. 18 19 The nature and extent of protective services, personnel and other measures 20 required will in all cases be determined by the Railroad Company. Nothing in 21 these specifications will limit the Railroad Company's right to determine and assign 22 the number of personnel, the classes of personnel for protective services, nor 23 other protective measures it deems necessary. 24 When, in the opinion of the Railroad Company, the services of flaggers or 25 inspectors are necessary for the protection of the Railroad Company's facilities by 26 reason of the Contractor's operations, the Railroad Company will furnish such 27 flaggers or inspectors as may be required. The Contractor shall notify the Railroad 28 Company a minimum of *** $$2$$ *** in advance of whenever the Contractor is 29 about to perform work within Railroad Company property or within 25 feet of the 30 tracks to enable the Railroad Company to provide flagging or other protective 31 services. 32 33

The Railroad Company’s contact is: 34 35 *** $$3$$ *** 36

37 No act of the Railroad Company in supervising or approving any work shall reduce 38 or in any way affect the liability of the Contractor for damages, expense, or cost 39 which may result to the Railroad Company from the construction of this Contract. 40

41 Unless otherwise provided, all personnel assigned by the Railroad Company, other 42 than those engaged in performing work by the Railroad Company as listed under 43 Construction Work by Railroad Company, will be considered protective personnel. 44 45 In general, the Railroad Company will furnish protective services whenever any of 46 the Contractor's operations take place within or near railroad right of way and, in 47 the opinion of the Railroad Company's representative, could endanger railroad 48 facilities or create a hazard to railroad operations. 49 50

Page 123: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 123

The Railroad Company’s policy for assignment of railroad flaggers requires that 1 the flagging position is established for fixed work days and times. Any railroad 2 flagging performed outside of these parameters may be subject to overtime costs. 3 The Contractor shall verify with the Railroad Company what categories of railroad 4 flagging constitute overtime work, and obtain prior authorization from the Engineer 5 before coordinating with the Railroad Company for flagging requiring overtime 6 payments. 7 8 The Contractor shall submit to the Railroad Company and the Engineer, in writing, 9 an itinerary of work within the Railroad Company’s right of way or otherwise 10 requiring a Railroad Company flagger for the following week. If such work spans 11 multiple weeks, the itinerary shall be provided in advance of each work week. 12 13

There will be no cost to the Contractor for the railroad protective services, unless: 14 15

Such services result from the Contractor’s failure to comply with the terms 16 and conditions of its contract with the Contracting Agency or with its 17 Contractor’s Right of Entry Agreements with the Railroad Company. 18 19

The Contractor fails to obtain authorization from the Engineer prior to 20 coordinating with the Railroad Company for any flagging requiring 21 overtime payments. 22 23

The Contractor arranges for assignment of a railroad flagger and alters 24 Project work so that a flagger is no longer needed, and adequate advance 25 notice is not provided to the Railroad Company of such change in the 26 need for a flagger (i.e. causing the Railroad Company to dispatch a 27 flagger billable to the Project when one is not required). 28

29 Construction Work by Railroad Company 30 The work by the Railroad Company as described below will be performed by the 31 Railroad Company with its own forces at no cost to the Contractor: 32 33

*** $$4$$ *** 34 35 All work which is performed by the Railroad Company at the Contractor's request 36 and which is for the Contractor's benefit or convenience shall be at the 37 Contractor's expense and the Contractor shall reimburse the Railroad Company 38 for all costs for such work. 39 40 The Contractor shall cooperate with the Railroad Company and so conduct 41 operations that the necessary reconstruction of its facilities and the removal of 42 existing facilities can be accomplished without interruption of service. 43

44 Contractor’s Right of Entry Agreement 45

No work shall be commenced within the Railroad Company’s Property until 46 the Contractor has executed, delivered, and received in return the fully 47 executed Contractor’s Right-of-Entry Agreement from the Railroad Company, 48 and has obtained all of the insurance required by the Railroad Company as 49 specified therein. All work within the Railroad Company’s right of way or 50 within 25 feet of a public railroad grade crossing shall be in accordance with 51

Page 124: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 124

Railroad’s Contractor Requirements and the Contractor’s Right of Entry 1 Agreement (See Appendix *** $$5$$ ***). 2

3 The Contractor, it subcontractors or agents, shall at its own expense, obtain and 4 maintain in force all insurance required by Railroad until the completion date of the 5 contract as described in Section 1-08.5 except as stated herein. 6 7 When all the work involving construction activities within or immediately adjacent 8 to the railroad right of way is completed, the Contractor may make a written 9 request to the Engineer to be relieved of the responsibility to continue all or part of 10 the insurance specified above. If the Engineer deems the portion of the work in 11 that area is complete, the Engineer may approve the Contractor's request. 12 However, if for any reason the Contractor resumes or starts any new work in that 13 area (including being ordered to do so by the Engineer), the insurance shall be 14 reinstated by the Contractor before the work is started. If the insurance must be 15 reinstated because of the Contractor's operations or failure of the Contractor to 16 perform all the contract requirements, the costs shall be the responsibility of the 17 Contractor. If the insurance must be reinstated because of changes to the 18 contract, the costs will be considered in accordance with Section 1-04.4. 19

20 1-07.18.OPT17.GR1 21

(August 7, 2006) 22 Contractor’s Right of Entry and Insurance Requirements - BNSF 23 No work shall commence within BNSF Railway Company (BNSF) right of way until the 24 Contractor has executed, delivered, and received in return the fully executed 25 Contractor’s Right-of-Entry Agreement from BNSF, and has obtained all of the 26 insurance required by the Railroad. All work within BNSF’s right of way shall be in 27 accordance with BNSF’s Contractor Requirements and the Contractor’s Right of Entry 28 Agreement (See Appendices). 29 30 The Contractor, its Subcontractors or agents, shall at its own expense, obtain and 31 maintain in force all insurance required by BNSF until the completion date of the 32 contract as described in Section 1-08.5 except as stated herein. 33 34 When all the work involving construction activities within or immediately adjacent to the 35 Railroad right of way is completed, the Contractor may make a written request to the 36 Engineer to be relieved of the responsibility to continue the insurance required by 37 BNSF. If the Engineer deems the portion of the work in that area is complete, the 38 Engineer may approve the Contractor's request. However, if for any reason the 39 Contractor resumes or starts any new work in that area (including being ordered to do 40 so by the Engineer), the insurance shall be reinstated by the Contractor before the 41 work is started. If the insurance must be reinstated because of the Contractor’s 42 activities or failure of the Contractor to perform all the contract requirements, the costs 43 shall be the responsibility of the Contractor. If the insurance must be reinstated 44 because of changes to the contract, the costs will be considered in accordance with 45 Section 1-04.4. 46

47

Page 125: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 125

1-07.18.OPT18.GR1 1 (August 7, 2006) 2 Contractor’s Right of Entry and Insurance Requirements - UPRR 3 No work shall commence within Union Pacific Railroad right of way until the Contractor 4 has executed, delivered, and received in return the fully executed Contractor’s Right-of-5 Entry Agreement from Union Pacific Railroad, and has obtained all of the insurance 6 required by the Railroad. All work within Union Pacific Railroad’s right of way shall be 7 in accordance with the Contractor’s Right of Entry Agreement (See Appendixes). 8 9 The Contractor, its Subcontractors or agents, shall at its own expense, obtain and 10 maintain in force all insurance required by Union Pacific Railroad until the completion 11 date of the contract as described in Section 1-08.5 except as stated herein. 12 13 When all the work involving construction activities within or immediately adjacent to the 14 railroad right of way is completed, the Contractor may make a written request to the 15 Engineer to be relieved of the responsibility to continue the insurance required by 16 Union Pacific Railroad. If the Engineer deems the portion of the work in that area is 17 complete, the Engineer may approve the Contractor's request. However, if for any 18 reason the Contractor resumes or starts any new work in that area (including being 19 ordered to do so by the Engineer), the insurance shall be reinstated by the Contractor 20 before the work is started. If the insurance must be reinstated because of the 21 Contractors activities or failure of the Contractor to perform all the contract 22 requirements, the costs shall be the responsibility of the Contractor. If the insurance 23 must be reinstated because of changes to the contract, the costs will be considered in 24 accordance with Section 1-04.4. 25

26 1-07.23.GR1 27

Public Convenience and Safety 28 29 1-07.23(1).GR1 30

Construction Under Traffic 31 32 1-07.23(1).INST1.GR1 33

Section 1-07.23(1) is supplemented with the following: 34 35 1-07.23(1).OPT1.FB1 36

(March 13, 1995) 37 During the hours that cleaning and painting operations are actually in progress, 38 traffic may be restricted as follows: 39 40

*** $$1$$ *** 41 42

Whenever the Contractor's operations require lane reductions restricting the flow 43 of traffic on multiple lanes in the same direction, the Contractor shall furnish, 44 maintain, and operate a sequential arrow sign, for each lane closure, as specified 45 in the Special Provision SEQUENTIAL ARROW SIGN. 46 47 If the Engineer determines that such lane restrictions are causing traffic 48 congestion, the Contractor shall open all lanes to traffic until the congestion is 49 eliminated. 50 51

Page 126: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 126

For movable span structures, the Contractor's operations shall be arranged to 1 permit the opening of the moveable span whenever required by marine traffic. 2 3 Bridge sidewalks shall be kept clear and open to maintain safe pedestrian traffic. 4

5 1-07.23(1).OPT2.GR1 6

(February 3, 2020) 7 Work Zone Clear Zone 8 The Work Zone Clear Zone (WZCZ) applies during working and nonworking 9 hours. The WZCZ applies only to temporary roadside objects introduced by 10 the Contractor’s operations and does not apply to preexisting conditions or 11 permanent Work. Those work operations that are actively in progress shall be 12 in accordance with adopted and approved Traffic Control Plans, and other 13 contract requirements. 14 15 During nonworking hours equipment or materials shall not be within the 16 WZCZ unless they are protected by permanent guardrail or temporary 17 concrete barrier. The use of temporary concrete barrier shall be permitted 18 only if the Engineer approves the installation and location. 19 20 During actual hours of work, unless protected as described above, only 21 materials absolutely necessary to construction shall be within the WZCZ and 22 only construction vehicles absolutely necessary to construction shall be 23 allowed within the WZCZ or allowed to stop or park on the shoulder of the 24 roadway. 25 26 The Contractor's nonessential vehicles and employees private vehicles shall 27 not be permitted to park within the WZCZ at any time unless protected as 28 described above. 29 30 Deviation from the above requirements shall not occur unless the Contractor 31 has requested the deviation in writing and the Engineer has provided written 32 approval. 33 34 Minimum WZCZ distances are measured from the edge of traveled way and 35 will be determined as follows: 36

37

Regulatory Posted Speed

Distance From Traveled Way

(Feet)

35 mph or less 10

40 mph 15

45 to 50 mph 20

55 to 60 mph 30

65 mph or greater 35

38 Minimum Work Zone Clear Zone Distance 39

40 1-07.23(1).OPT4.GR1 41

(December 6, 2004) 42

Page 127: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 127

The portion of Section 1-07.16(1) that prohibits the merging of construction 1 vehicles with public traffic from an access gained through adjacent properties is 2 rescinded, provided the Contractor’s submittal is approved as required below. 3

4 Access for Construction 5 The Contractor may enter and leave the traveled way, auxiliary lanes or 6 shoulders at approved locations other than established legal movements. To 7 obtain approval of such an access location, the Contractor shall submit a 8 request to the Engineer. The Contractor’s request shall be submitted to the 9 Engineer at least 30 calendar days prior to the time the use of the access will 10 be required. This submittal shall include a vicinity map indicating the 11 interstate stationing at the centerline of the access, distances from the end of 12 ramp tapers of existing interchanges and a traffic control plan conforming with 13 the requirements specified in Section 1-10.2(2). The access shall meet the 14 following requirements: 15

16

Access to and from the worksite adjacent to a multi-lane facility will 17 only be allowed to and from a closed lane. 18

19

The merging point of construction vehicles and public traffic shall 20 provide a Decision Sight Distance for the traveling public of 1,640 ft 21 in urban areas and 1,360 ft in rural areas. 22

23

In urban areas the access shall not be located within 3,280 ft of the 24 end of a ramp taper, or the centerline of a road approach. In rural 25 areas the access shall not be located within 2,720 ft of the end of a 26 ramp taper or the centerline of a road approach. 27

28

Median crossings within 1.5 miles of the access point shall not be 29 used in conjunction with the access. 30

31

No new median crossings shall be created for use in conjunction 32 within 1.5 miles of the access point. 33

34

Short-duration shoulder stops in the construction zone, utilizing light 35 vehicles properly equipped with warning flashers, will be allowed 36 without a lane closure. 37

38

When in use the access location shall have traffic control in place as 39 per Section 1-10. Unauthorized use of the access from adjacent 40 property is to be prohibited by the use of signing and/or flaggers as 41 conditions warrant. 42

43

The continuity of the existing drainage system shall be maintained 44 through the access site. 45

46

Air borne particulates created as a result of using the access shall be 47 effectively controlled. 48

49

Page 128: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 128

The access location shall not adversely affect wetlands or other 1 sensitive areas. 2

3 At the completion of the project, the Contractor shall restore the area of the access 4 site to its original, pre-contract, condition. Any damage to the traveled way, 5 shoulders, auxiliary lanes, side slopes or other items caused by the access shall 6 be repaired. All work to comply with this provision or to build, maintain, provide 7 erosion control, control airborne particulates, ensure that drainage continues 8 through the access site, provide traffic control when necessary, remove the 9 temporary access and restore the surrounding area when no longer required for 10 use are the responsibility of the Contractor. The Contractor shall include all 11 related costs in the bid prices of the contract. 12

13 1-07.23(1).OPT5.FR1 14

(January 5, 2015) 15 Lane closures are subject to the following restrictions: 16 17

*** $$1$$ *** 18 19 If the Engineer determines the permitted closure hours adversely affect traffic, the 20 Engineer may adjust the hours accordingly. The Engineer will notify the 21 Contractor in writing of any change in the closure hours. 22 23 Lane closures are not allowed on any of the following: 24 25

1. A holiday, 26 27 2. A holiday weekend; holidays that occur on Friday, Saturday, Sunday or 28

Monday are considered a holiday weekend. A holiday weekend includes 29 Saturday, Sunday, and the holiday. 30

31 3. After *** $$2$$ *** on the day prior to a holiday or holiday weekend, and 32

33 4. Before *** $$3$$ *** on the day after the holiday or holiday weekend. 34

35 1-07.23(1).OPT6.GR1 36

(April 14, 2014) 37 Physical reductions of the width of thru travelling lanes are subject to the following 38 restrictions: 39 40

The Contractor shall not reduce the travelled way to a single lane with a clear 41 width of less than 16 feet for a duration that exceeds 4 calendar days without 42 prior approval of the Engineer. The Contractor shall submit a request for a 43 width reduction that exceeds 4 calendar days to the Engineer no later than 30 44 calendar days prior to the start of the proposed width reduction. At a 45 minimum, this request shall include: 46 47

1. Schedule showing the planned beginning date and end date of the 48 width reduction. 49

2. Plans showing the limits and cross-sections showing the clear 50 distance provided during the width reduction. 51

Page 129: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 129

3. Details of available detour routes. 1 4. Plan to provide temporary windows of a minimum 16 foot width 2

periodically during the width reduction, where possible. 3 4

The Engineer will reply, in writing, to the request within 7 calendar days. The 5 Contractor shall immediately notify the Engineer if there are any changes to 6 the schedule for the width reduction. 7

8 1-07.24.GR1 9

Rights of Way 10 11 1-07.24.INST1.GR1 12 Section 1-07.24 is supplemented with the following: 13 14 1-07.24.OPT1.FR1 15

(March 13, 1995) 16 The Contracting Agency has not completed the acquisition of title to the following 17 described property: 18 19

*** $$1$$ *** 20 21

The Contractor shall not perform any work within these limits until ordered to do so by 22 the Engineer. The Contracting Agency has estimated that the above described 23 property will be available *** $$2$$ ***. 24

25 1-08.GR1 26

Prosecution and Progress 27 28 1-08.1.GR1 29

Subcontracting 30 31 1-08.1.INST1.GR1 32 Section 1-08.1 is supplemented with the following: 33 34 1-08.1.OPT1.GR1 35

(June 3, 2019) 36 Prior to any subcontractor or lower tier subcontractor beginning work, the Contractor 37 shall submit to the Engineer a certification (WSDOT Form 420-004) that a written 38 agreement between the Contractor and the subcontractor or between the subcontractor 39 and any lower tier subcontractor has been executed. This certification shall also 40 guarantee that these subcontract agreements include all the documents required by 41 the Special Provision Federal Agency Inspection. 42 43 A Subcontractor or lower tier Subcontractor will not be permitted to perform any work 44 under the contract until the following documents have been completed and submitted 45 to the Engineer: 46 47

1. Request to Sublet Work (WSDOT Form 421-012), and 48 2. Contractor and Subcontractor or Lower Tier Subcontractor Certification for 49

Federal-aid Projects (WSDOT Form 420-004). 50

Page 130: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 130

1 The Contractor shall submit a completed Monthly Retainage Report (WSDOT Form 2 272-065) within 15 calendar days after receipt of every monthly progress payment until 3 every Subcontractor and lower tier Subcontractor’s retainage has been released. This 4 form shall be submitted to the Engineer by email to the following email address for the 5 region administering the Contract: 6 7

Eastern Region – [email protected] 8 North Central Region – [email protected] 9 Northwest Region – [email protected] 10 Olympic Region – [email protected] 11 South Central Region – [email protected] 12 Southwest Region – [email protected] 13 Washington State Ferries – [email protected] 14

15 The Contractor's records pertaining to the requirements of this Special Provision shall 16 be open to inspection or audit by representatives of the Contracting Agency during the 17 life of the contract and for a period of not less than three years after the date of 18 acceptance of the contract. The Contractor shall retain these records for that period. 19 The Contractor shall also guarantee that these records of all Subcontractors and lower 20 tier Subcontractors shall be available and open to similar inspection or audit for the 21 same time period. 22

23 1-08.1.OPT2.FR1 24

(March 13, 1995) 25 Specialty Items 26 For the purpose of determining the percentage of work that may be subcontracted, the 27 following items on this contract are designated as Specialty Items: 28 29

*** $$1$$ *** 30 31 1-08.1.OPT3.GR1 32

(March 13, 1995) 33 Qualifications of Building Contractor 34 If the Contractor is not prequalified for building construction or cannot demonstrate 35 satisfactory experience in constructing the general type of building included in the 36 project, it will be mandatory that the building work be subcontracted to a firm which can 37 meet one or both of these criteria. 38

39 1-08.3.GR1 40

Progress Schedule 41 42 1-08.3(1).GR1 43

General Requirements 44 45 1-08.3(1).INST1.GR1 46

The first sentence of Section 1-08.3(1) is revised to read: 47 48 1-08.3(1).OPT1.GR1 49

(August 6, 2006) 50

Page 131: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 131

The Contractor shall submit Type C Progress Schedules and Schedule Updates to 1 the Engineer for approval. 2

3 1-08.3(2).GR1 4

Progress Schedule Types 5 6 1-08.3(2).INST2.GR1 7

Section 1-08.3(2) is revised to read: 8 9 1-08.3(2).OPT1.GR1 10

(August 1, 2011) 11 Type A Progress Schedules are required on all projects that do not contain the bid 12 item for Type B or Type C Progress Schedules. Type B or Type C Progress 13 Schedules are required on all projects that contain the bid item for Type B or Type 14 C Progress Schedule. Weekly Look-Ahead Schedules and Schedule Updates are 15 required on all projects. 16

17 1-08.3(2).INST3.GR1 18

Section 1-08.3(2) is supplemented with the following: 19 20 1-08.3(2).OPT2.GR1 21

(August 1, 2016) 22 Type C Progress Schedule 23 Type C Progress Schedules shall conform to all of the requirements of 24 Section 1-08.3(2)B and this Section. 25 26 The Contractor shall submit a printed copy of a preliminary Type C Progress 27 Schedule no later than the first working day as defined in Section 1-08.5. The 28 preliminary schedule shall comply with all of these requirements and the 29 requirements of Section 1-08.3(1), except that it may be limited to only those 30 activities occurring within the first 60 working days of the project. 31 32 The Contractor shall submit a printed copy of a Type C Progress Schedule no 33 later than 60 calendar days after the date the contract is executed. 34 35 Each time that a preliminary schedule, Progress Schedule, or Schedule 36 Update is submitted, the Contractor shall provide the Engineer with an 37 electronic copy (.xer file type extension) of that schedule. Each submitted 38 progress and update schedule shall have a unique file name and date 39 identifier. Regardless of the type of software used, the schedule data 40 provided to the Engineer shall be saved on a CD-ROM in Primavera Project 41 Manager Enterprise Version, P6 7.0 compatible format. 42 43 Type C Progress Schedules shall display at least the following additional 44 information: 45

46 1. A time scaled logic diagram. 47 2. Activities for traffic detours and closures. 48 3. Milestones for required delivery of State furnished materials, if any. 49 4. Activities for State furnished traffic control resources, if any. 50

Page 132: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 132

5. Activities for fabrication of materials longer than 90 calendar days 1 lead time. 2

6. Fixed constraints shall be identified on the activity listing, 3 supplemented with a written narrative describing why the constraint 4 exists. 5

7. Milestones for interim or stage completion dates. 6 8. Activities for scheduled outages on illumination systems, ITS 7

systems, traffic signal systems and other electrical service outages. 8 9. Nighttime activities shall be so coded. 9 10. Activities for all submittals requiring State review, including the 10

allowable review duration. 11 12 All calendars used shall be created as project calendars, not global or 13 resource calendars. If multiple calendars are applied to the Progress 14 Schedule, the Contractor shall submit a written narrative describing each 15 one’s purpose. 16 17 Schedule files shall not contain User Defined Fields (UDF’s), all activity codes 18 shall be project level, no resources shall be assigned to activities and no 19 project codes shall be assigned. 20 21 If requested by the Engineer, the Contractor shall supplement the Progress 22 Schedule with written explanations for each lead and lag time used, and a 23 written explanation describing the assumed production rates and planned 24 resource allocations to support the activity durations provided in the schedule. 25 The written explanations shall be documented as a notebook topic under 26 “Assumptions and Basis”. 27

28 1-08.3(3).GR1 29

Schedule Updates 30 31 1-08.3(3).INST1.GR1 32

Section 1-08.3(3) is revised to read: 33 34 1-08.3(3).OPT1.GR1 35

(January 2, 2012) 36 The Contractor shall submit a printed copy of a Type C Schedule Update to the 37 Engineer by the first business day of each month, starting the month after the 38 Progress Schedule is accepted, or some other mutually agreed upon submittal 39 time. 40 41 In addition to the other requirements of this Section, Schedule Updates shall 42 reflect at least the following information: 43 44

1. The actual duration and sequence of as-constructed work activities, 45 including changed work. 46

47 2. Approved time extensions. 48 49 3. Any construction delays or other conditions that affect the progress of the 50

work. 51

Page 133: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 133

1 4. Any modifications to the as-planned sequence or duration of remaining 2

activities, supplemented with a written narrative describing each change 3 and the reason for the change. 4

5 5. The physical completion of all remaining work in the remaining contract 6

time. 7 8 6. Progress on partially completed activities shall be indicated using percent 9

complete. 10 11

Activity numbers on Schedule Updates shall be the same as the Progress 12 Schedule, with the exception of deleted or added activities. 13

14 Unresolved requests for time extensions shall be reflected in the Schedule Update 15 by assuming no time extension will be granted, and by showing the effects to 16 follow-on activities necessary to physically complete the project within the currently 17 authorized time for completion. 18

19 1-08.3(4).GR1 20

Measurement 21 22 1-08.3(4).INST1.GR1 23

Section 1-08.3(4) is revised to read: 24 25 1-08.3(4).OPT1.GR1 26

(August 5, 2013) 27 Schedule Updates will be measured per each for each update submitted and 28 approved per the requirements of Section 1-08.3(3). Schedule updates that are 29 returned for correction will not be measured. 30

31 1-08.3(5).GR1 32

Payment 33 34 1-08.3(5).INST1.GR1 35

Section 1-08.3(5) is revised to read: 36 37 1-08.3(5).OPT1.GR1 38

(August 7, 2017) 39 Payment will be made for the following bid item when it is included in the proposal: 40

41 “Type C Progress Schedule”, lump sum. 42

43 The Lump Sum price for "Type C Progress Schedule" shall be full payment for 44 all costs for furnishing the Type C Progress Schedule and preliminary Type C 45 Progress Schedule. 46 47 "Schedule Update", per each. 48 The unit Contract price per each "Schedule Update" shall be full payment for 49 all costs required to complete the work specified in Section 1-08.3(3). 50 51

Page 134: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 134

All costs for providing Weekly Look-Ahead Schedules are considered 1 incidental to the contract and are to be included with other bid items. 2

3 1-08.4.GR1 4

Prosecution of Work 5 6 1-08.4.INST1.GR1 7 The first sentence of Section 1-08.4 is revised to read: 8 9 1-08.4.OPT1.FR1 10

(August 3, 2015) 11 The Contractor shall commence onsite work on or before *** $$1$$ *** and shall notify 12 the Engineer in writing a minimum of 10 calendar days in advance of the date on which 13 the Contractor intends to begin work. 14

15 1-08.4.OPT2.GR1 16

(August 7, 2006) 17 The Contractor shall begin work no earlier than the begin work date stated in the 18 written notice provided by the Engineer. The Engineer will provide a minimum of 10 19 calendar days written notice for the date identified as the first working day. 20

21 1-08.4.OPT3.FR1 22

(August 7, 2006) 23 The Contractor shall begin work no earlier than *** $$1$$ ***. 24

25 1-08.5.GR1 26

Time for Completion 27 28 1-08.5.INST1.GR1 29 The third paragraph of Section 1-08.5 is revised to read: 30 31 1-08.5.OPT1.FR1 32

(August 7, 2006) 33 Contract time shall begin on the date stated in the written notice provided to the 34 Contractor. In no case shall the beginning of contract time be prior to ***$$1$$*** or 35 later than *** $$2$$ ***. 36

37 1-08.5.OPT2.FR1 38

(August 7, 2006) 39 Contract time shall begin on the first working day. The first working day shall be *** 40 $$1$$ ***. 41

42 1-08.5.INST2.GR1 43 Section 1-08.5 is supplemented with the following: 44 45 1-08.5.OPT7.FR1 46

(March 13, 1995) 47 This project shall be physically completed within *** $$1$$ *** working days. 48

49 1-08.5.OPT8.FR1 50

(March 13, 1995) 51

Page 135: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 135

This project shall be physically completed in its entirety within *** $$1$$ *** working 1 days and the temporary traffic signal portion of the project shall be physically 2 completed within the first *** $$2$$ *** working days. 3

4 5 1-08.5.OPT9.FR1 6

(December 4, 2006) 7 This project shall be physically completed within *** $$1$$ *** working days. 8 9 Contract time shall begin on the first working day the Contractor starts onsite work or 10 *** $$2$$ ***, whichever occurs first. 11

12 1-08.5.OPT10.FR1 13

(March 13, 1995) 14 This project shall be physically completed within *** $$1$$ *** working days. Contract 15 time shall commence on the first working day: 16 17

1. Following 60 calendar days after contract execution; or, 18 19 2. That the Engineer and the Contractor agree to start work after approval of 20

construction materials is obtained, whichever occurs first. 21 22

The Contractor is allowed a maximum of 60 calendar days after execution of the 23 contract to obtain approvals for construction materials 24

25 1-08.5.OPT11.FR1 26

(August 4, 2003) 27 Incentive for Early Completion 28 It is essential that the Contracting Agency has full and unrestricted use of the facilities 29 at the earliest possible time. As an incentive to the Contractor, the Contracting Agency 30 will pay the Contractor *** $$1$$ *** for each working day remaining in the contract 31 prior to the established *** $$2$$ *** completion date, but not to exceed an amount 32 equal to *** $$3$$ ***. 33 34 The days eligible for the incentive will be calculated by subtracting the working days 35 elapsed through the date of *** $$4$$ *** completion from the total working days 36 established in the Special Provision TIME FOR COMPLETION. 37

38 1-08.6.GR1 39

Suspension of Work 40 41 1-08.6.INST1.GR1 42 Section 1-08.6 is supplemented with the following: 43 44 1-08.6.OPT1.FR1 45

(January 3, 2017) 46 Contract time may be suspended for the HMA mix design evaluation report or for 47 procurement of critical materials (Procurement Suspension). In order to receive a 48 Procurement Suspension, the Contractor shall within 21 calendar days after execution 49 by the Contracting Agency, submit all HMA mix designs not already on the QPL 50 according to Section 5-04.2(1) or place purchase orders for all materials deemed 51

Page 136: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 136

critical by the Contracting Agency for Physical Completion of the Contract. The 1 Contractor shall provide a copy of the completed WSDOT Form 350-042 indicating the 2 date the mix design was submitted, or copies of purchase orders for the critical 3 materials. Such purchase orders shall disclose the purchase order date and estimated 4 delivery dates for such critical material. 5 6 The Contractor shall show the HMA mix design evaluation report or procurement of the 7 critical materials listed below as activities in the Progress Schedule. If the approved 8 Progress Schedule indicates that acceptance of the HMA mix designs or materials 9 procurement are critical activities, and if the Contractor has provided documentation 10 that purchase orders are placed for the critical materials within the prescribed 21 11 calendar days, then Contract time will be suspended upon Physical Completion of all 12 critical work except that work dependent upon the below listed critical materials: 13 14

*** $$1$$ *** 15 16 Charging of Contract time will resume upon the Contractor’s receipt of a WSDOT mix 17 design evaluation report or delivery of the critical materials to the Contractor, 18 notification that the critical materials are ready for delivery to the Contractor from the 19 Contracting Agency’s Materials Laboratory, or *** $$2$$ *** calendar days after 20 execution by the Contracting Agency, whichever occurs first. 21 22 No additional Procurement Suspension will be provided if the Contractor’s HMA mix 23 designs did not meet Contract requirements and are resubmitted. 24

25 1-08.6.OPT2.FR1 26

(January 2, 2018) 27 Contract time may be suspended for procurement of critical materials (Procurement 28 Suspension). In order to receive a Procurement Suspension, the Contractor shall 29 within 21 calendar days after execution by the Contracting Agency, place purchase 30 orders for all materials deemed critical by the Contracting Agency for physical 31 completion of the contract. The Contractor shall provide copies of purchase orders for 32 the critical materials. Such purchase orders shall disclose the purchase order date and 33 estimated delivery dates for such critical material. 34 35 The Contractor shall show procurement of the materials listed below as activities in the 36 Progress Schedule. If the approved Progress Schedule indicates that the materials 37 procurement are critical activities, and if the Contractor has provided documentation 38 that purchase orders are placed for the critical materials within the prescribed 21 39 calendar days, then contract time will be suspended upon physical completion of all 40 critical work except that work dependent upon the below listed critical materials: 41 42

*** $$1$$ *** 43 44 Charging of contract time will resume upon delivery of the critical materials to the 45 Contractor or 120 calendar days after execution by the Contracting Agency, whichever 46 occurs first. 47

48 1-08.9.GR1 49

Liquidated Damages 50 51

Page 137: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 137

1-08.9.INST2.GR1 1 Section 1-08.9 is revised to read: 2 3 1-08.9.OPT3.FR1 4

(December 2, 2019) 5 Time is of the essence of the Contract. Delays inconvenience the traveling public, 6 obstruct traffic, interfere with and delay commerce, and increase risk to Highway users. 7 Delays also cost tax payers undue sums of money, adding time needed for 8 administration, engineering, inspection, and supervision. 9 10 Accordingly, the Contractor agrees: 11 12

1. To pay liquidated damages in the amount of *** $$1$$ *** for each working 13 day beyond the number of working days established for Physical Completion, 14 and 15

2. To authorize the Engineer to deduct these liquidated damages from any 16 money due or coming due to the Contractor. 17

18 When the Contract Work has progressed to the extent that the Contracting Agency has 19 full use and benefit of the facilities, both from the operational and safety standpoint, all 20 the initial plantings are completed and only minor incidental Work, replacement of 21 temporary substitute facilities, plant establishment periods, or correction or repair 22 remains to physically complete the total Contract, the Engineer may determine the 23 Contract Work is substantially complete. The Engineer will notify the Contractor in 24 writing of the Substantial Completion Date. For overruns in Contract time occurring 25 after the date so established, liquidated damages shown above will not apply. For 26 overruns in Contract time occurring after the Substantial Completion Date, liquidated 27 damages shall be assessed on the basis of direct engineering and related costs 28 assignable to the project until the actual Physical Completion Date of all the Contract 29 Work. The Contractor shall complete the remaining Work as promptly as possible. 30 Upon request by the Engineer, the Contractor shall furnish a written schedule for 31 completing the physical Work on the Contract. 32 33 Liquidated damages will not be assessed for any days for which an extension of time is 34 granted. No deduction or payment of liquidated damages will, in any degree, release 35 the Contractor from further obligations and liabilities to complete the entire Contract. 36

37 1-08.9.OPT1.FR1 38

(March 13, 1995) 39 Liquidated damages in the amount of *** $$1$$ *** per working day will be assessed 40 for failure to physically complete the temporary traffic signal portion of the contract 41 within the physical completion time specified. Liquidated damages in an amount based 42 upon the original contract amount and original time, will be assessed for failure to 43 physically complete the entire project within the physical completion time specified. 44 Such damages will accrue separately for each phase or stage of work. In the event 45 damages occur on a concurrent date, the larger of the two damages will apply for such 46 days. 47

48 1-08.9.OPT2.FR1 49

(April 6, 2009) 50

Page 138: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 138

Delayed completion of *** $$1$$ *** will result in impacts to the traveling public, 1 increase fuel consumption, increase vehicle operating costs, increase pollution, and 2 cause other inconveniences and harm. 3 4 Accordingly, the Contractor agrees: 5 6

1. To pay *** $$2$$ *** liquidated damages per *** $$3$$ *** for each *** $$4$$ 7 *** prorated to the nearest *** $$5$$ *** that the work is not completed as 8 specified in *** $$6$$ ***. 9

10 2. To authorize the Engineer to deduct these liquidated damages from any 11

money due or coming due the Contractor. 12 13 1-09.GR1 14

Measurement and Payment 15 16 1-09.2.GR1 17

Weighing Equipment 18 19 1-09.2(1).GR1 20

General Requirements for Weighing Equipment 21 22 1-09.2(1).INST1.GR1 23

Section 1-09.2(1) is revised to read as follows: 24 25 1-09.2(1).OPT1.GR1 26

(January 3, 2011) 27 Unless otherwise specified any highway or bridge construction materials to be 28 proportioned or measured and paid for by weight, shall be weighed on scales. The 29 Contractor shall provide, set up, operate and maintain the scales necessary to 30 perform the weighing or shall designate permanently installed, certified commercial 31 scales for the purpose. Each truck to be weighed shall bear a unique identification 32 number. This number shall be legible and in plain view of both the scale operator 33 and the person receiving the material at the jobsite. 34 35 Scales provided or designated by the Contractor shall be accurate to within one-36 half of one percent of the correct weight throughout the range of use. If platform 37 scales are used, each platform scale shall be able to weigh the entire hauling 38 vehicle or combination of connected vehicles at one time. No part of the vehicle or 39 vehicle combination will be permitted off the platform as it is weighed. 40 41 An agent of the scale manufacturer shall test and service any scale before its use 42 at each new site and then at 6-month intervals. The Contractor shall provide the 43 Engineer a copy of the final results after each test. 44 45 All initial weighing at the dispatch site or at another site approved by the Engineer 46 shall be performed by a Contractor employee or by another person designated by 47 the Contractor. The designated weigher shall prepare a weigh or load ticket to 48 accompany each load. Each ticket shall contain the truck identification number, 49 the date and time of weighing the load, a description of the material being weighed 50 and the signature or initials of the weigher. 51

Page 139: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 139

1 Each weigh or load ticket shall also contain a determination of the net weight of the 2 load. This shall be a reading from any device which weighs as material is loaded 3 or a calculation including gross weight and tare weight when the method of loading 4 does not include weighing. It shall also identify the weighed material. When used, 5 tare weights shall be taken of each hauling vehicle at least once each day. The 6 ticket shall be provided to the inspector at the jobsite immediately after the material 7 is delivered. A record of each day’s tare weights shall be furnished to the Engineer 8 daily using Form 422-027 EF, or on an alternate form approved by the Engineer. 9 10 The vehicle operator shall deliver the ticket to the material receiver at the material 11 delivery point. The material delivery point is defined as the location where the 12 material is incorporated into the permanent work. 13 14 Except as noted below, all weighing shall be subject to confirmation testing 15 through random checks made with a second, separate scale. The secondary 16 scale shall be described in the contract provisions, either as a designated 17 independent commercial scale or as a platform scale installed by the Contractor at 18 a location named in the provisions. The inspector will select loaded trucks at 19 random and weigh them with the secondary scale. The same trucks will be 20 weighed empty when the tested load has been delivered. 21 22 The frequency of confirmation testing will be such that at least one test weekly is 23 performed for each weighed contract item of work being performed during that 24 week. 25 Confirmation testing will not be routinely conducted for small quantities of weighed 26 material. A small quantity shall be defined as one who’s estimated proposal 27 quantity, multiplied by its unit price, has a value of less than $20,000. The 28 inspector may choose to apply confirmation testing to a minor quantity item if, in 29 the inspector’s judgment, there is reason to suspect that the ticket weight might be 30 incorrect. 31

32 1-09.2(1).INST2.GR1 33

Section 1-09.2(1) is supplemented with the following: 34 35 1-09.2(1).OPT7.FR1 36

(August 6, 2001) 37 The Contracting Agency has selected the following independent commercial scale 38 for the purpose of conducting confirmation testing for weighed materials on this 39 project. The Agency will pay any fees required by the owner of the scale. All other 40 costs associated with complying with the confirmation testing requirement shall be 41 borne by the Contractor and shall be included in the bid price for the material being 42 hauled. 43 44 *** $$1$$ ***. 45

46 1-09.2(1).OPT8.GR1 47

(January 3, 2011) 48 The Contractor shall install a platform scale on or near the jobsite at a specific 49 location to be designated by the Engineer. The Contractor shall provide, set up, 50 operate and maintain the scales. Scales shall: 51

Page 140: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 140

1 1. Be accurate to within one-half of one percent of the correct weight 2

throughout the range of use; 3 4 2. Not include spring balances; 5 6 3. Include beams, dials, or other reliable readout equipment; 7 8 4. Be arranged so that operators and inspectors can safely and easily see 9

the dials, beams, rods, and operating scale mechanisms; 10 11 5. Be built to prevent scale parts from binding, vibrating, or being displaced 12

and to protect all working parts, and 13 14 6. Be carefully maintained, with bunkers and platforms kept clear of 15

accumulated materials that could cause errors. 16 17

The scale shall be able to weigh, at one time, any hauling vehicle or combination 18 of connected vehicles that will be utilized for weighed materials on the project. No 19 part of a vehicle or vehicle combination will be permitted off the platform as it is 20 weighed. 21 22 The scale shall be installed and maintained with the platform level and with rigid 23 bulkheads at either end to prevent binding or shifting. The readout device shall be 24 marked at intervals of no more than 40 pounds. Test records shall show results to 25 the nearest 20 pounds. 26 27 Before use at its new location and then at 6-month intervals, the scale shall be: (a) 28 approved under rules of the Washington State Department of Agriculture’s 29 Weights and Measures Section, or (b) serviced and tested with at least 10,000 30 pounds by an agent of its manufacturer. In either case, the Contractor shall 31 provide the Engineer with a copy of the final test results. 32 33 When notified by the Engineer that all confirmation testing has been completed for 34 the project and that the scale is no longer needed, the Contractor shall remove the 35 equipment and restore the site to a satisfactory condition. The scale equipment 36 shall be removed from the jobsite and shall remain the property of the Contractor. 37

38 1-09.2(2).GR1 39

Specific Requirements for Batching and Hopper Scales 40 41 1-09.2(2).OPT1.GR1 42

(August 6, 2001) 43 Section 1-09.2(2) is deleted. 44

45 1-09.2(3).GR1 46

Specific Requirements for Platform Scales 47 48 1-09.2(3).OPT1.GR1 49

(August 6, 2001) 50 Section 1-09.2(3) is deleted. 51

Page 141: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 141

1 1-09.2(4).GR1 2

Specific Requirements for Belt Conveyor Scales 3 4 1-09.2(4).OPT1.GR1 5

(August 6, 2001) 6 Section 1-09.2(4) is deleted. 7

8 1-09.2(5).GR1 9

Measurement 10 11 1-09.2(5).INST1.GR1 12

Section 1-09.2(5) is revised to read as follows: 13 14 1-09.2(5).OPT1.GR1 15

(January 3, 2011) 16 If confirmation testing shows the initial scale has been underweighing, the on-site 17 representative of the Contractor shall be notified. The Contractor shall not be 18 compensated for any loss from underweighing. 19 20 If the initial scale has been overweighing, the on-site representative of the 21 Contractor shall be notified and the Contracting Agency will calculate a price 22 adjustment as follows: 23 24

The combined weight of all materials weighed after the last test showing 25 accurate results through the load preceding the next confirmation test shall be 26 calculated. This combined weight will then be reduced by the percentage of 27 weighing error that exceeds one-half of one percent. If subsequent 28 confirmation tests continue to show overweighing, then the highest correction 29 factor calculated from all tests shall be applied to all loads weighed after the 30 last successful test and before a new confirmation test that shows accurate 31 results. 32

33 If the specifications and plans require weight measurement for minor construction 34 items, the Contractor may request permission to convert volume to weight. If the 35 Engineer approves, an agreed factor may be used to make this conversion. 36

37 1-09.2(6).GR1 38

Payment 39 40 1-09.2(6).INST1.GR1 41

Section 1-09.2(6) is revised to read as follows: 42 43 1-09.2(6).OPT1.GR1 44

(January 3, 2011) 45 Unless otherwise specified, the Contracting Agency will pay for no materials 46 received by weight unless they have been weighed in accordance with the 47 requirements of this section. 48 49 Unit contract prices for the various pay items of the project cover all costs related 50 to weighing and proportioning materials for payment. These costs include those 51

Page 142: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 142

for furnishing, installing, certifying, maintaining and operating scales for initial 1 weighing, those for extra haul distance and time involved in complying with 2 confirmation testing requirements, and those for any other related item specified in 3 this section. 4

5 1-09.2(6).INST2.GR1 6

Section 1-09.2(6) is supplemented with the following: 7 8 1-09.2(6).OPT7.GR1 9

(August 7, 2017) 10 Payment will be made for the following bid item when included in the proposal: 11 12 “Confirmation Scale,” Lump Sum 13 The lump sum payment for this item shall be full compensation for all costs related 14 to the procurement, installation, testing, maintenance, operation and removal of 15 the scale in accordance with the provisions. 16

17 1-09.3.GR1 18

Scope of Payment 19 20 1-09.3.INST1.GR1 21 Section 1-09.3 is supplemented with the following: 22 23 1-09.3.OPT1.FR1 24

(August 7, 2017) 25 Fuel Cost Adjustment 26

General 27 The Contracting Agency will make a fuel cost adjustment, either a credit or a 28 payment, for qualifying changes in the index price of on-highway diesel fuel. The 29 adjustment will be applied to partial payments made according to Section 1-09.9. 30 31 The adjustment is not a guarantee of full compensation for fuel price changes. 32 Any adjustment provided by this provision shall not obligate the Contracting 33 Agency for any costs due solely to changes in fuel costs beyond the amount 34 adjusted by this provision. The Contracting Agency does not guarantee that fuel 35 will be available at the base fuel cost or monthly fuel cost. No additional 36 adjustment will be made for rates of fuel consumption or actual fuel types that 37 differ from those specified for the purpose of determining the adjustment. 38 39 For the purpose of calculating the adjustment, the Base Fuel Cost shall be the 40 Weekly fuel price from the U.S. Energy Information Administration website. The 41 website location and directions are as follows: 42 43

• http://www.eia.gov/petroleum/gasdiesel/ 44 • On the web page, click on the West Coast less California, listed under 45

the heading U.S On-Highway Diesel Fuel Prices*(dollar per gallon) at 46 the lower end of the web page. 47

• In the pull down box labeled Period pull down Weekly. 48 • Click on the fuel price history found under the column heading View 49

History for the line Diesel (On-Highway) – All Types. 50

Page 143: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 143

• On this web page obtain the nearest weekly fuel cost for the Monday 1 occurring three weeks prior to the date that bids are opened. This weekly 2 fuel cost becomes the Base Fuel Cost and is fixed for the duration of the 3 Contract and will be used in calculating all adjustments. 4

5 The Monthly Fuel Cost shall be the most recent Monthly fuel price from the U.S. 6 Energy Information Administration website. The website location and directions are 7 as follows: 8 9

• http://www.eia.gov/petroleum/gasdiesel/ 10 • On the web page, click on the West Coast less California, listed under 11

the heading U.S On-Highway Diesel Fuel Prices*(dollar per gallon) at 12 the lower end of the web page. 13

• In the pull down box labeled Period pull down Monthly. 14 • Click on the fuel price history found under the column heading View 15

History for the line Diesel (On-Highway) – All Types. 16 • On this web page obtain the most current monthly fuel price. 17 18

If the specified index ceases to be available for any reason, the Contracting 19 Agency at its discretion will select and begin using a substitute price source or 20 index to establish the Monthly Fuel Cost. 21 22 Measurement 23 No adjustment will be made if the Monthly Fuel Cost is within 10 percent of the 24 Base Fuel Cost. No adjustment will be made for work performed after the 25 authorized Time for Completion. 26 27 If the Monthly Fuel Cost is greater than or equal to 110% of the Base Fuel Cost, 28 then: 29 30

Adjustment = (Monthly Fuel Cost – (1.10 x Base Fuel Cost)) x Q 31 32

If the Monthly Fuel Cost is less than or equal to 90% of the Base Fuel Cost, then: 33 34

Adjustment = (Monthly Fuel Cost – (0.90 x Base Fuel Cost)) x Q 35 36

Where Q = ((Fuel Usage Factor for each Eligible Bid Item) x (Quantity paid in the 37 current months progress estimate for each Eligible Bid Item)) for all Eligible Bid 38 Items listed below: 39 40

Eligible Bid Item Fuel Usage Factor 41 *** $$1$$ *** *** $$2$$ *** 42 *** $$3$$ *** *** $$4$$ *** 43

44 Payment 45 Payment will be made for the following bid item when included in the bid proposal: 46

47 “Fuel Cost Adjustment”, by calculation. 48

49 To provide a common proposal for all bidders, the Contracting Agency has entered 50 an amount in the proposal to become a part of the Contractor’s total bid. 51

Page 144: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 144

1 1-09.3.OPT2.FR1 2

(August 6, 2018) 3 Steel Cost Adjustment 4 The Contractor may elect to participate in the steel cost adjustments for work 5 permanently incorporated into this Contract. Steel cost adjustment is not a guarantee of 6 full compensation for changes to the cost of steel items; not eligible for all items with 7 steel; and any adjustment provided by this provision will not obligate the Contracting 8 Agency for any costs beyond the amount adjusted by this provision. 9 10 This Special Provision provides the option to opt-in to steel cost adjustments for eligible 11 Bid items. The Contractor is provided one opportunity to opt-in and there are no future 12 opt-out provisions. The steel cost adjustment requirements of this Special Provision 13 apply for the duration of the Contract. 14 15

General 16 The Contractor may select Bid items from the list below to be included in the steel 17 cost adjustment. The Contractor is not obligated to select any Bid items or to 18 participate in the steel cost adjustment program. The steel cost adjustment will 19 apply only to the Bid items selected by the Contractor. 20 21 Prior to Contract execution the Contractor shall submit the Steel Cost Adjustment 22 Opt-In Bid Item List, WSDOT Form 410-031, to the WSDOT Contract Ad and 23 Award Office. The form is to be received at the WSDOT Bid Room, located at the 24 Transportation Building, 310 Maple Park Avenue SE, Room 2D20, Olympia, WA 25 98501-2361 or may be submitted by facsimile to the following FAX number, (360) 26 705-6966. The Steel Cost Adjustment Opt-In Bid Item List shall be signed by an 27 authorized representative of the Contractor. Should the Contractor fail to return 28 this document as required no Bid items will be eligible for steel cost adjustment. 29 30 Steel Index Values 31 The Contracting Agency will use the Bureau of Labor Statistics (BLS) producer 32 price index (PPI) series Id: WPUSISTEEL1 index value for steel cost adjustments. 33 34 The Base Steel Materials Index Value (BV) will be the most recent value published 35 on the BLS website on the day of bid opening. This value will be fixed on the day 36 of bid opening even if the BLS lists this as a preliminary value. The Monthly Steel 37 Materials Index Value (MV) will be the final index value published on the BLS 38 website for any month during the Contract. 39 40 Measurement 41 The Contracting Agency has determined the initial cost basis (ICB) of steel to be 42 *** $$1$$ ***. This cost basis is reflected in the steel cost adjustment calculations 43 below, is non-negotiable and will be taken as a fixed value for the duration of the 44 Contract. 45 46 For each month that steel material is incorporated into the permanent Work of the 47 Contract or paid for as Materials on Hand and the MV is more than 110 percent or 48 less than 90 percent of the BV the Contractor shall provide the Engineer with the 49 following for each eligible Bid item by the end of the following month: 50 51

Page 145: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 145

1. The weight of steel material for the month, and 1 2 2. Documentation of the weight and shipment to the Contractor of the steel 3

material by bills of lading, invoices, or purchase orders. 4 5

Should the Contractor not provide the required documentation as specified the 6 following shall apply: 7 8

1. Steel material that has an MV that is more than 110 percent of the BV will 9 not be eligible for a steel cost adjustment. 10

11 2. The steel cost adjustment for a Bid item with an MV that is less than 90 12

percent of the BV will be calculated using a weight of steel determined by 13 the Engineer. 14 15

Steel materials will not be eligible for cost adjustments until all requirements of the 16 Contract have been met. Steel added to a Contract as part of a Value Engineering 17 Change Proposal will not be eligible for steel cost adjustment. Steel cost 18 adjustments made in accordance with this Special Provision will not be reflected 19 on payments made to the Contractor until after the index value required for the 20 calculation becomes final. Preliminary index values may be used to establish the 21 BV, but will not be used to establish the MV in calculations. 22 23 For each Bid Item selected by the Contractor on the Steel Cost Adjustment Opt-In 24 Bid Item List form a cost adjustment evaluation will be made. A cost adjustment 25 will only be made if the MV for the month the Work associated with the Bid Item is 26 performed differs by more than ten-percent from the BV. 27 28 The steel cost adjustment will be determined as follows: 29

30 1. If the MV is within ten-percent of the BV, there will be no adjustment. 31 32 2. If the MV is more than 110-percent of the BV, then 33

34 CA = (((MV - BV) ÷ BV) - 0.10) × (ICB × WS) 35 36

3. If the MV is less than 90-percent of the BV, then 37 38

CA = (((MV - BV) ÷ BV) + 0.10) × (ICB × WS) 39 40 Where: 41 42

CA = Cost Adjustment, dollars 43 MV = Monthly Steel Materials Index Value from BLS for the month determined 44

above 45 BV = Base Steel Materials Index Value taken as the most recent value 46

published on the BLS website on the day of bid opening. 47 ICB = Initial Cost Basis of steel per pound 48 WS = Weight of steel (in pounds) eligible for cost adjustment 49 50

Page 146: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 146

The following Bid Items are eligible for the steel cost adjustment program for this 1 Project: 2 3

*** $$2$$ *** 4 5 Payment 6 Payment will be made for the following bid item when included in the bid proposal: 7 8

“Steel Cost Adjustment”, by calculation. 9 10

To provide a common proposal for all bidders, the Contracting Agency has entered 11 an amount in the proposal to become a part of the Contractor’s total bid. 12 13

14 1-09.8.GR1 15

Payment For Material On Hand 16 17 1-09.8.INST1.GR1 18 The last paragraph of Section 1-09.8 is revised to read: 19 20 1-09.8.OPT1.GR1 21

(August 3, 2009) 22 The Contracting Agency will not pay for material on hand when the invoice cost is less 23 than $2,000. As materials are used in the work, credits equaling the partial payments 24 for them will be taken on future estimates. Each month, no later than the estimate due 25 date, the Contractor shall submit a letter to the Engineer that clearly states: 1) the 26 amount originally paid on the invoice (or other record of production cost) for the items 27 on hand, 2) the dollar amount of the material incorporated into each of the various work 28 items for the month, and 3) the amount that should be retained in material on hand 29 items. If work is performed on the items and the Contractor does not submit a letter, all 30 of the previous material on hand payment will be deducted on the estimate. Partial 31 payment for materials on hand shall not constitute acceptance. Any material will be 32 rejected if found to be faulty even if partial payment for it has been made. 33

34 1-09.9.GR1 35

Payments 36 37 1-09.9.INST1.GR1 38 Section 1-09.9 is supplemented with the following: 39 40 1-09.9.OPT1.FB1 41

(March 13, 1995) 42 The quantity of the following items to be paid for on this project shall be the quantity 43 shown in the Proposal, unless changes are made in accordance with Section 1-04.4 44 which affect this quantity. The quantity shown in the Proposal will be adjusted by the 45 amount of the change and will be paid for as specified in Section 1-04.4. 46 47

*** $$1$$ *** 48 49 The quantities in the Proposal are listed only for the convenience of the Contractor in 50 determining the volume of work involved and are not guaranteed to be accurate. The 51

Page 147: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 147

prospective bidders shall verify these quantities before submitting a bid. No 1 adjustments other than for approved changes will be made in the quantity even though 2 the actual quantities required may deviate from those listed. 3 4 The unit contract price for these items shall be full pay to construct and complete this 5 portion of the work. 6

7 1-09.9(1).GR1 8

Retainage 9 10 1-09.9(1).INST1.GR1 11

Section 1-09.9(1) content and title is deleted and replaced with the following: 12 13 1-09.9(1).OPT1.GR1 14

(June 27, 2011) 15 Vacant 16

17 1-09.11.GR1 18

Disputes and Claims 19 20 1-09.11.INST1.GR1 21 Sections 1-09.11 through 1-09.11(1)B are replaced with the following: 22 23 1-09.11.OPT1.GR1 24

(September 3, 2019) 25 Disputes and Claims 26 When protests occur during a Contract, the Contractor shall pursue resolution through 27 the Engineer in accordance with Section 1-04.5. Unless noted otherwise in the 28 specifications, compliance with all the requirements of Section 1-04.5 is a condition 29 precedent to initiating any action pursuant to these Special Provisions. 30 31 If the negotiations using the procedures outlined in Section 1-04.5 fail to provide 32 satisfactory resolution of the protest, then the Contractor shall provide the Engineer 33 with written notification of dispute stating that the Contractor will continue to pursue the 34 dispute in accordance with the provisions of these Special Provisions. The written 35 notification of dispute shall be provided within 14 calendar days after receipt of the 36 Engineer’s written determination that the Contractor’s protest is invalid pursuant to 37 Section 1-04.5. Should the Contractor not provide written notification of dispute within 38 the designated time period, the Contractor shall be deemed to have waived any right to 39 pursue the protest further and the matter shall be considered resolved. 40 41 When the Proposal Form includes the Bid item “Disputes Review Board”, unresolved 42 protests shall be subject to the Disputes Review Board subsection of this Special 43 Provision. Either party, Engineer or Contractor, may refer a matter in dispute to the 44 Disputes Review Board. Compliance with the requirements of the Disputes Review 45 Board subsection of this Special Provision is a condition precedent to any further right 46 of the Contractor to pursue the dispute either by certified claim or litigation/arbitration. 47 48 When the Proposal Form does not include the Bid item “Disputes Review Board”, the 49 Contractor’s written notification of dispute shall indicate whether the Contractor is 50 requesting to resolve the dispute through the use of a Disputes Review Board as 51

Page 148: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 148

outlined in the Disputes Review Board section of this Special Provision, or will submit 1 a formal certified claim directly to the Engineer pursuant to Section 1-09.11(2). If the 2 Contractor requests a Disputes Review Board, the Engineer will notify the Contractor in 3 writing within 7 calendar days of receipt of the request whether the request is 4 acceptable. If both parties to the dispute agree to use a Disputes Review Board, then 5 a pay item “Disputes Review Board” will be added to the Contract by change order and 6 the dispute will be subject to the provisions of the Disputes Review Board subsection 7 of this Special Provision. If the parties do not agree to establish a Disputes Review 8 Board or the Contractor does not request a Disputes Review Board in its written 9 notification of dispute, the Contractor shall comply with the provisions of Section 1-10 09.11(2). 11 12 Regardless of any protest or dispute, the Contractor shall proceed promptly with the 13 Work as the Engineer orders. 14 15

Disputes Review Board 16 The procedures set forth in these Special Provisions shall only apply when the 17 Contract includes the pay item “Disputes Review Board”. 18 19

Disputes Review Board – General 20 In order to assist in the resolution of dispute(s) between the Contracting 21 Agency and the Contractor arising out of the work of this Contract, a Disputes 22 Review Board, hereinafter called the “Board”, will consider disputes referred 23 to it and furnish written recommendations to the Contracting Agency and 24 Contractor to assist in resolution of the dispute(s). The purpose of the Board 25 response to such issues is to provide nonbinding findings and 26 recommendations designed to expose the disputing parties to an independent 27 view of the dispute. 28 29 Disputes Eligible for Consideration by the Disputes Review Board 30 The Board shall consider and provide written recommendations concerning 31 the following disputes: 32 33

1. Interpretation of the Contract. 34 35 2. Entitlement to additional compensation and/or time for completion. 36 37 3. Other subjects mutually agreed by the Contracting Agency and 38

Contractor to be a Board issue. 39 40 Board Member Qualifications 41 The following definitions apply for the purpose of setting forth experience and 42 disclosure requirements for Board members. 43 44

Financial ties - any ownership interest, loans, receivables or payables. 45 Party directly involved - The Contracting Agency or Contractor of this 46 Contract. 47 48 Party indirectly involved - The firms associated with the Contractor on 49 this Contract, including joint venture partners, subcontractors of any tier, 50 and suppliers; and firms associated with the Contractor or the Contracting 51

Page 149: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 149

Agency on this Contract, such as designers, architects, engineers, or 1 other professional service firms or consultants. 2

3 The Board members shall: 4 5

1. Be experienced in the interpretation of construction contract 6 documents. 7

8 2. Have attended training by the Dispute Resolution Board Foundation 9

in dispute resolution within the last five years. 10 11 3. Be experienced in construction Contract dispute resolution for an 12

owner or Contractor at the level of having responsibility and authority 13 to settle disputes. 14

15 4. Be able to discharge their responsibilities impartially and 16

independently, considering the facts and conditions related to the 17 matters under consideration in strict compliance with the provisions 18 of the Contract. 19

20 5. Not be a current employee of any party directly or indirectly involved. 21 22 6. Not have been an employee of any party directly or indirectly 23

involved with the Project within a period of one year of the Contract 24 Execution date. 25

26 7. Not have a financial interest in the Contract except for payments for 27

services on the Board. 28 29

Board Member Ongoing Responsibilities 30 While serving on the Disputes Review Board on this project: 31 32

1. Board members shall not participate in any discussion contemplating 33 the creation of an agreement or making an agreement with any party 34 directly or indirectly involved in the Contract regarding employment 35 or fee-based consulting services, or any other business arrangement 36 after the Contract is completed. 37

38 2. Board members shall not officially give any advice to either party. 39

The individual members will act in a completely independent manner 40 and will have no consulting or business connections with either 41 party, except for payments for services on the Board. 42

43 3. During routine meetings of the Board as well as during formal 44

hearings, Board members shall refrain from expressing opinions on 45 the merits of statements on matters under dispute or potential 46 dispute. Opinions of Board members expressed in private sessions 47 with other Board members should be kept strictly confidential. 48

49 4. The Board shall comply with the terms of the Contract and enforce 50

such terms consistent with the laws of the State of Washington. 51

Page 150: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 150

Board members shall not supplant or otherwise interfere with the 1 respective rights, authorities, duties and obligations of the parties as 2 defined in the Contract. In making its recommendations, the Board 3 shall not make a recommendation that ignores, disregards, or 4 undermines the intention, requirements, or allocation of risk, 5 established by the Contract. 6

7 5. Throughout the life of the Contract, if Board members become aware 8

of potential conflicts of interest, they shall be disclosed to the parties 9 immediately. 10

11 Establishment of the Board 12 The Contracting Agency and Contractor shall meet prior to the start of 13 Contract time to jointly select three Board nominees. If the pay item, 14 “Disputes Review Board” is added by change order, the Contracting Agency 15 and Contractor shall meet to select Board nominees after the change order is 16 processed. 17 18 The Contracting Agency and the Contractor shall provide to the Board 19 nominees a list of the firms directly and indirectly involved with the Project, 20 including, but not limited to designers, architects, engineers, professional 21 service firms, consultants, JV partners, subcontractors and suppliers, along 22 with a listing of key personnel of each. 23 24 Board nominees shall provide to the Contractor and Contracting Agency the 25 following information within 21 calendar days of nomination. Board nominees 26 that are included on the Washington State Department of Transportation 27 “Statewide Prequalified DRB Candidate Roster” will not be required to submit 28 resumes. 29 30

1. Resume showing: 31 32

a. Full name and contact information 33 34 b. Experience qualifying the person as a Board member as 35

outlined in the Board Member Qualifications subsection of this 36 Special Provision. 37

38 c. Previous Board participation, if any. List each Board assignment 39

separately, indicating the name and location of the project, 40 approximate dates of Board service, name of Contracting 41 Agency, name of Contractor, names of the other Board 42 members and the approximate number of disputes heard. When 43 previous Board experience is extensive, the list may be 44 truncated at the prospective Board member’s discretion. 45

46 2. Disclosure statement addressing the following: 47 48

a. Previous or current direct employment by one of the parties 49 directly or indirectly involved. 50

51

Page 151: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 151

b. Previous or current engagement as a consultant to any party 1 directly or indirectly involved - by the prospective Board member 2 or by the firm to which the prospective Board member is directly 3 employed. 4

5 c. Previous, current, or future financial ties to any of the parties 6

directly or indirectly involved. 7 8 d. Previous or current personal or professional relationships with a 9

key member of any party directly or indirectly involved. 10 11 e. Previous and current service as a Board member on projects 12

where any of the parties directly or indirectly involved in this 13 Contract were also involved. 14

15 f. Any prior involvement in this project. 16

17 Within 14 calendar days of receiving the resumes and disclosure statements 18 from the Board nominees, the Contracting Agency and the Contractor shall 19 review and jointly agree on the final selection of the three members to serve 20 on the Board. In the event that any of the three nominees are not acceptable 21 to either party, the process shall be repeated until all positions are filled. 22 23 The Contracting Agency, the Contractor, and the Board shall execute the 24 Three-Party Agreement not later than the first Board meeting. The Three-25 Party Agreement form (WSDOT Form 134-091) is available online at WSDOT 26 Electronic Forms webpage. 27 28 The Board shall determine and notify the parties which Board member will act 29 as the Board chair. 30 31

Disputes Review Board Candidates 32 The qualifications of some potential Board members have been reviewed 33 and deemed potentially acceptable by the Washington State Department 34 of Transportation (WSDOT). This list of potential Board members, 35 Statewide Prequalified DRB Candidate Roster, is available from the 36 WSDOT Headquarters Construction Office website at 37 https://www.wsdot.wa.gov/business/construction/dispute-review-boards. 38 Either party may propose a Board nominee that is not on the WSDOT list. 39 In either case, Board nominees must comply with the requirements of the 40 Board Member Qualifications, Board Member Ongoing 41 Responsibilities, and Establishment of the Board subsection of this 42 Special Provision, and every Board member must be deemed acceptable 43 by both the Contracting Agency and the Contractor. 44 45 Replacement or Termination of a Board Member 46 Procedures for terminating Board members are defined in The Three-47 Party Agreement. 48 49

Page 152: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 152

Disputes Review Board Procedures – General 1 The Board, Contracting Agency, and Contractor may mutually develop rules 2 of operation of the Board that supplement the Three-Party Agreement. Such 3 supplemental rules must be in writing and accepted by the Board, Contracting 4 Agency, and Contractor. 5 6 The Board members shall act impartially and independently in the 7 consideration of facts and conditions surrounding any dispute presented by 8 the Contracting Agency or the Contractor and that the recommendations 9 concerning any such dispute are advisory. 10 11 The Contracting Agency and the Contractor shall furnish to the Board 12 documents in accordance with the Three-Party Agreement. 13 14 Regular Disputes Review Board Meetings 15 All regular Board meetings will be held at or near the job site. The frequency 16 of regular meetings will be set by mutual agreement of the Board, the 17 Contracting Agency and the Contractor. Each regular meeting is expected to 18 consist of a round table discussion and a field inspection of the project site. A 19 member of the Contracting Agency and Contractor are expected to jointly 20 facilitate the round table discussion. Round table discussion attendees are 21 expected to include selected personnel from the Contracting Agency and the 22 Contractor. The agenda for each meeting will be managed by the Board. 23 24 Standard Procedure for Consideration of Disputes 25

Dispute Referral 26 Disputes shall be referred in writing to the Board chair with a copy 27 concurrently provided to the other Board members and the other party. 28 29

1. The dispute referral shall concisely define the nature and 30 specifics of the dispute that is proposed to be considered by the 31 Board and the scope of the recommendation requested. This 32 referral is not expected to contain a mutually agreed upon 33 statement of the dispute. 34

35 2. The Board chair shall confer with the parties to establish a 36

briefing schedule for delivering prehearing submittals/rebuttals, 37 and a date, time, and location for convening the Board for a 38 hearing. 39

40 Pre-Hearing Submittal 41 1. The Contracting Agency and the Contractor shall each prepare a 42

pre-hearing submittal and transmit both a hard copy and an 43 electronic copy of it to all three members of the Board and the other 44 party. The pre-hearing submittal, comprising a position paper with 45 such backup data as is referenced in the position paper, shall be 46 tabbed, indexed, and the pages consecutively numbered. 47

48 2. Both position papers shall, at a minimum, contain the following: 49 50

Page 153: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 153

a. A mutually agreed upon joint statement of the dispute and the 1 scope of the desired report being requested of the Board, 2 placed at the beginning of the papers. The language of this joint 3 statement shall summarize in a few sentences the nature of the 4 dispute. If the parties are unable to agree on the wording of the 5 joint statement of dispute, each party's position paper shall 6 contain both statements, and identify the party authoring each 7 statement. 8

9 b. The basis and justification for the party's position, with reference 10

to Contract language and other supporting documents for each 11 element of the dispute. In order to minimize duplication and 12 repetitiveness, the parties may identify a common set of 13 documents that will be referred to by both parties, and submit 14 them in a separate package. 15

16 3. If requested by the Board or either party, the Contracting Agency 17

and the Contractor shall each prepare and submit a rebuttal paper in 18 response the position paper of the other party. 19

20 4. The number of copies, distribution requirements, and time for 21

submittal will be established by the Board and communicated to the 22 parties by the Board chair. 23

24 Disputes Review Board Hearing 25 1. The Contracting Agency will arrange for or provide hearing facilities 26

at or near the project site. 27 28 2. Attendance: 29 30

a. The Contracting Agency and the Contractor will have a 31 representative at all hearings. 32

33 b. The Contracting Agency and Contractor shall both limit 34

attendance at the hearing to personnel directly involved in the 35 dispute and participants in the good-faith negotiations that were 36 conducted prior to submittal to the Board except as noted 37 elsewhere in this section. 38

39 c. At least 14 calendar days before the hearing, each party shall 40

provide a list of proposed attendees to the Board and to the 41 other party. In the event of any disagreement, the Board shall 42 make the final determination as to who attends the hearing. 43

44 d. Attorneys shall not attend hearings except as follows: 45 46

i. Attorneys are identified as such on the list of proposed 47 attendees; 48

49 ii. All parties desiring their attorney present are able to do so. 50 51

Page 154: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 154

iii. Attorneys shall not participate in the hearing, unless the 1 scope and extent of Attorney participation is mutually 2 agreed to by the Contracting Agency, Contractor and the 3 Board at least 7 calendar days before the hearing. 4

5 e. For hearings regarding disputes involving a Subcontractor, the 6

Contractor shall require and ensure that each Subcontractor 7 involved in the dispute have present an authorized 8 representative with actual knowledge of the facts underlying the 9 Subcontractor disputes. 10

11 3. A party furnishing written evidence or documentation of any kind to 12

the Board must furnish copies of such information to the other party 13 and the Board a minimum of 21 calendar days prior to the date the 14 Board sets to convene the hearing for the dispute, unless otherwise 15 mutually agreed to by the parties and the Board. Either party shall 16 produce such additional evidence as the Board may deem 17 necessary and furnish copies to the other party prior to submittal to 18 the Board. 19

20 4. The conduct of the hearing shall be established by the Board and be 21

generally consistent with the following guidelines: 22 23

a. The party who referred the dispute to the Board shall present 24 first, followed by the other party. 25

26 b. To assure each party a full and adequate opportunity to present 27

their position, both parties shall be allowed successive rebuttals 28 and to rebut the opposing party's position until, in the Board’s 29 opinion, all aspects of the dispute have been fully and fairly 30 covered. 31

32 c. The Board shall be fully prepared to, and may at any time, ask 33

questions, request clarifications, or ask for additional data, 34 documents, and/or job records. 35

36 d. Either party may request that the Board direct a question to, or 37

request a clarification from the other party. The Board shall 38 determine at what point in the proceedings such requests may 39 be made and if they will be granted. In general, the Board will 40 not allow one party to be questioned directly by the other party. 41

42 e. In difficult or complex cases, additional hearings may be 43

necessary to facilitate full consideration and understanding of 44 the dispute. 45

46 f. The Board, in its discretion, may allow introduction of 47

arguments, exhibits, handouts, or documentary evidence that 48 were not included in that party's prehearing position paper or 49 rebuttal and have not been previously submitted to the other 50 party. In such cases the other party will be granted time to 51

Page 155: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 155

review and prepare a rebuttal to the new material, which may 1 require a continuation of the hearing. 2

3 5. After the hearing is concluded, the Board shall meet in private and 4

reach a conclusion supported by two or more members. Its findings 5 and recommendations, together with its reasons shall then be 6 submitted as a written report to both parties. The recommendations 7 shall be based on the pertinent Contract provisions, facts, and 8 circumstances involved in the dispute. The Contract shall be 9 interpreted and construed in accordance with the laws of the State of 10 Washington. 11

12 Failure to Prepare a Pre-Hearing Submittal or Attend a Hearing 13 In the event that either party fails to deliver a pre-hearing submittal by the 14 date established by the Board, the Board shall, at its discretion, 15 determine whether the hearing shall proceed as originally scheduled, or 16 allow additional time for the submittal and/or reschedule the hearing. On 17 the final date and time established for the hearing, the Board shall 18 proceed with the hearing utilizing the information that has been 19 submitted. 20 21 In the event that representatives of either the Contracting Agency or the 22 Contractor fail to appear at the appointed time of a hearing, the Board 23 shall postpone the hearing until such time as representatives from both 24 parties are available to proceed with the hearing. 25 26 Use of Outside Experts 27 1. By the Contracting Agency or the Contractor: 28 29

a. A party intending to offer an outside expert's analysis at the 30 hearing shall notify the other party and the Board in writing no 31 less than 30 calendar days prior to the due date for delivering 32 the pre-hearing submittal, and provide the following disclosure: 33

34 i. The expert's name and a general statement of the area of 35

the dispute that will be covered by his or her testimony. 36 37 ii. A statement prepared by the proposed expert which 38

addresses the requirements of the Establishment of the 39 Board subsection of this Special Provision, item 2. 40

41 iii. A statement prepared by the proposed expert which 42

identifies the experience and training which qualifies them 43 as an expert. 44

45 b. Upon receipt of the disclosure, the other party shall have the 46

opportunity to secure the services of an outside expert to 47 address or respond to those issues that may be raised by the 48 other party's outside expert. The notification and disclosure 49 requirement shall be the same as that specified elsewhere in 50 this section, except the time requirement is 21 calendar days. 51

Page 156: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 156

1 2. By the Board: 2 3

a. When requested by the Board and subject to approval of the 4 parties, outside experts may be needed to assist the Board. In 5 such cases, the outside expert shall in no way be deemed 6 authorized to usurp the Board’s authority to issue the Board 7 recommendations. Such authority shall remain vested solely in 8 the Board. 9

10 b. Prior to arranging for outside experts, the Board shall obtain 11

prior approval from the Contracting Agency and the Contractor 12 by providing: 13

14 i. A statement explaining why the expert assistance is 15

needed. 16 17 ii. An estimate of the cost of the expert assistance. 18 19 iii. The expert's name and a general statement of the area of 20

expertise they will provide. 21 22 iv. A statement prepared by the proposed expert which 23

addresses the requirements of the Establishment of the 24 Board subsection of this Special Provision, item 2. 25

26 v. A statement prepared by the proposed expert which 27

identifies the experience and training which qualifies them 28 as an expert. 29

30 vi. A confidentiality statement, consistent with the 31

confidentiality obligations of the Board described in the 32 Three Party Agreement, executed by the proposed expert. 33

34 Disputes Review Board Report 35 The Board’s recommendations shall be formalized in a written report 36 signed by all Board members. The recommendations shall be based on 37 the Contract Provisions and the facts and circumstances involved in the 38 dispute. The report should include a description of the dispute, 39 statements of each party's position, findings as to the facts of the dispute, 40 discussion and rationale for the recommendation(s), and the 41 recommendation(s). The report shall be submitted concurrently to the 42 parties, as soon as possible after completion of the hearing as agreed by 43 all parties. 44 45 Either party may request clarification of a report within 14 calendar days 46 following receipt of the report. Within a reasonable period of time, the 47 Board shall provide written clarification to both parties. Requests for 48 clarification shall be submitted in writing simultaneously to the Board and 49 the other party. 50 51

Page 157: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 157

Either party may request reconsideration of a report, provided: 1 2

1. The request is made within 14 calendar days following receipt of 3 the report, and 4

5 2. New information is obtained or developed that was not known at 6

the time of the hearing or, in the party's opinion, the Board 7 misunderstood or failed to consider pertinent facts of the 8 dispute. 9

10 Requests for reconsideration shall be submitted in writing simultaneously 11 to the Board and the other party. The Board shall give the party not 12 requesting reconsideration the option of submitting a rebuttal to any 13 information that is the basis of the request for reconsideration. The Board 14 shall provide a written response to the request for reconsideration. 15 16 Acceptance of Disputes Review Board Recommendations 17 Within 30 calendar days of receiving the Board’s report, or within 14 18 calendar days of receiving the Board’s written clarification and/or 19 reconsideration, both the Contracting Agency and the Contractor shall 20 respond to the other in writing signifying that the dispute is either resolved 21 or remains unresolved. Although both parties should place weight upon 22 the Board recommendations, the recommendations are not binding. 23 24 If the Board’s assistance does not lead to resolution of the dispute, the 25 Contractor must file a claim according to Section 1-09.11(2) before 26 seeking any form of judicial relief. 27 28 In the event the Board’s recommendations do not lead to resolution of the 29 dispute, the Board’s recommendation consisting solely of the Board’s 30 written report and any written minority reports, along with the Board’s 31 written clarifications and written responses to requests for 32 reconsideration, if any, will be admissible in any subsequent dispute 33 resolution proceedings including, but not limited to litigation/arbitration. 34 The aforementioned list of documentation shall be considered all 35 inclusive. 36

37 Payment for the Disputes Review Board 38 The Contracting Agency and Contractor shall share equally in the cost of the 39 Board’s services and all operating expenses of the Board. The Board 40 members’ compensation shall be in accordance with the Three Party 41 Agreement. After the Contractor and Contracting Agency review invoices from 42 the Board and other operating expenses of the Board, the Contractor shall 43 make full payment for all Board members and Board operating expenses. The 44 Contracting Agency will reimburse the Contractor for fifty percent of such 45 payments, under the pay item “Disputes Review Board”. 46 47 The Contractor and the Contracting Agency shall equally bear the cost of the 48 services of the outside expert hired to advise the Board. Outside experts hired 49 to advise the Board shall Contract directly with the Contractor after 50 concurrence from the Board and approval from the Contracting Agency. 51

Page 158: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 158

Invoices for these services shall be submitted by the expert to both the 1 Contractor and Contracting Agency for approval by both parties. The 2 Contractor shall pay approved invoices in full, and the Contracting Agency will 3 reimburse the Contractor for fifty percent of such payments, under the Bid 4 item “Disputes Review Board”. 5 6 The cost for securing outside expert services for the Contracting Agency or 7 the Contractor shall be borne by the party securing such services. 8 9 The Contracting Agency will provide administrative services, such as 10 conference facilities and copying services, to the Board and the Contracting 11 Agency will bear the costs for these services. 12 13 Indemnification of Disputes Review Board Members 14 The Contracting Agency and Contractor shall indemnify and hold harmless 15 the Board members from and against all claims, damages, losses and 16 expenses, including but not limited to attorney’s fees arising out of and 17 resulting from the actions and recommendations of the Board. 18

19 1-10.GR1 20

Temporary Traffic Control 21 22 1-10.1.GR1 23

General 24 25 1-10.1.INST1.GR1 26 Section 1-10.1 is supplemented with the following: 27 28 1-10.1.OPT1.FR1 29

(April 1, 2013) 30 The Contracting Agency will provide the following labor, equipment and/or materials 31 resources to the Contractor for use on the project. 32 33

*** $$1$$ *** 34 35 The Contractor shall notify the Engineer when each resource is to be utilized and shall 36 provide a minimum of *** $$2$$ *** working days advance notice to allow any 37 necessary arrangements to be made. 38

39 1-10.1.OPT2.FR1 40

(September 3, 2019) 41 The Contracting Agency has arranged for the following uniformed law enforcement 42 agency to provide personnel and equipment to participate in the Contractor’s traffic 43 control activities: 44

45 *** $$1$$ *** 46

47 With acceptance of the Engineer, the Contractor may utilize an alternative law 48 enforcement agency to perform the work identified in the Contract. It shall be the 49 Contractor’s responsibility to secure the services of the alternative law enforcement 50 agency including the costs to arrange for the service. Any increase in costs for the 51

Page 159: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 159

work of the alternative law enforcement agency over the costs for the Contracting 1 Agency provided law enforcement agency shall be the responsibility of the Contractor. 2 3 In accordance with Section 1-10.1(2), the responsibility for all traffic control shall 4 remain with the Contractor. It shall be the Contractor’s responsibility to coordinate with 5 the uniformed law enforcement personnel where their participation is either required or 6 allowed. There shall be no entitlement for any impacts for any reason as a result of 7 uniformed law enforcement personnel. 8 9 Uniformed law enforcement personnel may be utilized to perform the following traffic 10 control task and those shown in the Plans: 11 12

*** $$2$$ *** 13 14

Uniformed law enforcement personnel may not be used for any other work without prior 15 acceptance from the Engineer. The acceptance will identify the added work allowed, 16 the terms under which the uniformed law enforcement personnel may be used for the 17 added work, and how the cost of the added work will be shared by the Contractor and 18 Contracting Agency.. 19 20 This resource is provided at no additional cost to the Contractor for the initial *** $$3$$ 21 *** hours and includes all costs (e.g., law enforcement personnel labor, vehicle miles, 22 etc.). Additional hours of uniformed law enforcement personnel may be utilized by the 23 Contractor and the cost for these hours will be shared by the Contracting Agency and 24 the Contractor. The Contractor’s share of the cost for additional hours will be one-half 25 of the amount billed by the law enforcement agency. 26 27 Where uniformed law enforcement personnel are required in the Plans or 28 Specifications, the hours for this work will be included in the initial hours provided 29 regardless of when the actual work occurs. All costs for cancelled work due to 30 unsuitable weather will be shared by the Contracting Agency and the Contractor. The 31 Contractor’s share of the cost for cancelled work will be one-half of the amount billed 32 by the law enforcement agency, regardless of when the actual work occurs. All costs 33 for cancelled work for any other reason shall be the full responsibility of the Contractor. 34 35 The value of this resource shall be reflected in the Contractor’s bid for Traffic Control. 36 Additional agreement or price adjustment between the Contractor and the Contracting 37 Agency for this resource shall not be necessary. The Contractor’s share of costs for 38 additional hours of uniformed law enforcement personnel shall be deducted from 39 monies due or that may become due to the Contractor. 40

41 1-10.1(1).GR1 42

Materials 43 44 1-10.1(1).INST1.GR1 45

Section 1-10.1(1) is supplemented with the following: 46 47

Page 160: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 160

1-10.1(1).OPT1.GR1 1 (April 7, 2014) 2 Automated Flagger Assistance Devices 3 Automated Flagger Assistance Devices (AFADs) shall meet the requirements of 4 the MUTCD. 5

6 1-10.2.GR1 7

Traffic Control Management 8 9 1-10.2(1).GR1 10

General 11 12 1-10.2(1).INST1.GR1 13

Section 1-10.2(1) is supplemented with the following: 14 15 1-10.2(1).OPT1.GR1 16

(January 3, 2017) 17 Only training with WSDOT TCS card and WSDOT training curriculum is 18 recognized in the State of Washington. The Traffic Control Supervisor shall be 19 certified by one of the following: 20 21

The Northwest Laborers-Employers Training Trust 22 27055 Ohio Ave. 23 Kingston, WA 98346 24 (360) 297-3035 25 26 Evergreen Safety Council 27 12545 135th Ave. NE 28 Kirkland, WA 98034-8709 29 1-800-521-0778 30 31 The American Traffic Safety Services Association 32 15 Riverside Parkway, Suite 100 33 Fredericksburg, Virginia 22406-1022 34 Training Dept. Toll Free (877) 642-4637 35 Phone: (540) 368-1701 36

37 1-10.2(1).OPT2.GR1 38

(January 5, 2015) 39 The primary TCS shall have a minimum of 500 hours of experience providing 40 traffic control as a TCS or traffic control labor on multilane highways with a speed 41 limit of 55 mph or greater. The Contractor shall submit a certification of the TCS’s 42 experience with the TCS designation. Documentation of experience shall be 43 available upon request by the Engineer. 44

45 1-10.2(3).GR1 46

Conformance to Established Standards 47 48 1-10.2(3).INST1.GR1 49

Section 1-10.2(3) is revised to read: 50 51

Page 161: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 161

1-10.2(3).OPT1.GR1 1 (February 3, 2020) 2 Flagging, signs, and all other traffic control devices and procedures furnished or 3 provided shall conform to the standards established in the latest WSDOT adopted 4 edition (in accordance with WAC 468-95) of the MUTCD, published by the U.S. 5 Department of Transportation, and the 2005 draft version of the Public Rights-of-6 Way Accessibility Guidelines (PROWAG): https://www.access-7 board.gov/guidelines-and-standards/streets-sidewalks/public-rights-of-8 way/background/revised-draft-guidelines. Judgment of the quality of devices 9 furnished will be based upon Quality Guidelines for Temporary Traffic Control 10 Devices, published by the American Traffic Safety Services Association. Copies of 11 the MUTCD and Quality Guidelines for Temporary Control Devices may be 12 purchased from the American Traffic Safety Services Association, 15 Riverside 13 Parkway, Suite 100, Fredericksburg, VA 22406-1022. 14 15 In addition to the standards of the MUTCD described above, the Contracting 16 Agency enforces crashworthiness requirements for most work zone devices. The 17 AASHTO Manual for Assessing Safety Hardware (MASH) has superseded the 18 National Cooperative Highway Research Project (NCHRP) Report 350 as the 19 established requirements for crash testing. Temporary traffic control devices 20 manufactured after December 31, 2019 shall be compliant with the 2016 edition of 21 the Manual for Assessing Safety Hardware (MASH 16) crash test requirements, as 22 determined by the Contracting Agency, except as follows: 23 24

1. In situations where a MASH 16 compliant traffic control device does not 25 exist and there are no available traffic control devices that were 26 manufactured on or before December 31, 2019, then a traffic control 27 device manufactured after December 31, 2019 that is compliant with 28 either NCHRP 350 or the 2009 edition of the Manual for Assessing Safety 29 Hardware (MASH 09) is allowed for use with approval of the Engineer. 30

31 2. Temporary traffic control devices that were manufactured on or before 32

December 31, 2019, and were successfully tested to National 33 Cooperative Highway Research Program (NCHRP) Report 350 or MASH 34 09 may continue to be used on WSDOT projects throughout their normal 35 service life. 36

37 3. Small and lightweight channelizing and delineating devices, including 38

cones, tubular markers, flexible delineator posts, and plastic drums, shall 39 meet the requirements of either NCHRP 350, MASH 09, or MASH 16, as 40 determined by the manufacturer of the device. 41

42 4. A determination of crashworthiness for acceptance of trailer-mounted 43

devices such as arrow displays, temporary traffic signals, area lighting 44 supports, and portable changeable message signs is currently not 45 required. 46

47 The condition of signs and traffic control devices shall be acceptable or marginal 48 as defined in the book Quality Guidelines for Temporary Traffic Control Devices, 49 and will be accepted based on a visual inspection by the Engineer. The Engineer’s 50 decision on the condition of a sign or traffic control device shall be final. A sign or 51

Page 162: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 162

traffic control device determined to be unacceptable shall be removed from the 1 project and replaced within 12 hours of notification. 2

3 1-10.3.GR1 4

Traffic Control Labor, Procedures and Devices 5 6 1-10.3(3).GR1 7

Traffic Control Devices 8 9 1-10.3(3).INST1.GR1 10

Section 1-10.3(3) is supplemented with the following: 11 12 1-10.3(3).OPT1.GR1 13

(April 7, 2014) 14 Automated Flagger Assistance Devices 15 Where shown on an approved traffic control plan, the Contractor shall provide, 16 operate and maintain AFADs. 17 18 An AFAD is a self-contained, portable traffic control system that enable a flagger to 19 be positioned out of the lane of traffic and is used to control road users through 20 temporary traffic control zones for short-term lane closures, on two-lane highways. 21 The Contractor shall submit the manufacturers’ specifications for each AFAD to 22 the Engineer a minimum of two weeks prior to use. A manufacturers’ 23 representative shall be required to demonstrate the capabilities of each device 24 prior to its use and provide training to the certified flaggers that will be operating 25 the device. Each AFAD shall require a flagger near enough to the device to see 26 the device and remotely operate it. Only a qualified flagger who has been trained 27 on the operation of the AFAD shall operate the AFAD. The flagger operating the 28 AFAD shall not leave the device unattended at any time while the AFAD is being 29 used to control traffic. 30 31 An AFAD shall only be used in situations where there is only one lane of 32 approaching traffic in the direction to be controlled. When used at night, the AFAD 33 location shall be illuminated in accordance with Section 1-10.3(1)A. 34 35 During the setup and take down operation of the work area, the AFAD display shall 36 be set to a yellow flash mode when the signal heads are deployed into normal 37 operating position. 38 39 If repairs are required the Contractor shall respond immediately and provide 40 flagger traffic control and the unit shall be either repaired or replaced with a 41 backup unit within 48 hours. 42 43 The Engineer may order adjustments to the location as needed based on traffic 44 and field conditions. 45

46 1-10.3(3).OPT2.GR1 47

(January 2, 2018) 48 Radar Speed Display Sign 49 Where shown on an approved traffic control plan or where ordered by the 50 Engineer, the Contractor shall provide, operate, and maintain radar speed display 51

Page 163: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 163

signs (RSDS). A RSDS shall be placed with a minimum of 4 ft. of lateral clearance 1 to edge of a travelled lane and be delineated by channelization devices. The 2 Contractor shall remove the RSDS from the clear zone when not in use unless 3 protected by barrier or guardrail. 4

5 1-10.3(3)(9-35.8).GR1 6

Vacant 7 Section 9-35.8 is revised to read: 8

9 1-10.3(3)(9-35.8).OPT1.GR1 10

(April 1, 2019) 11 Radar Speed Display Sign 12 Radar Speed Display Signs (RSDS) shall consist of a fully self-contained see-13 through trailer with power supply and an LED speed indicator display with a one-14 direction radar. Above or below the display shall be the message “YOUR SPEED” 15 or “YOUR SPEED IS” in letters of 5 to 8 inches in height. The lowest portion of the 16 display shall be high enough to be visible over concrete barriers or safety drums 17 and a 36”x48” speed limit sign as shown on the approved traffic control plan shall 18 be mounted above the speed display. 19 20 The radar speed measurement shall provide a minimum detection distance of 21 1000 ft. and have an accuracy of +/ - 1 mile per hour. The radar shall be mounted 22 so detection will function when located behind concrete barrier or drums. 23 24 The numeric speed display range shall be 0 to 99 MPH with numerals of 18 inches 25 in height minimum, amber in color with a black background with automatic 26 dimming for nighttime operations. 27 28 The speed indicator display shall be equipped with a violation alert that flashes the 29 displayed detected speed when the work zone posted speed limit is exceeded. 30 The speed indicator shall have a maximum speed cutoff. Detected speeds more 31 than 25 MPH over the posted speed shall not be displayed and speeds under 25 32 MPH shall not be displayed. 33 34 The unit shall have traffic data collection capabilities. Traffic data shall be collected 35 and transmitted to the Engineer upon request. 36

37 1-10.4.GR1 38

Measurement 39 40 1-10.4(1).GR1 41

Lump Sum Bid for Project (No Unit Items) 42 43 1-10.4(1).INST1.GR1 44

Section 1-10.4(1) is supplemented with the following: 45 46 1-10.4(1).OPT1.GR1 47

(August 2, 2004) 48 The proposal contains the item “Project Temporary Traffic Control”, lump sum. 49 The provisions of Section 1-10.4(1) shall apply. 50

51

Page 164: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 164

1-10.4(2).GR1 1 Item Bids With Lump Sum for Incidentals 2

3 1-10.4(2).INST1.GR1 4

Section 1-10.4(2) is supplemented with the following: 5 6 1-10.4(2).OPT1.GR1 7

(August 2, 2004) 8 The bid proposal does not contain the item “Project Temporary Traffic Control,” 9 lump sum. The provisions of Section 1-10.4(2) shall apply. 10

11 1-10.4(2).OPT2.GR1 12

(April 7, 2014) 13 “Automated Flagger Assistance Device” will be measured per each one time only 14 for each automated flagger assistance device used on the project. The final pay 15 quantity shall be the maximum number of such devices in place at any one time as 16 approved by the Engineer. 17

18 1-10.4(2).OPT3.GR1 19

(January 2, 2018) 20 “Radar Speed Display Sign” will be measured by the hour for the time that each 21 sign is operating as shown on an approved Traffic Control Plan. 22

23 1-10.4(2).INST2.GR1 24

The sixth bullet of the third paragraph in Section 1-10.4(2) is revised to read: 25 26 1-10.4(2).OPT4.GR1 27

(January 2, 2018) 28 • Relocation of Portable Changeable Message Signs or Radar Speed Display 29

Signs within the project limits. 30 31 1-10.4(3).GR1 32

Reinstating Unit Items With Lump Sum Traffic Control 33 34 1-10.4(3).INST1.GR1 35

Section 1-10.4(3) is supplemented with the following: 36 37 1-10.4(3).OPT1.FR1 38

(August 2, 2004) 39 The bid proposal contains the item “Project Temporary Traffic Control,” lump sum 40 and the additional temporary traffic control items listed below. The provisions of 41 Section 1-10.4(1), Section 1-10.4(3), and Section 1-10.5(3) shall apply. 42

43 *** $$1$$ *** 44

45 1-10.5.GR1 46

Payment 47 48 1-10.5(2).GR1 49

Item Bids with Lump Sum for Incidentals 50 51

Page 165: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 165

1-10.5(2).INST1.GR1 1 Section 1-10.5(2) is supplemented with the following: 2

3 1-10.5(2).OPT1.GR1 4

(April 7, 2014) 5 “Automated Flagger Assistance Device”, per each. 6 The unit Contract price per each for “Automated Flagger Assistance Device”, when 7 applied to the number of units measured for this item in accordance with Section 8 1-10.4(2), shall be full pay to provide, maintain and remove the AFAD as described 9 including transporting, installing and resetting the devices. 10 11 All costs associated with operating Automated Flagger Assistance Devices shall 12 be included in the unit Contract price per hour for “Flaggers”. 13

14 1-10.5(2).OPT2.GR1 15

(January 2, 2018) 16 “Radar Speed Display Sign”, per hour. 17 The unit Contract price, when applied to the number of units measured for this 18 item in accordance with Section 1-10.4(2), shall be full compensation for all costs 19 incurred by the Contractor in performing the Work for procuring all radar speed 20 display signs required for the project and for transporting these signs to and from 21 the project. 22

23 DIVISION2.GR2 24

Division 2 25 Earthwork 26

27 2-01.GR2 28

Clearing, Grubbing, and Roadside Cleanup 29 30 2-01.1.GR2 31

Description 32 33 2-01.1.INST1.GR2 34 Section 2-01.1 is supplemented with the following: 35 36 2-01.1.OPT1.FR2 37

(March 13, 1995) 38 Clearing and grubbing on this project shall be performed within the following limits: 39 40

*** $$1$$ *** 41 42 2-01.3.GR2 43

Construction Requirements 44 45 2-01.3(1).GR2 46

Clearing 47 48 2-01.3(1).INST1.GR2 49

Item number 1 of Section 2-01.3(1) is revised to read: 50

Page 166: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 166

1 2-01.3(1).OPT1.GR2 2

(April 2, 2018) 3 1. Trees identified for removal shall be felled into the Contracting Agency right of 4

way or areas that will be cleared of vegetation. 5 6 2-01.3(4).GR2 7

Roadside Cleanup 8 9 2-01.3(4).INST1.GR2 10

Section 2-01.3(4) is supplemented with the following: 11 12 2-01.3(4).OPT1.FR2 13

(January 5, 1998) 14 *** $$1$$ *** 15

16 2-01.5.GR2 17

Payment 18 19 2-01.5.INST1.GR2 20 The first and second paragraphs of Section 2-01.5 are revised to read: 21 22 2-01.5.OPT1.FR2 23

(August 7, 2017) 24 Payment will be made for the following bid items when they are included in the 25 proposal: 26

27 All costs for clearing and grubbing on this project shall be included in the *** $$1$$ 28 ***. 29

30 2-02.GR2 31

Removal of Structures and Obstructions 32 33 2-02.1.GR2 34

Description 35 36 2-02.1.INST1.GR2 37 Section 2-02.1 is supplemented with the following: 38 39 2-02.1.OPT1.GR2 40

(March 13, 1995) 41 This work shall consist of removing miscellaneous traffic items. 42

43 2-02.1.OPT2.FR2 44

(March 13, 1995) 45 This work shall consist of removing, handling, and disposing of asbestos in the 46 following areas: 47 48

*** $$1$$ *** 49 50

Page 167: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 167

2-02.1.OPT3.GR2 1 (March 13, 1995) 2 This work shall consist of removing portions of an existing box culvert in preparation for 3 extending the box culvert. 4

5 2-02.1.OPT4.GR2 6

(September 30, 1996) 7 The Contractor is advised that asbestos may be present on this project. 8

9 2-02.3.GR2 10

Construction Requirements 11 12 2-02.3.INST1.GR2 13 Section 2-02.3 is supplemented with the following: 14 15 2-02.3.OPT1.FR2 16

(February 17, 1998) 17 Removal of Obstructions 18 *** $$1$$ *** 19

20 2-02.3.OPT2.FR2 21

(March 13, 1995) 22 Removing Miscellaneous Traffic Items 23 The following miscellaneous traffic items shall be removed and disposed of: 24 25

*** $$1$$ *** 26 27 2-02.3.OPT3.FR2 28

(August 1, 2005) 29 Removal and Disposal of Hazardous Material 30 Hazardous material is suspected to exist on this project. Approximate limits of 31 contamination are identified in the Plans. The site history, prior studies and/or test 32 results indicate a potential for encountering *** $$1$$ ***. 33 34 Copies of the environmental reports are available for review at the Engineer’s office. 35 All necessary permits for this work will be furnished by the Contracting Agency. The 36 Contractor is responsible for all work, records, and reports required to perform the work 37 described in this section. The Contracting Agency will perform all testing of suspected 38 hazardous or contaminated material. 39 40 The Contractor shall notify the Engineer 10 working days prior to beginning work in the 41 area identified in the Plans as contaminated. The Contractor shall notify the Engineer 42 immediately if contamination is discovered in areas other than those identified in the 43 Plans, or is suspected through observations such as an oily sheen or discolored soils 44 that may or may not emit strong chemical odors. 45 46 Contaminated Soil and Hazardous Material 47 The Engineer will determine the limits of excavation required. All material that is 48 designated by the Engineer to be removed shall be handled and stored in a manner 49 that prevents the spread of contamination to adjacent soil or water. Separate 50 stockpiles shall be maintained for known hazardous or contaminated material and for 51

Page 168: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 168

suspected hazardous or contaminated material. The Contractor shall transport 1 hazardous or contaminated material and dispose of it at a permitted facility. The 2 Contractor shall provide the Engineer with a copy of the shipping manifest or bill of 3 lading indicating the amount of material hauled to disposal, and bearing the disposal 4 site operator’s confirmation for receipt of the material. 5 6 Contaminated Water 7 All water that is removed from the areas of contamination, including free water that 8 leaches from contaminated soil stockpiles or water that is suspected of being 9 contaminated, shall be collected, handled and stored in a manner that prevents the 10 spread of contamination to adjacent soil or water. The Contractor shall transport 11 contaminated water and dispose of it at a permitted facility. The Contractor shall 12 provide the Engineer with a copy of the shipping manifest or bill of lading indicating the 13 amount of material hauled to disposal, and bearing the disposal site operator’s 14 confirmation for receipt of the material. 15

16 2-02.3.OPT4.GR2 17

(September 30, 1996) 18 Asbestos Handling And Disposal 19 Prior to and during, the performance of any contract work, the Contractor shall verify 20 that no asbestos containing materials are involved or will be disturbed. When asbestos 21 is encountered, the Contractor shall be responsible for obtaining all permits from, and 22 provide notification to, the Washington State Department of Labor and Industries, the 23 U.S. EPA, the local air pollution control agency, and other permitting and regulatory 24 agencies with jurisdiction over the work involving asbestos as the law requires. 25 26 Prior to commencing asbestos related work, the Contractor shall provide the Engineer 27 with written verification of approvals and notifications that have been given and/or 28 obtained from the required jurisdictional agencies, and the Contractor’s schedule for all 29 work involving asbestos removal. The schedule shall include the sequencing and 30 scheduling of asbestos related work, and coordination with subcontractors. The 31 Contractor shall notify the Engineer when all approvals have been received and 32 notifications have been made, as required by the agencies involved. 33 34 The Contractor shall ensure the safety of all workers, visitors to the site, and the 35 general public in accordance with all applicable laws, rules, and regulations. 36 37 The Contractor shall designate a Washington State Certified Asbestos Supervisor 38 (CAS) to personally supervise the asbestos removal and to ensure that the handling 39 and removal of asbestos is accomplished by certified asbestos workers, pursuant to 40 Washington State Department of Labor and Industries standards. The Contractor shall 41 ensure that the removal and disposal of asbestos meets the requirements of EPA 42 regulations 40 CFR Part 61, local health department regulations, and all other 43 applicable regulations. 44

45 2-02.3.OPT5.GR2 46

(September 30, 1996) 47 Asbestos Handling And Disposal 48 Prior to performance of any contract work, the Contractor shall obtain all permits from, 49 and provide notification to, the Washington State Department of Labor and Industries, 50

Page 169: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 169

the U.S. EPA, the local air pollution control agency, and other permitting and regulatory 1 agencies with jurisdiction over the work involving asbestos as the law requires. 2 3 Prior to commencing asbestos related work, the Contractor shall provide the Engineer 4 with written verification of approvals and notifications that have been given and/or 5 obtained from the required jurisdictional agencies, and the Contractor’s schedule for all 6 work involving asbestos removal. The schedule shall include the sequencing and 7 scheduling of asbestos related work, and coordination with subcontractors. The 8 Contractor shall notify the Engineer when all approvals have been received and 9 notifications have been made, as required by the agencies involved. 10 11 The Contractor shall ensure the safety of all workers, visitors to the site, and the 12 general public in accordance with all applicable laws, rules, and regulations. 13

14 The Contractor shall designate a Washington State Certified Asbestos Supervisor 15 (CAS) to personally supervise the asbestos removal and to ensure that the handling 16 and removal of asbestos is accomplished by certified asbestos workers, pursuant to 17 Washington State Department of Labor and Industries standards. The Contractor shall 18 ensure that the removal and disposal of asbestos meets the requirements of EPA 19 regulation 40 CFR Part 61, local health department regulations, and all other applicable 20 regulations. 21

22 2-02.3.OPT6.FB2 23

(June 26, 2000) 24 Salvage of Removed Structure Items 25 All *** $$1$$ *** of the existing bridge or structure being removed shall remain the 26 property of the Contracting Agency. 27 28 The Contractor shall transport the specified salvaged items to the following location: 29

30 ***$$2$$*** 31 32

The Contractor shall stack the material where directed by the Engineer. The 33 Contractor shall contact the Engineer at least five working days prior to scheduled 34 delivery of the items to confirm delivery arrangements. 35

36 2-02.3(2).GB2 37

Removal of Bridges, Box Culverts, and other Drainage Structures 38 39 2-02.3(2).INST1.GB2 40

Section 2-02.3(2) is supplemented with the following: 41 42 2-02.3(2).OPT1.FB2 43

(June 26, 2000) 44 The Contractor shall remove existing Bridge *** $$1$$ *** after routing traffic onto 45 *** $$2$$ ***. 46

47 2-02.3(2).OPT2.FB2 48

(June 26, 2000) 49 The Contractor shall remove existing Bridge ***$$1$$*** in stages as shown in the 50 Plans. 51

Page 170: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 170

1 2-02.3(2).OPT3.FB2 2

(June 26, 2000) 3 The Contractor shall remove the following portions of Bridge *** $$1$$ ***, as 4 shown in the Plans: 5

6 *** $$2$$ *** 7

8 2-02.3(2).OPT7.FB2 9

(June 26, 2000) 10 Removal Limits in Water 11 The existing piers of Bridge *** $$1$$ *** within the wetted perimeter of the *** 12 $$2$$ *** which do not conflict with new construction shall be removed to elevation 13 *** $$3$$ ***. All broken concrete, and other bridge removal debris shall be 14 removed from the bottom of the *** $$4$$ ***. 15

16 2-02.3(2).OPT10.GB2 17

Use of Explosives 18 19 2-02.3(2).OPT10(B).FB2 20

(January 2, 2018) 21 The Contractor may use explosives in the demolition of *** $$1$$ ***. 22 23 If explosives are used for any removal operation, the Contractor shall: 24

25 1. Conform with Section 1-07.22, including providing notice of the time and 26

duration of the blasting operation to all residents and property owners 27 within the safety zone. 28

29 2. Submit a Type 2 Working Drawing consisting of a detailed blasting plan. 30 31 3. Perform a pre-blast survey to document the pre-blast condition of all 32

structures within the safety zone, and provide copies of the pre-blast 33 survey to the Engineer. 34

35 4. Obtain permits and approvals from all applicable governmental agencies. 36

37 The blasting plan shall include, at a minimum, the following: 38

39 1. Show all stages of the demolition work. 40 41 2. Show details of all “pre-weakening” of the bridge, including locations and 42

extent of the Structure modifications. 43 44 3. Specify the explosive and charge type and quantity. 45 46 4. Specify the firing sequence. 47 48 5. Specify the fall direction and fall sequence of the bridge, and show 49

locations and details of all cables and structure attachments used for 50 control. 51

Page 171: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 171

1 6. Show details of drill holes and explosive placement. 2 3 7. Specify types of ground vibration monitoring equipment and show the 4

locations of such equipment. 5 6 8. Specify how noise and shock waves are kept to a minimum. 7 8 9. Specify fragment, dust, and debris control. 9 10 10. Name, address, and phone number(s) of the licensed explosives expert 11

supervising the operation. 12 13 11. Specify safety and security procedures, including, but not limited to, the 14

following: 15 16 a. Methods of storage and transportation. 17 18 b. Measures taken to secure the blasting materials at all times, 19

including all non-working hours. 20 21 c. Measures taken to secure the bridge site at all times during and 22

after installation of all charges and after blasting. 23 24 d. Safeguards against accidental discharge. 25 26 e. Safety zone limits. 27 28 f. Barricade locations. 29 30 g. Location of firing device, warning signals, warning signs. 31 32 h. Communication procedures for notifying the Engineer, nearby 33

residents, and all personnel of impending blasting. 34 35 The Contractor shall enlist a licensed, experienced explosives expert to supervise 36 all stages of explosive work, including hole drilling and explosive placement, safety 37 procedures, and blasting operations. 38 39 At least five to ten working days prior to the scheduled blast, a pre-blast 40 conference shall be held to discuss the blasting plan, all pre-blast preparations of 41 the bridge, the pre-blast, blast, and post-blast procedures, and the responsibilities 42 and activities of the personnel and equipment involved. Those attending shall 43 include, at a minimum, the project superintendent, the licensed explosives expert 44 assigned to supervise the work, and the work crew leaders responsible for 45 performing the pre-blast and post-blast activities. 46 47 Traffic shall not be allowed in the vicinity during blasting operations. 48 49

Page 172: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 172

All damage as a result of the Contractor’s blasting operations shall be repaired by 1 the Contractor at no additional expense to the Contracting Agency in accordance 2 with Sections 1-07.13 and 1-07.14. 3

4 2-02.3(2).OPT11.GB2 5

(January 2, 2018) 6 Requirements for Closing Bridge to Traffic Prior to Beginning Removal 7 The Contractor shall not close the existing bridge to traffic, and shall not begin 8 bridge removal operations, until the following conditions are met: 9 10

1. The Contractor’s bridge demolition plan Working Drawing submittal has 11 been processed and all comments from the Engineer have been 12 addressed. 13

14 2. The Contractor has received the Engineer's acceptance of all shop 15

drawings and materials submittals for materials required for the work to 16 be executed during the closure. 17

18 3. The Contractor has submitted a Type 1 Working Drawing consisting of a 19

report on the status of material delivery. The report shall specify the 20 materials already available at the site, the materials yet to arrive at the 21 site, and the scheduled delivery dates of the materials yet to arrive at the 22 site, with written verification from the supplier or copies of confirmed 23 purchase orders indicating the delivery dates of the materials yet to arrive 24 at the site. 25

26 4. The Contractor shall provide an updated progress schedule in 27

accordance with Section 1-08.3 confirming that the scheduled delivery of 28 materials will meet the schedule to complete the work within the allowed 29 time. The Contractor shall supplement the progress schedule with a 30 written narrative describing the assumed production rates and planned 31 resource allocations that support the bridge construction activity durations 32 provided in the progress schedule. 33

34 5. The Contractor has received the Engineer’s concurrence to proceed. 35

36 2-02.3(2).OPT12.GR2 37

(June 26, 2000) 38 Removing Portions of Existing Box Culvert 39 The Contractor shall remove, to the limits shown in the Plans, the existing 40 wingwalls, wingwall footings, aprons, and parapet walls of the box culvert to be 41 extended. 42

43 2-02.3(3).GR2 44

Removal of Pavement, Sidewalks, Curbs, and Gutters 45 46 2-02.3(3).INST1.GR2 47

Section 2-02.3(3) is supplemented with the following: 48 49 2-02.3(3).OPT1.FR2 50

(September 8, 1997) 51

Page 173: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 173

The approximate thickness of the *** $$1$$ *** pavement is *** $$2$$ ***. 1 2 2-02.4.GR2 3

Measurement 4 5 2-02.4.INST1.GR2 6 Section 2-02.4 is supplemented with the following: 7 8 2-02.4.OPT1.GR2 9

(December 4, 2006) 10 Hazardous material excavation including haul will be measured by the cubic yard. All 11 excavated material will be measured in the position it occupied before the excavation 12 was performed. An original ground measurement will be taken using cross-section or 13 digital terrain modeling survey techniques. The original ground will be compared with a 14 survey of the excavation area taken after the work is completed. 15

16 2-02.4.OPT2.GR2 17

(September 8, 1997) 18 Pavement removal will be measured by the square yard. 19

20 2-02.4.OPT3.GR2 21

(October 25, 1999) 22 Sidewalk removal will be measured by the square yard. 23

24 2-02.4.OPT4.GR2 25

(September 8, 1997) 26 Curb removal will be measured by the linear foot. 27

28 2-02.5.GR2 29

Payment 30 31 2-02.5.INST1.GR2 32 Section 2-02.5 is revised by the following: 33 34 2-02.5.OPT1.FR2 35

(August 7, 2017) 36 Payment will be made for the following bid item when it is included in the proposal. 37 38 All costs for the removal of structures and obstructions shall be included in *** $$1$$ 39 ***. 40

41 2-02.5.INST2.GR2 42 Section 2-02.5 is supplemented with the following: 43 44 2-02.5.OPT7.GR2 45

(December 4, 2006) 46 “Hazardous Material Handling And Disposal”, by force account as provided in Section 47 1-09.6. 48 49 All costs associated with storing stockpiled hazardous waste and contaminated soils, 50 collecting, handling and storing contaminated water, loading the stockpiled material into 51

Page 174: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 174

the hauling conveyance for transport to the disposal site, and transporting and 1 disposing of hazardous or contaminated materials at an approved facility will be paid by 2 force account under the item “Hazardous Material Handling And Disposal”. 3 4 To provide a common basis for all bidders, the Contracting Agency has entered an 5 amount in the proposal to become a part of the Contractor’s total bid. 6 7 “Hazardous Material Excavation Incl. Haul”, per cubic yard. 8 The unit contract price for “Hazardous Material Excavation Incl. Haul” shall be full pay 9 for all costs associated with excavating the material designated to be removed, hauling 10 it to the stockpile location, and stockpiling the excavated material. 11

12 2-02.5.OPT8.GR2 13

(September 30, 1996) 14 "Removing Miscellaneous Traffic Item", lump sum. 15

16 2-02.5.OPT11.GR2 17

(September 30, 1996) 18 "Removal and Disposal of Asbestos Material", lump sum. 19

20 2-02.5.OPT12.GR2 21

(June 26, 2000) 22 "Removing Portion of Conc. Box Culv.", lump sum. 23 24 The lump sum contract price for "Removing Portion of Conc. Box Culv." shall be full 25 pay for preparing the box culvert for the extension by removing and disposing of all 26 concrete and other debris specified. 27

28 2-02.5.OPT13.FR2 29

(September 30, 1996) 30 "Removing *** $$1$$ *** Pavement", per square yard. 31

32 2-02.5.OPT14.GR2 33

(September 30, 1996) 34 Payment for asbestos removal, handling, disposal, cost of permits, and all other work 35 will be as provided in Section 1-04.7, unless such work is explicitly included as a part of 36 another pay item in the contract. 37

38 2-02.5.OPT15.GR2 39

(June 26, 2000) 40 All costs in connection with removing the box culvert wingwalls, footings, aprons, and 41 parapet wall and disposing of concrete and other debris as specified shall be included 42 in the unit contract prices for the items of work involved in the extension of the box 43 culvert(s). 44

45 2-02.5.OPT16.FR2 46

(November 3, 1999) 47 "Removing *** $$1$$ *** Sidewalk”, per square yard. 48

49 2-02.5.OPT17.FR2 50

(September 8, 1997) 51

Page 175: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 175

“Removing *** $$1$$ *** Curb”, per linear foot. 1 2 2-03.GR2 3

Roadway Excavation and Embankment 4 5 2-03.3.GR2 6

Construction Requirements 7 8 2-03.3(2).GR2 9

Rock Cuts 10 11 2-03.3(2).INST1.GR2 12

Section 2-03.3(2) is supplemented with the following: 13 14 2-03.3(2).OPT1.GR2 15

(April 5, 2010) 16 Rock Slope Scaling and Removal and Disposal of Rock Slope Scaling Debris 17 The Contractor shall remove loose rock and soil from the existing rock slope 18 locations shown in the Plans or as specified by the Engineer, and shall remove 19 and dispose of all rock slope scaling debris generated by the work. 20 21

Equipment 22 Rock slope scaling shall be performed with scaling bars, portable hydraulic 23 wedges, air pillows, hand drills, splitters, and other mechanical or hand tools 24 demonstrated to be effective in performing the work to the satisfaction of the 25 Engineer. 26 27 Submittals 28 The Contractor shall submit a rock slope scaling plan to the Engineer for 29 approval in accordance with Section 1-05.3. The rock slope scaling plan shall 30 include, but not be limited to, the following: 31

32 1. Documented work experience of all rock slope scaling foremen and 33

scalers scheduled to be working on the project. Rock slope scaling 34 foremen shall have at least 1,500 hours of documented experience 35 as a rock slope scaler. Rock slope scalers shall have at least 1,000 36 hours of documented experience as a rock slope scaler. 37

38 2. The proposed construction sequence and schedule. 39 40 3. The type of tools and equipment to be used for rock scaling 41

purposes. 42 43 4. The number of rock slope scaling crews to be employed on the 44

project, with a rock slope scaling crew defined as one qualified 45 foreman and two qualified scalers. 46

47 5. Operation plan for collection, removal and disposal of all rock slope 48

scaling debris generated by the rock slope scaling work. 49 50

Page 176: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 176

6. Operation plan for protection of roadway surface, railroad facilities, 1 structures, utilities, and other facilities adjacent to the rock slope 2 scaling locations. 3

4 7. If the roadway is exposed to the collection of rock slope scaling 5

debris, the submittal shall include the equipment and procedure to 6 be used to clear the roadway for public use between rock slope 7 scaling operations. 8

9 The Contractor shall not begin rock slope scaling operations until receiving 10 the Engineer's approval of the rock slope scaling plan. 11 12 Rock Slope Scaling Construction Requirements 13 As a first item of work, the Contractor shall clear the rock slope of trees and 14 woody vegetation within the work zone within 15 feet of the slope crest or as 15 otherwise specified by the Engineer. Clearing shall conform to Sections 2-16 01.1 and 2-01.3(1), and the requirement that the vegetation shall be close cut, 17 leaving the root wad intact. 18 19 The Contractor shall conduct rock slope scaling operations in accordance with 20 the details shown in the Plans, the traffic control restrictions and requirements 21 shown in the Plans and specified in the Special Provisions, and the rock slope 22 scaling plan as approved by the Engineer. The size and work experience of 23 the rock slope scaling crew as defined above shall be maintained at all times. 24 25 Rock slope scaling shall begin at the top of the rock slope and work shall 26 proceed down slope, removing loose rock and soil as the work progresses. 27 The extent of rock slope scaling shall be as shown in the Plans and as 28 adjusted in the field by the Engineer. 29 30 Rock Slope Scaling Debris Collection and Removal 31 The Contractor shall collect, remove and dispose of all rock slope scaling 32 debris generated by the work, including all rock debris within the limits of the 33 project present at the base of the slope at the beginning of the project. 34 Ditches and benches shall be cleared of all rock slope scaling debris and 35 returned to original functional condition as specified by the Engineer 36 37 The Contractor shall break up any rocks that are too large to transport into 38 manageable sized pieces for haul. 39 40 Rock slope scaling debris collection and removal shall be conducted in 41 accordance with the traffic control restrictions and requirements shown in the 42 Plans and specified in the Special Provisions, and the rock slope scaling plan 43 as approved by the Engineer. 44 45 Except when the Plans or Special Provisions specify a Contracting Agency 46 provided site for disposal of all or specific portions of the rock slope scaling 47 debris, all rock slope scaling debris shall be disposed of at a site conforming 48 to Section 2-03.3(7)C. 49

50

Page 177: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 177

2-03.3(7).GR2 1 Disposal Of Surplus Material 2

3 2-03.3(7).INST1.GR2 4

Section 2-03.3(7) is supplemented with the following: 5 6 2-03.3(7).OPT1.FR2 7

(March 13, 1995) 8 Surplus materials may be disposed of within the Contracting Agency furnished 9 site, as detailed in the Plans. For informational purposes the maximum capacity of 10 this site is *** $$1$$ *** cubic yards, neat line measurement. 11

12 2-03.3(7).OPT2.FR2 13

(March 13, 1995) 14 Surplus materials may be disposed of by widening embankments at the following 15 locations, as may be designated by the Engineer : 16 17

*** $$1$$ *** 18 19

For informational purposes the maximum capacity of the embankment widening 20 sites is *** $$2$$ *** cubic yards, neat line measurement 21

22 2-03.3(7).OPT3.GR2 23

(March 13, 1995) 24 The Contractor is not required to utilize the Contracting Agency provided site(s), 25 and may make arrangements, at the Contractor's expense, for the disposal of 26 waste materials, and shall protect the Contracting Agency from all damages 27 arising from the Contractor's waste disposal operations. 28

29 2-03.3(7).OPT4.GR2 30

(March 13, 1995) 31 It is anticipated that the waste site(s) provided by the Contracting Agency will not 32 be of sufficient size or capacity to dispose of all excess materials. Therefore, it will 33 be necessary for the Contractor to make arrangements, at the Contractor's 34 expense, for the disposal of excess waste materials and shall protect the 35 Contracting Agency from all damages that may arise from the waste disposal 36 operations. 37

38 2-03.3(14).GR2 39

Embankment Construction 40 41 2-03.3(14)C.GR2 42

Compacting Earth Embankments 43 44 2-03.3(14)C.INST1.GR2 45

Section 2-03.3(14)C is supplemented with the following: 46 47 2-03.3(14)C.OPT1.GR2 48

(March 13, 1995) 49 All embankments, except waste embankments, shall be compacted using 50 Method A. 51

Page 178: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 178

1 2-03.3(14)I.GB2 2

Embankments at Bridge And Trestle Ends 3 4 2-03.3(14)I.INST1.GB2 5

Section 2-03.3(14)I is supplemented with the following: 6 7 2-03.3(14)I.OPT1.FB2 8

(March 13, 1995) 9 The approach embankments at the ends of *** $$1$$ *** shall be constructed 10 *** $$2$$ *** before undertaking the construction of the end piers. 11

12 2-03.4.GR2 13

Measurement 14 15 2-03.4.INST1.GR2 16 Section 2-03.4 is supplemented with the following: 17 18 2-03.4.OPT1.GR2 19

(March 13, 1995) 20 The embankment widening for guardrail will be measured by the cubic yard, between 21 the original roadway slope and the neat lines of the widened embankment. 22

23 2-03.4.OPT2.GR2 24

(March 13, 1995) 25 Only one determination of the original ground elevation will be made on this project. 26 Measurement for roadway excavation and embankment will be based on the original 27 ground elevations recorded previous to the award of this contract. 28 29 If discrepancies are discovered in the ground elevations which will materially affect the 30 quantities of earthwork, the original computations of earthwork quantities will be 31 adjusted accordingly. 32 33 Earthwork quantities will be computed, either manually or by means of electronic data 34 processing equipment, by use of the average end area method or by the finite element 35 analysis method utilizing digital terrain modeling techniques. 36 37 Copies of the ground cross-section notes will be available for the bidder's inspection, 38 before the opening of bids, at the Engineer's office and at the Region office. 39 40 Upon award of the contract, copies of the original ground cross-sections will be 41 furnished to the successful bidder on request to the Engineer. 42

43 2-03.4.OPT3.GR2 44

(March 13, 1995) 45 Only one determination of the original ground elevation will be made on this project. 46 Measurement for roadway excavation and embankment will be based on the original 47 ground elevations recorded previous to the award of this contract. Control stakes will 48 be set during construction to provide the Contractor with all essential information for the 49 construction of excavation and embankments. 50 51

Page 179: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 179

If discrepancies are discovered in the ground elevations which will materially affect the 1 quantities of earthwork, the original computations of earthwork quantities will be 2 adjusted accordingly. 3 4 Earthwork quantities will be computed, either manually or by means of electronic data 5 processing equipment, by use of the average end area method or by the finite element 6 analysis method utilizing digital terrain modeling techniques. 7 8 Copies of the ground cross-section notes will be available for the bidder's inspection, 9 before the opening of bids, at the Engineer's office and at the Region office. 10 11 Upon award of the contract, copies of the original ground cross-sections will be 12 furnished to the successful bidder on request to the Engineer. 13

14 2-03.4.OPT4.GR2 15

(April 5, 2010) 16 Rock slope scaling will be measured by the crew hour. 17 18 Rock slope scaling debris removal including haul will be measured by the cubic yard in 19 the hauling conveyance at the point of removal from the work site. 20

21 2-03.5.GR2 22

Payment 23 24 2-03.5.INST1.GR2 25 Section 2-03.5 is supplemented with the following: 26 27 2-03.5.OPT1.GR2 28

(September 30, 1996) 29 "Embankment in Place", per cubic yard. 30 31 The unit contract price per cubic yard shall be full pay to perform the work as specified, 32 including terracing the existing slope. 33

34 2-03.5.OPT2.FR2 35

(March 13, 1995) 36 All costs in connection with the preparation of waste sites and waste deposits shall be 37 included in the *** $$1$$ ***. 38

39 2-03.5.OPT3.GR2 40

(April 5, 2010) 41 "Rock Slope Scaling", per crew hour. 42 The unit contract price per crew hour for "Rock Slope Scaling" shall be full pay for 43 performing the work as specified. 44 45 "Rock Slope Scaling Debris Removal Incl. Haul", per cubic yard. 46 The unit contract price per cubic yard for "Rock Slope Scaling Debris Removal Incl. 47 Haul" shall be full pay for performing the work as specified, including collection, 48 removal and disposal of all rock debris within the limits of the project present at the 49 base of the slope at the beginning of the project. 50 51

Page 180: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 180

All costs in connection with felling of trees and woody vegetation from the site as 1 specified, and collection, removal and disposal of all trees and woody vegetation cut 2 and removed from the slope, shall be included in the lump sum contract price for 3 "Clearing and Grubbing". 4

5 2-06.GR2 6

Subgrade Preparation 7 8 2-06.3.GR2 9

Construction Requirements 10 11 2-06.3(1).GR2 12

Subgrade For Surfacing 13 14 2-06.3(1).INST1.GR2 15

Section 2-06.3(1) is supplemented with the following: 16 17 2-06.3(1).OPT1.GR2 18

(March 13, 1995) 19 The subgrade shall be trimmed with an automatically controlled machine. 20

21 2-06.3(1).OPT2.GR2 22

(March 13, 1995) 23 A subgrade trimmer is not required but all portions of Section 2-03 shall apply as 24 though a subgrade trimmer were specified. 25

26 2-09.GR2 27

Structure Excavation 28 29 2-09.3.GR2 30

Construction Requirements 31 32 2-09.3(1).GR2 33

General Requirements 34 35 2-09.3(1)C.GR2 36

Removal of Unstable Base Material 37 38 2-09.3(1)C.INST1.GR2 39

Section 2-09.3(1)C is supplemented with the following: 40 41 2-09.3(1)C.OPT1.FB2 42

(March 13, 1995) 43 If the soil in the footing excavation *** $$1$$ *** tends to liquify before 44 placement of the concrete footing, the Contractor shall excavate below the 45 plan grade a maximum of 1 foot, as determined by the Engineer, and backfill 46 with gravel backfill for foundations. 47

48

Page 181: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 181

2-09.3(3).GR2 1 Construction Requirements, Structure Excavation, Class A 2

3 2-09.3(3)B.GR2 4

Excavation Using Open Pits – Extra Excavation 5 6 2-09.3(3)B.INST1.GR2 7

Section 2-09.3(3)B is supplemented with the following: 8 9 2-09.3(3)B.OPT1.FB2 10

(April 3, 2017) 11 Extra excavation and open pit excavation, as defined in this section, will not 12 be allowed at the following location(s): 13 14

*** $$1$$ *** 15 16 Shoring for the excavation sites specified above shall be Structural Shoring in 17 accordance with Section 2-09.3(3)D. The Contractor shall submit Type 3E 18 Working Drawings consisting of shoring plans in accordance with Section 2-19 09.3(3)D. 20

21 2-09.3(3)B.OPT2.FR2 22

(April 1, 2019) 23 The Contracting Agency has identified the following areas where the 24 Contractor may dig open pits or perform extra excavation without shoring or 25 cofferdams provided slope stability is evaluated using limit equilibrium 26 methods: 27 28

*** $$1$$ *** 29 30 Submittals and Design Requirements 31 At the locations identified above, the temporary excavation slopes shall be 32 designed by an engineer or engineering geologist licensed in Washington 33 State. The Contractor shall submit Type 2E Working Drawings for the areas 34 identified above. The Type 2E Working Drawings may address each site 35 individually, as groups, or in entirety. The design shall use limit equilibrium 36 slope stability methods and software and shall be completed in conformance 37 with the WSDOT Geotechnical Design Manual M 46-03. The design shall be 38 based on site specific conditions and shall include a stability assessment of 39 interim or intermediate stages if they are used and shall include all applicable 40 surcharge loads including those from construction equipment or stock piled 41 materials. Required submittal elements include, at a minimum, the following: 42 43

1. A plan view showing the limits of the excavation and its relationship 44 to traffic, Structures, utilities and other pertinent project elements. If 45 the stability of the excavation requires no-load zones or equipment 46 setback distances, those shall be shown on the plan view. 47

48 2. A typical or controlling cross section showing the proposed 49

excavation, original ground line, and locations of traffic, existing 50 Structures, utilities, site constraints, surcharge loads, or other 51

Page 182: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 182

conditions that could affect the stability of the slope. If the stability of 1 the excavation requires no-load zones or equipment setback 2 distances, those shall be shown in cross section. 3

4 3. A summary clearly describing subsurface conditions and 5

groundwater conditions, sequencing considerations, and governing 6 assumptions. 7

8 4. Supporting calculations for the design of the excavation, the soil and 9

material properties selected for design, and the justification for the 10 selection for those properties, in accordance with the WSDOT 11 Geotechnical Design Manual M 46-03. 12

13 5. Safety factors, or load and resistance factors used, and justification 14

for their selection, in accordance with the WSDOT Geotechnical 15 Design Manual M 46-03, and referenced AASHTO design manuals. 16

17 6. A monitoring plan to evaluate the excavation performance 18

throughout its design life. 19 20 7. Any supplemental subsurface explorations made by the Contractor 21

to meet the requirements for geotechnical design of excavation 22 slopes, in accordance with the WSDOT Geotechnical Design Manual 23 M 46-03. 24

25 2-09.3(3)D.GR2 26

Shoring And Cofferdams 27 28 2-09.3(3)D.INST1.GR2 29

Section 2-09.3(3)D is supplemented with the following: 30 31 2-09.3(3)D.OPT1.GB2 32

(March 13, 1995) 33 The Contractor shall protect the existing pavement from damage due to the 34 Contractor's operations and shall shore all excavation adjacent to the existing 35 pavement. 36

37 2-09.3(3)D.OPT2.GB2 38

(August 2, 2010) 39 The Contractor shall protect the existing track and facilities of the Railroad 40 Company from damage due to the Contractor's operations, and shall shore all 41 excavation adjacent to the existing railroad track. Shoring shall be steel sheet 42 piling designed for a Cooper E-80 loading according to the American Railway 43 Engineering and Maintenance Association (AREMA) Manual For Railway 44 Engineering. Damage to the railroad track or railroad facilities, due to the 45 Contractor's operations, will be repaired by the Railroad at the Contractor's 46 expense. 47

48 2-09.3(3)D.OPT3.FB2 49

(March 13, 1995) 50

Page 183: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 183

Because of the nearness of the work to the existing *** $$1$$, *** the 1 Contractor shall protect the *** $$2$$ *** during the *** $$3$$ ***. 2

3 2-09.4.GR2 4

Measurement 5 6 2-09.4.INST1.GR2 7 The subsection Lower Limits of Section 2-09.4 is supplemented with the following: 8 9 2-09.4.OPT1.GB2 10

(January 4, 2010) 11 Under girders, at end pier embankments, the lower limit will follow a line parallel to the 12 bottom of the girders and three feet below them. 13

14 2-12.GR2 15

Construction Geosynthetic 16 17 2-12.1.GR2 18

Description 19 20 2-12.1.INST1.GR2 21 Section 2-12.1 is supplemented with the following: 22 23 2-12.1.OPT1.GR2 24

(November 17, 1997) 25 Geosynthetic Reinforced Slope 26 The Contractor shall furnish and construct geosynthetic reinforced slopes in 27 accordance with the details shown in the Plans, these specifications, or as directed by 28 the Engineer. 29

30 2-12.2.GR2 31

Materials 32 33 2-12.2(9-03.14).GR2 34

Borrow 35 Section 9-03.14 is supplemented with the following: 36

37 2-12.2(9-03.14).OPT1.FR2 38

(November 17, 1997) 39 Borrow for Geosynthetic Reinforced Slope 40 All backfill material used in the reinforced soil zone of the geosynthetic reinforced 41 slope shall be free draining, free from organic or otherwise deleterious material 42 and shall conform to the gradation for *** $$1$$ *** borrow, except that the percent 43 passing a No. 200 sieve shall be 7 to 12 percent, and the SE shall be 15 minimum. 44 The material shall be substantially free of shale or other soft, poor durability 45 particles, and shall not contain recycled materials, such as glass, shredded tires, 46 portland cement concrete rubble, or asphaltic concrete rubble. The backfill 47 material shall meet the following requirements: 48 49

Page 184: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 184

Property Test Method Allowable Test Value 1 Los Angeles Wear, 2 500 rev. AASHTO T 96 35 percent max. 3 Degradation WSDOT Test Method 113 15 min. 4 pH AASHTO T 289-91 4.5 to 9 5

6 Reinforced slope backfill material satisfying these gradation, durability and 7 chemical requirements shall be classified as nonaggressive. 8

9 2-12.2(9-07.9).GR2 10

Cold Drawn Wire 11 Section 9-07.9 is supplemented with the following: 12

13 2-12.2(9-07.9).OPT1.GR2 14

(November 17, 1997) 15 Welded wire fabric for the slope facing, including all facing anchor pins and tie-16 bars, shall conform to the requirements of AASHTO M55. Welded wire fabric, 17 anchor pins, and tie-bars shall be galvanized after fabrication in accordance with 18 ASTM A 641 (2 oz./ft2 minimum). All damage to galvanizing shall be repaired with 19 formula A-9-73 Galvanizing Repair Paint in accordance with Section 9-08.2. 20

21 2-12.2(9-33.2(2)).GR2 22

Geosynthetic Properties For Retaining Walls and Reinforced Slopes 23 Section 9-33.2(2) is supplemented with the following: 24

25 2-12.2(9-33.2(2)).OPT1.FR2 26

(January 2, 2012) 27 Geosynthetic Properties for Reinforced Slopes 28 Geotextile reinforcement (primary and secondary) in geosynthetic reinforced 29 slopes shall conform to the properties specified in Tables 7 and 11. 30 31 If geogrid reinforcement is used for wrapped face reinforced slope construction, 32 the geotextile material placed at the wall face to retain the backfill material as 33 shown in the Plans shall conform to the properties of Table 7. 34 35 Wide strip geosynthetic strengths are minimum average roll values (i.e., the 36 average test results for any sampled roll in a lot shall meet or exceed the values 37 shown in the table). These wide strip strength requirements apply only in the 38 geosynthetic direction perpendicular to the slope face. Wide width tensile strength 39 testing is in conformance with the most recently approved ASTM geosynthetic test 40 procedure (ASTM D4595 for geotextiles, and ASTM D6637 for geogrids), except 41 for geosynthetic sampling and specimen conditioning, which are in accordance 42 with WSDOT Test Methods 914 and 915, respectively. 43 44 Table 11: Long-term tensile strength, Tal, required for geosynthetic reinforcement 45 used in geosynthetic reinforced slopes. 46 47

Page 185: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 185

3Slope Location

Vertical

Spacing of Primary

Reinforcement Layers

Primary Reinforcement Layer Distance

from Top of Reinforced

slope

1,2Minimum Long-Term

Tensile Strength, Tal, for Primary

Reinforcement

1Minimum Ultimate Tensile Strength (ASTM D4595 or D6637) for Secondary Reinforcement

***$$1$$*** ***$$2$$*** ***$$3$$*** ***$$4$$*** 1300 lbs/ft. 1 1These long-term tensile strength requirements apply only in the geosynthetic 2 direction perpendicular to the slope face. 3 4 2Tal.shall be determined in accordance with WSDOT Standard Practice T925. 5 6 3Reinforced slopes ***$$5$$*** are classified as Class ***$$6$$*** structures. 7

8 2-12.2(9-33.2(2)).OPT2.GR2 9

(August 4, 2014) 10 Geosynthetic Properties for Turf Reinforcement Mat 11 The turf reinforcement mat shall be a three-dimensional non-degradable polymer 12 mat conforming to the properties indicated in Table 12. All geosynthetic properties 13 are minimum average roll values. The average test results for any sampled roll in 14 a lot shall meet or exceed the values shown in the table. 15 16 Table 12: Turf Reinforcement Mat Property Requirements. 17 18 Property Test Method Minimum Property 19 Requirements 20 Tensile Strength, ASTM D 6818 10 lbs/in. 21 Minimum in Machine and 22 X-Machine direction 23 24 Thickness ASTM D 6525 0.5 inch 25 26 UV Resistance ASTM D 4355 70% 27 @ 500 hours 28

29 2-12.2(9-33.4(1)).GR2 30

Source Approval 31 Section 9-33.4(1) is supplemented with the following: 32

33 2-12.2(9-33.4(1)).OPT1.GR2 34

(April 5, 2004) 35 Geosynthetic Reinforced Slope Primary Reinforcement 36 Geosynthetic products which are qualified for use in geosynthetic reinforced 37 structures for primary reinforcement (Classes 1, 2, or both) are listed in the current 38 Qualified Products List (QPL). 39 40 For geosynthetic products proposed for use as primary reinforcement which are 41 not listed in the current QPL, the Contractor shall submit test information and the 42 calculations used in the determination of Tal performed in accordance with WSDOT 43

Page 186: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 186

Test Method 925 to the Olympia Service Center Materials Laboratory in Tumwater 1 for evaluation. The Contracting Agency will require up to 30 calendar days after 2 receipt of the information to complete the evaluation. 3 4 Source approval for reinforced slope primary reinforcement geosynthetic materials 5 listed in the current QPL, or as approved based on data developed and submitted 6 in accordance with WSDOT Test Method 925, will be based on conformance to the 7 applicable values in Tables 7 and 11. 8

9 2-12.2(9-33.4(1)).OPT2.GR2 10

(April 5, 2004) 11 Geosynthetic Reinforced Slope Secondary Reinforcement 12 The Contractor shall submit to the Engineer the following information regarding the 13 geosynthetic secondary reinforcement product(s) proposed for use: 14 15

Manufacturer's name and current address, 16 Full product name, 17 Geosynthetic structure, including fiber/yarn type, and 18 Geosynthetic polymer type(s). 19

20 If the geosynthetic source has not been previously evaluated or included in the 21 QPL, a sample of each proposed geosynthetic shall be submitted to the Olympia 22 Service Center Materials Laboratory in Tumwater for evaluation. A maximum of 23 14 calendar days will be required for this testing once the samples and required 24 product information arrive at the Materials Laboratory. Source approval will be 25 based on conformance to the applicable values in Tables 7 and 11. Source 26 approval will not be the basis of acceptance of specific lots of material unless the 27 lot sampled can be clearly identified, and the number of samples tested and 28 approved meet the requirements of WSDOT Test Method 914. 29

30 2-12.2(9-33.4(1)).OPT3.GR2 31

(November 17, 1997) 32 Geosynthetic Reinforced Slope Turf Reinforcement Mat 33 Approval of source for turf reinforcement mat will be by Manufacturer’s Certificate 34 of Compliance. 35

36 2-12.2(9-33.4(3)).GR2 37

Acceptance Samples 38 Section 9-33.4(3) is supplemented with the following: 39

40 2-12.2(9-33.4(3)).OPT1.GR2 41

(November 17, 1997) 42 Geosynthetic Reinforced Slope Primary Reinforcement 43 Geotextile acceptance testing shall meet the requirements of Table 7, and both 44 geotextile and geogrid acceptance testing shall meet the required ultimate tensile 45 strength Tult as provided in the QPL for the selected product(s). If the selected 46 product(s) are not listed in the current QPL, the result of the testing for Tult must be 47 greater than or equal to Tult as determined from the product data submitted and 48 approved by the Olympia Service Center Materials Laboratory during source 49 approval. If the results of the testing show that the reinforced slope primary 50 geosynthetic reinforcement lot does not meet the specified properties, the roll or 51

Page 187: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 187

rolls which were sampled will be rejected, and additional sampling and testing will 1 be performed as specified. 2

3 2-12.2(9-33.4(3)).OPT2.GR2 4

(April 5, 2004) 5 Geosynthetic Reinforced Slope Secondary Reinforcement 6 If the results of the testing show that the reinforced slope secondary reinforcement 7 geosynthetic lot does not meet the properties specified in Table 7 (geotextiles 8 only) and Table 11 (geotextiles and geogrids), the roll or rolls which were sampled 9 will be rejected, and additional sampling and testing will be performed as specified. 10

11 2-12.2(9-33.4(3)).OPT3.GR2 12

(November 17, 1997) 13 Geosynthetic Reinforced Slope Turf Reinforcement Mat 14 Acceptance of turf reinforcement mat will be by Manufacturer’s Certificate of 15 Compliance. 16

17 2-12.2(9-33.4(4)).GR2 18

Acceptance by Certificate of Compliance 19 Section 9-33.4(4) is supplemented with the following: 20

21 2-12.2(9-33.4(4)).OPT1.GR2 22

(November 17, 1997) 23 Reinforced Slope 24 The Contractor shall provide a Manufacturer’s Certificate of Compliance to the 25 Engineer, including polymer type in addition to all information as specified, for all 26 quantities of reinforced slope geosynthetic material, including primary and 27 secondary reinforcement materials, and erosion mat material when specified in the 28 Plans. 29

30 2-12.3.GR2 31

Construction Requirements 32 33 2-12.3.INST1.GR2 34 Section 2-12.3 is supplemented with the following: 35 36 2-12.3.OPT1.GR2 37

(November 17, 1997) 38 Geosynthetic Reinforced Slope Construction Requirements 39

Submittals 40 The Contractor shall submit to the Engineer, a minimum of 14 calendar days prior 41 to beginning construction of each reinforced slope, detailed plans for each 42 reinforced slope and as a minimum, the submittals shall include the following: 43 44

1. Detailed reinforced slope plans showing the actual lengths proposed for 45 the geosynthetic reinforcing layers and the locations of each geosynthetic 46 product proposed for use in each of the geosynthetic reinforcing layers. 47

48 2. The Contractor’s proposed reinforced slope construction method, 49

including any proposed forming systems, types of equipment to be used 50 and proposed erection sequence. 51

Page 188: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 188

1 3. Manufacturer’s Certificate of Compliance, samples of the reinforced slope 2

geosynthetic(s) and sewn seams for the purpose of acceptance as 3 specified. 4

5 4. Details of geosynthetic reinforced slope corner construction, including 6

details of the positive connection between the slope sections on both 7 sides of the corner. 8

9 5. Details of terminating a top layer of reinforced slope geosynthetic and 10

backfill due to a changing reinforced slope profile. 11 12 Approval of the Contractor’s proposed reinforced slope construction details and 13 methods shall not relieve the Contractor of their responsibility to construct the 14 reinforced slopes in accordance with the requirements of these Specifications. 15 16 Reinforced Slope Construction 17 The Contractor shall excavate for the reinforced slope in accordance with Section 18 2-09, and conforming to the limits and construction stages shown in the Plans. 19 20 The Contractor shall direct all surface runoff from adjacent areas away from the 21 reinforced slope construction site. 22 23 The Contractor shall begin reinforced slope construction at the lowest portion of 24 the excavation and shall place each layer horizontally as shown in the Plans. The 25 Contractor shall complete each layer entirely before beginning the next layer. 26 27 Geotextile splices shall consist of a sewn seam or a minimum 1 ft overlap. 28 Geogrid splices shall consist of adjacent geogrid strips butted together and 29 fastened using hog rings, or other methods approved by the Engineer, in such a 30 manner to prevent the splices from separating during geogrid installation and 31 backfilling. The Contractor shall offset geosynthetic splices in one layer from those 32 in the other layers such that the splices shall not line up vertically. Splices parallel 33 to the slope face will not be allowed, as shown in the Plans. 34 35 Primary reinforcing geosynthetic shall be cut to the length shown in the Plans. For 36 geogrids, the end of the primary reinforcing located at the face of the slope shall 37 be cut so that the cut ribs extend no more than 0.6 inch but not less than 0.2 inch 38 from the cross ribs. For geogrids, the length of the reinforcement required as 39 shown in the Plans shall be defined as the distance between the geosynthetic 40 facing and the last geogrid node at the end of the reinforcement in the slope 41 backfill. 42 43 The Contractor shall stretch out the geosynthetic in the direction perpendicular to 44 the slope face to ensure that no slack or wrinkles exist in the geosynthetic prior to 45 backfilling. Soil piles or the geosynthetic manufacturer’s recommended method 46 shall be used to hold the geosynthetic in place until the specified cover material is 47 placed. 48 49 The Contractor shall place fill material on the geosynthetic in lifts such that 6 50 inches minimum of fill material is between the vehicle or equipment tires or tracks 51

Page 189: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 189

and the geosynthetic at all times. The Contractor shall remove all particles within 1 the backfill material greater than 3 inches in size. Turning of vehicles on the first 2 lift above the geosynthetic will not be permitted. The Contractor shall not end 3 dump fill material directly on the geosynthetic without the prior approval of the 4 Engineer. 5 6 Should the geosynthetic be damaged or the splices disturbed, the backfill around 7 the damaged or displaced area shall be removed and the damaged strip of 8 geosynthetic replaced by the Contractor at no expense to the Contracting Agency. 9 10 The Contractor shall place and compact the reinforced slope backfill in accordance 11 with the reinforced slope construction sequence detailed in the Plans. The 12 minimum compacted backfill lift thickness of the first lift above each geosynthetic 13 layer shall be 6 inches. The maximum compacted lift thickness anywhere within 14 the reinforced slope shall be 10 inches. 15 16 The Contractor shall compact each layer to 95 percent of maximum density. The 17 water content of the reinforced slope backfill shall not exceed the optimum water 18 content by more than 3 percent. The Contractor shall not use sheepsfoot rollers or 19 rollers with protrusions. Rollers which weigh more than 6,000 lbs shall be used 20 with the vibrator turned off. The Contractor may use rollers which weigh 6,000 lbs 21 or less with the vibrator turned on with the prior approval of the Engineer. 22 23 The Contractor shall construct slope corners at the locations shown in the Plans, 24 and in accordance with the reinforced slope corner construction sequence and 25 method submitted by the Contractor and approved by the Engineer. Slope angle 26 points with an interior angle of less than 150 degrees shall be considered to be a 27 corner. The slope corner shall provide a positive connection between the sections 28 of the reinforced slope on each side of the corner such that the slope backfill 29 material cannot spill out through the corner at any time during the design life of the 30 reinforced slope. The Contractor shall construct the slope corner such that the 31 reinforced slope sections on both sides of the corner attain the full geosynthetic 32 layer embedment lengths shown in the Plans. 33 34 Where required by reinforced slope profile grade, the Contractor shall terminate 35 top layers of reinforced slope geosynthetic and backfill in accordance with the 36 method submitted by the Contractor and approved by the Engineer. The end of 37 each layer at the top of the slope shall be constructed in a manner which prevents 38 slope backfill material from spilling out the face of the slope throughout the life of 39 the reinforced slope. If the profile of the top of the slope changes at a rate of 40 1V:1H or steeper, this change in top of slope profile shall be considered to be a 41 corner. 42 43 Tolerances 44 The Contractor shall complete the base of the reinforced slope excavation to within 45 plus or minus 3 inches of the staked elevations unless otherwise directed by the 46 Engineer. The Contractor shall place the external slope dimensions to within plus 47 or minus 2 inches of that staked on the ground. The Contractor shall space the 48 reinforcement layers vertically to within plus or minus 1 inch of that shown in the 49 Plans. 50 51

Page 190: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 190

The completed reinforced slope(s) shall meet the following tolerances: 1 2

Tolerance 3 4 Deviation from the design slope and 5 inches 5 horizontal alignment for the slope face, 6 when measured along a 10-foot straight 7 edge at the midpoint of each reinforced 8 slope layer, shall not exceed: 9 10 Deviation from the overall design slope 3 inches 11 per 10 feet of reinforced slope height shall 12 not exceed: 13

14 2-12.3.OPT2.FR2 15

(August 2, 2010) 16 Turf Reinforced Mat Installation 17 Splices in the Turf Reinforced Mat shall be butted together and the splice shall be held 18 together with hog rings, or other methods approved by the Engineer, in a manner that 19 will prevent the splice from separating during installation and backfilling. 20 21 The face of the reinforced slope shall be cleared of all rocks, dirt clods, vegetation, 22 trash and other obstructions that may cause the mat to bridge the ground surface. The 23 mat shall be unrolled in the direction of water flow with the flat side against the ground. 24 25 The turf reinforcement mat shall be anchored at the shoulder of the slope in an anchor 26 trench a minimum of 12 inches deep and 6 inches wide. The anchor trench shall be 27 excavated prior to placing the erosion mat on the slope. Heavy duty steel pins or 28 polyethylene pegs shall be used to anchor the mat to the slope face. Steel pins shall be 29 a minimum 0.2 inch diameter, with a 1.5 inch diameter steel washer secured at the 30 head of the pin. Polyethylene pegs shall be “T” type or have a 1.5 inch diameter 31 washer secured at the head of the peg. All pins or pegs shall be 12 inches long 32 minimum. Hog rings, or other methods approved by the Engineer, shall be used to 33 attach the turf reinforcement mat to the cross ribs of the primary reinforcing at the face 34 of the slope. The ties shall be as durable and strong as the material to which they are 35 tied. The turf reinforcement mat shall be securely attached to the cross ribs by tie(s) 36 centered between the pins or pegs. 37 38 Upon completion of the mat installation, *** $$1$$ *** inch(es) of Topsoil Type *** 39 $$2$$ *** shall be spread over the turf reinforcement mat by drop spreader, blower 40 truck, cyclone spreader, or by shovels, rakes, and brooms. The Topsoil shall be lightly 41 raked or brushed into the mat apertures to completely fill the mat thickness. The slope 42 shall be seeded with grass seed by broadcast or hydroseeding in accordance with 43 Sections 8-01 and 9-14, and as specified in the Contract Provisions. 44

45 2-12.3.OPT3.GR2 46

(November 17, 1997) 47 Geosynthetic Wrapped Slope Facing Construction 48 The Contractor shall use a temporary form system to minimize sagging of the 49 geosynthetic facing elements during construction. A typical example of a temporary 50

Page 191: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 191

form system and sequence of reinforced slope construction required when using this 1 form are detailed in the Plans. 2 3 Geosynthetic reinforcement splices exposed at the slope face shall prevent loss of 4 backfill material through the face. The splicing material exposed at the slope face shall 5 be as durable and strong as the material to which the splices are tied. 6 7 The Contractor shall compact the zone within 3 ft of the slope face without causing 8 damage or distortion to the slope face or reinforcing layers by using light mechanical 9 tampers approved by the Engineer. 10 11 The wall face shall be stepped vertically rather than using a battered forming system. 12 Boston Ivy shall be placed in the slope face through the geosynthetic reinforcement 13 layers in the horizontal portion of each step as indicated in the Plans. The first row of 14 ivy plants shall be placed in the bottom layer of the reinforced slope. Rows of plants 15 shall be spaced vertically no more than 16 ft apart. Plants within a row shall be spaced 16 horizontally 6 to 7 ft apart. Holes placed through the reinforcement shall be the 17 minimum size necessary to install the plants. 18

19 2-12.3.OPT4.GR2 20

(November 17, 1997) 21 Welded Wire Facing Construction 22 The Contractor shall install welded wire facing as shown in the Plans. Horizontally 23 adjacent facing panels shall be butted together such that no gap between facing panels 24 exists. Butted together facing panel splices shall be offset from each other in adjacent 25 layers so that the splices do not line up with one another from layer to layer. 26 27 If secondary geosynthetic reinforcement is specified, secondary reinforcement splices 28 transverse to the slope shall be butted together and the splice shall be held together 29 with hog rings, or other methods approved by the Engineer in the manner that will 30 prevent the splice from separating during geosynthetic installation and backfilling. 31 32 The front 3 inches to 6 inches of reinforced slope backfill at the slope face, as shown in 33 the Plans, shall be thoroughly mixed with lime, 16-16-16 fertilizer, and grass seed to 34 create a vegetated face. Lime shall be applied at a rate 6.0 lbs/cy, fertilizer at a rate of 35 0.7 lbs/cy, and grass seed at a rate of 0.4 lbs/cy. 36 37 The Contractor shall compact the zone within one meter of the slope face without 38 causing damage or distortion to the slope face or reinforcing layers by using light 39 mechanical tampers approved by the Engineer. The maximum outward bulge of the 40 face between primary reinforcement layers shall not exceed 3 inches. 41

42 2-12.3.OPT5.GR2 43

(November 17, 1997) 44 Installing Guardrail Posts in Geosynthetic Reinforced Slopes 45 The Contractor shall install guardrail posts as shown in the Plans after completing the 46 reinforced slopes. The Contractor shall install the posts in a manner that prevents 47 bulging of the slope face and prevents ripping, tearing, or pulling of the geosynthetic 48 reinforcement. Holes through the geosynthetic reinforcement shall be the minimum 49 size necessary for the post. The Contractor shall demonstrate to the Engineer prior to 50

Page 192: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 192

beginning guardrail post installation that the installation method will not rip, tear, or pull 1 the geosynthetic reinforcement. 2

3 2-12.4.GR2 4

Measurement 5 6 2-12.4.INST1.GR2 7 Section 2-12.4 is supplemented with the following: 8 9 2-12.4.OPT1.FR2 10

(January 5, 1998) 11 Geosynthetic reinforced slope will be measured by the square foot of face of completed 12 reinforced slope, measured in the plane of the slope. 13 14 ***$$1$$*** borrow including haul will be measured as specified in Section 2-03.4. 15 16 Structure excavation Class B including haul will be measured as specified in Section 2-17 09.4 and to the limits shown in the Plans. 18

19 2-12.5.GR2 20

Payment 21 22 2-12.5.INST1.GR2 23 Section 2-12.5 is supplemented with the following: 24 25 2-12.5.OPT1.FR2 26

(November 17, 1997) 27 "Geosynthetic Reinforced Slope", per square foot. 28 “*** $$1$$ *** Borrow Incl. Haul”, per ton or per cubic yard. 29 “Structure Excavation Class B Incl. Haul”, per cubic yard. 30 31 The unit contract price per square foot for "Geosynthetic Reinforced Slope" shall be full 32 pay to perform the work as specified, including compaction of the backfill material, and 33 furnishing and installing the facing materials, plantings, and any temporary forming 34 system used. 35

36 DIVISION3.GR3 37

Division 3 38 Aggregate Production and Acceptance 39

40 3-01.GR3 41

Production From Quarry and Pit Sites 42 43 3-01.2.GR3 44

Material Sources, General Requirements 45 46 3-01.2.INST1.GR3 47 Section 3-01.2 is supplemented with the following: 48 49

Page 193: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 193

3-01.2.OPT1.GR3 1 (March 13, 1995) 2 Permits For Pit Operations In King County 3 The Contractor is advised that King County may require the Contractor to meet any or 4 all of the following listed conditions before considering issuance of a temporary permit 5 for pit operations within King County: 6 7

1. Security fences and locking gates shall be installed where deemed necessary 8 by the King County Department of Building. Cable or wire gates are not 9 acceptable. 10

11 2. Hours of operation shall be limited to: 7:00 a.m. to 7:00 p.m. 12 13 3. Access roads shall be improved and maintained to the satisfaction of the King 14

County Department of Public Works. A haul road agreement for County road 15 maintenance may be required. 16

17 All roads shall be swept, washed, or both, by the Contractor at the 18 Contractor's expense as often as the Department of Building deems 19 necessary. 20 21 Property shall have functional access to an arterial level street. 22 23

4. All operations will have to be approved by King County Flood Control for 24 drainage plans, Washington State Department of Ecology, and Puget Sound 25 Air Pollution Control Authority. 26

27 Those properties near or adjacent to any water body shall have written 28 approval from the State of Washington Department of Fisheries. 29 30 The Contractor shall obtain a mining reclamation permit from the State of 31 Washington Department of Natural Resources for sites of over three acres in 32 size of disturbed land or resulting in pit walls more than thirty feet high and 33 steeper than one to one slope. 34

35 5. No stockpiling of foreign excavated material is permitted on the site except for 36

those materials to be used in the land rehabilitation of the subject property. 37 38 6. No signs other than signs required by Chapter 24.42, King County Zoning 39

Code are authorized as a result of the temporary permit. 40 41 7. Plans required: 42 43

a. Scale of Plot Plans 44 45

Site Size: less than 10 acres 1 inch = 50 feet 46 47 10 to 100 acres 1 inch = 100 feet 48 49 over 100 acres 1 inch = 200 feet 50 51

Page 194: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 194

b. Contours 1 2

Show existing and proposed contours at 5-foot intervals. If existing 3 and proposed contours are superimposed upon one another it must 4 be clear as to which is which. Plans which incorporate a screening 5 process may be required by the County to distinguish said contours. 6 7 Finished contours must show how the property can be used under 8 the existing zoning. Plans showing daylighting of property to road 9 grade or below with high 2:1 slope walls will no longer be permitted 10 within the R, S, or G zones. The plans must contain large terraces 11 which will permit the lot sizes and roads that are permitted within the 12 zone. 13 14

c. Sections 15 16

Show a minimum of two sections in each direction. 17 18

d. Maximum Slope 19 20

Cuts shall not be steeper in slope than two horizontal to one vertical 21 unless the owner furnishes a soils engineering or an engineering 22 geology report certifying that the site has been investigated and 23 indicating that the proposed deviation will not endanger any private 24 property or result in the deposition of debris on any public way or 25 interfere with any existing drainage course. 26 27

e. Fill Slopes 28 29

No fill shall be made which creates an exposed surface steeper in 30 slope than two horizontal to one vertical. 31 32

f. Benches on Slopes 33 34

There shall be a 10 foot wide bench sloped into the hillside for every 35 50 feet in height. 36 37

g. Setbacks 38 39

Material and vegetation shall be left in its natural state: 40 41

50 feet from any FP, A, G, S, or R zoned property; 42 43 20 foot setback which includes a 6 foot high planted berm along 44 any public right-of-way; 45 46 20 feet from M, B, or CG zoned property; 47 48 10 feet from QM or FR zoned property. 49

50 Plans shall show type of vegetation existing within the buffer zones. 51

Page 195: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 195

1 h. Drainage 2 3

All drainage facilities shall be designed to carry surface waters to the 4 nearest practical street, storm drain, or natural water-course. 5 Adequate provision shall be made to prevent any surface waters 6 from damaging the face of an excavation or fill. All slopes shall be 7 protected from surface water runoff from above by berms or swales. 8 9

The Contractor is further advised that King County may require conditions which are in 10 addition to the foregoing list and that the County may reject permit applications at its 11 discretion because of the proposed operations proximity to schools, residential 12 neighborhoods, hospitals, arterials, or for other environmental conditions. 13 14 When there are discrepancies between the requirements of the State and the County 15 the more stringent specifications shall apply. 16 17 Should the Contractor fail to comply with any requirements of a temporary permit 18 obtained in the Contracting Agency's name, the Contracting Agency will take the 19 necessary action to meet these requirements and any costs incurred by the 20 Contracting Agency will be deducted from monies due or to become due the 21 Contractor. 22

23 3-01.3.GR3 24

State Furnished Material Sources 25 26 3-01.3.INST1.GR3 27 Section 3-01.3 is supplemented with the following: 28 29 3-01.3.OPT1.FR3 30

(March 13, 1995) 31 The following source of stockpiled materials is made available at no cost to the 32 Contractor: 33 34

Stockpile Site *** $$1$$, a source for $$2$$, *** is located in the *** $$3$$ of 35 Section $$4$$, Township $$5$$ North, Range $$6$$, *** W.M., as shown in the 36 Plans. 37

38 3-01.3.OPT2.FR3 39

(June 26, 2000) 40 The following source of materials is made available at no cost to the Contractor: 41 42

*** $$1$$ Site $$2$$ *** a source for the production of *** $$3$$ *** is located in 43 the *** $$4$$ of Section $$5$$, Township $$6$$ North, Range $$7$$ *** W.M., as 44 shown in the Plans. 45 46

In the event that the Contractor proposes to provide these materials from another 47 source, adjustment of quantities shall be made in accordance with Section 3-01.4(1). 48 Such adjustment will be based on the relative specific gravity of the sources. A specific 49 gravity of *** $$8$$ *** for the State-provided source will be used for comparative 50 purposes. The comparative specific gravity of Contractor provided sources will be 51

Page 196: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 196

determined by AASHTO Test Method T-85 on the Saturated Surface Dry Basis by the 1 Headquarters Materials Laboratory. 2

3 3-01.6.GR3 4

Payment 5 6 3-01.6.INST1.GR3 7 The second paragraph of Section 3-01.6 is supplemented with the following: 8 9 3-01.6.OPT1.FR3 10

(June 03, 1996) 11 If the Contractor elects not to use the Contracting Agency furnished source(s) of 12 material, the following items of work shall not be performed on this project. 13 14 *** $$1$$ ***. 15 16 If the Contractor submits unit price(s) in the amount of zero for the above item(s) of 17 work that do not have an estimated amount included in the proposal, the Contracting 18 Agency will accept the Contractor's proposal as being notice of the Contractor's intent 19 not to utilize the Contracting Agency furnished source. 20 21 After execution of the contract, should the Contractor decide to utilize the source(s) 22 furnished by the Contracting Agency, the Contractor will be permitted to do so, 23 provided that for those items listed above for which zero has been entered on the 24 proposal, the work required shall be performed at the Contractor's expense. 25

26 3-01.6.OPT2.FR3 27

(March 13, 1995) 28 The Contractor is advised that while use of the Contracting Agency-furnished materials 29 source(s) is not mandatory, the following items of work in *** $$1$$ Site $$2$$ *** must 30 be performed: 31 32

*** $$3$$ *** 33 34 3-01.6.OPT3.FR3 35

(March 13, 1995) 36 The use of *** $$1$$ Site $$2$$ *** is mandatory and that all work in the site shall be 37 performed. 38

39 3-02.GR3 40

Stockpiling Aggregates 41 42 3-02.2.GR3 43

General Requirements 44 45 3-02.2(7).GR3 46

Removing Aggregates From Stockpiles 47 48 3-02.2(7).INST1.GR3 49

Section 3-02.2(7) is supplemented with the following: 50

Page 197: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 197

1 3-02.2(7).OPT1.FR3 2

(March 13, 1995) 3 Materials for use on this project are being produced and stockpiled under another 4 contract. The material being produced is shown in the Plans as existing in 5 stockpile at the following location: 6 7

*** $$1$$ *** 8 9

It is expected that the material will be available to the Contractor in ample time for 10 the Contractor's use. However, any delay shall not constitute a claim by the 11 Contractor against the Contracting Agency for additional compensation. Should 12 the Contractor be delayed by reason of insufficient material in the stockpile, the 13 Contractor will be granted an extension of time equal to the time actually lost by 14 reason of such delay. 15

16 3-02.2(7).OPT2.FR3 17

(March 13, 1995) 18 *** $$1$$ *** are existing in stockpiles at the location and in the amounts shown in 19 the Plans. 20 21 The Contractor may obtain material from other sources provided they are 22 approved by the Engineer and provided the Contractor makes all arrangements 23 and pays all expenses required for the acquisition of the materials. 24 25 If the Contractor chooses to use the materials existing in stockpiles, the Contractor 26 shall pay promptly to the Treasurer of *** $$2$$ *** County, as may come due, a 27 sum owing at the rates specified below based on the quantity of materials allowed 28 by the Engineer on the final or periodic estimates: 29 30

*** $$3$$ *** 31 32 3-02.5.GR3 33

Payment 34 35 3-02.5.INST1.GR3 36 Section 3-02.5 is supplemented with the following: 37 38 3-02.5.OPT1.FR3 39

(March 13, 1995) 40 The unit contract price per cubic yard for *** $$1$$ *** shall be full pay for the 41 purchase, loading, hauling, and placing of materials provided in stockpile or, if so 42 chosen by the Contractor, for the furnishing, hauling, and placing of materials obtained 43 by the Contractor from an approved source of the Contractor's own choice and 44 acquisition. 45 46 Payment of money due the Contractor on the final estimate will not be made until the 47 Engineer has furnished the Secretary of Transportation with a certificate to verify that 48 all sums due *** $$2$$ *** from the Contractor for materials have been paid in full. 49

50

Page 198: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 198

3-03.GR3 1

Site Reclamation 2 3 3-03.2.GR3 4

General Requirements 5 6 3-03.2(1).GR3 7

Contracting Agency-Provided Sites 8 9 3-03.2(1).INST1.GR3 10

Section 3-03.2(1) is supplemented with the following: 11 12 3-03.2(1).OPT1.GR3 13

(March 13, 1995) 14 Site reclamation will be performed by the Contracting Agency on all sites furnished 15 by the Contracting Agency. 16

17 DIVISION4.GR4 18

Division 4 19 Bases 20

21 4-04.GR4 22

Ballast and Crushed Surfacing 23 24 4-04.3.GR4 25

Construction Requirements 26 27 4-04.3(5).GR4 28

Shaping and Compaction 29 30 4-04.3(5).INST1.GR4 31

Section 4-04.3(5) is supplemented with the following: 32 33 4-04.3(5).OPT1.GR4 34

(March 13, 1995) 35 The top surface of the final lift of surfacing material on each mainline roadway shall 36 be trimmed using a trimming machine that maintains grade and transverses slopes 37 automatically, through sensors that respond to reference lines on both edges of 38 each roadway. 39 40 The minimum width to be trimmed shall be the travelled way plus sufficient width 41 for the treads of the paving machine. 42 43 The trimmed surface shall be smooth and uniform with no chatter or ripples. 44

45 DIVISION5.GR5 46

Division 5 47 Surface Treatments and Pavements 48

49

Page 199: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 199

5-01.GR5 1

Cement Concrete Pavement Rehabilitation 2 3 5-01.3.GR5 4

Construction Requirements 5 6 5-01.3(5).GR5 7

Partial Depth Spall Repair 8 9 5-01.3(5).INST1.GR5 10

Section 5-01.3(5) is revised to read: 11 12 5-01.3(5).OPT1.GR5 13

(June 11, 2019) 14 Partial Depth Spall Repair 15 This work consists of repairing partial depth spalls using either epoxy concrete or 16 polyester concrete. 17 18

Partial Depth Spall Repair – Epoxy Concrete 19 Manufacturer’s Technical Representative 20 The Contractor shall have the services of a qualified epoxy resin binder 21 manufacturer's technical representative physically present at the job site 22 during the first shift of epoxy concrete placement. The manufacturer’s 23 technical representative shall assist the Contractor in training the 24 Contractor’s personnel and providing technical assistance in preparing 25 the concrete surface, applying primer, and mixing, placing, and curing the 26 epoxy concrete. If the epoxy concrete Work is unsatisfactory, or 27 additional training or technical assistance is needed the Contractor shall 28 have the services of the manufacturer’s at the job site for additional time 29 as deemed necessary by the Engineer. 30 31 Mix Design 32 Epoxy concrete shall be composed of epoxy resin binder and aggregate. 33 The Contractor shall prepare and submit a Type 1 Working Drawing 34 consisting of the epoxy concrete mix proportions and mixing procedure. 35 The epoxy resin binder in the epoxy concrete shall be between 11 to 13 36 percent by weight of the dry aggregate. The mix design shall include the 37 proportion of epoxy resin binder as a percentage of the dry weight of 38 aggregate, the approximate set time and the time for opening to traffic for 39 the temperature ranges expected during epoxy concrete placement. 40 41 Delivery and Storage of Materials 42 All materials shall be delivered in their original containers bearing the 43 manufacturer's label, specifying date of manufacturing, batch number, 44 trade name brand, and quantity. Each shipment shall be accompanied by 45 a Safety Data Sheet (SDS) for each component of the resin binder. 46 47 The material shall be stored in accordance with the manufacturer’s 48 recommendations. 49 50

Page 200: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 200

Surface Preparation 1 Removal of the existing pavement shall not damage any pavement to be 2 left in place. Any existing pavement that is to remain that has been 3 damaged shall be repaired at no additional expense to the Contracting 4 Agency. If jackhammers are used for removing pavement, they shall not 5 weigh more than 30 pounds, and chipping hammers shall not weigh more 6 than 15 pounds. All power driven hand tools used for the removal of 7 pavement shall be operated at angles less than 45 degrees as measured 8 from the surface of the pavement to the tool. The patch limits shall extend 9 beyond the spalled area a minimum of 3 inches. Repair areas shall be 10 kept square or rectangular. Repair areas that are within 12 inches of 11 another repair area shall be combined. 12 13 A vertical cut shall be made to a minimum depth of 2 inches around the 14 perimeter to be patched as marked by the Engineer. The Contractor shall 15 remove material within the perimeter of the saw cut to a depth of 2 16 inches, or to sound concrete as determined by the Engineer. 17 18 The concrete surfaces shall be prepared by removing all material which 19 may act as a bond breaker between the surface and the epoxy concrete. 20 The surfaces to receive the epoxy concrete shall be abrasive blasted and 21 all loose material removed. All abrasive blasting residue shall be 22 removed. 23 24 Spall repair shall not be done in areas where dowel bars are 25 encountered. 26 27 When a partial depth repair is placed directly against an adjacent 28 longitudinal joint, a bond-breaking material such as polyethylene film, 29 roofing paper, or other material as accepted by the Engineer shall be 30 placed between the existing concrete and the area to be patched. 31 32 Working transverse joints or cracks adjacent to or within the repair area 33 require placement of a compressible insert. The new joint or crack shall 34 be formed to the same width as the existing joint or crack. The 35 compressible joint material shall be placed into the existing joint 1 inch 36 below the depth of repair. The compressible insert shall extend at least 3 37 inches beyond each end of the patch boundaries. 38 39 Patches that abut the Lane/Shoulder joint require placement of a formed 40 edge, along the slab edge, even with the surface. 41 42 If the concrete surfaces become contaminated, the contaminated areas 43 shall be re-cleaned. 44 45 Precautions shall be taken to ensure that no dust or debris leaves the 46 roadway and that all traffic is protected from rebound and dust. 47 Appropriate shielding shall be provided as required at no additional cost 48 to the Contracting Agency. The Contractor shall reseal all joints in 49 accordance with Section 5-05.3(8)B. 50 51

Page 201: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 201

Application of Prime Coat 1 Application of the prime coat and the epoxy concrete shall not begin if 2 rain is forecast within 12-hours of completion of the Work. The area 3 receiving the prime coat shall be dry and had no rain within the past 12 4 hours. Immediately prior to applying the prime coat, loose material shall 5 be removed using oil and moisture free compressed air. The concrete 6 surface shall be between 40°F and 100°F when applying the prime coat. 7 8 Immediately before placing epoxy concrete, the prepared concrete 9 surface shall be given a prime coat consisting of one coat of the epoxy 10 resin binder. 11 12 The prime coat shall be worked into the concrete in a manner to assure 13 complete coverage of the area receiving epoxy concrete. 14 15 If the primed surface becomes contaminated, the contaminated area shall 16 be cleaned and re-primed. 17 18 The prime coat shall not be allowed to run into drainage structures, joints 19 or working cracks. 20 21 Mixing Components 22 The components of the epoxy resin binder shall be thoroughly blended 23 just prior to mixing with the aggregate. The epoxy concrete shall be 24 thoroughly mixed prior to placing. 25 26 The Contractor shall prevent any cleaning chemicals from reaching the 27 epoxy concrete mix during the mixing operations. 28 29 Epoxy Concrete Placement 30 Under no circumstances shall any epoxy resin or epoxy concrete be 31 allowed to run into drainage structures, joints or working cracks. 32 33 The epoxy concrete shall be placed on the liquid prime coat and 34 consolidated in accordance with the manufacturer’s recommendations. 35 36 Finished Epoxy Concrete Surface 37 All repair areas shall be struck off level with the adjacent concrete. 38 Forms shall be coated with suitable bond release agent to permit ready 39 release of forms. 40 41 Sand for abrasive finish shall be broadcast onto surface to uniformly 42 cover any smooth or glossy areas immediately after finishing and before 43 resin gelling occurs. The completed surface shall be free of any smooth 44 or glossy areas. After the epoxy concrete has cured any smooth or glossy 45 areas shall be repaired by the Contractor in the manner recommended by 46 the System Provider and approved by the Engineer at no additional cost. 47 The surface texture of epoxy concrete shall be uniform and impervious to 48 moisture. 49 50

Page 202: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 202

Curing 1 The epoxy concrete shall be cured in accordance with the manufacturer’s 2 recommendations. The Contractor shall measure the compressive 3 strength of the cured epoxy concrete with a rebound hammer in 4 accordance with ASTM C 805. Traffic and equipment shall not be 5 permitted on the epoxy concrete until it achieves a compressive strength 6 of 2,500 psi based on the rebound hammer manufactures correlation of 7 rebound number to compressive strength for the rebound hammer used. 8 9

Partial Depth Spall Repair – Polyester Concrete 10 Manufacturer’s Technical Representative 11 The Contractor shall have the services of a qualified polyester concrete 12 manufacturer's technical representative physically present at the job site 13 during the first shift of polyester concrete placement. The manufacturer’s 14 technical representative shall assist the Contractor in training the 15 Contractor’s personnel and providing technical assistance in preparing 16 the concrete surface, applying primer, and mixing, placing, and curing the 17 polyester concrete. If the polyester concrete Work is unsatisfactory, or 18 additional training or technical assistance is needed the Contractor shall 19 have the services of the manufacturer’s at the job site for additional time 20 as deemed necessary by the Engineer to correct the deficiency. 21 22 Mix Design 23 Polyester concrete shall be composed of a polyester resin binder and 24 aggregate. The Contractor shall prepare and submit a Type 1 Working 25 Drawing consisting of the polyester concrete mix proportions and mixing 26 procedure. The polyester resin binder in the polyester concrete shall be 27 between 11 to 13 percent by weight of the dry aggregate. The mix design 28 shall include the proportion of polyester resin binder as a percentage of 29 the dry weight of aggregate, the approximate set time and time for 30 opening to traffic for the temperature ranges expected during polyester 31 concrete placement. 32 33 Delivery and Storage of Materials 34 All materials shall be delivered in their original containers bearing the 35 manufacturer's label, specifying date of manufacturing, batch number, 36 trade name brand, and quantity. Each shipment shall be accompanied by 37 a Safety Data Sheet (SDS) for each component of the resin binder. 38 39 The material shall be stored in accordance with the manufacturer’s 40 recommendations. 41 42 Surface Preparation 43 Removal of the existing pavement shall not damage any pavement to be 44 left in place. Any existing pavement that is to remain that has been 45 damaged shall be repaired at no additional expense to the Contracting 46 Agency. If jackhammers are used for removing pavement, they shall not 47 weigh more than 30 pounds, and chipping hammers shall not weigh more 48 than 15 pounds. All power driven hand tools used for the removal of 49 pavement shall be operated at angles less than 45 degrees as measured 50 from the surface of the pavement to the tool. The patch limits shall extend 51

Page 203: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 203

beyond the spalled area a minimum of 3 inches. Repair areas shall be 1 kept square or rectangular. Repair areas that are within 12 inches of 2 another repair area shall be combined. 3 4 A vertical cut shall be made to a minimum depth of 2 inches around the 5 perimeter to be patched as marked by the Engineer. The Contractor shall 6 remove material within the perimeter of the saw cut to a depth of 2 7 inches, or to sound concrete as determined by the Project Engineer. 8 9 The concrete surfaces shall be prepared by removing all material which 10 may act as a bond breaker between the surface and the polyester 11 concrete. The surfaces to receive the polyester concrete shall be 12 abrasive blasted and all loose material removed. All abrasive blasting 13 residue shall be removed. 14 15 Spall repair shall not be done in areas where dowel bars are 16 encountered. 17 18 When a partial depth repair is placed directly against an adjacent 19 longitudinal joint, a bond-breaking material such as polyethylene film, 20 roofing paper, or other material as accepted by the Engineer shall be 21 placed between the existing concrete and the area to be patched. 22 23 Working transverse joints or cracks adjacent to or within the repair area 24 require placement of a compressible insert. The new joint or crack shall 25 be formed to the same width as the existing joint or crack. The 26 compressible joint material shall be placed into the existing joint 1 inch 27 below the depth of repair. The compressible insert shall extend at least 3 28 inches beyond each end of the patch boundaries. 29 30 Patches that abut the Lane/Shoulder joint require placement of a formed 31 edge, along the slab edge, even with the surface. 32 33 If the concrete surfaces become contaminated, the contaminated areas 34 shall be re-cleaned by abrasive blasting at the Contractor's expense. 35 36 Precautions shall be taken to ensure that no dust or debris leaves the 37 roadway and that all traffic is protected from rebound and dust. 38 Appropriate shielding shall be provided as required at no additional cost 39 to the Contracting Agency. The Contractor shall reseal all joints in 40 accordance with Section 5-05.3(8)B. 41 42 Application of Prime Coat 43 Application of the prime coat and the polyester concrete shall not begin if 44 rain is forecast within 12-hours of completion of the Work. The area 45 receiving the prime coat shall be dry and had no rain within the past 12 46 hours. Immediately prior to applying the prime coat, loose material shall 47 be removed. 48 49 The concrete surface shall be between 40°F and 100°F when applying 50 the prime coat. 51

Page 204: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 204

1 The Contractor shall apply a prime coat consisting of one coat of 2 promoted/initiated wax-free HMWM resin to the prepared concrete and 3 steel surfaces immediately before placing the polyester concrete. 4 5 The prime coat shall be worked into the concrete in a manner to assure 6 complete coverage of the area receiving polyester concrete. 7 8 If the primed surface becomes contaminated, the contaminated area shall 9 be cleaned and re-primed. 10 11 The prime coat shall not be allowed to run into drainage structures, joints 12 or working cracks. 13 14 Mixing Components 15 The components of the polyester resin binder shall be thoroughly blended 16 just prior to mixing with the aggregate. The polyester concrete shall be 17 thoroughly mixed prior to placing. 18 19 The Contractor shall prevent any cleaning chemicals from reaching the 20 polyester concrete mix during the mixing operations. 21 22 Polyester Concrete Placement 23 Under no circumstances shall any polyester resin or polyester concrete 24 be allowed to run into drainage structures, joints or working cracks. 25 26 Place polyester concrete within two hours of placing the HMWM prime 27 coat. 28 29 Polyester concrete shall be placed within 15 minutes following initiation. 30 Polyester concrete that is not placed within this time shall be discarded. 31 32 The surface temperature of the area receiving the polyester concrete 33 shall be the same as specified above for the HMWM prime coat. 34 35 The polyester concrete shall be consolidated in accordance with the 36 manufacturer’s recommendations. 37 38 Finished Polyester Concrete Surface 39 All repair areas shall be struck off level with the adjacent concrete. Forms 40 shall be coated with suitable bond release agent to permit ready release 41 of forms. 42 43 Sand for abrasive finish shall be broadcast onto surface to uniformly 44 cover any smooth or glossy areas immediately after finishing and before 45 resin gelling occurs. The completed surface shall be free of any smooth 46 or glossy areas. After the polyester concrete has cured, any smooth or 47 glossy areas shall be repaired by the Contractor in the manner 48 recommended by the System Provider and approved by the Engineer at 49 no additional cost. The surface texture of polyester concrete shall be 50 uniform and impervious to moisture. 51

Page 205: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 205

1 Curing 2 The polyester concrete shall be cured in accordance with the 3 manufacturer’s recommendations. The Contractor shall measure the 4 compressive strength of the cured polyester concrete with a rebound 5 hammer in accordance with ASTM C 805. Traffic and equipment shall not 6 be permitted on the polyester concrete until it achieves a compressive 7 strength of 2,500 psi based on the rebound hammer manufactures 8 correlation of rebound number to compressive strength for the rebound 9 hammer used. 10

11 5-01.3(9).GR5 12

Cement Concrete Pavement Grinding 13 14 5-01.3(9).INST1.GR5 15

Section 5-01.3(9) is supplemented with the following: 16 17 5-01.3(9).OPT1.GR5 18

(April 1, 2013) 19 The Contractor shall grind a test section 1500 foot long across the full width of a 20 lane for evaluation by the Engineer to determine if the Work meets the 21 Specifications. If the Specifications have been met the Contractor may proceed 22 with the remaining cement concrete pavement grinding. If the Specifications have 23 not been met, the Contractor shall make adjustments and another test section 24 shall be completed. 25

26 5-02.GR5 27

Bituminous Surface Treatment 28 29 5-02.3.GR5 30

Construction Requirements 31 32 5-02.3(3).GR5 33

Application of Emulsified Asphalt and Aggregate 34 35 5-02.3(3).INST1.GR5 36

Section 5-02.3(3) is supplemented with the following: 37 38 5-02.3(3).OPT1.FR5 39

(August 5, 2013) 40 The grades of emulsified asphalt to be used for New Construction bituminous 41 surface treatments shall be *** $$1$$ *** for the first application and *** $$2$$ *** 42 for the second application. 43

44 5-02.3(3).OPT2.FR5 45

(August 5, 2013) 46 The grade of emulsified asphalt to be used for bituminous surface treatment Seal 47 Coats shall be *** $$1$$. ***. 48

49

Page 206: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 206

5-02.4.GR5 1

Measurement 2 3 5-02.4.INST1.GR5 4 Section 5-02.4 is supplemented with the following: 5 6 5-02.4.OPT2.GR5 7

(March 13, 1995) 8 The additional cost involved in the construction of bituminous surface treatment for 9 road approach will be measured per each for each road approach treated, regardless 10 of location, length, width or design. 11

12 5-02.5.GR5 13

Payment 14 15 5-02.5.INST1.GR5 16 Section 5-02.5 is supplemented with the following: 17 18 5-02.5.OPT2.GR5 19

(February 5, 2001) 20 "Bituminous Surface Treatment For Road Approach", per each. 21 The unit contract price per each for "Bituminous Surface Treatment For Road 22 Approach" shall be in addition to payments made for the mineral aggregate and 23 asphalt. 24

25 5-02.5.OPT3.GR5 26

(August 5, 2013) 27 CRS-2P Cost Price Adjustment 28 The Contracting Agency will make a CRS-2P Cost Price Adjustment, either a credit or 29 a payment, for qualifying changes in the reference cost of asphalt binder. The 30 adjustment will be applied to partial payments made according to Section 1-09.9 for the 31 following bid items when they are included in the proposal: 32 33

“Emulsified Asphalt CRS-2P” 34 35

The adjustment is not a guarantee of full compensation for changes in the cost of 36 emulsified asphalt CRS-2P. The Contracting Agency does not guarantee that 37 emulsified asphalt CRS-2P will be available at the reference cost. 38

39 The Contracting Agency will establish the asphalt binder reference cost twice each 40 month and post the information on the Agency website at: 41 http://www.wsdot.wa.gov/Business/Construction/EscalationClauses.htm. The 42 reference cost will be determined using posted prices furnished by Poten & 43 Partners, Inc. If the selected price source ceases to be available for any reason, 44 then the Contracting Agency will select a substitute price source to establish the 45 reference cost. 46

47 The base cost established for this contract is the reference cost posted on the 48 Agency website for the period immediately preceding the bid opening date. 49 50

Page 207: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 207

Adjustments will be based on the most current reference cost for Western 1 Washington or Eastern Washington as posted on the Agency website, depending 2 on where the work is performed. For work completed after all authorized working 3 days are used, the adjustment will be based on the posted reference cost during 4 which contract time was exhausted. The adjustment will be calculated as follows: 5 6 No adjustment will be made if the reference cost is within 5% of the base cost. 7 8 If the reference cost is greater than or equal to 105% of the base cost, then 9 Adjustment = (Current Reference Cost – (1.05 x Base Cost)) x (Q x 0.65). 10 11 If the reference cost is less than or equal to 95% of the base cost, then 12 Adjustment = (Current Reference Cost – (0.95 x Base Cost)) x (Q x 0.65). 13 14 Where Q = total tons of Emulsified Asphalt CRS-2P paid in the current month’s 15 progress payment. 16 17 “CRS-2P Cost Price Adjustment”, by calculation. 18 19 “CRS-2P Cost Price Adjustment” will be calculated and paid for as described in 20 this section. For the purpose of providing a common proposal for all bidders, the 21 Contracting Agency has entered an amount in the proposal to become a part of 22 the total bid by the Contractor. 23

24 5-02.5.OPT4.GR5 25

(January 3, 2017) 26 AC-15P Cost Price Adjustment 27 The Contracting Agency will make an AC-15P Cost Price Adjustment, either a credit or 28 a payment, for qualifying changes in the reference cost of asphalt binder. The 29 adjustment will be applied to partial payments made according to Section 1-09.9 for the 30 following bid items when they are included in the proposal: 31 32

“Modified Asphalt Cement AC-15P” 33 34 The adjustment is not a guarantee of full compensation for changes in the cost of 35 modified asphalt cement AC-15P. The Contracting Agency does not guarantee 36 that modified asphalt cement AC-15P will be available at the reference cost. 37 38 The Contracting Agency will establish the asphalt binder reference cost twice each 39 month and post the information on the Agency website at: 40 http://www.wsdot.wa.gov/Business/Construction/EscalationClauses.htm. The 41 reference cost will be determined using posted prices furnished by Poten & 42 Partners, Inc. If the selected price source ceases to be available for any reason, 43 then the Contracting Agency will select a substitute price source to establish the 44 reference cost. 45 46 The base cost established for this contract is the reference cost posted on the 47 Agency website for the period immediately preceding the bid opening date. 48 49 Adjustments will be based on the most current reference cost for Western 50 Washington or Eastern Washington as posted on the Agency website, depending 51

Page 208: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 208

on where the work is performed. For work completed after all authorized working 1 days are used, the adjustment will be based on the posted reference cost during 2 which contract time was exhausted. The adjustment will be calculated as follows: 3 4 No adjustment will be made if the reference cost is within 5% of the base cost. 5 6 If the reference cost is greater than or equal to 105% of the base cost, then 7 Adjustment = (Current Reference Cost – (1.05 x Base Cost)) x Q . 8 9 If the reference cost is less than or equal to 95% of the base cost, then 10 Adjustment = (Current Reference Cost – (0.95 x Base Cost)) x Q . 11 12 Where Q = total tons of Modified Asphalt Cement AC-15P paid in the current 13 month’s progress payment. 14 15 “AC-15P Cost Price Adjustment”, by calculation. 16 17 “AC-15P Cost Price Adjustment” will be calculated and paid for as described in this 18 section. For the purpose of providing a common proposal for all bidders, the 19 Contracting Agency has entered an amount in the proposal to become a part of 20 the total bid by the Contractor. 21

22 5-04.GR5 23

Hot Mix Asphalt 24 25 5-04.2.GR5 26

Materials 27 28 5-04.2(2).GR5 29

Mix Design – Obtaining Project Approval 30 31 5-04.2(2).INST1.GR5 32

Section 5-04.2(2) is supplemented with the following: 33 34 5-04.2(2).OPT1.FR5 35

(January 3, 2011) 36 ESAL's 37 The number of ESAL's for the design and acceptance of the HMA shall be *** 38 $$1$$ *** million. 39

40 5-04.3.GR5 41

Construction Requirements 42 43 5-04.3.INST1.GR5 44 Section 5-04.3 is supplemented with the following: 45 46 5-04.3.OPT4.FR5 47

(January 3, 2017) 48 The expected percentage of new asphalt binder in the HMA is *** $$1$$ ***. Should 49 the actual percentage of new asphalt binder required by the job mix formula for HMA 50

Page 209: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 209

produced with Agency-provided aggregate vary by more than plus or minus 0.3-percent 1 an adjustment in payment will be made. The adjustment in payment (plus or minus) 2 will be based on the invoice cost to the Contractor. When RAP and/or RAS are used in 3 the production of HMA the adjustment will be reduced by the percentage of RAP and/or 4 RAS asphalt binder. No adjustment will be made when the Contractor elects not to use 5 a Contracting Agency provided source. 6

7 5-04.3(1).GR5 8

Weather Limitations 9 10 5-04.3(1).INST1.GR5 11

The first sentence of Section 5-04.3(1) is revised to read: 12 13 5-04.3(1).OPT1.FR5 14

(August 3, 2009) 15 HMA for wearing course shall not be placed on any travelled way from *** $$1$$ 16 *** and through March 31st of the following year without written approval from the 17 Engineer. 18

19 5-04.3(3).GR5 20

Equipment 21 22 5-04.3(3).INST1.GR5 23

Section 5-04.3(3) is supplemented with the following: 24 25 5-04.3(3).OPT1.GR5 26

(March 13, 1995) 27 Reference lines will be required for both outer edges of the traveled way for each 28 mainline roadway for vertical control in accordance with Section 5-04.3(3). 29

30 5-04.3(3)C.GR5 31

Pavers 32 33 5-04.3(3)C.INST1.GR5 34

Section 5-04.3(3)C is supplemented with the following: 35 36 5-04.3(3)C.OPT1.GR5 37

(April 4, 2016) 38 Reference lines will be required for both outer edges of the traveled way 39 for each mainline roadway for vertical control in accordance with Section 40 5-04.3(3)C. 41

42 5-04.3(3)D.GR5 43

Material Transfer Device or Material Transfer Vehicle 44 45 5-04.3(3)D.OPT1.GR5 46

(April 4, 2016) 47

Section 5-04.3(3)D is deleted in its entirety. 48 49 5-04.3(3)D.INST1.GR5 50

Section 5-04.3(3)D including title is revised to read: 51

Page 210: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 210

1 5-04.3(3)D.OPT2.GR5 2

(August 1, 2011) 3 Material Transfer Vehicle 4 Direct transfer of HMA from the hauling equipment to the paving machine will 5 not be allowed in the top 0.30-feet of the pavement section of hot mix asphalt 6 (HMA) used in traffic lanes with a depth of 0.08-feet or greater. A material 7 transfer vehicle (MTV) shall be used to deliver the HMA from the hauling 8 equipment to the paving machine. HMA placed in irregularly shaped and 9 minor areas such as road approaches, tapers, and turn lanes are excluded 10 from this requirement. 11 12 The MTV shall mix the HMA after delivery by the hauling equipment and prior 13 to lay down by the paving machine. Mixing of the HMA shall be sufficient to 14 obtain a uniform temperature throughout the mixture 15

16 5-04.3(9).GR5 17

HMA Mixture Acceptance 18 19 5-04.3(9).INST1.GR5 20

Section 5-04.3(9) is supplemented with the following: 21 22 5-04.3(9).OPT1.FR5 23

(August 1, 2016) 24 Visual Evaluation 25 The following HMA will be accepted by visual evaluation: 26 27

*** $$1$$ *** 28 29 5-04.3(10).GR5 30

HMA Compaction Acceptance 31 32 5-04.3(10).INST1.GR5 33

The column in Table 14 of Section 5-04.3(10), titled “Statistical Evaluation of HMA 34 Compaction is Required for”, is supplemented with the following: 35

36 5-04.3(10).OPT1.GR5 37

(April 3, 2017) 38 • Any HMA for which the specified course thickness is greater than 0.10 feet 39

and the HMA is placed in the shoulder. 40 41 5-04.3(10)D.GR5 42

HMA Compaction – Visual Evaluation 43 44 5-04.3(10)D.INST2.GR5 45

The last sentence in Section 5-04.3(10)D is revised to read: 46 47 5-04.3(10)D.OPT1.GR5 48

(April 4, 2016) 49 HMA that is used for preleveling shall be compacted with a pneumatic tire 50 roller unless otherwise approved by the Engineer. 51

Page 211: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 211

1 5-04.3(12).GR5 2

Joints 3 4 5-04.3(12).INST1.GR5 5

Section 5-04.3(12) is supplemented with the following: 6 7 5-04.3(12).OPT1.GR5 8

(January 5, 2004) 9 The HMA overlay shall be feathered to produce a smooth riding connection to the 10 existing pavement. 11 12 HMA utilized in the construction of the feathered connections shall be modified by 13 eliminating the coarse aggregate from the mix at the Contractor's plant or the 14 commercial source or by raking the joint on the roadway, to the satisfaction of the 15 Engineer. 16

17 5-04.3(13).GR5 18

Surface Smoothness 19 20 5-04.3(13).INST1.GR5 21

The first four paragraphs of Section 5-04.3(13) are revised to read: 22 23 5-04.3(13).OPT1.FR5 24

(January 5, 2015) 25 Pavement surface smoothness for this project will include International Roughness 26 Index (IRI) testing that will be completed by the Contracting Agency. The 27 Contracting Agency will perform the IRI testing on each through lane, climbing 28 lane, and passing lane, greater than one mile in length and these lanes will be 29 subject to incentive/disincentive adjustments. IRI testing for a lane will be reported 30 every 0.01 mile by averaging the IRI data for the left and right wheelpath within the 31 section. 32 33 Bridge approaches and bridge decks that are located within the lanes specified to 34 be tested and are paved with HMA will be included in the IRI testing. Bridge 35 structures, approach slabs and 0.02 miles on either side of the bridge structures 36 and approach slabs will be eligible for price adjustment incentives and excluded 37 from disincentive adjustments. 38 39 Ramps, shoulders and tapers will not be included in IRI testing for pavement 40 smoothness and will not be subject to incentive adjustments. They will be subject 41 to parallel and transverse 10-foot surface requirements, corrective work and 42 disincentive adjustments. 43 44 Upon completion of the paving operation the Contractor shall notify the Engineer 45 that the roadway is ready for IRI testing. Notification shall not take place until the 46 following conditions are met for all lanes to be tested on the project: 47 48

1. All lanes are open to traffic, unrestricted and in their final configuration. 49 50

Page 212: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 212

2. All permanent pavement markings are in place or temporary pavement 1 markings to the satisfaction of the Engineer. 2

3 If requested by the Engineer the Contractor shall sweep the roadway immediately 4 prior to testing. If the sweeping is needed as a result of the Contractor’s operation 5 it shall be the responsibility and expense of the Contractor. Should the 6 Contracting Agency not be able to complete the testing as a result of the 7 Contractor’s Work the testing will be rescheduled and any additional costs to the 8 Contracting Agency will be deducted from monies due or that may become due the 9 Contractor. 10 11 It is the intent that the testing will be completed and the results provided to the 12 Contractor within 30 calendar days of the Contractor’s notification that the roadway 13 is ready for testing. If weather or other conditions exist which are determined by 14 the Engineer to be unsuitable for IRI testing of the pavement then the testing will 15 be deferred until favorable conditions are available and the 30 calendar days 16 extended. 17 18 Provided that all other Work required for Substantial Completion has been 19 completed; the day following the Contractor’s notification that the roadway is ready 20 for IRI testing through the day the IRI data is provided to the Contractor will be 21 nonworking days in accordance with Section 1-08.5. 22 23 Corrective work for pavement smoothness may be taken by the Contractor prior to 24 IRI testing. After completion of the IRI testing the Contractor shall measure the 25 smoothness of each 0.01 mile section with an IRI greater than 125 with a 10-foot 26 straightedge within 14 calendar days or as approved by the Engineer. The 27 Contractor shall identify all locations that require corrective work and provide the 28 straight edge measurements at each location that exceeds the allowable limit to 29 the Engineer. If all measurements in a 0.01 section comply with the smoothness 30 requirements the Contractor shall provide the maximum measurement to the 31 Engineer and a statement that corrective work is not required. Unless approved by 32 the Engineer, corrective work shall be taken by the Contractor for pavement 33 identified by the Contractor or Engineer that does not meet the following 34 requirements: 35 36

1. The completed surface of all courses shall be of uniform texture, smooth, 37 uniform as to crown and grade, and free from defects of all kinds. 38

39 2. The completed surface of the wearing course shall not vary more than ⅛ 40

inch from the lower edge of a 10-foot straightedge placed on the surface 41 parallel to the centerline. 42

43 3. The completed surface of the wearing course shall vary not more than ¼ 44

inch in 10 feet from the rate of transverse slope shown in the Plans. 45 46

All corrective work shall be completed at no additional expense, including traffic 47 control, to the Contracting Agency. Pavement shall be repaired by one or more of 48 the following methods: 49 50

Page 213: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 213

1. Diamond grinding; repairs shall not reduce pavement thickness by more 1 than ¼ inch. 2

3 2. Removal and replacement of the HMA wearing course. 4

5 3. By other method approved by the Engineer. 6 7

For repairs following IRI testing the repaired area shall be checked by the 8 Contractor with a 10-foot straightedge to ensure it no longer requires corrective 9 work. With approval of the Engineer a lightweight profiler, California profilograph 10 or other device may be used in place of the 10-foot straight edge. 11 12 If correction of the roadway as listed above either will not or does not produce 13 satisfactory results as to smoothness or serviceability the Engineer may accept the 14 completed pavement and a credit will be calculated in accordance with Section 5-15 04.5(1). Under these circumstances the decision whether to accept the completed 16 pavement or to require corrective work as described above shall be vested entirely 17 in the Engineer. 18 19 During the last review of this roadway, which was conducted on *** $$1$$ ***, by 20 the Contracting Agency the following IRI (inches/mile) values were obtained. The 21 IRI values are informational only and are average IRI values for 0.10 mile sections. 22 Additional information may be available for review at the Engineer’s Office. 23 24 *** 25

SR Begin End IRI Running Avg

NB/EB

IRI Running Avg

SB/WB

Milepost Milepost (Inch/mile) (Inch/mile)

$$2$$ $$3$$ $$4$$ $$5$$ $$6$$

*** 26 27

28 5-04.3(13).INST2.GR5 29

The second sentence of Section 5-04.3(13) is deleted and replaced with the following: 30 31 5-04.3(13).OPT2.FR5 32

(March 13, 1995) 33 The completed surface of the wearing course of the following sections of Roadway 34 shall not vary more than 1/4 inch from the lower edge of a 10-foot straightedge 35 placed on the surface parallel to centerline: 36 37

1. *** $$1$$ *** 38 39

Page 214: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 214

The completed surface of the wearing course of all other sections of Roadway 1 shall not vary more than 1/8 inch from the lower edge of a 10-foot straightedge 2 placed on the surface parallel to centerline. 3

4 5-04.3(13).INST3.GR5 5

The second sentence of Section 5-04.3(13) is revised to read: 6 7 5-04.3(13).OPT3.GR5 8

(January 5, 2004) 9 The completed surface of the wearing course shall not vary more than 1/4 inch 10 from the lower edge of a 10-foot straightedge placed on the surface parallel to 11 centerline. 12

13 5-04.3(14).GR5 14

Planing Bituminous Pavement 15 16 5-04.3(14).INST1.GR5 17

Section 5-04.3(14) is supplemented with the following: 18 19 5-04.3(14).OPT1.FR5 20

(January 5, 2004) 21 The Contractor shall perform the planing operations no more than *** $$1$$ *** 22 calendar days ahead of the time the planed area is to be paved with HMA, unless 23 otherwise allowed by the Engineer in writing. 24

25 5-04.3(14).OPT2.GR5 26

(January 5, 2004) 27 At the start of the planing operation the Contractor shall plane a 500 foot test 28 section to be evaluated by the Engineer for compliance with the surface tolerance 29 requirements. The test section shall have a minimum width of 10 feet. If the 30 planing is in accordance with the surface tolerance requirements, the Contractor 31 may begin production planing. If the planing is not in conformance with the 32 surface tolerance requirements, the Contractor shall make adjustments to the 33 planing operation and then plane another test section. 34 35 If at any time during the planing operation the Engineer determines the required 36 surface tolerance is not being achieved, the Contractor shall stop planing. Planing 37 shall not resume until the Engineer is satisfied that specification planing can be 38 produced or until successful completion of another test section. The forward 39 speed during production planing shall not exceed the speed used for the test 40 section. 41 42 The completed surface after planing and prior to paving shall not vary more than 43 1/4 inch from the lower edge of a 10-foot straightedge placed on the surface 44 parallel or transverse to the centerline. The planed surface shall have a matted 45 texture and the difference between the high and low of the matted surface shall not 46 exceed 1/8 inch. 47 48 Pavement repair operations, when required, shall be accomplished prior to 49 planing. 50

51

Page 215: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 215

5-04.3(14).OPT3.GR5 1 (March 13, 1995) 2 Vertical Edge Planing 3 During planing of bituminous pavement in the travelled lanes, the Contractor shall 4 coordinate the planing and paving operations such that the planed roadway 5 surface shall not remain unpaved at the end of the work day. The Contractor shall 6 have a contingency plan to ensure that no planed areas remain unpaved due to 7 equipment breakdown or other emergency. 8

9 5-04.3(14).OPT4.GR5 10

(August 3, 2009) 11 Beveled Edge Planing 12 A beveled edge shall be constructed in areas that will not be paved during the 13 same work shift. 14 15 The Contractor shall use a beveled cutter on the mandrel of the planing 16 equipment, or other approved method(s), to eliminate the vertical edge(s). The 17 beveled edge(s) shall be constructed at a 4:1 slope. 18

19 5-04.5.GR5 20

Payment 21 22 5-04.5.INST2.GR5 23 Section 5-04.5 is supplemented with the following: 24 25 5-04.5.OPT1.FR5 26

(January 5, 2015) 27 “Smoothness Compliance Adjustment” by calculation. 28 29 Smoothness Compliance Adjustments 30 Section 5-04.5(1) is supplemented with the following: 31 32

Smoothness Compliance Adjustments will be based on the requirements in 33 Section 5-04.3(13) and the following calculations: 34 35

1. Final IRI acceptance and incentive/disincentive payments for pavement 36 smoothness will be calculated on an IRI value per 0.10 mile in accordance 37 with the price adjustment schedule. 38

39 a. For sections of a lane that are a minimum of 0.01 mile and less than 40

0.10 mile, the price adjustment will be calculated using the average of 41 the 0.01 mile IRI values and the price adjustment prorated for the 42 length of the section. 43

44 b. For bridges, approach slabs and 0.02 miles on either side the price 45

adjustment will be calculated independently from other measured 46 lanes. 47

48 c. IRI values per 0.01 miles that were measured prior to corrective work 49

will be included in the 0.10 mile price adjustment for sections with 50 corrective work. 51

Page 216: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 216

1 2. A smoothness compliance adjustment will be calculated in the sum of 2

minus $250.00 for each and every section of single traffic lane 0.01 miles 3 in length in that does not meet the 10-foot straight edge requirements in 4 Section 5-04.3(13). 5

6 7 The price adjustment schedule for this contract shall be *** $$1$$ ***. 8 9

Price Adjustment Schedule 10

IRI for Pay Pay Pay each 0.10 Adjustment Adjustment Adjustment mi. section Schedule 1 Schedule 2 Schedule 3

in. / mi. $ / 0.10 mi. $ / 0.10 mi. $ / 0.10 mi.

< 30 600 600 600

30 600 600 600

31 580 580 580

32 560 560 560

33 540 540 540

34 520 520 520

35 500 500 500

36 480 480 480

37 460 460 460

38 440 440 440

39 420 420 420

40 400 400 400

41 380 380 380

42 360 360 360

43 340 340 340

44 320 320 320

45 300 300 300

46 280 280 280

47 260 260 260

48 240 240 240

49 220 220 220

50 200 200 200

51 180 180 180

52 160 160 160

53 140 140 140

54 120 120 120

55 100 100 100

56 80 80 80

57 60 60 60

58 40 40 40

59 20 20 20

60 0 0 0

61 0 0 0

62 0 0 0

63 0 0 0

Page 217: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 217

64 0 0 0

65 0 0 0

66 -20 0 0

67 -40 0 0

68 -60 0 0

69 -80 0 0

70 -100 0 0

71 -120 0 0

72 -140 0 0

73 -160 0 0

74 -180 0 0

75 -200 0 0

76 -220 -20 0

77 -240 -40 0

78 -260 -60 0

79 -280 -80 0

80 -300 -100 0

81 -320 -120 0

82 -340 -140 0

83 -360 -160 0

84 -380 -180 0

85 -400 -200 0

86 -420 -220 0

87 -440 -240 0

88 -460 -260 0

89 -480 -280 0

90 -500 -300 0

91 -520 -320 0

92 -540 -340 0

93 -560 -360 0

94 -580 -380 0

95 -600 -400 0

96 -620 -420 0

97 -640 -440 0

98 -660 -460 0

99 -680 -480 0

100 -700 -500 0

101 -720 -520 0

102 -740 -540 0

103 -760 -560 0

104 -780 -580 0

105 -800 -600 0

106 -820 -620 0

107 -840 -640 0

108 -860 -660 0

109 -880 -680 0

110 -900 -700 0

111 -920 -720 0

Page 218: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 218

112 -940 -740 0

113 -960 -760 0

114 -980 -780 0

115 -1000 -800 0

116 -1020 -820 0

117 -1040 -840 0

118 -1060 -860 0

119 -1080 -880 0

120 -1100 -900 0

121 -1120 -920 0

122 -1140 -940 0

123 -1160 -960 0

124 -1180 -980 0

≥125 -1200 -1000 0

1

2 5-04.5.OPT2.GR5 3

(January 2, 2018) 4 Asphalt Cost Price Adjustment 5 The Contracting Agency will make an Asphalt Cost Price Adjustment, either a credit or 6 a payment, for qualifying changes in the reference cost of asphalt binder. The 7 adjustment will be applied to partial payments made according to Section 1-09.9 for the 8 following bid items when they are included in the proposal: 9 10

“HMA Cl. ___ PG ___” 11 “HMA for Approach Cl. ___ PG ___” 12 “HMA for Preleveling Cl. ___ PG ___” 13 “HMA for Pavement Repair Cl. ___ PG ___” 14 “Commercial HMA” 15

16 The adjustment is not a guarantee of full compensation for changes in the cost of 17 asphalt binder. The Contracting Agency does not guarantee that asphalt binder will be 18 available at the reference cost. 19 20 The Contracting Agency will establish the asphalt binder reference cost twice each 21 month and post the information on the Agency website at: 22 23 http://www.wsdot.wa.gov/Business/Construction/EscalationClauses.htm 24 The reference cost will be determined using posted prices furnished by Poten & 25 Partners, Inc. If the selected price source ceases to be available for any reason, then 26 the Contracting Agency will select a substitute price source to establish the reference 27 cost. 28 29 The base cost established for this contract is the reference cost posted on the Agency 30 website with an effective date immediately preceding the bid opening date. 31 32 Adjustments will be based on the most current reference cost for Western Washington 33 or Eastern Washington as posted on the Agency website, depending on where the 34 work is performed. For work completed after all authorized working days are used, the 35

Page 219: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 219

adjustment will be based on the posted reference cost during which contract time was 1 exhausted. The adjustment will be calculated as follows: 2

3 No adjustment will be made if the reference cost is within 5% of the base cost. 4 5 If the reference cost is greater than or equal to 105% of the base cost, then 6 Adjustment = (Current Reference Cost – (1.05 x Base Cost)) x (Q x 0.056). 7

8 If the reference cost is less than or equal to 95% of the base cost, then 9 Adjustment = (Current Reference Cost – (0.95 x Base Cost)) x (Q x 0.056). 10 11 Where Q = total tons of all classes of HMA paid in the current month’s progress 12 payment. 13 14 “Asphalt Cost Price Adjustment”, by calculation. 15 16 “Asphalt Cost Price Adjustment” will be calculated and paid for as described in this 17 section. For the purpose of providing a common proposal for all bidders, the 18 Contracting Agency has entered an amount in the proposal to become a part of the 19 total bid by the Contractor. 20

21 5-04.5.OPT3.GR5 22

(April 4, 2016) 23 “Asphalt Binder Revision” by calculation. 24 “Asphalt Binder Revision” shall be calculated and paid for as described in Section 5-25 04.3. 26

27 5-05.GR5 28

Cement Concrete Pavement 29 30 5-05.1.GR5 31

Description 32 33 5-05.1.INST1.GR5 34 Section 5-05.1 is supplemented with the following: 35 36 5-05.1.OPT1.GR5 37

(August 6, 2012) 38 This Work consists of furnishing and placing pigmented, textured, or textured and 39 pigmented cement concrete pavement at the locations and depth as shown in the 40 Plans. 41

42 5-05.2.GR5 43

Materials 44 45 5-05.2.INST1.GR5 46 Section 5-05.2 is supplemented with the following: 47 48 5-05.2.OPT1.FR5 49

(August 6, 2012) 50

Page 220: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 220

Pigment color for cement concrete pavement shall be one chosen from the 1 manufactures and colors listed below: 2 3

*** $$1$$ *** 4 5 The pigment shall be incorporated in accordance with the manufacturer’s 6 recommendations. 7

8 5-05.3.GR5 9

Construction Requirements 10 11 5-05.3.INST1.GR5 12 Section 5-05.3 is supplemented with the following: 13 14 5-05.3.OPT1.GR5 15

(August 6, 2012) 16 Pigmented Cement Concrete 17 Curing shall be in accordance with Section 5-05.3(13) and be applied to the surface in 18 accordance with the manufacturer's recommendations. If liquid membrane-forming 19 concrete curing compound is used it shall meet the requirements of ASTM C 309 Type 20 1-D. 21 22 The Contractor shall provide a 2 foot by 2 foot sample panel, that has been cured a 23 minimum seven days, showing the color of cement concrete to the Engineer for 24 acceptance before placing any pigmented cement concrete pavement. 25

26 5-05.3.OPT2.FR5 27

(August 6, 2012) 28 Textured Cement Concrete 29 Textured cement concrete pavement pattern shall be one chosen from the 30 manufactures and patterns listed below: 31 32

*** $$1$$ *** 33 34 A mat or stamp shall be used to imprint the pattern into the concrete surface. 35 36 Curing shall be in accordance with Section 5-05.3(13) and be applied to the surface in 37 accordance with the manufacturer's recommendations. If liquid membrane-forming 38 concrete curing compound is used it shall meet the requirements of ASTM C 309 Type 39 1-D. 40

41 5-05.3(1).GR5 42

Concrete Mix Design for Paving 43 44 5-05.3(1).INST1.GR5 45

Item number 1 of Section 5-05.3(1) is supplemented with the following: 46 47 5-05.3(1).OPT1.GR5 48

(January 2, 2018) 49 Coarse aggregate derived from the recycling of Cement Concrete Pavement 50 removed from the project may be used as coarse aggregate or blended with 51

Page 221: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 221

coarse aggregate for Cement Concrete Pavement. The Contractor shall remove all 1 bituminous material, joint sealant and backer material from the existing pavement 2 prior to removal for recycling. The recycled concrete aggregates shall meet the 3 requirements of Section 9-03.21(1)B. Cement Concrete Pavement experiencing 4 carbonate silica reaction, sulfate reaction, D cracking or any other conditions that 5 may affect concrete durability shall not be used. Cement Concrete Pavement mix 6 designs using recycled concrete aggregates will require the use of Low Alkali 7 Cement or 25 percent Class F fly ash by total weight of the cementitious materials 8 or the Contractor shall submit evidence that other ASR mitigating measures 9 control expansion in accordance with Section 9-03.1(1). 10

11 5-05.3(1).INST2.GR5 12

Section 5-05.3(1) is supplemented with the following: 13 14 5-05.3(1).OPT8.GR5 15

(August 6, 2012) 16 Aggregate for Textured Cement Concrete Pavement 17 Coarse aggregate for Textured Cement Concrete Pavement shall conform to 18 Section 9-03.1(4), AASHTO grading No. 7. An alternate for combined gradation for 19 Textured Cement Concrete Pavement conforming to Section 9-03.1(5) may be 20 proposed, that has a nominal maximum aggregate size of ½ inch sieve. 21

22 5-05.3(17).GR5 23

Opening to Traffic 24 25 5-05.3(17).INST2.GR5 26

Section 5-05.3(17) is revised to read: 27 28 5-05.3(17).OPT1.GR5 29

(August 7, 2017) 30 Maturity Testing for Concrete Pavement 31 The pavement shall not be opened to traffic until the Strength-Maturity 32 Relationship (SMR) demonstrates the pavement has a minimum compressive 33 strength of 2,500 psi and approval of the Engineer. The pavement shall be 34 cleaned prior to opening to traffic. 35 36 The Contractor shall establish a Maturity Value on the approved concrete mix 37 through the use of a testing program following the WSDOT Maturity Method Test 38 Procedure for estimating concrete strength. 39

40 The Contractor shall establish the SMR at least 14 calendar days prior to the 41 production pours. The Contractor shall notify the Engineer 7 days prior to 42 performing the SMR as to the time, date and location where the SMR will be 43 performed. The Contractor shall allow WSDOT the opportunity to place maturity 44 loggers in the test cylinders in order to calibrate the WSDOT maturity meter. A 45 SMR shall be developed for each mix used on the project. Referenced SMRs from 46 previous projects will not be allowed. 47

48 The Contractor shall be responsible for the installation of the maturity 49 logger/sensors within the concrete pavement pour area. For panel replacements 50 performed under Section 5-01, place a minimum of four loggers/sensors at two 51

Page 222: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 222

different locations. Two in one of the first few panel replacements and two in the 1 last panel replacement of the day, each day. For continuous concrete paving 2 operations performed under Section 5-05, place a minimum of four 3 loggers/sensors, two at the beginning and two at the end of the concrete pour, 4 each day. The Contractor shall maintain the integrity of the logger/sensors and 5 wires during concrete pouring, finishing and curing operations or until the maturity 6 information is no longer needed. 7

8 The Contractor shall perform the Quality Control Procedure to Verify the Strength-9 Maturity Relationship on days 1 and 2 of concrete placement as indicated in the 10 test procedure. 11

12 The Contractor shall develop a Quality Control Plan based on the Strength-13 Maturity Relationship to monitor and provide remedial action to ensure the 14 concrete meets design strengths. 15

16 Any alteration in mix proportions or source or type of any material, in excess of 17 those tolerable by batching variability shall require the development of a new SMR 18 prior to its use at the Contractors time and expense. Alterations include a change 19 in type, source, or proportion of cement, fly ash, coarse aggregate, fine aggregate, 20 or admixtures. A change in water-to-cementitious material ratio greater than 5.0 21 percent requires the development of a new SMR. 22 23 Maturity Method Test Procedure 24 This test method provides a procedure for estimating concrete strength by means 25 of the maturity method. The maturity method is based on strength gain as a 26 function of temperature and time. This method is a modification of ASTM C1074 27 covering the procedures for estimating concrete strength by means of the maturity 28 method. 29 30 The maturity method consists of three steps: 31 32

Develop Strength-Maturity Relationship 33 Estimate in-place strength 34 Verify Strength-Maturity Relationship. 35

36 The Nurse-Saul “temperature-time factor (TTF)” maturity index shall be used in 37 this test method, with a datum temperature of 0 oC (32 oF). 38 39

Apparatus 40 If the maturity meter has input capability for datum temperature, verify 41

that the proper value of the datum temperature has been selected 42 prior to each use. 43

Intellirock maturity system (or approved equivalent). This system shall 44 include the logger/sensor, handheld reader, and software. 45

The data obtained from the maturity meter shall be unalterable and un-46 interruptible. 47

The same brand and type of maturity meters shall be used in the field 48 as those used to develop and verify the strength-maturity relationship. 49

Logger/sensor wire grade shall be larger than or equal to 20 awg. 50 51

Page 223: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 223

Contractors Procedure to Develop Strength-Maturity Relationship 1 2

Step Action

1 For every concrete design that will be evaluated by the maturity method, prepare a minimum of 21 cylinders in accordance with FOP for AASHTO T 23. Additional cylinders should be cast to avoid having to repeat the procedure. The mixture proportions and constituents of the concrete shall be the same as those of the job concrete whose strength will be estimated using this practice. The minimum size of each batch shall be approximately 3 m3 (4 yd3). A mobile mixer may be used for batching provided it is to be used on the project. Calibration documentation shall be provided to the Engineer prior to batching.

2 Fresh concrete testing for each batch shall include concrete placement temperature, slump, and air content in accordance with FOP for AASHTO T 309, FOP for AASHTO T 119, and FOP for AASHTO T 152.

3 Embed loggers/sensors in at least two cylinders. Loggers/sensors shall be placed 2-4 inches from any surface. Activate the loggers/sensors.

4 Cure the cylinders in accordance with FOP for AASHTO T 23.

5 Perform compression strength tests in accordance with FOP for AASHTO T 22 to target 2,500 psi for opening to traffic. In targeting the opening to traffic requirement and to properly characterize and validate the maturity calibration curve at least three target cylinder breaks must be broken prior to 2,500 psi. Test three cylinders at each age and compute the average strength. The cylinders with loggers/sensors may be tested if additional cylinders are needed. If a cylinder is obviously defective (for example, out of round, not square, damaged due to handling), the cylinder shall be discarded. If an individual cylinder strength is greater than 10 percent outside the average of three cylinders, the cylinder can be considered defective and be discarded. When two of the three cylinders are defective, a new batch must be evaluated unless additional acceptable cylinders are available.

6 At each test age, record the individual and average values of maturity and strength for each batch on a permanent data sheet

7 Plot the average strengths as a function of the average maturity values, with data points shown. Using a computer spreadsheet program such as Microsoft Excel, calculate a point-to-point interpolation through the data. The resulting curve is the strength-maturity relationship to be used for estimating the strength of the concrete mixture placed in the field. When developing the SMR, the spreadsheet software allows the Contractor to develop the corresponding maturity equation, which defines the SMR. The Engineer should carefully examine the data for “outliers”, faulty cylinder breaks, or faulty maturity readings. The Engineer should use judgment to determine if certain points should be discarded, or retested, or whether the entire SMR should be regenerated.

3

Page 224: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 224

Contractors Procedure to Estimate In-Place Strength 1 2

Step Action

1 Prior to or at the time of concrete placement, install loggers/sensors at the frequency specified. Loggers/sensors shall be placed a minimum of 2 ft. from a panel edge 4 to 5 inches from the panel surface. Loggers/sensors may be tied to reinforcing steel, but should not be in direct contact with the reinforcing steel or formwork.

2 As soon as practical after concrete placement, connect and activate the maturity meter(s).

3 The Contractor shall provide to the Engineer, prior to opening the pavement to traffic, encrypted data files (with software to read the files) of the maturity data from the loggers/sensors. Data shall be provided until the maturity is at a value that is equal to or greater than the required strength for that concrete mixture, as determined by the SMR. Additionally, data shall be provided on a record log.

3 Contractors Quality Control Procedure to Verify Strength-Maturity 4 Relationship 5 6

Step Action

1 At the specified verification interval make three cylinders in accordance with FOP for AASHTO T 23.

2 Embed a logger/sensor in one cylinder. Loggers/sensors shall be placed 2-4 inches from any surface. Activate the logger/sensor as soon as possible.

3 Cure the cylinders in accordance with FOP for AASHTO T 23.

4 Perform compression strength tests on all three of the cylinders in accordance with FOP for AASHTO T 22 to verify strength and time to reach 2,500 psi for opening to traffic. Compute the average strength of the cylinders. If a cylinder is obviously defective (for example, out of round, not square, damaged due to handling), the cylinder shall be discarded. If any individual cylinder strength is greater than 10 percent outside the average of three cylinders, that cylinder will be considered defective and be discarded. When two of the three cylinders are defective, the verification procedure will have to be repeated starting at step 1.

5 Record on a permanent data sheet the maturity value at the time of compression testing and individual and average strengths established from the cylinder breaks. Also record the predicted strength based on the SMR established for that particular concrete design, and the percent difference between average and predicted values. The SMR is verified when the predicted strength established from the average SMR and the cylinder breaks are within 10 percent. A copy of the data sheet and an encrypted file for the maturity data shall be provided to the Engineer on a daily basis.

7 8

Page 225: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 225

5-05.4.GR5 1

Measurement 2 3 5-05.4.INST1.GR5 4 Section 5-05.4 is supplemented with the following: 5 6 5-05.4.OPT1.GR5 7

(August 6, 2012) 8 Pigmented, textured, or textured and pigmented cement concrete pavement will be 9 measured by the square yard placed. 10

11 5-05.5.GR5 12

Payment 13 14 5-05.5.INST1.GR5 15 Section 5-05.5 is supplemented with the following: 16 17 5-05.5.OPT2.GR5 18

(August 6, 2012) 19 “Pigmented Cement Concrete Pavement”, per square yard 20 The unit Contract price per square yard for Pigmented Cement Concrete Pavement 21 shall be full pay for all costs incurred to perform the Work in this Specification. 22

23 5-05.5.OPT3.GR5 24

(August 6, 2012) 25 “Textured Cement Concrete Pavement”, per square yard 26 The unit Contract price per square yard for Textured Cement Concrete Pavement shall 27 be full pay for all costs incurred to perform the Work in this Specification. 28

29 5-05.5.OPT4.GR5 30

(August 6, 2012) 31 “Textured and Pigmented Cement Concrete Pavement”, per square yard 32 The unit Contract price per square yard for Textured and Pigmented Cement Concrete 33 Pavement shall be full pay for all costs incurred to perform the Work in this 34 Specification. 35

36 5-05.5.OPT5.GR5 37

(August 5, 2013) 38 All costs in connection with conducting concrete pavement maturity testing and surface 39 cleaning prior to opening to traffic shall be included in the unit Contract price per cubic 40 yard for “Cement Conc. Pavement” and per square yard for “Replace Cement Concrete 41 Panel”. 42

43

Page 226: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 226

5-SA1.FR5 1

(August 7, 2017) 2

JUST IN TIME TRAINING 3

Description 4 Just In Time Training (JITT) is a formal class for the joint training of Contractor and 5 Contracting Agency employees that will be associated with the construction or rehabilitation 6 of Cement Concrete Pavement. 7 8

Construction Requirements 9 Training 10 The Contractor shall provide a JITT instructor who is experienced with the specified 11 pavement construction methods, materials, and tests. The instructor shall not be an 12 employee of the Contractor or the Contracting Agency. JITT shall be at a facility 13 provided by the Contractor unless otherwise agreed to by the Engineer. 14

15 The following personnel are required to attend the JITT: 16 17

1. Representing the Contractor: The Superintendent, foremen and key 18 construction personnel associated with the work. 19

2. Representing the Contracting Agency: Up to ***$$1$$*** Contracting Agency 20 staff selected by the Engineer. 21

22 JITT shall meet the following requirements: 23 24

1. At least 4 hours long or a length agreed to by the Engineer. 25 2. Cover all aspects of work methods, equipment and materials the Contractor is 26

proposing to use. 27 3. Conducted within 3 miles of the job site or at a mutually agreed to location. 28 4. Completed before the start of paving. 29 5. Conducted during normal working hours. 30 6. At the Contractors option, JITT may be an extension of a prepaving 31

conference. 32 33

Submittals 34 A minimum of 5 calendar days before JITT the Contractor shall submit to the Engineer 35 the instructor's name and qualifications, the JITT facility's location, and 1 copy each of 36 any course, handout, and presentation materials. 37

38

Payment 39 Payment will be made for each of the following items that are included in the Proposal: 40 41

“Just In Time Training”, lump sum. 42 43 The lump sum Contract payment shall be full compensation for all costs incurred by the 44 Contractor in providing “Just In Time Training”. 45

46

Page 227: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 227

DIVISION6.GR6 1 Division 6 2 Structures 3

4 6-01.GR6 5

General Requirements for Structures 6 7 6-01.5.GR6 8

Work Access and Temporary Structures 9 10 6-01.5.INST1.GR6 11 Section 6-01.5 is re-titled and revised to read: 12 13 6-01.5.OPT1.FB6 14

(April 1, 2019) 15 Work Access 16 The Contractor shall construct work access to accommodate all work within the wetted 17 perimeter, or vertically above the sensitive area, of *** $$1$$ ***, as shown in the plans 18 or staked by the Engineer. The Contractor shall construct and remove the work access 19 in accordance with all environmental regulations and permits, including those specified 20 in Sections 1-07.5 and 1-07.6. 21 22

Submittals 23 The Contractor shall submit Type 2 Working Drawings of the work access, except 24 that if the Contractor chooses an access alternative using a work trestle structure, 25 the Working Drawings shall be Type 2E. The Contractor shall design the work 26 access structure to withstand all applicable loads in accordance with accepted 27 design codes. The Contractor shall specify the design code(s) in the design 28 calculations and working drawings. 29 30 The Contractor shall include information with the work access submittal on the 31 construction equipment that will use the work access. The Contractor shall specify 32 the type and model of construction equipment to be used, and shall include 33 equipment catalogue cuts with capacities and geometry. The Contractor shall 34 include anticipated wheel or track loads, axle spacings, outrigger geometry and 35 reactions, crane pick angles and reach, and other equipment details. 36

37 6-01.5.OPT1(A).FB6 38

(April 6, 2015) 39 Waterway Clearance Requirements 40 One span of the work access structure shall provide more than *** $$1$$ *** 41 horizontal clearance between supporting piers. The bottom of the superstructure of 42 the work access structure shall be at elevation *** $$2$$ *** or higher. All 43 waterborne debris that accumulates against the work access structure shall be 44 removed by the Contractor. 45

46 6-01.5.OPT1(B).GB6 47

(April 6, 2015) 48 Payment 49 Payment will be made in accordance with Section 1-09.3 for the following bid item: 50

51

Page 228: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 228

"Work Access - ___”, lump sum. 1 2 6-01.5.OPT2.FB6 3

(August 6, 2018) 4 Temporary Bridge 5 The Contractor shall design, furnish, erect, maintain, and remove a temporary bridge, 6 including substructure, in accordance with this Special Provision and the details shown 7 in the Plans unless otherwise accepted by the Engineer. 8 9

Geometric Requirements 10 The temporary bridge shall conform to the following geometric requirements: 11 12

1. The temporary bridge shall be an overall minimum length of *** $$1$$ ***. 13 14 2. The minimum width on the temporary bridge between barriers or railings 15

shall be *** $$2$$ ***. 16 17 3. The temporary bridge superstructure shall provide a minimum vertical 18

clearance of *** $$3$$ *** to *** $$4$$ ***. 19 20 Design Requirements 21 The temporary bridge shall conform to the following design requirements: 22 23

1. The temporary bridge, including the barriers or railings, shall be designed 24 in accordance with the latest edition of the AASHTO LRFD Bridge Design 25 Specifications. Barriers or railings shall be designed to TL-2, minimum, 26 with a minimum height of 32-inches, except where the Plans require a 27 higher test level and railing height. Seismic design shall conform to 28 AASHTO LRFD Seismic Guide Specification Section 3.6. 29

30 2. The minimum vehicular live load used for design shall be 75 percent of 31

HL-93, unless otherwise specified in the Contract Plans. 32 33 3. The driving surface of the temporary bridge shall be durable, skid 34

resistant deck, with an initial skid number of at least 35 and maintaining a 35 skid number of 26 minimum, in accordance with AASHTO T 242. 36

37 4. Notwithstanding the requirements of Section 1-06.1, the materials used 38

by the Contractor to compose the temporary bridge may be salvaged 39 steel, provided that the use of such salvaged steel shall be subject to 40 inspection and approval by the Contractor’s engineer of record and 41 acceptance by the Engineer. For salvaged steel materials where the 42 grade of steel cannot be positively identified, the design stresses for the 43 steel shall conform to Section 6-02.3(17)B3. 44

45 5. In addition to the criteria specified in Item 1, the temporary bridge 46

substructure shall be designed in accordance with the WSDOT 47 Geotechnical Design Manual (M46-03). 48

49

Page 229: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 229

Submittals 1 The Contractor shall submit Type 3E Working Drawings of the temporary bridge 2 including an erection plan and procedure conforming to Section 6-03.3(7)A. 3 4 If the temporary bridge is to be in place for greater than 90 calendar days, the 5 Contractor shall submit a Type 2E Working Drawing consisting of a load rating 6 report prepared in accordance with the AASHTO Manual for Bridge Evaluation and 7 WSDOT Bridge Design Manual LRFD M23-50 Chapter 13. 8 9 Construction and Removal 10 The Contractor shall construct the temporary bridge in accordance with the 11 working drawings and erection plan as accepted by the Engineer, environmental 12 permit conditions specified in Section 1-07.5 as supplemented in these Special 13 Provisions and as shown in the Plans, and in accordance with the details shown in 14 the Plans. The Contractor shall maintain the temporary bridge, including the 15 driving surface, for the life of the temporary bridge in this project. 16 17 All welding, repair welding, and welding inspection, of steel components of the 18 temporary bridge shall conform to the Section 6-03.3(25) and 6-03.3(25)A 19 requirements specified for steel bridges. 20 21 After the temporary bridge is no longer needed the Contractor shall remove the 22 temporary bridge. 23 24 Payment 25 Payment will be made in accordance with Section 1-09.3 for the following bid item: 26 27

“Temporary Bridge___”, lump sum. 28 29 6-02.GR6 30

Concrete Structures 31 32 6-02.2.GR6 33

Materials 34 35 6-02.2.INST1.GR6 36 Section 6-02.2 is supplemented with the following: 37 38 6-02.2.OPT1.GR6 39

(April 1, 2013) 40 Resin Bonded Anchors 41 The resin bonded anchor system shall include the nut, washer, and threaded anchor 42 rod which is installed into hardened concrete with a resin bonding material. 43 44 Resin bonding material used in overhead and horizontal application shall be specifically 45 recommended by the resin manufacturer for those applications. 46 47 Resin bonding material used in submerged liquid environment shall be specifically 48 recommended by the resin manufacturer for this application. 49 50 The resin bonded anchor system shall conform to the following requirements: 51

Page 230: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 230

1 1. Threaded Anchor Rod and Nuts 2

Threaded anchor rods shall conform to ASTM A 193 Grade B7 or ASTM A 3 449, except as otherwise noted, and be fully threaded. Threaded anchor rods 4 for stainless steel resin bonded anchor systems shall conform to ASTM F 593 5 and shall be Type 304 unless otherwise specified. 6 7 Nuts shall conform to ASTM A 563, Grade DH, except as otherwise noted. 8 Nuts for stainless steel resin bonded anchor systems shall conform to ASTM 9 F 594 and shall be Type 304 unless otherwise specified. 10 11 Washers shall conform to ASTM F 436, and shall meet the same 12 requirements as the supplied anchor rod, except as otherwise noted. 13 Washers for stainless steel resin bonded anchor systems shall conform to 14 ASTM A 240 and the geometric requirements of ASME B18.21.1 and shall be 15 Type 304 Stainless Steel unless otherwise specified. 16 17 Nuts and threaded anchor rods, except those manufactured of stainless steel, 18 shall be galvanized in accordance with AASHTO M 232. Galvanized threaded 19 anchor rods shall be tested for embrittlement after galvanizing, in accordance 20 with Section 9-29.6(5). 21 22 Threaded anchor rods used with resin capsules shall have the tip of the rod 23 chiseled in accordance with the resin capsule manufacturer's 24 recommendations. Galvanized threaded rods shall have the tip chiseled prior 25 to galvanizing. 26 27

2. Resin Bonding Material 28 Resin bonding material shall be a two component epoxy resin conforming to 29 Type IV ASTM C 881 or be one of the following: 30 31

a. Vinyl ester resin. 32 33 b. Polyester resin. 34 35 c. Methacrylate resin. 36 37 38

39 3. Ultimate Anchor Tensile Capacity 40

Resin bonded anchors shall be tested in accordance with ASTM E 488 to 41 have the following minimum ultimate tensile load capacity when installed in 42 concrete having a maximum compressive strength of 6000 pounds per square 43 inch (psi) at the embedment specified below: 44 45

Anchor Diameter (inch)

Tensile Capacity (lbs.)

Embedment (inch)

3/8 7,800 3-3/8

1/2 12,400 4-1/2

5/8 19,000 5-5/8

Page 231: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 231

3/4 27,200 6-3/4

7/8 32,000 7-7/8

1 41,000 9

1-1/4 70,000 11-1/4

1 2 The Contractor shall submit items 1 and 2 below to the Engineer for all resin bonded 3 anchor systems. If the resin bonded anchor system and anchor diameter are not listed 4 in the current WSDOT Qualified Products List, the Contractor shall also submit item 3 5 below to the Engineer. 6

7 For resin bonded anchor systems that are installed in a submerged liquid environment 8 the Contractor shall submit items 1, 2, and 4 below. If the resin bonded anchor system 9 and anchor diameter are not listed in the current WSDOT Qualified Products List, the 10 Contractor shall also submit item 3 below to the Engineer. 11

12 1 The resin manufacturer's written installation procedure for the anchors. 13 14 2. The manufacturer's certificate of compliance for the threaded anchor rod 15

certifying that the anchor rod meets these requirements. 16 17 3. Test results by an independent laboratory certifying that the threaded anchor 18

rod system meets the ultimate anchor tensile load capacity specified in the 19 above table. The tests shall be performed in accordance with ASTM E 488. 20

21 4. For threaded anchors intended to be installed in submerged liquid 22

environments the Contractor shall submit tests performed by an independent 23 laboratory within the past 24 months which certifies that anchors installed in a 24 submerged environment meet the strength requirements specified in the 25 above table. 26

27 6-02.2.OPT2.GB6 28

(December 2, 2002) 29 Epoxy Bonding Agent For Surfaces And For Steel Reinforcing Bar Dowels 30 Epoxy bonding agent for surfaces shall be Type II, as specified in Section 9-26.1. 31 Epoxy bonding agent for steel reinforcing bar dowels shall be either Type I or Type IV, 32 as specified in Section 9-26.1. The grade and class of epoxy bonding agent shall be 33 as recommended by the resin manufacturer and approved by the Engineer. 34

35 6-02.2.OPT4.GB6 36

(August 3, 2015) 37 Epoxy Crack Sealing Materials 38 Epoxy sealing paste shall be a thixotropic compound. 39 40 Epoxy injection resin shall be a moisture-insensitive, two-component material capable 41 of restoring the structural integrity of a structure by structurally bonding cracks, 42 delaminations and hollow planes. Resin formulations shall be hydrophilic with variable 43 viscosity to allow full depth penetration in cracks having a width of 6 mils and greater. 44 45

Page 232: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 232

Epoxy injection resin, when mixed with the hardener in accordance with the 1 manufacturer's written instructions, shall cure to a non-shrink solid material. The 2 material shall have a normal curing time of less than 24 hours. 3 4 Epoxy injection resin shall have the following physical properties: 5 6

Solids Content, by weight (minimum) 98 percent 7 8 Viscosity (maximum) at 77F (Brookfield) 700 cps 9 10 Compressive Yield Strength (minimum) 12,000 psi 11 12 Minimum Flexural Strength (ASTM D 790) 10,000 psi 13 14 Bond Strength (minimum) 500 psi 15

16 The Contractor shall submit a Type 2 Working Drawing consisting of sample of the 17 material of the epoxy sealing paste and epoxy injection resin together with sufficient 18 directions and technical data for its use. 19 20 The Contractor shall submit a Type 1 Working Drawing consisting of the Materials 21 Safety Data Sheet (MSDS) for each type of epoxy sealing paste and epoxy injection 22 resin. 23

24 6-02.2.OPT22.GB6 25

(April 3, 2017) 26 Modular Expansion Joint System 27 Structural steel shall conform to ASTM A 36, ASTM A 572 Grade 50, or ASTM A 588. 28 Aluminum components shall not be used. 29 30 Stainless steel shall conform to ASTM A 240 Type 304. 31 32 Bolts and other hardware shall conform to the requirements of ASTM F 3125 Grade 33 A325 Type 1 or 2 and shall be galvanized in accordance with AASHTO M 232 and 34 Section 9-06.5(3) of the Standard Specifications. 35 36 PTFE shall be 100% virgin teflon, woven PTFE fabric, or dimpled PTFE conforming to 37 the requirements of Section 18.8 of the AASHTO LRFD Bridge Construction 38 Specifications, current edition and latest interims. 39 40 Expansion joint strip seals shall conform to the following: 41 42

Property Test Method Range of Values 43 Hardness, Durometer A ASTM D 2240 55 -70 44 Tensile Strength ASTM D 412 2000 psi minimum 45 Elongation at break ASTM D 412 250% 46 Compression Set, ASTM D 395 40% 47 at 72 hr. at 212F 48

49

Page 233: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 233

The maximum size of each expansion joint strip seal shall be 3 inches. Box-type seals 1 or seals utilizing double webs will not be acceptable. Seals shall be continuous without 2 splices. 3

4 6-02.2.OPT26.GB6 5

(April 6, 2015) 6 Rapid Cure Silicone Sealant 7 Rapid cure silicone sealant shall be Dow Corning 902 RCS Joint Sealant. 8 9 The Contractor shall deliver the joint sealant to the job site in the sealant 10 manufacturer's original sealed container. Each container shall be marked with the 11 sealant manufacturer's name and lot or batch number. Each lot or batch shall be 12 accompanied by the manufacturer's Materials Safety Data Sheet (MSDS), and 13 Manufacturer’s Certificate of Compliance, identifying the lot or batch number, and 14 certifying that the materials conform to the properties stated on the product data sheet. 15 16 The backer rod shall be closed cell expanded polyethylene foam as recommended by 17 the sealant manufacturer. The diameter of the backer rod shall be as recommended by 18 the sealant manufacturer for the expansion joint opening at the time of installation. 19

20 6-02.2.OPT27.GB6 21

(April 6, 2015) 22 Polyester Concrete 23

Polyester Resin Binder 24 The resin shall be an unsaturated isophthalic polyester-styrene co-polymer. 25 26 Prior to adding the initiator, the resin shall conform to the following requirements: 27

28 Viscosity: 75 to 200 cps ASTM D 2196 29 (20 rpm at 77F, RVT No. 1 spindle) 30 31 Specific Gravity: 1.05 to 1.10 at 77F ASTM D 1475 32 33 Styrene Content: 45% to 50% by weight ASTM D2369 34 of polyester styrene resin 35

36 The hardened resin shall conform to the following requirements: 37

38 Elongation: 35% minimum ASTM D 638 39 w/ thickness 0.25" ± 0.04" 40 41 Tensile Strength: 2,500 psi minimum ASTM D 638 42 w/ thickness 0.25" ± 0.04" 43 44 Conditioning 18 hours/77F/50% + 5 hours/158F ASTM D 618 45 46 Silane Coupler: 1.0% minimum (by weight of polyester-styrene resin) 47 48 The silane coupler shall be an organosilane ester, gammamethacryloxypro-49 pyltrimethoxysilane. The promoter/hardeners shall be compatible with 50 suitable methyl ethyl ketone peroxide (MEKP) and cumene hydroperoxide 51

Page 234: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 234

(CHP) initiators. MEKP and CHP initiators shall be used as recommended by 1 the manufacturer. 2

3 Polyester resin binder will be accepted based on submittal to the Engineer of a 4 Manufacturer’s Certificate of Compliance. 5 6 High Molecular Weight Methacrylate (HMWM) Resin 7 In addition to the viscosity and density properties, and the promoter/initiator 8 system, specified in Section 6-09.2, the HMWM resin for polyester concrete shall 9 conform to the following requirements: 10

11 Flash Point: 180F minimum ASTM D 3278 12 13 Tack-Free Time: 400 minutes maximum California Test 14 551 15

16 Prior to adding initiator, the HMWM resin shall have a maximum volatile content of 17 30 percent, when tested in conformance with ASTM D 2369. 18 19 HMWM resin will be accepted based on submittal to the Engineer of a 20 Manufacturer’s Certificate of Compliance. 21 22 Aggregate 23 The aggregate shall be from a WSDOT approved pit site and shall be thoroughly 24 washed and kiln dried. 25 26 The aggregate shall conform to Section 9-03.1(5)B for either 1/2-inch or 3/8-inch 27 maximum nominal aggregate size. 28 29 The combined aggregate shall have a maximum of 45 percent crushed particles. 30 Fine aggregate shall conform to Section 9-03.13. 31 32 Aggregate absorption shall not exceed 1.0 percent. The moisture content of the 33 aggregate shall not exceed one half of the aggregate absorption at the time of 34 mixing with the polyester resin binder. The aggregate temperature shall be 35 between 45F and 100F at the time of mixing. 36 37 Sand for Abrasive Finish 38 The sand for abrasive finish shall conform to Section 6-09.2, and the aggregate 39 moisture content requirements specified above. 40

41 6-02.2.OPT28.GB6 42

(April 6, 2015) 43 Elastomeric Concrete 44 Elastomeric concrete shall be one of the following three products: 45

46 BASF/Watson Bowman Acme Wabo Crete II 47 48 D. S. Brown Delcrete 49 50 R. J. Watson Poly-Tron 51

Page 235: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 235

1 The elastomeric concrete aggregate shall be as specified, gradated, and packaged by 2 the elastomeric concrete manufacturer. 3 4 The primer shall be as recommended by the elastomeric concrete manufacturer. 5 6 The Contractor shall deliver the elastomeric concrete components to the job site in the 7 elastomeric concrete manufacturer's original sealed containers. Each container shall be 8 marked with the sealant manufacturer's name and lot or batch number. Each lot or 9 batch shall be accompanied by the manufacturer's Materials Safety Data Sheet 10 (MSDS), and Manufacturer’s Certificate of Compliance, identifying the elastomeric 11 concrete manufacturer and the lot or batch number, and certifying that the materials 12 conform to the properties stated in the product data sheet. 13

14 6-02.2.OPT46.GB6 15

Bridge Supported Utilities 16 17 6-02.2.OPT46(A).GB6 18

(June 26, 2000) 19 Inserts shall be of the type and model specified in the Plans. Inserts shall be 20 galvanized in accordance with AASHTO M 111. 21

22 6-02.2.OPT46(B).GB6 23

(September 3, 2019) 24 Hanger rods, and associated nuts and washers, shall conform to Section 9-06.5(1), 25 and shall be galvanized in accordance with ASTM F2329. 26 27 Steel bars and plates shall conform to ASTM A 36 and shall be galvanized in 28 accordance with AASHTO M 111. 29

30 6-02.2.OPT46(C).GB6 31

(September 3, 2019) 32 Horizontal strut bolts or threaded rods, and associated nuts and washers, shall conform 33 to Section 9-06.5(1), and shall be galvanized in accordance with ASTM F2329. 34 35 Pre-formed fabric pads shall be composed of multiple layers of duck, impregnated and 36 bound with high quality oil resistant synthetic rubber, compressed into resilient pads. 37 The pre-formed fabric pads shall conform to latest edition of MIL C 882 and the 38 following requirements. The number of plies shall be as required to produce the 39 specified thickness, after compression and vulcanizing. 40 41 Pre-formed fabric pads shall have a shore A hardness of 90+5 in accordance with 42 ASTM D 2240. 43 44 Pre-formed fabric pads for bridge utility supports will be accepted based on the 45 Manufacturer’s Certificate of Compliance that the material furnished conforms to these 46 specifications. 47

48 6-02.2.OPT46(D).GB6 49

(June 26, 2000) 50 Pipe rolls or pipe saddles shall be of the type and model specified in the Plans. 51

Page 236: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 236

1 6-02.2.OPT46(E).GB6 2

(September 3, 2019) 3 Anchor straps shall conform to ASTM A 36 and shall be galvanized after fabrication in 4 accordance with AASHTO M 111. 5 6 Anchor bolts, and associated nuts and washers, shall conform to Section 9-06.5(4), 7 and shall be galvanized in accordance with ASTM F2329. 8

9 6-02.2.OPT48.GB6 10

(April 30, 2001) 11 Bridge Drain Risers 12 Spacer bars and riser bars for the drain riser assembly shall conform to ASTM A 36. 13

14 6-02.2.OPT58.GB6 15

(April 6, 2015) 16 Core Drilled Bridge Deck Drain 17 Bridge deck drain pipe sleeve shall be any smooth wall, non-perforated, PVC pipe of 18 the diameter and minimum wall thickness specified in the Plans. 19 20 Epoxy bonding agent shall be Type II conforming to Section 9-26.1. The grade and 21 class of the epoxy bonding agent shall be as recommended by the bonding agent 22 manufacturer and approved by the Engineer. 23

24 6-02.2.OPT60.GB6 25

(April 6, 2015) 26 Seismic Retrofit Materials 27 Components fabricated and constructed for seismic retrofit work shall conform to the 28 following requirements: 29

30 6-02.2.OPT60(B).GB6 31

(April 6, 2015) 32 Steel pipe shall conform to ASTM A 53, Grade B, Type E or S, galvanized. The 33 pipe shall be Schedule 40, except as otherwise specified in the Plans. 34 35 PVC pipe shall be any smooth wall, non-perforated, PVC pipe of the diameter and 36 minimum wall thickness or Schedule specified in the Plans. 37

38 6-02.2.OPT60(C).GB6 39

(April 6, 2015) 40 Steel bars, plates and shapes shall conform to ASTM A 36 except that structural 41 shapes may conform to ASTM A 992. 42 43 Epoxy bonding agent, where shown in the Plans for bonding steel components to 44 concrete, shall be Type II as specified in Section 9-26.1. The grade and class of 45 epoxy bonding agent shall be as recommended by the bonding agent 46 manufacturer. 47 48 All steel components and assemblies for seismic restrainers, except as otherwise 49 specified, shall be galvanized after fabrication in accordance with AASHTO M 111. 50 51

Page 237: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 237

Bolts, nuts, and washers shall conform to Section 9-06.5(3), and shall be 1 galvanized after fabrication in accordance with AASHTO M 232. 2 3 Resin bonded anchors shall conform to Section 6-02.2 as supplemented in these 4 Special Provisions. Additionally, the threaded anchor rods for seismic retrofit 5 elements shall conform to either ASTM A 193 Grade B7 or ASTM F 1554 Grade 6 105, and shall conform to the appropriate supplemental requirements for grade 7 and manufacturer’s identification, and charpy impact testing (15-foot-pounds 8 minimum at 40F). Results of the charpy impact testing for the production lot(s) 9 including the anchor rods furnished for seismic retrofit components and 10 assemblies shall be submitted to the Engineer along with the Manufacturer’s 11 Certificate of Compliance. 12

13 6-02.2.OPT60(D).GB6 14

(April 6, 2015) 15 High-strength steel rods for longitudinal seismic restrainer assemblies shall 16 conform to ASTM F 1554 Grade 105, including Supplemental Requirements S2, 17 S3, and S5. Nuts, and couplers if required, shall conform to ASTM A 563 Grade 18 DH. Washers shall conform to ASTM F 436. 19 20 High-strength steel rods and associated couplers, nuts and washers shall be 21 galvanized after fabrication in accordance with AASHTO M 232. 22

23 6-02.2.OPT60(F).GB6 24

(April 6, 2015) 25 Column Jacketing Materials 26 All metal components shall conform to ASTM A 36, and shall be painted in 27 accordance with Section 6-07.3(9), and Section 6-03.3(30) as supplemented in 28 these Special Provisions. Metal surfaces in contact with grout shall be considered 29 in contact with concrete for the purposes of Section 6-07.3(9). 30 31 Grout shall conform to the requirements of Section 9-20.3(4) and the following 32 requirements: 33 34

The grout shall be a pumpable mix capable of filling the annulus between the 35 concrete column and steel column jacket assembly. The grout shall be free of 36 lumps and undispersed cement, and shall not show any visible signs of 37 separation of water and cement during pumping operations. 38

39 Aggregate conforming to Section 9-03.1(5) with a maximum aggregate size of 3/8 40 inch may be used to extend the grout. Mortar shall conform to Section 9-20.4(2). 41 42 Epoxy bonding agent for filling grout voids shall be Type II, as specified in Section 43 9-26.1. The grade and class of epoxy bonding agent shall be as recommended by 44 the bonding agent manufacturer and approved by the Engineer. 45

46 6-02.2.OPT61.BSP.GB6 47

(******) 48 Precast Prestressed Concrete Stay-In-Place Panels 49 Concrete shall have an initial strength at strand release, and a 28 day minimum 50 compressive strength, as specified in the Plans. 51

Page 238: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 238

1 Prestressing reinforcement shall conform to Section 9-07.10, except that the diameter 2 shall be as specified in the Plans. 3 4 Grout shall conform to Section 9-20.3(2). 5 6 Leveling bolts shall conform to Section 9-06.5(1), and shall be galvanized after 7 fabrication in accordance with AASHTO M 232. 8 9 Backer rod shall be closed cell expanded polyethylene foam. 10

11 6-02.3.GR6 12

Construction Requirements 13 14 6-02.3.INST1.GR6 15 Section 6-02.3 is supplemented with the following: 16 17 6-02.3.OPT1.GB6 18

(August 3, 2015) 19 Epoxy Crack Sealing 20 The materials being used may be dermatetic. The Contractor’s contact with and use of 21 the materials shall conform to the requirements specified in the MSDS for each 22 material, and all personnel shall be provided with appropriate clothing and protective 23 garments. 24 25 All materials shall be stored and protected from ignition sources as recommended by 26 the material manufacturer. 27 28 The cracks shall be cleaned of efflorescence, deteriorated concrete and other surface 29 debris, by vacuuming, flushing, routing, sawing or other means as required. 30 31 Entry ports shall consist of tubes, tees or other valve devices as recommended by the 32 resin manufacturer. The ports shall be placed at intervals along each crack in 33 accordance with the manufacturer's written instructions for the resin being used. The 34 holes for the entry ports shall be drilled with a hollow bit with an attached vacuum 35 chuck to prevent concrete dust from becoming embedded in the crack. 36 37 The exposed crack surfaces and the areas around the entry ports shall be sealed with 38 epoxy sealing paste and cured in accordance with the resin manufacturer's written 39 instructions, to attain a seal capable of withstanding the applied injection pressures. 40 41 The Contractor shall furnish the services of a factory trained technical representative to 42 perform the epoxy crack sealing injection. 43 44 Injection shall be accomplished with a pressure or injection machine compatible with 45 the resin selected for use and shall begin at the lowest port and continue until there is 46 evidence of the resin at the entry port directly above and adjacent to the port being 47 pumped. When material travel is indicated, the nozzle shall be moved to the port that 48 shows resin. The previously pumped port shall be sealed. Injection shall continue until 49 the crack is completely filled. On wide cracks where resin travel between ports will be 50 rapid, two or more ports may be pumped simultaneously. On exceptionally large 51

Page 239: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 239

cracks, a formulation (dependent upon crack width, ambient temperature, modulus 1 requirements and other variables) of epoxy resin and fine sands shall be used as 2 recommended by the resin manufacturer. 3 4 After all ports have been pumped and the crack is full, the epoxy resin shall be cured 5 without disturbance in accordance with the resin manufacturer's written instructions as 6 necessary to ensure development of the full bond capacity of the material. 7 8 After the epoxy has cured completely, the epoxy sealing paste and port stems shall be 9 ground flush with the original surface of the concrete. 10 11 At the discretion of the Engineer, cores shall be taken after the repair is completed to 12 confirm penetration and bonding. The number and locations of such cores will be as 13 specified by the Engineer. These cores shall be submitted to the Engineer for testing in 14 the WSDOT Materials Laboratory. 15

16 6-02.3.OPT2.GB6 17

Bridge Supported Utilities 18 19 6-02.3.OPT2(A).GB6 20

(August 3, 2015) 21 The Contractor shall furnish and install inserts for the bridge utility supports as shown 22 in the Plans. The Contractor shall verify that the hanger rods freely hang plumb in their 23 inserts, and shall make adjustments to the inserts as necessary and as accepted by 24 the Engineer prior to utility installation. 25

26 6-02.3.OPT2(B).GB6 27

(June 26, 2000) 28 The Contractor shall furnish and install the bridge utility supports, and the utility pipe or 29 conduit pipe, as shown in the Plans. 30

31 6-02.3.OPT2(C).FB6 32

(June 26, 2000) 33 The Utility Company will furnish material for and install *** $$1$$ ***. The Contractor 34 shall install *** $$2$$ *** furnished by the *** $$3$$ ***. 35 36 The Contractor shall notify the utility company a sufficient time in advance and shall 37 cooperate with the utility company in order that the utility furnished items may be 38 installed in the structure. 39

40 6-02.3.OPT8.GB6 41

Seismic Retrofit 42 43 6-02.3.OPT8(B).GB6 44

(April 6, 2015) 45 Seismic Retrofit Demolition Plan 46 The Contractor shall submit Type 2 Working Drawings showing the method of 47 removing the specified portions of the existing bridges required by the seismic 48 retrofit work. The Working Drawings shall show the sequence of demolition and 49 removal, the type of equipment to be used in all demolition and removal 50 operations, and details of the methods and equipment used for containment, 51

Page 240: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 240

collection, and disposal of all debris. The Working Drawings shall show all stages 1 of demolition. 2

3 6-02.3.OPT8(C).GB6 4

(April 6, 2015) 5 Column Jacket Installation Plan 6 The Contractor shall submit Type 2E Working Drawings describing the column 7 jacket installation plan. The submittal shall include at a minimum, the following: 8 9

1. Step by step installation procedure. 10 11 2. The methods of cleaning and preparing the existing column surfaces prior 12

to installing the column jacket assembly. 13 14 3. The methods of containing, collecting, and disposing of the debris 15

generated by cleaning and preparing the existing column surfaces. 16 17 4. The methods of containing, collecting, and disposing of all excess grout 18

generated during the grouting process. 19 20 5. The locations of grout injection valves, and the methods and materials 21

used to remove them following use, and to fill the void following removal. 22 23 6. The method of sealing the gap between the existing column surface and 24

the column jacket assembly prior to grouting. 25 26 7. The method and materials used to clamp and brace the column jacket 27

assembly in place during field assembly and grouting. 28 29 8. The proposed grout mix with manufacturer’s data sheets. 30 31 9. The equipment used to pump the grout and monitor the grout pressure 32

and the quantity of grout injected. 33 34 10. The method, materials, and equipment used to fill grout voids within the 35

column jacket assembly, and to finish the exposed surface flush after 36 repair. 37

38 11. The method, materials, and equipment used to field repair all damaged 39

primer coatings, and to field apply the intermediate and finish coats of 40 paint. 41

42 6-02.3.OPT8(D).GB6 43

(April 6, 2015) 44 Column Jacket Shop Drawings 45 The Contractor shall submit column jacket shop drawings as Type 2 Working 46 Drawings. The shop drawings shall include, at a minimum, the following: 47 48

1. Plan, elevation, and sections of the jacket system and all components, 49 with all dimensions and tolerances. 50

51

Page 241: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 241

2. Field measurements of the existing column(s). 1 2 3. All material designations. 3 4 4. Location of horizontal and vertical splices. 5 6 5. Location of spacers and method of attachment. 7 8 6. Welds and welding procedures. 9

10 6-02.3.OPT8(E).GB6 11

(April 6, 2015) 12 Field Measuring Existing Bridge Columns 13 The Contractor shall field measure the dimensions (diameter, or width and 14 thickness, as appropriate for column shape) of the existing bridge columns 15 receiving column jackets prior to preparing column jacket assembly shop 16 drawings. The following locations shall be field measured as a minimum for each 17 column: 18 19

1. Top of footing or footing pedestal. 20 21 2. Bottom of crossbeam. 22 23 3. Mid-height of column. 24

25 The Contractor shall field measure the column height from top of footing or footing 26 pedestal to bottom of crossbeam for each column. 27 28 The Contractor shall tabulate these field measured dimensions and submit them to 29 the Engineer along with the column jacket assembly shop drawings. 30 31 Where site conditions, such as traffic control requirements or deeply buried 32 foundations, create difficulties for field measuring buried portions of the bridge 33 columns, the Contractor may request a waiver of the pre-fabrication field 34 measuring requirements for specific columns. If the Engineer approves the 35 Contractor’s request for a waiver of the pre-fabrication field measuring requirement 36 for specific columns, the Contractor shall: 37 38

1. Field measure the diameter, or width and thickness, as appropriate for 39 the column shape, of the above ground portion of the column receiving 40 the waiver. 41

42 2. Fabricate the column jacket to a length exceeding the column height (2’-43

0” or ten percent of the estimated column height, whichever is greater) 44 based on the original plans and other available site data. The shop 45 drawing details shall specify the column jacket fabrication length, and the 46 assumed column height based on the available information. 47

48 3. Submit the method, template, and equipment used to field cut the top of 49

the column jacket assembly at installation. 50 51

Page 242: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 242

The Contractor shall submit the request for a waiver of the pre-fabrication field 1 measuring requirement prior to preparing column jacket assembly shop drawings, 2 and shall not submit shop drawings until receiving the Engineer’s approval of the 3 waiver request and completing all field measurements still required. 4

5 6-02.3.OPT8(F).FB6 6

(April 6, 2015) 7 The column(s) at the Bridge and Pier location(s) specified below has (have) 8 received a waiver of the pre-fabrication field measuring requirement, and no 9 separate waiver request from the Contractor is required for this (these) specific 10 column(s): 11 12

*** $$1$$ *** 13 14 However, the Contractor shall conform to all other requirements specified above 15 for columns receiving a waiver of the pre-fabrication field measuring requirement. 16

17 6-02.3.OPT8(G).FB6 18

(April 6, 2015) 19 Field Measuring for Seismic Retrofit Components 20 The Contractor shall field measure dimensions of existing items and members of 21 Bridge No(s). *** $$1$$ *** prior to preparing shop drawings for fabricated steel 22 components and assemblies. 23 24 The Contractor shall field measure dimensions of the following items: 25 26

*** $$2$$ *** 27 28 The Contractor shall tabulate these field measured dimensions and submit them to 29 the Engineer along with the shop drawing submittals for the corresponding steel 30 components and assemblies. 31

32 6-02.3.OPT8(H).GB6 33

(April 6, 2015) 34 Removing Portions of Existing Concrete 35 The Contractor shall remove portions of existing concrete required by the seismic 36 retrofit work in accordance with Section 2-02.3(2)A2 and as shown in the Plans. 37 38 The Contractor shall dispose of all materials removed by the demolition operations 39 in accordance with Section 2-02.3. 40 41 The Contractor shall roughen, clean, and saturate the existing concrete surfaces 42 bonding to the fresh concrete in accordance with Section 6-02.3(12). 43

44 6-02.3.OPT8(J).GB6 45

(April 6, 2015) 46 Drilling Holes and Setting Steel Reinforcing Bars, and Placing Concrete 47 The Contractor shall drill holes for, and set, steel reinforcing bars into the existing 48 concrete as shown in the Plans in accordance with Section 6-02.3(24)C as 49 supplemented in these Special Provisions. 50

51

Page 243: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 243

6-02.3.OPT8(K).GB6 1 (April 6, 2015) 2 Installing and Tensioning High-Strength Steel Bar Reinforcement 3 The Contractor shall furnish and install high-strength steel bars as shown in the 4 Plans. The hole through existing concrete shall be core drilled. The concrete 5 surface in contact with the high-strength steel bar bearing plate shall be coated 6 with epoxy bonding agent just prior to stressing the high-strength steel bar. After 7 stressing, the high-strength steel bar shall be grouted in accordance with Section 8 6-02.3(26)H. 9

10 6-02.3.OPT8(L).GB6 11

(April 6, 2015) 12 Longitudinal Seismic Restrainers 13 The Contractor shall submit Type 1 Working Drawings consisting of shop drawings 14 of the steel components of the longitudinal seismic restrainer assemblies in 15 accordance with Section 6-03.3(7). 16 17 The Contractor shall core drill holes through the pier diaphragm for the high-18 strength steel bar as shown in the Plans. The Contractor shall set the PVC pipe in 19 place with epoxy bonding agent as shown in the Plans. 20 21 Holes for the resin bonded anchors for the longitudinal seismic restrainer 22 anchorages shall be located and drilled in accordance with Section 6-02.3(18) as 23 supplemented in these Special Provisions, and as follows: 24 25

1. The bottom layer of steel reinforcing bars in the slab in the vicinity of the 26 longitudinal seismic restrainer anchorage as shown in the Plans shall be 27 located and marked on the concrete surface. 28

29 2. Using the anchorage assembly as a template, the Contractor shall align 30

and slightly shift the anchorage assembly as required so that the holes 31 avoid the existing steel reinforcing bars. 32

33 3. The Contractor shall drill holes for the resin bonded anchors with the 34

anchorage assembly in position as a template. 35 36 4. If, after shifting the anchorage assembly, conflicts still exist between hole 37

locations and existing steel reinforcing bars, the Contractor may, with the 38 Engineer’s approval, core drill holes at the conflict locations. 39

40 The surface of the concrete in contact with the anchorage assembly shall be 41 coated with Type II epoxy bonding agent conforming to Section 9-26.2, with the 42 grade and class as recommended by the epoxy bonding agent manufacturer. The 43 longitudinal seismic restrainer anchorage assembly shall be set in place within the 44 set time specified in the manufacturer’s data sheet for the epoxy bonding agent. 45 46 All longitudinal seismic restrainers at a pier shall be installed so that the free end 47 (the end with the gap as shown in the Plans) shall be on the same side of the pier. 48

49

Page 244: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 244

6-02.3.OPT8(M).GB6 1 (April 6, 2015) 2 Column Jacketing 3 The steel column jacket assembly for each column shown in the Plans shall be 4 fabricated in accordance with the shop drawings. 5 6 The Contractor shall excavate and shore as required to expose the column surface 7 below ground to the top of the existing footing or footing pedestal. Dirt, debris and 8 any surface attachments shall be removed from the surface of the column in 9 accordance with the Contractor’s column jacket installation plan. 10 11 For specific columns for which the Engineer approves a waiver of the pre-12 fabrication field measuring of the column height dimension, the Contractor shall 13 field measure the column height upon completion of the excavation. The 14 Contractor shall field cut the top of the column jacket assembly using the method, 15 template, and equipment as specified in the pre-fabrication field measuring waiver 16 request submittal. 17 18 The Contractor shall position the steel column jacket around the existing column 19 using spacers to center the assembly. The spacers may be welded to the inside of 20 the jacket and, if used, shall be placed and attached as shown in the shop 21 drawings. 22 23 Field welded complete penetration groove welds of the column jacket assemblies 24 shall be inspected in accordance with Section 6-03.3(25)A. Field weld inspection 25 shall be performed by a certified welding inspector (CWI). The Contractor shall not 26 begin welding until receiving approval of the joint fit-up from the CWI. The CWI 27 shall randomly monitor the intermediate stages of welding. The CWI’s daily 28 reports and nondestructive testing reports indicating compliance with contract 29 requirements shall be submitted as a Type 1 Working Drawing upon completion of 30 the last column jacket in the Contract. 31 32 The Contractor shall install external grout injection valves for use in filling the 33 cavity with grout. The valves shall be spaced such that the grout will uniformly fill 34 the gap between the jacket assembly and the column surface. The grout pump 35 shall be equipped with a pressure gauge to monitor grout pressures. The grouting 36 equipment shall be sized to enable the grout to be pumped in one continuous 37 operation. The mixer shall be capable of continuously agitating the grout. 38 39 The production grout compressive strength shall be measured using four inch 40 diameter by eight inch cylinders, cast and cured in accordance with Section 6-41 02.3(5)H. The cylinders shall attain a 7-day minimum compressive strength of 42 4,000 psi. 43 44 The gap between the column jacket assembly and the existing column surface at 45 the base of the assembly shall be sealed in accordance with the column jacket 46 installation plan. 47 48 The grouting operation shall conform to Section 6-02.3(6)A. 49 50

Page 245: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 245

The grouting operation shall begin from the base of the assembly and from the 1 base of each successive lift. The Contractor shall pump grout into the assembly 2 while maintaining a uniform level grout head around the column. 3 4 The Contractor shall limit the height of each lift of grout to minimize undulations 5 and displacements of the surface of the column jacket assembly during grouting. 6 For column jacket assemblies of circular (constant radius) cross section, the height 7 of each lift of grout shall be limited to 20 feet maximum, except as otherwise 8 approved by the Engineer. For column jacket assemblies with cross sections of all 9 other shapes, the height of each lift of grout shall be limited to 8 feet maximum, 10 except as otherwise approved by the Engineer. 11 12 The Contractor may restrain the column jacket assembly within the specified 13 tolerances during grouting operations by using a bracing system in accordance 14 with the column jacket installation plan. Except as otherwise shown in the Plans, 15 restraints for the bracing system shall not pass through the column. Except when a 16 bracing system is used, placement of the next grout lift shall not begin until the 17 previous grout lift has hardened. 18 19 The Contractor shall contain and collect all grout outside the column jacket 20 assembly. 21 22 When the assembly is completely grouted to the top, the Contractor shall place 23 mortar conforming to Section 9-20.4(2) over the top of the grout at the top of the 24 assembly, and shall slope the mortar to drain. 25 26 All clamps, valves, injection ports, lifting ears, and other attachments shall be 27 removed not less than 24 hours after completing grouting operations at the 28 column. The Contractor shall fill all voids with mortar conforming to Section 9-29 20.4(2), and shall finish them flush with the exterior surface of the column jacket 30 assembly. The Contractor shall not remove the attachments by flame cutting. 31 32 Seven calendar days after completing the grouting of a column jacket assembly, 33 the Engineer will inspect the assembly for voids between the steel casing and the 34 grout. The Contractor shall completely fill all voids detected by the Engineer by 35 injecting epoxy bonding agent into the lowest point of each void and venting at the 36 highest point. The exposed epoxy bonding agent shall be finished flush with the 37 exterior surface of the column jacket assembly. 38 39 After inspection for voids and epoxy injection of voids is complete, steel surfaces 40 with damaged primer coat shall be repaired with field primer in accordance with 41 Section 6-07.3(9). The primer repair shall be followed by application of the 42 intermediate and finish field coats of paint to all exposed steel surfaces in 43 accordance with Section 6-07.3(9) and Section 6-03.3(30) as supplemented in 44 these Special Provisions. 45 46 Backfill shall not be placed against the column jacket assembly until the finish coat 47 of paint is completely cured, based on the cure duration recommended by the 48 paint manufacturer. The Contractor shall fill and compact the excavation with 49 native backfill, except as otherwise specified in the Plans, in accordance with 50 Section 2-09.3(1)E. 51

Page 246: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 246

1 6-02.3.OPT9.GB6 2

(January 7, 2019) 3 Polyester Concrete 4

Manufacturer’s Technical Representative 5 The Contractor shall have the services of a qualified polyester concrete 6 manufacturer's technical representative physically present at the job site. The 7 manufacturer’s technical representative shall assist the Contractor in training the 8 Contractor’s personnel and providing technical assistance in preparing the header 9 blockout surface, applying primer, and mixing, placing, and curing the polyester 10 concrete. 11 12 Mix Design 13 Polyester concrete shall be composed of the following three components – 14 polyester resin binder, high molecular weight methacrylate (HMWM) resin, and 15 aggregate, in accordance with Section 6-02.2 as supplemented in these Special 16 Provisions. 17 18 The Contractor shall prepare and submit a Type 1 Working Drawing consisting of 19 the polyester concrete design mix and mixing procedure. The mix design shall 20 include a recommended initiator percentage for the expected application 21 temperature, and the recommended amount of polyester resin binder as a 22 percentage of the dry weight of aggregate. The amount of peroxide initiator used 23 shall result in a polyester concrete set time between 30 and 120 minutes during 24 placement as determined by California Test 551, Part 2, “Method of Test For 25 Determination of Set Time of Concrete Overlay and Patching Materials”, by 26 Gilmore Needles. Accelerators or inhibitors may be required as recommended by 27 the polyester resin binder supplier. 28 29 Delivery and Storage of Materials 30 All materials shall be delivered in their original containers bearing the 31 manufacturer's label, specifying date of manufacturing, batch number, trade name 32 brand, and quantity. Each shipment of polyester resin binder and HMWM resin 33 shall be accompanied by a Materials Safety Data Sheet (MSDS). 34 35 The material shall be stored in accordance with the manufacturer’s 36 recommendations. 37 38 Sufficient material to perform the entire polyester concrete application shall be in 39 storage at the site prior to any field preparation. 40 41 Equipment and Containment 42 The Contractor shall submit a Type 1 Working Drawing consisting of all equipment 43 for cleaning the concrete and steel surfaces, and mixing and applying the 44 polyester concrete. 45 46 The HMWM resin, and abrasive blasting materials, shall be contained and 47 restricted to the surface receiving the polyester concrete only, and shall not 48 escape to the surrounding environment. The Contractor shall submit a Type 1 49 Working Drawing consisting of the method and materials used to collect and 50 contain the HMWM resin, and abrasive blasting materials. 51

Page 247: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 247

1 Surface Preparation 2 The concrete and steel surfaces shall be prepared by removing all material which 3 may act as a bond breaker between the surface and the polyester concrete. 4 Surface cleaning shall be by abrasive blasting. Precautions shall be taken to 5 ensure that no dust or debris leaves the bridge deck and that all traffic is protected 6 from rebound and dust. 7 8 If the concrete or steel surfaces become contaminated, the contaminated areas 9 shall be recleaned by abrasive blasting. 10 11 Application of Prime Coat 12 Application of the HMWM prime coat and the polyester concrete shall not begin if 13 rain is forecast within 12-hours of completion of the Work. The area receiving the 14 prime coat shall be dry and had no rain within the past 12 hours. Immediately prior 15 to applying the prime coat, the surfaces shall be cleaned to remove accumulated 16 dust and any other loose material. 17 18 The concrete bridge deck surface shall be between 50F and 85F when applying 19 the prime coat. 20 21 The Contractor shall apply one coat of promoted/initiated wax-free HMWM resin to 22 the prepared concrete and steel surfaces immediately before placing the polymer 23 concrete. The promoted/initiated resin shall be worked into the concrete in a 24 manner to assure complete coverage of the area receiving polyester concrete. A 25 one pint sample of each batch of promoted/initiated HMWM resin shall be retained 26 and submitted to the Engineer at the time of primer application. 27 28 The prime coat shall cure for 30 minutes minimum before beginning placement of 29 the polyester concrete. Placement of the polymer concrete shall not proceed until 30 the Engineer verifies that the HMWM resin was properly promoted and initiated, as 31 evidenced by the HMWM batch sample. 32 33 If the primed surface becomes contaminated, the contaminated area shall be 34 cleaned by abrasive blasting and reprimed. 35 36 Mixing Equipment for Polyester Concrete 37 Polyester concrete shall be mixed in mechanically operated mixers in accordance 38 with the mix design as approved by the Engineer. The mixer size shall be limited to 39 a nine cubic yard maximum capacity, unless otherwise approved by the Engineer. 40 41 The aggregate and resin volumes shall be recorded for each batch along with the 42 date of each recording. A printout of the recordings shall be furnished to the 43 Engineer at the end of each work shift. 44 45 The Contractor shall prevent any cleaning chemicals from reaching the polyester 46 mix during the mixing operations. 47 48

Page 248: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 248

Mixing Components 1 The polyester resin binder in the polyester modified concrete shall be 2 approximately 12 percent by weight of the dry aggregate. The Contractor shall 3 specify the exact percentage in the mix design Working Drawing submittal. 4 5 The polyester resin binder shall be initiated and thoroughly blended just prior to 6 mixing the aggregate and binder. The polyester concrete shall be thoroughly 7 mixed prior to placing. 8 9 Polyester Concrete Placement 10 The polyester concrete shall be placed within two hours of placing the prime coat. 11 12 Polyester concrete shall be placed within 15 minutes following initiation. Polyester 13 concrete that is not placed within this time shall be discarded. 14 15 The surface temperature of the area receiving the polyester concrete shall be the 16 same as specified above for the HMWM prime coat. 17 18 The polyester concrete shall be consolidated in accordance with the 19 manufacturer’s recommendations. 20 21 Finished Polyester Concrete Surface 22 The finished surface of the polyester concrete shall smooth and uniform as to 23 crown and grade in accordance with Section 6-02.3(10)D3. 24 25 Finishing equipment used shall strike off the polyester concrete to the established 26 grade and cross section. 27 28 The polyester concrete shall receive an abrasive sand finish. The sand finish shall 29 be applied by hand immediately after strike-off and before gelling occurs. Sand 30 shall be broadcast onto the surface to affect a uniform coverage of a minimum of 31 0.8 pounds per square yard. 32 33 Curing 34 The polyester concrete shall be cured in accordance with the manufacturer’s 35 recommendations. The Contractor shall measure the compressive strength of the 36 cured polyester concrete with a rebound hammer in accordance with ASTM C 805. 37 The readings of the rebound hammer used shall be correlated to the compressive 38 strength of the polyester concrete product in accordance with ASTM C 805 Section 39 5.4, and the Contractor shall submit a Type 1 Working Drawing of this correlation. 40 41 Traffic and equipment shall not be permitted on the polyester concrete until it 42 achieves a compressive strength of 2500 psi based on the rebound hammer 43 readings and the correlation chart for the rebound hammer used. 44

45 6-02.3.OPT10.GB6 46

(January 7, 2019) 47 Elastomeric Concrete 48 Elastomeric concrete shall be composed of the following three components – two-49 component polyurethane resin binder, and aggregate, in accordance with Section 6-50 02.2 as supplemented in these Special Provisions. 51

Page 249: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 249

1 Manufacturer’s Technical Representative 2 The Contractor shall have the services of a qualified elastomeric concrete 3 manufacturer's technical representative physically present at the job site. The 4 manufacturer’s technical representative shall assist the Contractor in training the 5 Contractor’s personnel and providing technical assistance in preparing the header 6 blockout surface, applying primer, and mixing, placing, and curing the elastomeric 7 concrete. 8 9 Delivery and Storage of Materials 10 All materials shall be delivered in their original containers bearing the 11 manufacturer's label, specifying date of manufacturing, batch number, trade name 12 brand, and quantity. Each shipment of polyurethane resin binder shall be 13 accompanied by a Materials Safety Data Sheet (MSDS). 14 15 The materials shall be stored in accordance with the manufacturer’s 16 recommendations. 17 18 Sufficient material to perform the entire elastomeric concrete application shall be in 19 storage at the site prior to any field preparation. 20 21 Equipment and Containment 22 The Contractor shall submit a Type 1 Working Drawing consisting of all equipment 23 for cleaning the concrete and steel surfaces, and mixing and applying the 24 elastomeric concrete. 25 26 The abrasive blasting materials, shall be contained and restricted to the surface 27 receiving the elastomeric concrete only, and shall not escape to the surrounding 28 environment. The Contractor shall submit a Type 1 Working Drawing consisting of 29 the method and materials used to collect and contain the abrasive blasting 30 materials. 31 32 Surface Preparation 33 The concrete and steel surfaces shall be prepared by removing all material which 34 may act as a bond breaker between the surface and the elastomeric concrete, 35 including the removal of all loose, deteriorated, or otherwise unsound concrete. 36 Steel surfaces shall be cleaned and prepared to an SSPC SP-10 surface 37 condition. Surface cleaning shall be by abrasive blasting. 38 39 Precautions shall be taken to ensure that no dust or debris leaves the bridge deck 40 and that all traffic is protected from rebound and dust. 41 42 If the concrete or steel surfaces become contaminated, the contaminated areas 43 shall be recleaned by abrasive blasting. 44 45 Freshly placed concrete shall be cured for a minimum of 14 calendar days before 46 application of primer and elastomeric concrete. 47 48 Application of Prime Coat 49 Application of the prime coat and the elastomeric concrete shall not begin if rain is 50 forecast within 12-hours of completion of the Work. The area receiving the prime 51

Page 250: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 250

coat shall be dry and had no rain within the past 12 hours. Immediately prior to 1 applying the prime coat, the surfaces shall be cleaned to remove accumulated 2 dust and any other loose material. 3 4 The concrete bridge deck surface shall be between 50F and 85F when applying 5 the prime coat. 6 7 The Contractor shall apply primer in accordance with the elastomeric concrete 8 manufacturer's recommendations, and shall limit the extent of primer application to 9 that surface area that can be covered by a layer of elastomeric concrete before 10 primer cure. 11 12 If the primed surface becomes contaminated, the contaminated area shall be 13 cleaned by abrasive blasting and reprimed. 14 15 Mixing Components 16 The Contractor shall mix the elastomeric concrete components and the resultant 17 mixture in accordance with the equipment and procedure recommended by the 18 elastomeric concrete manufacturer. 19 20 Elastomeric Concrete Placement 21 The elastomeric concrete shall be placed on the liquid prime coat within the time 22 limits specified by the manufacturer. Elastomeric concrete shall be placed in layers 23 not to exceed the maximum depth recommended by the elastomeric concrete 24 manufacturer. At locations deep enough to require placement of multiple layers of 25 elastomeric concrete, each layer shall be cured, and the top of the previous layer 26 roughened, as recommended by the elastomeric concrete manufacturer before 27 placement of the next layer. 28 29 Elastomeric concrete shall be placed within five minutes of initiation. 30 31 The surface temperature of the area receiving the elastomeric concrete shall be 32 the same as specified above for the prime coat. 33 34 Finished Elastomeric Concrete Surface 35 The finished surface of the elastomeric concrete shall be smooth and uniform as to 36 crown and grade in accordance with Section 6-02.3(10)D3. 37 38 Finishing tools or equipment used shall strike off the elastomeric concrete to the 39 established grade and cross section. 40 41 The finished surface of elastomeric concrete shall receive an abrasive sand finish. 42 The sand finish shall be applied by hand immediately after strike-off and before 43 gelling occurs. Sand shall be broadcast onto the surface to affect a uniform 44 coverage of a minimum of 0.8 pounds per square yard. 45 46 Curing 47 The elastomeric concrete shall be cured in accordance with the manufacturer’s 48 recommendations. The Contractor shall measure the compressive strength of the 49 cured elastomeric concrete with a rebound hammer in accordance with ASTM C 50 805. The readings of the rebound hammer used shall be correlated to the 51

Page 251: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 251

compressive strength of the elastomeric concrete product in accordance with 1 ASTM C 805 Section 5.4, and the Contractor shall submit a Type 1 Working 2 Drawing of this correlation. 3 4 Traffic and equipment shall not be permitted on the elastomeric concrete until it 5 achieves a compressive strength of 2500 psi based on the rebound hammer 6 readings and the correlation chart for the rebound hammer used. 7

8 6-02.3(2).GR6 9

Proportioning Materials 10 11 6-02.3(2).INST1.GR6 12

Section 6-02.3(2) is supplemented with the following: 13 14 6-02.3(2).OPT1.GB6 15

(April 6, 2015) 16 Expansion Joint Header Concrete 17 Expansion joint header concrete shall have a minimum compressive strength of 18 4,000 psi at 28 days. The concrete shall achieve a minimum compressive strength 19 of 2,500 psi based on early break cylinders prior to allowing traffic to pass across 20 the expansion joint. 21 22 Type III cement conforming to Section 9-01.2(1) may be used. 23 24 The nominal maximum size aggregate shall be 1-1/2 inch. 25 26 Section 6-02.3(3) notwithstanding, non-chloride accelerating admixtures 27 conforming to the following specifications may be used: 28 29

Admixture Specifications 30 Accelerating Section 9-23.6(4) 31 32 Water Reducing/Accelerating Section 9-23.6(6) 33

34 6-02.3(6).GR6 35

Placing Concrete 36 37 6-02.3(6)B.GR6 38

Placing Concrete in Foundation Seals 39 40 6-02.3(6)B.INST1.GR6 41

Section 6-02.3(6)B is supplemented with the following: 42 43 6-02.3(6)B.OPT1.GB6 44

(June 26, 2000) 45 If, in the opinion of the Engineer, water conditions at the time of construction 46 do not require seals for footing construction, the Engineer may specify that the 47 seals be omitted. In such a case the Contractor shall lower and construct the 48 footing, as shown in the Plans, at the elevation shown in the Plans for the 49 bottom of seal. The height of the pier shaft or columns shall be adjusted 50 accordingly. 51

Page 252: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 252

1 No adjustment will be allowed in the unit contract prices for concrete, steel 2 reinforcing bar, and excavation by reason of any increase or decrease in 3 quantities involved due to the deletion of seals. 4

5 6-02.3(6)B.OPT2.GB6 6

(June 26, 2000) 7 If, in the opinion of the Engineer, water conditions at the time of construction 8 do not require seals for construction, the Engineer may specify that the seals 9 be omitted. In such a case, the Contractor shall excavate only to the bottom 10 of footing elevation and shall construct the footing as shown in the Plans. 11 12 No adjustment will be allowed in the unit contract prices for concrete, steel 13 reinforcing bar, and excavation by reason of any increase or decrease in 14 quantities involved due to the deletion of seals. 15

16 6-02.3(10).GR6 17

Bridge Decks and Bridge Approach Slabs 18 19 6-02.3(10)D.GR6 20

Concrete Placement, Finishing, and Texturing 21 22 6-02.3(10)D.INST1.GR6 23

Section 6-02.3(10)D is supplemented with the following: 24 25 6-02.3(10)D.OPT1.GB6 26

(August 4, 2008) 27 Repairing Slab Left Exposed After Removing Existing Curb or Sidewalk 28 The concrete exposed by the removal of the existing curb or sidewalk shall be 29 removed to a depth of 1-inch below finished grade or to the top of the existing 30 roadway deck steel reinforcing bars, whichever is less. The Contractor shall 31 not remove concrete below the top of the existing steel reinforcing bars. The 32 Contractor shall not damage the bond between the existing steel reinforcing 33 bars and the concrete. 34 35 After roughening, cleaning and wetting the surface in accordance with Section 36 6-02.3(12), the Contractor shall place concrete over the surface to the finish 37 grade of the adjacent concrete roadway deck using a modified Class 4000 38 concrete mix. The maximum aggregate size in the modified Class 4000 39 concrete mix shall be 3/8 inch. The finished portion of the deck shall have the 40 same texture, slope and grade as that of the existing deck. 41

42 6-02.3(10)D.OPT2.GB6 43

(August 4, 2008 44 Repairing Slab Left Exposed After Removing Existing Curb and Railbase 45 After roughening and cleaning the concrete exposed by the removal of the 46 existing curb and railbase, that portion of the exposed surface not covered by 47 the new traffic barrier shall be coated with epoxy mortar and finished to have 48 the same texture, slope and grade as that of the existing deck. 49

50

Page 253: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 253

6-02.3(10)D.OPT3.GB6 1 (August 3, 2015) 2 Bridge Drain Risers 3 The Contractor shall submit a Type 2 Working Drawing consisting of the 4 method of removing the bridge drain grate nipple extrusion, the method of 5 grinding the existing curb as necessary for bridge drain riser installation, and 6 the method of cleaning the existing drain casting surfaces in contact with the 7 drain risers. The shop drawings and weld procedures for the drain riser 8 assemblies shall be submitted in accordance with Sections 6-03.3(7) and 6-9 03.3(25). 10 11 The existing bridge drain grate bolt, debris from removing the nipple extrusion 12 and cleaning the drain casting contact surfaces, and all debris in the bridge 13 drain cavity, shall be disposed of in accordance with Section 2-02.3. 14 15 After cleaning the bridge drain casting contact surfaces, the Contractor shall 16 install the spacer bars and riser bars of the bridge drain riser assembly as 17 shown in the Plans. 18 19 All exposed surfaces of the spacer bars and riser bars following installation 20 shall be painted with two coats of paint conforming to Section 9-08.1(2)F. 21 Each coat shall have a minimum dry film thickness of two mils. 22

23 6-02.3(10)D.OPT3(A).GB6 24

(August 4, 2008) 25 A minimum of four slotted holes, each 2 inches long and 3/4 inches high, shall 26 be provided on each bridge drain riser. The slotted holes shall be located at 27 the bottom of the riser, two on the traffic side of the assembly and one each 28 on the short ends of the assembly. Risers shall be installed to be flush with 29 the proposed roadway profile and shall maintain uniform contact with the 30 existing drain. This portion of work shall be completed prior to the installation 31 of the membrane waterproofing. 32 33 The membrane waterproofing shall extend to the bottom of and all around the 34 bridge drain riser, except that the Contractor shall ensure that the slotted 35 holes of the bridge drain riser assembly remain open and unplugged by the 36 membrane waterproofing. Water seeping under the overlay shall be allowed 37 to drain through the slotted holes and into the bridge drains. 38 39 After all the items of work on this project have been completed, the Contractor 40 shall clean and flush all the bridge drains. 41

42 6-02.3(10)D.OPT5.GB6 43

(August 3, 2015) 44 Plugging Existing Bridge Drain 45 The Contractor shall submit a Type 2 Working Drawing consisting of the 46 method and materials used to plug the existing bridge drains specified in the 47 Plans to be plugged. The submittal shall include the following: 48

49 1. Material used to plug the drain outlet, and method of securing the 50

plug in position. 51

Page 254: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 254

1 2. The type of concrete material used to fill the drain cavity. 2 3 3. The method used to remove the exposed drainpipe, if removal is 4

specified in the Plans. 5 6 All cut, damaged, and exposed metal surfaces to remain, including the drain 7 outlet plug if metal components are used, shall be painted with two coats of 8 paint conforming to Section 9-08.1(2)F. Each coat shall have a minimum dry 9 film thickness of two mils. 10

11 When the removal of exposed drainpipe is specified in the Plans, the 12 Contractor shall remove the embedded anchors a minimum of one inch 13 beneath the existing concrete surface. The void left by removal of the 14 embedded anchors shall be filled with mortar conforming to Section 9-20.4(2). 15 The mortar shall match the color of the existing concrete surface as near as 16 practicable. 17

18 All materials removed from the bridge drains specified in the Plans to be 19 plugged shall be disposed of as specified in Section 2-02.3. 20

21 6-02.3(10)D.OPT12.GB6 22

(April 6, 2015) 23 Core Drilled Bridge Deck Drain 24 The Contractor shall core drill drain holes through the bridge deck of the 25 bridges and in the locations shown in the Plans. The Contractor shall grind the 26 concrete bridge deck to provide a taper at the top of the cored hole if shown in 27 the Plans. The Contractor shall contain, collect and dispose of the concrete 28 cores and debris in accordance with Section 2-02.3. 29 30 The Contractor shall coat the surfaces of the cored holes with epoxy bonding 31 agent, and shall set a bridge deck drain pipe sleeve in place as shown in the 32 Plans. The Contractor shall ensure that the void between the cored hole 33 surface and the outside of the pipe sleeve is completely filled with epoxy 34 bonding agent. The Contractor shall take appropriate measures to prevent the 35 epoxy bonding agent from escaping from the void and shall secure the pipe 36 sleeve in position until the epoxy bonding agent is cured. 37

38 6-02.3(10)F.GR6 39

Bridge Approach Slab Orientation and Anchors 40 41 6-02.3(10)F.INST1.GR6 42

Section 6-02.3(10)F is supplemented with the following: 43 44 6-02.3(10)F.OPT2.GB6 45

(August 4, 2008) 46 The pavement end of the bridge approach slab shall be constructed parallel to 47 the pavement seat. 48

49 6-02.3(10)F.OPT3.FB6 50

(August 4, 2008) 51

Page 255: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 255

The pavement end of the bridge approach slab shall be constructed parallel to 1 the pavement seat for bridge(s) No. *** $$1$$ ***. The pavement end of the 2 bridge approach slab shall be constructed normal to the roadway center line 3 for bridge(s) No. *** $$2$$ ***. 4

5 6-02.3(13).GR6 6

Expansion Joints 7 8 6-02.3(13).INST1.GR6 9

Section 6-02.3(13) is supplemented with the following: 10 11 6-02.3(13).OPT3.FB6 12

(August 6, 2018) 13 Modular Expansion Joint System 14 The Contractor shall design, fabricate, inspect, test, and install a modular, multiple 15 seal expansion joint system in accordance with the geometry and movements 16 shown and specified in the Plans. The modular expansion joint system shall 17 extend continuously across the full width of the bridge deck and up into the traffic 18 barriers as shown in the Plans. 19

20 Acceptable Manufacturers 21 Only manufacturers whose modular expansion joint systems have met the 22 requirements specified in the Fatigue Resistance Characterization 23 Requirements subsection of this Special Provision will be permitted to supply 24 modular expansion joint systems. Any testing required to establish the fatigue 25 resistance of all details of a specific proprietary system shall be completed 26 prior to the contract award date. All fatigue testing shall be conducted in 27 accordance with the Fatigue Testing of Metallic Structural Components 28 and Connections, Durability Testing of Elastomeric Support Bearings 29 and Fatigue Testing Laboratory subsections of this Special Provision. 30 Testing shall be completed on any revised details or material substitutions of 31 a previously prequalified system prior to the contract award date. 32 33 The following manufacturers are known to have prequalified modular 34 expansion joint system details by completing fatigue testing in accordance 35 with these requirements: 36

37 1. The D.S. Brown Company 38

P.O. Box 158 39 300 E. Cherry Street 40 North Baltimore, Ohio 45872-0158 41 Tel. (419) 257-3561 42 Fax (419) 257-2200 43 www.dsbrown.com 44

45 2. Watson Bowman ACME Corporation 46

95 Pineview Drive 47 Amherst, New York 14228-2166 48 Tel. (716) 691-7566 49 Fax (716) 691-9239 50 www.wbacorp.com 51

Page 256: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 256

1 2. Mageba USA, LLC 2

575 Lexington Ave FI-4 3 New York, New York 10022-6146 4 Tel. (212) 644-3335 5 Fax (212) 644-3339 6 www.magebausa.com 7

8 Manufacturer Qualification Submittal 9 The expansion joint manufacturer shall have at least three years of 10 experience in designing and manufacturing modular expansion joint systems. 11 The Contractor shall submit a Type 1 Working Drawing consisting of written 12 certification of the manufacturer's experience, including the location of each 13 bridge, installation date, governmental agency/owner, and the name, address, 14 and telephone number of each owner's/agency's representative. 15 16 The Contractor shall submit the name of the selected expansion joint system 17 manufacturer to the Engineer within 10 days of contract award. Once the 18 name of the manufacturer has been submitted to the Engineer, the Contractor 19 shall not select an alternative expansion joint system manufacturer unless the 20 manufacturer demonstrates an inability to meet the requirements of this 21 Special Provision. 22 23 Shop Drawings and Design Calculations Submittals 24 The Contractor shall submit Type 3E Working Drawings consisting of shop 25 drawings and design calculations delineating the expansion joint system in 26 accordance with Sections 1-05.3 and 6-03.3(7) and as noted herein. The 27 Professional Engineer responsible for preparing and stamping the submittal 28 shall be an employee of the expansion joint system manufacturer, and shall 29 hold a valid license in the branch of Civil or Structural Engineering, either in 30 the State of Washington or another state. These submittals shall include, but 31 shall not be limited to, the following: 32

33 1. Plan, elevation, and section of the joint system for each movement 34

rating and bridge deck width. All dimensions and tolerances shall be 35 specified. 36

37 2. Sections showing all materials composing the expansion joint 38

system with complete details of all individual components including 39 all bolted and welded splices and connections. 40

41 3. All ASTM, AASHTO, or other material designations. 42 43 4. Installation plan including sequence, lifting mechanisms and 44

locations, details of temporary anchorage during setting, temperature 45 adjustment devices, opening dimensions relative to temperature, 46 installation details at curbs, and seal installation details. 47

48 5. Plan for achieving watertightness including details related to 49

performing the watertightness test required in the Installation 50 subsection of this Special Provision. 51

Page 257: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 257

1 6. Details and material designations pertinent to the corrosion 2

protection system. 3 4 7. Requirements and details related to the temporary support of the 5

joint system for shipping, handling, and job site storage. 6 7 8. Design calculations for all structural elements including all springs 8

and bearings. The design calculations shall include fatigue design 9 for all structural elements, connections, and splices. 10

11 9. Welding procedures in compliance with the current AASHTO/AWS 12

D1.5 Bridge Welding Code. 13 14 10. A written maintenance and part replacement plan to facilitate 15

replacement of parts subject to wear. This plan shall include a list of 16 parts, instructions for maintenance inspection, acceptable wear 17 tolerances, methods for determining wear, procedures for replacing 18 worn parts, and procedures for replacing seals. 19

20 11. Comprehensive integrated details of the expansion joint system, its 21

support boxes, assembly supports, erection aids, and the bridge 22 deck and expansion joint header steel reinforcing bars. The 23 Contractor shall identify in the integrated details any modifications to 24 the bridge deck steel reinforcing bars necessary to accommodate 25 the expansion joint system. The Contractor shall show, in the 26 integrated details, the specific means (moving, bending, cutting, 27 bundling, supplementing or coupling steel reinforcing bars, or 28 incorporating hooks or headed steel reinforcing bars) to address 29 congestion and conflicts. 30

31 12. Means, methods, and concrete placement sequence for placing 32

concrete and attaining full consolidation of concrete beneath and 33 adjacent to the support boxes of the modular expansion joint 34 assembly. The methods and sequence shall account for congestion 35 surrounding the box sections due to bridge deck steel reinforcing 36 bars, and expansion joint assembly supports and erection aids. 37

38 Documentation, Certifications, and Test Reports Submittals 39 At the time of shop plan submittal, the Contractor shall submit Type 1 Working 40 Drawings consisting of the following documentation: 41

42 1. Documentation that the manufacturer is certified through the AISC 43

Quality Certification Program under the category Bridge and 44 Highway Metal Components. 45

46 2. Documentation that welding inspection personnel are qualified and 47

certified as welding inspectors under AWS QC1, Standard for 48 Qualification and Certification of Welding Inspectors. 49

50

Page 258: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 258

3. Documentation that personnel performing nondestructive testing 1 (NDT) are qualified and certified as NDT Level II under the American 2 Society for Nondestructive Testing (ASNT) Recommended Practice 3 SNT-TC-1a. 4

5 The Contractor shall submit Type 1 Working Drawings consisting of the 6 following test reports and certificates of compliance: 7

8 1. Manufacturer's certificate of compliance for all polytetrafluorethylene 9

(PTFE) sheeting, PTFE fabric, and elastomer. 10 11 2. Certified mill test reports for all steel and stainless steel in the 12

expansion joint system assemblies. 13 14 3. Certified test reports confirming that the springs and bearings meet 15

the design load requirements. 16 17 Upon completion of installation, the Contractor shall submit a Type 1 Working 18 Drawing consisting of certification stating that each expansion joint system 19 was installed in accordance with the shop plan installation procedure. This 20 certification shall conform to the requirements specified in the Installation 21 subsection of this Special Provision. 22 23 Method for Temporary Bridging of Construction Loads Submittal 24 The Contractor shall submit Type 2E Working Drawings consisting of a 25 temporary bridging method for each expansion joint system over which 26 construction traffic is anticipated to cross following its installation. This 27 submittal shall conform to the requirements specified in the Installation 28 subsection of this Special Provision. 29 30 Quality Assurance Inspection Documentation Submittal 31 The Contractor shall submit Type 1 Working Drawings consisting of a Quality 32 Assurance Inspection program performed by an independent inspection 33 agency provided by the manufacturer. The name of the independent 34 inspection agency, details of the proposed quality assurance inspection 35 program including inspection frequency, and all applicable reporting forms 36 shall be included in the Type 1 Working Drawing submittal. 37 38 Warranty Submittal 39 Modular expansion joint assembly warranties and guarantees provided by the 40 manufacturer shall be submitted as Type 1 Working Drawings. 41 42 General Design Requirements 43 The expansion joint system shall be designed and detailed with adequate 44 access to all internal components in order to assure the feasibility of 45 inspection and maintenance activities. 46 47 The expansion joint system shall be designed and detailed to minimize 48 concrete cracking above the support boxes. Measures taken shall include, 49 but not be limited to, assuring adequate support box top plate thickness, 50

Page 259: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 259

specifying any additional bridge deck steel reinforcement required, and 1 providing adequate concrete cover. 2 3 The expansion joint system and bridge deck steel reinforcement shall be 4 detailed to assure that adequate concrete consolidation can be achieved 5 underneath all support boxes. 6 7 The expansion joint seals shall not protrude above the top of the expansion 8 joint system under any service condition. Split extrusions may be used at 9 curb upturns. 10 11 The elastomeric or urethane springs and bearings shall be designed to be 12 removable and replaceable. The removal and reinstallation of each strip seal 13 shall be easily accomplished from above the joint with a 1-1/4 inch minimum 14 gap width. These operations shall be viable with a one lane partial closure of 15 the bridge deck. 16 17 The expansion joint system shall be designed and detailed to be watertight. 18 19 The expansion joint system shall be designed and detailed to accommodate 20 all movements specified in the Plans. 21 22 The expansion joint shall be designed and detailed to mitigate the potential for 23 fatigue damage wherever centerbeam field splices are required. 24 Consideration shall be given to reducing support box spacing and optimizing 25 splice location between adjacent support boxes in order to minimize fatigue 26 stress range at field splices. 27 28 Design Axle Loads and Impact Factors 29 The centerbeams, support bars, bearings, connections, and other structural 30 components shall be designed for the simultaneous application of vertical and 31 horizontal loads from a tandem axle. The tandem axle shall consist of a pair 32 of axles spaced four feet apart with vertical and horizontal loads as specified 33 below. The transverse spacing of the wheels shall be six feet. The 34 distribution of the wheel load among centerbeams shall be as specified in the 35 Distribution of Wheel Loads subsection of this Special Provision. 36 37 The vertical load range for fatigue design shall be a 32.0 kip tandem. This 38 tandem shall be taken as two 16.0 kip axles spaced four feet apart. Only one 39 of these tandem axles must be considered in the design, unless the joint 40 opening exceeds four feet. The load range shall be increased by the dynamic 41 load allowance (Impact Factor) of 75%. Load factors shall be applied in 42 accordance with Table 3.4.1-1 of the AASHTO LRFD Bridge Design 43 Specifications, current edition and latest interims. 44 45 The vertical load for strength design shall be a 50.0 kip tandem. This tandem 46 shall be taken as two 25.0 kip axles spaced four feet apart. Only one of these 47 tandem axles must be considered in the design, unless the joint opening 48 exceeds four feet. This load shall be increased by the dynamic load 49 allowance (Impact Factor) of 75%. Load factors shall be applied in 50

Page 260: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 260

accordance with Table 3.4.1-1 of the AASHTO LRFD Bridge Design 1 Specifications, current edition and latest interims. 2 3 The horizontal load range for fatigue design shall be *** $$1$$ *** percent of 4 the amplified vertical load range (LL+IM) specified above. For modular 5 expansion joint systems installed on vertical grades in excess of five percent, 6 the horizontal component of the amplified vertical load range (LL+IM) 7 specified above shall be added to this horizontal load range. 8 9 The horizontal load for strength design shall be 20 percent of the amplified 10 vertical load (LL+IM) specified above. For modular expansion joint systems 11 installed on vertical grades in excess of five percent, the horizontal 12 component of the amplified vertical load (LL+IM) specified above shall be 13 added to this horizontal load. 14 15 Distribution of Wheel Loads 16 The following table specifies the centerbeam distribution factor as a function 17 of centerbeam top flange width. This factor is the percentage of the design 18 vertical axle load and the design horizontal axle load which shall be applied to 19 an individual centerbeam for the design of that centerbeam and its associated 20 support bars. Distribution factors shall be interpolated for centerbeam top 21 flange widths between those explicitly denoted in the table. In no case shall 22 the distribution factor be taken as less than 50%. The remainder of the load 23 shall be divided equally and applied to the two adjacent centerbeams or edge 24 beams. 25 26

Width of Centerbeam Top Flange Distribution Factor

2.5 inches 50%

3.0 inches 60%

4.0 inches 70%

4.75 inches 80%

27 Fatigue Limit State Design Requirements 28 Modular expansion joint system structural members, bolted and welded 29 splices and connections, and attachments shall be designed to resist the 30 Fatigue Limit State load combination specified in Table 3.4.1-1 of the 31 AASHTO LRFD Bridge Design Specifications. The vertical and horizontal 32 load ranges specified in the Design Axle Loads and Impact Factors 33 subsection of this Special Provision shall be applied simultaneously. These 34 loads shall be distributed as specified in the Distribution of Wheel Loads 35 subsection of this Special Provision. 36 37

The nominal stress ranges, f, at all fatigue critical details shall be obtained 38 from a structural analysis of the expansion joint system applying the design 39 vertical and horizontal load ranges specified in the Design Axle Loads and 40 Impact Factors subsection of this Special Provision and distributed as 41 specified in the Distribution of Wheel Loads subsection of this Special 42 Provision. The expansion joint system shall be analyzed with a minimum gap 43 opening corresponding to the midrange configuration (at least half of the 44

Page 261: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 261

maximum gap opening). The design axle load shall be applied as two wheel 1 loads, each having a transverse width of 20 inches. 2 3 For each detail under consideration, the wheel loads shall be positioned 4 transversely on a centerbeam to achieve the maximum nominal stress range 5 at that detail. The vertical and horizontal wheel loads shall be applied as line 6 loads to the top of the centerbeams at their centerlines. The design stress 7 range in the centerbeam-to-support bar connection shall be calculated as 8

specified below. The design nominal stress ranges, f, multiplied by the 9 appropriate load factors in Table 3.4.1-1 of the AASHTO LRFD Bridge Design 10 Specifications, shall be used for fatigue design as specified at the end of this 11 subsection. 12 13

Welded or Bolted Single-Support-Bar Systems 14

The nominal stress range, f, in the centerbeam at a welded or bolted 15 stirrup shall be the sum of the longitudinal bending stress ranges at the 16 critical section resulting from vertical and horizontal loading. The effects 17 of stresses in any load-bearing attachments such as the stirrup or yoke 18 shall not be considered when calculating the longitudinal stress range in 19 the centerbeam. For bolted single-support-bar systems, stress ranges 20 shall be calculated using the net section. 21 22

The nominal stress range, f, in the stirrup or yoke shall be calculated 23 without considering the effects of stresses in the centerbeam. The stress 24 range shall be calculated by assuming a load range in the stirrup equal to 25 30% of the total vertical reaction force between the centerbeam and the 26 support bar. The effects of horizontal loads may be neglected in the 27 design of the stirrup. 28 29 Welded Multiple-Support-Bar Systems 30 Three locations have been identified as initiation sites for fatigue cracking 31 at a centerbeam-to-support bar welded connection. The types of 32 cracking associated with these three locations are described below. The 33 corresponding equations may be used to calculate the nominal stress 34

range, f. For the support bar, either the reduced moment at the critical 35 cross section or the moment at the centerline of the connection may be 36 used in these equations. 37

38 Centerbeam Weld Toe Cracking 39 Centerbeam weld toe cracking is driven by a combination of 40 longitudinal bending stress range, SRB, in the centerbeam, and 41 vertical stress range, SRZ, at the top of the connection weld. 42 43 The longitudinal bending stress range, SRB, at the bottom of the 44 centerbeam shall be calculated as: 45

46

SRB MVcb / SXcb + MHcb / SYcb 47 48 The vertical stress range, SRZ, at the top of the connection weld shall 49 be calculated as: 50

Page 262: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 262

1

SRZ RH dcb / SWtop + RV / AWtop 2 3 Support Bar Weld Toe Cracking 4 Support bar weld toe cracking is driven by a combination of 5 longitudinal bending stress range, SRB, in the support bar and vertical 6 stress range, SRZ, at the bottom of the connection weld. 7 8 The longitudinal bending stress range, SRB, at the top of the support 9 bar shall be calculated as: 10

11

SRB MVsb / SXsb + 0.5 RH (dcb + hW + 0.5 dsb) / SXsb 12 13 The vertical stress range, SRZ, at the bottom of the connection weld 14 shall be calculated as: 15

16

SRZ RH (dcb + hW) / Swbot + RV / AWbot 17 18

Weld Throat Cracking 19 Weld throat cracking is driven by a vertical stress range at the weld 20 throat. 21 22 The vertical stress range, SRZ, at mid-height of the connection weld 23 shall be calculated as: 24

25

SRZ RV / Awmid + RH (dcb + 0.5 hW) / SWmid 26 27 In the above equations: 28 29

RV vertical reaction at the connection weld 30

RH horizontal reaction at the connection weld 31

MVcb bending moment in the centerbeam due to applied vertical forces 32

MHcb bending moment in the centerbeam due to applied horizontal 33 forces 34

MVsb bending moment in the support bar due to applied vertical forces 35

SXcb section modulus at bottom of the centerbeam about horizontal axis 36

SYcb section modulus of the centerbeam about vertical axis 37

SXsb section modulus at top of the support bar about horizontal axis 38

AWtop area of the weld at the top of the connection 39

AWmid area of the weld at the middle of the connection 40

AWbot area of the weld at the bottom of the connection 41

SWtop section modulus of the weld at the top of the connection 42

SWmid section modulus of the weld at the middle of the connection 43

SWbot section modulus of the weld at the bottom of the connection 44

hW height of the weld 45

dcb depth of the centerbeam 46

dsb depth of the support bar 47 48

Page 263: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 263

The nominal stress range, f, at welded multiple-support-bar connection 1 details shall be calculated for each case above as follows: 2

3

f (S2RB + S2

RZ)1/2 4 5 where 6

7

SRB longitudinal stress range in the centerbeam or support bar, as 8 calculated for each specific case above. 9

SRZ vertical stress range in the centerbeam-to-support bar 10 connection weld, as calculated for each specific case above. 11

12 All modular expansion joint system structural members, connections (bolted 13 and welded), splices, and attachments shall satisfy the following: 14

15

γf (ΔF)TH 16

17 where: 18

19

γ the load factor for the Fatigue I Limit State, as stipulated in 20 Table 3.4.1-1 of the AASHTO LRFD Bridge Design 21 Specification. 22

f the nominal stress range as specified at the beginning of this 23 subsection. 24

(ΔF)TH constant amplitude fatigue threshold (CAFL) as specified in 25

the Fatigue Resistance Characterization Requirements 26 subsection of this Special Provision. 27

28 Fatigue Resistance Characterization Requirements 29 The fatigue resistance of all details shall be characterized in terms of the 30 detail categories specified in Table 6.6.1.2.5-1 of the AASHTO LRFD Bridge 31 Design Specifications, current edition and latest interims. Many details 32 composing modular expansion joint systems may clearly correspond to 33 specific structural details depicted in Figure 6.6.1.2.3-1 of the AASHTO LRFD 34 Bridge Design Specifications, current edition and latest interims. In these 35 cases, the applicable fatigue categories specified in Table 6.6.1.2.3-1 may be 36 used for design. In cases where the Engineer establishes that a detail does 37 not clearly correspond to a structural detail depicted in Figure 6.6.1.2.3-1, 38 fatigue testing of specimens exhibiting that detail shall be conducted, in 39 accordance with the Fatigue Testing of Metallic Structural Components 40 and Connections, Durability Testing of Elastomeric Support Bearings, 41 Fatigue Testing Laboratory and Fatigue Testing Reference subsections of 42 this Special Provision, to establish the appropriate constant amplitude fatigue 43 limit (CAFL) for that detail. 44 45 Strength I Limit State Design Requirements 46 Modular expansion joint system structural steel members, connections (bolted 47 and welded), splices, and attachments shall be designed to resist the Strength 48 I Limit State load combination specified in Table 3.4.1-1 of the AASHTO 49 LRFD Bridge Design Specifications, current edition and latest interims. The 50

Page 264: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 264

vertical and horizontal loads specified in Design Axle Loads and Impact 1 Factors subsection of this Special Provision shall be applied simultaneously. 2 These loads shall be distributed as specified in the Distribution of Wheel 3 Loads subsection of this Special Provision. 4 5 Design Reference 6 Provisions contained in Design Axle Loads and Impact Factors, 7 Distribution of Wheel Loads, Fatigue Limit State Design Requirements, 8 Fatigue Resistance of Details, and Strength I Limit State Design 9 Requirements subsections of this Special Provision have been developed 10 from research summarized in National Cooperative Highway Research 11 Program Report 402 "Fatigue Design of Modular Bridge Expansion Joints", 12 National Academy Press, Washington DC, 1997. 13 14 Fatigue Testing of Metallic Structural Components and Connections 15

Methodology 16 This test procedure is acceptable for, and specifically applicable to, 17 establishing the fatigue resistance of the centerbeam-to-support bar 18 connection in modular expansion joint systems. It is applicable to single-19 support-bar and multiple-support-bar systems having either welded or 20 bolted centerbeam-to-support bar connections. The same methodology 21 may be applied to establish the fatigue resistance of other modular 22 expansion joint metallic structural component details, including 23 centerbeam splices. 24 25 Each fatigue test generates a discrete datum. Each datum comprises an 26 applied constant amplitude nominal stress range, Sr, and the 27 corresponding number of cycles, N, associated with either a 28 predetermined extent of crack propagation, defined as failure, or with 29 termination of the test, defined as runout. Ten data shall be acquired for 30 each connection detail. All data shall be in the very long life range, 31 corresponding as closely to the constant amplitude fatigue limit (CAFL) as 32 practical. Specifically, the number of cycles, N, associated with each 33 datum, shall be no less than one order of magnitude less than Nmin 34 corresponding to the detail category specific CAFL specified in the 35 Interpretation of Fatigue Test Data subsection of this Special Provision. 36 For example, to characterize a detail as Detail Category C, the tested 37 number of cycles, N, shall exceed 4.4 x 105 for each datum. 38 39 The constant amplitude nominal stress range shall be calculated at the 40 anticipated initiation location of an incipient crack. Nominal stresses shall 41 be calculated using conventional equations for analyzing bending and 42 axial load. These equations are essentially the same as those used in 43 strength design. The stress concentration effects of a weld, bolt hole, or 44 other local features are not explicitly embodied in the conventional 45 nominal stress equations. 46 47 The appropriate AASHTO detail category applicable to fatigue design 48 shall be established by comparing acquired test data to fatigue resistance 49 graphs representing the AASHTO detail categories. The constant 50 amplitude fatigue limit (CAFL) applicable to fatigue design corresponds to 51

Page 265: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 265

the AASHTO detail category fatigue resistance graph representing a 1 lower bound of the experimentally acquired data. 2 3 When testing is conducted exclusively in the infinite life regime and more 4 stringent test data scatter requirements are satisfied, a unique CAFL 5 (different from those CAFL corresponding to specific detail categories 6 specified by AASHTO) may be established for fatigue design. 7 8 Specimens 9 Specimens selected for testing shall be full-scale centerbeam and 10 support bar assemblies or subassemblies representative of those 11 installed in field applications. A subassembly is defined as a specimen 12 having the same physical and geometric properties as an assembly but 13 having a reduced number of centerbeams. 14 15 Each specimen shall consist of three continuous centerbeam spans over 16 four equally spaced support bars. Centerbeam spans between adjacent 17 support bar centerlines shall be a minimum of 3'-0" and a maximum of 4'-18 6". Support bar spans shall be a minimum of 3'-0" and a maximum of 3'-19 8". The centerbeam-to-support bar connection being tested shall be 20 located at the midspan of each support bar. 21 22 Any welded or bolted attachments used to secure equidistant springs to a 23 support bar, centerbeam, or stirrup shall be fabricated as an integral part 24 of the specimen. A rigid load path to the test fixture shall be provided to 25 resist any horizontal forces or displacements which would normally be 26 resisted through these attachments in a field installation. Any 27 miscellaneous welded or bolted attachments, including welded 28 attachments used to secure the expansion joint strip seals to the 29 centerbeams, shall also be fabricated as integral parts of the specimen. 30 31 Support bars of subassembly specimens that are components of single-32 support-bar swivel-joist type modular expansion joint systems shall be 33 oriented perpendicular to the longitudinal axis of the centerbeam. 34 35 Prior to testing, each specimen shall be visually inspected for any 36 defects, loose fasteners or other aberrations which could plausibly affect 37 the tested fatigue resistance. Defects and flaws shall be defined in 38 accordance with the appropriate governing specification (ASTM A-6, 39 AWS D1.5, etc.). Data acquired from specimens containing such 40 anomalies shall not be excluded from consideration except as permitted 41 in the Finite Life Regime Testing subsection of this Special Provision. 42 Any observed anomaly shall also be reported with its corresponding data 43 in the tabular format stipulated in the Data Reporting for Fatigue Tests 44 subsection of this Special Provision. 45 46 Instrumentation 47 Each specimen shall be sufficiently instrumented to measure the static 48 nominal strain range within that specimen for a specific applied load 49 range. Best results can generally be obtained when the applied load 50 range for the static calibration tests does not pass through zero load. 51

Page 266: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 266

Strain measurements shall be made at locations sufficiently distant from 1 local effects, such as weld toes or bolt holes, which could significantly 2 influence acquired test data. 3 4 As a minimum, eight strain gages shall be installed on the centerbeam 5 top flange in the vicinity of each centerbeam-to-support bar connection. 6 These gages shall be installed in pairs on each side of the connection at 7 distances of one and two times the depth of the centerbeam from the 8 centerline of the connection. Each pair of strain gages shall be located 9 symmetrically about the centerline of the centerbeam. As a minimum, 10 two strain gages shall also be installed on the support bar bottom flange 11 in the vicinity of each centerbeam-to-support bar connection. One of 12 these strain gages shall be installed on each side of the connection at a 13 distance equal to the depth of the support bar from the centerline of the 14 connection. These strain gages shall be installed along the centerline of 15 the support bar. 16 17 Test Fixtures 18 Test fixtures shall have the capability to adequately support and secure 19 the specimen throughout the duration of the test. The fixture shall be 20 designed and fabricated to such tolerances as required to assure that 21 additional stresses will not be generated in the specimen as a 22 consequence of fixture misalignment. Mismatches resulting from 23 specimen fabrication errors shall be accommodated by shimming or other 24 such means precluding the application of force to the specimen. 25 26 Typical elastomeric bearings and springs used to transfer vertical loads 27 from the support bars to the support boxes may be replaced with steel 28 bearings in the test fixture. This modification will enable fatigue testing at 29 higher load ranges and different frequencies than those encountered 30 during normal service conditions. 31 32 Load shall be applied through two 10 inch long patches. Each patch shall 33 typically comprise a steel plate and a hard rubber bearing pad placed in 34 contact with the bottom flange of the centerbeam. Each patch shall be 35 located at midspan of each outer span. 36 37 In order to assure adequate seating of the specimen to the test fixture, a 38 minimum of 10 kips shall be applied at each patch location. This 39 requirement is waived for tests of single support bar systems conducted 40 using load reversal. Once this load has been applied, all strain 41 measuring devices shall be rebalanced to zero strain while the preload is 42 maintained. An additional load approximately equivalent to the calculated 43 load range shall be applied. Strain ranges shall be measured for the load 44 range from 10 kips to the peak load. Each static calibration test shall be 45 repeated three times while still maintaining a minimum 10 kips load at 46 each load patch. The measured strain ranges from each repetition 47 should vary by no more than 25% from the mean value. If the stress 48 ranges are not repeatable, appropriate modifications shall be made to the 49 test fixture. 50 51

Page 267: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 267

Static Calibration Test 1 Prior to any fatigue resistance testing, a static calibration test shall be 2 performed in order to validate the structural analysis model. The static 3 calibration test shall be performed after attainment of stress range 4 repeatability as described in the Test Fixtures subsection of this Special 5 Provision. The structural analysis model shall be considered validated 6

when calculated strain ranges are within 25% of the measured strain 7 ranges at every strain gage location. 8 9 For the purpose of reporting nominal fatigue resistance stress ranges at 10 specific details, stress ranges determined through structural analysis of 11 the model shall be preferred over stress ranges acquired directly from 12 test measurements. 13 14 Fatigue Test Procedure 15 A minimum of ten data points shall be required to establish the fatigue 16 resistance of each detail. The centerbeam-to-support bar connection 17 shall be considered as a single detail. 18 19 Several data points may be obtained from a single specimen by repairing 20 the cracked sections of that specimen and resuming testing. Such 21 repairs shall have minimal effect on the stress ranges at unfailed details 22 still being tested. Data points derived from tests in which a repaired detail 23 cracks again shall be discarded. 24 25 All data shall be in the very long life range, corresponding as closely to 26 the constant amplitude fatigue limit as practical, but in no case less than 27 200,000 cycles. Either finite life regime or infinite life regime testing may 28 be conducted. For infinite life regime testing, the number of cycles, N, 29 associated with each of the ten data shall be at least twice the number of 30 cycles, Nmin, designated in the table in the Interpretation of Fatigue 31 Test Data subsection of this Special Provision. 32 33 Loads shall be applied using hydraulic actuators or other similar loading 34

devices. The magnitude of the vertical load range, Pv, shall be 35 maintained and continuously monitored throughout the duration of the 36 test. Vertical and horizontal load ranges shall be applied to the specimen 37 simultaneously. The horizontal load range shall always be equal to 20% 38

of the vertical load range, Pv. This horizontal-to-vertical load ratio may 39 be maintained by inclining the specimen 11.3 degrees with respect to the 40 horizontal plane and applying load through vertically oriented actuators. 41 42 For multiple support bar systems, the loading mechanism shall be either 43 exclusively tension or exclusively compression and shall be applied at a 44 constant amplitude at any desired frequency. The applied load range 45 shall be in a direction such that the reaction force between the 46 centerbeam and support bar is always tensile. The load range shall not 47 pass through zero load. Minimum preload shall be maintained throughout 48 the duration of the test. 49 50

Page 268: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 268

Single support bar systems may be loaded using the same procedures as 1 those for multiple support bar systems. If premature stirrup failure 2 occurs, an applied load range of 70% compression and 30% tension may 3 be used. 4 5 The load ranges used in the test shall not be so large as to alter the 6 observed failure mode from that which would be observed under service 7 conditions. Under no circumstance shall imposed stress exceed the yield 8 stress of the material in any portion of the specimen. Each specimen 9 shall be tested using at least two different load (stress) ranges. 10 11 If infinite life regime testing is conducted, the first load range should be 12 chosen so that the applied stress range is just above the postulated 13 CAFL. The load range in the subsequent test shall be decreased if failure 14 resulted and increased if the test resulted in a runout. A suggested 15 increment in load is such that the stress range is increased or decreased 16 by 2 ksi. The applicable CAFL shall be selected from those CAFL values 17 corresponding to the AASHTO fatigue categories. The selected CAFL is 18 the one just below the lowest stress range that resulted in cracking. 19 20 Fatigue Test Failure Criteria 21

Welded Centerbeam-to-Support Bar Connections 22 Centerbeam weld toe cracking originates at or near the centerbeam 23 weld toe, propagates up into the centerbeam at some angle, and 24 grows back over the connection. These cracks typically grow at an 25 angle of about 45 degrees. A specimen shall be considered as failed 26 due to this type of cracking when the crack has grown on any vertical 27 face a length from the point of origin equal to half of the centerbeam 28 depth. 29 30 Support bar weld toe cracking originates at or near the support bar 31 weld toe, propagates down into the support bar, and grows back 32 under the connection at some angle, typically about 45 degrees. A 33 specimen shall be considered as failed due to this type of cracking 34 when the crack has grown on any vertical support bar face a length 35 from the point of origin equal to half of the depth of the support bar. 36 37 Weld throat cracking originates in the weld throat and typically grows 38 in a plane parallel to the longitudinal axis of the support bar at about 39 mid-depth of the weld throat. A specimen shall be considered as 40 failed due to this type of cracking when a complete fracture of the 41 weld throat has occurred. These cracks have been observed to turn 42 down into the support bar, but only after significant growth. In such 43 instances, the criteria for support bar weld toe cracking shall be 44 applied. 45 46 Welded Stirrup Connections 47 A specimen shall be considered as failed when cracks result in the 48 complete fracture of any stirrup leg or when cracks originating at or 49 near a stirrup weld have grown into any face of the centerbeam a 50

Page 269: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 269

length from the stirrup weld toe equal to half of the centerbeam 1 depth. 2 3 Bolted Centerbeam-to-Support Bar Connections 4 A specimen shall be considered as failed when: 5

6 1. Fatigue cracks which have grown out of a bolt hole have 7

resulted in the complete fracture of the tension flange of the 8 centerbeam. 9

10 2. Fatigue cracks which have grown out of a bolt hole have 11

extended into any face of the centerbeam web a distance 12 equivalent to half of the centerbeam depth less the 13 centerbeam flange thickness. 14

15 3. Any portion of a stirrup fractures completely. 16 17 4. Any single bolt fractures completely. 18

19 Alternate Criteria for Termination of a Finite Life Regime Fatigue 20 Test 21 A test may also be terminated when, for a given stress range, the 22 specimen has survived the number of cycles required to plot the data 23 above either a particular fatigue resistance curve or the maximum 24 permitted in the Finite Life Regime Testing subsection of this Special 25 Provision. For example, if the applied stress range is 17 ksi and the 26 desired fatigue resistance curve is Category C, then based upon the 27 equation presented in the Interpretation of Fatigue Test Data 28 subsection of this Special Provision, the test may be terminated after 29 application of about 900,000 cycles provided that the specimen has not 30 failed based on the above described criteria. 31 32 Nominal Stress Range Calculation 33

Welded Centerbeam-to-Support Bar Systems 34 The nominal stress range for centerbeam weld toe cracking shall be 35 calculated by taking the square root of the sum of the squares of the 36 longitudinal bending stress range in the centerbeam and the vertical 37 stress range at the top of the weld. 38 39 The nominal stress range for support bar weld toe cracking shall be 40 calculated by taking the square root of the sum of the squares of the 41 longitudinal bending stress range in the support bar and the vertical 42 stress range at the bottom of the weld. 43 44 The nominal stress range for weld throat cracking shall be the 45 calculated vertical stress range in the throat of the weld. 46 47 The nominal stress range in the centerbeam at a welded stirrup shall 48 be calculated as the summation of the longitudinal bending stress 49 ranges at the critical section resulting from vertical and horizontal 50 loading. The entire load range shall be used in the calculation, even 51

Page 270: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 270

if the loading is partly in compression. The effects of stresses in any 1 load-bearing attachments such as the stirrup or yoke shall not be 2 considered when calculating the nominal stress range in the 3 centerbeam. 4 5 The load range in the stirrup itself shall be taken as 30% of the total 6 vertical load range carried through the connection. The effect of 7 horizontal forces may be neglected. 8 9 Bolted Centerbeam-to-Support Bar Systems 10 The nominal stress range in the centerbeam shall be taken as the 11 summation of the longitudinal bending stress ranges in the 12 centerbeam resulting from vertical and horizontal loading. Nominal 13 stress ranges shall be calculated using the net section. The effects 14 of stresses in the stirrup shall not be considered when calculating the 15 nominal stress range in the centerbeam. 16 17 The nominal load range in the bolt group and the stirrup assembly 18 shall be taken as 30% of the total vertical load range carried through 19 the connection. The effect of horizontal forces may be neglected. 20 21

Interpretation of Fatigue Test Data 22 The experimentally acquired data and graphs representing the fatigue 23 resistance of the detail categories delineated in Section 6.6 of the 24 AASHTO LRFD Bridge Design Specifications, current edition and latest 25 interims, shall be juxtaposed on a log-log scale. The equation 26 representing the finite life fatigue resistance of these AASHTO detail 27 categories is: 28

29

N A / S3r,eff 30

31 where: 32

33

N number of cycles to failure. 34

Sr,eff nominal effective stress range representing fatigue resistance. 35

A constant defined in Table 6.6.1.2.5-1 of the AASHTO LRFD 36 Bridge Design Specifications, current edition and latest 37 interims. 38

39 The minimum number of cycles associated with infinite fatigue life, Nmin, 40 and the corresponding constant amplitude fatigue limit (CAFL) for each 41 AASHTO detail category is designated in the table below. 42 43

Detail Category Nmin (infinite fatigue life) CAFL(ksi)

A 1.8 x 106 cycles 24

B 3.0 x 106 cycles 16

B' 3.5 x 106 cycles 12

C 4.4 x 106 cycles 10

C' 2.5 x 106 cycles 12

D 6.4 x 106 cycles 7.0

Page 271: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 271

E 1.2 x 107 cycles 4.5

E' 2.2 x 107 cycles 2.6

1 Finite Life Regime Testing 2 The number of cycles, N, to either failure or runout, associated with 3 each of the ten data need not exceed Nmin, designated in the table in 4 the Interpretation of Fatigue Test Data subsection of this Special 5 Provision. 6 7 The detail category applicable to fatigue design shall be that 8 corresponding to the highest of the AASHTO detail category fatigue 9 resistance graphs representing a lower bound of all ten 10 experimentally acquired data. 11 12 If all but one datum falls above a selected AASHTO S-N curve, that 13 one datum may be discarded and replaced by three new data 14 obtained through additional testing. The additional testing shall be 15 conducted using the same stress range as that of the discarded 16 datum. The three additional data shall be plotted along with the 17 remaining nine data. The applicable detail category shall be that 18 corresponding to the highest of the AASHTO detail category fatigue 19 resistance graphs representing a lower bound of all twelve data, 20 except as limited in the previous table. For any detail, only one 21 datum may be discarded and subsequently replaced with three 22 additional data for any set of ten original data. 23 24 The maximum fatigue resistance of any detail shall not exceed that 25 associated with the fatigue category prescribed in the table below. 26 27

Type of Detail Maximum Permitted Category

Welded Multiple Centerbeam-to-Support Bar Connections

C

Weld Stirrup Attachments for Single Support Bar Systems

B

Bolted Stirrup Attachments for Single Support Bar Systems

D

Groove Welded Centerbeam Splices1 C

Miscellaneous Welded Connections2 C

Miscellaneous Bolted Connections D

28 Footnotes: 29 1. Groove welded full penetration splices may be increased to Category B if weld 30 integrity is verified using non-destructive testing (NDT). 31 2. Miscellaneous connections include attachments for equidistant devices. 32 33

The fatigue resistance for stirrups welded to a centerbeam flange 34 shall not be taken greater than that defined using the fatigue details 35 defined in Section 6.6 of the AASHTO LRFD Bridge Design 36 Specifications, current edition and latest interims. The applicable 37

Page 272: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 272

fatigue detail for the centerbeam flange and for the stirrup shall be 1 either a "Longitudinally Loaded Groove-Welded Attachment" or a 2 "Longitudinally Loaded Fillet-Welded Attachment", depending upon 3 the type of connection used. 4 5 Infinite Life Regime Testing 6 The applicable constant amplitude fatigue limit (CAFL) for fatigue 7 design may be selected as the highest CAFL of the AASHTO detail 8 categories representing a lower bound to the experimentally 9 acquired data. The CAFL of the AASHTO detail categories are 10 designated in the table in the Interpretation of Fatigue Test Data 11 subsection of this Special Provision. 12 13 A unique CAFL (different from the CAFL categories delineated in 14 Section 6.6 of the AASHTO LRFD Bridge Design Specifications, 15 current edition and latest interims) may be established if all ten data 16 are within 4 ksi of that unique CAFL. 17

18 Data Reporting for Fatigue Tests 19 Fatigue test results and observations shall be reported in the typical S-N 20 format (logarithm (S) vs. logarithm (N)) with the log of the stress range 21 plotted as the ordinate (y-axis). Additionally, the data shall be reported in 22 tabular format. The table shall contain the following information: 23

24 1. Nominal stress range at the specific detail, Sr,eff. 25 26 2. Applied load range for each patch. 27 28 3. Number of cycles at initial observation of cracking (for reporting 29

purposes only, not included as S-N data). 30 31 4. Number of cycles at failure or termination of the test, N, and the 32

reason for stopping the test (failure or termination). 33 34 5. Type of crack as described in the Fatigue Test Failure Criteria 35

subsection of this Special Provision. A detailed description of 36 the fatigue crack shall be provided if the observed crack does 37 not resemble any of the crack types described in the Fatigue 38 Test Failure Criteria subsection of this Special Provision. 39

40 The following information shall also be reported: 41

42 1. Expansion joint system type and manufacturer. 43 44 2. Drawings depicting shape, size, and dimensions of the 45

specimen. 46 47 3. Drawings depicting fixture details, including specimen 48

orientation. 49 50

Page 273: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 273

4. Section properties and dimensions of the centerbeam and 1 support bar. 2

3 5. Centerbeam-to-support bar connection details: 4

5 a. Weld procedure specifications for welded expansion joint 6

systems. 7 8 b. Bolt size, material specifications, location, and method of 9

tightening for bolted expansion joint systems. 10 11 Durability Testing of Elastomeric Support Bearings 12 This subsection provides guidelines for durability testing of the elastomeric 13 support bearings typically used in modular expansion joint systems. It is not 14 applicable to compression springs, equidistant springs, or other elastomeric 15 components. 16 17 Tests shall be performed dynamically on individual bearings. Fatigue life is 18 evaluated by applying a displacement range to each specimen rather than a 19 load or stress range. 20 21 Specimens shall comprise full scale bearing components representative of 22 those installed in field applications. PTFE sliding surfaces or materials 23 typically bonded to the elastomeric support bearings shall be fabricated as an 24 integral part of the specimen. 25 26 Prior to testing, each specimen shall be visually inspected for any flaws or 27 defects that could plausibly affect fatigue resistance. Any flaws or details 28 shall be defined and recorded. Data obtained from specimens containing 29 such anomalies shall not be excluded from the data set. Observed anomalies 30 shall also be reported with the test data. 31 32 Test fixtures shall have the capability to adequately support and secure the 33 specimen throughout the duration of the test. The fixture shall be designed 34 and fabricated to such tolerances as required to assure that additional 35 stresses will not be generated in the specimen as a consequence of fixture 36 misalignment. 37 38 Loads shall be applied through hydraulic actuators or other similar loading 39 devices. Fatigue testing shall be performed using displacement control. 40 Displacement and load ranges shall be continuously monitored throughout the 41 duration of the fatigue test to assure that desired displacement range and 42 minimum preload are maintained. 43 44 Load shall be applied to the specimen through flat steel plates that are 45 smooth and free of surface corrosion. These plates shall be sufficiently thick 46 to assure even load distribution to the specimen. 47 48

Dynamic Stiffness Test 49 Testing shall be conducted on each specimen to be subjected to fatigue 50 testing in order to establish its dynamic stiffness for at least three different 51

Page 274: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 274

loading frequencies. The maximum of these loading frequencies shall be 1 equal to the service load frequency corresponding to a vehicle traveling at 2 60 mph. The loading frequency, f, shall be calculated as: 3

4

f 0.5 V / (g + b) 5 6 where 7

8

V vehicle speed (60 mph at service load) 9

g centerbeam gap (assume mid-range configuration) 10

b centerbeam width 11 12 The load range applied during the dynamic stiffness test shall be that 13 obtained from structural analysis using fatigue wheel load and wheel load 14 distribution factors as specified in the Design Axle Loads and Impact 15 Factors and Distribution of Wheel Loads subsections of this Special 16 Provision. 17 18 Each dynamic stiffness test shall be performed three times. Data from 19 individual tests shall be compared to assure consistency of test results. 20 21 Bearing Fatigue Test 22 A minimum of three fatigue tests shall be required to establish the 23 durability of each type of bearing. 24 25 The fatigue test shall be conducted using displacement control. The 26 displacement (strain) range shall be applied using a sine or other smooth 27 waveform at any frequency less than or equal to the service load 28 frequency calculated in the Dynamic Stiffness Test subsection of this 29 Special Provision. The magnitude of the applied displacement amplitude, 30

, shall be calculated as: 31 32

RV / K 33 34 where 35

36

Rv vertical reaction force at the support bearing as obtained from 37 structural analysis 38

K dynamic stiffness of the support bearing as determined in the 39 Dynamic Stiffness Test subsection of this Special Provision 40

41 A minimum precompression strain shall be maintained in the specimen 42 throughout the duration of the test. This precompression strain shall be 43 approximately equal to that present in a support bearing in a field 44 installation. The magnitude of the applied cyclic strain shall be at least 45 equal to the precompression strain. 46 47 The minimum and maximum dynamic load shall be recorded at the 48 beginning of the test. The minimum and maximum dynamic load shall be 49 monitored and periodically recorded throughout the duration of the test. 50

Page 275: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 275

1 At the end of each applied displacement cycle, the displacement shall be 2 held at the precompression level for no less than one half of the period of 3 loading in order to facilitate heat dissipation. Artificial air flow devices 4 (electrical fans) may be used to assist heat dissipation. Excessive heat 5 generation will adversely affect the tested fatigue life. 6 7 A specimen shall be accepted as having passed the fatigue test criteria 8 after withstanding 2 million cycles of loading without failure. 9 10 The following criteria shall constitute failure: 11

12 1. The elastomeric material exhibits excessive deterioration or 13

cracking. 14 15 2. The measured minimum dynamic load falls to 30% of the initial 16

dynamic load recorded at test initiation. 17 18 3. The measured dynamic load range decreases to half of the 19

initial dynamic load range recorded at test initiation. 20 21

Data Reporting for Bearing Fatigue Test 22 Data shall be reported in tabular format and shall contain the 23 following information for each specimen tested: 24

25 1. Minimum (precompression) strain, maximum strain, 26

displacement, and load at test initiation. 27 28 2. Type of loading impulse (sine wave, ramp, etc.). 29 30 3. Number of cycles at initial observation of distress leading to 31

failure (for reporting purposes only, not to be included in the 32 data). 33

34 4. Number of cycles at failure. 35 36 5. A description of the mode of failure. 37

38 The following data shall also be reported for each specimen tested: 39

40 1. Bearing type and manufacturer. 41 42 2. Drawings depicting shape, size, and dimensions of the 43

specimen including any PTFE sliding surfaces or materials 44 bonded to the specimen. 45

46 3. Drawings depicting fixture details, including specimen 47

orientation. 48 49

Page 276: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 276

Fatigue Testing Laboratory 1 Fatigue testing shall be performed by an independent testing laboratory. The 2 following individuals have stated that they have access to facilities capable of 3 performing the fatigue testing: 4

5 1. Prof. Charles W. Roeder 6

Department of Civil Engineering 7 233B More Hall 8 University of Washington 9 Seattle, WA 10 Tel: (206) 543-6199 11 Fax: (206) 543-1543 12

13 2. Dr. John W. Fisher 14

ATLSS Research Center 15 Lehigh University 16 117 ATLSS Drive 17 Bethlehem, PA 18015-4793 18 Tel: (215) 758-3535 19 Fax: (215) 758-5553 20 21

3. Robert J. Conner/Mark D. Bowman 22 Bowen Laboratory 23 Purdue University 24 1040 S. River Road 25 West Lafayette, IN 47907-2101 26 Tel: (765) 496-8272 27 Fax: (765) 494-9886 28

29 Fatigue Testing Reference 30 Provisions contained in the Fatigue Testing of Metallic Structural 31 Components and Connections and Durability Testing of Elastomeric 32 Support Bearings subsections of this Special Provision have been 33 developed from research summarized in National Cooperative Highway 34 Research Program Report 402 "Fatigue Design of Modular Bridge Expansion 35 Joints", National Academy Press, Washington DC, 1997. 36 37 General Fabrication Requirements 38 The expansion joint systems shall be fabricated consistent with the details, 39 dimensions, material specifications, and procedures delineated in the shop 40 plans. All fabrication procedures shall be in conformance with the Standard 41 Specifications and the Special Provisions. 42 43 All expansion joint systems shall be fabricated by the same manufacturer. 44 45 Metallic attachments used to secure elastomeric seals to the centerbeams, if 46 welded to the centerbeams and edge beams, shall be welded continuously 47 along both their top and bottom edges. 48 49

Page 277: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 277

PTFE Sliding Surfaces 1 All PTFE shall be bonded under controlled conditions and in strict accordance 2 with written instructions provided by the PTFE manufacturer. 3 4 All PTFE surfaces shall be smooth and free of bubbles after completion of 5 bonding operations. 6 7 Stainless Steel Sliding Surfaces 8 All stainless steel sliding surfaces in contact with PTFE shall be polished to a 9 Number 8 mirror finish. 10 11 Each stainless steel sheet shall be welded to the steel backing plate in 12 accordance with current AWS specifications. The stainless steel sheet shall 13 be clamped to provide full contact with the steel backing plate during welding. 14 The welds shall not protrude above the sliding surface of the stainless steel 15 sheet. 16 17 Corrosion Protection 18 All steel surfaces, except those surfaces beneath stainless steel sheet, those 19 to be bonded to PTFE, or those in direct contact with strip seals, shall be 20 protected against corrosion by one of the following methods: 21

22 1. Zinc metallized in accordance with Section 6-07.3 as supplemented 23

in these Special Provisions. 24 25 2. Hot-dip galvanized in accordance with AASHTO M 111. 26 27 3. Painted in accordance with Section 6-03.3(30) as supplemented in 28

these Special Provisions. The color of the final coat shall be 29 Washington Gray. The surfaces embedded in concrete shall be 30 painted only with a shop coat of inorganic zinc silicate paint. 31

32 Inspection 33 Each expansion joint system shall be subjected to and shall pass three levels 34 of inspection in order to be accepted. These three levels are Quality Control 35 Inspection, Quality Assurance Inspection, and Final Inspection. The 36 manufacturer shall provide both Quality Control Inspection and Quality 37 Assurance Inspection. The Contractor shall provide access to the Engineer 38 for the Final Inspection. 39

40 Quality Control Inspection 41 Quality control inspection shall be provided by the manufacturer on a full 42 time basis during the fabrication process of all major components to 43 assure that the materials and workmanship meet or exceed the minimum 44 requirements of the contract. Quality control inspection shall be 45 performed by an entity having a line of responsibility distinctly different 46 from that of the manufacturer's fabrication department. 47 48 Quality Assurance Inspection 49 Quality assurance inspection shall be performed by an independent 50 inspection agency provided by the manufacturer. Quality assurance 51

Page 278: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 278

inspection is not required to be full time inspection, but shall be performed 1 during all phases of the manufacturing process. 2 3 Final Inspection 4 Final inspection of each expansion joint system will be performed by the 5 Engineer at the job site immediately prior to installation. The Contractor 6 shall provide an accessible work area for this inspection. During final 7 inspection, the Engineer will inspect each expansion joint system for 8 proper alignment, complete bond between expansion joint strip seals and 9 steel components, and proper steel stud placement. 10 11 There shall be no bends or kinks in the steel components, except as 12 required to follow bridge deck grades and as specifically detailed on the 13 shop plans. Straightening of unintended bends or kinks will not be 14 permitted. Any expansion joint system exhibiting bends or kinks, other 15 than those shown on the shop plans, shall be removed from the job site 16 and replaced with a new expansion joint system at the expense of the 17 Contractor. Expansion joint strip seals not fully bonded to the steel shall 18 be fully bonded at the expense of the Contractor. 19 20 Studs will be visually inspected and will be struck lightly with a hammer. 21 Any stud which does not have a complete end weld or does not emit 22 tintinnabulation when struck lightly with a hammer shall be replaced. Any 23 stud located more than one inch, in any direction, from the location 24 specified on the shop plans shall be carefully removed and a new stud 25 shall be welded in the proper location. All stud replacements shall be at 26 the expense of the Contractor. 27

28 Acceptance 29 Each expansion joint system shall pass all three levels of inspection 30 delineated in the Inspection subsection of this Special Provision to qualify for 31 acceptance. Any expansion joint system which fails any one of the three 32 levels of inspection shall be replaced or repaired at no expense to the 33 Contracting Agency and to the satisfaction of the Engineer. Any proposed 34 remedial procedures shall be submitted as Type 2E Working Drawings. 35 36 The Contractor shall ascertain that the manufacturer has met the fatigue 37 resistance characterization and prequalification requirements of the 38 Acceptable Manufacturers and all Submittals subsections of this Special 39 Provision applicable to the specific expansion joint system being installed. 40 The Contractor shall be responsible for any additional costs and/or time 41 delays associated with selection of an alternative expansion joint system 42 incurred as a result of noncompliance with these requirements, including the 43 failure of the manufacturer to retest revised details or material substitutions of 44 a previously prequalified system. 45 46 Shipping and Handling 47 The expansion joint system shall be delivered to the job site and stored in 48 accordance with the manufacturer's shop plans. 49 50

Page 279: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 279

Lifting mechanisms, temperature adjustment devices, and temporary 1 anchorages shall not be welded to the centerbeams or edge beams. 2 3 Damage to the expansion joint system during shipping or handling shall be 4 just cause for rejection of the expansion joint system. 5 6 Damage to the corrosion protection system shall be repaired to the 7 satisfaction of the Engineer. 8 9 Pre-Installation Conference 10 A pre-installation conference shall be held 5 to 10-working days before the 11 scheduled installation of the modular expansion joint assembly. The purpose 12 of the conference shall be to discuss construction procedures, personnel, 13 equipment to be used, methods to address congestion surrounding the 14 assembly due to bridge deck steel reinforcing bars, expansion joint assembly 15 supports and construction aids, and concrete placement and consolidation 16 operations, including specific placement and consolidation surrounding the 17 assembly support boxes. Those attending shall include, at a minimum, the 18 superintendent, foremen in charge of erecting the joint assembly and placing 19 the concrete encapsulating the assembly, and representatives from the 20 modular expansion joint assembly manufacturer. 21 22 If the project includes more than one modular expansion joint assembly, and if 23 the Contractor’s key personnel change between installation operations, or at 24 the request of the Engineer, additional conferences shall be held before each 25 modular expansion joint assembly installation. 26 27 Installation 28 A qualified installation technician shall be present at the job site to assure 29 proper installation of each expansion joint system. This technician shall be a 30 full time employee of the manufacturer of the specific expansion joint system 31 being installed. The Contractor shall comply with all recommendations made 32 by the expansion joint manufacturer's installation technician. Each expansion 33 joint system manufacturer's installation technician shall certify to the Engineer 34 that the manufacturer recommended installation procedures were followed. 35 All certifications to the Engineer shall be in writing and shall be signed and 36 dated by the manufacturer's installation technician. 37 38 Each expansion joint system shall be installed in strict accordance with the 39 manufacturer's shop plans as stipulated in the Shop Drawings and Design 40 Calculations Submittal subsection of this Special Provision and the 41 recommendations of the manufacturer's installation technician. All 42 centerbeam welded field splices shall be performed by a certified welder 43 under the direct supervision of the manufacturer’s qualified installation 44 technician as specified above. The weld procedure shall have been 45 submitted by the manufacturer and accepted in accordance with the Shop 46 Drawings and Design Calculations Submittal subsection of this Special 47 Provision. The welder shall have been trained and certified for performing 48 those specific welds in accordance with the current AASHTO/AWS D1.5 49 Bridge Welding Code. 50 51

Page 280: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 280

Each permanently installed expansion joint system shall match exactly the 1 finished bridge deck profile and grades. 2 3 The Contractor shall exercise care at all times to protect each expansion joint 4 system from damage. The Contractor shall protect concrete blockouts and 5 supporting systems from damage and construction traffic prior to installation 6 of the expansion joint systems. After installation, construction loads shall not 7 be allowed on the expansion joint systems. The Contractor shall submit a 8 Type 2 Working Drawing consisting of a proposed method of bridging over 9 each expansion joint system to accommodate any construction traffic. 10 11 Each expansion joint system shall be set to a gap width corresponding to the 12 ambient temperature at the time of setting. This information is specified in the 13 Plans and shall also be specified on the shop plans. Any mechanical devices 14 supplied by the joint system manufacturer, for the purpose of setting the 15 expansion joint system to the proper gap width, will remain the property of the 16 manufacturer. When no longer required, the devices shall be returned to the 17 manufacturer. 18 19 All forms and debris that may impede movement of the expansion joint 20 systems shall be removed. 21 22 Each expansion joint system shall be tested for watertightness after 23 installation. The Contractor shall flood each completely installed expansion 24 joint system with water to a minimum depth of three inches for a duration of at 25 least one hour. If leakage is observed, the expansion joint system shall be 26 repaired to the satisfaction of the Engineer at the Contractor's expense. The 27 repair procedure shall be prepared by the expansion joint system 28 manufacturer and shall be submitted as a Type 2 Working Drawing. After 29 repairs are completed, the expansion joint shall be retested for leakage. 30

31 6-02.3(13).OPT7.GB6 32

Expansion Joint Modification 33 34 6-02.3(13).OPT7(B).GB6 35

(April 6, 2015) 36 Expansion Joint Demolition Plan 37 The Contractor shall submit Type 2 Working Drawings showing the method of 38 removing the specified portions of the existing bridge expansion joints. The 39 Working Drawings shall show the sequence of demolition and removal, the 40 type of equipment to be used in all demolition and removal operations, and 41 details of the methods and equipment used for containment, collection, and 42 disposal of all debris. The Working Drawings shall show all stages of 43 demolition. 44

45 6-02.3(13).OPT7(C).GB6 46

(April 6, 2015) 47 Joint Preparation and Installation Procedure 48 The Contractor shall submit a Type 1 Working Drawing consisting of the 49 sealant manufacturer's recommended joint preparation and installation 50 procedure. 51

Page 281: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 281

1 6-02.3(13).OPT7(D).FB6 2

(April 6, 2015) 3 Field Measuring Existing Bridge Expansion Joints 4 The Contractor shall field measure the following dimensions of the existing 5 bridge expansion joints of Bridge No(s). *** $$1$$ ***: 6 7

1. Length along the roadway surface and the horizontal and vertical 8 surfaces of the concrete curb. 9

10 2. Opening width at both curb lines and at the centerline of the roadway 11

surface. 12 13 The Contractor shall submit a Type 1 Working Drawing consisting of the field 14 measured dimensions. 15

16 6-02.3(13).OPT7(E).FB6 17

(April 6, 2015) 18 Removing Portions of Existing Bridge Expansion Joints 19 The Contractor shall remove all concrete, expansion joint materials, overlay, 20 dirt and debris at the bridge expansion joints of Bridge No(s). *** $$1$$ *** 21 within the blockout dimensions shown in the Plans. 22 23 Concrete removal shall conform to Section 2-02.3(2)A2 and the following 24 restriction on power driven tools: 25 26

1. Jack hammers no heavier than the nominal 30 pound class. 27 28 2. Chipping hammers no heavier than the nominal 15 pound class. 29

30 No other power driven equipment shall be used to remove concrete in the 31 vicinity of the bridge expansion joints. The power driven tools shall be 32 operated at angles less than 45 degrees as measured from the surface of the 33 deck to the tool. 34 35 The Contractor shall dispose of all materials removed from the bridge 36 expansion joints in accordance with Section 2-02.3. 37 38 For polyester concrete headers, or elastomeric concrete headers, the 39 Contractor shall clean and prepare all existing concrete surfaces bonding to 40 the header in accordance with the Polyester Concrete or Elastomeric 41 Concrete subsection, respectively, to Section 6-02.3 as supplemented in 42 these Special Provisions. For concrete headers, the Contractor shall clean 43 and prepare all existing concrete surfaces bonding to the header in 44 accordance with Section 6-02.3(12)B. 45

46

Page 282: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 282

6-02.3(13).OPT7(F).GB6 1 (April 6, 2015) 2 Drilling Holes and Setting Steel Reinforcing Bars 3 The Contractor shall drill holes for, and set, steel reinforcing bars into the 4 existing concrete as shown in the Plans in accordance with Section 6-5 02.3(24)C as supplemented in these Special Provisions. 6

7 6-02.3(13).OPT7(G).GB6 8

(April 6, 2015) 9 Placing Polyester Concrete or Elastomeric Concrete Headers 10 The Contractor shall form the polyester concrete or the elastomeric concrete 11 headers in accordance with either the Polyester Concrete or the 12 Elastomeric Concrete subsection to Section 6-02.3 as supplemented in 13 these Special Provisions. The Contractor shall remove all forms from the 14 bridge expansion joints after casting and curing the polyester concrete or the 15 elastomeric concrete headers. 16

17 6-02.3(13).OPT7(H).GB6 18

(April 6, 2015) 19 Placing Concrete Headers 20 The Contractor shall form, cast, and cure, the concrete headers in accordance 21 with Section 6-02.3 and as shown in the Plans. The concrete headers shall 22 have attained a minimum compressive strength of 2,500 psi before the 23 Contractor may allow traffic to pass across the expansion joint. 24

25 6-02.3(13).OPT7(I).GB6 26

(April 6, 2015) 27 Placing Expansion Joint Sealant 28 The Contractor shall have the services of a qualified sealant manufacturer's 29 technical representative physically present at the job site to assist in assuring 30 the proper installation of the rapid cure silicone sealant, provide technical 31 assistance for the use of the joint sealant, train the Contractor's personnel 32 installing the joint sealant, and to observe and inspect the installation of at 33 least the first complete joint. 34 35 The joint sealant shall not be placed against concrete until at least seven days 36 after concrete placement. The joint sealant shall not be placed against 37 polyester concrete or elastomeric concrete until a time period recommended 38 by the sealant manufacturer. 39 40 The Contractor shall clean the bridge expansion joints of all forms, dirt, form 41 oil, grease, and other deleterious material. The Contractor shall clean and 42 prepare the entire joint surface receiving the joint sealant in accordance with 43 the manufacturer’s joint preparation procedure, and as recommended by the 44 sealant manufacturer's technical representative, including two stage abrasive 45 blasting surface preparation and compressed air cleaning. All steel surfaces 46 to be in contact with the joint sealant shall be cleaned to an SSPC-SP10 47 condition. The joint receiving the sealant shall be sound, clean, dry, and frost 48 free. 49 50

Page 283: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 283

After the cleaned and prepared joint has received the Engineer's approval for 1 joint dimensions, alignment, and preparation, the Contractor shall apply the 2 primer, as recommended by the sealant manufacturer, to all surfaces to be in 3 contact with the joint sealant. The primer shall dry and cure for the time period 4 recommended by the sealant manufacturer for the surface type. 5 6 After the primer is cured, the Contractor shall place the backer rod, and place 7 the rapid cure silicone sealant in accordance with the joint installation 8 procedure. 9 10 If the joint width at the time of installation is less than 1-inch or greater than 11 three inches, the Contractor shall not proceed with the expansion joint 12 modification until the installation procedure is revised as recommended by the 13 sealant manufacturer's technical representative. 14 15 After installing the rapid cure silicone sealant, the Contractor shall flood the 16 joint area with water. If leakage is detected, the bridge expansion joint system 17 shall be repaired by the Contractor, as recommended by the sealant 18 manufacturer and approved by the Engineer. 19

20 6-02.3(13).OPT7(J).GB6 21

(April 6, 2015) 22 Placing Expansion Joint Sealant 23 The Contractor shall have the services of a qualified sealant manufacturer's 24 technical representative physically present at the job site to assist in assuring 25 the proper installation of the rapid cure silicone sealant, provide technical 26 assistance for the use of the joint sealant, train the Contractor's personnel 27 installing the joint sealant, and to observe and inspect the installation of at 28 least the first complete joint. 29 30 Prior to scarifying the concrete deck for the modified concrete overlay, the 31 Contractor shall remove all expansion joint materials and debris from the 32 existing expansion joints, and shall dispose of these materials and debris as 33 specified in Section 2-02.3. 34 35 Prior to placing the modified concrete overlay, the Contractor shall install a 36 temporary form as shown in the Plans to fill the expansion joint gap. The 37 temporary form shall preserve the expansion joint gap during the modified 38 concrete overlay placement, and shall not damage the joint or the concrete 39 overlay upon removal. The Contractor shall submit Type 2 Working Drawing 40 consisting of the type of temporary form material, and the method of 41 installation and removal. 42 43 The joint sealant shall not be placed against concrete (including concrete 44 overlay except for polyester concrete overlay) until at least seven days after 45 concrete placement. 46 47 After placing the modified concrete overlay and rounding the corner of the 48 overlay at the joints with a 3/8 inch radius, the Contractor shall clean the 49 bridge expansion joints of all temporary forms, dirt, form oil, grease, and other 50 deleterious material. The Contractor shall clean and prepare the entire joint 51

Page 284: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 284

surface receiving the joint sealant in accordance with the manufacturer’s joint 1 preparation procedure, and as recommended by the sealant manufacturer's 2 technical representative, including two stage abrasive blasting surface 3 preparation and compressed air cleaning. All steel surfaces to be in contact 4 with the joint sealant shall be cleaned to an SSPC-SP10 condition. The joint 5 receiving the sealant shall be sound, clean, dry, and frost free. 6 7 After the cleaned and prepared joint has received the Engineer's approval for 8 joint dimensions, alignment, and preparation, the Contractor shall apply the 9 primer, as recommended by the sealant manufacturer, to all surfaces to be in 10 contact with the joint sealant. The primer shall dry and cure for the time period 11 recommended by the sealant manufacturer for the surface type. 12 13 After the primer is cured, the Contractor shall place the backer rod, and place 14 the rapid cure silicone sealant in accordance with the joint installation 15 procedure. 16 17 If the joint width at the time of installation is less than 1-inch or greater than 18 three inches, the Contractor shall not proceed with the expansion joint 19 modification until the installation procedure is revised as recommended by the 20 sealant manufacturer's technical representative and as approved by the 21 Engineer. 22 23 After installing the rapid cure silicone sealant, the Contractor shall flood the 24 joint area with water. If leakage is detected, the bridge expansion joint system 25 shall be repaired by the Contractor, as recommended by the sealant 26 manufacturer and approved by the Engineer. 27

28 6-02.3(14).GR6 29

Finishing Concrete Surfaces 30 31 6-02.3(14)C.GR6 32

Pigmented Sealer Materials 33 34 6-02.3(14)C.INST1.GR6 35

Section 6-02.3(14)C is supplemented with the following: 36 37 6-02.3(14)C.OPT1.GB6 38

(April 6, 2009) 39 The color of the pigmented sealer shall be Washington Gray. 40

41 6-02.3(14)C.OPT2.GB6 42

(April 6, 2009) 43 The color of the pigmented sealer shall be Mt. St. Helens Gray. 44

45 6-02.3(14)C.OPT3.GB6 46

(April 6, 2009) 47 The color of the pigmented sealer shall be Mt. Baker Gray. 48

49 6-02.3(14)C.OPT4.GB6 50

(April 6, 2009) 51

Page 285: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 285

The color of the pigmented sealer shall be Cascade Green. 1 2 6-02.3(14)C.OPT5.FB6 3

(April 6, 2009) 4 The color for the following structure feature(s) shall match the specified 5 color(s): 6 7

Structure and Feature Pigmented Sealer Color 8 *** $$1$$ *** *** $$2$$ *** 9

10 6-02.3(17).GR6 11

Falsework and Formwork 12 13 6-02.3(17)C.GR6 14

Falsework and Formwork at Special Locations 15 16 6-02.3(17)C.INST1.GR6 17

Section 6-02.3(17)C is supplemented with the following: 18 19 6-02.3(17)C.OPT1.FB6 20

(September 3, 2019) 21 The Contractor shall obtain permission from the Railroad Company for the 22 Contractor’s falsework openings over railroad tracks. The Contractor shall 23 notify the Railroad Company at least *** $$1$$ *** working days prior to 24 erecting falsework over a track, and shall include the dimensions of the 25 opening and the duration of the restricted clearance in the submittal. 26

27 6-02.3(17)K.GR6 28

Concrete Forms on Steel Spans 29 30 6-02.3(17)K.INST1.GR6 31

The first paragraph of Section 6-02.3(17)K is revised to read as follows: 32 33 6-02.3(17)K.OPT1.GB6 34

(August 3, 2015) 35 Except as otherwise specified, concrete forms on all steel structures shall be 36 removable and shall not remain in place. Where needed, the forms shall have 37 openings for truss or girder members. Each opening shall be large enough to 38 leave at least 1-1/2 inches between the concrete and steel on all sides of the 39 steel member after the forms have been removed. Unit contract prices cover 40 all costs related to these openings. 41 42 Permanent metal forms may be used to form that portion of the concrete slab 43 inside the webs of the steel box girders, subject to the following requirements: 44

45 1. Metal forms shall be 18 gage minimum thickness, zinc coated, steel 46

sheet conforming to ASTM A 653 Coating Designation G 210. All 47 accessories shall conform to ASTM A 36 or Section 9-06.1 with a 48 zinc coating of 2.0 ounces per square foot. 49

50

Page 286: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 286

2. Forms shall be designed by the Contractor to support the plastic 1 concrete, metal forms, steel reinforcing bars, and a construction live 2 load of 60 pounds per square foot. Deflection of the metal form shall 3 not exceed 1/360 of the span. Camber of the metal form shall not 4 exceed the anticipated deflection. The working unit stress shall not 5 exceed 0.725 of the specified yield strength of the metal form 6 material. 7

8 3. The metal forms shall provide for the full depth of the deck slab 9

above the uppermost portions of the form. Bottom transverse steel 10 reinforcing bars of the deck slab shall be at least 1 inch clear of the 11 metal forms at all points. Forms or supports shall not be welded to 12 girder flanges. 13

14 4. The bridge deck concrete shall be placed continuously between the 15

transverse construction joints shown in the Plans, except in an 16 emergency when the Engineer authorizes an interruption in the 17 concrete placement. In such an emergency, the Contractor shall 18 construct a transverse joint at the bottom of a flute and shall field drill 19 1/4 inch weep holes through the metal form at 12 inch centers along 20 the line of the joint. 21

22 5. All zinc coating on exposed metal form damaged or removed during 23

construction shall be repaired with one coat of paint conforming to 24 Section 9-08.1(2)B, two mils minimum dry film thickness. 25

26 6. Should the Engineer determine that inspection of the underside of 27

the hardened slab is warranted, the Contractor shall remove at least 28 one section of metal form in each span at no extra cost to the 29 Contracting Agency. If excessive honeycomb or other defects are 30 found, the Contractor shall, if required by the Engineer, remove 31 additional form sections at no additional expense to the Contracting 32 Agency, and shall revise concrete placing methods as required to 33 produce sound concrete. All unacceptable concrete shall be 34 removed or repaired. 35

36 7. Complete layout, details, and a description of materials, for the 37

permanent metal forms shall be included in the Contractor’s 38 falsework and formwork submittal as specified in Section 6-02.3(16). 39

40 8. No adjustment will be made to the lump sum contract price for 41

“Bridge Deck - ____” for additional quantities of materials required 42 because of the use of the permanent forms. 43

44 6-02.3(18).GR6 45

Placing Anchor Bolts 46 47 6-02.3(18).INST1.GR6 48

Section 6-02.3(18) is supplemented with the following: 49 50

Page 287: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 287

6-02.3(18).OPT1.GR6 1 (January 3, 2011) 2 Resin Bonded Anchors 3 The embedment depth of the anchors shall be as specified in the Plans. If the 4 embedment depth of the anchor is not specified in the Plans then the embedment 5 depth shall be as specified in the table of minimum and maximum torque below. 6 7 The anchors shall be installed in accordance with the resin manufacturer's written 8 procedure. 9

10 Holes shall be drilled as specified in the Plans. Holes may be drilled with a rotary 11 hammer drill when core drilling is not specified in the Plans. If holes are core 12 drilled, the sides of the holes shall be roughened with a rotary hammer drill after 13 core drilling. 14 15 Holes shall be prepared in accordance with the resin manufacturer's 16 recommendations and shall meet the minimum requirements as specified herein. 17 Holes drilled into concrete shall be thoroughly cleaned of debris, dust, and laitance 18 prior to installing the threaded rod and resin bonding material. Holes shall not 19 have any standing liquid at the time of installation of the threaded anchor rod. 20 21 The anchor nuts shall be tightened to the following torques when the embedment 22 equals or exceeds the minimum embedment specified. 23

24 25

Anchor Diameter

(inch)

Minimum Torque (ft-lbs)

Maximum Torque (ft-lbs)

Minimum Embedment

(Inch)

3/8 12 18 3-3/8

1/2 22 35 4-1/2

5/8 55 80 5-5/8

3/4 106 140 6-3/4

7/8 165 190 7-7/8

1 195 225 9

1-1/4 370 525 11-1/4

26 When the anchor embedment depth is less than the minimum values specified, the 27 anchor nuts shall be tightened to the torque values specified in the Plans, or as 28 recommended by the resin bonded anchor system manufacturer and approved by 29 the Engineer. 30

31 6-02.3(19).GR6 32

Bridge Bearings 33 34 6-02.3(19)B.GR6 35

Bridge Bearing Assemblies 36 37 6-02.3(19)B.INST1.GR6 38

Section 6-02.3(19)B is supplemented with the following: 39 40

Page 288: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 288

6-02.3(19)B.OPT1.GB6 1 (August 3, 2015) 2 Fabric Pad Bearing 3 The fabric pad bearing consists of an upper unit and a lower unit. The upper 4 unit consists of a stainless steel sheet and either a single sole plate or upper 5 and lower sole plates, as shown in the Plans. The lower unit consists of a 6 polytetrafluoroethylene (PTFE) sheet, a backing plate, and a pre-formed fabric 7 pad, and may also include keeper bars and a masonry plate, as shown in the 8 Plans. Lower unit components of transverse restrainer bearings and 9 transverse stop bearings shall be as shown in the Plans. The upper and 10 lower units shall be supplied by a single bearing manufacturer. 11 12

Shop Drawings 13 The Contractor shall submit shop drawings in accordance with Section 6-14 03.3(7). These drawings shall include but not be limited to the following 15 information: 16

17 1. Plan and elevation of the assembled bearing and each of the 18

components showing dimensions and tolerances. 19 20 2. Complete details of all components and sections showing all 21

materials incorporated into the bearing. 22 23 3. All AASHTO, ASTM or other material designations. 24 25 4. Bearing manufacturer's recommendations and procedures for 26

bearing assembly shipment and storage. 27 28 Flatness and Manufacturing Tolerances 29 Flatness of bearing surfaces shall be determined by the following method: 30

31 1. A precision straightedge, longer than the nominal dimension to 32

be measured shall be placed in contact with the surface to be 33 measured as parallel to it as possible. 34

35 2. A feeler gauge having an accuracy equal to the tolerance 36

allowed .001 inch, shall be selected and inserted under the 37 straightedge. 38

39 3. Surfaces are acceptable for flatness if the feeler gauge does not 40

pass under the straightedge. 41 42 4. In determining the flatness, the straightedge may be located in 43

any position on the surface being measured. 44 45 Flatness tolerances shall be defined as follows: 46

47 1. Class A tolerance = 0.001 x nominal dimension 48 49 2. Class B tolerance = 0.002 x nominal dimension 50 51

Page 289: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 289

3. Class C tolerance = 0.005 x nominal dimension 1 2 (Nominal dimension shall be taken as the actual dimension of the 3 plate or sheet under the straightedge, in inches.) 4

5 Manufacturing tolerances for the bearings are as follows: 6

7 PTFE Sheet 8

Plan dimensions: Total nominal design area -0, +1/8" 9 Thickness: -0", + 1/64" 10 Flatness: Class A tolerance, both surfaces 11

12 Pre-formed Fabric Pad 13

Plan dimension: -0", +3/16" 14 Thickness: -1/16", +3/16" 15 Surface finish: For pre-formed fabric pads fabricated from 16

multiple layers, all pad edges shall be free 17 of visible horizontal displacement between 18 the individual layers. 19

20 Stainless Steel Sheet 21

Plan dimensions: -0", +3/16" 22 Flatness: Class A tolerance, both surfaces 23

24 Sole Plate 25

Plan dimensions: -0", +3/16" 26 Thickness: -1/16", +3/16" 27 Flatness: Class A tolerance, side in contact with the 28

stainless steel sheet or sole plate 29 Class C tolerance, side in contact with 30 epoxy gel, grout, or concrete 31

32 Backing Plate 33

Plan dimensions: -0", +3/16" 34 Thickness: -0", +3/16" 35 Width and length 36 of recess: -0", +1/16", of PTFE sheet size 37 Flatness: Class A tolerance, both surfaces 38

39 Masonry Plate 40

Plan dimension: -0", +3/16" 41 Thickness: -0", +3/16" 42 Flatness: Class A Tolerance, side in contact with pre-43

formed fabric pad. 44 Class C tolerance, 45 free side or side in contact with grout. 46

47 Keeper Bar 48

Length: 1/8" 49

Section dimensions: 1/16” 50

Page 290: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 290

Flatness: Class A Tolerance, side in contact with 1 masonry plate. 2

Bar to bar tolerance: 1/32" 3 Bars shall be not more than 1/32” out of parallel 4

5 Overall Height 6

Total thickness: -0, +10 percent 7 8 Special Fabrication Requirements 9 When the following components are shown in the Plans as part of the 10 fabric pad bearing assembly, the following special fabrication 11 requirements shall apply: 12 13

PTFE 14 PTFE shall be 1/8 inch thick unless otherwise noted in the Plans. 15 PTFE shall be recessed and bonded to a depth of one half the PTFE 16 sheet thickness into the backing plate. The exposed height of the 17 PTFE shall not be less than 3/64 inch. 18 19 Dimpled PTFE, if shown in the Plans, shall be unfilled and have a 20 minimum thickness of 3/16 inch. Dimples shall be placed in a 1/2 21 inch grid and shall have a depth of 1/16 inch. 22 23 The PTFE sheet shall be recessed and chemically bonded to the 24 supporting steel plate or bar. Bonding shall be performed under 25 controlled conditions and in accordance with the written instructions 26 of the PTFE manufacturer. 27 28 Following the bonding operation, the PTFE surface shall be smooth 29 and free from bubbles. Filled PTFE shall be polished after the 30 bonding operation is complete, in accordance with AASHTO LRFD 31 Bridge Construction Specification Section 18.8.3.2.2, current edition 32 and latest interims. 33 34 Stainless Steel 35 The stainless steel sheet shall be seal welded all around to the 36 supporting steel plate or bar by the gas tungsten-arc welding 37 (GTAW) process in accordance with current AWS specifications. 38 The stainless steel sheet shall be clamped down to have full contact 39 with the sole plate during welding. The welds shall not protrude 40 beyond the sliding surface of the stainless steel sheet. 41 42 Keeper Bars 43 Each keeper bar shall be fabricated from a single steel plate. The 44 keeper bars shall be connected to the masonry plate either by 45 welding or by bolting, as shown in the Plans. 46 47

Corrosion Protection 48 Steel surfaces, except as otherwise specified below, shall be painted in 49 accordance with Section 6-07.3(9), and Section 6-03.3(30) as 50 supplemented in these Special Provisions. The surfaces of all welds 51

Page 291: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 291

fastening stainless steel to structural steel shall be painted as specified 1 for structural steel. Stainless steel shall not be painted. Galvanized 2 fastening hardware (anchor bolts, bolts, nuts and washers) shall be 3 painted in accordance with Section 6-07.3(11)A. 4 5 All coats of paint as specified in Section 6-07.3(9)A for steel surfaces 6 shall be applied in the shop. After the fabric pad bearing assembly has 7 been erected in its final position with the anchor bolt nuts installed, all 8 surfaces with damaged paint shall be repaired in accordance with Section 9 6-07.3(9)I. 10 11 All coats of paint as specified in Section 6-07.3(11)A for galvanized 12 fastening hardware shall be applied after the fabric pad bearing assembly 13 has been erected in its final position with the anchor bolt nuts installed 14 and tightened. The Contractor shall prepare the galvanized surfaces for 15 painting in accordance with Section 6-07.3(11)A except only hand or 16 power tool cleaning methods shall be used. 17 18 Bearing Component Assembly, Shipping, and Storage 19 Each bearing, except for upper sole plate components embedded into 20 cast-in-place concrete superstructures, shall be fully assembled at the 21 manufacturing plant and delivered to the construction site as a complete 22 unit, ready for installation. The units shall be held together with 23 removable restraints so that the sliding surfaces are not damaged. 24 Softeners shall be placed under the restraints to protect all painted 25 surfaces. The Contractor shall not damage the painted surfaces during 26 shipping, storing and installing the bearing assemblies. 27 28 All bearing assemblies shall be marked with the following information 29 prior to shipping: 30

31 1. Location of the bearing, including the pier and the specific 32

location along the pier. 33 34 2. Direction arrow pointing in the ahead on station direction. 35

36 The above information shall be marked on the top plate of the upper unit 37 of the bearing assembly. The marks shall be permanent and shall be 38 visible after bearing installation. 39 40 The bearing assemblies shall have centerlines marked on both upper and 41 lower units for checking alignment in the field. 42 43 The bearing assemblies shall be shipped in light-proof, moisture-proof 44 and dust-proof containers. 45 46 Bearing Assembly Field Inspection 47 Field inspection of a representative number of bearing assemblies will be 48 performed by the Engineer. The Contractor shall provide a clean, dry and 49 enclosed area at the site, spacious enough for the field inspection 50 activities. The Contractor shall disassemble and reassemble the 51

Page 292: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 292

bearings for inspection by the Engineer. The disassembly and 1 reassembly of the bearings shall be in accordance with the bearing 2 manufacturer’s written procedure and in the presence of the Engineer. 3 4 Bearings that fail the inspection shall be replaced or repaired by the 5 Contractor, at no additional expense to the Contracting Agency. All 6 proposed corrective procedures shall be submitted as Type 2 Working 7 Drawings before beginning corrective work. 8 9 Bearing Assembly Installation 10 The sliding surfaces shall be finished true, lubricated and installed level, 11 or installed as shown in the Plans for transverse restrainer bearings and 12 transverse stop bearings. 13 14 PTFE sheet shall not be greased, except as otherwise noted. A thin 15 uniform film of silicone grease shall be applied to the entire dimpled PTFE 16 sheet before installation (all dimples shall be filled with grease). 17 18 For cast-in-place concrete superstructures, the fabric pad bearing upper 19 unit shall be anchored to the structure as shown in the Plans. For precast 20 concrete superstructures with fabric pad bearing upper units consisting of 21 upper and lower sole plates, the upper sole plate shall be cast into and 22 anchored to the precast concrete member as shown in the Plans. 23 24 The upper unit of fabric pad bearings for steel superstructures, and the 25 lower sole plate assemblies for precast concrete superstructures shall be 26 set with epoxy gel as specified below just before setting the 27 superstructure in place. 28 29 The sole plate top surface in contact with the epoxy gel shall receive a 30 thin uniform film of silicone grease, to prevent bonding to the epoxy gel. 31 The anchor bolts and insert threads shall be greased to prevent bonding 32 and allow future removal. The Contractor shall apply the epoxy gel by 33 troweling it into the concrete recess, or onto the bottom of the steel 34 superstructure or upper sole plate surface, and immediately bolt the 35 upper unit of the bearing in place to obtain a level surface. 36 37 Before the epoxy gel has cured, the superstructure shall be set in place, 38 squeezing out excess epoxy gel while filling the entire recess. Excess 39 epoxy and grease shall be removed immediately. Special care shall be 40 exercised at all times to ensure protection of the stainless steel and PTFE 41 surfaces from coming in contact with concrete, epoxy gel, or any other 42 foreign matter. After the epoxy gel has cured, the anchor bolts shall be 43 tightened to snug tight. 44 45 The grout pad, and masonry plate when shown in the Plans, shall be 46 installed level. When shown with a masonry plate, the grout pad shall be 47 pressure installed starting at the middle of the masonry plate. 48 49

Page 293: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 293

All forms and debris that tend to interfere with the free action of the 1 bearing assemblies shall be removed at the time falsework and forms are 2 removed. 3

4 6-02.3(19)B.OPT6.GB6 5

(April 6, 2015) 6 Transverse Stop Bearing 7 All material and construction requirements for the transverse stop bearings 8 shall conform to those specified for Fabric Pad Bearing, in Sections 6-02.2 9 and 6-02.3(19)B as supplemented in these Special Provisions. 10

11 6-02.3(19)B.OPT8.BSP.GB6 12

(******) 13 Disc Bearing 14

Bearing Types 15 The disc bearings shall be one of the following types, with bridge specific 16 modifications, if any, as shown in the Plans: 17

18 Guided Disc Bearings 19 Each guided disc bearing shall consist of an upper and a lower unit. 20 The lower unit consists of a masonry bearing plate and an upper 21 bearing plate, with a polyether urethane disc between the plates. A 22 polytetrafluoroethylene (PTFE) sheet is bonded to the upper bearing 23 plate. 24 25 The upper unit consists of a sole plate, a top sliding plate, and a 26 stainless steel sheet welded to the bottom side of the top sliding 27 plate. Guide bars, if shown in the Plans, shall be attached to the top 28 sliding plate. 29 30 The interspace between the guide bars of the upper unit and the 31 upper bearing plate of the lower unit shall be provided with stainless 32 steel sheet against PTFE. The stainless steel sheet shall be welded 33 to the guide bars and the PTFE sheet shall be mechanically fastened 34 to the upper bearing plate of the lower unit. 35 36 Fixed Disc Bearings 37 Each fixed disc bearing shall consist of an upper and a lower unit. 38 The lower unit consists of a masonry bearing plate and an upper 39 bearing plate, with a polyether urethane disc between the plates. A 40 polytetrafluoroethylene (PTFE) sheet is bonded to the upper bearing 41 plate. 42 43 The upper unit consists of a sole plate, and a stainless steel sheet 44 welded to the bottom side of the sole plate. 45

46 Design Requirements 47 The Contractor shall design the bearing assemblies based on the current 48 AASHTO LRFD Bridge Design Specifications, including latest interims, 49 and also based on the following: 50

51

Page 294: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 294

1. The bearing assembly design requirements for loads, 1 movements, and rotations shall be as shown in the Plans. 2

3 2. The bearing assembly shall be removable and replacable by 4

raising the bridge superstructure 1/4 inch maximum. The 5 bearing shall be held in place by recessing the upper and lower 6 keeper plates and by providing recessed bolted keeper bars on 7 the side of bearing removal. 8

9 3. The area of the polyether urethane disc shall be designed for a 10

unfactored stress of 5,000 psi 5 percent at full dead load and 11 live load. 12

13 4. The area of the PTFE surface shall be designed so that the 14

contact pressure does not exceed the maximum contact 15 pressure specified in Table 14.7.2.4-1 of the AASHTO LRFD 16 Bridge Design Specifications. The contact stress shall be 17 determined at the strength limit state as specified in Section 18 14.7.2.4 of the AASHTO LRFD Bridge Design Specifications. 19

20 5. The minimum coefficient of friction on PTFE surfaces used for 21

design shall be those corresponding to 68F in Table 14.7.2.5-1 22 of the AASHTO LRFD Bridge Design Specifications. 23

24 6. The anchorage of the sole plates, masonry plates, and guide 25

bars to the supporting structural element shall be designed for 26 the maximum horizontal design force per bearing shown in the 27 Plans, or 10 percent of the maximum unfactored vertical design 28 force per bearing, whichever is greater. 29

30 7. The sole and masonry plates shall have leveling capabilities. 31 32 8. The guide bars shall maintain all guided components within the 33

guides at all points of translation and rotation of the bearing. 34 35 Submittals 36

Design Calculations 37 The Contractor shall submit design calculations for all the bearing 38 components, including the polyether urethane disc, shear pin, 39 bearing plates, sole plates, masonry plates, guide bars, and anchor 40 bolts to the Engineer for approval in accordance with Section 6-41 02.3(16). The design calculations shall accompany the shop plans. 42 43 The calculations shall provide, but not be limited to the following 44 information: 45

46 1. Bending stresses in the plates due to bearing pressure at 47

maximum design load and eccentricity. 48 49 2. Concrete bearing pressure under the plates at maximum 50

bearing pressure and eccentricity. 51

Page 295: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 295

1 3. Bearing clearances at maximum load and rotation. The 2

calculated clearances shall include the effects of 3 anticipated initial set and modified center of rotation. 4

5 4. Shear stress in the shear pin at maximum horizontal load. 6 7 5. Design of all connections and mating surfaces. 8 9 6. Compressive stress on all sliding surfaces at maximum and 10

minimum design loads, including rotation. 11 12 The Contractor shall not begin bearing fabrication until receiving the 13 Engineer's written approval of the calculations. 14 15 Bearing Manufacturer Requirements 16 The disc bearing manufacturer shall have a minimum of three years 17 experience in fabrication of disc bearings, and shall meet additional 18 testing requirements as specified in this Special Provision. 19 20 The Contractor shall submit the name of the disc bearing 21 manufacturer with a certification of disc bearing manufacturing 22 experience to the Engineer for approval. The certification of 23 experience shall include a list of at least three disc bearing 24 installations performed by the bearing manufacturer on previous 25 projects. The list shall include the following information for each 26 installation: 27

28 1. Project Name and Location (Bridge name and highway 29

number). 30 31 2. Date of installation. 32 33 3. Governmental Agency/Owner. 34 35 4. Name, address, and phone number of the Governmental 36

Agency's/Owner's representative. 37 38 The Contractor shall not begin preparation of the design calculations 39 and shop plans until receiving the Engineer's written approval of the 40 bearing manufacturer's certification of experience. 41 42 Shop Drawings 43 The Contractor shall submit shop drawings to the Engineer for 44 approval in accordance with Section 6-03.3(7). These drawings shall 45 include but not be limited to the following information: 46

47 1. Bearing schedule identifying location and bearing type as 48

described in subsection Bearing Types of this Special 49 Provision. 50

51

Page 296: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 296

2. Minimum and maximum horizontal and vertical service 1 loads. 2

3 3. Magnitude and direction of movements at all bearing 4

support points. 5 6 4. Minimum and maximum rotation capacity. 7 8 5. Construction rotation requirements. 9 10 6. Plan and elevation of the assembled bearing and each of 11

the components showing dimensions and tolerances. 12 13 7. Complete details of all components and sections showing 14

all materials incorporated into the bearing. 15 16 8. All AASHTO, ASTM, and other material designations. 17 18 9. All surface finishes. 19 20 10. Bearing manufacturer’s recommendations and procedures 21

for bearing assembly shipment, storage, and installation. 22 23 The Contractor shall not begin fabricating the disc bearings until 24 receiving the Engineer’s approval of the shop drawings. 25 26 Shop Inspection 27 The manufacturer shall provide for inspection, as specified in the 28 Bearing Inspection and Acceptance subsection of this Special 29 Provision. Inspection during the fabrication process shall ensure that 30 the materials and workmanship meet the requirements of the 31 contract. 32 33 Quality Assurance Inspection and Final Shop Inspection shall be 34 performed by an independent inspection entity approved by the 35 Engineer. The Contractor shall submit the name, address, phone 36 number and contact person of the inspection entity performing the 37 required certified shop inspection of the bearings to the Engineer for 38 approval. The Contractor shall not begin bearing fabrication until 39 receiving the Engineer’s written approval of the inspection entity for 40 certified shop inspection. 41 42 Bearing Testing Procedure 43 The Contractor shall submit the name, address, phone number, and 44 contact person of the testing entity performing the required bearing 45 testing specified in Bearing Testing subsection of this Special 46 Provision to the Engineer for approval. 47 48 The testing entity shall be one of the following: 49

50 1. An independent testing agency. 51

Page 297: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 297

1 2. The disc bearing manufacturer, with independent 2

verification by the inspection entity performing the certified 3 shop inspection of the bearings. 4

5 The Contractor shall not begin bearing fabrication until receiving the 6 Engineer's written approval of the testing entity. 7 8 Bearing Assembly Inspection Reports and Certificates 9 The Contractor shall submit the daily inspection reports of the 10 independent inspection entity performing the required certified shop 11 inspection to the Engineer for approval. The daily inspection reports 12 shall report on the shop fabrication and testing activities relating to 13 the bearing assemblies, and their conformance to the specification 14 requirements. 15 16 The Contractor shall submit written documentation from the bearing 17 manufacturer certifying that the bearing assemblies have been 18 manufactured in full compliance with the specification requirements. 19 20 The Contractor shall not ship the bearing assemblies from the 21 fabricator’s facility until receiving the Engineer’s approval of the 22 certified shop inspection daily inspection reports and the bearing 23 manufacturer’s certificate of compliance. 24 25

Flatness and Manufacturing Tolerances 26 Flatness of bearing surfaces shall be determined by the following method: 27

28 1. A precision straightedge, longer than the nominal dimension to 29

be measured shall be placed in contact with the surface to be 30 measured as parallel to it as possible. 31

32 2. A feeler gauge having an accuracy of 0.001 inches equal to 33

the tolerance allowed shall be selected and inserted under the 34 straightedge. 35

36 3. If the feeler gauge does not pass under the straightedge, the 37

surfaces shall be acceptable for flatness. 38 39 4. In determining the flatness, the straightedge may be located in 40

any position on the surface being measured. 41 42

Flatness tolerances shall be defined as follows: 43 44 1. Class A tolerance = 0.001 x nominal dimension 45 46 2. Class B tolerance = 0.002 x nominal dimension 47 48 3. Class C tolerance = 0.005 x nominal dimension 49 50

Page 298: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 298

(Nominal dimension shall be taken as the actual dimension of the 1 plate or sheet under the straightedge, in inches.) 2 3

Manufacturing tolerances for the bearings are as follows: 4 5 Polyether Urethane Disc 6

Diameter: 1/8 inch 7 Thickness: -0, + 1/16 inch 8 Flatness: Class B tolerance 9 Discs shall be manufactured from a single piece. 10

11 Sole, Bearing, Masonry, and Sliding Plate 12

Plan dimensions 13 Greater than 30 inches: -0.00, +3/16 inch 14 30 inches or less: -0.00, +1/8 inch 15 Thickness: -1/32, +1/8 inch 16 Flatness: Class A tolerance, side in contact with 17

steel, polyether urethane disc, or 18 PTFE 19

Class C tolerance, side in contact with 20 grout or concrete 21

22 Guide Bar 23

Length: 1/8 inch 24

Section dimensions: 1/16 inch 25 Flatness: Class A tolerance, side in contact with 26

steel 27

Bar to bar tolerance: 1/32 inch 28 Bars shall be not more than 1/32” out of parallel 29

30 PTFE Sheet 31

Plan dimensions: Total nominal design area –0, +5 32 percent 33

Thickness: -0.00, +1/64 inch 34 Flatness: Class A tolerance 35 PTFE Recess: Length and width –0.00, +0.04 inch 36

37 Stainless Steel Sheet 38

Flatness: Class A tolerance 39 40 Overall Height 41

Total thickness: -1/16, +3/16 inch 42 43

The edges of all components shall be broken by grinding so that 44 there are no sharp edges. 45 46

Special Fabrication Requirements 47 When the following components are shown in the Plans as part of the 48 disc bearing assembly, the following special fabrication requirements 49 shall apply: 50

Page 299: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 299

1 Sole Plate and Masonry Plate 2 The sole plate and masonry plate shall be 3/4 inches minimum 3 thickness, unless otherwise shown in the Plans. 4 5 PTFE Sheet 6 The thickness of solid PTFE sheet shall be a minimum of 1/8 inch 7 and a maximum of 3/16 inch. Solid PTFE sheet shall be recessed 8 for a depth equal to one-half of its thickness into the material it is 9 bonded to. 10 11 The thickness of woven PTFE fabric, if used, shall be a minimum of 12 1/16 inch and a maximum of 1/8 inch. 13 14 Dimpled PTFE, if shown in the Plans, shall be unfilled and shall have 15 a maximum thickness of 3/16 inch. Dimples shall be placed on a 1/2 16 inch grid and have a depth of 1/16 inch. 17 18 The PTFE sheet shall be recessed and chemically bonded to the 19 supporting steel plate or bar. The woven PTFE sheet shall be 20 mechanically bonded to the supporting steel plate or bar by using an 21 interlocking grid. Bonding shall be performed under controlled 22 conditions and in accordance with the written instructions of the 23 PTFE manufacturer. 24 25 Following the bonding operation, the PTFE surface shall be smooth 26 and free from bubbles. Filled PTFE shall be polished after the 27 bonding operation is complete, in accordance with AASHTO LRFD 28 Bridge Construction Specification Section 18.8.3.2.2, current edition 29 and latest interims. 30 31 Stainless Steel Sheet 32 The stainless steel sliding surface shall completely cover the PTFE 33 surface in all operating positions plus one additional inch in all 34 directions. 35 36 The stainless steel shall be 14 gage thick for the main sliding 37 surfaces and 10 gage thick for the guide bars. 38 39 The stainless steel sheet shall be seal welded all around to the 40 supporting steel plate or bar by the gas tungsten arc welding 41 (GTAW) process in accordance with current AWS specifications. 42 The stainless steel sheet shall be clamped down to have full contact 43 with the supporting steel plate or bar during welding. The welds shall 44 not protrude beyond the sliding surface of the stainless steel sheet. 45 46 Guide Bar 47 Each guide bar shall be fabricated from a single steel plate. The 48 guide bars shall be connected to the disc bearing assembly by 49 recessing and bolting. The stainless steel sheet shall be welded to 50 the guide bar before attaching the guide bar to the disc bearing 51

Page 300: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 300

assembly. The space between the guide bar and the guided 1

component shall be 3/16 inch 1/16 inch. 2 3

Corrosion Protection 4 Steel surfaces, except as otherwise specified below, shall be painted in 5 accordance with Section 6-07.3(9), and Section 6-03.3(30) as 6 supplemented in these Special Provisions. The weld surfaces fastening 7 stainless steel to structural steel shall be painted as specified for 8 structural steel. Stainless steel shall not be painted. Galvanized 9 fastening hardware (anchor bolts, bolts, nuts and washers) shall be 10 painted in accordance with Section 6-07.3(11)A. 11 12 All coats of paint as specified in Section 6-07.3(9)A for steel surfaces 13 shall be applied in the shop. After the disc bearing assembly has been 14 erected in its final position with the anchor bolt nuts installed, all surfaces 15 with damaged paint shall be repaired in accordance with Section 6-16 07.3(9)I. 17 18 All coats of paint as specified in Section 6-07.3(11)A for galvanized 19 fastening hardware shall be applied after the disc bearing assembly has 20 been erected in its final position with the anchor bolt nuts installed. The 21 Contractor shall prepare the galvanized surfaces for painting in 22 accordance with Section 6-07.3(11)A except only hand or power tool 23 cleaning methods shall be used.. 24 25 The embedded pipe assembly, when shown in the Plans, shall not be 26 painted. 27 28 Bearing Testing 29 The Contractor shall provide for testing of the bearings. The testing shall 30 be performed by the testing entity submitted by the Contractor and 31 approved by the Engineer as specified in the Bearing Testing 32 Procedure subsection of this Special Provision. 33 34 All testing specified by this Special Provision performed by the bearing 35 manufacturer shall be witnessed by the inspection entity performing the 36 certified shop inspection of the bearings. 37 38 When fabrication of the bearings is complete, a Proof Load test shall be 39 performed either on bearing assemblies randomly selected from the 40 production bearings, or on an equal number of prototype bearings with a 41 minimum design capacity of 400 kips. One bearing per lot shall be tested 42 where one lot is defined as the smaller of the following: 43

44 1. 25 disc bearing assemblies. 45 46 2. The total quantity of disc bearing assemblies specified in the 47

contract. 48 49 The Proof Load test shall be performed on the selected test bearing 50 assemblies as follows: 51

Page 301: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 301

1 1. A proof load of 150 percent of the design capacity of the bearing 2

shall be applied at the maximum design bearing rotation for a 3 duration of six hours. 4

5 2. A bevel plate with a taper equal to the maximum design bearing 6

rotation shall be used to simulate the specified bearing rotation. 7 8 3. After completing the specified load duration, the bearing shall be 9

disassembled and inspected for wear and damage. 10 11 4. The test bearing shall show no signs of defects and failure while 12

under load, and after disassembly and inspection. 13 14 Failure of the test bearing will result in rejection of all bearings. 15 16 The testing requirements specified above may be waived for bearing 17 manufacturers with at least three years of disc bearing fabrication 18 experience provided: 19

20 1. The bearing manufacturer, through the Contractor, shall submit 21

certified test results from a previous installation of disc bearings 22 of similar design and load capacity to the Engineer for approval. 23 This submittal shall accompany the design calculation and shop 24 plan submittal. 25

26 2. The tests performed on the previously installed bearings satisfy 27

the requirements specified above. 28 29 3. All test requirements not performed on and not satisfied by the 30

previously installed bearings shall be performed on and satisfied 31 by a test bearing in this contract through a Wear and Damage 32 Characteristics test as specified above. 33

34 The test bearing may be used as a production bearing provided: 35

36 1. The test results meet with the approval of the Engineer. 37 38 2. The test bearing was selected from the production bearings. 39 40 3. All PTFE in the test bearing assembly shall be replaced with 41

new PTFE. 42 43 Bearing Inspection and Acceptance 44 Three levels of inspection shall be satisfied before the bearings are 45 accepted. These are: Quality Control Inspection, Quality Assurance 46 Inspection, and Final Shop Inspection. The manufacturer shall provide 47 for both Quality Control and Quality Assurance Inspection. The 48 manufacturer shall provide access for the Final Shop Inspection. The 49 three levels of inspection are described below: 50

51

Page 302: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 302

1 Quality Control Inspection 1 During the fabrication process of all major components, the 2 manufacturer shall provide full time Quality Control Inspection to 3 ensure that the materials and workmanship meet or exceed the 4 minimum requirements of the contract. Quality Control 5 Inspection shall be the responsibility of the manufacturer's 6 quality control group that shall be independent of the fabrication 7 group. 8 9

2. Quality Assurance Inspection 10 Quality Assurance Inspection shall be performed by the 11 independent inspection entity performing the certified shop 12 inspection, as submitted by the Contractor and approved by the 13 Engineer. The independent inspection entity, the proposed 14 Quality Assurance Inspection Program, and the forms to be 15 used for the Quality Assurance Program shall be submitted to 16 the Engineer for approval prior to the start of fabrication. Quality 17 Assurance Inspection is not required to be full time inspection, 18 but shall be done at all phases of the manufacturing process. 19 The frequency of inspection shall be included in the Quality 20 Assurance Inspection Program. 21 22

3. Final Shop Inspection 23 Prior to shipping the bearings to the job site, a representative 24 number of bearings shall be inspected by the independent 25 inspection entity at the manufacturer's facility. The manufacturer 26 shall provide a clean, dry, and enclosed area for the bearing 27 inspection. The manufacturer shall disassemble and 28 reassemble the bearings for inspection by the Independent 29 Inspection Agency. The independent inspection entity shall 30 certify that the bearings have been inspected, and that the 31 bearings have been manufactured in full compliance with the 32 contract requirements. 33 34

The bearings shall satisfy each of the three levels of inspection described 35 above before they will be accepted. Bearings that fail any one of the 36 three levels of inspection shall be replaced or repaired as approved by 37 the Engineer at no additional expense to the Contracting Agency. All 38 proposed corrective procedures shall be submitted by the Contractor to 39 the Engineer for approval before beginning corrective work. 40 41 Bearing Component Assembly, Shipping, and Storage 42 Each bearing, except bearing components welded to the bottom flange of 43 steel girders, shall be fully assembled at the manufacturing plant and 44 delivered to the construction site as a complete unit, ready for installation. 45 The units shall be held together with removable restraints so that the 46 sliding surfaces are not damaged. Softeners shall be placed under the 47 restraints to protect all painted surfaces. The Contractor shall not 48 damage the painted surfaces while shipping, storing and installing the 49 bearing assemblies. 50 51

Page 303: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 303

All bearing assemblies shall be marked with the following information 1 prior to shipping: 2

3 1. Location of the bearing, including the pier and the specific 4

location along the pier. 5 6 2. Direction arrow pointing in the ahead on station direction. 7

8 The above information shall be marked on the top plate of the upper unit 9 of the bearing assembly. The marks shall be permanent and shall be 10 visible after bearing installation. 11 12 The bearing assemblies shall have centerlines marked on both upper and 13 lower units for checking alignment in the field. 14 15 The bearing assemblies shall be shipped in light-proof, moisture-proof 16 and dust-proof containers. 17 18 Bearing Assembly Field Inspection 19 Field inspection of a representative number of bearings assemblies will 20 be performed by the Engineer. The Contractor shall provide a clean, dry 21 and enclosed area at the site, spacious enough for the field inspection 22 activities. The Contractor shall disassemble and reassemble the 23 bearings for inspection by the Engineer. The disassembly and 24 reassembly of the bearings shall be in accordance with the bearing 25 manufacturer’s written procedure and in the presence of the Engineer. 26 27 Bearings that fail the inspection shall be replaced or repaired by the 28 Contractor, as approved by the Engineer, at no additional expense to the 29 Contracting Agency. All proposed corrective procedures shall be 30 submitted by the Contractor to the Engineer for approval before beginning 31 corrective work. 32 33 Bearing Assembly Installation 34 The Contractor shall install the disc bearing assembly in accordance with 35 the installation procedure included with the shop drawing submittal as 36 approved by the Engineer. 37 38 PTFE sheet shall not be greased, except as otherwise noted. A thin 39 uniform film of silicone grease shall be applied to the entire dimpled PTFE 40 sheet before installation (all dimples shall be filled with grease). 41 42 For disc bearing assemblies with PTFE and stainless steel components, 43 the Contractor shall take special care at all times to ensure protection of 44 the PTFE and stainless steel surfaces from coming in contact with 45 concrete and any other foreign matter. 46 47 When bearing assemblies are supporting steel superstructure, the 48 interface between the sole plate and the steel girder flange (or the upper 49 and lower sole plates when separate) shall be set with epoxy gel just 50 before setting the superstructure in place. The (lower) sole plate surface 51

Page 304: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 304

in contact with the epoxy gel shall receive a thin uniform film of silicone 1 grease, to prevent bonding to the epoxy gel. The threads of the sole 2 plate clamping bolts shall be greased to prevent bonding and allow future 3 removal. The Contractor shall apply the epoxy gel by troweling it onto the 4 bottom surface of the steel girder flange or the upper sole plate welded to 5 the steel girder flange and shall immediately bolt the (lower) sole plate in 6 place to obtain a level surface. 7 8 Before the epoxy gel has cured, the superstructure shall be set in place, 9 squeezing out the excess epoxy gel while filling the interface between the 10 steel surfaces. Excess epoxy and grease shall be removed immediately. 11 After the epoxy gel has cured, the sole plate clamping bolts shall be 12 tightened to snug tight. 13

14 6-02.3(19)B.OPT9.BSP.GB6 15

(******) 16 Spherical Bearing 17

Bearing Types 18 The spherical bearings shall be one of the following types, with bridge 19 specific modifications, if any, as shown in the Plans: 20

21 Fixed Spherical Bearings With External Restrainer 22 Each bearing shall consist of an upper, a middle, and a lower unit. 23 The lower unit shall be a masonry plate, a bottom keeper plate, and 24 a circular base plate with spherically curved concave upper surface. 25 The base plate shall be recessed into the bottom keeper plate. 26 Polytetrafluoroethylene (PTFE) shall be recessed and bonded to the 27 upper concave surface of the base plate. 28 29 The middle unit shall be a bearing plate with a spherically curved 30 convex lower surface and a flat upper surface. The convex lower 31 surface shall be stainless steel. Polytetrafluoroethylene (PTFE) 32 sheets shall be recessed and bonded to the upper surface of the 33 middle unit. 34 35 The upper unit shall be a sole plate with a cylindrical cavity machined 36 out of it. Walls of the cavity shall form the external restrainer. The 37 lower surface of the sole plate inside the cavity shall have stainless 38 steel sheet welded to it. 39 40 Guided Spherical Bearings With External Restrainer 41 Each bearing shall consist of an upper, a middle, and a lower unit. 42 Lower and middle units shall be as specified for the fixed spherical 43 bearings with external restrainer. 44 45 The upper unit shall be a sole plate to which guide bars, if shown in 46 the Plans, shall be recessed and bolted. The lower surface of the 47 steel plate between the guide bars shall have stainless steel welded 48 to it. 49 50

Page 305: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 305

Restraining effect shall be accomplished by installing a restraining 1 plate in between the lower unit and the guide bars. Restraining plate 2 shall be a flat plate with a circular hole in the middle. Different 3 surfaces of the restraining plate shall be compatible with the mating 4 surfaces. Polytetrafluoroethylene (PTFE) sheets shall be recessed 5 and bonded to the upper, lower, and other sides (mating with the 6 guide bars) of the restraining plate. The stainless steel sheets shall 7 be welded to the sides of the guide bars mating with the restraining 8 plate. 9

10 Fixed Spherical Bearings Without External Restrainer 11 Each bearing shall consist of an upper and lower unit. The lower unit 12 shall be a masonry plate and a circular base plate with spherically 13 curved convex upper surface. The base plate shall be recessed into 14 and welded to the masonry plate. The convex upper surface shall be 15 stainless steel. 16 17 The upper unit shall be a sole plate and a circular bearing plate with 18 spherically curved, concave lower surface. The bearing plate shall 19 be recessed and welded to the sole plate. Polytetrafluoroethylene 20 (PTFE) sheet shall be recessed and bonded to the concave surface. 21 22 Guided Spherical Bearings Without External Restrainer 23 Each bearing shall consist of an upper, a middle, and a lower unit. 24 The lower unit shall be a masonry plate, a bottom keeper plate, and 25 a circular base plate with a spherically curved convex upper surface. 26 The base plate shall be recessed into the bottom keeper plate. The 27 convex upper surface of the base plate shall be stainless steel. 28 29 The middle unit shall be a bearing plate with a spherically curved 30 concave lower surface and a flat upper surface. 31 Polytetrafluoroethylene (PTFE) sheets shall be recessed and bonded 32 to the upper and lower surfaces of the middle unit. 33 34 The upper unit shall be a sole plate and a top keeper plate to which 35 guide bars, if shown in the Plans, shall be recessed and bolted. The 36 lower surface of the top keeper plate between the guide bars shall 37 have stainless steel sheet welded to it. The interspace between the 38 guide bars and the middle unit bearing plate shall be provided with a 39 stainless steel sheet against PTFE. The stainless steel sheet shall 40 be welded to the guide bars and the PTFE sheet shall be recessed 41 and mechanically bonded to the middle unit bearing plate. 42

43 Multi-Directional Spherical Bearings Without External Restrainer 44 Each bearing shall consist of an upper, a middle, and a lower unit. 45 The lower unit shall be a masonry plate, a bottom keeper plate, and 46 a circular base plate with a spherically curved convex upper surface. 47 The base plate shall be recessed into the bottom keeper plate. The 48 convex upper surface of the base plate shall be stainless steel. 49 50

Page 306: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 306

The middle unit shall be a bearing plate with a spherically curved 1 concave lower surface and a flat upper surface. 2 Polytetrafluoroethylene (PTFE) sheets shall be recessed and bonded 3 to the upper and lower surfaces of the middle unit. 4 5 The upper unit shall be a sole plate and a top keeper plate. The 6 lower surface of the sole plate shall have stainless steel sheet 7 welded to it. 8 9

Design Requirements 10 The Contractor shall design the bearing assemblies based on the current 11 AASHTO LRFD Bridge Design Specifications, including latest interims, 12 and also based on the following: 13

14 1. The bearing assembly design requirements for loads, 15

movements, and rotations shall be as shown in the Plans. 16 17 2. The bearing assembly shall have an external restrainer when 18

the horizontal design force of a design load combination 19 exceeds 25 percent of the simultaneous vertical design force. 20 The external restrainer shall be capable of withstanding the full 21 horizontal design force as shown in the Plans. 22

23 3. The bearing assembly shall be removable and replacable by 24

raising the bridge superstructure 1/4 inch maximum. The 25 bearing shall be held in place by recessing the upper and lower 26 keeper plates and by providing recessed bolted keeper bars on 27 the side of bearing removal. 28

29 4. The area of the PTFE surface shall be designed so that the 30

average bearing pressure does not exceed the maximum 31 contact pressure specified in Table 14.7.2.4-1 of the AASHTO 32 LRFD Bridge Design Specifications. The contact stress shall be 33 determined at the strength limit state as specified in Section 34 14.7.2.4 of the AASHTO LRFD Bridge Design Specifications. 35

36 5. The mechanical interlock of the solid or woven PTFE sheets to 37

the steel substrates shall be sufficient to develop a horizontal 38 force equal to 10 percent of the maximum unfactored vertical 39 load for bearings with an external restrainer, and 25 percent of 40 the maximum unfactored vertical load for bearings without an 41 external restrainer. 42

43 6. The minimum coefficient of friction on PTFE surfaces used for 44

design shall be those corresponding to 68F in Table 14.7.2.5-1 45 of the AASHTO LRFD Bridge Design Specifications. 46

47 7. The anchorage of the sole plates, masonry plates, and guide 48

bars to the supporting structural element shall be designed for 49 the maximum unfactored horizontal design force per bearing 50

Page 307: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 307

shown in the Plans, or 10 percent of the maximum unfactored 1 vertical design force per bearing, whichever is greater. 2

3 8. The sole and masonry plates shall have leveling capabilities. 4 5 9. The guide bars shall maintain all guided components within the 6

guides at all points of translation and rotation of the bearing. 7 8 Submittals 9

Design Calculations 10 The Contractor shall submit design calculations for all the bearing 11 components, including the base plates, bearing plates, sole plates, 12 masonry plates, keeper plates and bars, and anchor bolts to the 13 Engineer for approval in accordance with Section 6-02.3(16). The 14 design calculations shall accompany the shop plans. 15 16 The calculations shall provide, but not be limited to the following 17 information: 18

19 1. Bending stresses in the plates due to bearing pressure at 20

maximum design load and eccentricity. 21 22 2. Concrete bearing pressure under the plates at maximum 23

bearing pressure and eccentricity. 24 25 3. Bearing clearances at maximum load and rotation. The 26

calculated clearances shall include the effects of 27 anticipated initial set and modified center of rotation. 28

29 4. Design of all connections and mating surfaces. 30 31 5. Compressive stress on all sliding surfaces at maximum and 32

minimum design loads, including rotation. 33 34

The Contractor shall not begin bearing fabrication until receiving the 35 Engineer's written approval of the calculations. 36 37 Bearing Manufacturer Requirements 38 The spherical bearing manufacturer shall have a minimum of three 39 years experience in fabrication of spherical bearings, and shall meet 40 additional testing requirements as specified in this Special Provision. 41 42 The Contractor shall submit the name of the spherical bearing 43 manufacturer with a certification of spherical bearing manufacturing 44 experience to the Engineer for approval. The certification of 45 experience shall include a list of at least three spherical bearing 46 installations performed by the bearing manufacturer on previous 47 projects. The list shall include the following information for each 48 installation: 49

50

Page 308: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 308

1. Project Name and Location (Bridge name and highway 1 number). 2

3 2. Date of installation. 4 5 3. Governmental Agency/Owner. 6 7 4. Name, address, and phone number of the Governmental 8

Agency's/Owner's representative. 9 10 The Contractor shall not begin preparation of the design calculations 11 and shop plans until receiving the Engineer's written approval of the 12 bearing manufacturer's certification of experience. 13 14 Shop Drawings 15 The Contractor shall submit shop drawings to the Engineer for 16 approval in accordance with Section 6-03.3(7). These drawings shall 17 include but not be limited to the following information: 18

19 1. Bearing schedule identifying location and bearing type as 20

described in subsection Bearing Types of this Special 21 Provision. 22

23 2. Minimum and maximum horizontal and vertical service 24

loads. 25 26 3. Magnitude and direction of movements at all bearing 27

support points. 28 29 4. Minimum and maximum rotation capacity. 30 31 5. Construction rotation requirements. 32 33 6. Plan and elevation of the assembled bearing and each of 34

the components showing dimensions and tolerances. 35 36 7. Complete details of all components and sections showing 37

all materials incorporated into the bearing. 38 39 8. All AASHTO, ASTM, and other material designations. 40 41 9. All surface finishes. 42 43 10. Bearing manufacturer’s recommendations and procedures 44

for bearing assembly shipment, storage, and installation. 45 46 The Contractor shall not begin fabricating the spherical bearings until 47 receiving the Engineer’s approval of the shop drawings. 48 49

Page 309: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 309

Shop Inspection 1 The manufacturer shall provide for inspection, as specified in the 2 Bearing Inspection and Acceptance subsection of this Special 3 Provision. Inspection during the fabrication process shall ensure that 4 the materials and workmanship meet the requirements of the 5 contract. 6 7 Quality Assurance Inspection and Final Shop Inspection shall be 8 performed by an independent inspection entity approved by the 9 Engineer. The Contractor shall submit the name, address, phone 10 number and contact person of the inspection entity performing the 11 required certified shop inspection of the bearings to the Engineer for 12 approval. The Contractor shall not begin bearing fabrication until 13 receiving the Engineer’s written approval of the inspection entity for 14 certified shop inspection. 15 16 Bearing Testing Procedure 17 The Contractor shall submit the name, address, phone number, and 18 contact person of the testing entity performing the required bearing 19 testing specified in Bearing Testing subsection of this Special 20 Provision to the Engineer for approval. 21 22 The testing entity shall be one of the following: 23

24 1. An independent testing agency. 25 26 2. The spherical bearing manufacturer, with independent 27

verification by the inspection entity performing the certified 28 shop inspection of the bearings. 29

30 The Contractor shall not begin bearing fabrication until receiving the 31 Engineer's written approval of the testing entity. 32 33 Bearing Assembly Inspection Reports and Certificates 34 The Contractor shall submit the daily inspection reports of the 35 independent inspection entity performing the required certified shop 36 inspection to the Engineer for approval. The daily inspection reports 37 shall report on the shop fabrication and testing activities relating to 38 the bearing assemblies, and their conformance to the specification 39 requirements. 40 41 The Contractor shall submit written documentation from the bearing 42 manufacturer certifying that the bearing assemblies have been 43 manufactured in full compliance with the specification requirements. 44 45 The Contractor shall not ship the bearing assemblies from the 46 fabricator’s facility until receiving the Engineer’s approval of the 47 certified shop inspection daily inspection reports and the bearing 48 manufacturer’s certificate of compliance. 49 50

Page 310: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 310

Flatness and Manufacturing Tolerances 1 Flatness of bearing surfaces shall be determined by the following method: 2

3 1. A precision straightedge, longer than the nominal dimension to 4

be measured shall be placed in contact with the surface to be 5 measured as parallel to it as possible. 6

7 2. A feeler gauge having an accuracy of 0.001 inches equal to 8

the tolerance allowed shall be selected and inserted under the 9 straightedge. 10

11 3. If the feeler gauge does not pass under the straightedge, the 12

surfaces shall be acceptable for flatness. 13 14 4. In determining the flatness, the straightedge may be located in 15

any position on the surface being measured. 16 17

Flatness tolerances shall be defined as follows: 18 19 1. Class A tolerance = 0.001 x nominal dimension 20 21 2. Class B tolerance = 0.002 x nominal dimension 22 23 3. Class C tolerance = 0.005 x nominal dimension 24 25 (Nominal dimension shall be taken as the actual dimension of the 26 plate or sheet under the straightedge, in inches.) 27 28

Manufacturing tolerances for the bearings are as follows: 29 30 Sole, Bearing, Base, and Masonry Plate, and Keeper Plate and Bar 31

Plan dimensions 32 Greater than 30 inches: -0.00, +3/16 inch 33 30 inches or less: -0.00, +1/8 inch 34 Thickness: 35 Unmachined: -1/32, + 1/8 inch 36

Both Faces Machined: 0.01 inch 37

One Face Machined: 0.02 inch 38 Flatness: Class A tolerance, side in contact with 39

steel or PTFE 40 Class C tolerance, side in contact with 41

grout or concrete 42 The maximum gap between the external restrainer and the 43 circular base plate, and the walls of a recess and a recessed 44 plate shall be 0.04 inches. 45

46 Spherically Curved Surfaces 47

Radii: 1 percent, surfaces shall be parallel 48 to each other. 49

Profile of 50

Page 311: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 311

Spherical Surfaces: 0.0002D h” or 1/128”, whichever is 1 greater, where D = length of chord (in 2 inches) between the ends of the 3 PTFE surface in the direction of 4 rotation, and h = projection of the 5 PTFE (in inches) above the top of the 6 confining recess. 7

8 Guide Bar 9

Length: 1/8 inch 10

Section dimensions: 1/16 inch 11 Flatness: Class A tolerance, side in contact with 12

steel 13

Bar to bar tolerance: 1/32 inch 14 Bars shall be not more than 1/32” out of parallel 15

16 PTFE Sheet 17

Plan dimensions: Total nominal design area –0, +5 18 percent 19

Thickness: -0.00, +1/64 inch 20 Flatness: Class A tolerance 21 PTFE Recess: Length and width –0.00, +0.04 inch 22

23 Stainless Steel Sheet 24

Flatness: Class A tolerance 25 26 Overall Height 27

Total thickness: -1/16, +3/16 inch 28 29

The edges of all components shall be broken by grinding so that 30 there are no sharp edges. 31 32

Special Fabrication Requirements 33 When the following components are shown in the Plans as part of the 34 spherical bearing assembly, the following special fabrication requirements 35 shall apply: 36 37

Sole Plate and Masonry Plate 38 The sole plate and masonry plate shall be 3/4 inches minimum 39 thickness, unless otherwise shown in the Plans. 40 41 PTFE Sheet 42 The thickness of solid PTFE sheet shall be a minimum of 1/8 inch 43 and a maximum of 3/16 inch. Solid PTFE sheet shall be recessed 44 for a depth equal to one-half of its thickness into the material it is 45 bonded to. 46 47 The thickness of woven PTFE fabric, if used, shall be a minimum of 48 1/16 inch and a maximum of 1/8 inch. 49 50

Page 312: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 312

Dimpled PTFE, if shown in the Plans, shall be unfilled and shall have 1 a maximum thickness of 3/16 inch. Dimples shall be placed on a 1/2 2 inch grid and have a depth of 1/16 inch. 3 4 The PTFE sheet shall be recessed and chemically bonded to the 5 supporting steel plate or bar. The woven PTFE sheet shall be 6 mechanically bonded to the supporting steel plate or bar by using an 7 interlocking grid. Bonding shall be performed under controlled 8 conditions and in accordance with the written instructions of the 9 PTFE manufacturer. 10 11 Following the bonding operation, the PTFE surface shall be smooth 12 and free from bubbles. Filled PTFE shall be polished after the 13 bonding operation is complete, in accordance with AASHTO LRFD 14 Bridge Construction Specification Section 18.8.3.2.2, current edition 15 and latest interims. 16 17 Stainless Steel Sheet 18 The stainless steel sliding surface shall completely cover the PTFE 19 surface in all operating positions plus one additional inch in all 20 directions. 21 22 The stainless steel shall be 14 gage thick for the main sliding 23 surfaces and 10 gage thick for the guide bars. 24 25 The curved surfaces that receive stainless steel shall be weld 26 overlaid to produce a surface chemistry equivalent to ASTM A 240 27 Type 304L stainless steel. 28 29 Stainless steel welded overlay on the curved surface shall be a 30 minimum of 3/32 inch thick after welding, grinding, and polishing. 31 32 The stainless steel sheet shall be seal welded all around to the 33 supporting steel plate or bar by the gas tungsten arc welding 34 (GTAW) process in accordance with current AWS specifications. 35 The stainless steel sheet shall be clamped down to have full contact 36 with the supporting steel plate or bar during welding. The welds shall 37 not protrude beyond the sliding surface of the stainless steel sheet. 38 39 Guide Bar 40 Each guide bar shall be fabricated from a single steel plate. The 41 guide bars shall be connected to the spherical bearing assembly by 42 recessing and bolting. The stainless steel sheet shall be welded to 43 the guide bar before attaching the guide bar to the spherical bearing 44 assembly. The space between the guide bar and the guided 45

component shall be 3/16 inch 1/16 inch. 46 47

Corrosion Protection 48 Steel surfaces, except as otherwise specified below, shall be painted in 49 accordance with Section 6-07.3(9), and Section 6-03.3(30) as 50 supplemented in these Special Provisions. The weld surfaces fastening 51

Page 313: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 313

stainless steel to structural steel shall be painted as specified for 1 structural steel. Stainless steel shall not be painted. Galvanized 2 fastening hardware (anchor bolts, bolts, nuts and washers) shall be 3 painted in accordance with Section 6-07.3(11)A. 4 5 All coats of paint as specified in Section 6-07.3(9)A for steel surfaces 6 shall be applied in the shop. After the spherical bearing assembly has 7 been erected in its final position with the anchor bolt nuts installed, all 8 surfaces with damaged paint shall be repaired in accordance with Section 9 6-07.3(9)I. 10 11 All coats of paint as specified in Section 6-07.3(11)A for galvanized 12 fastening hardware shall be applied after the spherical bearing assembly 13 has been erected in its final position with the anchor bolt nuts installed. 14 The Contractor shall prepare the galvanized surfaces for painting in 15 accordance with Section 6-07.3(11)A except only hand or power tool 16 cleaning methods shall be used.. 17 18 The embedded pipe assembly, when shown in the Plans, shall not be 19 painted. 20 21 Bearing Testing 22 The Contractor shall provide for testing of the bearings. The testing shall 23 be performed by the testing entity submitted by the Contractor and 24 approved by the Engineer as specified in the Bearing Testing 25 Procedure subsection of this Special Provision. 26 27 All testing specified by this Special Provision performed by the bearing 28 manufacturer shall be witnessed by the inspection entity performing the 29 certified shop inspection of the bearings. 30 31 When fabrication of the bearings is complete, a Wear and Damage 32 Characteristics test shall be performed either on bearing assemblies 33 randomly selected from the production bearings, or on an equal number 34 of prototype bearings with a minimum design capacity of 1,000 kips. One 35 bearing per lot shall be tested where one lot is defined as the smaller of 36 the following: 37

38 1. 25 spherical bearing assemblies. 39 40 2. The total quantity of spherical bearing assemblies specified in 41

the contract. 42 43 The Wear and Damage Characteristics test shall be performed on the 44 selected test bearing assemblies as follows: 45

46 1. The bearing shall be subjected to 5,000 cycles of rotation (2.0 47

degrees each direction from level, 4.0 degrees total rotation) 48 under the specified vertical dead load plus live load. 49

50

Page 314: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 314

2. After completing the load cycles, the bearing shall be 1 disassembled and inspected for wear and damage. A 1/64 inch 2 reduction in PTFE thickness, or damage to the bearing, shall be 3 cause for rejection of the bearing assembly. 4

5 3. The test bearing shall show no signs of defects and failure while 6

under load, and after disassembly and inspection. 7 8 Failure of the test bearing will result in rejection of all bearings. 9 10 The testing requirements specified above may be waived for bearing 11 manufacturers with at least three years of spherical bearing fabrication 12 experience provided: 13

14 1. The bearing manufacturer, through the Contractor, shall submit 15

certified test results from a previous installation of spherical 16 bearings of similar design and load capacity to the Engineer for 17 approval. This submittal shall accompany the design calculation 18 and shop plan submittal. 19

20 2. The tests performed on the previously installed bearings satisfy 21

the requirements specified above. 22 23 3. All test requirements not performed on and not satisfied by the 24

previously installed bearings shall be performed on and satisfied 25 by a test bearing in this contract through a Wear and Damage 26 Characteristics test as specified above. 27

28 The test bearing may be used as a production bearing provided: 29

30 1. The test results meet with the approval of the Engineer. 31 32 2. The test bearing was selected from the production bearings. 33 34 3. All PTFE in the test bearing assembly shall be replaced with 35

new PTFE. 36 37 Bearing Inspection and Acceptance 38 Three levels of inspection shall be satisfied before the bearings are 39 accepted. These are: Quality Control Inspection, Quality Assurance 40 Inspection, and Final Shop Inspection. The manufacturer shall provide 41 for both Quality Control and Quality Assurance Inspection. The 42 manufacturer shall provide access for the Final Shop Inspection. The 43 three levels of inspection are described below: 44

45 1 Quality Control Inspection 46

During the fabrication process of all major components, the 47 manufacturer shall provide full time Quality Control Inspection to 48 ensure that the materials and workmanship meet or exceed the 49 minimum requirements of the contract. Quality Control 50 Inspection shall be the responsibility of the manufacturer's 51

Page 315: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 315

quality control group, which shall be independent of the 1 fabrication group. 2 3

2. Quality Assurance Inspection 4 Quality Assurance Inspection shall be performed by the 5 independent inspection entity performing the certified shop 6 inspection, as submitted by the Contractor and approved by the 7 Engineer. The independent inspection entity, the proposed 8 Quality Assurance Inspection Program, and the forms to be 9 used for the Quality Assurance Program shall be submitted to 10 the Engineer for approval prior to the start of fabrication. Quality 11 Assurance Inspection is not required to be full time inspection, 12 but shall be done at all phases of the manufacturing process. 13 The frequency of inspection shall be included in the Quality 14 Assurance Inspection Program. 15 16

3. Final Shop Inspection 17 Prior to shipping the bearings to the job site, a representative 18 number of bearings shall be inspected by the independent 19 inspection entity at the manufacturer's facility. The manufacturer 20 shall provide a clean, dry, and enclosed area for the bearing 21 inspection. The manufacturer shall disassemble and 22 reassemble the bearings for inspection by the independent 23 inspection entity. The independent inspection entity shall certify 24 that the bearings have been inspected, and that the bearings 25 have been manufactured in full compliance with the contract 26 requirements. 27 28

The bearings shall satisfy each of the three levels of inspection described 29 above before they will be accepted. Bearings that fail any one of the 30 three levels of inspection shall be replaced or repaired as approved by 31 the Engineer at no additional expense to the Contracting Agency. All 32 proposed corrective procedures shall be submitted by the Contractor to 33 the Engineer for approval before beginning corrective work. 34 35 Bearing Component Assembly, Shipping, and Storage 36 Each bearing, except bearing components welded to the bottom flange of 37 steel girders, shall be fully assembled at the manufacturing plant and 38 delivered to the construction site as a complete unit, ready for installation. 39 The units shall be held together with removable restraints so that the 40 sliding surfaces are not damaged. Softeners shall be placed under the 41 restraints to protect all painted surfaces. The Contractor shall not 42 damage the painted surfaces while shipping, storing and installing the 43 bearing assemblies. 44 45 All bearing assemblies shall be marked with the following information 46 prior to shipping: 47

48 1. Location of the bearing, including the pier and the specific 49

location along the pier. 50 51

Page 316: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 316

2. Direction arrow pointing in the ahead on station direction. 1 2 The above information shall be marked on the top plate of the upper unit 3 of the bearing assembly. The marks shall be permanent and shall be 4 visible after bearing installation. 5 6 The bearing assemblies shall have centerlines marked on both upper and 7 lower units for checking alignment in the field. 8 9 The bearing assemblies shall be shipped in light-proof, moisture-proof 10 and dust-proof containers. 11 12 Bearing Assembly Field Inspection 13 Field inspection of a representative number of bearings assemblies will 14 be performed by the Engineer. The Contractor shall provide a clean, dry 15 and enclosed area at the site, spacious enough for the field inspection 16 activities. The Contractor shall disassemble and reassemble the 17 bearings for inspection by the Engineer. The disassembly and 18 reassembly of the bearings shall be in accordance with the bearing 19 manufacturer’s written procedure and in the presence of the Engineer. 20 21 Bearings that fail the inspection shall be replaced or repaired by the 22 Contractor, as approved by the Engineer, at no additional expense to the 23 Contracting Agency. All proposed corrective procedures shall be 24 submitted by the Contractor to the Engineer for approval before beginning 25 corrective work. 26 27 Bearing Assembly Installation 28 The Contractor shall install the spherical bearing assembly in accordance 29 with the installation procedure included with the shop drawing submittal 30 as approved by the Engineer. After installation, the orientation of the 31

spherically curved units shall be 1/2 degree from level. 32 33 PTFE sheet shall not be greased, except as otherwise noted. A thin 34 uniform film of silicone grease shall be applied to the entire dimpled PTFE 35 sheet before installation (all dimples shall be filled with grease). 36 37 For spherical bearing assemblies with PTFE and stainless steel 38 components, the Contractor shall take special care at all times to ensure 39 protection of the PTFE and stainless steel surfaces from coming in 40 contact with concrete and any other foreign matter. 41 42 When bearing assemblies are supporting steel superstructure, the 43 interface between the sole plate and the steel girder flange (or the upper 44 and lower sole plates when separate) shall be set with epoxy gel just 45 before setting the superstructure in place. The (lower) sole plate surface 46 in contact with the epoxy gel shall receive a thin uniform film of silicone 47 grease, to prevent bonding to the epoxy gel. The threads of the sole 48 plate clamping bolts shall be greased to prevent bonding and allow future 49 removal. The Contractor shall apply the epoxy gel by troweling it onto the 50 bottom surface of the steel girder flange or the upper sole plate welded to 51

Page 317: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 317

the steel girder flange and shall immediately bolt the (lower) sole plate in 1 place to obtain a level surface. 2 3 Before the epoxy gel has cured, the superstructure shall be set in place, 4 squeezing out the excess epoxy gel while filling the interface between the 5 steel surfaces. Excess epoxy and grease shall be removed immediately. 6 After the epoxy gel has cured, the sole plate clamping bolts shall be 7 tightened to snug tight. 8

9 6-02.3(24).GR6 10

Reinforcement 11 12 6-02.3(24)C.GR6 13

Placing and Fastening 14 15 6-02.3(24)C.INST1.GR6 16

Section 6-02.3(24)C is supplemented with the following: 17 18 6-02.3(24)C.OPT1.GB6 19

(January 7, 2019) 20 Drilling Holes for, and Setting, Steel Reinforcing Bar Dowels 21 Where called for in the Plans, holes shall be drilled into existing concrete to 22 the size and dimension shown in the Plans. The Contractor may use any 23 method for drilling the holes provided the method selected does not damage 24 the concrete and the steel reinforcing bar that is to remain. Core drilling will 25 be required when specifically noted in the Plans. 26 27 The Contractor shall exercise care in locating and drilling the holes to avoid 28 damage to existing steel reinforcing bars and concrete. Location of the holes 29 may be shifted slightly with the approval of the Engineer in order to avoid 30 damaging the existing steel reinforcing bars. All damage caused by the 31 Contractor's operations shall be repaired by the Contractor at no cost to the 32 Contracting Agency and the repair shall be as approved by the Engineer. 33 34 Steel reinforcing bars shall be set into the holes noted in the Plans with epoxy 35 resin. The holes shall be cleaned before placing the resin. 36 37 The Contractor shall demonstrate, to the satisfaction of the Engineer, that the 38 method used for setting the steel reinforcing bars completely fills the void 39 between the steel reinforcing bar and the concrete with epoxy resin. Dams 40 shall be placed at the front of the holes to confine the epoxy and shall not be 41 removed until the epoxy has cured in the hole. 42

43 6-02.3(24)D.GR6 44

Splicing 45 46 6-02.3(24)D.INST1.GR6 47

Section 6-02.3(24)D is supplemented with the following: 48 49

Page 318: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 318

6-02.3(24)D.OPT1.GB6 1 (April 6, 2015) 2 Splicing of Hoop Reinforcement for Columns and Shafts 3 When the Plans show steel reinforcement bar hoops, the hoops shall be 4 spliced by one of the following methods: 5 6

1. Resistance butt weld splice, welded in accordance with Section 6-7 02.3(24)E as supplemented in these Special Provisions. 8

9 2. Welded direct butt splice, welded in accordance with Section 6-10

02.3(24)E as supplemented in these Special Provisions. 11 12 3. Welded lap splice if shown in the Plans, welded in accordance with 13

Section 6-02.3(24)E as supplemented in these Special Provisions. 14 15 All welded splices of hoop reinforcement shall be welded in the shop. 16

17 6-02.3(24)E.GR6 18

Welding Reinforcing Steel 19 20 6-02.3(24)E.INST1.GR6 21

Section 6-02.3(24)E is supplemented with the following: 22 23 6-02.3(24)E.OPT2.GB6 24

(April 6, 2015) 25 Resistance Butt Weld Splicing of Hoop Reinforcement for Columns and 26 Shafts 27

Splicing Quality Control Manager 28 The Contractor shall designate in writing a Splicing Quality Control 29 Manager (SQCM). The SQCM shall be responsible for the quality of all 30 hoop reinforcement splicing, including the inspection of materials and 31 workmanship, and submitting, receiving, and approving all 32 correspondence, required submittals, and reports regarding hoop 33 reinforcement splicing to and from the Engineer. 34 35 Splice Sample Test Facilities 36 Qualification testing and testing of production sample splices shall be 37 performed at an independent qualified testing laboratory at no additional 38 expense to the Contracting Agency. The laboratory shall have the 39 following: 40 41

1. Proper facilities, including a tensile testing machine capable of 42 breaking full size samples of all steel reinforcing bar splices. 43

44 2. Operators who have received documented training for 45

performing the testing requirements of ASTM A 370. 46 47 3. A record of annual calibration of testing equipment performed by 48

an independent third party that has standards that are traceable 49 to the National Institute of Standards and Technology and a 50 formal reporting procedure, including published test forms. 51

Page 319: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 319

Calibration records shall be made available for the Engineer’s 1 review upon request. 2

3 Splice Qualification Report 4 The Contractor shall submit a Splice Qualification Report as a Type 1 5 Working Drawing. This report shall include, at a minimum: 6

7 1. Name of the designated Splicing Quality Control Manager 8

(SQCM). 9 10 2. Splice material information 11 12 3. Names of the operators who will be performing the splicing 13 14 4. Descriptions of the positions, locations, equipment, and 15

procedures that will be used in the splice work. 16 17 5. Fabricator's Quality Control Manual for the fabrication of hoops 18

including, but not be limited to, the following: 19 20 a. The pre-production procedures for the qualification of 21

material and equipment. 22 23 b. The methods and frequencies for performing quality 24

control procedures during production. 25 26 c. The calibration procedures and calibration frequency 27

for all equipment. 28 29 d. The welding procedure specification for resistance 30

welding. 31 32 e. The method for identifying and tracking lots. 33

34 6. Certifications from the fabricator for qualifications of operators 35

and procedures based on sample qualification tests performed 36 within the past 24 months of the date of the Splice Qualification 37 Report submittal. 38

39 a. Each operator shall be certified by performing two 40

sample splices for each bar size of each splice type 41 that the operator will be performing in the work. 42

43 7. Certified test results for all qualification sample splices, tested 44

by an independent qualified testing laboratory and conforming to 45 the specified production test criteria. 46

47 Production Control Splice Test Criteria 48 For the purpose of hoop reinforcement splice testing, a lot of splices are 49 defined as 200, or a fraction thereof, of the same type of splice for each 50

Page 320: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 320

bar diameter that is used in the work. A production control sample shall 1 consist of four splices removed from each lot of completed splices. 2 3 The Contractor shall select the splices comprising the lot. The Engineer 4 will select the product control sample of four splices to be tested from 5 each lot. 6 7 Production control testing shall be performed for all hoop reinforcement 8 splices used in the work. Production control samples shall be tested in 9 accordance with ASTM A 370. 10 11 Sample Test Criteria 12 After the splices in a lot have been completed, the SQCM shall notify the 13 Engineer in writing that the splices in this lot conform to the specifications 14 and are ready for testing. 15 16 At least one week before sample testing, the Contractor shall notify the 17 Engineer in writing of the date and location of the testing. 18 19 Samples shall achieve at least 125 percent of the specified yield strength 20 of the bar. In addition, either necking of the bar or a plateau of the stress-21 strain curve shall be evident at rupture. 22 23 Sample Acceptance Criteria 24 If all four sample splices from a lot conform to the requirements of the 25 Sample Test Criteria subsection of this Special Provision, all splices in 26 the lot represented by the test will be considered acceptable. 27 28 If only two or three of the four sample splices from a lot conform to the 29 requirements of the Splice Test Criteria subsection of this Special 30 Provision, the Engineer will select an additional set of four samples for re-31 test from the same lot of splices. Should any of the four sample splices 32 from this additional test fail to conform to these requirements; all splices 33 in the lot will be rejected. 34 35 Should only one sample splice from a lot conform to the requirements of 36 the Splice Test Criteria subsection of this Special Provision, all splices in 37 the lot will be rejected. 38 39 Whenever a lot of splices are rejected, the rejected lot and subsequent 40 lots of splices shall not be used in the work until the following 41 requirements are met: 42

43 1. The SQCM performs a complete review of the Contractor’s 44

quality control process for these splices. 45 46 2. A written report is submitted to the Engineer describing the 47

cause of the failure of the splices in this lot and provisions for 48 preventing similar failures in future lots. 49

50

Page 321: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 321

3. The Engineer has provided the Contractor with written 1 notification that the report and any corrective action is 2 acceptable. 3

4 All bars within a lot shall be visually inspected to verify bar offset at the 5 joint doesn’t exceed what is permitted in ANSI/AWS D1.4/D1.4M:2011 6 Section 4.2.1. Any splice with offsets exceeding those as specified in 7 ANSI/AWS D1.4/D1.4M:2011 Section 4.2.1 will be rejected. 8 9 Reporting Test Results 10 A Production Control Test Report for all testing performed on each lot 11 shall be prepared by the independent testing laboratory performing the 12 testing and submitted to the SQCM. The report shall include the following 13 information for each test: 14

15 1. Contract number. 16 17 2. Dates received and tested. 18 19 3. Lot number. 20 21 4. Bar diameter, hoop diameter, and bar length. 22 23 5. Type of splice. 24 25 6. Length of test specimen. 26 27 7. Physical condition of the test sample splice and description of 28

break and location in relation to splice. 29 30 8. Any noticeable defects. 31 32 9. Ultimate tensile strength of each splice. 33

34 The SQCM shall review, approve with a signature, and submit each 35 Production Control Test Report as a Type 2 Working Drawing. The 36 Contractor shall not encase the splices represented by the report in 37 concrete until receiving the Engineer’s written response to the submittal. 38 39

Welded Direct Butt Splicing of Hoop Reinforcement for Columns and 40 Shafts 41

Welded Direct Butt Splices 42 Welded direct butt splices shall be complete joint penetration butt welds 43 conforming to ANSI/AWS D1.4/D1.4M figure 3.2. Split pipe backing shall 44 not be used. 45 46 Thermite welding is not allowed. 47 48 Nondestructive Splice Tests 49 Radiographic examinations shall be performed on 25 percent of all 50 complete joint penetration butt welded splices from a lot defined as 200, 51

Page 322: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 322

or a fraction thereof, of the same type of splice for each bar diameter that 1 is used in the work. 2 3 All splices shall be 100 percent visually inspected. 4 5 All required radiographic examinations shall be performed by the 6 Contractor in accordance with ANSI/AWS D1.4/D1.4M and as specified 7 below. 8 9 Before radiographic examination, welds shall conform to ANSI/AWS 10 D1.4/D1.4M Section 4.4. Radiographic acceptance shall be in 11 accordance with ANSI/AWS D1.4/D1.4M Table 4.1. Acceptance criteria 12 for bar size #7 shall be the same as for bar size #8. 13 14 Should more than 12 percent of the splices which have been 15 radiographically examined in any lot be defective, an additional 25 16 percent of the splices, selected by the Engineer from the same lot, shall 17 be radiographically examined. Should more than 12 percent of the 18 cumulative total of splices tested from the same lot be defective, all 19 remaining splices in the lot shall be radiographically examined. 20 21 All defects shall be repaired in accordance with ANSI/AWS D1.4/D1.4M, 22 latest edition. 23 24 The Contractor shall notify the Engineer in writing a minimum of 48 hours 25 before performing any radiographic examinations. 26 27 The radiographic procedure used shall conform to ANSI/AWS D1.1, 28 ANSI/AWS D1.4/D1.4M Section 7.9, and the following: 29

30 1. Two exposures shall be made for each splice. For each of the 31

two exposures, the radiation source shall be centered on each 32 bar to be radiographed. The first exposure shall be made with 33 the radiation source placed at zero degrees from the top of the 34 weld and perpendicular to the weld root and identified with a 35 station mark of "0". The second exposure shall be at 90 36 degrees to the "0" station mark and shall be identified with a 37 station mark of "90". When obstructions prevent a 90 degree 38 placement of the radiation source for the second exposure, and 39 when approved in writing by the Engineer, the source may be 40 rotated, around the centerline of the steel reinforcing bar, a 41 maximum of 25 degrees. 42

43 2. If more than one weld is to be radiographed during one 44

exposure, the angle between the root line of each weld and the 45 direction to the radiation source shall not be less than 65 46 degrees. 47

48 3. Radiographs shall be made by either X-ray or gamma ray. 49

Radiographs made by X-ray or gamma rays shall have densities 50 of not less than 2.3 nor more than 3.5 in the area of interest. A 51

Page 323: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 323

tolerance of 0.05 in density is allowed for densitometer 1 variations. Gamma rays shall be from the iridium 192 isotope 2 and the emitting specimen shall not exceed 0.18 inches in the 3 greatest diagonal dimension. 4

5 4. The radiographic film shall be placed perpendicular to the 6

radiation source at all times; parallel to the root line of the weld 7 unless source placement determines that the film shall be 8 turned; and as close to the root of the weld as possible. 9

10 5. The minimum source to film distance shall be maintained so as 11

to ensure that all radiographs maintain a maximum geometric 12 unsharpness of 0.020 at all times, regardless of the size of the 13 steel reinforcing bars. 14

15 6. Penetrameters shall be placed on the source side of the bar and 16

perpendicular to the radiation source at all times. One 17 penetrameter shall be placed in the center of each bar to be 18 radiographed, perpendicular to the weld root, and adjacent to 19 the weld. Penetrameter images shall not appear in the weld 20 area. 21

22 7. When radiography of more than one weld is being performed 23

per exposure, each exposure shall have a minimum of one 24 penetrameter per bar, or three penetrameters per exposure. 25 When three penetrameters per exposure are used, one 26 penetrameter shall be placed on each of the two outermost bars 27 of the exposure, and the remaining penetrameter shall be 28 placed on a centrally located bar. 29

30 8. An allowable weld buildup of 0.16 inch may be added to the total 31

material thickness when determining the proper penetrameter 32 selection. No image quality indicator equivalency will be 33 accepted. Wire penetrameters or penetrameter blocks shall not 34 be used. 35

36 9. Penetrameters shall be sufficiently shimmed using a 37

radiographically identical material. Penetrameter image 38 densities shall be a minimum of 2.0 and a maximum of 3.6. 39

40 10. Radiographic film shall be Class 1, regardless of the size of the 41

steel reinforcing bars. 42 43 11. Radiographs shall be free of film artifacts and processing 44

defects, including, but not limited to, streaks, scratches, 45 pressure marks or marks made for the purpose of identifying 46 film or welding indications. 47

48 12. Each splice shall be identified on each radiograph and the 49

radiograph identification and marking system shall be 50 established between the Contractor and the Engineer before 51

Page 324: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 324

radiographic inspection begins. Film shall be identified by lead 1 numbers only; etching, flashing or writing in identifications of any 2 kind will not be permitted. Each piece of film identification 3 information shall be legible and shall include, as a minimum, the 4 following information: 5

6 a. The Contractor's name. 7 8 b. The name of the nondestructive testing firm. 9 10 c. Contract number. 11 12 d. Date of the test. 13 14 e. Initials of the radiographer. 15 16 f. Part number. 17 18 g. Weld number. 19

20 The letter "R" and repair number shall be placed directly after 21 the weld number to designate a radiograph of a repaired weld. 22 23

13. Radiographic film shall be developed within a time range of one 24 minute less to one minute more than the film manufacturer's 25 recommended maximum development time. Sight development 26 will not be allowed. 27

28 14. Processing chemistry shall be done with a consistent mixture 29

and quality, and processing rinses and tanks shall be clean to 30 ensure proper results. Records of all developing processes and 31 any chemical changes to the developing processes shall be kept 32 and furnished to the Engineer upon request. The Engineer may 33 request, at any time, that a sheet of unexposed film be 34 processed in the presence of the Engineer to verify processing 35 chemical and rinse quality. 36

37 15. The results of all radiographic interpretations shall be recorded 38

on a signed certification and a copy kept with the film packet. 39 40 Technique sheets prepared in accordance with ASME Boiler and 41 Pressure Vessels Code Section V Article 2 Section T-291 shall also 42 contain the developer temperature, developing time, fixing duration and 43 all rinse times. 44 45 The Contractor shall maintain the radiographs and the radiographic 46 inspection report(s) in the shop until the Engineer reviews them or 47 requests copies. If the Engineer reviews them in the shop then the film 48 and reports shall be released to the Engineer for permanent record 49 keeping at that time. If copies are requested, the Contractor shall submit 50 a Type 2 Working Drawing consisting of the film and a PDF or two paper 51

Page 325: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 325

copies of the radiographic inspection report. Adequate facilities and 1 equipment shall be provided the Engineer for examining film, if performed 2 in the shop. 3 4 If the Engineer has not reviewed the film and reports in the shop or 5 requested copies within ten working days of completion of the lot, the 6 Contractor shall submit a Type 2 Working Drawing consisting of the film 7 and reports. 8 9

Welded Lap Splicing of Hoop Reinforcement for Shafts 10 All production splices shall be 100 percent visually inspected for weld quality, 11 size and length. 12

13 6-02.3(25).GR6 14

Prestressed Concrete Girders 15 16 6-02.3(26).GR6 17

Cast-in-Place Prestressed Concrete 18 19 6-02.3(26).INST1.GR6 20

The third paragraph of Section 6-02.3(26) is revised to read as follows: 21 22 6-02.3(26).OPT1.GB6 23

(January 4, 2010) 24 Before tensioning, the Contractor shall remove all side forms from the girders. The 25 Contractor shall not release the falsework supporting the superstructure, and shall 26 not place construction loads and other live loads on the superstructure, until the 27 job-cured 2-inch grout cubes, fabricated in accordance with WSDOT TM 813, 28 reach a minimum compressive strength of 800 psi in accordance with WSDOT 29 FOP for AASHTO T 106. 30

31 6-02.3(28).GR6 32

Precast Concrete Panels 33 34 6-02.3(28)A.GR6 35

Shop Drawings 36 37 6-02.3(28)A.INST2.GR6 38

The list included in the third paragraph of Section 6-02.3(28)A is supplemented 39 with the following: 40

41 6-02.3(28)A.OPT6.BSP.GB6 42

(******) 43 7. Construction sequence and method of forming the precast prestressed 44

concrete stay-in-place panels. 45 46 8. Details of additional reinforcement, if any, provided at lifting and support 47

locations. 48 49 9. Method and equipment used to support the precast prestressed concrete 50

stay-in-place panels during storage, transporting, and erection. 51

Page 326: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 326

1 10. Method used to identify the precast prestressed concrete stay-in-place 2

panel’s location for calculating its position accounting for profile grade 3 and transverse slope, and for ensuring correct placement during erection. 4

5 11. Erection sequence, including the method of lifting the panels, placing and 6

adjusting the panels to proper alignment and grade, and supporting the 7 panels during leveling and grouting operations. 8

9 12. Method for forming the grout pad on the exterior face of the prestressed 10

concrete girder flange, if an alternative method is proposed, and at the 11 interior face of the stay-in-place panel to the dimensions detailed in the 12 Plans. 13

14 6-02.3(28)B.GR6 15

Casting 16 17 6-02.3(28)B.INST1.GR6 18

Section 6-02.3(28)B is supplemented with the following: 19 20 6-02.3(28)B.OPT6.BSP.GB6 21

(******) 22 Strand slippage (withdrawal) in excess of 0.06-inches at each end of precast 23 prestressed concrete stay-in-place panels will be subject to evaluation by the 24 Engineer for possible rejection. The Contractor shall, with at least one panel 25 for each lot of ten production panels, cut all strands flush with the panel 26 immediately upon removing the panel from the forms, and shall visibly mark 27 the panel for periodic inspection by the Engineer. 28 29 The Contractor shall cast a sufficient number of precast prestressed concrete 30 stay-in-place panels to cover 105 percent of the quantity required by the 31 design shown in the Plans. The additional precast prestressed concrete stay-32 in-place forms shall be available for use as replacement panels for panels 33 damaged during handling, storage, and erection. All panels not incorporated 34 into the bridge deck, including additional panels cast but not used, and all 35 damaged panels, shall remain property of the Contractor and be disposed of 36 in accordance with Section 2-02.3. 37

38 6-02.3(28)E.GR6 39

Finishing 40 41 6-02.3(28)E.INST1.GR6 42

Section 6-02.3(28)E is supplemented with the following: 43 44 6-02.3(28)E.OPT6.BSP.GB6 45

(******) 46 The Contractor shall furnish a Class 2 surface finish, as specified in Section 6-47 02.3(14)B, on all surfaces of the precast prestressed concrete stay-in-place 48 panels, except as otherwise noted. The top surface of all panels shall receive 49 a textured finish in accordance with Section 6-02.3(10), except that the depth 50 of striations shall be 1/4-inch, and shall be spaced 3/4 to 1 inch apart. Areas 51

Page 327: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 327

of mortar buildup more than 1/4 inch above the top surface of the panel shall 1 be removed. 2

3 6-02.3(28)F.GR6 4

Tolerances 5 6 6-02.3(28)F.INST1.GR6 7

Section 6-02.3(28)F is supplemented with the following: 8 9 6-02.3(28)F.OPT1.BSP.GB6 10

(******) 11 The precast prestressed concrete stay-in-place panels shall not exceed the 12 following scalar tolerances: 13

14

Length and Width: 1/8 inch 15 16 Thickness: + 1/8, -0 inch 17 18 Location of strands (measured from 19

centerline of panel to centerline of strand): 1/16 inch 20 21 Camber (either upward or downward) ± 1/4 inch 22 at time of placement on structure: in ten feet 23

24 Precast prestressed concrete stay-in-place panels with tolerances exceeding 25 those specified above, or with hairline cracks visibly apparent radiating from 26 the strand at the end of the panel and extending more than three inches along 27 the panel will be subject to evaluation by the Engineer for possible rejection. 28

29 6-02.3(28)G.GR6 30

Handling and Storage 31 32 6-02.3(28)G.INST1.GR6 33

Section 6-02.3(28)G is supplemented with the following: 34 35 6-02.3(28)G.OPT6.BSP.GB6 36

(******) 37 Precast prestressed concrete stay-in-place panels shall be maintained in a flat 38 and level position, without any twisting, at all times. Panels shall be 39 supported at approximately 1’-3” from the panel ends and at the midpoint. 40 Supports shall be placed transverse to the prestressed strands and shall 41 extend the full width of the panel. 42 43 Unloading and reloading at a site other than the bridge site will be permitted 44 only under the direct supervision of the Engineer. The panels shall not be 45 stacked, unless otherwise approved by the Engineer. If such permission is 46 granted, the panel supports shall be in the same vertical plane and shall be of 47 sufficient height to prevent damage to the lifting bar loops. The Contractor 48 shall have received the Engineer’s verification that the bottom panel of the 49 stack is flat and level, without any twisting, prior to stacking additional panels. 50

Page 328: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 328

The Contractor shall not stack panels on top of adjacent girders of the 1 structure. 2

3 6-02.3(28)I.GR6 4

Erection 5 6 6-02.3(28)I.INST1.GR6 7

Section 6-02.3(28)I is supplemented with the following: 8 9 6-02.3(28)I.OPT6.BSP.GB6 10

(******) 11 The precast prestressed concrete stay-in-place panels shall be at least 60 12 days old at the time of placing bridge deck concrete. The Contractor shall 13 place the panels atop the prestressed girders as shown in the Plans, adjusting 14 the leveling bolts as required to match the level of adjacent panels and 15 accommodate camber. 16 17 The grout pad shall be placed after the panels have been fully adjusted for 18 grade and camber. The exposed portion of the grout pad forms that are 19 intended to be left in place permanently shall be tinted to match the color of 20 the adjacent concrete surfaces and shall be secured with an approved 21 adhesive or other method as approved by the Engineer. 22 23 Prior to placing the bridge deck steel reinforcing bars and concrete, the 24 Contractor shall place a backer rod at the intersection between panels as 25 shown in the Plans. All intersections between panels shall be sealed to 26 prevent leakage of slurry during concrete placement. Prior to placing the 27 bridge deck concrete, the surface of the panels shall be cleaned of all foreign 28 materials and fully saturated with water. 29

30 6-02.4.GR6 31

Measurement 32 33 6-02.4.INST1.GR6 34 Section 6-02.4 is supplemented with the following: 35 36 6-02.4.OPT1.FB6 37

(August 2, 2010) 38 *** $$1$$ *** contains the following approximate quantities of materials and work: 39

40 *** $$2$$ *** 41

42 The quantities are listed only for the convenience of the Contractor in determining the 43 volume of work involved and are not guaranteed to be accurate. The prospective 44 bidders shall verify these quantities before submitting a bid. No adjustments other than 45 for approved changes will be made in the lump sum contract price for *** $$3$$ *** 46 even though the actual quantities required may deviate from those listed. 47

48 6-02.4.OPT3.FB6 49

(August 2, 2010) 50

Page 329: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 329

Modular expansion joint system contains the following approximate quantities of 1 materials and work: 2

3 *** $$1$$ *** 4

5 The quantities are listed only for the convenience of the Contractor in determining the 6 volume of work involved and are not guaranteed to be accurate. The prospective 7 bidders shall verify these quantities before submitting a bid. No adjustments other than 8 for approved changes will be made in the applicable modular expansion joint system 9 lump sum contract price even though the actual quantities required may deviate from 10 those listed. 11

12 6-02.4.OPT8.FB6 13

(April 6, 2015) 14 Expansion joint modification contains the following approximate quantities of materials 15 and work: 16

17 *** $$1$$ *** 18

19 The quantities are listed only for the convenience of the Contractor in determining the 20 volume of work involved and are not guaranteed to be accurate. The prospective 21 bidders shall verify these quantities before submitting a bid. No adjustments other than 22 for approved changes will be made in the lump sum contract price for “Expansion Joint 23 Modification” even though the actual quantities required may deviate from those listed. 24

25 6-02.4.OPT13.FB6 26

(June 26, 2000) 27 *** $$1$$ *** bearing - superstr. will be measured per each for each bearing assembly 28 furnished and installed. 29

30 6-02.4.OPT18.GB6 31

(April 6, 2015) 32 Transverse stop bearing will be measured per each. 33

34 6-02.4.OPT24.GB6 35

(August 6, 2012) 36 Epoxy crack sealing will be measured by the linear foot along the sealed crack at the 37 concrete surface. 38

39 6-02.4.OPT26.GB6 40

(June 26, 2000) 41 Modify bridge drain will be measured per each for each bridge drain modified. 42

43 6-02.4.OPT27.GB6 44

(June 26, 2000) 45 Plugging existing bridge drain will be measured per each for each bridge drain plugged. 46

47 6-02.4.OPT32.GB6 48

(April 6, 2015) 49 Core drilled bridge deck drain will be measured per each for each bridge deck drain 50 core drilled and completed with a PVC pipe sleeve. 51

Page 330: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 330

1 6-02.4.OPT43.GB6 2

(April 6, 2015) 3 Longitudinal seismic restrainer will be measured per each. 4

5 6-02.4.OPT44.FB6 6

(April 6, 2015) 7 Seismic retrofit contains the following approximate quantities of materials and work: 8

9 *** $$1$$ *** 10

11 The quantities are listed only for the convenience of the Contractor in determining the 12 volume of work involved and are not guaranteed to be accurate. The prospective 13 bidders shall verify these quantities before submitting a bid. No adjustments other than 14 for approved changes will be made in the lump sum contract price for “Seismic Retrofit 15 - _____” even though the actual quantities required may deviate from those listed. 16

17 6-02.4.OPT45.FB6 18

(April 6, 2015) 19 Column jacketing contains the following approximate quantities of materials and work: 20

21 *** $$1$$ *** 22

23 The quantities are listed only for the convenience of the Contractor in determining the 24 volume of work involved and are not guaranteed to be accurate. The prospective 25 bidders shall verify these quantities before submitting a bid. No adjustments other than 26 for approved changes will be made in the lump sum contract price for “Column 27 Jacketing - _____” even though the actual quantities required may deviate from those 28 listed. 29

30 6-02.5.GR6 31

Payment 32 33 6-02.5.INST3.GR6 34 The fifth and sixth bid items under Section 6-02.5 are supplemented with the following: 35 36 6-02.5.OPT20.GB6 37

(April 6, 2015) 38 The contract quantity specified for “Steel Reinf. Bar for Bridge” includes the quantity for 39 the epoxy-coated steel reinforcing bars located in the substructure of the bridge(s) 40 included in this project. 41

42 6-02.5.INST4.GR6 43 Section 6-02.5 is supplemented with the following: 44 45 6-02.5.OPT26.FB6 46

(August 2, 2010) 47 “Bridge Deck - _____”, lump sum. 48 The lump sum contract price for “Bridge Deck - _____” shall be full pay for constructing 49 the reinforced concrete portions of the steel bridge superstructure, including *** $$1$$ 50 ***. 51

Page 331: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 331

1 6-02.5.OPT28.GB6 2

(August 2, 2010) 3 "Modular Expansion Joint System - Superstr.", lump sum. 4 "Modular Expansion Joint System ___", lump sum. 5 The lump sum contract prices for "Modular Expansion Joint System - Superstr." and 6 "Modular Expansion Joint System ___" shall be full pay for performing the work as 7 specified, including design, fabrication, testing, inspection and installation of modular 8 expansion joint system assemblies. 9

10 6-02.5.OPT33.GB6 11

(April 6, 2015) 12 “Expansion Joint Modification ___”, lump sum. 13

14 6-02.5.OPT38.GB6 15

(June 26, 2000) 16 “_____ Bearing - Superstr.”, per each. 17

18 6-02.5.OPT43.GB6 19

(April 6, 2015) 20 “Transverse Stop Bearing”, per each. 21

22 6-02.5.OPT49.GB6 23

(August 1, 2011) 24 “Epoxy Crack Sealing”, per linear foot. 25 26 Payment for taking and submitting cores to the Engineer for testing, as specified by the 27 Engineer, will be by force account in accordance with Section 1-09.6. For the purpose 28 of providing a common Proposal for all Bidders, the Contracting Agency has entered an 29 amount for the item “Force Account Epoxy Crack Sealing Cores” in the bid proposal to 30 become a part of the total bid by the Contractor. 31

32 6-02.5.OPT51.GB6 33

(June 26, 2000) 34 “Modify Bridge Drain”, per each. 35

36 6-02.5.OPT52.GB6 37

(June 26, 2000) 38 “Plugging Existing Bridge Drain”, per each. 39

40 6-02.5.OPT53.FB6 41

(June 26, 2000) 42 All costs in connection with *** $$1$$ *** bridge drains as specified shall be included in 43 the unit contract price per square yard for *** $$2$$ ***. 44

45 6-02.5.OPT58.GB6 46

(April 6, 2015) 47 “Core Drilled Bridge Deck Drain”, per each. 48

49 6-02.5.OPT59.FB6 50

(April 6, 2015) 51

Page 332: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 332

All costs in connection with constructing the core drilled bridge deck drains as specified 1 shall be included in the ***$$1$$***. 2

3 6-02.5.OPT71.GB6 4

(April 6, 2015) 5 “Longitudinal Seismic Restrainer”, per each. 6

7 6-02.5.OPT72.GB6 8

(April 6, 2015) 9 “Seismic Retrofit - _____”, lump sum. 10

11 6-02.5.OPT73.GB6 12

(April 6, 2015) 13 “Column Jacketing - _____”, lump sum. 14

15 6-02.5.OPT91.FB6 16

(June 26, 2000) 17 Bridge and Structures Minor Items 18 For the purpose of payment, such bridge and structures items as *** $$1$$ *** etc., for 19 which there is no pay item included in the proposal, are considered as bridge and 20 structures minor items. All costs in connection with furnishing and installing these 21 bridge and structures minor items as shown and noted in the Plans and as outlined in 22 these specifications and in the Standard Specifications shall be included in the *** 23 $$2$$ *** 24

25 6-02.5.OPT92.FB6 26

(June 26, 2000) 27 Bridge Supported Utilities 28 All costs in connection with placing *** $$1$$ *** through the superstructure of *** 29 $$2$$ *** as shown in the Plans, including all *** $$3$$ ***, shall be included in the *** 30 $$4$$. *** 31

32 6-02.5.OPT93.GB6 33

(June 26, 2000) 34 No additional compensation will be made by reason of any delay or other expense to 35 the Contractor caused by coordination with the utility company or by installing utility 36 company furnished items. However, any unavoidable delays to the Contractor caused 37 by coordination with the utility company or resulting from installing utility company 38 furnished items will be adjusted in accordance with Section 1-08.8. 39

40 6-03.GR6 41

Steel Structures 42 43 6-03.2.GR6 44

Materials 45 46 6-03.2.INST1.GR6 47 Section 6-03.2 is supplemented with the following: 48 49

Page 333: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 333

6-03.2.OPT2.BSP.GB6 1 (******) 2 Pin Bearing 3 Unless other materials are specified in the Plans, pin bearing assembly components 4 shall conform to the following requirements for those components shown and specified 5 in the Plans: 6 7

Steel Plates and Bars 8 Steel plates and bars (base plate, bearing plate, sole plate, and guide bar) shall 9 conform to ASTM A 36, and the dimensions shall comply with the details as shown 10 in the Plans. The surface of pin bearing assembly steel components in contact 11 with stainless steel and with the bearing block shall have an average surface 12 roughness of 125 microinches or less. The surface within the recess of steel 13 plates and bars retaining PTFE shall have an average surface roughness of 250 14 microinches or less. All other base plate, bearing plate, sole plate, and guide bar 15 surfaces in contact with other pin bearing assembly components shall have an 16 average surface roughness of 500 microinches or less. 17 18 Polytetrafluoroethylene (PTFE) 19 PTFE shall be 100 percent virgin PTFE, woven PTFE fabric, or dimpled PTFE 20 conforming to Section 18.8.2 of the AASHTO LRFD Bridge Construction 21 Specifications, current edition and latest interims. 22 23 Stainless Steel 24 Stainless steel sheet shall conform to ASTM A 240 Type 304L. Stainless steel in 25 contact with PTFE shall be polished to a Number 8 mirror finish. 26 27 Stainless steel countersunk screws shall be hexagon socket type conforming to 28 ANSI B 18.3 and shall conform to ASTM F 593 Type 304L. 29 30 Silicone Grease 31 Silicone grease shall conform to US Navy QPL AS8660-2. 32 33 Bolts, Nuts and Washers 34 Bolts, nuts and washers shall conform to Section 9-06.5(3) and shall be galvanized 35 after fabrication in accordance with AASHTO M 232. 36 37 Anchor Bolt Assembly 38 Anchor bolts shall conform to ASTM F 1554 Grade 105, including supplemental 39 requirements S2, S3, and S5. Nuts shall conform to ASTM A 563 Grade DH. 40 Washers shall conform to ASTM F 436. Bars shall conform to ASTM A 36. Pipe 41 shall conform to ASTM A 53 Grade B Type E or S, black. The upper portion of the 42 anchor bolts, and associated nuts and washers, to six inches minimum below the 43 concrete surface, shall be galvanized after fabrication in accordance with AASHTO 44 M 232 45 46 Resin Filler 47 Resin filler shall conform to Section 6-02.2 as supplemented in these Special 48 Provisions. 49 50

Page 334: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 334

Bearing Blocks and Keeper Rings 1 Bearing block forgings shall conform to Section 9-06.11, including AASHTO M 102 2 Supplemental Requirement S4. The grade shall be Grade F. The bearing block 3 forging surfaces in contact with other pin bearing assembly components shall have 4 an average surface roughness of 125 microinches or less. All other bearing block 5 forging surfaces shall have an average surface roughness of 500 microinches or 6 less. 7 8 Keeper ring forgings shall conform to Section 9-06.11 and the grade shall be 9 Grade H. All keeper ring surfaces shall have an average surface roughness of 10 125 microinches or less. 11 12 Pin Assembly 13 Pins shall conform to ASTM A 276, UNS Designation 21800. Nuts shall conform 14 to ASTM A 563 Grade DH. Nuts with a thread diameter equal to or less than six 15 inches shall have a minimum Rockwell Hardness of HRc 24. Nuts with a thread 16 diameter greater than six inches shall have a Rockwell Hardness between HRc 20 17 and HRc 30. Washers shall conform to ASTM A 572 Grade 50. Cotter pins shall 18 be stainless steel. The pin surfaces in contact with the bearing blocks shall have 19 an average surface roughness of 125 microinches or less. 20

21 Submittals of Acceptance Test Reports and Certificates 22 The Contractor shall submit the following production samples, and test reports and 23 certificates, to the Engineer for review, testing, and approval: 24 25

1. Manufacturer’s certificate of compliance for the PTFE, resin filler, and 26 silicone grease, in accordance with Section 1-06.3. 27

28 2. A six inch by six inch by 1/8 inch sample of PTFE taken from the lot of 29

production material. 30 31 3. Certified mill test reports for all steel and stainless steel materials 32

incorporated in the bearings. 33 34

The Contractor shall not ship the bearings from the fabricator’s facility until 35 receiving the Engineer’s written approval of all production samples, and test 36 reports and certificates. 37

38 6-03.3.GR6 39

Construction Requirements 40 41 6-03.3(7).GR6 42

Shop Plans 43 44 6-03.3(7)A.GR6 45

Erection Methods 46 47 6-03.3(7)A.INST1.GR6 48

The list in the second paragraph of Section 6-03.3(7)A is supplemented with the 49 following: 50

51

Page 335: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 335

6-03.3(7)A.OPT1.GB6 1 (April 6, 2015) 2 8. If the Contractor selects a girder launching method as the erection 3

procedure, the Contractor shall submit plan details of the nose beam, 4 roller assemblies, jacks, blocking, tow lines and control lines, and shall 5 prepare an erection procedure that describes the method and equipment 6 involved in the launching procedure, the elevation and alignment control 7 and corrective measures enforced during the launching process, the 8 methods of monitoring and adjusting the tow line and control line loads 9 during the launching process, and the spare jacks, tow lines, control 10 lines, and other critical field erection equipment provided to ensure a 11 continuous and safe operations. 12

13 6-03.3(7)A.OPT2.GB6 14

(April 6, 2015) 15 8. The method and equipment used to drill holes, and ream existing rivet 16

holes following rivet removal, through and in the existing gusset plates 17 and steel members. 18

19 6-03.3(25).GR6 20

Welding and Repair Welding 21 22 6-03.3(25).INST1.GR6 23

Section 6-03.3(25) is supplemented with the following: 24 25 6-03.3(25).OPT2.GB6 26

(April 6, 2015) 27 Electroslag Welding - Narrow Gap (ESW-NG) Procedure 28 The ESW-NG procedure may be used for groove welds in bridge members and 29 member components up to four inches thick subject to the following requirements: 30 31

Qualification Testing 32 Unless the Contractor submits previously performed qualification testing 33 documents, the Contractor shall provide the opportunity for Contracting 34 Agency representatives to witness all qualification testing. 35 36 HAZ Specimens, Type and Number of Tests for ESW-NG 37 For all compression members including ESW-NG of compression members, 38 CVN testing of the HAZ is not required. However, for welds deposited by 39 ESW-NG on tension and reversal members, additional CVN tests of the HAZ 40 shall be performed to qualify the process. The CVN tests for the HAZ shall be 41 the following: 42 43

1. Five specimens shall be removed from the quarter-thickness section 44 of the HAZ on each side of the procedure qualification welded joint in 45 accordance with the ESW-NG Tension Member CVN Test Plate 46 Detail as shown in the Plans. 47

48 2. The weld fusion line shall be revealed by etching the transverse-to-49

weld section. 50 51

Page 336: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 336

3. The notch location shall be in the base metal within 1/16 inch from 1 the weld fusion line. If the weld curvature does not permit the entire 2 notch to be placed within 1/16 inch from the fusion line, then one end 3 of the notch shall be placed on the fusion line while the remaining 4 portion of the notch extends away from the fusion line into the base 5 metal. 6

7 If different grades of steel such as 36 and 50 or 50 and 50W are joined by 8 ESW-NG, the procedure qualification tests shall be conducted on the same 9 two grades of steel. If transition joints between thick and thin members are 10 made, the WPS shall be conducted on the same joint preparation (having the 11 same thicknesses and joint transition slope). The heat affected zone CVN 12 toughness specimens shall be extracted from both sides of the transition joint. 13 14 Test Results Required for ESW-NG 15

HAZ 16 For CVN toughness determination in welds carrying applied tensile 17 stress, five specimens taken at the quarter-thickness location on both 18 sides of the ESW-NG weld shall be tested. The highest and lowest 19 values shall be discarded. The test is successful if the following criteria 20 are achieved for the three remaining tests: 21 22

1. The average CVN toughness shall be a minimum of 15 foot-23 pounds at 40F. 24

25 2. No more than one specimen shall have a CVN toughness less 26

than 15 foot-pounds at 40F. 27 28 3. No specimen shall have a CVN toughness value below 10 foot-29

pounds at 40F. 30 31 6-03.3(27).GR6 32

High Strength Bolt Holes 33 34 6-03.3(27)B.GR6 35

Reamed and Drilled Holes 36 37 6-03.3(27)B.INST1.GR6 38

The second sentence of the first paragraph of Section 6-03.3(27)B is revised to 39 read: 40

41 6-03.3(27)B.OPT1.FB6 42

(April 6, 2015) 43 Reamers and drills shall be directed mechanically, non hand-held, except as 44 otherwise noted. The Contractor may ream and drill holes through *** $$1$$ 45 *** of Bridge No(s) *** $$2$$ *** using hand-held reamers and drills, provided 46 that the method and equipment used conforms to the erection plan as 47 approved by the Engineer in accordance with Section 6-03.3(7)A as 48 supplemented in these Special Provisions. Unless otherwise shown in the 49 Plans, all holes reamed and drilled for bolted connections with existing gusset 50

Page 337: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 337

plates and steel members shall be 1/16 inch larger than the bolt diameter 1 specified in the Plans for the connection. 2

3 6-03.3(28).GR6 4

Shop Assembly 5 6 6-03.3(28)A.GR6 7

Method of Shop Assembly 8 9 6-03.3(28)A.INST1.GR6 10

Section 6-03.3(28)A is supplemented with the following: 11 12 6-03.3(28)A.OPT1.GB6 13

(August 5, 2013) 14 The girders shall also be shop assembled either completely or progressively 15 in the transverse direction. The transverse shop assembly shall consist of a 16 minimum of two adjacent girders, with pier diaphragms, intermediate 17 diaphragms and cross bracing, and temporary bracing between girders at the 18 end of the shop assembly (longitudinally). Staging of the transverse shop 19 assembly shall proceed along with the longitudinal shop assembly. Each next 20 stage of the transverse shop assembly shall be assembled to one of the 21 previous transverse shop assemblies, repositioned if necessary, and pinned 22 to ensure accurate alignment. Unless otherwise specified, the girders shall be 23 blocked or supported in the no-load position. 24 25 After acceptance of the shop assembly by the Engineer, pier diaphragms, 26 intermediate diaphragms and cross bracing utilized in the transverse shop 27 assembly shall be removed from the girders and shipped to the bridge 28 construction site each as individual units. Shop bolted connections in the 29 diaphragms and cross bracing shall be completed and fully tightened to the 30 minimum tension specified during the shop assembly. Fully tightened 31 connections shall be inspected prior to shipping. 32

33 6-03.3(28)B.GR6 34

Check of Shop Assembly 35 36 6-03.3(28)B.INST1.GR6 37

Section 6-03.3(28)B is supplemented with the following: 38 39 6-03.3(28)B.OPT1.GB6 40

(August 3, 2015) 41 If an assembly or stage of assembly is not accepted by the Engineer, 42 deficiencies shall be corrected and the assembly or stage of assembly shall 43 be resubmitted to the Engineer for acceptance. 44

45 6-03.3(30).GR6 46

Painting 47 48 6-03.3(30).INST1.GR6 49

Section 6-03.3(30) is supplemented with the following: 50 51

Page 338: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 338

6-03.3(30).OPT1.FB6 1 (August 3, 2009) 2 Paint for the new steel shall be applied in accordance with Section 6-07.3(9). The 3 color of the top coat, when dry, shall match *** $$1$$ ***. 4

5 6-03.3(30).OPT6.FB6 6

(April 6, 2015) 7 The Contractor shall paint all galvanized structural steel components of the 8 following specified items in accordance with Section 6-07.3(11): 9 10

*** $$1$$ *** 11 12 The color of the top coat, when dry, shall match *** $$2$$ ***. 13

14 6-03.3(37).GR6 15

Setting Steel Bridge Bearings 16 17 6-03.3(37).INST1.GR6 18

Section 6-03.3(37) is supplemented with the following: 19 20 6-03.3(37).OPT1.GB6 21

(April 6, 2015) 22 Pin Bearing Assembly Installation 23 The top surface of the pin bearing assembly in contact with the steel girder shall 24 receive a thin uniform film of silicone grease, and the bolt threads connecting the 25 pin bearing assembly to the steel girder shall be greased. 26 27 PTFE sheet shall not be greased, except as otherwise noted. A thin uniform film 28 of silicone grease shall be applied to the entire dimpled PTFE sheet before 29 installation (all dimples shall be filled with grease). 30 31 For pin bearing assemblies with PTFE and stainless steel components, the 32 Contractor shall take special care at all times to ensure protection of the PTFE and 33 stainless steel surfaces from coming in contact with concrete and any other foreign 34 matter. 35

36 6-03.3(38).GR6 37

Placing Superstructure 38 39 6-03.3(38).INST1.GR6 40

Section 6-03.3(38) is supplemented with the following: 41 42 6-03.3(38).OPT1.GB6 43

(August 3, 2015) 44 All concrete located below the permanent location of the steel girders shall be 45 completely covered to protect the concrete from staining from rusty water. 46 47 The Contractor shall submit a Type 2 Working Drawing consisting of a concrete 48 surface protection plan. The submittal shall include, but not be limited to, 49 describing all material components of the surface protection system, including 50 material specifications and thicknesses of all components, dimensions of all sub-51

Page 339: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 339

units and details of how the sub-units are assembled to create the combined 1 system, the method of installing the system, including all means of fastening the 2 system to or holding the system against the concrete surfaces, the methods of 3 maintaining the system in place during superstructure construction, and the 4 methods of repairing damage to the system during superstructure construction. 5 6 Removal of the concrete surface protection system will be performed by 7 Contracting Agency forces at a later date. 8

9 6-03.3(39).GR6 10

Swinging the Span 11 12 6-03.3(39).INST1.GR6 13

Section 6-03.3(39) is supplemented with the following: 14 15 6-03.3(39).OPT1.GB6 16

(June 26, 2000) 17 The Contractor shall measure and submit to the Engineer camber values at the 18 points indicated in the Plans at each of the following times: 19

20 1. After the spans are swung. 21 22 2. After roadway slab placement. 23

24 6-03.4.GR6 25

Measurement 26 27 6-03.4.INST1.GR6 28 Section 6-03.4 is supplemented with the following: 29 30 6-03.4.OPT1.FB6 31

(August 6, 2007) 32 Structural low alloy steel contains the following approximate steel quantities: 33 34

Bridge Quantity 35 *** $$1$$ *** *** $$2$$ *** 36

37 6-03.4.OPT6.GB6 38

(April 6, 2015) 39 Pin bearing - superstr. will be measured per each. 40

41 6-03.5.GR6 42

Payment 43 44 6-03.5.INST1.GR6 45 The second bid item under Section 6-03.5 is supplemented with the following: 46 47 6-03.5.OPT1.GB6 48

(August 6, 2007) 49

Page 340: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 340

All costs in connection with furnishing and installing steel girder pipe railing as shown in 1 the Plans shall be included in the lump sum contract price for “Structural Low Alloy 2 Steel”. 3

4 6-03.5.INST2.GR6 5 Section 6-03.5 is supplemented with the following: 6 7 6-03.5.OPT7.FB6 8

(June 26, 2000) 9 All costs in connection with furnishing, installing, and maintaining the concrete surface 10 protection system as specified shall be included in the *** $$1$$ ***. 11

12 6-03.5.OPT12.GB6 13

(April 6, 2015) 14 “Pin Bearing – Superstr.”, per each. 15

16 6-04.GR6 17

Timber Structures 18 19 6-04.3.GR6 20

Construction Requirements 21 22 6-04.3(1).GR6 23

Storing and Handling Material 24 25 6-04.3(1).INST1.GR6 26

Section 6-04.3(1) is supplemented with the following: 27 28 6-04.3(1).OPT1.GB6 29

(March 6, 2000) 30 The Contractor shall provide and maintain a water pump or pumps, and associated 31 equipment adequate for use in fire control, on the project at all times. This 32 requirement does not relieve the Contractor of responsibility as specified in 33 Section 1-07.14. 34

35 6-04.3(1).OPT2.GB6 36

(January 2, 2018) 37 After removing the existing timber deck and prior to installing the replacement 38 timber deck, the Contractor shall clean the top contact surfaces of the supporting 39 timber and steel stringers and floorbeams. After cleaning, the top contact surfaces 40 shall be prepared as follows: 41 42

Steel Supporting Members 43 The top flanges of the steel stringers and floor beams shall be uniformly 44 covered with a heavy coat of hot asphalt binder (Grade PG 58-22 or Grade 45 PG 64-22 for Western Washington (west of the Cascade Mountain Crest), and 46 Grade PG 64-28 for Eastern Washington (east of the Cascade Mountain 47 Crest)) conforming to Section 9-02.1(4). 48 49

Page 341: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 341

Timber Supporting Members 1 The Contractor shall furnish and install asphalt roofing felt over the top contact 2 surface of all timber stringers, bridging, and blocking. The asphalt roofing felt 3 shall be attached to the timber with 7/8 inch long galvanized roofing nails 4 spaced at 2’-0” centers, unless otherwise shown in the Plans. The asphalt 5 roofing felt shall weigh at least 65 pounds per one-hundred square feet and 6 extend at least 2 inches on each side of the member being covered. 7

8 6-04.5.GR6 9

Payment 10 11 6-04.5.INST1.GR6 12 Section 6-04.5 is supplemented with the following: 13 14 6-04.5.OPT1.FB6 15

(March 6, 2000) 16 All costs in connection with providing and maintaining fire control equipment at the 17 construction and material storage site as specified shall be included in the *** $$1$$ 18 ***. 19

20 6-04.5.OPT2.FB6 21

(March 6, 2000) 22 All costs in connection with cleaning and preparing the top contact surfaces of the 23 supporting timber and steel members as specified prior to redecking shall be included 24 in the *** $$1$$ ***. 25

26 6-05.GR6 27

Piling 28 29 6-05.2.GR6 30

Materials 31 32 6-05.2.INST1.GR6 33 Section 6-05.2 is supplemented with the following: 34 35 6-05.2.OPT1.GB6 36

(April 6, 2015) 37 Micropiles 38 Materials for micropiles shall consist of the following: 39 Admixtures for grout shall conform to Section 9-23.6. Admixtures that control bleed, 40 improve flowability, reduce water content, and retard set may be used in the grout, 41 subject to the review and acceptance of the Engineer. Admixtures shall be compatible 42 with the grout and mixed in accordance with the manufacturer's recommendations. 43 Accelerators are not permitted. Admixtures containing chlorides are not permitted. 44 45 All cement shall be Portland cement conforming to Section 9-01.2(1). 46 47 Centralizers and spacers shall be fabricated from schedule 40 PVC pipe or tube, steel. 48 Wood shall not be used. Centralizers and spacers shall be securely attached to the 49 reinforcement; sized to position the reinforcement within 3/8 inch of plan location from 50

Page 342: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 342

center of micropile; sized to allow grout tremie pipe insertion to the bottom of the 1 drillhole; and sized to allow grout.to freely flow up the drillhole and casing and between 2 adjacent reinforcing bars. 3 4 Encapsulation (double corrosion protection) shall be shop fabricated using high-5 density, corrugated polyethylene tubing conforming to the requirements of AASHTO M 6 252 with a nominal wall thickness of 1/32 inch. The inside annulus between the 7 reinforcing bars and the encapsulating tube shall be a minimum of 1/4 inch and be fully 8 grouted with grout as defined below. 9 10 Epoxy coating shall conform to Section 9-07.3. Bearing plates and nuts encased in the 11 micropile concrete footing need not be epoxy coated. 12 13 Fine aggregate for sand-cement grout shall be sand conforming to AASHTO M 45. 14 15 Grout shall be a neat cement or sand/cement mixture with a minimum seven day 16 compressive strength of 4,000 psi in accordance with Section 9-20.3(4). 17 18 Steel pipe casing for micropiles shall have the diameter and at least the minimum wall 19 thickness shown in the Working Drawings. Steel pipe casing shall conform to one of 20 the following: 21 22

1. ASTM A 252, Grade 2 or 3. If the casing is to be welded, the carbon 23 equivalency (CE) as defined in AWS D 1.1, Section Xl 5.1, shall not exceed 24 0.45, and the sulfur content shall not exceed 0.05 percent. 25

26 2. API 5L Grade X52 or better. 27 28 3. API 5CT Grade N80 or better. 29 30 4. Another equivalent steel pipe specification acceptable to the Engineer. 31

32 The manufacturer or fabricator of steel piling shall furnish a certificate of compliance in 33 accordance with Section 1-06.3 stating that the piling being supplied conforms to these 34 specifications. The certificate of compliance shall include test reports for tensile and 35 chemical tests. Samples for testing shall be taken from the base metal, steel, coil or 36 from the manufactured or fabricated piling. The certificate of compliance shall be in 37 English units. As an alternative to steel pipe with mill certificate of compliance 38 documentation, new structural grade or mill secondary steel pipe may be furnished for 39 micropile casing without certified mill test reports under the following conditions: 40 41

1. The steel pipe shall meet or exceed the mechanical requirements of API 5L 42 Grade X52 or better or API 5CT Grade N80 or better. 43

44 2. The CE shall not exceed 0.45 and the sulfur content shall not exceed 0.05 45

percent, if welding of the casing is required. 46 47 3. Two unique coupon tests with reports, conforming to ASTM A 370, including 48

Annex A2, shall be provided for each truckload of pipe supplied. 49 50 4. The pipe shall be free of defects (dents, cracks, and tears). 51

Page 343: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 343

1 The alternate testing for non-mill certified steel pipe is not permitted if domestic steel is 2 required for the project. 3 4 Welded circumferential joints in pipe shall develop the strength of the pipe section. 5 Threaded pipe joints shall develop at least the nominal resistance used in the design of 6 the micropile. 7 8 Structural steel plates and shapes for micropile top attachments shall conform to either 9 ASTM A 36 or ASTM A 572 Grade 50. 10 11 Reinforcing steel shall be deformed bars in accordance with Sections 9-07.4 or 9-12 07.11. When a bearing plate and nut are required to be threaded onto the top end of 13 reinforcing bars for the micropile top to footing anchorage, the threading may be 14 continuous spiral deformed ribbing provided by the bar deformations or may be cut into 15 a reinforcing bar. If threads are cut into a reinforcing bar, the next larger bar number 16 designation from that shown on the Plans shall be provided, at no additional cost to the 17 Contracting Agency. Reinforcing bars for micropiles shall be epoxy coated in 18 accordance with Section 6-02.3(24)H and 9-07.3. 19 20 Bar tendon couplers, if required, shall develop the ultimate tensile strength of the bars. 21

22 6-05.3.GR6 23

Construction Requirements 24 25 6-05.3.INST1.GR6 26 Section 6-05.3 is supplemented with the following: 27 28 6-05.3.OPT1.FB6 29

(April 6, 2015) 30 Micropiles 31

General Requirements 32 The Contractor is responsible for the design, installation and testing of micropiles 33 and micropile top attachments for this project. The Contractor shall select the 34 micropile type, size, micropile top attachment, installation means and methods, 35 shall estimate the ground-to-grout bond value, and shall determine the required 36 grout bond length and final micropile diameter. The Contractor shall design and 37 install micropiles that will develop the load capacities specified in the Plans. The 38 micropile load capacities shall be verified by verification and proof load testing, and 39 shall meet the test acceptance criteria specified in this Special Provision. 40 41 Contractor’s Experience Requirements and Submittal 42 The micropile Contractor shall be experienced in the construction and load testing 43 of micropiles and have successfully constructed at least three projects in the last 44 five years involving construction totaling at least 50 micropiles of equal or greater 45 capacity than required for this project. The Contractor shall submit construction 46 details, structural details and load test results for at least three previous successful 47 micropile load tests from different projects of similar scope to this project. 48 49 The micropile Contractor shall design the micropile system. The micropile system 50 shall be designed by a Professional Engineer, licensed under Title 18 RCW State 51

Page 344: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 344

of Washington, with experience in the design and construction of at least three 1 successfully completed micropile projects over the past five years, with micropiles 2 of equal or greater capacity than required in these plans and specifications. The 3 on-site foremen and drill rig operators shall also have experience on at least three 4 projects over the past five years installing micropiles of equal or greater capacity 5 than required for this project. 6 7 The Contractor shall submit a Type 2 Working Drawing consisting of the 8 completed project reference list, including a brief project description with the 9 owner’s name and current phone numbers. This Working Drawing submittal shall 10 also include a personnel list for the micropile system designer, supervising 11 Engineer, drill rig operators and on-site foremen to be assigned to the project. The 12 personnel list shall contain a summary of each individual’s experience and be 13 complete enough for the Engineer to determine whether each individual satisfies 14 the required qualifications. 15 16 Definitions 17 Alignment Load (AL): A minimum initial load (5 percent FDL) applied to micropile 18 during testing to keep the testing equipment correctly positioned. 19 20 Factored Design Load (FDL): The factored design load expected to be applied to 21 the micropile. The factored design load (FDL) is as specified in the bridge Plans. 22 23 Maximum Test Load: The maximum load to which the micropile is subjected during 24 testing. The load shall be 1.5 x FDL for verification load tests and 1.0 x FDL for 25 proof load tests. 26 27 Proof Load Test: Incremental loading of a production micropile, recording the total 28 movement at each increment. 29 30 Verification Load Test: Non-production micropile load test performed to verify the 31 design of the micropile system and the construction methods proposed, prior to 32 installation of production micropiles. 33 34 Micropile Design Requirements 35 The micropiles shall be designed to meet the specified loading conditions, as 36 shown in the Plans. The Contractor shall design the micropiles, and the micropile 37 top to footing connections using the Load and Resistance Factor Design (LRFD) 38 method. 39 40 Steel pipe used for micropile permanent casing shall incorporate an additional 1/16 41 inch thickness of sacrificial steel for corrosion protection. Where required as shown 42 in the Plans, corrosion protection of the internal steel reinforcing bars, consisting of 43 encapsulation (double corrosion protection), epoxy coating, or grout, shall be 44 provided in accordance with Section 6-05.2 as supplemented in these Special 45 Provisions. Where permanent casing is used for a portion of the micropile, 46 encapsulation shall extend at least five feet into the casing. 47 48 Micropile Design Submittals 49 The Contractor shall submit Type 3E Working Drawings consisting of complete 50 design calculations and working drawings with all details, dimensions, quantities, 51

Page 345: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 345

ground profiles, and cross-sections necessary to construct the micropile structure. 1 The Contractor shall verify the limits of the micropile structure and ground survey 2 data before preparing the detailed working drawings. 3 4 Design Calculations 5 Design calculations shall include the following items: 6

7 1. A written summary report which describes the overall micropile design 8

and its compatibility with the anticipated subsurface conditions as 9 described by the contract test hole boring logs, the Summary of 10 Geotechnical Conditions provided in the Appendix to the Special 11 Provisions, and the geotechnical report(s) prepared for this project. 12

13 2. Applicable code requirements and design references. 14 15 3. Micropile structure critical design cross-section(s) geometry including soil 16

strata and piezometric levels and location, magnitude and direction of 17 design applied loadings, including slope or external surcharge loads. 18

19 4. Design criteria including, soil shear strengths (friction angle and 20

cohesion), unit weights, and ground-to-grout bond values and micropile 21 drillhole diameter assumptions for each soil strata. 22

23 5. Load and resistance factors (for Load and Resistance Factor Design) 24

used in the design of the ground-to-grout bond values, the ground-to-25 grout bond length, surcharges, soil/rock and material unit weights, steel, 26 grout, and concrete materials. 27

28 The bond zone for micropiles shall be below the following elevations: 29 30

*** $$1$$ *** 31 32 6. Design calculation sheets with the project number, micropile structure 33

location, designation, date of preparation, initials of designer and 34 checker, and page number at the top of each page. An index page shall 35 be included with the design calculations. 36

37 7. Design notes including an explanation of any symbols and computer 38

programs used in the design. 39 40 8. Other design calculations as required. 41

42 Working Drawings 43 The Contractor shall submit Type 3E Working Drawings. 44 45 The working drawings shall include all information required for the construction 46 and quality control of the piling. Working drawings shall include the following items: 47

48 1. A plan view of the micropile structure identifying: 49

50 a. A reference baseline and elevation datum. 51

Page 346: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 346

1 b. The offset from the construction centerline or baseline to the 2

face of the micropile structure at all changes in horizontal 3 alignment. 4

5 c. Beginning and end of micropile structure stations. 6 7 d. Right-of-way and permanent or temporary construction 8

easement limits, location of all known active and abandoned 9 existing utilities, adjacent structures or other potential 10 interference. The centerline of any drainage structure or 11 drainage pipe behind, passing through, or passing under the 12 micropile structure. 13

14 e. Subsurface exploration locations shown on a plan view of the 15

proposed micropile structure alignment with appropriate 16 reference base lines to fix the locations of the explorations 17 relative to the micropile structure. 18

19 2. An elevation view of the micropile structure(s) identifying: 20

21 a. Elevation view showing micropile locations and elevations; 22

vertical and horizontal spacing; batter and alignment and the 23 location of drainage elements (if applicable). 24

25 b. Existing and finish grade profiles both behind and in front of the 26

micropile structure. 27 28 3. Design parameters and applicable codes. 29

30

4. General notes for constructing the micropile structure including the 31

overall construction sequence, micropile installation sequence, means 32 and methods to prevent damage to existing adjacent piles and micropiles, 33 installation tolerances, and other special construction requirements. 34

35

5. Start date and time schedule and micropile installation schedule providing 36 the following: 37

38 Micropile number 39 Micropile Factored Design Load 40 Type and size of reinforcing steel 41 Type and size of steel casing 42 Minimum total bond length 43 Total micropile length 44 Micropile top attachment 45 46

6. Micropile structure typical sections including micropile spacing and 47 inclination; minimum drill hole diameter; pipe casing and reinforcing bar 48 sizes and details; splice types and locations; centralizers and spacers; 49 grout bond zone and casing plunge lengths and corrosion protection 50

Page 347: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 347

details; and connection details to the substructure footing, anchorage, 1 plates, etc. 2

3 7. A typical detail of verification and production proof test micropiles defining 4

the micropile length, minimum drill hole diameter, inclination, and load 5 test bonded and unbonded test lengths. 6

7 8. Details, dimensions, and schedules for all micropiles, casing and 8

reinforcing steel, including reinforcing bar bending details. 9 10 9. Details and dimensions for micropile structure appurtenances such as 11

barriers, coping, drainage gutters, fences, etc. (if applicable). 12 13 10. Details for constructing micropile structures around drainage facilities (if 14

applicable). 15 16 11. Details for terminating micropile structures and adjacent slope 17

construction (if applicable). 18 19 When plan dimensions are changed due to field conditions or for other reasons, 20 the Contractor shall submit revised Type 3E Working Drawings, including 21 supporting design calculations. Within 30 days after completion of the work, the 22 Contractor shall submit as-built drawings to the Engineer, conforming to the 23 requirements specified for Type 3E Working Drawings in Section 1-05.3. 24 25 Construction Submittals 26 The Contractor shall submit Type 2E Working Drawings consisting of the following 27 for the micropile system or systems to be constructed: 28

29 1. Discussion of how the Contractor's construction methods accommodate 30

and are compatible with the anticipated subsurface conditions as 31 described in the contract test hole boring logs, the Summary of 32 Geotechnical Conditions provided in the Appendix to the Special 33 Provisions, and the geotechnical report(s) prepared for this project. 34

35 2. If welding of casing is proposed, the Contractor shall submit the proposed 36

welding procedure in accordance with Section 6-03.3(25). 37 38 3. Manufacturer's information, model, size, and type of equipment to be 39

used for installing micropiles, with appropriate manufacturer's literature 40 for review. Include detailed description of the drilling equipment and 41 methods proposed to be used to provide drillhole support and prevent 42 detrimental ground movements. 43

44 4. Information on headroom and space requirements for installation 45

equipment that verify the proposed equipment can perform at the site. 46 Plan describing how surface water, drill flush, and excess waste grout will 47 be controlled, contained, collected, and disposed of. 48

49 5. Certified mill test reports for the reinforcing steel and certified mill test 50

reports or independent test reports for non-mill certified steel casing used 51

Page 348: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 348

in micropile installation. The ultimate strength, yield strength, elongation, 1 and material properties composition shall be included. 2

3

6. Grouting Plan. The plan shall include complete descriptions, details, and 4 supporting calculations for the following: 5

6 a. Grout mix design and type of materials to be used in the grout 7

including certified test data and trial batch reports. 8 9 b. Grouting equipment, including capacity and relation to the 10

grouting demand and working conditions as well as provisions 11 for back-up equipment and spare parts. 12

13 c. Types and sizes of grout hoses, connections, and grout delivery 14

systems. 15 16 d. Methods and equipment for placing, positioning, and supporting 17

the steel pipe casing and reinforcing bars. Centralizers and 18 spacers shall permit the free flow of grout without misalignment 19 of the reinforcing bar(s) and permanent casing. 20

21 e. Methods and equipment for accurately monitoring and recording 22

the grout depth, grout volume and grout pressure as the grout is 23 being placed. The Contractor shall estimate the grout take. 24 There will be no extra payment for grout overruns. 25

26 f. Procedures and schedules for grout batching, mixing, and 27

pumping including provisions for handling drilling fluid and for 28 post grouting. 29

30 g. Grouting rate calculations, when requested by the Engineer. 31

The calculations shall be based on the initial pump pressures or 32 static head on the grout and losses throughout the placing 33 system, including anticipated head of drilling fluid to be 34 displaced. 35

36 h. Contingency procedures for handling blockage of ducts or 37

equipment breakdowns. 38 39 i. Estimated curing time for grout to achieve specified strength. 40

During production, grout shall be tested in accordance with the 41 Grout Testing subsection of this Special Provision. 42

43 j. Procedure and equipment for Contractor monitoring of grout 44

quality. 45 46 7. Detailed plans for the proposed micropile load testing method. This shall 47

include all drawings, details, and structural design calculations necessary 48 to describe the proposed test method, reaction load system capacity and 49 equipment setup, types and accuracy of apparatus to be used for 50 applying and measuring the test loads and micropile top movements in 51

Page 349: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 349

accordance with the Micropile Load Tests subsection of this Special 1 Provision. 2

3 8. Calibration reports and data for each test jack, pressure gauge and 4

master pressure gauge and electronic load cell to be used. The 5 calibration tests shall have been performed by an independent testing 6 laboratory within 90 calendar days of the date submitted. 7

8 9. Discussion of the Contractor's contingency plan if a verification load test 9

or a proof load test fails. 10 11 Pre-construction Meeting 12 A pre-construction meeting will be scheduled by the Engineer and held prior to the 13 start of micropile construction. The prime Contractor, micropile specialty 14 Contractor, and excavation Contractor shall attend the meeting. The pre-15 construction meeting will be conducted to clarify the construction requirements for 16 the work, to coordinate the construction schedule and activities, and to identify 17 contractual relationships and delineation of responsibilities amongst the prime 18 Contractor and the various Subcontractors - specifically those pertaining to 19 excavation for micropile structures, anticipated subsurface conditions, micropile 20 installation and testing, micropile structure survey control and site drainage control. 21 22 Site Drainage Control 23 The Contractor shall control and properly dispose of drill flush and construction 24 related waste, including excess grout, in accordance with Section 1-07.5(3) as 25 supplemented in these Special Provisions and all applicable local codes and 26 regulations. The Contractor shall provide positive control and discharge of all 27 surface water that will affect construction of the micropile installation. The 28 Contractor shall maintain all pipes or conduits used to control surface water during 29 construction. The Contractor shall repair damage caused by surface water in 30 accordance with Section 1-07.13. Upon substantial completion of the work, the 31 Contractor shall remove surface water control pipes or conduits from the site. 32 Alternatively, with the approval of the Engineer, pipes or conduits that are left in 33 place may be fully grouted and abandoned or left in a way that protects the 34 structure and all adjacent facilities from migration of fines through the pipe or 35 conduit and potential ground loss. 36 37 Excavation 38 The Contractor shall coordinate the work and the excavation so the micropile 39 structures are safely constructed. The Contractor shall perform the micropile 40 construction and related excavation in accordance with the Plans and approved 41 submittals. 42 43 Micropile Allowable Construction Tolerances 44 The centerline of piling shall not be more than 3 inches from indicated plan 45 location. 46 47 The pile-hole alignment of vertical micropiles shall be plumb within 2 percent of 48 total-length plan alignment. The pile-hole alignment of micropiles inclined up to 49 1:6 shall be within 4-percent of plan alignment. The pile-hole alignment of 50 micropiles inclined greater than 1:6 shall be within 7-percent of plan alignment. 51

Page 350: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 350

1 The top elevation of micropile shall be ± 1 inch maximum from vertical elevation 2 indicated. 3 4 The centerline of reinforcing steel shall not be more than 1/2 inch from indicated 5 location. 6 7 Drilling 8 The drilling equipment and methods shall be suitable for drilling through the 9 conditions to be encountered, without causing damage to any overlying or 10 adjacent structures or services. The drill hole shall be open along its full length to 11 at least the design minimum drill hole diameter prior to placing grout and 12 reinforcement. Temporary casing or other approved method of micropile drill hole 13 support will be required in caving or unstable ground to permit the micropile shaft 14 to be formed to the minimum design drill hole diameter. The Contractor's proposed 15 method(s) to provide drill hole support and to prevent ground movements shall 16 have received the concurrence of the Engineer. Use of drilling fluid containing 17 bentonite is not allowed. 18 19 Ground Heave or Subsidence 20 During construction, the Contractor shall observe the conditions in the vicinity of 21 the micropile construction site on a daily basis for signs of ground heave or 22 subsidence. The Contractor shall immediately notify the Engineer if signs of 23 movements are observed. The Contractor shall immediately suspend or modify 24 drilling or grouting operations if ground heave or subsidence is observed, if the 25 micropile structure is adversely affected, or if adjacent structures are damaged 26 from the drilling or grouting. If the Engineer determines that the movements require 27 corrective action, the Contractor shall take corrective actions necessary to stop the 28 movement or perform repairs. 29 30 When due to the Contractor's methods or operations or failure to follow the 31 specified/approved construction sequence, the costs of providing corrective 32 actions will be borne by the Contractor in accordance with Section 1-07.13. 33 34 Pipe Casing and Reinforcing Bars Placement and Splicing 35 Reinforcement may be placed either prior to grouting or placed into the grout-filled 36 drill hole before temporary casing (if used) is withdrawn. Reinforcement surface 37 shall be free of deleterious substances such as soil, mud, grease or oil. Micropile 38 cages and reinforcement groups, if used, shall be sufficiently robust to withstand 39 the installation and grouting process and the withdrawal of the drill casings without 40 damage or disturbance. Grout shall provide one inch minimum cover over bare or 41 epoxy coated bars (1/4-inch on bar couplers) or 1/2 inch minimum cover over the 42 encapsulation of encapsulated bars. 43 44 The Contractor shall check micropile top elevations and adjust all installed 45 micropiles to the planned elevations. 46 47 Permanent casing, if specified, shall be installed to the minimum tip elevations 48 shown in the Plans. 49 50

Page 351: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 351

Centralizers and spacers shall be provided at 10 feet centers maximum spacing. 1 The upper and lower most centralizer shall be located a maximum of 5 feet from 2 the top and bottom of the micropile. The central reinforcement bars with 3 centralizers shall be lowered into the stabilized drill hole and set. The reinforcing 4 steel shall be inserted into the drill hole to the desired depth. Bars shall not be 5 driven or forced into the hole. The Contractor shall re-drill and reinsert reinforcing 6 steel when necessary to facilitate insertion. 7 8 Lengths of casing and reinforcing bars to be spliced shall be secured in proper 9 alignment and in a manner to avoid eccentricity or angle between the axes of the 10 two lengths to be spliced. Splices and threaded joints shall meet the requirements 11 of Section 6-05.2 as supplemented in these Special Provisions. Threaded pipe 12 casing joints shall be located at least two casing diameters (OD) from a splice in 13 any reinforcing bar. When multiple bars are used, bar splices shall be staggered at 14 least one foot. 15 16 Grouting 17 Micropiles shall be primary grouted the same day the load transfer bond length is 18 drilled. The Contractor shall complete the load transfer bond length drilling and 19 primary grouting of a micropile before beginning work on another micropile in the 20 same footing or pile cap. 21 22 Prior to grouting, the drill hole shall be flushed with water and/or air to remove drill 23 cuttings. 24 25 The grouting equipment shall be colloidal mixers only and shall produce a grout 26 free of lumps and undispersed cement. Contractor shall have means and methods 27 of measuring the grout quantity and pumping pressure during the grouting 28 operations. The grout pump shall be equipped with a pressure gauge to monitor 29 grout pressures. A second pressure gauge shall be placed at the point of injection 30 into the micropile top. The pressure gauges shall be capable of measuring 31 pressures of 150 psi or twice the actual grout pressures used, whichever is 32 greater. The grout shall be kept in agitation prior to mixing. Grout shall be placed 33 within one hour of mixing. The grouting equipment shall be sized to enable each 34 micropile to be grouted in one continuous operation. 35 36 The grout shall be injected from the lowest point of the drill hole and injection shall 37 continue until uncontaminated grout flows from the top of the micropile. The grout 38 may be pumped through grout tubes, casing, hollow-stem augers, or drill rods. 39 Temporary casing, if used, shall be extracted in stages ensuring that after each 40 length of casing is removed the grout level is brought back up to the ground level 41 before the next length is removed. Additional grout shall be placed by the use of a 42 tremie pipe at all times. The tremie pipe shall always extend below the level of the 43 existing grout in the drill hole. The grout pressures and grout takes shall be 44 controlled to prevent excessive heave or fracturing of rock or soil formations. Upon 45 completion of grouting, the grout tube may remain in the hole, but must be filled 46 with grout. 47 48 If the Contractor elects to use a postgrouting system, working drawings and details 49 shall be submitted to the Engineer for review in accordance with the Construction 50 Submittals subsection of this Special Provision. 51

Page 352: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 352

1 Grout Testing 2 Grout within the micropile verification and proof test micropiles shall attain the 3 minimum specified seven day design compressive strength prior to load testing. 4 During placement of initial verification micropiles, proof test micropiles, and 5 production micropiles, micropile grout will be sampled and tested by the Engineer 6 for compressive strength in accordance with WSDOT Test Method 813 and 7 AASHTO T 106 at a frequency of no less than one set of three 2 inch grout cubes 8 from each grout plant each day of operation or per every 10 micropiles, whichever 9 occurs more frequently. The compressive strength will be the average of the 3 10 cubes tested. The Contractor is responsible for sampling and testing additional 11 grout cubes as necessary for early breaks prior to verification and proof testing. 12 13 If a compressive strength test fails, the Engineer may require the Contractor to 14 proof test some or all of the production micropiles installed since the last grout 15 batch that met the specified compressive strength. 16 17 Grout consistency, as measured by grout density, shall be tested by the Contractor 18 just prior to the start of micropile grouting in accordance with API RP-13B-1 at a 19 frequency of at least one test per micropile. For the grout to be approved for use, 20 the specific gravity reported by the test shall be between 1.8 and 1.9. The 21 Contractor’s grout consistency test equipment shall be calibrated by an 22 independent testing laboratory. The Contractor shall not use test equipment 23 greater than 180-calendar days past the most recent calibration date, until such 24 equipment is recalibrated by an independent testing laboratory. 25 26 Micropile Installation Records 27 The Contractor shall prepare and submit Type 1 Working Drawings consisting of 28 full-length installation records for each micropile installed, including all grout 29 volumes, pressures, and installation methods used. The records shall be 30 submitted no later than the end of each work week and within 24 hours after all 31 micropile installation is completed. The data shall be recorded in the micropile 32 installation log. A separate log shall be provided for each micropile. 33 34 Micropile Load Tests 35 The Contractor shall perform verification and proof testing of micropiles at the 36 locations specified in this Special Provision, the Plans or as otherwise specified by 37 the Engineer. Tests shall be performed using a tension load test in accordance 38 with ASTM D 3689 or a compression load test in accordance with ASTM D 1143, 39 except as modified by this Special Provision. 40 41 Completed production micropiles may be used as part of the reaction frame for 42 proof load testing. No reaction bearing elements of the load test frame for 43 verification and proof load testing of micropiles shall bear on existing structure 44 elements. 45 46 Verification Load Tests 47 The Contractor shall perform pre-production verification micropile testing to verify 48 the design of the micropile system and the construction methods proposed prior to 49 installing anyproduction micropiles. Sacrificial verification test micropiles shall be 50

Page 353: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 353

constructed in conformance with the Working Drawing submittal. Verification test 1 micropiles shall be installed at the following locations: 2

3 *** $$2$$ *** 4

5 Verification load tests shall be performed to verify that the Contractor installed 6 micropiles will meet the required compression and tension load capacities and 7 load test acceptance criteria and to verify that the length of the micropile load 8 transfer bond zone is adequate. The Contractor shall submit Type 2 Working 9 Drawings consisting of the micropile verification load test results for the Engineer’s 10 acceptance prior to the installation of production micropiles. 11 12 The drilling-and-grouting method, casing length and outside diameter, reinforcing 13 bar lengths, reinforcing bar size and strength, and depth of embedment for the 14 verification test micropile(s) shall be identical to those specified for the production 15 micropiles at the given locations. The verification test micropile structural steel 16 sections shall be sized to safely resist the maximum test load. 17 18 The jack, bearing plates, and stressing anchorage shall be positioned at the 19 beginning of the test such that unloading and repositioning during the test will not 20 be required. 21 22 Testing Equipment and Data Recording 23 Testing equipment shall include dial gauges, dial gauge support, jack and pressure 24 gauge, electronic load cell, and a reaction frame. The load cell is required only for 25 the creep test portion of the verification test. The Contractor shall provide a 26 description of test setup and jack, pressure gauge and load cell calibration curves 27 in accordance with the Working Drawings subsection of this Special Provision. 28 Additionally, the Contractor shall not use test jacks, pressure gauges and master 29 pressure gauges, and electronic load cells greater than 90 calendar days past their 30 most recent calibration date, until such items are recalibrated by an independent 31 testing laboratory. 32 33 The Contractor shall design the testing reaction frame to be sufficiently rigid and of 34 adequate dimensions such that excessive deformation of the testing equipment 35 does not occur. 36 37 The Contractor shall apply and measure the test load with a hydraulic jack and 38 pressure gauge. The pressure gauge shall be graduated in 75 psi increments or 39 less. The jack and pressure gauge shall have a pressure range of no more than 40 twice the anticipated maximum test pressure. Jack ram travel shall be sufficient to 41 allow the test to be done without resetting the equipment. The Contractor shall 42 monitor the creep test load hold during verification tests with both the pressure 43 gauge and the electronic load cell. The Contractor shall use the load cell to 44 accurately maintain a constant load hold during the creep test load hold increment 45 of the verification test. 46 47 The Contractor shall measure the micropile top movement with a dial gauge 48 capable of measuring to 1 mil (0.001 inch). The dial gauge shall have a travel 49 sufficient to allow the test to be done without having to reset the gauge. The 50 Contractor shall visually align the gauge to be parallel with the axis of the micropile 51

Page 354: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 354

and support the gauge independently from the jack, micropile or reaction frame. 1 The Contractor shall use two dial gauges when the test setup requires reaction 2 against the ground or single reaction micropiles on each side of the test micropile. 3 4 The required load test data shall be recorded by the Contractor. 5 6 Verification Test Loading Schedule 7 The Contractor shall test the verification micropiles to a maximum test load of 1.5 8 times the micropile Factored Design Load shown in the Plans. The verification 9 micropile load tests shall be made by incrementally loading the micropile in 10 accordance with the following cyclic load schedule: 11

12 AL = Alignment Load FDL = Factored Design Load 13 14 LOAD HOLD TIME 15 AL 1 minute 16 0.075 FDL 4 minutes 17 0.150 FDL 4 minutes 18 0.225 FDL 4 minutes 19 0.300 FDL 4 minutes 20 0.375 FDL 4 minutes 21 AL 1 minute 22 0.150 FDL 1 minute 23 0.300 FDL 1 minute 24 0.375 FDL 1 minute 25 0.450 FDL 4 minutes 26 0.525 FDL 4 minutes 27 0.600 FDL 4 minutes 28 0.675 FDL 4 minutes 29 0.750 FDL 4 minutes 30 AL 1 minute 31 0.300 FDL 1 minute 32 0.600 FDL 1 minute 33 0.675 FDL 1 minute 34 0.750 FDL 1 minute 35 0.825 FDL 4 minutes 36 0.900 FDL 4 minutes 37 1.00 FDL 60 minutes 38 (Creep Test Load Hold) 39 AL 1 minute 40 0.300 FDL 1 minute 41 0.600 FDL 1 minute 42 0.900 FDL 1 minute 43 0.975 FDL 4 minutes 44 1.050 FDL 4 minutes 45 1.125 FDL 4 minutes 46 1.200 FDL 4 minutes 47 1.275 FDL 4 minutes 48 1.350 FDL 4 minutes 49 1.425 FDL 4 minutes 50 1.500 FDL 4 minutes 51

Page 355: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 355

(Maximum Test Load) 1 1.200 FDL 4 minutes 2 0.900 FDL 4 minutes 3 0.600 FDL 4 minutes 4 0.300 FDL 4 minutes 5 AL 15 minutes 6

7 After the hold time at each load, Micropile top movement shall be measured and 8 recorded. The verification test micropile shall be monitored for creep at the 1.000 9 Factored Design Load (FDL). Micropile movement during the creep test shall be 10 measured and recorded at 1, 2, 3, 4, 5, 6, 10, 20, 30, 50, and 60 minutes. The 11 alignment load shall not exceed 5 percent of the FDL load. Dial gauges shall be 12 reset to zero after the initial AL is applied. 13 14 The acceptance criteria for micropile verification load tests are: 15

16 1. The micropile shall sustain the first 1.000 FDL test load with no more than 17

the following total vertical movement at the top of the micropile, relative to 18 the position of the top of the micropile prior to testing. 19

20 *** $$3$$ *** 21

22 2. At the end of the 1.000 FDL creep test load increment, test micropiles 23

shall have a creep rate not exceeding 0.040 inch/log cycle time (1 to 10 24 minutes) or 0.080 inch/log cycle time (6 to 60 minutes). The creep rate 25 shall be linear or decreasing throughout the creep load hold period. 26

27 3. Failure does not occur at the maximum test load of 1.005 FDL. Failure is 28

defined as a slope of the load versus deflection curve (at end of 29 increment) exceeding 0.025 inches/kips or at which attempts to further 30 increase the test load simply result in continued micropile movement. 31

32 The Engineer will provide the Contractor written acceptance or rejection of the 33 verification load tests within five working days. 34 35 Verification Test Micropile Rejection 36 If a verification tested micropile fails to meet the acceptance criteria, the Contractor 37 shall modify the design, the construction procedure, or both, and shall perform 38 another verification test incorporating the revisions. These modifications may 39 include modifying the installation methods, increasing the bond length, or changing 40 the micropile type. Any modification that necessitates changes to the structure will 41 require the Engineer's review and acceptance. Any modifications of design or 42 construction procedures or cost of additional verification test micropiles and load 43 testing shall be at no additional expense to the Contracting Agency. At the 44 completion of verification testing, test micropiles shall be removed down to an 45 elevation two feet below finished ground line, except as otherwise specified in the 46 Plans or by the Engineer. 47 48 Proof Load Tests 49 The Contractor shall proof load test the specified number of production micropiles 50 at locations specified by the Engineer. Additional proof tests will be required if 51

Page 356: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 356

modifications are made in the micropile installation methods subsequent to the first 1 production micropile, or if any of the proof tests fail. 2 3 Proof Test Loading Schedule 4 Proof tests shall be conducted by incrementally loading the micropile in 5 accordance with the following schedule: 6

7 AL = Alignment Load FDL = Factored Design Load 8 9 LOAD HOLD TIME 10 AL 1 minute 11 0.10 FDL 4 minutes 12 0.20 FDL 4 minutes 13 0.30 FDL 4 minutes 14 0.40 FDL 4 minutes 15 0.50 FDL 4 minutes 16 0.60 FDL 4 minutes 17 0.70 FDL 4 minutes 18 0.80 FDL 4 minutes 19 0.90 FDL 4 minutes 20 1.00 FDL 10 or 60 minutes 21 (Creep Test) 22 0.75 FDL 4 minutes 23 0.50 FDL 4 minutes 24 0.25 FDL 4 minutes 25 AL 4 minutes 26

27 Depending on performance, either a 10 minute or 60 minute creep test shall be 28 performed at the maximum test load of 1.0067 FDL. Where the micropile top 29 movement between 1 and 10 minutes exceeds 0.040 inch, the maximum test load 30 shall be maintained an additional 50 minutes. Movements shall be recorded at 1, 31 2, 3, 5, 6, 10, 20, 30, 50 and 60 minutes. The alignment load shall not exceed 5 32 percent of FDL. Dial gauges shall be reset to zero after the initial AL is applied. 33 34 The acceptance criteria for micropile proof load tests are: 35

36 1. The micropile shall sustain the maximum test load of 1.00 FDL with no 37

more than the following total vertical movement at the top of the 38 micropile, relative to the position of the top of the micropile prior to 39 testing. 40

41 *** $$4$$ *** 42

43 2. At the end of the 1.00 FDL creep test load increment, test micropiles shall 44

have a creep rate not exceeding 0.040 inch/log cycle time (1 to 10 45 minutes) or 0.080 inch/log cycle time (6 to 60 minutes). The creep rate 46 shall be linear or decreasing throughout the creep load hold period. 47

48 Proof Test Micropile Rejection 49 If a proof-tested micropile fails to meet the acceptance criteria, the Contractor shall 50 proof test another micropile as selected by the Engineer. For failed micropiles the 51

Page 357: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 357

Contractor shall submit a Type 2 Working Drawing consisting of a repair 1 procedure. For further construction of subsequent micropiles, the Contractor shall 2 modify the design, the construction procedure, or both. These modifications may 3 include installing replacement micropiles, incorporating failed micropiles at not 4 more than 50 percent of the maximum load attained, post grouting, modifying 5 installation methods, increasing the bond length, or changing the micropile type. 6 Any modification that necessitates changes to the structure design will require the 7 Engineer's review and acceptance. 8

9 6-05.3(5).GR6 10

Manufacture of Steel Piles 11 12 6-05.3(5).INST1.GR6 13

Section 6-05.3(5) is supplemented with the following: 14 15 6-05.3(5).OPT1.GB6 16

(August 3, 2015) 17 Furnishing St. Piling 18 Welding for steel pipe piling shall conform to AWS D1.1/D1.1M, latest edition, 19 Structural Welding Code, and Section 6-03.3(25), except that all weld filler metal 20 shall be low hydrogen material selected from Table 4.1 in AASHTO/AWS 21 D1.5M/D1.5:2010 Bridge Welding Code. 22 23 Welding and joint geometry for the seam, whether it be longitudinal or helical, shall 24 be qualified in accordance with Clause 4, Qualification, of the AWS D1.1/D1.1M, 25 latest edition, Structural Welding Code. In addition, charpy V-notch (CVN) testing 26 in accordance with Clause 4, Part D, of the AWS D1.1/D1.1M, latest edition, 27 Structural Welding Code, shall be performed. CVN testing shall include five tests 28 at 0°F. The acceptance threshold for the five samples shall meet an average 29 value of 20-foot-pounds CVN for the set of test coupons and a minimum value of 30 15-foot-pounds CVN for any individual test coupon. The Contractor may submit 31 documentation of prior qualification to the Engineer to satisfy this requirement. 32 33 Dimensional tolerances shall conform to the material specification that the steel 34 pipe piling is manufactured under, and, at a minimum, the following requirements: 35 36

1. Out-of-roundness shall be within 1-percent of the nominal outside 37 diameter. 38

39 2. Deviation from a straight line, parallel to the centerline of the pile, shall 40

not exceed 0.001 times the length of the pile. 41 42 3. The maximum radial offset of the strip/plate edges shall be 1/8-inch. The 43

offset shall be transitioned with a taper weld and the slope shall not be 44 less than a 1 in 2.5 taper. 45

46 4. The bead height of weld reinforcement shall not exceed 3/16-inch. 47 48 5. Misalignment of weld beads for double-sided welded pipe shall not 49

exceed 1/8-inch. 50 51

Page 358: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 358

6. The wall thickness shall not be less than 95-percent or greater than 110-1 percent of the specified nominal thickness. 2

3 All seams and skelp splices shall be complete penetration welds. Skelp splices in 4 spiral welded (helical seam) pipe shall not be located within 12 inches of a girth 5 shop or field weld. 6 7 All skelp splices shall be 100 percent radiographically or ultrasonically inspected in 8 accordance with either API 5L Annex E Section E.4 or E.5, or Table 6.2 and 9 Clause 6 Part E, F or G in AWS D1.1/D1.1M, latest edition, Structural Welding 10 Code. Additionally, 10-percent of the total length of seam welds for both 11 longitudinal and helical welded pipe, and one pipe diameter length of seam 12 centered on any skelp splice intersection, shall be randomly inspected as specified 13 above. If repairs are required in more than 10-percent of the welds examined, 14 additional inspection shall be performed. The additional inspection shall be made 15 on both sides of the repair for a length equal to 10-percent of the length of the pipe 16 outside circumference. If repairs are required in more than 10-percent of welds 17 examined in the second sample, 100-percent of the entire seam on the pile shall 18 be inspected. 19 20 All seams and splices shall be 100 percent visually inspected in accordance with 21 the acceptance criteria for statically loaded non-tubular connections in Table 6.1 of 22 the AWS D1.1/D1.1M, latest edition, Structural Welding Code. Repairs shall 23 conform to Section 5.26 of the AWS D1.1/D1.1M, latest edition, Structural Welding 24 Code, using approved repair and weld procedures. 25 26 Each length of steel pipe pile shall be marked with paint stencil, no closer than six 27 inches to the end of the pipe, with the name of the manufacturer, material 28 specification and grade of pipe, steel heat number, nominal pipe diameter, and 29 wall thickness. 30

31 6-05.3(6).GR6 32

Splicing Steel Casings and Steel Piles 33 34 6-05.3(6).INST1.GR6 35

Section 6-05.3(6) is supplemented with the following: 36 37 6-05.3(6).OPT1.GB6 38

(August 3, 2015) 39 Furnishing St. Piling 40 Welding for steel pipe piling shall conform to AWS D1.1/D1.1M, latest edition, 41 Structural Welding Code, and Section 6-03.3(25), except that all weld filler metal 42 shall be low hydrogen material selected from Table 4.1 in AASHTO/AWS 43 D1.5M/D1.5:2010 Bridge Welding Code. 44 45 Welding and joint geometry for splices shall be qualified in accordance with Clause 46 4, Qualification, of the AWS D1.1/D1.1M, latest edition, Structural Welding Code. 47 In addition, charpy V-notch (CVN) testing in accordance with Clause 4, Part D, of 48 the AWS D1.1/D1.1M, latest edition, Structural Welding Code, shall be performed. 49 CVN testing shall include five tests at 0°F. The acceptance threshold for the five 50 samples shall meet an average value of 20-foot-pounds CVN for the set of test 51

Page 359: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 359

coupons and a minimum value of 15-foot-pounds CVN for any individual test 1 coupon. The Contractor may submit documentation of prior qualification to the 2 Engineer to satisfy this requirement. 3 4 Ends of steel pipe piling shall be prepared for splicing in accordance with AWS 5 D1.1/D1.1M, latest edition, Structural Welding Code. 6 7 All splices shall be complete penetration groove welds using continuous backing 8 rings of 1/4 inch minimum thickness. Tack welds shall be located in the root of the 9 complete penetration groove weld. 10 11 Shop splices shall be 100 percent visually and ultrasonically inspected in 12 accordance with the acceptance criteria for statically loaded non-tubular 13 connections in Table 6.1 and the acceptance criteria in Table 6.2 in AWS 14 D1.1/D1.1M, latest edition, Structural Welding Code. Repairs for shop and field 15 splices shall conform to Section 5.26 of AWS D1.1/D1.1M, latest edition, Structural 16 Welding Code, using approved repair and weld procedures. 17 18 Field splice welds and welders shall be further qualified, tested and inspected as 19 follows: 20 21

1. Welder qualification shall be performed on sample full girth sections of 22 steel pipe pile to be used, in the same position and using the same weld 23 joint as for production pile splicing. At the Contractor’s option, these tests 24 may be performed on the test piles during test pile installation. 25

26 2. Weld qualification tests shall be conducted in the presence of the 27

Contractor’s CWI and a representative of the Contracting Agency. 28 29 3. Field welded test joints for welder qualification shall be inspected as 30

specified above for shop splices. 31 32 4. Production pile field splices shall be inspected as specified above for 33

shop splices, within the limits designated for UT inspection as shown in 34 the Plans. All welds shall be 100 percent visually inspected. The 35 Engineer and the Contractor’s CWI reserve the right to request UT 36 inspection of splices in any pile location. 37

38 Quality control for field welding shall be conducted by an AWS Certified Welding 39 Inspector (CWI). The Contractor shall not begin pile splicing operations until 40 receiving the CWI’s approval of the joint fit-up. The CWI shall inspect 100 percent 41 of all field welds in accordance with the criteria and requirements specified above. 42 All field splices shall have received the CWI’s approval prior to Engineer 43 acceptance. 44 45 The CWI shall prepare a Type 1 Working Drawing documenting the results of the 46 nondestructive quality control inspection of all field welds, and shall submit the 47 report to the Engineer within five working days of the completion of the final pile 48 splice in the project or as otherwise requested by the Engineer. 49

50

Page 360: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 360

6-05.3(10).GR6 1 Test Piles 2

3 6-05.3(10).INST1.GR6 4

Section 6-05.3(10) is supplemented with the following: 5 6 6-05.3(10).OPT1.FB6 7

(March 6, 2000) 8 The Contractor shall furnish and drive *** $$1$$ *** test piles at the following 9 locations or at locations designated by the Engineer: 10 11

*** $$2$$ *** 12 13 The *** $$3$$ *** test piles shall be driven in the location of permanent piles and 14 the number of permanent *** $$4$$ *** piles required for this project has been 15 reduced by the appropriate number. 16

17 6-05.3(11).GR6 18

Driving Piles 19 20 6-05.3(11)D.GR6 21

Achieving Minimum Tip Elevation and Bearing 22 23 6-05.3(11)D.INST1.GR6 24

Section 6-05.3(11)D is supplemented with the following: 25 26 6-05.3(11)D.OPT2.GB6 27

(August 3, 2015) 28 The areas where piles are to be driven are adjacent to highly developed 29 areas. It is essential that vibration and noise resulting from pile driving be 30 held to a minimum. Unless otherwise allowed by the Engineer, pile driving 31 shall be done during regular daytime working hours. The Contractor shall 32 select pile driving equipment which will minimize noise and vibration. When, 33 in the opinion of the Engineer, noise or vibration are excessive, the Contractor 34 will be required to use a hammer that does not exceed the minimum 35 specifications by more than 10 percent for the type and capacity of piling 36 being driven. If pre-boring, jetting, or other special methods are not specified 37 elsewhere in the contract and are ordered by the Engineer to reduce noise or 38 vibration, such change in method shall be considered a change, subject to the 39 terms of Section 1-04.4. 40

41 6-05.3(11)D.OPT3.FB6 42

(August 3, 2015) 43 The *** $$1$$ *** piles *** $$2$$ *** shall be placed in prebored holes drilled 44 to elevation ***$$3$$***. 45 46 The holes shall be of adequate diameter to isolate the pile from skin friction. 47 The hole around the pile due to oversize boring shall be filled with dry sand or 48 pea gravel after the pile is placed. 49

50

Page 361: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 361

6-05.3(11)D.OPT4.FB6 1 (August 3, 2015) 2 The *** $$1$$ *** piles ***$$2$$*** shall be prebored to elevation *** $$3$$ 3 ***. 4 5 The diameter of the preboring shall be adjusted to provide for full contact 6 between the pile casing and the surrounding soil without shattering the soil 7 formation. It is estimated that the required diameter for preboring will be 8 approximately 1 inch less than the pile diameter; however, the diameter shall 9 be adjusted by the Contractor as specified by the Engineer to accomplish the 10 results described above. Jetting will not be permitted. The Contractor shall 11 follow preboring immediately with the placing of the pile casing to prevent 12 sloughing into the excavated hole. 13

14 6-05.3(11)D.OPT9.FB6 15

(April 6, 2015) 16 The Contractor is advised that overdriving is anticipated for piles driven at the 17 following location(s): 18 19

Approx. Magnitude 20 of Overdriving 21 Anticipated to Reach 22 Location(s) Minimum Tip Elev. 23 24 *** $$1$$ *** *** $$2$$ *** 25

26 The Contractor shall size the hammer and pile to accommodate overdriving of 27 this magnitude without premature refusal or pile damage. 28

29 6-05.4.GR6 30

Measurement 31 32 6-05.4.INST1.GR6 33 Section 6-05.4 is supplemented with the following: 34 35 6-05.4.OPT1.FB6 36

(March 6, 2000) 37 Measurement for preboring for *** $$1$$ *** pile will be per linear foot of hole drilled. 38

39 6-05.4.OPT6.GB6 40

(April 6, 2015) 41 Micropiles will be measured per each, for each micropile installed and accepted. 42 43 Micropile verification load testing will be measured per each for each successfully 44 completed and accepted micropile verification load test. 45 46 Micropile proof load testing will be measured per each for each successfully completed 47 and accepted micropile proof load test. 48

49

Page 362: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 362

6-05.5.GR6 1

Payment 2 3 6-05.5.INST1.GR6 4 Section 6-05.5 is supplemented with the following: 5 6 6-05.5.OPT1.FB6 7

(March 6, 2000) 8 “Preboring For ***$$1$$*** Pile”, per linear foot. 9 10 The unit contract price per linear foot for “Preboring For ***$$2$$*** Pile” shall be full 11 pay for performing the work as specified, including removal and disposal of excavated 12 soils from preboring, and backfilling. 13

14 6-05.5.OPT6.GB6 15

(April 6, 2015) 16 “Micropile”, per each. 17 The unit contract price per each for "Micropile" shall be full pay for performing the Work 18 as specified. 19 20 “Micropile Verification Load Testing”, per each. 21 “Micropile Proof Load Testing”, per each. 22 The unit contract price per each for “Micropile Verification Load Testing” and “Micropile 23 Proof Load Testing” shall be full pay for performing the Work as specified. 24

25 6-06.GR6 26

Bridge Railings 27 28 6-06.2.GR6 29

Materials 30 31 6-06.2.INST1.GR6 32 Section 6-06.2 is supplemented with the following: 33 34 6-06.2.OPT1.GB6 35

(January 5, 2004) 36 Chain link fence fabric shall conform to the Section 9-16.1(1)B requirements for Type 1 37 fence. 38 39 Fittings, fabric bands, stretcher bars, tie wire, and other fence hardware, shall conform 40 to Section 9-16.1. 41 42 Pipe for posts and longitudinal members shall conform to ASTM A 53, Grade B, Type E 43 or S, galvanized, and shall be Schedule 40 unless otherwise shown in the Plans. 44 45 Steel bars, plates, and shapes shall conform to ASTM A 36, and shall be galvanized in 46 accordance with AASHTO M 111, except that structural shapes may conform to ASTM 47 A 992. 48 49

Page 363: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 363

Bolts, nuts, and washers shall conform to Section 9-06.5(3), and shall be galvanized 1 after fabrication in accordance with AASHTO M 232. 2 3 Resin bonded anchors shall conform to Section 6-02.2 as supplemented in these 4 Special Provisions. 5

6 6-06.2.OPT2.GB6 7

(March 6, 2000) 8 Epoxy resin shall conform to Section 9-26.1. 9

10 6-06.2.OPT7.GB6 11

(April 6, 2015) 12 Tamper Proof Nuts for steel Bridge Railing Type BP 13 Tamper proof nuts for steel Bridge Railing Type BP shall be one of the following 14 products from one of the following manufacturers: 15

16 Vandlgard-Nut VCN151-6 (zinc) 17 Manufactured by Local Supplier 18 Simi Fastening Systems Northwest Fasteners Inc. 19 4615 Industrial St. Bldg. No. 1-P 15127 Washington Avenue SW 20 Simi Valley, CA 93063 Lakewood, WA 98498 21 (800) 959-8256 (253) 582-1671 22 FAX (805) 581-9162 FAX (253) 581-3131 23 www.simifast.com 24 25 Trigroove Nut ZTRN37C (Zamak 5 zinc alloy AC41A) 26 Breakaway Nut ZNB37C (Zamak 5 zinc alloy AC41A) 27 Manufactured by Local Supplier 28 Screw & Supply Inc. Tacoma Screw Products Inc. 29 1712 Church Street 2001 Center Street 30 Holbrook, NY 11741 Tacoma, WA 98409 31 (800) 223-1316 (800) 562-8192 32 FAX (631) 567-3057 FAX (253) 272-2719 33 www.screwsupply.com 34 35 Spanner Nut 1N.386 (zinc alloy) 36 Manufactured by 37 TamperProof Screw Company Inc. 38 30 Laurel Street 39 Hicksville, NY 11801 40 (516) 931-1616 41 FAX (516) 931-1654 42 www.tamperproof.com 43 44 Trident Tamper Resistant Nut 37CNTNZ (Zamak 5 zinc alloy AC41A) 45 Breakaway Nut 37CNBAWZ (Zamak 5 zinc alloy AC41A) 46 Breakaway Nut 37CNBAWS (stainless steel alloy 304) 47 Manufactured by 48 Tanner Bolt & Nut Company 49 4302 Glenwood Road 50 Brooklyn, NY 11210 51

Page 364: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 364

(800) 456-2658 1 FAX (888) 434-3215 2 www.tannerbolt.com 3

4 6-06.2.OPT8.FB6 5

(September 3, 2019) 6 Bridge Railing Type Snow Fence and Bridge Railing Type Wire Fabric Fence 7 Wire fabric shall be 6.5 gage diameter, 2 inch square wire mesh conforming to ASTM F 8 2453 Type 2 and galvanized after fabrication in accordance with AASHTO M 111. 9 10 HSS tubes shall conform to ASTM A 500, Grade B. 11 12 Steel bars, plates, and shapes shall conform to either ASTM A 36 or ASTM A 992. 13 14 HSS tube caps shall conform to ASTM A 53 Grade B Type E or S, or may be fabricated 15 from material conforming to ASTM A 36. 16 17 HSS tubes, HSS tube caps, and steel bars, plates, and shapes, shall be galvanized 18 after fabrication in accordance with AASHTO M 111. 19 20 Bolts, anchor bolts, threaded welded studs, nuts, and washers shall conform to Section 21 9-06.5(3), and shall be galvanized after fabrication in accordance with AASHTO M 232. 22 23 Hex head bolts shall conform to ASTM F 593, Type 304. Nuts shall conform to ASTM 24 F 594, Type 304. Washers shall conform to ASTM A 240 Type 304 stainless steel and 25 the geometric requirements of ASME B18.22.1. 26 27 Resin bonded anchors shall conform to Section 6-02.2 as supplemented in these 28 Special Provisions. 29 30 Thread locking agent shall be an anaerobic single-component adhesive conforming to 31 ASTM D 5363 Group 2 Class 1 Grade 1. 32 33 Fabric bands shall conform to Section 9-16.1(1)D. 34 35 All tubes, pipes, bars, plates, shapes, wire fabric, and hardware, shall be shop painted 36 or powder coated after galvanizing in accordance with Section 6-07.3(11). The color of 37 the finish coat, when dry, shall match the color *** $$1$$ ***. 38

39 6-06.3.GR6 40

Construction Requirements 41 42 6-06.3(2).GR6 43

Metal Railings 44 45 6-06.3(2).INST1.GR6 46

Section 6-06.3(2) is supplemented with the following: 47 48

Page 365: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 365

6-06.3(2).OPT1.GB6 1 (March 6, 2000) 2 Bridge Railing Type Chain Link Fence 3 The Contractor shall install anchor bolts for each post anchorage as shown in the 4 Plans. Alternatively, the Contractor may install resin bonded anchors at each post 5 anchorage, in accordance with Section 6-02 as supplemented in these Special 6 Provisions. 7 8 Longitudinal members shall be connected to the steel posts as shown in the Plans. 9 10 The Contractor shall install the chain link fence fabric in accordance with Section 11 8-12.3(1)D, except as otherwise noted. The chain link fence fabric shall be 12 fastened to the posts and longitudinal members at a maximum spacing of 14 13 inches. 14

15 6-06.3(2).OPT2.GB6 16

(March 6, 2000) 17 Bridge Railing Type Chain Link Fence 18 The post blockouts shall be formed with a steel sleeve of the diameter and 19 thickness specified in the Plans. The steel sleeve shall be galvanized after 20 fabrication in accordance with AASHTO M 111. The Contractor shall fill the 21 bottom portion of the railing post with expanded polystyrene as shown in the 22 Plans. 23 24 The Contractor shall install the steel posts in the post blockouts as shown in the 25 Plans. The posts shall be installed vertically, set in position with epoxy resin, and 26 braced to maintain the vertical position until the epoxy resin hardens. 27 28 Longitudinal members shall be connected to the steel posts as shown in the Plans. 29 30 The Contractor shall install the chain link fence fabric in accordance with Section 31 8-12.3(1)D, except as otherwise noted. The chain link fence fabric shall be 32 fastened to the posts and longitudinal members at a maximum spacing of 14 33 inches. 34

35 6-06.3(2).OPT7.GB6 36

(April 6, 2015) 37 Bridge Railing Type Snow Fence and Bridge Railing Type Wire Fabric Fence 38 The railing shall be fabricated and installed in accordance with the shop drawings. 39 The railing panels shall be installed level, and the railing posts shall be installed 40 plumb. 41 42 The Contractor shall install anchor bolts for each post anchorage as shown in the 43 Plans. Alternatively, the Contractor may install resin bonded anchors at each post 44 anchorage, in accordance with Section 6-02.3(18) as supplemented in these 45 Special Provisions. 46 47 Just prior to fastening the railing panels to the posts, the Contractor shall fully coat 48 the threads of the hex head bolt with thread locking agent. The Contractor shall 49 complete the connection by snug-tightening the nut while preventing the head from 50

Page 366: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 366

turning. “Snug-tightening” in this application is defined as the full effort of a person 1 using a hand tool to turn the nut while the head is restrained. 2 3 After completing erection, the Contractor shall repair all metal surfaces with 4 damaged paint or powder coatings and exposed metal with a field repair coating in 5 accordance with Section 6-07.3(9)I and Section 6-07.3(11)A (for paint) or Section 6 6-07.3(11)B (for powder coating). The color of the finish coat of the field repair 7 coating, when dry, shall match the color specified in Section 6-06.2 as 8 supplemented in these Special Provisions. 9

10 6-06.5.GR6 11

Payment 12 13 6-06.5.INST1.GR6 14 Section 6-06.5 is supplemented with the following: 15 16 6-06.5.OPT1.FB6 17

(March 6, 2000) 18 All costs in connection with constructing Bridge Railing Type *** $$1$$ *** shall be 19 included in the *** $$2$$ ***. 20

21 6-07.GR6 22

Painting 23 24 6-07.1.GR6 25

Description 26 27 6-07.1.INST1.GR6 28 Section 6-07.1 is supplemented with the following: 29 30 6-07.1.OPT1.FB6 31

(August 3, 2009) 32 This work shall consist of cleaning and painting all exposed metal surfaces of Bridge 33 No(s). *** $$1$$ ***, in accordance with Section 6-07.3(10), except as otherwise noted 34 below. 35 36 Portions of the structure(s) excluded from this work include: 37

38 *** $$2$$ *** 39

40 6-07.1.OPT2.FB6 41

(August 3, 2009) 42 This work shall consist of cleaning and painting the exposed timber surfaces of Bridge 43 No(s). *** $$1$$ ***, in accordance with Section 6-07.3(13) as supplemented in these 44 Special Provisions and as specified below: 45

46 *** $$2$$ *** 47

48

Page 367: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 367

6-07.3.GR6 1

Construction Requirements 2 3 6-07.3(10).GR6 4

Painting Existing Steel Structures 5 6 6-07.3(10).INST1.GR6 7

Section 6-07.3(10) is supplemented with the following: 8 9 6-07.3(10).OPT1.FB6 10

(August 3, 2009) 11 The Contractor *** $$1$$ *** paint the existing utility company conduits attached to 12 the structure, such as sewer, water, gas and telephone. The Contractor shall 13 protect the utilities from damage due to operations on the bridges. 14

15 6-07.3(10).OPT2.GB6 16

(August 3, 2009) 17 Light fixtures and lenses, including navigation, aircraft, flag pole luminaire, and 18 luminaire light fixtures and lenses, shall not be painted and shall be kept clean 19 from paint. The Contractor shall remove all paint from the light fixtures and lenses 20 due to the painting operation. 21

22 6-07.3(10).OPT3.GB6 23

(August 3, 2009) 24 A portion of the work involved in this project is located over or near railroad 25 facilities. The Contractor shall exercise great care in all operations in order that no 26 interruptions or damage will occur to the railroad trains or facilities. The Contractor 27 shall contact the Railroad Company regarding the times and the conditions under 28 which cleaning and painting work over or adjacent to railroad tracks may be 29 accomplished. 30

31 6-07.3(10).OPT4.GB6 32

(August 3, 2015) 33 In the cleaning operation, particular attention shall be paid to cleaning the grid 34 deck. Any means acceptable to the Engineer, in addition to flushing, as required 35 to clean dirt, oil and grease from the grid surfaces in accordance with SSPC-SP 1 36 shall be used. 37

38 6-07.3(10)A.GR6 39

Containment 40 41 6-07.3(10)A.INST1.GR6 42

Section 6-07.3(10)A is supplemented with the following: 43 44 6-07.3(10)A.OPT1.GB6 45

(August 3, 2009) 46 The Contractor shall adequately protect all gears, machinery, mechanical 47 equipment, electrical equipment, navigation and clearance light lenses, 48 motors, sheaves and cables and all other equipment which might become 49 damaged by and during the cleaning and painting operations. Should the 50 Contractor's operation foul or otherwise contaminate the lubricated surfaces, 51

Page 368: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 368

the Contractor shall, if directed by the Engineer, clean and relubricate the 1 surfaces at the Contractor's expense. 2

3 6-07.3(10)A.OPT2.FB6 4

(January 2, 2018) 5 The following bridge(s) have a wind speed/gust threshold: 6 7

Bridge Wind Speed/Gust Threshold (miles per hour)

Bridge No(s). *** $$1$$ *** *** $$2$$ ***

8 Each day, the Contractor shall review the five-day wind speed/gust forecast 9 for each bridge site from the Western Region Headquarters of the National 10 Weather Service at www.wrh.noaa.gov. The Contractor shall lower or 11 withdraw tarps, plastic exterior, and other containment components 12 presenting an exposed face to the wind when either of the following apply: 13 14

1. When wind speeds or gusts exceeding the threshold are forecast by 15 the National Weather Service. 16

17 2. When the structure site weather station records wind speeds or 18

gusts exceeding the threshold. 19 20

The containment system may be restored after 2 hours without winds or gusts 21 exceeding the threshold, and no forecast of such wind speeds or gusts to 22 return within 24 hours. 23 24 Weather Station 25 Prior to installing any components of a containment system on a bridge with a 26 specified wind speed/gust threshold, the Contractor shall install a wireless 27 weather station on the bridge at a location acceptable to the Engineer. The 28 Contractor shall provide one of the following wireless weather station 29 systems, or an accepted equal: 30 31

1. Davis Instruments Vantage Pro2 model 06163. 32 33 2. Weather Hawk 916 Wireless Weather Station. 34 35 3. Columbia Weather Systems Capricom FLX. 36

37 The Contractor shall submit a Type 2 Working Drawing consisting of details of 38 the selected wireless weather station system, including installation and 39 operation details. The Contractor shall install wireless display console units 40 for both the Contracting Agency’s and the Contractor’s use at locations 41 acceptable to the Engineer. The Contractor shall protect the wireless weather 42 station system from damage during all paint removal, surface cleaning, and 43 paint application operations. 44 45 The Contractor shall maintain a log of daily weather data updated on a daily 46 basis. The log shall be available to the Engineer for review at any time during 47 the project. The weather data shall be tabulated in the form of a spreadsheet. 48

Page 369: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 369

At a minimum, the weather data shall indicate the high and low temperature, 1 relative humidity, maximum wind speed and direction, wind gusts, and rainfall. 2 If requested by the Engineer, the Contractor shall submit a Type 1 Working 3 Drawing of weather data. 4 5 At the end of the Contract, the wireless weather station and all associated 6 system components shall be removed from the bridge and become the 7 property of the Contractor. 8

9 6-07.3(10)D.GR6 10

Surface Preparation Prior to Overcoat Painting 11 12 6-07.3(10)D.INST1.GR6 13

Section 6-07.3(10)D is supplemented with the following: 14 15 6-07.3(10)D.OPT1.FB6 16

(April 6, 2015) 17 The following steel surfaces of Bridge No(s). *** $$1$$ *** shall receive 18 surface preparation in accordance with SSPC SP1 followed by cleaning in 19 accordance with this Section: 20

21 *** $$2$$ *** 22

23 6-07.3(10)E.GR6 24

Surface Preparation - Full Paint Removal 25 26 6-07.3(10)E.INST1.GR6 27

Section 6-07.3(10)E is supplemented with the following: 28 29 6-07.3(10)E.OPT1.FB6 30

(April 5, 2010) 31 The following steel surfaces of Bridge No(s). *** $$1$$ *** shall receive full 32 paint removal surface preparation in accordance with this Section: 33

34 *** $$2$$ *** 35

36 6-07.3(10)I.GR6 37

Paint Color 38 39 6-07.3(10)I.INST1.GR6 40

Section 6-07.3(10)I is supplemented with the following: 41 42 6-07.3(10)I.OPT1.FB6 43

(August 3, 2009) 44 The color of the top coat, when dry, shall match *** $$1$$ ***. 45

46 6-07.3(10)N.GR6 47

Field Coating Application Methods 48 49 6-07.3(10)N.INST1.GR6 50

Section 6-07.3(10)N is supplemented with the following: 51

Page 370: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 370

1 6-07.3(10)N.OPT1.GB6 2

(August 3, 2009) 3 Spray painting will be permitted for the application of paint to the surfaces of 4 the steel grid roadway decking and steel grid catwalks, provided every 5 precaution or means necessary to prevent any damage due to spraying 6 operations or from wind borne paint is taken, provided further that if 7 satisfactory results are not, in the opinion of the Engineer, obtained with the 8 spraying application, the Contractor shall revert to the use of brushes. In the 9 event spray painting is used on the steel grid roadway decking, the application 10 shall be made only from the underside of the roadway, and then only at such 11 times as traffic has been diverted to other lanes. A protective covering shall 12 be placed immediately over areas of the roadway decking being spray painted 13 to prevent damage from wind borne paint. 14

15 6-07.3(11).GR6 16

Painting or Powder Coating of Galvanized Surfaces 17 18 6-07.3(11).INST1.GR6 19

Section 6-07.3(11) is supplemented with the following: 20 21 6-07.3(11).OPT1.FB6 22

(August 3, 2009) 23 The color of the finish coat, when dry, shall match *** $$1$$ *** 24

25 6-08.GR6 26

Bituminous Surfacing on Structure Decks 27 28 6-08.3.GR6 29

Construction Requirements 30 31 6-08.3.INST1.GR6 32 Section 6-08.3 is supplemented with the following: 33 34 6-08.3.OPT1.FB6 35

(January 2, 2018) 36 Surfacing Removal and Paving Equipment Load and Spacing Restrictions 37 The following bridge(s) is (are) subject to the requirements and restrictions of this 38 Special Provision: 39 40

*** $$1$$ *** 41 42 The gross vehicle weight (GVW) of the surfacing removal and paving train vehicles 43 (planers, scrapers, haul trucks, asphalt pavers, MTD/V, and rollers) allowed on the 44 bridge shall not exceed the maximum GVW specified in the Plans and the spacing of 45 the vehicles shall not be less than that specified in the Plans unless otherwise 46 accepted as described in the Submittal of Alternative Surfacing Removal and HMA 47 Paving Trains subsection of this Special Provision. The 35-percent overload 48 allowance specified in item 1 of Section 1-07.7(2) does not apply. 49 50

Page 371: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 371

The Contractor shall submit a Type 2 Working Drawing consisting of the proposed 1 methods and equipment to be used to remove surfacing and apply HMA overlay to the 2 bridge deck. The Working Drawing shall include catalogue cuts, make, model, axle 3 spacing, and gross weights of all surfacing removal equipment, pavers, rollers, and 4 haul trucks used to conduct surfacing removal and paving operations on the bridge. 5 The Working Drawing shall show the surfacing removal train units and paving train 6 units and associated support equipment that is simultaneously on the bridge, in 7 longitudinal section. The longitudinal section shall show the units in operational order. 8 The details shall show or specify means of confirming in the field that the equipment 9 units conform to and do not exceed the load limits specified in the Plans. 10 11 Submittal of Alternative Surfacing Removal and HMA Paving Trains 12 During the Bid period, prospective Bidders may submit a maximum of two surfacing 13 removal and HMA paving trains for review and comment. The submittal shall consist of 14 the maximum gross vehicle weights including loaded weights for removal equipment, 15 haul trucks, rollers, pavers, etc., the axle spacing of the equipment and the minimum 16 spacing between adjacent pieces of equipment. Submittals must be received by the 17 Contracting Agency’s representative identified in the Notice to All Planholders by 5:00 18 PM one week prior to Bid opening. Electronic submittals will be accepted. All 19 submittals received by the required date and time, both accepted and not accepted, will 20 be posted on the Contract Ad & Award information page no later than the Friday prior 21 to Bid opening. 22

23 6-08.3(2).GR6 24

Contractor Survey for Grade Controlled Structure Decks 25 26 6-08.3(2).INST1.GR6 27

Section 6-08.3(2) is supplemented with the following: 28 29 6-08.3(2).OPT1.FB6 30

(January 3, 2017) 31 The Contractor survey requirements specified in this Section and associated 32 Sections 6-08.3(2)A, 6-08.3(2)B and 6-08.3(2)C do not apply to the following 33 Grade Controlled Structures in this Contract: 34 35

*** $$1$$ *** 36 37 6-08.3(5).GR6 38

Full Depth Removal of Bituminous Pavement from Structure Decks 39 40 6-08.3(5).INST1.GR6 41

Section 6-08.3(5) is supplemented with the following: 42 43 6-08.3(5).OPT1.FB6 44

(January 2, 2018) 45 Rotary milling/planing equipment shall not be used to remove the existing 46 surfacing from the bridge deck of the following bridge(s): 47 48

*** $$1$$ *** 49 50

Page 372: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 372

6-08.3(5).OPT2.FB6 1 (January 2, 2018) 2 Rotary milling/planing equipment conforming to Section 6-08.3(5)B may be used to 3 remove all but the bottom 0.10-foot layer of existing surfacing from the bridge deck 4 of the following bridge(s): 5 6

*** $$1$$ *** 7 8 Rotary milling/planing equipment shall not be used to remove the bottom 0.10-foot 9 layer of existing surfacing from the bridge deck of these bridges. 10

11 6-09.GR6 12

Modified Concrete Overlays 13 14 6-09.2.GR6 15

Materials 16 17 6-09.2.INST1.GR6 18 Section 6-09.2 is supplemented with the following: 19 20 6-09.2.OPT8.BSP.GB6 21

(******) 22 Materials for Polyester Concrete 23

Polyester Resin Binder 24 The resin shall be an unsaturated isophthalic polyester-styrene co-polymer. 25 26 Prior to adding the initiator, the resin shall conform to the following requirements: 27

28 Viscosity: 75 to 200 cps ASTM D 2196 29 (20 rpm at 77F, RVT No. 1 spindle) 30 31 Specific Gravity: 1.05 to 1.10 at 77F ASTM D 1475 32 33 Styrene Content: 45% to 50% by weight ASTM D2369 34 of polyester styrene resin 35

36 After adding the initiator, the resin shall conform to the following requirements: 37

38 Elongation: 35% minimum ASTM D 638 39 w/ thickness 0.25" ± 0.04" 40 41 Tensile Strength: 2,500 psi minimum ASTM D 638 42 w/ thickness 0.25" ± 0.04" 43 44 Conditioning 18 hours/77F/50% + 5 hours/158F ASTM D 618 45 46 Silane Coupler: 1.0% minimum (by weight of polyester-styrene resin) 47 48 The silane coupler shall be an organosilane ester, gammamethacryloxypro-49 pyltrimethoxysilane. The promoter/hardeners shall be compatible with 50 suitable methyl ethyl ketone peroxide (MEKP) and cumene hydroperoxide 51

Page 373: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 373

(CHP) initiators. MEKP initiators shall be used when the surrounding 1 concrete temperatures are above 60F. A blend of initiators may be used as 2 approved by the Engineer when the surrounding concrete temperature is 50F 3 to 60F. 4

5 Polyester resin binder will be accepted based on submittal to the Engineer of a 6 Manufacturer’s Certificate of Compliance conforming to Section 1-06.3. 7 8 High Molecular Weight Methacrylate (HMWM) Resin 9 In addition to the viscosity and density properties, and the promoter/initiator 10 system, already specified in this Section, the HMWM resin for polyester concrete 11 overlays shall conform to the following requirements: 12

13 Flash Point: 180F minimum ASTM D 3278 14 15 Tack-Free Time: 400 minutes maximum California Test 16 551 17

18 Prior to adding initiator, the HMWM resin shall have a maximum volatile content of 19 30 percent, when tested in conformance with ASTM D 2369. 20 21 HMWM resin will be accepted based on submittal to the Engineer of a 22 Manufacturer’s Certificate of Compliance conforming to Section 1-06.3. 23 24 Aggregate 25 The aggregate shall be from a WSDOT approved pit site and shall be thoroughly 26 washed and kiln dried. 27 28 The aggregate shall conform to Section 9-03, and one of the following combined 29 aggregate gradings: 30 31

Combined Aggregate 32 33 1/2" Max. 3/8" Max. 34 Sieve Size % Passing % Passing 35 36 1/2" 100 100 37 3/8" 83-100 100 38 U.S. No. 4 65-82 62-85 39 U.S. No. 8 45-64 45-67 40 U.S. No. 16 27-48 29-50 41 U.S. No. 30 12-30 16-36 42 U.S. No. 50 6-17 5-20 43 U.S. No. 100 0-7 0-7 44 U.S. No. 200 0-3 0-3 45

46 The combined aggregate shall have a maximum of 45 percent crushed particles. 47 Fine aggregate shall consist of natural sand only. 48 49 Aggregate absorption shall not exceed 1.0 percent. The moisture content of the 50 aggregate shall not exceed one half of the aggregate absorption at the time of 51

Page 374: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 374

mixing with the polyester resin binder. The aggregate temperature shall be 1 between 45F and 100F at the time of mixing. 2 3 Sand for Abrasive Finish 4 The sand for abrasive finish shall conform to Section 6-09.2, and the aggregate 5 moisture content requirements specified above. 6

7 6-09.3.GR6 8

Construction Requirements 9 10 6-09.3(1).GR6 11

Equipment 12 13 6-09.3(1).INST1.GR6 14

Section 6-09.3(1) is supplemented with the following: 15 16 6-09.3(1).OPT1.BSP.GB6 17

(******) 18 Mobile Mixer for Polyester Concrete 19 The mixer shall be equipped to be calibrated to automatically proportion and blend 20 all components of the specified mix on a continuous or intermittent basis as 21 required by the finishing operation, and shall discharge mixed material directly into 22 the finishing machine. 23 24 The mixer shall be equipped with a metering device that automatically measures 25 and records the aggregate volumes and the corresponding resin volumes. The 26 metering device shall have a readout display gage visible at all times, and shall be 27 capable of printing out the volumes being recorded for each material. 28 29 The aggregate and resin volumes shall be recorded at no greater than five minute 30 intervals along with the date of each recording. A printout of the recordings shall 31 be furnished to the Engineer at the end of each work shift. 32 33 The Contractor shall prevent any cleaning chemicals from reaching the polyester 34 mix during the overlay applications. 35

36 6-09.3(2).GR6 37

Submittals 38 39 6-09.3(2).INST1.GR6 40

Section 6-09.3(2) is supplemented with the following: 41 42 6-09.3(2).OPT1.BSP.GB6 43

(******) 44 Submittals for Polyester Concrete 45 The Contractor shall submit the following items to the Engineer for approval in 46 accordance with Section 6-01.9: 47

48 1. The type of shot blasting machine selected by the Contractor for use in 49

this project to scarify concrete surfaces. 50 51

Page 375: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 375

2. The method and materials used to contain, collect, and dispose of all 1 concrete debris generated by the scarifying process, including provisions 2 for protecting adjacent traffic from flying debris. 3

4 3. The qualifications of on-site supervisors, mobile mixer operators, and 5

finishing machine operators, in accordance with Section 6-09.3(8) as 6 supplemented in these Special Provisions. 7

8 4. The polyester concrete mix design in accordance with Section 6-09.3(3) 9

as supplemented in these Special Provisions. 10 11 5. Samples, as specified below, shall be submitted to the Engineer at least 12

15 working days prior to placing the polyester overlay: 13 14 a. One gallon minimum of the polyester resin binder. 15 16 b. One pint minimum of the HMWM resin. 17 18 c. 100 pounds minimum of aggregate. 19 20 d. Representative samples from each lot of prepackaged deck 21

repair material and aggregate extenders, if selected for use in 22 this project, as specified in Section 6-09.3(3) as supplemented 23 in these Special Provisions. 24

25 6. The method and materials used to contain HMWM resin and polyester 26

concrete within the deck area specified to receive the overlay. 27 28 7. Paving equipment specifications and details of the screed rail support 29

system, including details of anchoring the rails and providing rail 30 continuity. 31

32 The Contractor shall not begin scarifying operations until receiving the Engineer’s 33 approval of Items 1 and 2. The Contractor shall not begin placing polyester 34 concrete overlay until receiving the Engineer’s approval of Items 3 through 7. 35

36 6-09.3(3).GR6 37

Concrete Overlay Mixes 38 39 6-09.3(3).INST1.GR6 40

Section 6-09.3(3) is supplemented with the following: 41 42 6-09.3(3).OPT1.GB6 43

(January 7, 2002) 44 The Contractor may use either fly ash modified concrete (FMC), latex modified 45 concrete (LMC), or microsilica modified concrete (MMC) for the concrete overlay. 46 The Contractor shall select one type of concrete for the overlay, provide a mix for 47 the selected concrete to the Engineer in accordance with Item 5 of Section 6-48 09.3(2), and use that type for the total concrete overlay operation. Use of a 49 combination of types will not be allowed. 50

51

Page 376: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 376

6-09.3(3).OPT2.GB6 1 (January 7, 2002) 2 The Contractor may use either fly ash modified concrete (FMC), or latex modified 3 concrete (LMC) for the concrete overlay. The Contractor shall select one type of 4 concrete for the overlay, provide a mix for the selected concrete to the Engineer in 5 accordance with Item 5 of Section 6-09.3(2), and use that type for the total 6 concrete overlay operation. Use of a combination of types will not be allowed. 7 Use of microsilica modified concrete (MMC) will not be allowed. 8

9 6-09.3(3).OPT3.GB6 10

(January 7, 2002) 11 The Contractor shall use latex modified concrete (LMC) for the total concrete 12 overlay operation, and shall provide a concrete mix to the Engineer in accordance 13 with Item 5 of Section 6-09.3(2). Use of fly ash modified concrete (FMC) or 14 microsilica modified concrete (MMC) will not be allowed. 15

16 6-09.3(3).OPT9.BSP.GB6 17

(******) 18 Polyester Concrete 19 The Contractor shall use polyester concrete for the total concrete overlay 20 operation. Use of latex modified concrete (LMC), fly ash modified concrete (FMC) 21 or microsilica modified concrete (MMC) will not be allowed. 22 23 Polyester concrete shall consist of the following three components – polyester 24 resin binder, HMWM resin, and combined aggregate, in accordance with Section 25 6-09.2 as supplemented in these Special Provisions. The Contractor shall submit 26 the mix design for the polyester concrete to the Engineer for approval. The mix 27 design shall include a recommended initiator percentage for the expected 28 application temperature. The polyester resin binder shall be approximately 12 29 percent by weight of the dry combined aggregate. The Contractor shall not begin 30 the trial overlay of the polyester concrete, as specified in Section 6-09.3(8) as 31 supplemented in these Special Provisions, until receiving the Engineer’s approval 32 of the polyester concrete mix design. 33

34 6-09.3(3).OPT10.BSP.GB6 35

(******) 36 Deck Repair Concrete for Polyester Concrete Overlays 37 Patching concrete for further deck preparation in accordance with Section 6-38 09.3(6) shall be the polyester concrete mix used for the overlay. 39

40 6-09.3(4).GR6 41

Storing and Handling 42 43 6-09.3(4).INST1.GR6 44

Section 6-09.3(4) is supplemented with the following: 45 46 6-09.3(4).OPT1.BSP.GB6 47

(******) 48 Storing and Handling of Polyester Concrete Materials 49 All materials shall be delivered in their original containers bearing the 50 manufacturer's label, specifying date of manufacturing, batch number, trade name 51

Page 377: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 377

brand, quantity, and mixing ratio. Each shipment of polyester resin binder and 1 HMWM resin shall be accompanied by a Materials Safety Data Sheet (MSDS). 2 3 The material shall be stored to prevent damage by the elements and to ensure the 4 preservation of their quality and fitness for the work. The storage space shall be 5 kept clean and dry, and shall contain a high-low thermometer. The temperatures 6 of the storage space shall not fall below nor rise above that recommended by the 7 manufacturer. Every precaution shall be taken to avoid contact with flame. 8 9 Stored materials shall be inspected prior to their use, and shall meet the 10 requirements of these Special Provisions at the time of use. 11 12 Any material which is rejected because of failure to meet the required tests or that 13 has been damaged so as to cause rejections shall be immediately replaced at no 14 additional expense to the Contracting Agency. 15 16 Sufficient material to perform the entire polyester concrete overlay application shall 17 be in storage at the site prior to any field preparation, so that there shall be no 18 delay in procuring the materials for each day's application. 19 20 Appropriate impermeable protective garments shall be used by all workers who 21 may contact the resin or initiators to prevent skin contact. If skin contact occurs, 22 the resin or initiators shall be immediately washed off. Clothing that becomes 23 saturated with resin shall be removed immediately. 24 25 All personnel working with the polyester concrete shall be issued suitable 26 approved organic vapor respirators in addition to other appropriate protection 27 equipment. 28

29 6-09.3(5).GR6 30

Scarifying Concrete Surface 31 32 6-09.3(5).INST1.GR6 33

Section 6-09.3(5) is supplemented with the following: 34 35 6-09.3(5).OPT1.GB6 36

(January 7, 2002) 37 The Contractor may use either a rotary milling machine, hydro-demolition machine, 38 or shot blasting machine for scarifying concrete surfaces. The Contractor shall 39 inform the Engineer of the type of machine selected in accordance with Item 1 of 40 Section 6-09.3(2). 41

42 6-09.3(5).OPT2.GB6 43

(January 7, 2002) 44 The Contractor may use either a hydro-demolition machine or shot blasting 45 machine for scarifying concrete surfaces. The use of a rotary milling machine will 46 not be allowed. The Contractor shall inform the Engineer of the type of machine 47 selected in accordance with Item 1 of Section 6-09.3(2). 48

49 6-09.3(5).OPT7.GB6 50

(April 6, 2015) 51

Page 378: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 378

The Contractor shall use a hydro-demolition machine for scarifying concrete 1 surfaces. The use of a rotary milling or shot blasting machines will not be allowed. 2 The Contractor shall inform the Engineer of the type of machine selected in 3 accordance with Item 1 of Section 6-09.3(2). 4

5 6-09.3(5).OPT8.BSP.GB6 6

(******) 7 The Contractor shall use a shot blasting machine for scarifying concrete surfaces. 8 The use of a rotary milling or hydro-demolition machines will not be allowed. The 9 Contractor shall inform the Engineer of the type of machine selected in accordance 10 with Item 1 of Section 6-09.3(2). 11

12 6-09.3(5).OPT9.BSP.GB6 13

(******) 14 The scarification depth for all concrete decks receiving polyester concrete overlay 15 shall be 1/4 inch, and all references to scarification depth in Sections 6-09.3(5)A 16 and 6-09.3(5)B shall be revised accordingly. 17

18 6-09.3(5).OPT10.BSP.GB6 19

(******) 20 Steel reinforcing bars used in deck repair operations, in accordance with Sections 21 6-09.3(5)F and 6-09.3(6)B, shall be epoxy-coated in accordance with Section 6-22 02.3(24)H. 23

24 6-09.3(6).GR6 25

Further Deck Preparation 26 27 6-09.3(6)B.GR6 28

Deck Repair Preparation 29 30 6-09.3(6)B.INST1.GR6 31

Section 6-09.3(6)B is supplemented with the following: 32 33 6-09.3(6)B.OPT1.GB6 34

(April 6, 2015) 35 The Contractor shall not remove the bottom two inches of the existing 36 concrete deck, unless otherwise directed by the Engineer. If the existing 37 concrete bridge deck is punctured by the removal operations, the Contractor 38 shall form the bottom surface prior to placing the patching concrete. The 39 Contractor shall submit the method and materials to be used for such forming 40 as a Type 2E Working Drawing in accordance with Section 6-02.3(16). 41

42 6-09.3(6)C.GR6 43

Placing Deck Repair Concrete 44 45 6-09.3(6)C.INST1.GR6 46

Section 6-09.3(6)C is supplemented with the following: 47 48

Page 379: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 379

6-09.3(6)C.OPT2.BSP.GB6 1 (******) 2 Placing Patching Concrete For Polyester Concrete Overlay 3 Patching concrete shall be polyester concrete, as specified in Section 6-4 09.3(3) as supplemented in these Special Provisions. Concrete Class M shall 5 not be used. 6 7 Polyester concrete for deck repair shall be placed and cured in accordance 8 with Sections 6-09.3(11) and 6-09.3(13), respectively, as supplemented in 9 these Special Provisions. 10 11 All deck repair material that fails to achieve a minimum compressive strength 12 of 3,000 psi in six hours as verified by the rebound number determined in 13 accordance with ASTM C 805 shall be removed and replaced with new deck 14 repair material by the Contractor, at no additional expense to the Contracting 15 Agency. 16

17 6-09.3(8).GR6 18

Quality Assurance 19 20 6-09.3(8).INST1.GR6 21

Section 6-09.3(8) is supplemented with the following: 22 23 6-09.3(8).OPT3.BSP.GB6 24

(******) 25 Quality Assurance For Polyester Concrete Overlay 26 The Contractor shall arrange to have the suppliers of the polyester resin binder 27 and HMWM resin furnish technical service relating to application of material and 28 health and safety training for personnel who are to handle the polyester concrete 29 and the HMWM resin prime coat. 30 31 On-site supervisors, and all personnel operating the mobile mixer and finishing 32 machines, shall have successful previous experience in mixing and placing 33 polyester concrete overlay. Documentation of project experience with polyester 34 concrete overlay shall include the name and location of the project, the Contracting 35 Agency of the project, the area quantity of overlay placed, and the name and 36 current phone number of the Contracting Agency’s contact person for the 37 referenced project. 38

39 6-09.3(8).OPT4.BSP.GB6 40

(******) 41 Polyester Concrete Trial Overlay 42 The Contractor shall place a trial overlay of polyester concrete using the 43 equipment selected by the Contractor and the production mix and procedure as 44 approved by the Engineer in accordance with Section 6-09.3(3). The Contractor 45 shall notify the Engineer of the time and location of the trial overlay at least seven 46 calendar days prior to the scheduled trial overlay. 47 48 The trial overlay shall be placed on a previously cast and cured concrete pad at a 49 location selected by the Contractor. The plan area of the concrete pad shall be 12 50 feet minimum in width and 15 feet minimum in length. 51

Page 380: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 380

1 The Contractor shall clean the concrete pad surface, mix, place, finish, and cure 2 the polyester concrete overlay, and check the trial overlay for bond, in accordance 3 with Section 6-09.3 as supplemented in these Special Provisions, except as 4 otherwise noted. The Contractor need not scarify the concrete surface and 5 perform further deck preparation on the concrete pad surface provided that all 6 other conditions of Section 6-09.3(7) are satisfied. The trial overlay shall be 12 7 feet wide, 15 feet long, and 3/4 inches thick. 8 9 The Contractor shall perform three pull-off tests on the trial overlay in accordance 10 with American Concrete Institute 503R - Appendix A. The Contractor shall record 11 the pull-off test results and the amount of (if any) failure into the base concrete, 12 and shall provide written documentation of the test results to the Engineer. 13 14 The Contractor shall not begin placing polyester concrete overlay at the bridge 15 site(s) receiving the polyester concrete overlay until receiving the Engineer’s 16 approval of the completed trial overlay. 17 18 After receiving the Engineer’s approval of the completed trial overlay, the concrete 19 pad and trial overlay shall become the Contractor’s property and shall be removed 20 and disposed of in accordance with Section 2-02.3. 21

22 6-09.3(9).GR6 23

Mixing Concrete for Concrete Overlay 24 25 6-09.3(9).INST1.GR6 26

Section 6-09.3(9) is supplemented with the following: 27 28 6-09.3(9).OPT2.BSP.GB6 29

(******) 30 Mixing Polyester Concrete 31 Polyester concrete shall be mixed in mobile mixers conforming to Section 6-32 09.3(1) as supplemented in these Special Provisions, and in accordance with the 33 mix design approved by the Engineer. 34 35 The polyester resin binder in the polyester concrete shall be approximately 12 36 percent by weight of the dry aggregate. The Contractor shall determine the exact 37 percentage as approved by the Engineer. 38 39 The amount of peroxide initiator used shall result in a polyester concrete set time 40 between 30 and 120 minutes during placement as determined by California Test 41 551, Part 2, “Method of Test For Determination of Set Time of Concrete Overlay 42 and Patching Materials”, by Gilmore Needles. Accelerators or inhibitors may be 43 required as recommended by the polyester resin binder supplier and as approved 44 by the Engineer. 45 46 The polyester resin binder shall be initiated and thoroughly blended just prior to 47 mixing the aggregate and binder. The polyester concrete shall be thoroughly 48 mixed prior to placing. 49

50

Page 381: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 381

6-09.3(10).GR6 1 Overlay Profile and Screed Rails 2

3 6-09.3(10).INST1.GR6 4

Section 6-09.3(10) is supplemented with the following: 5 6 6-09.3(10).OPT1.BSP.GB6 7

(******) 8 The minimum thickness of polyester concrete overlay shall be 3/4 inches, except 9 as otherwise shown in the Plans or adjusted by the Engineer. 10

11 6-09.3(11).GR6 12

Placing Concrete Overlay 13 14 6-09.3(11).INST1.GR6 15

Section 6-09.3(11) is supplemented with the following: 16 17 6-09.3(11).OPT2.BSP.GB6 18

(******) 19 Placing Polyester Concrete Overlay 20 Application of the HMWM prime coat and the polyester concrete overlay shall not 21 begin if rain is expected. The area receiving the prime coat shall be dry and had 22 no rain for at least 24 hours. Immediately prior to applying the prime coat, the 23 surface receiving the prime coat shall be swept clean by compressed air to remove 24 accumulated dust and any other loose material. If the surface receiving the 25 HMWM prime coat and polyester concrete has been exposed to moisture within 26 the previous 12 hours, it shall be thoroughly dried using a heat lance prior to 27 placement of the HMWM prime coat. 28 29 The concrete bridge deck surface temperature shall be between 50F and 85F 30 when the prime coat is applied. 31 32 The prepared concrete surface shall receive one coat of promoted/initiated wax-33 free HMWM resin. The promoted/initiated HMWM resin primer shall be worked 34 into the concrete in a manner to effect complete coverage of the area. A one pint 35 sample of each batch of promoted/initiated HMWM resin shall be retained and 36 submitted to the Engineer at the time of primer application to verify proper 37 catalyzation. Under no circumstances shall any resin be allowed to run into drains 38 and expansion joints, or otherwise escape the Contractor’s collection and 39 containment system. 40 41 If the HMWM primed surface becomes contaminated, the contaminated area shall 42 be cleaned by abrasive blasting and reprimed at no additional expense to the 43 Contracting Agency. 44 45 The HMWM prime coat shall cure for a minimum of 30 minutes before placing the 46 polyester concrete overlay. Placement of the polymer concrete shall not proceed 47 until the Engineer verifies that the HMWM resin was properly promoted and 48 initiated, as evidenced by the HMWM batch sample. 49 50

Page 382: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 382

The polyester concrete shall be placed on the liquid or hardened HMWM prime 1 coat within two hours of placing the prime coat. Polyester concrete shall be placed 2 prior to gelling and within 15 minutes following initiation, whichever occurs first. 3 Polyester concrete that is not placed within this time shall be discarded. 4 5 If, for any reason, polyester concrete is not placed over the prime coat within the 6 two hour time limit, the Contractor shall apply a fresh coat of HMVM resin primer 7 immediately followed by an abrasive sand finish coating. The abrasive sand finish 8 shall be broadcast onto the surface to affect a uniform coverage of a minimum of 9 0.8 pounds per square yard. Prior to applying the polyester concrete overlay, the 10 surface shall be re-cleaned in accordance with Section 6-09.3(7). 11 12 Expansion joints shall be adequately isolated prior to placing the overlay as 13 approved by the Engineer. Saw cutting at bridge expansion joints will not be 14 allowed. 15 16 The surface temperature of the area receiving the polyester concrete shall be the 17 same as specified above for the HMWM prime coat. 18 19 The polyester concrete shall be consolidated to a relative compaction of not less 20 than 97 percent. 21

22 6-09.3(12).GR6 23

Finishing Concrete Overlay 24 25 6-09.3(12).INST1.GR6 26

Section 6-09.3(12) is supplemented with the following: 27 28 6-09.3(12).OPT2.BSP.GB6 29

(******) 30 Finishing Polyester Concrete Overlay 31 The finished surface of the polyester concrete overlay shall conform to Section 6-32 02.3(10). 33 34 The polyester concrete shall be struck off to the established grade and cross 35 section and consolidated to the required compaction. No further texturing and 36 grooving of the finish overlay surface will be required. Forms shall be coated with 37 suitable bond release agent to permit ready release of forms. 38 39 The polyester concrete overlay shall receive an abrasive sand finish. The sand 40 finish shall be applied immediately after overlay strike-off and before gelling 41 occurs. 42 43 The surface texture of polyester concrete surface shall be uniform and shall have a 44 friction number of not less than 35 as determined by ASTM E 274. 45 46 After initial finishing, the polyester overlay may require grinding of rough areas as 47 determined by the Engineer. The grinding shall be done in a manner that will not 48 damage the existing bridge deck. Rotary milling machines are not allowed. 49 50

Page 383: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 383

The Contractor shall demonstrate to the satisfaction of the Engineer that the 1 method and equipment for grinding the polyester overlay are adequate for the 2 intended purpose and will provide satisfactory results. The removal shall not 3 commence until the Contractor receives the Engineer’s approval of the grinding 4 equipment. 5 6 The bridge deck areas specified by the Engineer to receive grinding shall be 7 ground in a longitudinal direction. The grinding equipment shall use diamond 8 tipped saw blades mounted on a power driven, self-propelled machine that is 9 specifically designed to texture concrete surfaces. The grinding equipment shall 10 have a blade spacing to provide grooves that are between 0.10 and 0.15 inches 11 wide. The land area between the grooves shall be approximately 0.125 inches. 12 13 The Contractor shall contain, collect, and dispose of all concrete debris generated 14 by the grinding operation in accordance with Item 2 of the polyester concrete 15 submittal in Section 6-09.3(2) as supplemented in these Special Provisions. 16 17 Prior to opening the overlay area to vehicular traffic the finished overlay shall be 18 power swept to remove excess loose aggregate and abrasive sand. The 19 Contractor shall demonstrate to the satisfaction of the Engineer that the power 20 broom equipment will not damage the finished overlay. Any damage to the 21 finished overlay caused by the power broom shall be repaired at no additional 22 expense to the Contracting Agency. 23

24 6-09.3(13).GR6 25

Curing Concrete Overlay 26 27 6-09.3(13).INST1.GR6 28

Section 6-09.3(13) is supplemented with the following: 29 30 6-09.3(13).OPT2.BSP.GB6 31

(******) 32 Curing Polyester Concrete 33 Traffic and equipment shall not be permitted on the polyester overlay for at least 34 four hours and until the polyester overlay has reached a minimum compressive 35 strength of 3,000 psi as verified by the rebound number determined in accordance 36 with ASTM C 805. 37 38 Areas in the polyester concrete that do not totally cure, or that fail to attain the 39 minimum compressive strength specified above, shall be removed and replaced 40 with new polyester concrete material by the Contractor, at no additional expense to 41 the Contracting Agency. 42

43 6-09.3(14).GR6 44

Checking For Bond 45 46 6-09.3(14).INST1.GR6 47

Section 6-09.3(14) is supplemented with the following: 48 49

Page 384: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 384

6-09.3(14).OPT1.BSP.GB6 1 (******) 2 Checking Polyester Concrete For Bond 3 After the requirements for curing have been met, the entire overlaid surface shall 4 be sounded by the Contractor, in a manner approved by and in the presence of the 5 Engineer, to ensure total bond of the concrete to the bridge deck. Polyester 6 concrete in unbonded areas shall be removed and replaced with polyester 7 concrete by the Contractor, at no additional expense to the Contracting Agency. 8 9 All cracks, except those that are significant enough to require removal as 10 determined by the Engineer, shall be thoroughly filled and sealed with HMWM 11 resin. Cracks 1/16 inch and greater in width shall receive two applications of 12 HMWM resin. Immediately following the application of HMWM resin, the wetted 13 surface shall be coated with sand for abrasive finish. 14

15 6-09.4.GR6 16

Measurement 17 18 6-09.4.INST1.GR6 19 Section 6-09.4 is supplemented with the following: 20 21 6-09.4.OPT2.BSP.GB6 22

(******) 23 Polyester concrete overlay will be measured by the square yard of overlay surface 24 actually placed, finished, and cured. 25

26 6-09.5.GR6 27

Payment 28 29 6-09.5.INST2.GR6 30 Section 6-09.5 is supplemented with the following: 31 32 6-09.5.OPT7.BSP.GB6 33

(******) 34 “Polyester Concrete Trial Overlay”, lump sum. 35 The lump sum contract price for “Polyester Concrete Trial Overlay” shall be full pay for 36 performing the work as specified, including establishing a location for the trial overlay, 37 and construction, removal, and disposal of the concrete pad and trial overlay. 38

39 6-09.5.OPT8.BSP.GB6 40

(******) 41 “Force Account Grinding Polyester Conc. Overlay”, force account. 42 Grinding polyester concrete overlay as specified will be paid by force account in 43 accordance with Section 1-09.6. For the purpose of providing a common proposal for 44 all bidders, the Contracting Agency has entered an amount for the item "Force Account 45 Grinding Polyester Conc. Overlay" in the bid proposal to become a part of the total bid 46 by the Contractor. 47

48 6-09.5.OPT9.BSP.GB6 49

(******) 50 “Polyester Concrete Overlay”, per square yard. 51

Page 385: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 385

The unit contract price per square yard for “Polyester Concrete Overlay” shall be full 1 pay for performing the work as specified, including placing, finishing, and curing the 2 overlay, and checking for bond. 3

4 6-09.5.OPT11.GB6 5

(April 6, 2015) 6 "Force Account Forms For Full Depth Deck Repair", force account 7 Payment for "Force Account Forms For Full Depth Deck Repair" will be by force 8 account in accordance with Section 1-09.6. For the purpose of providing a common 9 proposal to all bidders, the Contracting Agency has entered an amount for the item 10 "Force Account Forms For Full Depth Deck Repair" in the bid proposal to become a 11 part of the total bid by the Contractor. 12

13 6-10.GR6 14

Concrete Barrier 15 16 6-10.3.GR6 17

Construction Requirements 18 19 6-10.3(5).GR6 20

Temporary Barrier 21 22 6-10.3(5).INST1.GR6 23

The first paragraph of Section 6-10.3(5) is revised to read: 24 25 6-10.3(5).OPT1.GR6 26

(February 3, 2020) 27 For temporary barrier, the Contractor shall use precast concrete barrier type F. 28 Temporary concrete barrier type F shall comply with Standard Plan requirements 29 and cross-sectional dimensions, except that: (1) it may be made in other lengths 30 than those shown in the Standard Plan, and (2) it may have permanent lifting holes 31 no larger than 4 inches in diameter or lifting loops. 32

33 6-10.3(5).INST2.GR6 34

The last sentence of the first paragraph of Section 6-10.3(5) is revised to read: 35 36 6-10.3(5).OPT2.GR6 37

(February 3, 2020) 38 Temporary steel barrier shall be certified that it meets the requirements of NCHRP 39 350 or MASH Test Level 3 or 4 as specified in Section 1-10.2(3). Temporary steel 40 barrier shall be installed in accordance with the manufacturer’s recommendations. 41

42 6-10.3(6).GR6 43

Placing Concrete Barrier 44 45 6-10.3(6).INST1.GR6 46

Section 6-10.3(6) is supplemented with the following: 47 48 6-10.3(6).OPT1.GR6 49

(March 13, 1995) 50

Page 386: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 386

Precast barrier intended for permanent placement may be used at temporary 1 locations and will be considered temporary barrier until installed at a permanent 2 location. 3 4 Barrier damaged while being used at a temporary location shall not be reused at a 5 permanent location even though it has been repaired, and when no longer 6 required at a temporary location, shall become the property of the Contractor and 7 removed from the project. 8

9 6-10.5.GR6 10

Payment 11 12 6-10.5.INST1.GR6 13 Section 6-10.5 is supplemented with the following: 14 15 6-10.5.OPT1.GR6 16

(August 1, 2016) 17 The following paragraph is added immediately following the bid item, “Temporary 18 Barrier”: 19 20

The unit contract price per linear foot for "Temporary Barrier" shall include all costs 21 for furnishing, placing, maintaining, replacing, and cleaning barrier delineation. 22

23 6-10.5.OPT2.FB6 24

(March 6, 2000) 25 All costs in connection with constructing *** $$1$$ *** barrier shall be included in the *** 26 $$2$$ ***. 27

28 6-12.GR6 29

Noise Barrier Walls 30 31 6-12.2.GR6 32

Materials 33 34 6-12.2.INST1.GR6 35 Section 6-12.2 is supplemented with the following: 36 37 6-12.2.OPT1.GB6 38

(August 3, 2015) 39 Precast Concrete Noise Barrier Walls 40 Grout for encapsulating dowel bars shall conform to Section 6-02.3(26)H. 41 42 Grout pads at the bases of precast concrete panels shall conform to Section 6-43 02.3(20). 44 45 Base plates and anchor bolt templates shall conform to ASTM A 36. Base plates shall 46 be corrosion protected by one of the following methods: 47

48 1. One coat of paint conforming to Section 9-08.1(2)F. 49 50

Page 387: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 387

2. Galvanized after fabrication in accordance with AASHTO M 111. 1 2 3. Galvanized after fabrication in accordance with ASTM B 695, Class 5, Type 1. 3

4 Anchor rods shall conform to ASTM F 1554 Grade 105. Nuts shall conform to ASTM A 5 563. Washers shall conform to ASTM F 436, except that plate washers conforming to 6 ASTM A 36 may be used. Nuts and washers, and a minimum of 1’-0” of the exposed 7 end of the anchor rod, shall be corrosion protected by one of the following methods: 8 9

1. One coat of paint conforming to Section 9-08.1(2)F. 10 11 2. Galvanized after fabrication in accordance with AASHTO M 232. 12 13 3. Galvanized after fabrication in accordance with ASTM B 695, Class 5, Type 1. 14

15 The cone head end, 1’-0” minimum, of Rod A and steel reinforcing Bar B, as identified 16 in the Standard Plans, shall be painted with one coat paint conforming to Section 9-17 08.1(2)F. 18 19

The sealant system for the vertical joint between precast concrete panels shall consist of a 20 polyurethane sealant conforming to Section 9-04.2(3) and a closed cell foam backer rod 21 conforming to ASTM C 1330 Type C. The polyurethane sealant shall be tested for 22 compatibility with the closed cell foam backer road in accordance with Section 9-04.2(3). 23 24 6-12.2.OPT2.FB6 25

(August 3, 2015) 26 Masonry Noise Barrier Walls 27 Concrete masonry units (CMU’s) shall conform to ASTM C 90, Grade N, Type 1. 28 Concrete masonry units shall have a density between 100 and 115 pounds per cubic 29 foot. Shrinkage shall not exceed 0.065 percent. 30 31 CMU’s will be accepted based on a Manufacturer’s Certificate of Compliance. The 32 Manufacturer’s Certificate of Compliance shall include test results, conducted within the 33 previous twelve months, as required to document compliance with the material 34 requirements specified in these Special Provisions. 35 36 The concrete masonry unit faces shall be nominal 8 by 16 inches with thicknesses as 37 specified in the Plans. Concrete masonry unit surface texture and color shall be as 38 follows: 39

40 *** $$1$$ *** 41 42 Special shapes shall be provided to complete the work as specified in the Plans. 43

44 The Contractor shall submit Type 2 Working Drawings consisting of four samples of 45 each type of concrete masonry unit block specified for use on the project. 46 47 Grout for concrete masonry units shall conform to ASTM C 476 for fine grout. 48 49 Mortar for concrete masonry units shall conform to ASTM C 270, Type S. The color 50 shall be natural gray. The Contractor shall mix the mortar in a mechanical mixer of one 51

Page 388: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 388

sack minimum capacity for a minimum of three minutes after all materials have been 1 added before using the mortar. 2 3 Masonry sealer shall be a silane based water repellent selected from one of the 4 following, or an approved equal: 5 6

1. Baracade Silane 40, manufactured by Euclid. 7 2. Enviroseal 20, manufactured by BASF. 8 3. Florok Enviro-Shield 40, manufactured by Chargar. 9

10 The Contractor shall submit Type 1 Working Drawings consisting of the manufacturer’s 11 recommended masonry sealer application procedure. 12 13 The parge coating applied to the top of the masonry wall shall be a waterproof cement-14 base coating selected from one of the following, or an approved equal: 15

16 1. Conproseal, manufactured by Chargar. 17 2. Thoroseal, manufactured by BASF. 18 3. Tamoseal, manufactured by Euclid. 19

20 The sealant system for the vertical expansion joints shall consist of a polyurethane 21 sealant conforming to Section 9-04.2(3) and a closed cell foam backer rod conforming 22 to Section 9-04.2(3)A. 23

24 6-12.3.GR6 25

Construction Requirements 26 27 6-12.3(1).GR6 28

Submittals 29 30 6-12.3(1).INST1.GR6 31

Section 6-12.3(1) is supplemented with the following: 32 33 6-12.3(1).OPT1.GB6 34

(August 3, 2015) 35 The Contractor shall submit a field survey of the existing groundline along each 36 noise barrier wall alignment. The Contractor shall obtain field topographical 37 information for the existing ground within ten feet of the noise barrier wall 38 alignment, except as further limited by the Contracting Agency Right of Way and 39 construction easements for this project. The Contractor shall ensure a vertical 40 survey accuracy of 0.1 foot. The Contractor shall establish horizontal survey 41 control at ten foot intervals, or at six inches differential vertical elevation from the 42 adjacent point on the alignment, whichever is less. 43 44 The Contractor shall submit Type 2 Working Drawings consisting of the field 45 survey, including all field notes. If the Engineer confirms that the groundline 46 condition along the noise barrier wall alignment at the time of construction requires 47 revisions to the noise barrier wall details shown in the Plans, the Engineer will 48 provide revised noise barrier wall Plan details to the Contractor within 14 calendar 49 days. 50 51

Page 389: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 389

The Contractor shall complete the field survey as a first item of noise barrier wall 1 work. 2

3 6-12.3(6).GR6 4

Precast Concrete Panel Fabrication and Erection 5 6 6-12.3(6).INST1.GR6 7

Section 6-12.3(6) is supplemented with the following: 8 9 6-12.3(6).OPT1.FB6 10

(April 5, 2004) 11 The Contractor shall form a *** $$1$$ *** finish, as specified in the Plans and 12 Section 6-02.3(14) as supplemented in these Special Provisions, on the surface of 13 the precast concrete panel facing the traffic side. 14 15 The Contractor shall form a *** $$1$$ *** finish, as specified in the Plans and 16 Section 6-02.3(14) as supplemented in these Special Provisions, on the surface of 17 the precast concrete panel facing the residential area, except as otherwise noted. 18 The surfaces of the pilaster shall receive either a Class 2 surface finish in 19 accordance with Section 6-02.3(14)B, if pigmented sealer is being applied, or a 20 Class 1 surface finish in accordance with Section 6-02.3(14)A, if pigmented sealer 21 is not being applied. 22

23 6-12.3(7).GR6 24

Masonry Wall Construction 25 26 6-12.3(7).INST1.GR6 27

Section 6-12.3(7) is supplemented with the following: 28 29 6-12.3(7).OPT1.GB6 30

(August 3, 2015) 31 Masonry Wall Workmanship 32 The Contractor shall construct the masonry wall in accordance with the standards 33 of masonry installation specified in Chapter 21 of the International Building Code. 34 35 All masonry wall construction workers shall be thoroughly trained and experienced 36 in the necessary crafts, shall be completely familiar with the specified requirements 37 and methods needed for proper completion of the work, and shall be supervised at 38 the construction site at all times by the supervising journeyman masons. 39 40 Sample Masonry Wall Panel 41 The Contractor shall demonstrate workmanship by constructing a 48 inch by 48 42 inch sample panel of each type of masonry wall and submitting them as Type 2 43 Working Drawings. The sample panel shall be constructed by the supervising 44 journeyman mason specified by the Contractor. The sample panel shall show the 45 general construction and appearance of the installed concrete masonry units. The 46 Contractor shall construct the sample panel on a transportable platform, and shall 47 relocate the sample panel as specified by the Engineer as construction 48 progresses. 49 50

Page 390: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 390

If any of the supervising journeyman masons are replaced during the project, each 1 replacement supervising journeyman mason shall construct another sample panel 2 as a requirement for being accepted by the Engineer for the supervising position. 3 4 The Contractor shall construct all masonry walls in accordance with the quality of 5 the sample panel. All masonry wall construction not consistent with the quality of 6 the accepted sample panel shall be reconstructed by the Contractor at no 7 additional cost to the Contracting Agency. 8 9 The Contractor shall maintain the sample panel at the project site until all the noise 10 barrier walls are accepted by the Engineer, at which time all sample panels shall 11 become the property of the Contractor and shall be disposed of in accordance with 12 Section 2-02.3. 13 14 General Requirements 15 All masonry materials stored on the project site shall be stored off the ground and 16 protected from weather. Concrete masonry units that are chipped, cracked, or 17 spalled on the faces or edges shall not be used. 18 19 The Contractor shall lay up all walls in running bond, unless otherwise shown in 20 the Plans, and all walls shall be plumb, level, and true to the lines and dimensions 21 as shown in the Plans. All head and bed joints shall be solidly filled with mortar for 22 a distance in from the face of the wall or unit not less than the thickness of the 23 longitudinal face shells. 24 25 Mortar 26 Mortar joints shall be of uniform thickness, ½ inch maximum. The Contractor shall 27 not change coursing or bonding after beginning work on a wall. The Contractor 28 shall tool all joints flush with adjacent surfaces to a dense brushed finish. The split 29 face side of wall shall have a concave smooth joint. The scored split faces shall 30 have a rake joint to match the depth of the scores. 31 32 Temperature 33 When air temperatures fall below 40F, grout mixing water and aggregate shall be 34 heated to produce a grout temperature between 40F and 120F. While grouting the 35 concrete masonry units, and for at least 24 hours after grouting the units, the 36 Contractor shall maintain the temperature of the concrete masonry units above 37 freezing. When atmospheric temperatures fall below 20F, the Contractor shall 38 erect enclosures around the concrete masonry units being grouted, and shall 39 maintain the enclosures for at least 24 hours after grouting the units. 40 41 The Contractor shall not perform masonry wall work when the air temperature is 42 below 40F on a falling thermometer, or when it is likely that the temperature will fall 43 below 40F before the mortar has set, except when appropriate provisions have 44 been made to heat and enclose the concrete masonry units and the work area. 45 The Contractor may begin masonry wall work at 34F on a rising thermometer. 46 47 Grouting Cells 48 Cells with steel reinforcing bars shall be grouted solid and compacted. Vertical 49 cells with steel reinforcing bars shall be aligned and filled to provide a continuous 50 unobstructed opening of the dimensions indicated, but in no case less than two 51

Page 391: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 391

inches by three inches. The Contractor shall provide cleanout openings at the 1 bottom of all cells to be filled at each stage of grout placement where the height of 2 grout placement is greater than four feet. The Contractor shall remove all 3 overhanging mortar and other obstructions and debris from the insides of the cells 4 being grouted. The Contractor shall seal all cleanouts, after the Engineer has 5 inspected and accepted the cells. The Contractor shall place grout in lifts of eight 6 feet or less. 7 8 Top Course 9 The Contractor shall cover the tops of all exposed walls not being worked on with 10 a waterproof membrane, secured in place. All unfinished work shall be stepped 11 back for joining to new work. Toothing shall not be performed. 12 13 The top course shall be a solid grouted bond beam unit. The Contractor shall 14 apply a parge coat to the top of the wall. 15 16 Cleaning Exposed Surfaces 17 The Contractor shall clean all exposed masonry at the end of each day's work. 18 After final pointing, the Contractor shall remove all mortar spots and droppings. 19 The Contractor shall cut out all defective joints and repoint the joints solidly with 20 mortar. The Contractor shall protect all work from damage, stain, and discoloring. 21 22 The Contractor shall perform additional final cleaning prior to applying the 23 pigmented sealer. The Contractor shall remove all large particles of mortar before 24 wetting the wall. The Contractor shall saturate the concrete masonry units with 25 clean water and shall flush all loose mortar and dirt from the wall surface. The 26 Contractor shall scrub the wall surface with a stiff brush and a masonry cleaning 27 solution, in accordance with the cleaning solution manufacturer's instructions. The 28 Contractor shall thoroughly wash the wall surface of all cleaning solution, dirt, and 29 mortar crumbs with clean pressurized water. The Contractor shall not use acid 30 cleaning solutions to clean the wall surface. The Contractor shall protect all wall 31 surfaces adjacent to the sections of wall being cleaned. 32 33 Masonry Sealer 34 All exposed masonry surfaces shall receive two coats of masonry sealer, applied 35 to either one foot minimum below finish ground line or to the base of the bottom 36 row of masonry blocks, whichever is higher, from one of the masonry sealer 37 products specified in Section 6-12.2 as supplemented in these Special Provisions. 38 The masonry sealer shall be applied in accordance with the manufacturer’s 39 recommendations. 40

41 6-12.5.GR6 42

Payment 43 44 6-12.5.INST1.GR6 45 Section 6-12.5 is supplemented with the following: 46 47 6-12.5.OPT1.GB6 48

(April 5, 2004) 49

Page 392: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 392

All costs in connection with performing the field survey of the existing groundline of the 1 noise barrier wall alignment, and submitting the field survey to the Engineer, shall be 2 included in the lump sum contract price for “Structure Surveying”. 3

4 6-13.GR6 5

Structural Earth Walls 6 7 6-13.2.GR6 8

Materials 9 10 6-13.2.INST1.GR6 11 Section 6-13.2 is supplemented with the following: 12 13 6-13.2.OPT1.GB6 14

(September 3, 2019) 15 Welded Wire Faced Structural Earth Wall Materials 16

Welded Wire Mats and Backing Mats 17 Welded wire fabric for welded wire mats, welded wire form facing units, and 18 backing mats shall conform to AASHTO M 32, and shall be fabricated from smooth 19 wire fabric conforming to AASHTO M 55. 20 21 The minimum clear opening dimension of the backing mat, or the combination of 22 welded wire form facing unit with geosynthetic wall facing wrap, shall not exceed 23 the minimum particle size of the wall facing backfill as specified below. 24 25 Welded wire fabric for welded wire mats, welded wire form facing units, and 26 backing mats shall be galvanized after fabrication in accordance with either ASTM 27 A 641 (two ounces minimum per square foot) or AASHTO M 111. All damage to 28 the galvanizing shall be repaired with one coat of paint conforming to Section 9-29 08.1(2)B. 30 31 Backfill for Welded Wire Faced Structural Earth Wall 32 The coarse, granular material used for the wall facing backfill placed immediately 33 behind the wall face, as shown in the Plans, shall conform to the following 34 gradation requirements: 35

36 1. The minimum particle size shall be no less than the width of the minimum 37

opening dimension in the backing mat or the geosynthetic wall facing 38 wrap. 39

40 2. The maximum particle size shall be no greater than six inches for welded 41

wire reinforced walls, and no greater than four inches for geosynthetic 42 reinforced walls. 43

44 45

Proprietary Materials 46 Hilfiker Welded Wire Retaining Wall (WWW) System 47 Welded wire fabric wire size for backing mats shall be W2.5 minimum for wall 48 face backing layers of 1’-6” maximum thickness, and shall be W2.9 minimum 49 for wall face backing layers between 1’-6” and 2’-0”. 50 51

Page 393: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 393

Construction geotextile for wall facing shall conform to the requirements in 1 Section 9-33.1 for Construction Geotextile for Underground Drainage, 2 Moderate Survivability, Class A. 3 4 Tensar Wire Form Retaining Wall System 5 Wire support struts shall conform to AASHTO M 32, and shall be galvanized 6 after fabrication in accordance with either ASTM A 641 (two ounces minimum 7 per square foot) or AASHTO M 111. All damage to the galvanizing shall be 8 repaired with one coat of paint conforming to Section 9-08.1(2)B. 9 10 Geosynthetic connection rods shall be manufactured from high-density 11 polyethylene with either fiberglass inclusions or oriented polypropylene, as 12 recommended by Tensar Earth Technologies, Inc. 13 14 Geosynthetic separating the wall facing backfill from the welded wire faced 15 structural earth wall backfill shall conform to the requirements in Section 9-16 33.1 for Construction Geotextile for Underground Drainage, Moderate 17 Survivability, Class A. 18 19

Tensar Geogrid Materials 20 Geogrid reinforcement and geosynthetic wall facing wrap shall conform to 21 Section 9-33.1, and shall be a product listed in Appendix D of the current 22 WSDOT Qualified Products List (QPL). The values of Tal and Tult as listed 23 in the QPL for the products used shall meet or exceed the values 24 required for the wall manufacturer’s reinforcement design as specified in 25 the structural earth wall design calculation and working drawing submittal. 26 27 The minimum ultimate tensile strength of the geogrid shall be a minimum 28 average roll value (the average test results for any sampled roll in a lot 29 shall meet or exceed the values shown in Appendix D of the current 30 WSDOT QPL). The strength shall be determined in accordance with 31 ASTM D 6637 for multi-rib specimens. 32 33 For geogrid reinforcement and geosynthetic wall facing wrap, the 34 ultraviolet (UV) radiation stability, in accordance with ASTM D 4355, shall 35 be a minimum of 70 percent strength retained after 500 hours in the 36 weatherometer. 37 38 The longitudinal (i.e., in the direction of loading) and transverse (i.e., 39 parallel to the wall or slope face) ribs that make up the geogrid shall be 40 perpendicular to one another. 41 42 The Engineer will take random samples of the geogrid materials at the job 43 site. Approval of the geogrid materials will be based on testing of 44 samples from each lot. A “lot” shall be defined as all geogrid rolls sent to 45 the project site produced by the same manufacturer during a continuous 46 period of production at the same manufacturing plant having the same 47 product name. The Contracting Agency will require 14 calendar days 48 maximum for testing the samples after their arrival at the WSDOT 49 Materials Laboratory in Tumwater, WA. 50 51

Page 394: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 394

The geogrid samples will be tested for conformance to the specified 1 material properties. If the test results indicate that the geogrid lot does 2 not meet the specified properties, the roll or rolls which were samples will 3 be rejected. Two additional rolls for each roll tested which failed from the 4 lot previously tested will then be selected at random by the Engineer for 5 sampling and retesting. If the retesting shows that any of the additional 6 rolls tested do not meet the specified properties, the entire lot will be 7 rejected. If the test results from all the rolls retested meet the specified 8 properties, the entire lot minus the roll(s) which failed will be accepted. 9 10 All geogrid materials which have defects, deterioration, or damage, as 11 determined by the Engineer, will be rejected. All rejected geogrid 12 materials shall be replaced at no expense to the Contracting Agency. 13 14 Except as otherwise noted, geogrid identification, storage and handling 15 shall conform to the requirements specified in Section 2-12.2. The 16 geogrid materials shall not be exposed to temperatures less than –20F 17 and greater than 122F. 18

19 6-13.2.OPT2.GB6 20

(January 2, 2018) 21 Precast Concrete Panel Faced Structural Earth Wall Materials 22

General Materials 23 Concrete Leveling Pad 24 Leveling pad concrete shall be commercial concrete in accordance with 25 Section 6-02.3(2)B. 26 27

Proprietary Materials 28 ARES Modular Panel Wall System 29

Tensar Geogrid Materials 30 Geogrid reinforcement shall conform to Section 9-33.1, and shall be a 31 product listed in Appendix D of the current WSDOT Qualified Products 32 List (QPL). The values of Tal and Tult as listed in the QPL for the products 33 used shall meet or exceed the values required for the wall manufacturer’s 34 reinforcement design as specified in the structural earth wall design 35 calculation and working drawing submittal. 36 37 The minimum ultimate tensile strength of the geogrid shall be a minimum 38 average roll value (the average test results for any sampled roll in a lot 39 shall meet or exceed the values shown in Appendix D of the current 40 WSDOT QPL). The strength shall be determined in accordance with 41 ASTM D 6637 for multi-rib specimens. 42 43 The ultraviolet (UV) radiation stability, in accordance with ASTM D 4355, 44 shall be a minimum of 70 percent strength retained after 500 hours in the 45 weatherometer. 46 47 The longitudinal (i.e., in the direction of loading) and transverse (i.e., 48 parallel to the wall or slope face) ribs that make up the geogrid shall be 49 perpendicular to one another. The maximum deviation of the cross-rib 50 from being perpendicular to the longitudinal rib (skew) shall be no more 51

Page 395: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 395

than 1 inch in 5 feet of geogrid width. The maximum deviation of the 1 cross-rib at any point from a line perpendicular to the longitudinal ribs 2 located at the cross-rib (bow) shall be 0.5 inches. 3 4 The Engineer will take random samples of the geogrid materials at the job 5 site. Approval of the geogrid materials will be based on testing of 6 samples from each lot. A “lot” shall be defined as all geogrid rolls sent to 7 the project site produced by the same manufacturer during a continuous 8 period of production at the same manufacturing plant having the same 9 product name. The Contracting Agency will require 14 calendar days 10 maximum for testing the samples after their arrival at the WSDOT 11 Materials Laboratory in Tumwater, WA. 12 13 The geogrid samples will be tested for conformance to the specified 14 material properties. If the test results indicate that the geogrid lot does 15 not meet the specified properties, the roll or rolls which were samples will 16 be rejected. Two additional rolls for each roll tested which failed from the 17 lot previously tested will then be selected at random by the Engineer for 18 sampling and retesting. If the retesting shows that any of the additional 19 rolls tested do not meet the specified properties, the entire lot will be 20 rejected. If the test results from all the rolls retested meet the specified 21 properties, the entire lot minus the roll(s) which failed will be accepted. 22 23 All geogrid materials which have defects, deterioration, or damage, as 24 determined by the Engineer, will be rejected. All rejected geogrid 25 materials shall be replaced at no expense to the Contracting Agency. 26 27 Except as otherwise noted, geogrid identification, storage and handling 28 shall conform to the requirements specified in Section 2-12.2. The 29 geogrid materials shall not be exposed to temperatures less than –20F 30 and greater than 122F. 31

32 Rubber bearing pads shall be a type and grade as recommended by Tensar 33 Earth Technologies, Inc. 34 35 Geosynthetic joint cover for all horizontal and vertical joints shall be a non-36 woven geosynthetic as recommended by Tensar Earth Technologies, Inc. 37 Adhesive used to attach the geosynthetic to the rear of the precast concrete 38 facing panel shall be as recommended by Tensar Earth Technologies, Inc. 39 40 Reinforced Earth Wall 41 Reinforcing strips shall be shop fabricated from hot rolled steel conforming to 42 ASTM A 572 Grade 65 or approved equal, and shall be galvanized after 43 fabrication in accordance with AASHTO M 111. Damage to the galvanizing 44 shall be repaired with one coat of paint conforming to Section 9-08.1(2)B. 45 46 Bolts and nuts shall conform to Section 9-06.5(3), and shall be galvanized in 47 accordance with ASTM F 2329. 48 49 Rubber bearing pads shall be a type and grade as recommended by the 50 Reinforced Earth Company. 51

Page 396: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 396

1 Vertical joint filler between panels, when specified in the structural earth wall 2 working drawings, shall be two inch square, flexible open cell polyether foam 3 strips, Grade UU-34, as recommended by the Reinforced Earth Company. 4 5 Filter fabric joint cover for all horizontal and vertical joints, when specified in 6 the structural earth wall working drawings, shall be a pervious woven 7 polypropylene filter fabric as recommended by the Reinforced Earth 8 Company. Adhesive used to attach the fabric material to the rear of the 9 precast concrete facing panel shall be as recommended by the Reinforced 10 Earth Company. 11 12 Reinforced Soil Wall 13 Reinforcing mesh shall be shop fabricated of cold drawn steel wire conforming 14 to AASHTO M 32, and shall be welded into finished mesh fabric conforming to 15 AASHTO M 55. Reinforcing mesh shall be galvanized after fabrication in 16 accordance with AASHTO M 111. Damage to the galvanizing shall be 17 repaired with one coat of paint conforming to Section 9-08.1(2)B. 18 19 MSE Plus Wall 20 Pins connecting the soil reinforcing mesh to the precast concrete panels shall 21 conform to AASHTO M 32 and shall be galvanized after fabrication in 22 accordance with AASHTO M 111. Damage to the galvanizing shall be 23 repaired with one coat of paint conforming to Section 9-08.1(2)B. 24 25 Bearing pads shall be serrated high-density polyethylene (HDPE) copolymer 26 pads as recommended by SSL, LLC. 27 28 Filter fabric joint cover for all horizontal and vertical joints shall be non-woven 29 geosynthetic conforming to AASHTO M 288. Adhesive used to bond the 30 geosynthetic to the rear of the precast concrete facing panel shall be as 31 recommended by SSL, LLC. 32 33

34 6-13.2.OPT2(A).GB6 35

(August 3, 2015) 36 Lock + Load Retaining Wall System 37 Stainless steel wire and wire rods shall conform to ASTM A 580. 38 39 Stainless steel bars, plates and shapes shall conform to ASTM A 276 Type 40 304. 41 42 The maximum particle size of the backfill material within 1’-6” of the back face 43 of the precast concrete facing panel shall not exceed 3/4 inches. 44

45 6-13.2.OPT3.GB6 46

(January 2, 2018) 47 Concrete Block Faced Structural Earth Wall Materials 48

General Materials 49 Concrete Block 50 Acceptability of the blocks will be determined based on the following: 51

Page 397: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 397

1 1. Visual inspection. 2 3 2. Compressive strength tests, conforming to Section 6-13.3(4). 4 5 3. Water absorption tests, conforming to Section 6-13.3(4). 6 7 4. Manufacturer’s Certificate of Compliance in accordance with Section 8

1-06.3. 9 10 5. Freeze-thaw tests conducted on the lot of blocks produced for use in 11

this project, as specified in Section 6-13.3(4). 12 13 6. Copies of results from tests conducted on the lot of blocks produced 14

for this project by the concrete block fabricator in accordance with 15 the quality control program required by the structural earth wall 16 manufacturer. 17

18 The blocks shall be considered acceptable regardless of curing age when 19 compressive test results indicate that the compressive strength conforms to 20 the 28-day requirements, and when all other acceptability requirements 21 specified above are met. 22 23 Testing and inspection of dry cast concrete blocks shall conform to ASTM C 24 140, and shall include block fabrication plant approval by WSDOT prior to the 25 start of block production for this project. 26 27 Mortar 28 Mortar shall conform to ASTM C 270, Type S, with an integral water repellent 29 admixture as accepted by the Engineer. The amount of admixture shall be as 30 recommended by the admixture manufacturer. To ensure uniform color, 31 texture, and quality, all mortar mix components shall be obtained from one 32 manufacturer for each component, and from one source and producer for 33 each aggregate. 34 35 Geosynthetic Soil Reinforcement 36 Geogrid reinforcement shall conform to Section 9-33.1, and shall be a product 37 listed in Appendix D of the current WSDOT Qualified Products List (QPL). 38 The values of Tal and Tult as listed in the QPL for the products used shall meet 39 or exceed the values required for the wall manufacturer’s reinforcement 40 design as specified in the structural earth wall design calculation and working 41 drawing submittal. 42 43 The minimum ultimate tensile strength of the geogrid shall be a minimum 44 average roll value (the average test results for any sampled roll in a lot shall 45 meet or exceed the values shown in Appendix D of the current WSDOT QPL). 46 The strength shall be determined in accordance with ASTM D 6637, for multi-47 rib specimens. 48 49

Page 398: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 398

The ultraviolet (UV) radiation stability, in accordance with ASTM D 4355, shall 1 be a minimum of 70 percent strength retained after 500 hours in the 2 weatherometer. 3 4 The longitudinal (i.e., in the direction of loading) and transverse (i.e., parallel 5 to the wall or slope face) ribs that make up the geogrid shall be perpendicular 6 to one another. The maximum deviation of the cross-rib from being 7 perpendicular to the longitudinal rib (skew) shall be no more than 1 inch in 5 8 feet of geogrid width. The maximum deviation of the cross-rib at any point 9 from a line perpendicular to the longitudinal ribs located at the cross-rib (bow) 10 shall be 0.5 inches. 11 12 The gap between the connector and the bearing surface of the connector tab 13 cross-rib shall not exceed 0.5 inches. A maximum of 10 percent of connector 14 tabs may have a gap between 0.3 inches and 0.5 inches. Gaps in the 15 remaining connector tabs shall not exceed 0.3 inches. 16 17 The Engineer will take random samples of the geogrid materials at the job 18 site. Acceptance of the geogrid materials will be based on testing of samples 19 from each lot. A “lot” shall be defined as all geogrid rolls sent to the project 20 site produced by the same manufacturer during a continuous period of 21 production at the same manufacturing plant having the same product name. 22 The Contracting Agency will require 14 calendar days maximum for testing 23 the samples after their arrival at the WSDOT Materials Laboratory in 24 Tumwater, WA. 25 26 The geogrid samples will be tested for conformance to the specified material 27 properties. If the test results indicate that the geogrid lot does not meet the 28 specified properties, the roll or rolls which were sampled will be rejected. Two 29 additional rolls for each roll tested which failed from the lot previously tested 30 will then be selected at random by the Engineer for sampling and retesting. If 31 the retesting shows that any of the additional rolls tested do not meet the 32 specified properties, the entire lot will be rejected. If the test results from all 33 the rolls retested meet the specified properties, the entire lot minus the roll(s) 34 which failed will be accepted. 35 36 All geogrid materials which have defects, deterioration, or damage, as 37 determined by the Engineer, will be rejected. All rejected geogrid materials 38 shall be replaced at no expense to the Contracting Agency. 39 40 Except as otherwise noted, geogrid identification, storage and handling shall 41 conform to the requirements specified in Section 2-12.2. The geogrid 42 materials shall not be exposed to temperatures less than –20F and greater 43 than 122F. 44 45 Drainage Geosynthetic Fabric 46 Drainage geosynthetic fabric shall be a non-woven geosynthetic conforming 47 to the requirements in Section 9-33.1, for Construction Geotextile for 48 Underground Drainage, Moderate Survivability, Class B. 49 50 51

Page 399: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 399

Proprietary Materials 1 Allan Block Wall 2 Wall backfill material placed in the open cells of the precast concrete blocks 3 and placed in the one to three foot zone immediately behind the precast 4 concrete blocks shall be crushed granular material conforming to Section 9-5 03.9(3). 6 7 GEOWALL Structural Earth Retaining Wall System 8 Connection pins shall be fiberglass conforming to the requirements of Basalite 9 Concrete Products, LLC. 10 11 KeyGrid Wall 12 KeyStone connection pins shall be fiberglass conforming to the requirements 13 of Keystone Retaining Wall Systems, Inc. 14 15 Landmark Retaining Wall 16 Lock bars shall be made of a rigid polyvinyl chloride polymer conforming to 17 the following requirements: 18

19

Property Value Specification

Specific Gravity 1.4 minimum ASTM D 792

Tensile Strength at yield 2,700 psi minimum ASTM D 638

20 Lock bars shall remain sealed in their shipping containers until placement into 21 the wall. Lock bars exposed to direct sunlight for a period exceeding two 22 months shall not be used for construction of the wall. 23 24 Mesa Wall 25 Block connectors for block courses with geogrid reinforcement shall be glass 26 fiber reinforced high-density polypropylene conforming to the following 27 minimum material specifications: 28

29 Property Specification Value 30 Polypropylene ASTM D 4101 31 Group 1 Class 1 Grade 2 73 ± 2 percent 32 Fiberglass Content ASTM D 2584 25 ± 3 percent 33 Carbon Black ASTM D 4218 2 percent minimum 34 Specific Gravity ASTM D 792 1.08 ± 0.04 35 Tensile Strength ASTM D 638 36 at yield 8,700 ± 1,450 psi 37 Melt Flow Rate ASTM D 1238 0.37 ± 0.16 ounces/10 min. 38

39 Block connectors for block courses without geogrid reinforcement shall be 40 glass fiber reinforced high-density polyethylene (HDPE) conforming to the 41 following minimum material specifications: 42

43 Property Specification Value 44 HDPE ASTM D 1248 45 Type III Class A Grade 5 68 ± 3 percent 46 Fiberglass Content ASTM D 2584 30 ± 3 percent 47 Carbon Black ASTM D 4218 2 percent minimum 48

Page 400: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 400

Specific Gravity ASTM D 792 1.16 ± 0.06 1 Tensile Strength ASTM D 638 2 at yield 8,700 ± 725 psi 3 Melt Flow Rate ASTM D 1238 0.11 ± 0.07 ounces/10 min. 4

5 6-13.3.GR6 6

Construction Requirements 7 8 6-13.3.INST1.GR6 9 Section 6-13.3 is supplemented with the following: 10 11 6-13.3.OPT1.GB6 12

(April 4, 2011) 13 Welded Wire Faced Structural Earth Wall 14 Welded wire faced structural earth walls shall be constructed of only one of the 15 following wall systems. 16 17 The Contractor shall make arrangements to purchase the welded wire mats, welded 18 wire form facing units, geogrid reinforcement, backing mats, facing elements, 19 fasteners, geosynthetic connection rods, construction geotextile for wall facing, and all 20 necessary incidentals from the source identified for each wall system: 21

22 Hilfiker Welded Wire Retaining Wall (WWW) System 23

Hilfiker is a registered trademark of Hilfiker Retaining Walls. 24 25 Hilfiker Retaining Walls 26 1902 Hilfiker Lane 27 Eureka, CA 95503-5711 28 (707) 443-5093 29 FAX (707) 443-2891 30 www.hilfiker.com 31 32

Tensar Wire Form Retaining Wall System 33 Tensar is a registered trademark of Tensar Corporation 34 35 Tensar Corporation 36 2500 Northwinds Parkway Suite 500 37 Atlanta, GA 30009 38 (770) 344-2090 39 FAX (678) 281-8546 40 www.tensarcorp.com 41

42 6-13.3.OPT2.GB6 43

(January 7, 2019) 44 Precast Concrete Panel Faced Structural Earth Wall 45 Precast concrete panel faced structural earth walls shall be constructed of only one of 46 the following wall systems. The Contractor shall make arrangements to purchase the 47 precast concrete panels, soil reinforcement, attachment devices, joint filler, and all 48 necessary incidentals from the source identified with each wall system: 49

50 ARES Modular Panel Wall System 51

Page 401: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 401

ARES Modular Panel Wall System is a registered trademark of Tensar 1 Corporation 2

3 Tensar Corporation 4 2500 Northwinds Parkway Suite 500 5 Atlanta, GA 30009 6 (770) 344-2090 7 FAX (678) 281-8546 8 www.tensarcorp.com 9

10 MSE Plus Wall 11

MSE Plus Wall is a registered trademark of SSL, LLC 12 13 SSL, LLC 14 4740 Scotts Valley Drive Suite E 15 Scotts Valley, CA 95066 16 (831) 430-9300 17 FAX (831) 430-9340 18 www.mseplus.com 19 20

Reinforced Earth Wall 21 Reinforced Earth is a registered trademark of the Reinforced Earth Company. 22 23 The Reinforced Earth Company 24 9025 East Kenyon Ave. Suite 200 25 Denver, CO 80237 26 (303) 790-1481 27 FAX (303) 790-1461 28 www.reinforcedearth.com 29 30

Reinforced Soil Wall 31 Reinforced Soil is a registered trademark of Hilfiker Retaining Walls. 32 33 Hilfiker Retaining Walls 34 1902 Hilfiker Lane 35 Eureka, CA 95503-5711 36 (707) 443-5093 37 FAX (707) 443-2891 38 www.hilfiker.com 39 40

41 6-13.3.OPT2(A).GB6 42

(August 3, 2015) 43 Lock + Load Retaining Wall System 44

Lock + Load is a registered trademark of Lock + Load Retaining Walls, Ltd. 45 46 Lock + Load Retaining Walls, Ltd. 47 1681 Chestnut Street Suite 400 48 Vancouver, BC V6J 4M6 Canada 49 (604) 732-9990 50 FAX: (604) 676-2705 51

Page 402: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 402

www.lock-load.com 1 2 6-13.3.OPT3.GB6 3

(January 2, 2018) 4 Concrete Block Faced Structural Earth Wall 5 Concrete block faced structural earth walls shall be constructed of only one of the 6 following wall systems. The Contractor shall make arrangements to purchase the 7 concrete blocks, soil reinforcement, attachment devices, joint filler, and all necessary 8 incidentals from the source identified with each wall system: 9

10 Allan Block Wall 11

Allan Block Wall is a registered trademark of the Allan Block Corporation 12 13 Allan Block Corporation 14 7424 W 78th Street 15 Bloomington, MN 55439 16 (800) 899-5309 17 FAX (952) 835-0013 18 www.allanblock.com 19 20

GEOWALL Structural Earth Retaining Wall System 21 GEOWALL is a registered trademark of Basalite Concrete Products, LLC 22 23 Basalite Concrete Products LLC 24 3299 International Place 25 Du Pont, WA 98327-7707 26 (800) 964-9424 27 FAX: (253) 964-5005 28 www.basalite.com 29 30

Redi-Rock Positive Connection System 31 Redi-Rock Positive Connection System is a registered trademark of Redi-32 Rock International, LLC 33 34 Redi-Rock International, LLC 35 05481 US 31 South 36 Charlevoix, MI 49720 37 (866) 222-8400 38 FAX (231) 237-9521 39 www.redi-rock.com 40 41

Mesa Wall 42 Mesa Wall is a registered trademark of Tensar Corporation 43 44 Tensar Corporation 45 2500 Northwinds Parkway Suite 500 46 Atlanta, GA 30009 47 (770) 334-2090 48 FAX (678) 281-8546 49 www.tensarcorp.com 50 51

Page 403: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 403

Landmark Retaining Wall System 1 Landmark Retaining Wall System is a registered trademark of Anchor Wall 2 Systems, Inc. 3 4 Anchor Wall Systems, Inc. 5 5959 Baker Road, Suite 390 6 Minnetonka, MN 55345-5996 7 (877) 295-5415 8 FAX (952) 979-8454 9 www.anchorwall.com 10 11

KeyGrid Wall 12 KeyGrid is a registered trademark of Keystone Retaining Wall Systems, Inc. 13 14 Keystone Retaining Wall Systems, Inc. 15 4444 West 78th Street 16 Minneapolis, MN 55435 17 (800) 747-8971 18 FAX (952) 897-3858 19 www.keystonewalls.com 20

21 6-13.3(2).GR6 22

Submittals 23 24 6-13.3(2).INST1.GR6 25

Section 6-13.3(2) is supplemented with the following: 26 27 6-13.3(2).OPT1.FB6 28

(January 3, 2011) 29 The following geotechnical design parameters shall be used for the design of the 30 structural earth wall(s): 31

32 Wall Name or No.: *** $$1$$ *** 33 34 Soil Wall Retained Foundation 35 Properties Backfill Soil Soil 36 Unit Weight 37 (pcf) ***$$2$$*** ***$$3$$*** ***$$4$$*** 38 Friction Angle 39 (deg) ***$$5$$*** ***$$6$$*** ***$$7$$*** 40 Cohesion (psf) ***$$8$$*** ***$$9$$*** ***$$10$$*** 41

42 For the Service Limit State, the wall shall be designed to accommodate a 43 differential settlement of *** $$11$$ *** per 100 feet of wall length. 44 45 For the Extreme Event I Limit State, the wall shall be designed for a horizontal 46 seismic acceleration coefficient kh of *** $$12$$ *** g and a vertical seismic 47 acceleration coefficient kv of *** $$13$$ *** g. 48

49

Page 404: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 404

6-13.3(4).GR6 1 Precast Concrete Facing Panel and Concrete Block Fabrication 2

3 6-13.3(4).INST1.GR6 4

Section 6-13.3(4) is supplemented with the following: 5 6 6-13.3(4).OPT1.GB6 7

(April 3, 2017) 8 Specific Fabrication Requirements for Precast Concrete Panel Faced 9 Structural Earth Walls 10

ARES Modular Panel Wall System 11 The concrete mix for precast concrete facing panels shall be a Contractor mix 12 design in accordance with Section 6-02.3(2)A, producing a minimum 13 compressive strength at 28 days of 4,500 psi. The Contractor mix design for 14 precast concrete facing panels shall not include Type III cement unless 15 otherwise allowed by the Engineer. 16

17 6-13.3(4).OPT1(A).GB6 18

(August 3, 2015) 19 Lock + Load Retaining Wall System 20 Concrete for precast concrete panels and counterfort members shall conform 21 to ASTM C 1116 Type III, with cement and aggregate gradation as 22 recommended by Lock + Load Retaining Walls, Ltd, slump and air content as 23 specified in this Section, and a minimum compressive strength at 28 days of 24 5,500 psi. The fiber reinforcement shall be mixed in the concrete at a 25 minimum reinforcement ratio of 3.0 pounds per cubic yard and as specified by 26 Lock + Load Retaining Walls, Ltd. 27 28 Full size precast concrete facing panels for Lock + Load retaining walls shall 29 be 2’-8" wide and 1’-4” tall. 30 31 Precast concrete counterfort members shall be fabricated, handled, stored, 32 and shipped in accordance with the requirements specified in this Section for 33 precast concrete facing panels. 34

35 6-13.3(5).GR6 36

Precast Concrete Facing Panel and Concrete Block Erection 37 38 6-13.3(5).INST1.GR6 39

Section 6-13.3(5) is supplemented with the following: 40 41 6-13.3(5).OPT2.GB6 42

(April 2, 2012) 43 Specific Erection Requirements for Precast Concrete Block Faced Structural 44 Earth Walls 45

Landmark Retaining Wall 46 When placing each course of concrete blocks, the Contractor shall pull the 47 blocks towards the front face of the wall until the male key of the bottom face 48 of the upper block contacts and fits into the female key of the top face of the 49 supporting block below. 50 51

Page 405: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 405

A maximum gap of 1/8-inch is allowed between adjacent concrete blocks, 1 except for the base course set of concrete blocks placed on the leveling pad. 2 A maximum gap of 1-inch is allowed between adjacent base course concrete 3 blocks, provided geosynthetic reinforcement for drains is in place over the gap 4 at the back face of the concrete blocks. 5 6 Lock bars shall be installed in the female key of the top face of all concrete 7 block courses receiving geogrid reinforcement. Gaps between adjacent lock 8 bars in the key shall not exceed 3-inches. The lock bar shall be installed flat 9 side up, with the angled side to the back of the concrete block, as shown in 10 the shop drawings. 11 12 Geogrid reinforcement shall be placed and connected to concrete block 13 courses specified to receive soil reinforcement. The leading edge of the 14 geogrid reinforcement shall be maintained within 1-inch of the front face of the 15 supporting concrete blocks below. Geogrid panels shall be abutted for 100 16 percent backfill coverage with less than a 4-inch gap between adjacent 17 panels. 18 19 Backfill shall be placed and compacted level with the top of each course of 20 concrete blocks, and geogrid reinforcement placed and connected to concrete 21 block courses specified to receive soil reinforcement, before the Contractor 22 may continue placing the next course of concrete blocks. 23 24 Mesa Wall 25 For all concrete block courses receiving geogrid reinforcement, the fingers of 26 the block connectors shall engage the geogrid reinforcement apertures, both 27 in the connector slot in the block, and across the block core. For all concrete 28 block courses with intermittent geogrid coverage, a #3 steel reinforcing bar 29 shall be placed, butt end to butt end, in the top block groove, with the butt 30 ends being placed at a center of a concrete block. 31

32 6-13.3(7).GR6 33

Backfill 34 35 6-13.3(7).INST1.GR6 36

Section 6-13.3(7) is supplemented with the following: 37 38 6-13.3(7).OPT1.GB6 39

(August 3, 2015) 40 Specific Backfill Requirements for Precast Concrete Panel Faced Structural 41 Earth Walls 42

Lock + Load Retaining Wall System 43 The Contractor shall begin placement and compaction of backfill above the 44 tail of the counterfort member first, then towards the back face of the precast 45 concrete facing panel, followed by placement and compaction of the 46 remainder of the backfill layer. The zone for compaction by plate compactor 47 equipment only, with no soil density testing requirement, shall be within 1’-4” 48 of the back face of the precast concrete facing panel. 49

50

Page 406: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 406

6-14.GR6 1

Geosynthetic Retaining Walls 2 3 6-14.2.GR6 4

Materials 5 6 6-14.2(9-33.2(2)).GR6 7

Geosynthetic Properties For Retaining Walls and Reinforced Slopes 8 Section 9-33.2(2) is supplemented with the following: 9

10 6-14.2(9-33.2(2)).OPT1.FB6 11

(August 7, 2006) 12 Geosynthetic Properties For Temporary Geosynthetic Retaining Walls 13 Wide strip geosynthetic strengths provided in Table 10 are minimum average roll 14 values. The average test results for any sampled roll in a lot shall meet or exceed 15 the values shown in the table. These wide strip strength requirements apply only 16 in the geosynthetic direction perpendicular to the wall face. The test procedures 17 specified in the table are in conformance with the most recently approved ASTM 18 geosynthetic test procedures, except for geosynthetic sampling and specimen 19 conditioning, which are in accordance with WSDOT Test Methods 914 and 915, 20 respectively. 21 22 Table 10: Wide strip tensile strength required for the geosynthetic reinforcement 23 used in geosynthetic retaining walls. 24 25

Wall Location

Vertical Spacing of

Reinforcement Layers

Reinforcement Layer Distance

from Top of Wall

Minimum Tensile Strength Based on

ASTM D4595 for Geotextiles and ASTM

D6637 for Geogrids ***$$1$$*** ***$$2$$*** ***$$3$$*** ***$$4$$*** 26

27 6-15.GR6 28

Soil Nail Walls 29 30 6-15.2.GR6 31

Materials 32 33 6-15.2.INST1.GR6 34 Section 6-15.2 is supplemented with the following: 35 36 6-15.2.OPT1.GB6 37

(August 3, 2015) 38 Permanent Soil Nail Materials and Components 39 A soil nail system is a structural system used to transfer tensile loads to soil. A soil nail 40 system may also be specified in the Plans as a nail. A soil nail system includes all 41 steel reinforcing bars, anchorage devices, grout, coatings, sheathings and couplers if 42 used. 43

Page 407: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 407

1 The Contractor shall either select a soil nail system from the Qualified Products List, or 2 submit a Type 2 Working Drawing consisting of the following information: 3

4 1. Catalogue cuts or Manufacturer’s Certificates of Compliance for centralizers 5

and grout admixtures. 6 7 2. Manufacturer’s Certificate of Compliance for bearing plates, nuts, steel 8

reinforcing bars, tendon encapsulation tubing, and welded shear studs. The 9 Manufacturer’s Certificate of Compliance for the nuts shall confirm compliance 10 with the specified strength requirements. 11

12 If the Contractor selects a permanent soil nail system from the Qualified Products List 13 (QPL), the Contractor shall submit a Type 1 Working Drawing consisting of a certificate 14 from the permanent soil nail system fabricator/supplier confirming that the material 15 specifications of the permanent soil nail system components as furnished conform to 16 those specified in the QPL. 17 18

Component Material Specifications 19 Bearing plates shall conform to ASTM A 36, ASTM A 529, ASTM A 536, ASTM A 20 572, ASTM A 588, or AASHTO M 270. 21 22 Centralizers shall be fabricated from plastic, steel, or material which is 23 nondetrimental to the prestressing steel. Wood shall not be used. 24 25 Grout shall be a neat cement grout or a sand-cement grout conforming to Section 26 9-20.3(4). The compressive strength for the grout shall be as required by the soil 27 nail manufacturer. Grout components shall be as follows: 28

29 Admixtures shall conform to the requirements of Section 9-23.6. Expansive 30 admixtures and accelerators will not be permitted. Admixtures shall be mixed 31 in accordance with the manufacturer's recommendations. 32 33 Aggregates shall conform to the requirements of Section 9-03. 34 35 Cement shall conform to the requirements of Section 9-01, and shall not 36 contain lumps or other indications of hydration. 37

38 Nuts shall conform to either ASTM A 563, Grade B, Hexagonal, ASTM A 536 39 Grade 100-70-03, ASTM A 29 Grades 12L14, 1215, or C1045, AASHTO M 169 40 Grades 1117 or 12L14, ASTM A 513 Type 5 Grade 1026, ASTM A 521 Class CF, 41 ASTM A 897 Grade 125/80/10M, or ASTM A 519 Grade 1026, and shall be 42 capable of developing 100 percent of the GUTS of the soil nail. The nuts shall be 43 fitted, where necessary, with a special wedge washer or spherical seat such that 44 the nut bears uniformly on the bearing plate. 45 46 Washers shall conform to either ASTM F 436, ASTM A 536 Grade 80-55-06 or 47 ASTM A 47 Grade 32510. 48 49 Soil nails shall be deformed steel reinforcing bars conforming to AASHTO M 31, 50 Grade 60 minimum, and Section 9-07.2. All soil nails, except those specified in 51

Page 408: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 408

the Plans to be encapsulated, shall be epoxy-coated in accordance with Sections 1 6-02.3(24)H and 9-07.3. The soil nails shall be of the type and size specified in 2 the Plans. The soil nails shall not be spliced. The soil nails shall be threaded at 3 the bearing plate end a minimum of six inches. The threading shall be continuous 4 spiral deformed ribbing. Alternatively, threads may be cut into the soil nail if the 5 bar size is increased to the next larger size from the size specified in the Plans at 6 no additional cost to the Contracting Agency. 7 8 Tendon encapsulation, when specified in the Plans to provide additional corrosion 9 protection, shall be fabricated from one of the following: 10 11

1. High density corrugated polyethylene (PE) tubing conforming to the 12 requirements of ASTM D 3350 Class PE335520C or Class PE335400C, 13 ASTM D 1248, and AASHTO M 252 and having a nominal wall thickness 14 of 40 mils. 15

16 2. Corrugated, polyvinyl chloride (PVC) tubing conforming to ASTM D 1784, 17

Class 13464-B, and having a nominal wall thickness of 40 mils. 18 19 The soil nails shall be centralized within the sheathing with a minimum 0.2 inch 20 grout cover over the soil nail inside the sheath. The encapsulation shall be 21 constructed at the factory under controlled conditions. Field construction of the 22 encapsulation will not be permitted. 23 24 Welded shear studs shall conform to Section 9-06.15, and shall be welded in 25 accordance with Section 6-03.3(25). 26

27 6-15.3.GR6 28

Construction Requirements 29 30 6-15.3(8).GR6 31

Soil Nail Testing And Acceptance 32 33 6-15.3(8)A.GR6 34

Verification Testing 35 36 6-15.3(8)A.INST1.GR6 37

Section 6-15.3(8)A is supplemented with the following: 38 39 6-15.3(8)A.OPT1.FB6 40

(April 5, 2004) 41 Soil nail verification tests shall be conducted as follows: 42

43 Verification Soil Nail Number of Successful 44 Test Limits Row Verification Tests Required 45 46 ***$$1$$*** ***$$2$$*** ***$$3$$*** 47

48 6-17.GR6 49

Permanent Ground Anchors 50 51

Page 409: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 409

6-17.1.GR6 1

Description 2 3 6-17.1.INST1.GR6 4 Section 6-17.1 is supplemented with the following: 5 6 6-17.1.OPT1.GB6 7

(January 7, 2013) 8 This work also consists of furnishing, field locating, installing, stressing and testing rock 9 bolts and rock dowels. 10

11 6-17.2.GR6 12

Materials 13 14 6-17.2.INST1.GR6 15 Section 6-17.2 is supplemented with the following: 16 17 6-17.2.OPT1.GB6 18

(August 3, 2015) 19 Permanent Ground Anchor Materials and Components 20 A permanent ground anchor system is a structural system used to transfer tensile loads 21 to soil or rock. A permanent ground anchor system may also be specified in the Plans 22 as an anchor, a ground anchor, or a tieback. A permanent ground anchor system 23 includes all prestressing steel, anchorage devices, grout, coatings, sheathings and 24 couplers if used. 25 26 The Contractor shall either select a permanent ground anchor system from the 27 Qualified Products List or submit a Type 2 Working Drawing consisting of the following 28 information: 29

30 1. Catalogue cuts or Manufacturer’s Certificates of Compliance for anchorage 31

covers, bond breaker, centralizers, corrosion inhibiting grease, end caps, 32 grout admixtures, and strand tendon spacers. 33

34 2. Manufacturer’s Certificates of Compliance for anchor heads, anchor head 35

wedges, bar tendon nuts, bar tendon couplers, tendon encapsulation tubing, 36 trumpet assemblies, and bar tendons or strand tendons. The Manufacturer’s 37 Certificates of Compliance for the anchorhead wedges (grippers), and bar 38 tendon nuts and couplers, shall confirm compliance with the specified strength 39 requirements. 40

41 If the Contractor selects a permanent ground anchor system from the Qualified 42 Products List (QPL), the Contractor shall submit a Type 1 Working Drawing consisting 43 of a certificate from the permanent ground anchor system fabricator/supplier confirming 44 that the material specifications of the permanent ground anchor system components as 45 furnished conform to those specified in the QPL. 46 47

Component Material Specifications 48 Anchorage covers shall have a minimum thickness of 0.20 inches and shall 49 conform to either ASTM A 53 for pipe, or ASTM A 500 for tubing, or ASTM A 36, 50 ASTM A 529, ASTM A 572, ASTM A 588, or AASHTO M 270 for fabricated steel. 51

Page 410: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 410

1 Anchorheads shall conform to either ASTM A 36, AASHTO M 169 Grades 1040 or 2 1045, ASTM A 521 Grade 1045, ASTM A 576 Grade 1045, or ASTM A 536 Grade 3 80-55-06. 4 5 Bearing plates shall conform to either ASTM A 36, ASTM A 572, ASTM A 588, 6 AASHTO M 270, ASTM A 529, or ASTM A 536. 7 8 Anchorhead wedges (grippers) shall conform to AASHTO M 169 Grade 12L14, 9 case hardened 0.012 to 0.015 inches deep to Rockwell C 59 to 65. 10 11 Bar tendon nuts shall conform to either ASTM A 29 Grade C1045, ASTM A 521 12 Class CF, AASHTO M 169 Grades 1117 or 1144, or ASTM A 536 Grade 100-70-13 03, and shall be capable of developing 100 percent of the GUTS of the bar tendon. 14 15 Bondbreaker shall conform to the requirements of Section 4.7 of the Post-16 Tensioning Institute “Recommendations for Prestressed Rock and Soil Anchors”, 17 Fourth Edition - 2004, and shall be fabricated from a smooth plastic tube or pipe 18 having the following properties: 19 20

1. Resistant to chemical attack from aggressive environments, grout or 21 grease; 22

2. Resistant to aging by ultra-violet light; 23 3. Fabricated from material nondetrimental to the tendon; 24 4. Capable of withstanding abrasion, impact, and bending during handling 25

and installation; 26 5. Enable the tendon to elongate during testing and stressing; and 27 6. Allow the tendon to remain unbonded after lock-off. 28

29 Centralizers shall be fabricated from plastic, steel, or material which is 30 nondetrimental to the prestressing steel. Wood shall not be used. 31 32 Corrosion inhibiting grease shall conform to the requirements of Section 3.2.5 of 33 the Post-Tensioning Institute, "Specification For Unbonded Single Strand 34 Tendons". 35 36 Couplers for bar tendons, if required, shall be furnished by the manufacturer of the 37 bar tendons and shall be AASHTO M 169 Grades 1045, 1117 or 1144, ASTM A 38 519 Grade 1026, or equivalent steel developing 100 percent of the GUTS of the 39 bar tendon without evidence of any failure. Couplers shall be placed in the bond 40 zone. Couplers for strand tendons will not be allowed. 41 42 End caps shall conform to ASTM D 3350 Class PE324420C, Class PE334410C, 43 or Class PE335400C, ASTM D 1248, and AASHTO M 252, ASTM D 1784 Class 44 1346B, ASTM A 653, or ASTM A 36. 45 46 Grout shall be a neat cement grout or a sand-cement grout conforming to Section 47 9-20.3(4). The compressive strength for the grout shall be as required by the 48 tieback manufacturer. Grout components shall be as follows: 49

50

Page 411: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 411

Admixtures shall conform to the requirements of Section 9-23.6. Expansive 1 admixtures shall only be added to the grout used for filling sealed 2 encapsulations, trumpets and anchorage covers. Accelerators will not be 3 permitted. Admixtures shall be compatible with prestressing steels and mixed 4 in accordance with the manufacturer's recommendations. 5 6 Aggregates shall conform to the requirements of Section 9-03. 7 8 Cement shall conform to the requirements of Section 9-01, and shall not 9 contain lumps or other indications of hydration. 10

11 Prestressing steel shall consist of either bar tendons with an ultimate tensile 12 strength of 150 ksi conforming to AASHTO M 275 Type II, or strand tendons with 13 an ultimate tensile strength of 270 ksi conforming to AASHTO M 203. The 14 Contractor shall submit Type 1 Working Drawings consisting of certified mill test 15 results and typical stress-strain curves along with samples from each heat, 16 properly marked, for the prestressing steel. The typical stress-strain curve shall be 17 obtained by conventional industry standard practices. The guaranteed ultimate 18 strength, yield strength, elongation, and composition shall be specified. 19 20 Strand tendon spacers shall be fabricated from plastic, steel, or material which is 21 nondetrimental to the prestressing steel. Wood shall not be used. 22 23 Tendon encapsulation, when specified in the Plans to provide additional corrosion 24 protection, shall be fabricated from one of the following: 25 26

1. High density corrugated polyethylene (PE) tubing conforming to the 27 requirements of ASTM D 3350 Class PE334410C, Class PE335520C or 28 Class PE335400C, ASTM D 1248, and AASHTO M 252 and having a 29 nominal wall thickness of 40 mils or greater. 30

31 2. Corrugated, polyvinyl chloride (PVC) tubing conforming to ASTM D 1784, 32

Class 13464-B, and having a nominal wall thickness of 40 mils or greater. 33 34 Trumpet providing the transition from the bearing plate to the unbonded length 35 corrosion protection shall be fabricated from a steel pipe or tube conforming to the 36 requirements of ASTM A 53 for pipe or ASTM A 500 for tubing. The trumpet shall 37 have a minimum wall thickness of 0.20 inches, and shall be seal welded to the 38 bearing plate. The seal weld shall be visually inspected only, in accordance with 39 Section 6-03.3(25)A. 40

41 6-17.2.OPT2.GB6 42

(January 7, 2013) 43 Rock Bolt and Rock Dowel Materials 44 Rock bolts shall be continuously threaded steel reinforcement bars conforming to 45 either; AASHTO M 31 Grade 60 or 75 deformed bar, ASTM 615 Grade 60 or 75 46 deformed bar, ASTM A 706 Grade 60 or 80 deformed bar, ASTM A 722 Grade 150 47 Type II, or AASHTO M 275 Grade 150 Type II and shall be capable of being post-48 tensioned to the design loads, performance test loads, and proof loads specified. The 49 bending requirements of AASHTO M 31, ASTM 615, and ASTM 706 shall be waived. 50 51

Page 412: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 412

Rock dowels shall be continuously threaded steel reinforcement bars conforming to 1 either; AASHTO M 31 Grade 60 or 75 deformed bar, ASTM A 615 Grade 60 or 75 2 deformed bar, or ASTM A 706 Grade 60 or 80 deformed bar with a minimum size of a 3 No. 7 bar for Type 1 rock dowels, and a minimum size of a No.11 bar for Type 2 rock 4 dowels. The bending requirements of AASHTO M 31, ASTM 615, and ASTM 706 shall 5 be waived. 6 7 Anchor bar steel for rock bolts and dowels shall be provided with epoxy coating in 8 accordance with either AASHTO M 284, ASTM A 775, or ASTM A 934. The patching 9 material, compatible with coating material and inert in grout selected for use, shall be 10 supplied with each shipment. 11 12 Bearing plated shall be galvanized in accordance with either AASHTO M 111, 13 AASHTO M 232, ASTM A 123, or ASTM A 153, and shall conform to ASTM A 36 14 Grade 36 or ASTM A 572 Grade 50. Bearing plate size will be reviewed and approved 15 by the Engineer in accordance with Section 6.10 of Post Tensioning Institute 16 “Recommendations for Prestressed Rock and Soil Anchors” Fourth Edition – 2004. 17 Bearing plate thickness shall be not less than ¾ inch and its dimensions not less than 2 18 inches greater than the drill hole diameter. 19 20 Nuts and couplers shall be galvanized in accordance with either AASHTO M 232 or 21 ASTM A 153 and exceed 100 percent of the MUTS (Minimum Ultimate Tensile 22 Strength) of the bar. For Grades 60, 75, and 80 bar the nuts and coupler shall conform 23 to either AASHTO M 169 or ASTM A 108. For Grade 150 bar the nuts shall conform to 24 either ASTM A 29 or ASTM A 536, couplers shall conform to ASTM A 29. 25 26 Washers shall be galvanized in accordance with AASHTO M 232 or ASTM A 153 and 27 conform to ASTM F 436. Spherical and beveled washers shall be galvanized in 28 accordance with AASHTO M 232 or ASTM A 153 and conform to ASTM A 536 or 29 ASTM A 47. 30 31 Centralizers shall be fabricated from plastic or material which is non-detrimental to the 32 pre-stressing steel. Wood shall not be used. 33 34 Grout shall conform to Section 9-20.3(2). 35 36 Sleeved bondbreakers for rock bolts shall be fabricated from plastic tube or pipe having 37 the following properties: 38 39

1. Restistant to chemical attack from aggressive environment, grout or corrosion 40 inhibiting compound. 41

42 2. Resistant to aging by ultra-violet light. 43 44 3. Non-detrimental to bolt. Resistant to damage caused by abrasion, impact, 45

crushing and bending during handling and installation. 46 47 4. Enable the bolt to elongate during testing. 48 49 5. Resistant to distortion caused by heat generated by the curing of the grout. 50

51

Page 413: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 413

The wall thickness of sleeved bondbreaker shall meet the following: 1 2

Type Nominal Minimum

HDPE/PP 0.060 in. (1.5 mm) 0.050 in. (1.25 mm)

PVC 0.040 in. (1.0 mm) 0.035 in. (0.9 mm)

3 4 Corrosion inhibiting compounds shall be provided by the manufacturer or shall be 5 either a grease, wax, or gel and conforms to the following: 6 7

Properties Test Method Criteria

Grease Wax1 Gel1

Dropping Point, °F min.

ASTM D 566 300° N/A N/A

Melting Point, °F min. ASTM D 127(2) N/A 145° 500°

Oil Separation @160°F, max.

FTMS 791B Method 321.2

0.5 N/A (product is liquid)

0.5

Water, % max. ASTM D 95 0.1 0.4 0.4

Flash Point °F, min. ASTM D 92 300° 300°

Accelerated Corrosion Test: Salt Fog @ 100°F @ 5 mils, hrs. min.

ASTM B 117 1000 1000 1000

Water Soluble Ions, ppm max.

a. Chloride ASTM D 512 10 10 10

b. Sulfides APHA 4500S2-E 10 10 10

c. Nitrates ASTM D 3867 10 10 10 Soak Test: Salt Fog 50/50 Immersion, hrs.

ASTM B 117 Modified

720+ 720+ 720+

Sheathing Compatibility @150°F

a. Hardness % max change

ASTM D 4289 15% change 15% change 15% change

b. Volume % max change

ASTM D 4289 10% change 10% change 10% change

c. Tensile Strength % max change ASTM D 638 30% change 30% change 30% change

Note 1: A combination of wax and gel is possible when approved by the Engineer. Note 2: ASTM D 566 may be used when the wax product consistency warrant it.

8 9 Anchorage covers for rock bolts shall be galvanized in accordance with either AASHTO 10 M 111, AASHTO M 232, ASTM A 123 or ASTM A153 and have a minimum thickness 11 of 0.20 inches; and shall conform to either ASTM A 53 for pipe, or ASTM A 500 for 12 tubing, or ASTM A 36, ASTM A 529, ASTM A 572, ASTM A 588, or AASHTO M 270 for 13 fabricated steel. 14

15

Page 414: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 414

6-17.3.GR6 1

Construction Requirements 2 3 6-17.3.INST1.GR6 4 Section 6-17.3 is supplemented with the following: 5 6 6-17.3.OPT1.GB6 7

(January 7, 2019) 8 Rock Bolt and Rock Dowel Construction Requirements 9

Rock Bolt and Rock Dowel Installation Experience Requirements 10 The Contractor's foreman supervising the rock bolt and rock dowel work shall have 11 installed a minimum of 3,000 linear feet of post-tensioned rock bolts or rock dowels 12 on a minimum of five projects within the past five years. 13 14 The Contractor's rock bolt and rock dowel drill operators shall have installed a 15 minimum of 1,000 linear feet of post-tensioned rock bolts or rock dowels on a 16 minimum of three projects within the past five years. 17 18 The Contractor shall submit a Type 2 Working Drawing consisting of a list 19 documenting the rock bolt and rock dowel work experience of the foreman and drill 20 operators working on the project. This list shall include a brief description of each 21 project and a reference shall be included for each project listed. As a minimum, 22 the reference shall include an individual’s name and current phone number. 23 24 Contractors or Subcontractors that are specifically prequalified in Class 39 Work 25 will be considered to have met the above experience requirements. 26 27 Rock Bolt and Rock Dowel Submittals 28 The Contractor shall submit Type 2 Working Drawings consisting of a rock bolt and 29 rock dowel plan. The rock bolt and rock dowel plan shall include the following: 30

31 1. The proposed construction sequence and schedule. 32 33 2. The proposed drilling method and equipment. 34 35 3. The proposed drill hole diameter. 36 37 4. The minimum bond zone length for the rock bolts. 38 39 5. The proposed anchor steel bars, couplers, nut, bearing plate, flat washer, 40

and beveled washer specifications, including manufacturer's data sheets 41 and mill certificates. Manufacturer’s verification for the bearing plate 42 thickness for the specified rock bolt and rock dowel capacities. 43

44 6. The proposed grout mix design, including manufacturer's certificate of 45

compliance and the procedures for placing the grout. For rock bolts, if 46 two-stage grouting is used, the means for determining the level of the 47 primary grout for the bond zone. If single-stage grouting is used, the 48 fabrication details for the bondbreaker in the free-stressing length, 49 including corrosion inhibiting compounds. 50

51

Page 415: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 415

7. The proposed corrosion protection for the rock bolt and rock dowel 1 systems. 2

3 8. The proposed stressing procedures and stressing equipment. 4 5 9. The proposed construction method for upwardly inclined anchors. 6 7 10. The proposed equipment for measuring and recording the volume of 8

grout injected for production rock bolts and rock dowels. 9 10 11. The calibration data for each load cell, test jack, pressure gauge and 11

master pressure gauge to be used in the proof testing, in accordance with 12 the calibration requirements specified in Section 6-17.3(3). 13

14 Rock Bolt and Rock Dowel Preconstruction Conference 15 A rock bolt and rock dowel preconstruction conference may be held at the 16 discretion of the Engineer in accordance with Section 6-17.3(4). 17 18 Rock Bolt and Rock Dowel Storage and Handling 19 Rock bolt and rock dowel storage and handling shall conform to the Section 6-20 17.3(6) requirements for permanent ground anchor tendons. 21 22 Field handling procedures for epoxy-coated rock bolts and rock dowels shall 23 conform to Sections 6-02.3(24)H, including providing padding between contact 24 points during storage and lifting, and covering epoxy-coated rock bolts and rock 25 dowels to minimize ultraviolet exposure. 26 27 Rock Bolt and Rock Dowel Grout 28 Grout shall meet the requirements of Section 9-20.3(2). 29 30 The use of epoxy or polyester resin as bonding agents will not be allowed. 31 32 Rock Bolt and Rock Dowel Installation 33

General Requirements 34 The Contractor shall install rock bolts and rock dowels at the location and 35 orientation in accordance with the rock bolt and rock dowel plan accepted by 36 the Engineer. For rock bolts, the Engineer will designate the required free-37 stressing length. For rock dowels, the Engineer will designate the minimum 38 length. 39 40 The rock bolts and rock dowels shall be installed within five degrees of the 41 orientation angle specified by the Engineer. Unless otherwise specified by the 42 Engineer, the angle of installation shall be perpendicular to the rock face and 43 inclined slightly downward at the rock bolt and rock dowel location. 44 45 In all cases, at least three-quarters of the bearing plate shall be in contact with 46 the rock face. The orientation of the bearing plate against the rock surface 47 should be within twenty degrees of normal to the bar. Beveled washers shall 48 be used to accommodate all non-perpendicular installations, but should not 49 exceed twenty degrees. If the axis of the anchor is not within five degrees of 50 perpendicular to the rock surface, or within the angle provided by the beveled 51

Page 416: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 416

washer up to a maximum of twenty degrees, or if the rock beneath the bearing 1 plate is not sound or is highly irregular as determined by the Engineer, a 2 bearing pad accepted by the Engineer shall be constructed so that the bar is 3 not bent when the nut is torqued during lock-off of the anchor. The Engineer 4 may also require the use of over-sized bearing plates, when the rock surface 5 is weak or highly weathered. 6 7 The use of hand drills for advancing the hole will not be allowed without the 8 written permission of the Engineer and demonstrated effectiveness by the 9 Contractor. The drill hole shall be sized to provide a minimum of 1/2 inches of 10 grout cover around the rock bolt or rock dowel. The Contractor shall flush the 11 drill hole of all drill cuttings and debris prior to installing the rock bolt or rock 12 dowel. Holes determined by the Engineer to be unacceptable for rock bolt 13 and rock dowel installation shall be re-drilled by the Contractor at no 14 additional expense to the Contracting Agency. 15 16 Rock bolts and rock dowels shall not be precut at the factory to lengths shown 17 in the Plans, but rather shall be delivered to the job site in bulk lengths and 18 field cut to the appropriate lengths. Each rock bolt and rock dowel shall be 19 fitted with a bearing plate, nut, and washers. Prior to placing rock bolts and 20 rock dowels in the drilled holes, all mill scale, flaking rust and grease shall be 21 removed from the rock bolt and rock dowel. 22 23 Centralizers shall be placed along the rock bolt or rock dowel at ten foot 24 centers prior to grouting, with a minimum of one centralizer per rock bolt or 25 rock dowel. The lowermost centralizer shall be located within 12 inches of the 26 end of the rock bolt or rock dowel. Centralizers shall be of sufficient strength 27 to support the weight of the anchor bar in the drilled hole and provide a 28 minimum of 0.5 inches of grout cover. 29 30 The grout equipment shall produce a grout free of lumps and undispersed 31 cement. The pump shall be equipped with a pressure gauge near the 32 discharge end to monitor grout pressures. The grouting equipment shall be 33 sized to enable the grout to be pumped in one continuous operation. The 34 grout shall be injected from the lowest point of the drill hole. Sufficient grout 35 shall be placed in the drill hole to ensure full encapsulation of the rock bolt or 36 rock dowel. The volume of grout injected, and the corresponding grout 37 injection pressure, for each production rock bolt and rock dowel shall be 38 measured using the methods and equipment specified in the rock bolt and 39 rock dowel plan. 40 41 The entire length of the rock bolt and rock dowel shall be corrosion-protected 42 with grout. Bare steel from field cutting of the anchor bar and any damaged 43 galvanizing on the bearing plates, nuts and washers shall be painted in 44 accordance with Section 6-07.3(10)P with one coat of galvanizing repair paint 45 conforming to Section 9-08.1(2)B. 46 47 Specific Rock Dowel Requirements 48 The Contractor shall install Type 1 rock dowels to achieve the design load 49 specified in the Plans; if the design load is not specified in the Plans a 25 kip 50 design load should be used. When the grout has reached final set, the 51

Page 417: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 417

Contractor shall install the bearing plate, washers and nut. The nut shall be 1 torqued to a nominal 100 foot-pounds to ensure proper seating against the 2 rock face. The end of the completed rock dowel shall be trimmed to within six 3 inches of the rock face. 4 5 Specific Rock Bolt Requirements 6 The Contractor shall select the type of rock bolt and construction method to 7 be used. The Contractor shall embed and install rock bolts to achieve the 8 design load specified in the Plans. The rock bolt shall be sized so that the 9 design load does not exceed 60 percent of the minimum ultimate tensile 10 strength (MUTS) of the rock bolt. In addition, the rock bolt shall be sized so 11 that the maximum test load does not exceed 80 percent of the MUTS for 12 Grade 150 bar or 90 percent of the minimum yield strength for Grade 75 bar. 13 The end of the completed rock bolt shall be trimmed to within six inches of the 14 rock face, and fitted with a galvanized steel anchorage cover filled with a 15 corrosion-inhibiting compound. 16

17 6-17.3(8).GR6 18

Testing And Stressing 19 20 6-17.3(8).INST1.GR6 21

Section 6-17.3(8) is supplemented with the following: 22 23 6-17.3(8).OPT1.GB6 24

(January 7, 2013) 25 Rock Dowel Proof Testing 26 At the discretion of the Engineer, up to five percent, but not less than three 27 installed production rock dowels as selected by the Engineer shall be proof tested. 28 The Contractor shall conduct the proof test, and the Engineer will interpret the 29 results. 30 31 The rock dowel shall be tensioned to 25 kips for Type 1 rock dowels, with a 32 calibrated hollow-ram hydraulic jack using a bar extension and coupler attached to 33 the rock dowel. The test load specified for the particular type of rock dowel shall 34 be held for ten minutes. If no loss of load occurs over the ten minute hold period, 35 the rock dowel is acceptable. 36 37 The Engineer may require additional proof testing above the specified five percent 38 maximum if rock dowels fail the proof testing. All failed rock dowels shall be 39 replaced with an additional rock dowel installed in a separate hole at no additional 40 expense to the Contracting Agency. 41 42 Upon acceptance by the Engineer, the Contractor shall permanently stamp or etch 43 the bearing plate of or otherwise label each rock dowel with a unique number 44 assigned by the Engineer, the installation date and the total anchor length. 45 46 Rock Bolt Testing 47 The Contractor shall conduct rock bolt testing in accordance with the requirements 48 specified in this Section for permanent ground anchors, including testing 49 equipment, and test load monitoring, recording and documentation. 50

51

Page 418: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 418

Rock Bolt Performance Testing 1 At the Engineer's discretion, the Contractor shall conduct up to three 2 performance tests to demonstrate the effectiveness of the construction 3 method for each rock bolt design, and when a significant change is proposed 4 in the construction method. 5 6 Rock bolts shall be tensioned to 120 percent of the design load of the rock 7 bolt for a holding time period of not more than 60 minutes. The Contractor 8 shall monitor the test load and shall document the results in accordance with 9 the requirements specified in this Section. 10 11 The Engineer will analyze the rock bolt performance test results and 12 determine whether the rock bolt is acceptable. A rock bolt is acceptable if 13 both the following conditions are satisfied: 14

15 1. The total elastic movement obtained at the maximum test load 16

exceeds 80 percent of the theoretical elastic elongation of the 17 stressing length. 18

19 2. The rock bolt carries the maximum test load with a creep rate that 20

does not exceed 0.04 inches between one and ten minutes, or 0.08 21 inches per log cycle of time between the six and 60 minute readings. 22

23 If the Contractor fails to successfully achieve these testing criteria, the 24 Engineer may require additional rock bolt performance tests to be completed 25 at no additional expense to the Contracting Agency. 26 27 Production rock bolting shall not begin until the Contractor has completed 28 performance testing of the design rock bolts and the test results have been 29 accepted by the Engineer. 30 31 Rock Bolt Proof Testing 32 Each production rock bolt shall be proof tested. Proof testing shall consist of 33 tensioning the rock bolt to 120 percent of the design load and holding that 34 load for ten minutes. If no loss of load occurs in this time period, the rock bolt 35 is accepted. If a rock bolt fails this proof test, the rock bolt shall be replaced 36 with an additional rock bolt installed in a separate hole. 37 38 After tensioning and achieving a successful rock bolt proof test, the load shall 39 be locked off at 100 percent of the design load and the remaining portion of 40 the rock bolt grouted, if appropriate. The end of the completed rock bolt shall 41 be trimmed to within six inches of the rock face. 42 43 Upon acceptance by the Engineer, the Contractor shall permanently stamp or 44 etch the bearing plate of or otherwise label each rock bolt with a unique 45 number assigned by the Engineer, the installation date, the stressing load, 46 and the total anchor length. 47

48 6-17.3(8)A.GR6 49

Verification Testing 50 51

Page 419: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 419

6-17.3(8)A.INST1.GR6 1 Section 6-17.3(8)A is supplemented with the following: 2

3 6-17.3(8)A.OPT1.GB6 4

(August 3, 2015) 5 Verification tests shall be performed to verify the design of the anchor system. 6 These ground anchor test results shall verify the Contractor's design and be 7 accepted by the Engineer prior to ordering anchor material for the tieback 8 retaining walls. The tests shall be performed on sacrificial test anchors. A 9 minimum of two successful verification tests shall be conducted. The 10 locations shall be close to the anchor location of the production anchors. The 11 test locations shall be selected by the Contractor and accepted by the 12 Engineer, except where specific permanent ground anchor rows between 13 specific station limits are shown in the Plans. 14 15 Verification test anchors shall be constructed using the same procedures and 16 anchor geometry (drill hole diameter, bond length, unbounded length) as the 17 production anchors. 18 19 The anchor tested shall be loaded to 150 percent of the factored design load 20 (FDL). The prestressing tendon shall be proportioned such that the maximum 21 stress does not exceed 80 percent of the ultimate strength of the steel. The 22 jack shall be positioned at the beginning of the test such that unloading and 23 repositioning of the jack during the test will not be required. 24 25 The verification tests shall be made by incrementally loading the anchors in 26 accordance with the following schedule. 27 28 AL - Anchor Alignment Load 29 FDL - Factored Design Load 30 31 Load Hold Time 32 AL 1 Min. 33 0.25FDL 10 Min. 34 0.50FDL 10 Min. 35 0.75FDL 10 Min. 36 1.00FDL 10 Min. 37 1.15FDL 60 Min. 38 1.25FDL 10 Min. 39 1.50FDL 10 Min. 40 AL 1 Min. 41 42 The test load shall be applied in increments of 25 percent of the factored 43 design load. Each load increment shall be held for at least 10 minutes. 44 Measurement of anchor movement shall be obtained at each load increment. 45 The load-hold period shall start as soon as the test load is applied and the 46 anchor movement, with respect to a fixed reference, shall be measured and 47 recorded at 1 minute, 2, 3, 4, 5, 6, 10, 20, 30, 40, 50, and 60 minutes. 48 49

Page 420: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 420

The verification test will be considered successful if the anchor meets the 1 criteria for a performance tested ground anchor in Section 6-17.3(9), and in 2 addition, a pull-out failure does not occur at the 1.50FDL maximum load. 3 4 The Engineer will give the Contractor a written order concerning ground 5 anchor construction within seven working days after completion of the 6 verification tests. This written order will either confirm the bond lengths as 7 shown in the Contractor's plans for ground anchors or reject the anchors 8 based upon the result of the verification tests. 9 10

11 6-17.3(8)B.GR6 12

Performance Testing 13 14 6-17.3(8)B.INST1.GR6 15

The performance test schedule following the second paragraph of Section 6-16 17.3(8)B is revised to read: 17

18 6-17.3(8)B.OPT1.GB6 19

(January 3, 2011) 20 Performance Test Schedule 21

22 Load 23 AL 24 0.25FDL 25 AL 26 0.25FDL 27 0.50FDL 28 AL 29 0.25FDL 30 0.50FDL 31 0.75FDL 32 AL 33 0.25FDL 34 0.50FDL 35 0.75FDL 36 1.00FDL 37 AL 38 0.25FDL 39 0.50FDL 40 0.75FDL 41 1.00FDL 42 1.15FDL 43 AL 44 Jack to lock-off load 45 46 Where: AL - is the alignment load 47 FDL - is the factored design load. 48

49 50

Page 421: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 421

6-17.3(8)C.GR6 1 Proof Testing 2

3 6-17.3(8)C.INST1.GR6 4

The proof test schedule following the first paragraph of Section 6-17.3(8)C is 5 revised to read: 6

7 6-17.3(8)C.OPT1.GB6 8

(January 3, 2011) 9 Proof Test Schedule 10

11 Load 12 13 AL 14 0.25FDL 15 0.50FDL 16 0.75FDL 17 1.00FDL 18 1.15FDL 19 Jack to lock-off load 20 21 Where: AL - is the alignment load 22 FDL - is the factored design load 23

24 6-17.4.GR6 25

Measurement 26 27 6-17.4.INST1.GR6 28 Section 6-17.4 is supplemented with the following: 29 30 6-17.4.OPT1.GB6 31

(January 4, 2010) 32 Rock bolts will be measured by the linear foot of rock bolt (unbonded plus bonded 33 length) installed, successfully proof tested, and accepted. 34 35 Rock dowels will be measured by the linear foot of rock dowel installed and accepted. 36

37 6-17.5.GR6 38

Payment 39 40 6-17.5.INST1.GR6 41 Section 6-17.5 is supplemented with the following: 42 43 6-17.5.OPT1.GB6 44

(January 4, 2010) 45 "Rock Bolt", per linear foot. 46 The unit contract price per linear foot for "Rock Bolt" shall be full pay for performing the 47 work as specified, including all performance and proof testing, and all grout injection up 48 to 200 percent of that calculated at each production rock bolt location. 49 50 "Rock Dowel Type _", per linear foot. 51

Page 422: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 422

The unit contract price per linear foot for "Rock Dowel Type _" shall be full pay for 1 performing the work as specified, including all proof testing, and all grout injection up to 2 200 percent of that calculated at each production rock dowel location. 3 4 "Force Account Rock Bolt & Rock Dowel Grout Exceedance", force account. 5 Payment for "Force Account Rock Bolt & Rock Dowel Grout Exceedance", for all grout 6 injection over 200 percent of that calculated at each production rock bolt and rock 7 dowel location, will be by force account as provided in Section 1-09.6. Wasted grout 8 will not be measured for payment. 9 10 For the purposes of providing a common proposal for all bidders, the Contracting 11 Agency has entered an amount for the item "Force Account Rock Bolt & Rock Dowel 12 Grout Exceedance" in the bid proposal to become a part of the total bid by the 13 Contractor. 14

15 6-18.GR6 16

Shotcrete Facing 17 18 6-18.2.GR6 19

Materials 20 21 6-18.2.INST1.GR6 22 Section 6-18.2 is supplemented with the following: 23 24 6-18.2.OPT1.GB6 25

(August 1, 2005) 26 Shotcrete Facing 27 Portland cement shall be Type I or II in accordance with Section 9-01.2(1). 28 29 Air entrainment shall be 6.0 percent, + 1.5 percent. 30 31 Water for mixing and curing shall be clean and free from substances which may be 32 injurious to concrete or steel, and shall be free of elements which would cause staining. 33 34 Aggregate for shotcrete shall meet the following gradation requirements: 35

36 Sieve Size Percent Passing by Weight 37 38 1/2 inch 100 39 3/8 inch 90 to 100 40 U.S. No. 4 70 to 85 41 U.S. No. 8 50 to 70 42 U.S. No. 16 35 to 55 43 U.S. No. 30 20 to 35 44 U.S. No. 50 8 to 20 45 U.S. No. 100 2 to 10 46 U.S. No. 200 0 to 2.5 47

48

Page 423: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 423

6-18.2.OPT2.GB6 1 (August 3, 2015) 2 Coloration for Shotcrete Facing Finishing Alternative C 3 If shotcrete facing finishing Alternative C is specified, the Contractor shall provide 4 shotcrete coloration for finishing the sculptured shotcrete to match the color of the 5 natural surroundings. Acceptance of the final appearance of the coloration will be 6 based on the pre-production test panel. Acceptance of the long-term properties of the 7 coloration material will be based on a manufacturer's certification, submitted as a Type 8 1 Working Drawing which verifies the following to be true about the product: 9

10 1. Resistance to alkalis in accordance with ASTM D 543. 11 12 2. Demonstrates no change in coloration after 1,000 hours of testing in 13

accordance with ASTM D 822. 14 15 3. Does not oxidize when tested in accordance with ASTM D 822. 16 17 4. Demonstrates resistance to gasoline and mineral spirits when tested in 18

accordance with ASTM D 543. 19 20

Additionally, the certification shall provide the product name, proposed mix design and 21 application method, and evidence of at least one project where the product, using the 22 proposed mix and application method, was applied and which has provided at least five 23 years or more of acceptable durability and color permanency. 24

25 6-18.2.OPT3.GB6 26

(August 3, 2015) 27 Fiber Reinforcement for Shotcrete Facing 28 Fiber reinforcement for shotcrete facing shall be either steel fibers or macro synthetic 29 fibers. 30 31 Steel fibers shall be cold drawn, deformed steel Type 1 or Type 4 fibers conforming to 32 ASTM A 820 with a minimum tensile strength of 120 ksi. Steel fibers shall have a 33 length between 1.0 and 1.50 inches and shall have a length to diameter ratio of less 34 than 80. The steel fibers used shall be manufactured specifically for shotcrete 35 applications. 36 37 Macro synthetic fibers shall be deformed polyolefin Type 3 fibers conforming to ASTM 38 C 1116. Macro synthetic fibers shall have a length between 1.0 and 2.0 inches and 39 shall be between 0.02 and 0.04 inches in diameter. The macro synthetic fibers used 40 shall be manufactured specifically for shotcrete applications. 41 42 Fiber reinforcement will be accepted based on the Manufacturer's Certificate of 43 Compliance. 44

45 6-18.3.GR6 46

Construction Requirements 47 48 6-18.3.INST1.GR6 49 Section 6-18.3 is supplemented with the following: 50 51

Page 424: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 424

6-18.3.OPT1.GB6 1 (August 3, 2015) 2 Shotcrete Facing for Rock/Soil Slope Stabilization 3

Qualifications of Contractor's Personnel 4 The shotcrete crew members shall have work experience conforming to Section 6-5 18.3(4), except that the nozzle operators and pumping equipment operators shall 6 have placed a minimum of 100 cubic yards of shotcrete on a minimum of three 7 projects of similar slope heights and orientations as in this project within the last 8 five years. 9 10 All nozzle operators shall be qualified by test in accordance with Section 6-18.3(4). 11 12 Testing 13 Pre-production and production testing shall conform to Section 6-18.3(3) and the 14 following additional requirements: 15

16 Fiber reinforcement shall be included in the shotcrete mix used for all pre-17 production and production testing. 18 19 The Contractor shall make at least two 12 inch square production test panels, 20 where one section is defined as one day's placement. One additional 12 inch 21 square production test panel shall be made whenever a nozzle operator or 22 equipment is changed during the daily work period. 23 24 In addition to compressive strength testing, cores taken from the pre-25 production and production test panels will be tested for density, absorption 26 and voids in accordance with ASTM C 642. 27 28 Absorption shall not exceed 8 percent and void content shall not exceed 17 29 percent. 30

31 Mix Design 32 Unless otherwise specified in the Plans, the fiber reinforced shotcrete used for 33 rock/soil slope stabilization shall have a minimum compressive strength of 2,500 34 psi at seven days and 4,000 psi at 28 days. 35 36 Microsilica shall be included in the shotcrete mix, but shall not exceed 8 percent by 37 mass of the mix. 38 39 The minimum steel fiber content in the shotcrete mix shall be 100 pounds per 40 cubic yard. The minimum macro synthetic fiber content in the shotcrete mix shall 41 be 10 pounds per cubic yard. 42 43 Surface Preparation 44 Immediately prior to shotcrete application, rock and soil surfaces within the section 45 being shot shall be scaled of all loose material and be thoroughly cleaned by use 46 of air or water jets or other means acceptable to the Engineer. Shotcrete shall not 47 be placed on any surface which is frozen, spongy, or where there is free water. 48 The surface receiving shotcrete shall be dampened not more than one hour prior 49 to shotcrete application. 50 51

Page 425: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 425

Alignment Control 1 Thickness control pins shall conform to Section 6-18.3(6) and shall be placed on a 2 maximum five foot square grid pattern. 3 4 Drainage 5 Unless otherwise shown in the Plans, weep holes shall be provided throughout the 6 shotcrete facing at 10-foot centers maximum, horizontal and vertical. The weep 7 holes shall consist of 24-inch long, two inch diameter Schedule 40 PVC slotted 8 drain pipe placed within predrilled holes and sloped to drain. The weep hole 9 drains shall be installed prior to placement of the shotcrete facing. The weep hole 10 drains shall extend one to three inches beyond the final finished surface of the 11 shotcrete facing. During placement of the shotcrete facing, the exposed open 12 ends of the weep hole drains shall be covered or plugged to prevent shotcrete 13 intrusion. The Contractor shall remove the covers or plugs after completing 14 shotcrete placement. 15 16 Prefabricated drainage mat, if shown in the Plans or specified by the Engineer, 17 shall be placed on the slope face prior to placement of the shotcrete facing in 18 accordance with Section 6-15.3(7) and the details shown in the Plans, and shall be 19 secured to the slope face by methods acceptable to the Engineer to ensure 20 permanent and full contact with the slope. 21 22 Anchor Bars 23 Unless otherwise shown in the Plans, steel reinforcing bar anchor bars shall be 24 placed at approximately 10-foot centers maximum, horizontal and vertical. The 25 bars shall be L shaped #5 bars with the short leg measuring 8 inches and the long 26 leg 24 inches. The bars shall be placed in 1-1/4 inch diameter, 24-inch deep 27 holes. The bars shall be set either with grout conforming to Section 9-20.3, or with 28 Type II epoxy bonding agent conforming to Section 9-26.1, with the grade and 29 class as recommended by the epoxy bonding agent manufacturer. The bars shall 30 be placed such that the short leg of the L shaped bar points upward and is 31 approximately 1-1/2 inches clear of the slope surface. 32 33 Mixing of Production Fiber Reinforced Shotcrete 34 Fiber reinforced shotcrete can be mixed by either a dry mix or wet mix process. If 35 the dry mix process is selected, the fiber reinforcement used shall only be steel 36 fibers. If the wet mix process is selected, the fiber reinforcement may be either 37 steel fibers or macro synthetic fibers. 38 39 The method and equipment used for batch mixing shall be as submitted in 40 accordance with Section 6-18.3(1). The frequency and procedure for equipment 41 inspection, cleaning and maintenance shall be as recommended by the equipment 42 manufacturer. 43

44 Dry Mix Process 45 The cement and aggregate shall be batched by weight. Pre-dampening shall 46 be done prior to flow into the main hopper and immediately after flow out of 47 the packaging in order to ensure that the premix will flow at a uniform rate 48 (without slugs) through the main hopper, delivery hose and nozzle to form 49 uniform shotcrete free of dry pockets. Pre-dampened cement and aggregate 50 mix shall not be used if allowed to stand more than 90 minutes. 51

Page 426: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 426

1 Wet Mix Process 2 The batching and mixing shall conform to ASTM C 94. 3 4 Batching and Mixing Fiber Reinforcement 5 If fiber addition takes place in the field after batching and mixing the shotcrete, 6 the procedure used to add the fibers to the shotcrete mix shall be 7 demonstrated by the Contractor for the Engineer's acceptance. 8 9 If fibers are added during the batching and mixing process, a screen having a 10 mesh of 1.5 to 2.5 inches shall be used to prevent any fiber balls from 11 entering the shotcrete line. Batching through a screen will not be required if 12 the Contractor successfully demonstrates to the Engineer that fiber balls are 13 not being formed. 14 15 Fibers shall not be added to the dry or wet mix at a rate faster than they can 16 be blended with the other ingredients without forming balls or clumps. Bulk 17 fibers showing a tendency to tangle together shall pass through a vibrating 18 screen or be carefully sifted into the mix so that they enter the mix as 19 individual elements and not as clumps. 20

21 Shotcrete Application 22 Shotcrete application shall conform to Section 6-18.3(7) and the following 23 requirements: 24

25 Unless otherwise shown in the Plans, the minimum finished thickness of the 26 shotcrete facing shall be four inches. 27 28 Shotcrete shall be applied from the lower portion of the area upwards to 29 prevent rebound from accumulating on surfaces yet to be covered. Rebound, 30 defined as shotcrete constituents that fail to adhere to the applied surface, 31 shall not be worked into the finished shotcrete facing and shall not be 32 salvaged or recycled for inclusion in later batches. 33 34 Shotcrete application shall be suspended if any of the following conditions are 35 present: 36

37 1. High winds prevent proper application of the shotcrete. 38 39 2. The ambient temperature is, or is forecast to be, outside the 40

temperature range of 40F to 90F during placement or initial curing. 41 42 3. Rain or seepage is washing cement out of the freshly placed 43

shotcrete or is causing sloughs in the work. 44 45 Construction joints shall be tapered over a minimum distance of 12 inches to 46 the thin edge. Square construction joints will not be permitted. 47

48 Shotcrete Finishing 49 Unless otherwise shown in the Plans or specified in the Special Provisions, the 50 shotcrete facing shall be finished in accordance with Finish Alternative A in Section 51

Page 427: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 427

6-18.3(8). Colorization, if required, shall conform to the requirements specified in 1 Section 6-18.2 as supplemented in these Special Provisions. 2

3 6-18.4.GR6 4

Measurement 5 6 6-18.4.INST1.GR6 7 Section 6-18.4 is supplemented with the following: 8 9 6-18.4.OPT1.GB6 10

(April 5, 2010) 11 Shotcrete facing for rock/soil slope stabilization will be measured by the cubic yard of 12 shotcrete placed. 13

14 6-18.5.GR6 15

Payment 16 17 6-18.5.INST1.GR6 18 Section 6-18.5 is supplemented with the following: 19 20 6-18.5.OPT1.GB6 21

(April 5, 2010) 22 "Shotcrete Facing For Rock/Soil Slope Stabilization", per cubic yard. 23 The unit contract price per cubic yard for "Shotcrete Facing For Rock/Soil Slope 24 Stabilization" shall be full pay for performing the work as specified, including pre-25 production and production testing, surface preparation, weep hole drains, steel anchor 26 bars, and shotcrete, mixing, application, curing and finishing, and, if required, shotcrete 27 colorization. 28

29 6-19.GR6 30

Shafts 31 32 6-19.2.GR6 33

Materials 34 35 6-19.2(9-36.2(2)).GR6 36

Shaft Slurry 37 Synthetic Slurry 38 Section 9-36.2(2) is supplemented with the following: 39

40 6-19.2(9-36.2(2)).OPT1.GB6 41

(January 2, 2012) 42 Salt water shall not be used with synthetic slurry for shafts. Fresh water only 43 shall be used. 44

45 6-19.3.GR6 46

Construction Requirements 47 48

Page 428: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 428

6-19.3(3).GR6 1 Shaft Excavation 2

3 6-19.3(3).INST1.GR6 4

Section 6-19.3(3) is supplemented with the following: 5 6 6-19.3(3).OPT1.GB6 7

(January 2, 2012) 8 Variations in the bearing layer elevation from that shown in the Plans are 9 anticipated. The Contractor shall have equipment on-site capable of excavating 10 an additional 20 percent of depth below that shown in the Plans. 11

12 6-19.3(3)B.GR6 13

Temporary and Permanent Shaft Casing 14 15 6-19.3(3)B.INST1.GR6 16

Section 6-19.3(3)B is supplemented with the following: 17 18 6-19.3(3)B.OPT2.GB6 19

(January 2, 2012) 20 Shaft casing shall be equipped with cutting teeth or a cutting shoe, and 21 installed by either rotating or oscillating the casting. Installing the casing by 22 vibratory means will not be allowed. 23

24 6-19.3(3)B4.GR6 25

Temporary Telescoping Shaft Casing 26 27 6-19.3(3)B4.INST1.GR6 28

The second paragraph of Section 6-19.3(3)B4 is revised to read as follows: 29 30 6-19.3(3)B4.OPT1.GB6 31

(January 2, 2012) 32 Temporary telescoping casing will not be allowed for bridge end pier 33 shafts. 34

35 6-19.3(3)I.GR6 36

Required Use of Slurry in Shaft Excavation 37 38 6-19.3(3)I.INST1.GR6 39

Section 6-19.3(3)I is supplemented with the following: 40 41 6-19.3(3)I.OPT1.GB6 42

(August 3, 2015) 43 If the Contractor is utilizing casing that is adequately sealed into competent 44 soils such that the water cannot enter the excavation, the Contractor may, 45 with the Engineer’s permission, continue excavation in wet soils without slurry 46 provided the water level within the casing does not rise or exhibit flow. 47

48 6-19.3(4).GR6 49

Slurry Installation Requirements 50 51

Page 429: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 429

6-19.3(4)A.GR6 1 Slurry Technical Assistance 2

3 6-19.3(4)A.INST1.GR6 4

Section 6-19.3(4)A is supplemented with the following: 5 6 6-19.3(4)A.OPT1.FB6 7

(January 2, 2012) 8 The slurry manufacturer’s representative shall be present during construction 9 and completion of the first shaft excavated at the following specific shaft sites: 10

11 *** $$1$$ *** 12

13 6-19.3(5).GR6 14

Assembly and Placement of Reinforcing Steel 15 16 6-19.3(5).INST1.GR6 17

Section 6-19.3(5) is supplemented with the following: 18 19 6-19.3(5).OPT1.GB6 20

(August 1, 2016) 21 For those shafts with a specified minimum penetration into the bearing layer and 22 no specified tip elevation, the Contractor shall furnish each shaft steel reinforcing 23 bar cage, including access tubes for non-destructive QA testing in accordance with 24 Section 6-19.3(6), 20 percent longer than specified in the Plans. The Contractor 25 shall add the increased length to the bottom of the cage. The Contractor shall trim 26 the shaft steel reinforcing bar cage to the proper length prior to placing it into the 27 excavation. If trimming the cage is required and access tubes are attached to the 28 cage, the Contractor shall either shift the access tubes up the cage, or cut the 29 access tubes provided that the cut tube ends are adapted to receive the watertight 30 cap as specified. 31

32 6-19.3(6).GR6 33

Contractor Furnished Accessories for Nondestructive QA Testing 34 35 6-19.3(6)E.GR6 36

Thermal Wire and Thermal Access Points (TAPs) 37 38 6-19.3(6)E.INST1.GR6 39

Section 6-19.3(6)E is supplemented with the following: 40 41 6-19.3(6)E.OPT1.GB6 42

(January 2, 2018) 43 The thermal wire and associated couplers shall be obtained from the following 44 source: 45 46

Pile Dynamics, Inc. 47 30724 Aurora Road 48 Cleveland, OH 44139 49 (216) 831-6131 50 FAX: (216) 831-0916 51

Page 430: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 430

www.pile.com 1 2 6-19.3(7).GR6 3

Placing Concrete 4 5 6-19.3(7)D.GR6 6

Requirements for Placing Concrete Underwater 7 8 6-19.3(7)D.INST1.GR6 9

Section 6-19.3(7)D is supplemented with the following: 10 11 6-19.3(7)D.OPT1.GB6 12

(January 2, 2012) 13 The Contractor may use a tremie instead of a concrete pump, subject to the 14 following conditions: 15

16 1. The tremie shall have a hopper at the top that empties into a 17

watertight tube at least eight inches in diameter. 18 19 2. The discharge end of the tube on the tremie shall include a device to 20

seal out water while the tube is first filled with concrete. 21 22 6-19.4.GR6 23

Measurement 24 25 6-19.4.INST2.GR6 26 Section 6-19.4 is supplemented with the following: 27 28 6-19.4.OPT3.GB6 29

(January 2, 2012) 30 Fresh water for shaft slurry will be measured in accordance with Section 2-07.4. 31

32 6-19.5.GR6 33

Payment 34 35 6-19.5.INST1.GR6 36 Section 6-19.5 is supplemented with the following: 37 38 6-19.5.OPT2.GB6 39

(January 2, 2012) 40 “Fresh Water for Shaft Slurry”, per M gal. 41

42 DIVISION7.GR7 43

Division 7 44 Drainage Structures, Storm Sewers, Sanitary 45

Sewers, Water Mains, and Conduits 46 47 7-06.GR7 48

Vacant 49 50

Page 431: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 431

7-06.SA1.FR7 1

(January 2, 2018) 2

7-06 Temporary Stream Diversion 3

7-06.1 Description 4 This work shall include designing, installing, operating, maintaining, removing, and 5 disposing of the temporary stream diversion, environmental compliance and other Work as 6 detailed in these Specifications. 7 8

7-06.2 Materials 9 All materials shall be as detailed in the Contractor’s Temporary Stream Diversion (TSD) 10 Plan. 11

12

7-06.3 Construction Requirements 13 7-06.3(1) General 14 The Work shall include compliance with Washington State Water Quality Standards in 15 WAC 173-201A, project permits, environmental commitments and these Provisions. 16 17 The temporary stream diversion may be either a gravity or a pumped system. Pump 18 screens must comply with the requirements in Section 7-06.3(4) of these Special 19 Provisions. Once a pumped diversion begins, the pump must run continuously until it is 20 no longer necessary to bypass flows. The Contractor shall have back-up pumps on 21 site and shall provide twenty-four hour monitoring of the pumping operation. 22 Monitoring can be achieved by providing monitoring personnel on site or through 23 remote sensing and instrumentation to verify operation of the bypass. If the Contractor 24 elects to monitor by remote sensing and instrumentation, a Type 2 Working Drawing 25 shall be submitted outlining how system operation will be monitored, how alerts will be 26 made and how personnel will respond to a diversion system failure. 27 28 The temporary stream diversion including water that is retained by the temporary 29 stream diversion and any dewatering system shall be located within the permitted 30 impact areas as shown in the Plans. The upstream diversion dam shall be constructed 31 to a height sufficient to prevent stream flow from entering the work area. Scour 32 protection shall be provided at the outfall of the temporary stream diversion systems 33 and dewatering system to prevent flow re-entering the stream channel from mobilizing 34 streambed and embankment sediments. When a temporary stream diversion is 35 located in or near an intertidal zone the temporary stream diversion design shall take 36 tidal influence into consideration. 37 38 For each temporary stream diversion the Contractor shall arrange a meeting with the 39 Engineer prior to implementation of the TSD Plan. At this meeting the Contractor shall 40 explain to the Engineer the Work to be completed for the temporary stream diversion. 41 The meeting shall be a minimum of 7 calendar days prior to start of the temporary 42 stream diversion work. 43 44 The TSD shall be operational prior to performing any other work below the Ordinary 45 High Water Line. 46 47

Page 432: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 432

7-06.3(2) Temporary Stream Diversion Plan 1 7-06.3(2)A General Plan Requirements 2 The Contractor shall submit a Temporary Stream Diversion Plan in accordance 3 with the requirements of a Type 2E Working Drawing and these Specifications. A 4 separate TSD Plan shall be prepared and submitted for each temporary stream 5 diversion that is required. The TSD Plan shall consist of a narrative and drawings 6 detailing all temporary stream diversion requirements and shall encompass and 7 protect all the areas affected by the Contractor’s temporary stream diversion Work. 8 9 The Contractor shall fully implement the TSD Plan throughout the duration of the 10 associated Work. The Contractor shall update the TSD Plan throughout project 11 construction to reflect actual site conditions and the Contractor’s Work. Changes 12 to plan shall comply with WAC 196-23-020. At the request of the Engineer an 13 updated TSD Plan shall be submitted as a Type 2E Working Drawing. A copy of 14 the TSD Plan shall be on the project site at all times. 15 16 The TSD Plan shall describe measures that will be taken to comply with 17 Washington State Water Quality Standards in WAC 173-201A, applicable permits, 18 environmental commitments and these Provisions. 19 20 The Contractor shall incorporate the Diversion Schedule and Sequence into their 21 Progress Schedule. 22 23 7-06.3(2)B Stream Flows 24

Minimum Stream Flows 25 At all times of operation the Contractor’s temporary stream diversion shall be 26 designed to convey the following minimum flow rate of water in cubic feet per 27 second: 28 29

*** $$1$$ *** 30 31 During all phases of the bypass installation and decommissioning, the 32 Contractor shall maintain flows downstream of the project site. 33

34 7-06.3(2)C Plan Requirements 35 The TSD Plan shall provide the following information in the following order: 36 37

1. Description and Location of the temporary stream diversion 38 39

a. Identify the name of the water body where the temporary stream 40 diversion will be placed. Provide a description of the temporary 41 stream diversion. 42

43 b. Provide drawings showing the location of the temporary stream 44

diversion, including proposed access routes and equipment to be 45 used to construct the diversion. 46

47 2. Schedule and Sequence 48

49

Page 433: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 433

a. Provide a sequence of Work, dates, and durations for when the 1 following will occur, in accordance with the in-water work window in 2 the Special Provisions: 3 4 i. Fish exclusion (performed by the Contracting Agency). 5 6 ii. TSD Plan Implementation Meeting 7 8 iii. TSD installation. 9 10 iv. Dewatering of the isolated Work area. 11 12 v. Restoration and stabilization of the temporary stream diversion 13

Work area to prevent erosion. 14 15 vi. Any relocations of the temporary stream diversion to 16

accommodate the Work sequence (if needed). 17 18 vii. Channel rewatering. 19 20 viii. Removal of the TSD. 21 22 ix. Fish block removal (performed by Contracting Agency). 23 24

b. Include other Work that needs to be coordinated with the TSD (e.g., 25 temporary erosion control). 26

27 3. Calculations and Materials 28

29 a. Detail all elements of the temporary stream diversion; including but 30

not limited to pipes, pumps, and other equipment. 31 32 b. Calculations shall demonstrate the diversion system conveys the 33

minimum peak flow specified by the Contracting Agency and include 34 tidal influence where applicable. 35

36 c. Temporary stream diversion shall include a water conveyance 37

system to be used for dewatering and rewatering that is capable of 38 conveying the flow required for the temporary stream diversion. 39

40 d. Methods for anchoring temporary stream diversion pipe and 41

associated hardware; include calculations to demonstrate the 42 devices ability to anchor the pipe and associated hardware. 43

44 e. Specifications for all materials and equipment to be used as part of 45

the diversion including pump or diversion capacities and hose sizes. 46 For example, provide the type, profile, and size of pipe. 47

48 f. Provide the size of fish screens (mesh size and surface area) to be 49

used, in accordance with Section 7-06.3(5) of these Special 50 Provisions. 51

Page 434: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 434

1 4. Stream Flow Blocking and Dewatering 2

3 a. Provide the method(s), including locations and details (narrative and 4

drawings) for blocking both the upstream and downstream ends of 5 the diversion. Describe how minor leakage from upstream and 6 downstream will be addressed. 7

8 b. Include provisions for scour protection at the temporary stream 9

diversion outfalls. 10 11 c. Identify the means and methods for dewatering water and disposal 12

of the water. 13 14

5. Inspection and Maintenance 15 16 a. Provide the schedule and frequency for inspection of the temporary 17

stream diversion; include weekends and holidays. 18 19 b. Describe how maintenance will be conducted when inspections 20

identify deficiencies in the temporary stream diversion. These 21 include, but are not limited to removal and disposal of trapped 22 sediment or debris and repairing leaks. 23

24 c. The Contractor shall keep a record of all inspections and 25

maintenance of the temporary stream diversion. 26 27

6. Rewatering the Stream Channel 28 29 a. Detail how the stream channel will be rewatered to comply with 30

water quality requirements. 31 32 b. Identify measures that will prevent the stranding of fish during 33

rewatering (i.e. describe methods, rates, and durations of the 34 rewatering process knowing that flows downstream of the fish block 35 must be maintained to protect fish). 36

37 7. Removal of the Temporary Stream Diversion 38

39 a. Describe the sequence that will be used for removing the temporary 40

stream diversion and methods to prevent water quality impacts. 41 42 b. Describe how disturbed soil will be permanently stabilized. 43 44 c. Describe any temporary pipes to remain (requires approval of the 45

Engineer): their type, pipe class, size, location, and plugging 46 procedure. 47

48 8. Other Work required for the Contractor’s temporary stream diversion 49

Page 435: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 435

1 7-06.3(3) Fish and Aquatic Species Exclusion and Notifications 2 Prior to installing a temporary stream diversion, the Contractor shall allow 7 calendar 3 days after the beginning of the in-water work window defined in the Special Provisions, 4 in their schedule for the Contracting Agency: (1) to install fish block nets upstream and 5 downstream of the in-water Work area; and (2) safely capture and relocate any fish and 6 other aquatic organisms that become trapped between the block nets. No Work within 7 the limits of the Ordinary High Water Line will be allowed prior to installation of fish 8 block nets and completion of fish exclusion activities. 9 10 As specified by the Engineer the Contractor shall assist the Contracting Agency with 11 fish and aquatic species exclusion. The Contracting Agency will pay for this Work by 12 the force account item “Fish Exclusion”. 13 14 7-06.3(4) Dewatering Work Area 15 Dewatering the isolated in-water Work area (between the upstream and downstream 16 diversion dams) shall occur at a rate slow enough to allow the Contracting Agency to 17 safely capture and relocate all fish species and other aquatic organisms to avoid 18 stranding, as determined by the Engineer. 19 20 All pumps used for dewatering shall have an intake covered with a fish screen, 21 operated, and maintained in accordance with RCW 77.57.010 and RCW 77.57.070. 22 Appropriate fish screens are as follows: 23 24

1. Perforated plate: 0.094 inch (maximum opening diameter); 25 26 2. Profile bar: 0.069 inch (maximum width opening); or 27 28 3. Woven wire: 0.094 inch (maximum opening measured on the diagonal). 29 30

The minimum open area for all types of fish screens is twenty-seven percent. The 31 screened intake facility must have enough surface area to ensure that the velocity 32 through the screen is less than 0.4 feet per second. The fish screen must remain in 33 place whenever water is withdrawn until the Contracting Agency Biologists confirm all 34 fish have been removed. At that point, the Contractor may remove the fish screen to 35 finish dewatering the work area. 36 37 7-06.3(5) Inspection and Maintenance 38 At a minimum, the Contractor shall perform the following activities once per day 39 (including weekends and holidays): 40 41

1. Check for and correct leaks; 42 43 2. Ensure the fish block nets remain sealed to the channel substrate. 44

45 The fish block nets shall be kept clear of debris that could jeopardize the integrity of the 46 nets. The Contractor shall perform the following activities a minimum of three times per 47 day or when requested by the Engineer. On working days, these activities shall be 48 performed at the start, middle, and at the end of the working day. On non-working 49 days, these activities shall be performed between 6:00 am and 8:00 am, between 50 11:00 am and 1:00 pm, and between 4:00 pm and 6:00 pm: 51

Page 436: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 436

1 1. Inspect the upstream and downstream fish block nets and remove debris; 2 3 2. Inspect the upstream fish block net and all screens and similar facilities for 4

impinged fish; 5 6

a. The Contractor shall immediately notify the Contracting Agency when 7 impinged fish are discovered. 8

9 b. Removal of impinged fish will be performed by the Contracting Agency. 10

11 The Contractor shall maintain a written record of all inspection and maintenance 12 activities; record to be available at the request of the Engineer. 13 14 7-06.3(6) Rewatering the Stream Channel 15 The Contractor shall notify the Engineer a minimum of 7 calendar days in advance of 16 rewatering the stream channel. 17 18 The Contractor shall introduce water to the new stream channel section and trap 19 sediments until the stream section meets the requirements of these Provisions. 20 Rewatering shall occur at a rate to avoid loss of surface water downstream while the 21 new channel section is rewatered. 22 23 7-06.3(7) Removal of the Temporary Stream Diversion 24 The Contractor shall notify the Engineer two business days in advance of beginning the 25 temporary stream diversion removal sequence. 26 27 Once the water in the new stream channel will meet the applicable turbidity standards 28 the Contractor may begin removal of the temporary stream diversion and the stream 29 channel opened to flows. 30 31 The Contractor shall immediately take all corrective actions necessary to prevent the 32 water from exceeding the turbidity standards should the stream turbidity increase. All 33 Work within the channel, except for removal of the temporary erosion control items, 34 shall be completed before the temporary stream diversion is removed. The Contractor 35 must finish all construction activities within the limits of the Ordinary High Water Line, 36 including but not limited to culvert installation and creek bed channel restoration, before 37 the Contracting Agency will remove the fish block nets. 38 39 All materials used for the diversion shall become the property of the Contractor and 40 removed from the project limits, with the exception of any materials supplied by the 41 Contracting Agency, unless otherwise specified by the Engineer. 42 43

7-06.4 Vacant 44

45

7-06.5 Payment 46 Payment will be made for the following Bid items when included in the proposal: 47

48 “Temporary Stream Diversion”, lump sum. 49

Page 437: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 437

The lump sum Contract price for “Temporary Stream Diversion” shall be full payment to 1 perform the Work as specified. Progress payments for the lump sum item “Temporary 2 Stream Diversion” will be made as follows: 3 4

1. Twenty-five percent of the bid amount will be paid following completion of the 5 TSD Plan including resolution of all Contracting Agency review comments. 6

7 2. The remaining seventy-five percent of the bid amount shall be paid in 8

accordance with Section 1-09.9. 9 10 “Fish Exclusion”, by force account as provided in Section 1-09.6. 11 12 To provide a common Proposal for all Bidders, the Contracting Agency has entered an 13 amount in the Proposal to become a part of the Contractor’s total Bid. 14

15 7-06.SA2.FR7 16

(January 2, 2018) 17

7-06 Temporary Stream Diversion 18

7-06.1 Description 19 This work shall include designing, installing, operating, maintaining, removing, and 20 disposing of the temporary stream diversion, environmental compliance and other Work as 21 detailed in these Specifications. 22 23

7-06.2 Materials 24 All materials shall be as detailed in the Contractor’s Temporary Stream Diversion (TSD) 25 Plan. 26 27

7-06.3 Construction Requirements 28 7-06.3(1) General 29 The Work shall include compliance with Washington State Water Quality Standards in 30 WAC 173-201A, project permits, environmental commitments and these Provisions. 31 32 The temporary stream diversion may be either a gravity or a pumped system. Pump 33 screens must comply with the requirements in Section 7-06.3(4) of these Special 34 Provisions. Once a pumped diversion begins, the pump must run continuously until it is 35 no longer necessary to bypass flows. The Contractor shall have back-up pumps on 36 site and shall provide twenty-four hour monitoring of the pumping operation. 37 Monitoring can be achieved by providing monitoring personnel on site or through 38 remote sensing and instrumentation to verify operation of the bypass. If the Contractor 39 elects to monitor by remote sensing and instrumentation, a Type 2 Working Drawing 40 shall be submitted outlining how system operation will be monitored, how alerts will be 41 made and how personnel will respond to a diversion system failure. 42 43 The temporary stream diversion including water that is retained by the temporary 44 stream diversion and any dewatering system shall be located within the permitted 45 impact areas as shown in the Plans. The upstream diversion dam shall be constructed 46 to a height sufficient to prevent stream flow from entering the work area. Scour 47 protection shall be provided at the outfall of the temporary stream diversion systems 48 and dewatering system to prevent flow re-entering the stream channel from mobilizing 49

Page 438: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 438

streambed and embankment sediments. When a temporary stream diversion is 1 located in or near an intertidal zone the temporary stream diversion design shall take 2 tidal influence into consideration. 3 4 The Contractor shall have a contingency plan for each temporary stream diversion to 5 be used in the event of a storm producing streamflow in excess of the design flow 6 requirement, equipment failure, vandalism, or other incident. The equipment and 7 materials for the contingency system shall be exclusive to a specific temporary stream 8 diversion. The Contractor shall immediately implement the contingency system when 9 required or specified by the Engineer. The contingency system shall be designed to be 10 fully operational within 2 hours. 11 12 For each temporary stream diversion the Contractor shall arrange a meeting with the 13 Engineer prior to implementation of the TSD Plan. At this meeting the Contractor shall 14 explain to the Engineer the Work to be completed for the temporary stream diversion. 15 The meeting shall be a minimum of 7 calendar days prior to start of the temporary 16 stream diversion work. 17 18 The TSD shall be operational prior to performing any other work below the Ordinary 19 High Water Line. 20 21 7-06.3(2) Temporary Stream Diversion Plan 22

7-06.3(2)A General Plan Requirements 23 The Contractor shall submit a Temporary Stream Diversion Plan in accordance 24 with the requirements of a Type 2E Working Drawing and these Specifications. A 25 separate TSD Plan shall be prepared and submitted for each temporary stream 26 diversion that is required. The Contractor shall include the details of the 27 contingency system in the TSD Plan as described in Section 7-06.3(2)C of these 28 Special Provisions. The TSD Plan shall consist of a narrative and drawings 29 detailing all temporary stream diversion requirements and shall encompass and 30 protect all the areas affected by the Contractor’s temporary stream diversion Work. 31 32 The Contractor shall fully implement the TSD Plan throughout the duration of the 33 associated Work. The Contractor shall update the TSD Plan throughout project 34 construction to reflect actual site conditions and the Contractor’s Work. Changes 35 to plan shall comply with WAC 196-23-020. At the request of the Engineer an 36 updated TSD Plan shall be submitted as a Type 2E Working Drawing. A copy of 37 the TSD Plan shall be on the project site at all times. 38 39 The TSD Plan shall describe measures that will be taken to comply with 40 Washington State Water Quality Standards in WAC 173-201A, applicable permits, 41 environmental commitments and these Provisions. 42 43 The Contractor shall incorporate the Diversion Schedule and Sequence into their 44 Progress Schedule. 45 46 7-06.3(2)B Stream Flows 47

Minimum Stream Flows 48 At all times of operation the Contractor’s temporary stream diversion shall be 49 designed to convey the following minimum flow rate of water in cubic feet per 50 second: 51

Page 439: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 439

1 *** $$1$$ *** 2

3 During all phases of the bypass installation and decommissioning, the 4 Contractor shall maintain flows downstream of the project site. 5 6 A Contingency System is required for this Project. The capacity of the 7 combined temporary stream diversion system and the Contingency System 8 shall be designed to convey the following minimum flow rate of water in cubic 9 feet per second: 10 11

*** $$2$$ *** 12 13

7-06.3(2)C Plan Requirements 14 The TSD Plan shall provide the following information in the following order: 15 16

1. Description and Location of the temporary stream diversion 17 18

a. Identify the name of the water body where the temporary stream 19 diversion will be placed. Provide a description of the temporary 20 stream diversion. 21

22 b. Provide drawings showing the location of the temporary stream 23

diversion, including proposed access routes and equipment to be 24 used to construct the diversion. 25

26 2. Schedule and Sequence 27

28 a. Provide a sequence of Work, dates, and durations for when the 29

following will occur, in accordance with the in-water work window in 30 the Special Provisions: 31 32 i. Fish exclusion (performed by the Contracting Agency). 33 34 ii. TSD Plan Implementation Meeting 35 36 iii. TSD installation. 37 38 iv. Dewatering of the isolated Work area. 39 40 v. Restoration and stabilization of the temporary stream diversion 41

Work area to prevent erosion. 42 43 vi. Any relocations of the temporary stream diversion to 44

accommodate the Work sequence (if needed). 45 46 vii. Channel rewatering. 47 48 viii. Removal of the TSD. 49 50 ix. Fish block removal (performed by Contracting Agency). 51

Page 440: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 440

1 b. Include other Work that needs to be coordinated with the TSD (e.g., 2

temporary erosion control). 3 4

3. Calculations and Materials 5 6 a. Detail all elements of the temporary stream diversion; including but 7

not limited to pipes, pumps, and other equipment. 8 9 b. Calculations shall demonstrate the diversion system conveys the 10

minimum peak flow specified by the Contracting Agency and include 11 tidal influence where applicable. 12

13 c. Temporary stream diversion shall include a water conveyance 14

system to be used for dewatering and rewatering that is capable of 15 conveying the flow required for the temporary stream diversion. 16

17 d. Methods for anchoring temporary stream diversion pipe and 18

associated hardware; include calculations to demonstrate the 19 devices ability to anchor the pipe and associated hardware. 20

21 e. Specifications for all materials and equipment to be used as part of 22

the diversion including pump or diversion capacities and hose sizes. 23 For example, provide the type, profile, and size of pipe. 24

25 f. Provide the size of fish screens (mesh size and surface area) to be 26

used, in accordance with Section 7-06.3(5) of these Special 27 Provisions. 28

29 4. Stream Flow Blocking and Dewatering 30

31 a. Provide the method(s), including locations and details (narrative and 32

drawings) for blocking both the upstream and downstream ends of 33 the diversion. Describe how minor leakage from upstream and 34 downstream will be addressed. 35

36 b. Include provisions for scour protection at the temporary stream 37

diversion outfalls. 38 39 c. Identify the means and methods for dewatering water and disposal 40

of the water. 41 42

5. Contingency Plan 43 44 a. The Contractor shall include the details of the system in the TDS 45

Plan sections that are applicable. 46 47 b. Describe the Work that will be implemented to prevent the work area 48

from becoming inundated. 49 50

Page 441: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 441

c. Provide the type and size of materials that will be used in the event 1 of the Work area becoming inundated, including fish exclusion 2 coordination with Contracting Agency if the block nets are 3 compromised. 4

5 d. Describe how the contingency equipment and materials will be 6

stored, inspected and maintained so they are ready for use if 7 required. 8

9 e. Describe how the contingency system will deployed and operational 10

within 2 hours. 11 12

6. Inspection and Maintenance 13 14 a. Provide the schedule and frequency for inspection of the temporary 15

stream diversion; include weekends and holidays. 16 17 b. Describe how maintenance will be conducted when inspections 18

identify deficiencies in the temporary stream diversion. These 19 include, but are not limited to removal and disposal of trapped 20 sediment or debris and repairing leaks. 21

22 c. The Contractor shall keep a record of all inspections and 23

maintenance of the temporary stream diversion. 24 25

7. Rewatering the Stream Channel 26 27 a. Detail how the stream channel will be rewatered to comply with 28

water quality requirements. 29 30 b. Identify measures that will prevent the stranding of fish during 31

rewatering (i.e. describe methods, rates, and durations of the 32 rewatering process knowing that flows downstream of the fish block 33 must be maintained to protect fish). 34

35 8. Removal of the Temporary Stream Diversion 36

37 a. Describe the sequence that will be used for removing the temporary 38

stream diversion and methods to prevent water quality impacts. 39 40 b. Describe how disturbed soil will be permanently stabilized. 41 42 c. Describe any temporary pipes to remain (requires approval of the 43

Engineer): their type, pipe class, size, location, and plugging 44 procedure. 45

46 9. Other Work required for the Contractor’s temporary stream diversion 47

48 7-06.3(3) Fish and Aquatic Species Exclusion and Notifications 49 Prior to installing a temporary stream diversion, the Contractor shall allow 7 calendar 50 days after the beginning of the in-water work window defined in the Special Provisions, 51

Page 442: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 442

in their schedule for the Contracting Agency: (1) to install fish block nets upstream and 1 downstream of the in-water Work area; and (2) safely capture and relocate any fish and 2 other aquatic organisms that become trapped between the block nets. No Work within 3 the limits of the Ordinary High Water Line will be allowed prior to installation of fish 4 block nets and completion of fish exclusion activities. 5 6 As specified by the Engineer the Contractor shall assist the Contracting Agency with 7 fish and aquatic species exclusion. The Contracting Agency will pay for this Work by 8 the force account item “Fish Exclusion”. 9 10 7-06.3(4) Dewatering Work Area 11 Dewatering the isolated in-water Work area (between the upstream and downstream 12 diversion dams) shall occur at a rate slow enough to allow the Contracting Agency to 13 safely capture and relocate all fish species and other aquatic organisms to avoid 14 stranding, as determined by the Engineer. 15 16 All pumps used for dewatering shall have an intake covered with a fish screen, 17 operated, and maintained in accordance with RCW 77.57.010 and RCW 77.57.070. 18 Appropriate fish screens are as follows: 19 20

1. Perforated plate: 0.094 inch (maximum opening diameter); 21 22 2. Profile bar: 0.069 inch (maximum width opening); or 23 24 3. Woven wire: 0.094 inch (maximum opening measured on the diagonal). 25 26

The minimum open area for all types of fish screens is twenty-seven percent. The 27 screened intake facility must have enough surface area to ensure that the velocity 28 through the screen is less than 0.4 feet per second. The fish screen must remain in 29 place whenever water is withdrawn until the Contracting Agency Biologists confirm all 30 fish have been removed. At that point, the Contractor may remove the fish screen to 31 finish dewatering the work area. 32 33 7-06.3(5) Inspection and Maintenance 34 At a minimum, the Contractor shall perform the following activities once per day 35 (including weekends and holidays): 36 37

1. Check for and correct leaks; 38 39 2. Ensure the fish block nets remain sealed to the channel substrate. 40

41 The fish block nets shall be kept clear of debris that could jeopardize the integrity of the 42 nets. The Contractor shall perform the following activities a minimum of three times per 43 day or when requested by the Engineer. On working days, these activities shall be 44 performed at the start, middle, and at the end of the working day. On non-working 45 days, these activities shall be performed between 6:00 am and 8:00 am, between 46 11:00 am and 1:00 pm, and between 4:00 pm and 6:00 pm: 47 48

1. Inspect the upstream and downstream fish block nets and remove debris; 49 50

Page 443: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 443

2. Inspect the upstream fish block net and all screens and similar facilities for 1 impinged fish; 2

3 a. The Contractor shall immediately notify the Contracting Agency when 4

impinged fish are discovered. 5 6 b. Removal of impinged fish will be performed by the Contracting Agency. 7

8 The Contractor shall maintain a written record of all inspection and maintenance 9 activities; record to be available at the request of the Engineer. 10 11 7-06.3(6) Rewatering the Stream Channel 12 The Contractor shall notify the Engineer a minimum of 7 calendar days in advance of 13 rewatering the stream channel. 14 15 The Contractor shall introduce water to the new stream channel section and trap 16 sediments until the stream section meets the requirements of these Provisions. 17 Rewatering shall occur at a rate to avoid loss of surface water downstream while the 18 new channel section is rewatered. 19 20 7-06.3(7) Removal of the Temporary Stream Diversion 21 The Contractor shall notify the Engineer two business days in advance of beginning the 22 temporary stream diversion removal sequence. 23 24 Once the water in the new stream channel will meet the applicable turbidity standards 25 the Contractor may begin removal of the temporary stream diversion and the stream 26 channel opened to flows. 27 28 The Contractor shall immediately take all corrective actions necessary to prevent the 29 water from exceeding the turbidity standards should the stream turbidity increase. All 30 Work within the channel, except for removal of the temporary erosion control items, 31 shall be completed before the temporary stream diversion is removed. The Contractor 32 must finish all construction activities within the limits of the Ordinary High Water Line, 33 including but not limited to culvert installation and creek bed channel restoration, before 34 the Contracting Agency will remove the fish block nets. 35 36 All materials used for the diversion shall become the property of the Contractor and 37 removed from the project limits, with the exception of any materials supplied by the 38 Contracting Agency, unless otherwise specified by the Engineer. 39 40

7-06.4 Vacant 41

42

7-06.5 Payment 43 Payment will be made for the following Bid items when included in the proposal: 44

45 “Temporary Stream Diversion”, lump sum. 46 The lump sum Contract price for “Temporary Stream Diversion” shall be full payment to 47 perform the Work as specified. Progress payments for the lump sum item “Temporary 48 Stream Diversion” will be made as follows: 49 50

Page 444: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 444

1. Twenty-five percent of the bid amount will be paid following completion of the 1 TSD Plan including resolution of all Contracting Agency review comments. 2

3 2. The remaining seventy-five percent of the bid amount shall be paid in 4

accordance with Section 1-09.9. 5 6 “Fish Exclusion”, by force account as provided in Section 1-09.6. 7 8 To provide a common Proposal for all Bidders, the Contracting Agency has entered an 9 amount in the Proposal to become a part of the Contractor’s total Bid. 10

11 DIVISION8.GR8 12

Division 8 13 Miscellaneous Construction 14

15 8-01.GR8 16

Erosion Control and Water Pollution Control 17 18 8-01.3.GR8 19

Construction Requirements 20 21 8-01.3(1).GR8 22

General 23 24 8-01.3(1).INST1.GR8 25

The tenth paragraph of Section 8-01.3(1) is revised to read: 26 27 8-01.3(1).OPT1.GR8 28

(January 25, 2010) 29 Erodible Soil Eastern Washington 30 Erodible soil not being worked whether at final grade or not, shall be covered 31 within the following time period using an approved soil cover practice: 32

33 July 1 through September 30 30 days 34 October 1 through June 30 15 days 35

36 8-01.3(1).INST2.GR8 37

Section 8-01.3(1) is supplemented with the following: 38 39 8-01.3(1).OPT8.FR8 40

(April 1, 2002) 41 Side Slope Treatment 42 Slopes shall be compacted within *** $$1$$ *** days of exposure of a new section 43 of cut and construction of a new portion of an embankment. 44

45 8-01.3(1)C4.GR8 46

Management of Off-Site Water 47 48 8-01.3(1)C4.INST1.GR8 49

Section 8-01.3(1)C4 is supplemented with the following: 50 51

Page 445: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 445

8-01.3(1)C4.OPT1.FR8 1 (August 6, 2012) 2 Off-site Stormwater 3 Stormwater is known to enter the project site at the following locations: 4

5 *** $$1$$ *** 6

7 8-01.3(2).GR8 8

Temporary Seeding and Mulching 9 10 8-01.3(2)B.GR8 11

Temporary Seeding 12 13 8-01.3(2)B.INST1.GR8 14

Section 8-01.3(2)B is supplemented with the following: 15 16 8-01.3(2)B.OPT1.FR8 17

(August 4, 2014) 18 Seed of the following mix, rate, and analysis shall be applied at the rates 19 shown below on all areas requiring ***$$1$$*** seeding within the project: 20 21

Seed by Common Name Pounds Pure Live Seed 22 and (Botanical name) (PLS) Per Acre 23 24 *** $$2$$ $$ 25 26 $$ $$ 27 28 $$ $$ 29 30 Total $$ *** 31 32

The seed shall be certified in accordance with WAC 16-302 and meet the 33 following requirements: 34 35

Prohibited Weed 0% max. 36 Noxious Weed 0% max. 37 Other Weed 0.20% max. 38 Other Crop 0.40% max. 39 40

41 8-01.3(2)B.OPT2.FR8 42

(August 4, 2014) 43 Seed of the following mix, rate, and analysis shall be applied at the rates 44 shown below on all areas requiring ***$$1$$*** seeding within the project: 45 46

Seed by Common Name, 47 (Botanical Name), and Pounds Pure Live Seed 48 “Source Identification” (PLS) Per Acre 49 50 *** $$2$$ $$ 51

Page 446: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 446

1 $$ $$ 2 3 $$ $$ 4 5 Total $$ *** 6 7

Source Identified seed shall be generation four or less. Non-Source Identified 8 seed shall meet or exceed Washington State Department of Agriculture 9 Certified Seed Standards and be from within the appropriate genetic zones of 10 the *** $$3$$ *** Ecoregion(s) as defined by the US Environmental Protection 11 Agency (EPA). 12 13 The seed certification class shall be Certified (blue tag) in accordance with 14 WAC 16-302 and meet the following requirements: 15 16

Prohibited Weed 0% max. 17 Noxious Weed 0% max. 18 Other Weed 0.20% max. 19 Other Crop 0.40% max. 20

21 The Contractor shall document all Source Identified seed by providing the 22 Association of Official Seed Certifying Agents (AOSCA) yellow seed label for 23 each species in the mix. Site Identification Logs can be supplied for 24 collections where the AOSCA yellow label is not available. 25

26 8-01.3(2)B.OPT3.GR8 27

(September 3, 2019) 28 Grass seed shall be a commercially prepared mix, made up of low growing 29 species which will grow without irrigation at the project location, and approved 30 by the Engineer. The application rate shall be two pounds per 1000 square 31 feet. Fertilizer shall be a commercially prepared mix of 10-20-20 and shall be 32 applied at the rate of 10 pounds per 1000 square feet. 33

34 8-01.3(2)B.OPT4.FR8 35

(January 3, 2006) 36 Sufficient quantities of fertilizer shall be applied to supply the following 37 amounts of nutrients: 38

39 Total Nitrogen as N - *** $$1$$ *** pounds per acre. 40 41 Available Phosphoric Acid as P2O5 - *** $$2$$ *** pounds per acre. 42

43 Soluble Potash as K2O - *** $$3$$ *** pounds per acre. 44

45 *** $$4$$ *** pounds of nitrogen applied per acre shall be derived from 46 isobutylidene diurea (IBDU), cyclo-di-urea (CDU), or a time release, 47 polyurethane coated source with a minimum release time of 6 months. The 48 remainder may be derived from any source. 49 50

Page 447: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 447

The fertilizer formulation and application rate shall be approved by the 1 Engineer before use. 2

3 8-01.3(2)B.OPT8.FR8 4

(August 4, 2014) 5 Seed of the following mix, rate, and analysis shall be applied at the rates 6 shown below on all areas requiring *** $$1$$ *** seeding within the project: 7 8

Seed by Common Name, 9 (Botanical Name), and Pure Live Seed 10 “Source Identification” Pounds (PLS) Per Acre 11 12 *** $$2$$ $$ 13 14 $$ $$ 15 16 $$ $$ 17 18 Total $$ *** 19 20

Seed shall meet or exceed Washington State Department of Agriculture 21 Certified Seed Standards and be from within the *** $$3$$ *** Ecoregion(s) as 22 defined by the US Environmental Protection Agency (EPA). 23 24 The seed certification class shall be Certified (blue tag) in accordance with 25 WAC 16-302 and meet the following requirements: 26 27

Prohibited Weed 0% max. 28 Noxious Weed 0% max. 29 Other Weed 0.20% max. 30 Other Crop 0.40% max. 31

32 8-01.3(2)D.GR8 33

Temporary Mulching 34 35 8-01.3(2)D.INST1.GR8 36

Section 8-01.3(2)D is supplemented with the following: 37 38 8-01.3(2)D.OPT1.FR8 39

(January 5, 2015) 40 *** $$1$$ *** shall be applied at a rate of *** $$2$$ *** pounds per acre with 41 no more than *** $$3$$ *** pounds per acre applied in a single lift. 42

43 8-02.GR8 44

Roadside Restoration 45 46 8-02.1.GR8 47

Description 48 49 8-02.1.INST1.GR8 50 Section 8-02.1 is supplemented with the following: 51

Page 448: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 448

1 8-02.1.OPT1.GR8 2

(August 4, 2014) 3 This work shall consist of removing and disposing of buried man-made debris that may 4 be encountered during soil amendment incorporation or excavation for irrigation 5 systems. 6

7 8-02.1.OPT2.GR8 8

(April 1, 2019) 9 This Work consists of supplying and applying a Biotic Soil Amendment (BSA) in 10 accordance with these Specifications and as shown in the Plans or as designated by 11 the Engineer. 12

13 8-02.2.GR8 14

Materials 15 16 8-02.2.INST1.GR8 17 Section 8-02.2 is supplemented with the following: 18 19 8-02.2.OPT1.GR8 20

(January 3, 2011) 21 Conservation Grade Plant Material 22 Conservation grade plant material is defined as healthy plants that do not meet 23 aesthetic standards as defined in ASNS. The plants have healthy, well-developed 24 roots and in all other ways meet standards for healthy and vigorous growth. However, 25 these plants may have multiple leaders, damaged or missing leaders, Y crotches, bent 26 branches, or other unusual shapes or forms. These plants may be used where shown 27 in the plans. 28

29 8-02.2.OPT2.GR8 30

(April 1, 2019) 31 Biotic Soil Amendments (BSAs), also known as biotic soil media and hydraulic growth 32 medium, shall be soil amendments engineered to improve the development of deficient 33 soils and to facilitate sustainable vegetation. BSAs shall consist of a blend of organic 34 material, nutrient sources, soil building and biostimulant components. BSAs shall 35 increase the water and nutrient holding capacity of the soil and promote the growth of 36 beneficial microorganisms. BSAs shall provide for enhanced seed germination and 37 vegetative establishment. 38 39 Biotic Soil Amendment shall be certified to be free of weed seeds and pathogens, free 40 of plastic, composed of non-toxic materials, and be a pre-mixed formulation unaltered 41 by synthetic materials. 42 43 The biotic soil amendment shall have a minimum of 90% organic matter (organic 44 growth medium) and contain other materials designed to improve seed germination, 45 vegetation establishment and overall soil health. In addition to organic growth medium 46 BSA shall include mycorrhizal fungi and a minimum of three of the following 47 ingredients: 48 49

• Biochar 50 • Humus/Humic Acid 51

Page 449: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 449

• Porous Ceramics or Water-holding Organic Polymers 1 • Seaweed Extract 2 • Beneficial Bacteria 3 • Micronutrients 4 5

The Contractor shall provide test results dated within 3 years prior to the date of 6 application from an independent, accredited laboratory that has been recognized by an 7 accrediting organization to test and evaluate products to product safety standards. The 8 independent, accredited lab shall be free from commercial, financial, and other 9 pressures that may influence the results of the testing and evaluation process. Test 10 results shall show that the product meets the following table requirements: 11 12

Table 1: Biotic Soil Amendment Requirements

BSA Properties Test Methods Requirements

Physical

Organic Matter ASTM D586 90% minimum

pH ASTM D1293 5.0 - 8.5

C:N Ratio ASTM E1508 10:1 minimum 50:1 maximum

Water-Holding Capacity1 ASTM D7367 400% minimum

Moisture Content ASTM 2974 10% minimum, 50% maximum

Environmental

Acute Toxicity EPA Method 2021.0 Non-toxic

EPA Metal Limits SW846-6020 04.06 Pass

Performance

Growth Enhancement ASTM D7322 500% minimum 1Water holding capacity of the pre-packaged material without the addition of ancillary amendments.

13 Submittal Requirements 14 At the time of delivery, the Contractor shall submit the specific biotic soil amendment 15 packing list to the Engineer for acceptance. The packing list shall include complete 16 identification including, but not limited to, the following information: 17 18

• Manufacturer name and location, 19 • Manufacturer telephone number and fax number, 20 • Manufacturer’s e-mail address and web address, and 21 • BSA name. 22 • Certification that the specific BSA meets the physical, environmental and 23

performance criteria of this specification and test results. 24 25 Acceptance 26 Acceptance of the materials shall be based on: 27 28

1. Certificate of Compliance demonstrating adherence to the Specifications, 29 2. Visual inspection ensuring the material is free of plastic. 30

31 8-02.2(9-14).GR8 32

Erosion Control and Roadside Planting 33 34 8-02.2(9-14).INST1.GR8 35

Section 9-14 is supplemented with the following: 36

Page 450: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 450

1 8-02.2(9-14).OPT1.FR8 2

(January 3, 2011) 3 Weed Barrier Mats 4 Weed Barrier Mats shall be 3 feet square. They shall be made of UV stabilized 5 geotextile colored with carbon black and shall provide a minimum of 3 years of 6 weed control. Weed Barrier Mats shall be 2.5 mils thick with a minimum of 400 7 micropores per square inch. Staples shall be a minimum of 11 gauge wire and be 8 *** $$1$$ *** inches in length. 9 10 Acceptance will be based on a catalog cut. 11

12 8-02.3.INST1.GR8 13 Section 8-02.3 is supplemented with the following: 14 15 8-02.3.OPT1.GR8 16

(April 1, 2019) 17 Storage and Handling 18 Biotic soil amendments in accordance with the above requirements shall be furnished 19 by the manufacturer in pre-packaged, standard unopened containers with weight, 20 name of plant nutrients and manufacturer’s guaranteed statement of analysis clearly 21 marked in accordance with State and Federal laws. Field mixing of BSA components 22 will not be permitted. Containers shall be kept safe in storage protected from weather, 23 excessive temperatures, and construction operations. Products shall be handled in 24 compliance with any instructions or recommendations stated by the manufacturer. Any 25 spills shall be promptly cleaned. 26 27 Installation of Biotic Soil Amendment 28 The Contractor shall comply with the equipment manufacturer’s installation instructions 29 and recommendations. Biotic soil amendment shall be hydraulically applied at the rate 30 of 4000 pounds per acre with no more than 2500 pounds applied in any single lift. Lifts 31 shall be applied from opposing directions to soil surface for uniform coverage. If 32 recommended by the BSA manufacturer, seed, tackifier and/or fertilizer shall be added 33 to the slurry as recommended by manufacturer or BSA shall be applied within 48 hours 34 of the seeding operation. A continuous and uniform cover shall be provided to the 35 depth specified by the manufacturer. Thin areas or areas of bare soil will not be 36 allowed, and supplemental biotic soil amendment applied by the Contractor shall be at 37 no additional cost to the Contracting Agency. 38

39 8-02.3(4).GR8 40

Topsoil 41 42 8-02.3(4)A.GR8 43

Topsoil Type A 44 45 8-02.3(4)A.INST1.GR8 46

Section 8-02.3(4)A is supplemented with the following: 47 48 8-02.3(4)A.OPT1.FR8 49

(August 3, 2015) 50

Page 451: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 451

Topsoil Type A shall be placed to a non-compacted depth of *** $$1$$ *** 1 inches. The topsoil shall be thoroughly blended prior to placement. 2 3 The Contractor shall submit a Type 1 Working Drawing consisting of 4 independent test results from an accredited laboratory demonstrating the 5 Topsoil Type A meets the requirements of Section 9-14.1(1). The Type 1 6 Working Drawing shall also include the Request for Approval of Material in 7 accordance with Section 1-06.1(2). 8

9 8-02.3(5).GR8 10

Roadside Seeding, Lawn and Planting Area Preparation 11 12 8-02.3(5).INST1.GR8 13

Section 8-02.3(5) is supplemented with the following: 14 15 8-02.3(5).OPT1.FR8 16

(August 5, 2013) 17 After the initial planting area weed control, soil placement, grading, and the 18 installation of irrigation lines are completed, and prior to planting, all designated 19 planting areas shall be covered with compost. 20 21 Prior to placement of compost, the application methods shall be approved by the 22 Engineer. 23 24 Compost shall not be placed when a condition exists, such as frozen or water 25 saturated soil that may be detrimental to successful application or soil structure. 26 27 The Contractor shall notify the Engineer a minimum of five working days prior to 28 the start of compost work. 29 30 Compost shall be uniformly and evenly placed in all designated areas at a depth of 31 *** $$1$$ *** inches. 32

33 8-02.3(5).OPT2.FR8 34

(August 5, 2013) 35 After the initial planting area weed control, soil placement, and grading are 36 completed, and prior to the installation of irrigation lines and planting, all 37 designated planting areas shall be covered with compost. 38 39 Prior to placement and incorporation of compost, the application and incorporation 40 methods shall be approved by the Engineer. 41 42 Compost shall not be placed when a condition exists, such as frozen soil or water 43 saturated soil that may be detrimental to successful application, incorporation, or 44 soil structure. 45 46 The Contractor shall notify the Engineer a minimum of five working days prior to 47 the start of compost work. 48 49 Compost shall be uniformly and evenly placed in all designated areas at a depth of 50 *** $$1$$ *** inches. 51

Page 452: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 452

1 After placement of the compost, the Contractor shall incorporate the layer 2 uniformly into the existing soil to a depth of *** $$2$$ *** inches. 3

4 8-02.3(5).OPT3.FR8 5

(August 5, 2013) 6 After initial area weed control, grading, and soil placement are completed, all soil 7 shall be covered with compost. 8 9 Prior to the placement and incorporation of compost, the application and 10 incorporation methods shall be approved by the Engineer. 11 12 Compost shall not be placed when a condition exists, such as frozen or water 13 saturated soil that may be detrimental to successful application, incorporation, or 14 soil structure. 15 16 The Contractor shall notify the Engineer a minimum of five working days prior to 17 the start of compost work. 18 19 Compost shall be uniformly and evenly placed in all designated areas at a depth of 20 *** $$1$$ *** inches. 21 22 After placement of the compost, the Contractor shall incorporate the layer 23 uniformly into the existing soil to a depth of *** $$2$$ *** inches. 24

25 8-02.3(5).OPT4.GR8 26

(August 4, 2014) 27 Removal of Buried Man-Made Debris 28 The Contractor shall remove buried man-made debris as directed by the Engineer 29 to a maximum depth of two feet. The excavated debris shall be removed from the 30 project site to a disposal facility approved by the Engineer. 31

32 8-02.3(6).GR8 33

Soil Amendments 34 35 8-02.3(6)B.GR8 36

Fertilizers 37 38 8-02.3(6)B.INST1.GR8 39

Section 8-02.3(6)B is supplemented with the following: 40 41 8-02.3(6)B.OPT1.FR8 42

(September 3, 2019) 43 Sufficient quantities of fertilizer shall be applied to supply the following 44 amounts of nutrients: 45

46 Total Nitrogen as N - *** $$1$$ *** pounds per acre. 47 48 Available Phosphoric Acid as P2O5 - *** $$2$$ *** pounds per acre. 49

50

Page 453: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 453

Soluble Potash as K2O - *** $$3$$ *** pounds per acre. 1

2 *** $$4$$ *** pounds of nitrogen applied per acre shall be derived from 3 isobutylidene diurea (IBDU), cyclo-di-urea (CDU), or a time release, 4 polyurethane coated source with a minimum release time of 6 months. The 5 remainder may be derived from any source. 6 7 The fertilizer formulation and application rate shall be approved by the 8 Engineer before use. 9

10 8-02.3(6)B.OPT2.FR8 11

(September 3, 2019) 12 First Application of Fertilizer 13 Sufficient quantities of fertilizer shall be applied to supply the following 14 amounts of nutrients: 15

16 Total Nitrogen as N - *** $$1$$ *** pounds per acre. 17 18 Available Phosphoric Acid as P2O5 - *** $$2$$ *** pounds per acre. 19

20 Soluble Potash as K2O - *** $$3$$ *** pounds per acre. 21

22 The fertilizer formulation and application rate shall be approved by the 23 Engineer before use. 24

25 Second Application of Fertilizer 26 A second application of fertilizer shall be applied during the period of March 1 27 to April 15 or November 15 to December 15. In no instance shall the second 28 application of fertilizer occur less than 90 days after the first fertilizer 29 application. 30 31 Sufficient quantities of fertilizer shall be applied to supply the following 32 amounts of nutrients: 33

34 Total Nitrogen as N - *** $$4$$ *** pounds per acre. 35 36 Available Phosphoric Acid as P2O5 - *** $$5$$ *** pounds per acre. 37

38 Soluble Potash as K20 - *** $$6$$ *** pounds per acre. 39

40 *** $$7$$ *** pounds of nitrogen applied per acre shall be derived from 41 isobutylidene diurea (IBDU), cyclo-di-urea (CDU), or a time release, 42 polyurethane coated source with a minimum release time of 6 months. The 43 remainder may be derived from any source. 44 45 The fertilizer formulation and application rate shall be approved by the 46 Engineer before use. 47

48 8-02.3(6)B.OPT3.GR8 49

(September 3, 2019) 50

Page 454: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 454

Fertilizer shall be a commercially prepared mix of 10-20-20 and shall be 1 applied at the rate of 10 pounds per 1000 square feet. 2

3 8-02.3(6)B.OPT4.FR8 4

(September 3, 2019) 5 Sufficient quantities of fertilizer shall be applied to supply the following 6 amounts of nutrients: 7

8 Total Nitrogen as N – *** $$1$$ *** pounds per acre. 9 10 Sulfur – *** $$2 $$ ***pounds per acre. 11

12 *** $$3$$ *** pounds of nitrogen applied per acre shall be derived from 13 isobutylidene diurea (IBDU), cyclo-di-urea (CDU), or a time release, 14 polyurethane coated source with a minimum release time of 6 months. 15 The remainder may be derived from any source. 16

17 The fertilizer formulation and application rate shall be approved by the 18 Engineer before use. 19

20 8-02.3(8).GR8 21

Planting 22 23 8-02.3(8).INST1.GR8 24

Section 8-02.3(8) is supplemented with the following: 25 26 8-02.3(8).OPT1.FR8 27

(February 25, 2013) 28 When work requiring disturbance within planting area(s) *** $$1$$ *** is complete, 29 the Contractor shall perform planting work within the next available planting 30 window. 31

32 8-02.3(9).GR8 33

Seeding, Fertilizing, and Mulching 34 35 8-02.3(9)B.GR8 36

Seeding and Fertilizing 37 38 8-02.3(9)B.INST1.GR8 39

Section 8-02.3(9)B is supplemented with the following: 40 41 8-02.3(9)B.OPT1.FR8 42

(September 3, 2019) 43 Seed of the following mix, rate, and analysis shall be applied at the rates 44 shown below on all areas requiring ***$$1$$*** seeding within the project: 45 46

Seed by Common Name, 47 (Botanical Name), and Pounds Pure Live Seed 48 “Source Identification” (PLS) Per Acre 49 50 *** $$2$$ $$ 51

Page 455: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 455

1 $$ $$ 2 3 $$ $$ 4 5 Total $$ *** 6 7

Source Identified seed shall be generation four or less. Non-Source Identified 8 seed shall meet or exceed Washington State Department of Agriculture 9 Certified Seed Standards and be from within the appropriate genetic zones of 10 the *** $$3$$ *** Ecoregion(s) as defined by the US Environmental Protection 11 Agency (EPA). 12 13 The seed certification class shall be Certified (blue tag) in accordance with 14 WAC 16-302 and meet the following requirements: 15 16

Prohibited Weed 0% max. 17 Noxious Weed 0% max. 18 Other Weed 0.20% max. 19 Other Crop 0.40% max. 20

21 The Contractor shall document all Source Identified seed by providing the 22 Association of Official Seed Certifying Agents (AOSCA) yellow seed label for 23 each species in the mix. Site Identification Logs can be supplied for 24 collections where the AOSCA yellow label is not available. 25

26 8-02.3(9)B.OPT2.GR8 27

(September 3, 2019) 28 Grass seed shall be a commercially prepared mix, made up of low growing 29 species which will grow without irrigation at the project location, and accepted 30 by the Engineer. The application rate shall be two pounds per 1000 square 31 feet. 32

33 8-02.3(9)B.OPT3.FR8 34

(September 3, 2019) 35 Seed of the following mix, rate, and analysis shall be applied at the rates 36 shown below on all areas requiring *** $$1$$ *** seeding within the project: 37 38

Seed by Common Name, 39 (Botanical Name), and Pure Live Seed 40 “Source Identification” Pounds (PLS) Per Acre 41 42 *** $$2$$ $$ 43 44 $$ $$ 45 46 $$ $$ 47 48 Total $$ *** 49 50

Page 456: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 456

Seed shall meet or exceed Washington State Department of Agriculture 1 Certified Seed Standards and be from within the *** $$3$$ *** Ecoregion(s) as 2 defined by the US Environmental Protection Agency (EPA). 3 4 The seed certification class shall be Certified (blue tag) in accordance with 5 WAC 16-302 and meet the following requirements: 6 7

Prohibited Weed 0% max. 8 Noxious Weed 0% max. 9 Other Weed 0.20% max. 10 Other Crop 0.40% max. 11

12 8-02.3(11).GR8 13

Mulch 14 15 8-02.3(11).INST1.GR8 16

Section 8-02.3(11) is supplemented with the following: 17 18 8-02.3(11).OPT1.FR8 19

(April 2, 2012) 20 Bark mulch or wood chip mulch shall be placed to a uniform non-compacted depth 21 of *** $$1$$ *** over all planting areas. 22 23 Bark or wood chip mulch shall not be placed in areas of standing or flowing water. 24

25 8-02.3(11)A.GR8 26

Mulch for Seeding Areas 27 28 8-02.3(11)A.INST1.GR8 29

Section 8-02.3(11)A is supplemented with the following: 30 31 8-02.3(11)A.OPT1.FR8 32

(September 3, 2019) 33 *** $$1$$ *** shall be applied at a rate of *** $$2$$ *** pounds per acre with 34 no more than *** $$3$$ *** pounds per acre applied in a single lift. 35

36 8-02.3(13).GR8 37

Plant Establishment 38 39 8-02.3(13).INST1.GR8 40

Section 8-02.3(13) is supplemented with the following: 41 42 8-02.3(13).OPT1.GR8 43

(January 5, 2015) 44 Subsequent year plant establishment periods shall begin immediately at the 45 completion of the preceding year’s plant establishment period. Each subsequent 46 year plant establishment period shall be 1 full calendar year in duration. 47 48 During the plant establishment period(s) after first year plant establishment, the 49 Contractor shall perform all Work necessary for the continued healthy and 50 vigorous growth of all plant material as directed by the Engineer. 51

Page 457: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 457

1 8-02.4.GR8 2

Measurement 3 4 8-02.4.INST1.GR8 5 Section 8-02.4 is supplemented with the following: 6 7 8-02.4.OPT1.GR8 8

(January 5, 2015) 9 Topsoil, mulch and soil amendments will be measured by the square yard along the 10 grade and slope of the area covered after application. 11 12 Compost will be measured by the square yard along the grade and slope of the area 13 covered after application. 14

15 8-02.4.OPT2.GR8 16

(April 1, 2019) 17 Biotic Soil Amendment will be measured by the acre along the grade and slope of the 18 area covered immediately after application. 19

20 8-02.5.GR8 21

Payment 22 23 8-02.5.INST1.GR8 24 Section 8-02.5 is supplemented with the following: 25 26 8-02.5.OPT1.GR8 27

(January 5, 2015) 28 “Plant Establishment ___ Year”, will be paid in accordance with Section 1-09.6. 29

30 8-02.5.OPT2.GR8 31

(August 4, 2014) 32 “Removal of Buried Man-Made Debris” will be paid for by force account as specified in 33 Section 1-09.6. The payment for removal of buried man-made debris shall be full 34 compensation for all costs for the specified Work to include removing, loading, hauling, 35 and all associated disposal costs. 36 37 For the purpose of providing a common proposal for all bidders, the Contracting 38 Agency has entered an amount in the proposal to become a part of the Contractor’s 39 total Bid. 40

41 8-02.5.OPT3.GR8 42

(January 5, 2015) 43 “Fine Compost ”, per square yard. 44 45 “Medium Compost”, per square yard. 46 47 “Coarse Compost”, per square yard. 48 49

Page 458: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 458

The unit Contract price per square yard for “Fine Compost”, or “Medium Compost” or 1 “Coarse Compost” shall be full pay for furnishing and spreading the compost onto the 2 existing soil. 3 4 “Soil Amendment”, per square yard. 5 6 The unit Contract price per square yard for “Soil Amendment” shall be full pay for 7 furnishing and incorporating the soil amendment into the existing soil. 8 9 “Bark or Wood Chip Mulch”, per square yard. 10 11 The unit Contract price per square yard for “Bark or Wood Chip Mulch” shall be full pay 12 for furnishing and spreading the mulch onto the existing soil. 13 14 “Topsoil Type ____”, per square yard. 15 16 The unit Contract price per square yard for “Topsoil Type ____” shall be full pay for all 17 costs for the specified Work. 18

19 8-02.5.OPT4.FR8 20

(April 1, 2019) 21 “Biotic Soil Amendment”, per acre. 22 23 The unit Contract price per acre for “Biotic Soil Amendment” shall be full pay to perform 24 the Work as specified. When seed is mixed into, and applied with the biotic soil 25 amendment, payment for seed will be made under the Bid item *** $$1$$ ***. 26

27 8-10.GR8 28

Guide Posts 29 30 8-10.1.GR8 31

Description 32 33 8-10.1.INST1.GR8 34 Section 8-10.1 is supplemented with the following: 35 36 8-10.1.OPT1.GR8 37

(April 1, 2002) 38 This Work shall consist of furnishing and installing barrier delineators on concrete 39 barrier when barrier runs concurrent with guide post locations. 40

41 8-10.2.GR8 42

Materials 43 44 8-10.2.INST1.GR8 45 Section 8-10.2 is supplemented with the following: 46 47 8-10.2.OPT1.GR8 48

(August 6, 2018) 49

Page 459: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 459

Barrier delineators shall consist of a flat plastic reflector lens or reflective sheeting 1 attached to a housing or bracket to facilitate the mounting of the delineator on concrete 2 traffic barrier. The reflective surface shall be rectangular or trapezoidal shape with a 3 minimum area of 9 square inches for reflectors and 12 square inches for reflective 4 sheeting. The housing or bracket can be flexible or rigid, molded from a durable plastic 5 or other durable material approved by the engineer. Barrier delineators shall be one 6 sided for single direction or two sided for bi-directional. 7 8 Reflectors shall be acrylic or polycarbonate and shall conform to AASHTO M 290. 9 Reflectors shall equal or exceed the following minimum values of specific intensity: 10 11

Observation Entrance Specific Intensity 12 Angle Angle cd/ft-c 13 (Degrees) (Degrees) White Yellow 14 0.1 0 126 75 15 0.1 20 50 30 16

17 Reflective sheeting for barrier delineators shall be type III, IV, V or XI and selected from 18 approved materials listed in the Qualified Products List, or shall be accepted through 19 the Request for Materials (RAM) process in accordance with Section 1-06.1(2). 20

21 8-10.3.GR8 22

Construction Requirements 23 24 8-10.3.INST1.GR8 25 Section 8-10.3 is supplemented with the following: 26 27 8-10.3.OPT1.GR8 28

(April 1, 2002) 29 Barrier delineators shall be placed on the traffic face of the barrier six inches down from 30 the top. Spacing shall be as shown in the plans. Delineator color shall be white on the 31 right of traffic and yellow on the left of traffic. The surface of the barrier where the 32 delineator is applied shall be free of dirt, curing compound, moisture, paint, or any other 33 material that would adversely affect the bond of the adhesive. Install delineators with 34 an adhesive recommended by the manufacturer. 35

36 8-10.3.OPT2.GR8 37

(April 1, 2002) 38 Barrier delineators shall be placed on the top of the barrier. Spacing shall be as shown 39 in the plans. Delineator color shall be white on the right of traffic and yellow on the left 40 of traffic. The surface of the barrier where the delineator is applied shall be free of dirt, 41 curing compound, moisture, paint, or any other material that would adversely affect the 42 bond of the adhesive. Install delineators with an adhesive recommended by the 43 manufacturer. 44

45 8-10.4.GR8 46

Measurement 47 48 8-10.4.INST1.GR8 49 Section 8-10.4 is supplemented with the following: 50 51

Page 460: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 460

8-10.4.OPT1.GR8 1 (April 1, 2002) 2 Barrier delineators will be measured by the unit for each delineator furnished and 3 installed. 4

5 8-10.5.GR8 6

Payment 7 8 8-10.5.INST1.GR8 9 Section 8-10.5 is supplemented with the following: 10 11 8-10.5.OPT1.GR8 12

(April 1, 2002) 13 "Barrier Delineator", per each 14

15 8-11.GR8 16

Guardrail 17 18 8-11.1.GR8 19

Description 20 21 8-11.1.INST1.GR8 22 Section 8-11.1 is supplemented with the following: 23 24 8-11.1.OPT1.GR8 25

(February 3, 2020) 26 High-Tension Cable Barrier System (4 Cable) 27 This work consists of supplying and constructing high-tension cable barrier systems 28 (cable, posts, compensating devices, fittings, and hardware), terminals, and transitions 29 in conformity with the lines and grades as staked. 30

31 8-11.1.OPT2.GR8 32

(April 1, 2019) 33 This Work shall consist of applying an aesthetic treatment, either a powder coating or 34 reactive coloring agent, to galvanized beam guardrail, galvanized guardrail posts, 35 terminal ends and associated hardware that provides a “non-reflective” and “earth” tone 36 colored finish (dark brown) that visually blends with the natural environment. 37

38 8-11.2.GR8 39

Materials 40 41 8-11.2.INST1.GR8 42 Section 8-11.2 is supplemented with the following: 43 44 8-11.2.OPT2.GR8 45

(September 3, 2019) 46 High-Tension Cable Barrier System (4 Cable) 47 The Contractor shall furnish a high-tension 4-cable barrier system, terminals, and 48 transitions that meet the requirements of NCHRP Report 350 Test Level 3 or 4 that are 49 designed for a minimum cable tension of 3,000-pounds at an ambient air temperature 50

Page 461: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 461

of 70 degrees F . All fittings and connecting hardware shall have a minimum breaking 1 strength of 36,000-pounds. The maximum allowable barrier system post spacing is 2 17.0-feet. Barrier system post spacing provided by the Contractor shall limit lateral 3 deflection to the value shown in the Contract documents. 4 5 The Contractor shall submit a Type 2 Working Drawing consisting of fabrication 6 drawings and installation procedures. The Working Drawings shall specify all 7 components used in the entire barrier system, as well as the post spacing required to 8 achieve the deflection value shown in the Contract documents. 9 10 The barrier system will be accepted based on a Manufacturer’s Certificate of 11 Compliance provided by the Contractor. The Manufacturer’s Certificate of Compliance 12 shall consist of a Contract specific letter from the manufacturer stating the system is 13 NCHRP 350 Test Level 3 or 4 compliant, a copy of the original FHWA eligibility letter(s) 14 for the barrier system, documentation from the manufacturer describing any and all 15 modifications that have been made to the system since the letter(s) were issued, and a 16 statement from the manufacturer certifying that those modifications do not affect the 17 performance of the original system. 18

19 8-11.2.OPT4.GR8 20

(April 1, 2019) 21 Powder Coating 22 Powder coating materials for coating galvanized surfaces shall be in accordance with 23 Section 9-08.2. The color shall match SAE AMS Standard 595, color number 30045. 24 25 Reactive Coloring Agent 26 The reactive coloring agent shall consist of a stable, “non-reflective” “earth” tone (dark 27 brown) colored finish on the surface of the galvanized materials. The reactive coloring 28 agent shall only utilize oxidizers, metals, metal salts, and/or other trace elements 29 applied directly to the galvanized surfaces to obtain the desired color. The chemical 30 components of the reactive coloring agent shall have no adverse reactions or effects 31 on soils, plants, or animals and shall not contain corrosive by-products once the 32 product has been applied. Only nitrate fertilizer products are permitted to be present as 33 soluble residues. 34 35 The reactive coloring agent shall be provided by either the following manufacturer or an 36 accepted equal: 37 38

NATINA manufactured by Natina Products, LLC 39 1577 First Street 40 Coachella, CA 92236 41 Telephone: (877) 762-8462 42 www.natinaproducts.com 43

44 8-11.2(9-16.3).GR8 45

Beam Guardrail 46 47 8-11.2(9-16.3(2)).GR8 48

Posts and Blocks 49 50

Page 462: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 462

8-11.2(9-16.3(2)).INST1.GR8 1 Section 9-16.3(2) is supplemented with the following: 2

3 8-11.2(9-16.3(2)).OPT1.GB8 4

(April 6, 2015) 5 Shear plates and backing plates shall conform to ASTM A 36, and shall be 6 galvanized after fabrication in accordance with AASHTO M 111. 7

8 8-11.2(9-16.3(2)).OPT2.GB8 9

(April 6, 2015) 10 Grout for post bases shall conform to Section 9-20.3(2). 11

12 8-11.2(9-16.3(2)).OPT3.GB8 13

(April 6, 2015) 14 Steel angles connecting the timber blockout to the existing steel truss 15 members shall conform to either ASTM A 36 or ASTM A 992, and shall be 16 galvanized in accordance with AASHTO M 111. 17

18 8-11.2(9-16.3(2)).OPT4.GB8 19

(April 6, 2015) 20 HSS steel tubing shall conform to ASTM A 500 Grade B, and shall be 21 galvanized after fabrication in accordance with AASHTO M 111. 22 23 Steel bars, plates, and shapes shall conform to ASTM A 36, and shall be 24 galvanized after fabrication in accordance with AASHTO M 111, except that 25 structural shapes may conform to ASTM A 992. 26 27 Galvanized sheet metal shall conform to ASTM A 653, Coating Designation G 28 235. 29 30 Paving bulkheads, timber blocking, and custom cut shims shall be Douglas 31 Fir-Larch No. 2 or better, and shall be treated as specified in this Section. 32 33 Rubberized asphalt shall conform to ASTM D 6690 (Type 1 for bridge 34 locations in Western Washington, and Type 2 for bridge locations in Eastern 35 Washington). 36

37 8-11.2(9-16.3(2)).INST2.GR8 38

The second sentence of the first paragraph of Section 9-16.3(2) is revised to read: 39 40 8-11.2(9-16.3(2)).OPT5.GR8 41

(February 3, 2020) 42 Blocks made from alternate materials that meet MASH criteria may be used in 43 accordance with the manufacturer’s recommendations. 44

45 8-11.2(9-16.3(4)).GB8 46

Hardware 47 Section 9-16.3(4) is supplemented with the following: 48

49 8-11.2(9-16.3(4)).OPT1.GB8 50

(April 6, 2015) 51

Page 463: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 463

Resin bonded anchors shall conform to Sections 6-02.2 and 6-02.3(18) as 1 supplemented in these Special Provisions. 2

3 8-11.2(9-16.3(4)).OPT2.GB8 4

(April 6, 2015) 5 Lag screws shall conform to Section 9-06.22. 6

7 8-11.3.GR8 8

Construction Requirements 9 10 8-11.3.INST1.GR8 11 Section 8-11.3 is supplemented with the following: 12 13 8-11.3.OPT1.GR8 14

(August 6, 2018) 15 Box Culvert Guardrail Steel Post 16 The Contractor shall remove surfacing materials from the top of the box culvert and 17 shall determine the length of the posts. The Engineer will verify the dimensions before 18 the posts may be fabricated. 19 20 All surfacing material must be removed from the box culverts in an area extensive 21 enough to allow installation of the baseplate. Before the grout that conforms to Section 22 9-20.3(2) is placed, the concrete surface shall be thoroughly cleaned of all dirt, oil and 23 debris. 24 25 The posts shall be installed to the box culvert in accordance with Standard Plan C-26 20.41. 27 28 After the posts are installed on the box culverts, the excavated areas shall be backfilled 29 and compacted in 6-inch lifts. Compaction shall be accomplished with three passes 30 with a mechanical tamper. 31

32 8-11.3.OPT2.FR8 33

(February 3, 2020) 34 High-Tension Cable Barrier System (4 Cable) 35 A manufacturer’s representative, or an installer who has been trained and certified by 36 the unit’s manufacturer within the last 5 years and for the specific system(s) being 37 installed, shall supervise assembly and installation at all times. Provide a copy of the 38 installer’s certification to the Engineer prior to installation. 39 40 Assemble and install high-tension cable barrier according to the manufacturer’s 41 recommendations. This shall include the connection to guardrail and the transition and 42 terminal sections identified in the Plans. Submit any Contractor proposed modification 43 in barrier location, type, terminal or transition to the Engineer for approval a minimum of 44 10-days prior to any work in the affected section. 45 46 Unless otherwise stated in the Plans, all posts shall be a socket type assembly; with 47 the actual cable barrier post being inserted into a sleeve encased in a cast in place or 48 precast reinforced concrete post foundation and will be installed as recommended by 49 the manufacturer. On every 6th-post, install yellow retro-reflective sheeting that 50 conforms to AASHTO M268 Type 4 adhesive sheeting on both sides of the post. 51

Page 464: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 464

1 Terminal Placement 2 Unless otherwise stated in the Plans, the foundations for the high tension cable barrier 3 terminals shall be cast in place or precast concrete and shall be installed in accordance 4 with manufacturer's recommendations. If a precast concrete foundation is installed, the 5 bottom of the unit shall have a full and even bearing on the surface under it. If there is a 6 need for backfilling an excavation, use Controlled Density Fill (CDF) in accordance with 7 Section 2-09.3(1) E. Delineate the anchor posts for approach traffic with Type 3 lateral 8 clearance markers (object markers) that are made with type III or type IV sheeting. 9 10 Additional High-Tension Cable Barrier Components 11 Furnish and deliver one complete set of High-Tension Cable Barrier to each of the 12 Contracting Agency sites listed below: 13 14

*** $$1$$ *** 15 16 Include the following components with each complete set: 17 18

One-hundred line posts and all associated hardware including but not limited to 19 spacers, connectors, straps, caps and covers. If the system has a special post to 20 accommodate turnbuckles, then 5 of the line posts shall be these special posts. 21

22 Twenty sockets except when concrete sockets are used. 23 24 One 50 foot long section of cable used for the contract. 25 26 Three cable splices and 3 turnbuckle assemblies for a 3-cable system or 4 cable 27 splices and 4 turnbuckle assemblies for a 4-cable system (1-assembly consists of 28 a left and right hand threaded end with a turnbuckle). 29 30 One tension measuring device as recommended by the manufacturer. 31 32 One anchor post designed for use with the foundations installed. 33 34 Ten line terminal posts and all associated hardware. 35

36 Provide 48-hours notice to both the Engineer and the maintenance contact listed above 37 prior to delivery. Damaged items will not be accepted and shall be replaced at no cost 38 to the Contracting Agency. 39

40 8-11.3.OPT4.GR8 41

(April 1, 2019) 42 Aesthetic treatments to the galvanized W-beam guardrail, galvanized guardrail posts, 43 galvanized guardrail terminals, and associated galvanized hardware shall be performed 44 using either a powder coating or reactive coloring agent. The Contractor shall apply 45 powder coating or reactive coloring agent to all galvanized steel rail, posts, other 46 galvanized steel parts, and impact head components of the beam guardrail as specified 47 in the Plans. Confirm that the manufacturer of proprietary guardrail terminals allows 48 the use of powder coatings or reactive coloring agents prior to applying them. 49 50

Page 465: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 465

Only the top 30 inches on any guardrail post length to be exposed above ground shall 1 receive aesthetic treatment. 2 3 The color of the finish coat shall be a dark brown. The Contractor shall furnish a one-4 foot minimum length test section of galvanized W-beam guardrail treated with the 5 proposed aesthetic treatment product to the Engineer for acceptance. The test section 6 shall be prepared in accordance with the manufacturer's instructions. 7 8 The Engineer will provide acceptance in writing accepting the color of the test section 9 prior to acceptance of any permanently incorporated material into the project. 10 11 Powder Coating 12 Powder coating of galvanized surfaces shall be in accordance with Section 6-13 07.3(11)B. 14 15 Reactive Coloring Agent 16 Application of the reactive coloring agent to galvanized surfaces shall be in accordance 17 with the following: 18 19 The reactive coloring agent shall be applied using the same methods used for the 20 accepted test section. The treated material shall develop full coloration within two 21 weeks of application and achieve a color consistent with the color of the authorized test 22 section. 23 24 The Contractor shall apply the reactive coloring agent prior to delivering the steel 25 components to the project site. The reactive coloring agent manufacturer or the 26 manufacturer’s authorized application contractor shall apply the reactive coloring agent 27 for both the test section and production applications. Application of the reactive coloring 28 agent shall fully coat the galvanized steel in accordance with the manufacturer’s written 29 instructions and achieve the accepted surface color. Once the reactive coloring agent 30 is applied, the Contractor shall protect the steel pieces from abrasion that would 31 remove the brown color. 32 33 After the various guardrail components have been installed, the Contractor shall apply 34 the reactive coloring agent to any steel products that did not receive adequate coloring, 35 or where the color was removed during the shipment or the construction process. This 36 remedial action shall coat the affected area. Any reactive coloring agent applied in the 37 field shall be cured according to manufacturer’s specifications, and shall be applied 38 while protecting soil, plants, and surrounding natural surfaces. 39

40 8-11.3(1).GR8 41

Beam Guardrail 42 43 8-11.3(1).INST1.GR8 44

Section 8-11.3(1) is supplemented with the following: 45 46 8-11.3(1).OPT1.GR8 47

(April 5, 2010) 48 This project may contain a mixture of steel and wood posts. The bidder is advised 49 that post selection will be as detailed in the plans and these specifications. 50

51

Page 466: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 466

8-11.3(1)A.GR8 1 Erection of Posts 2

3 8-11.3(1)A.INST1.GR8 4

Section 8-11.3(1)A is supplemented with the following: 5 6 8-11.3(1)A.OPT1.GB8 7

(April 6, 2015) 8 Timber Blockouts for Beam Guardrail Type Thrie Beam 9 The Contractor shall cut and trim the timber blocks as necessary to conform 10 to the shape of the existing concrete baluster rail, and to align the beam 11 guardrail element, as shown in the Plans. 12 13 When the specified timber blockout spacing places a block at an existing 14 concrete end post or intermediate post, the Contractor shall core drill holes 15 into the existing concrete as shown in the Plans and as follows. The 16 Contractor shall not shatter or damage the concrete adjacent to the holes. 17 Location of blockout assemblies may be shifted slightly within the tolerance 18 specified in the Plans in order to reduce the risk of damage to existing steel 19 reinforcing bars. However, once a blockout assembly position is established, 20 damage to existing steel reinforcing bars caused by subsequent core drilling 21 operations at that assembly location is acceptable. 22

23 8-11.3(1)A.OPT2.GB8 24

(January 4, 2016) 25 Steel Posts for Beam Guardrail Type Thrie Beam 26 The Contractor shall field measure the dimension of the existing curb above 27 the existing wearing surface at each curb line for each bridge receiving beam 28 guardrail Type Thrie Beam. The field measured dimensions, and all 29 adjustments to the field measurements required by planing and paving 30 operations included in this project, shall be included in the steel post 31 assembly shop drawings submitted in accordance with Section 8-11.3(1)G. 32

33 8-11.3(1)A.OPT3.GB8 34

(January 4, 2016) 35 Beam Guardrail Type WP Thrie Beam 36 The Contractor shall field measure the depth of the existing ballast and 37 wearing course at both wheel guard lines, and shall include the dimensions at 38 both wheel guard lines in the steel post mounting bracket shop drawings 39 submitted in accordance with Section 8-11.3(1)G. 40 41 The Contractor shall remove the existing ballast and wearing course to the top 42 of existing timber deck in the vicinity of the steel post anchorage locations, 43 and shall dispose of the removed surfacing materials in accordance with 44 Section 2-02.3. 45 46 As shown in the Plans, the Contractor shall place a timber block beneath the 47 timber deck at each steel post anchorage location and against the existing 48 exterior timber stringer. 49 50

Page 467: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 467

The Contractor shall install the steel post anchorage assembly, including the 1 deck plate, distribution plate, bearing plate, base plate, backing plate, and 2 HSS steel tube post, as shown in the Plans. Timber deck shims shall be cut 3 and trimmed as necessary to align the top of the vertical webs of the steel 4 post anchorage 1/2 inch below the top of the surrounding wearing course 5 surfacing, in accordance with the existing timber deck transverse slope and 6 existing ballast and wearing course depth specified in the shop drawings. 7 8 The Contractor may field drill holes through the steel components in 9 accordance with Section 6-03.3(27) except as otherwise noted. The 10 Contractor shall identify all holes to be field drilled in the steel fabrication shop 11 drawings. The Contractor may field drill the holes using hand held drills 12 provided that the Contractor submits the method and equipment used to the 13 Engineer for approval, and that the Contractor receives the Engineer’s 14 approval of the submittal prior to beginning hand drilling. The Contractor shall 15 repair all galvanized steel surfaces damaged by field drilling operations by 16 painting the damaged areas with one coat of paint conforming to Section 9-17 08.1(2)B. 18 19 The Contractor shall replace all existing ballast and wearing course removed 20 in the vicinity of the steel post anchorage locations to the top of the 21 surrounding surfacing. The Contractor shall fill the void with an HMA surfacing 22 material approved by the Engineer. 23

24 8-11.3(1)B.GR8 25

Erection of Rail 26 27 8-11.3(1)B.INST1.GR8 28

Section 8-11.3(1)B is supplemented with the following: 29 30 8-11.3(1)B.OPT6.GB8 31

(April 6, 2015) 32 Field Measuring to Existing Type 3 Anchors 33 The Contractor shall field measure the dimension from the centerline of the 34 existing Type 3 anchors specified for reuse to the end of the existing concrete 35 curb and railbase or concrete baluster railing end blocks of the adjacent 36 bridge. The Contractor shall submit these dimensions to the Engineer along 37 with a Type 2 Working Drawing showing the arrangement of the thrie beam 38 guardrail elements and approach guardrail elements relative to the existing 39 Type 3 anchors and concrete curb and railbase or concrete baluster railing 40 end blocks for each bridge as applicable. 41

42 8-11.3(1)B.OPT7.GB8 43

(April 6, 2015) 44 Attaching Beam Guardrail Type Thrie Beam to Timber Blockouts 45 The Contractor shall fasten the thrie beam element to the timber blockout 46 assemblies such that the steel shear plates fit snug against the surface 47 forming the opening through the concrete baluster rail. 48 49

Page 468: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 468

The Contractor may field drill the holes through the thrie beam elements in 1 accordance with Section 6-03.3(27), except as otherwise noted. The 2 Contractor may field drill the holes using hand held drills. 3 4 The Contractor shall repair all galvanized steel surfaces damaged by field 5 drilling operations by painting the damaged areas with one coat of paint 6 conforming to Section 9-08.1(2)B. 7

8 8-11.3(1)B.OPT8.GB8 9

(April 6, 2015) 10 Thrie Beam Expansion Joint Element 11 Where beam guardrail Type Thrie Beam crosses bridge expansion joints, the 12 Contractor shall place a thrie beam expansion section element conforming to 13 Standard Plan C-1a. 14

15 8-11.3(1)B.OPT9.GB8 16

(April 6, 2015) 17 Beam Guardrail Type WP Thrie Beam 18 The Contractor may field drill the holes through the thrie beam elements in 19 accordance with Section 6-03.3(27), except as otherwise noted. The 20 Contractor may field drill the holes using hand held drills. 21 22 The Contractor shall repair all galvanized steel surfaces damaged by field 23 drilling operations by painting the damaged areas with one coat of paint 24 conforming to Section 9-08.1(2)B. 25 26 After completing the beam guardrail retrofit and replacing the surfacing at the 27 steel post anchorage locations on the bridge up to the level of the surrounding 28 surfacing, the Contractor shall install the sheet metal water barrier, when the 29 water barrier is shown in the Plans. A bonding layer of rubberized asphalt 30 shall be applied to the surfacing contact area immediately prior to installing 31 the water barrier assembly. The direction of overlap of adjacent water barrier 32 segments shall be as directed by the Engineer. 33

34 8-11.3(1)D.GR8 35

Removing Guardrail and Guardrail Anchor 36 37 8-11.3(1)D.INST1.GR8 38

Section 8-11.3(1)D is supplemented with the following: 39 40 8-11.3(1)D.OPT1.GB8 41

(April 6, 2015) 42 Beam Guardrail Type WP Thrie Beam 43 The Contractor shall remove the existing bridge guardrail posts and railing, 44 the existing timber wheel guards, all associated fasteners, and the existing 45 ballast and wearing course in the vicinity of the steel post anchorage 46 assemblies of the bridges being retrofitted with beam guardrail Type WP Thrie 47 Beam as shown in the Plans 48 49 The items specified above shall be removed as follows: 50 51

Page 469: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 469

1. The Contractor shall remove the existing timber wheel guards before 1 beginning the beam guardrail retrofit work. 2

3 2. The Contractor shall not remove any section of the existing bridge 4

railing system on the bridge until completing the beam guardrail 5 retrofit within that section of the bridge, except as otherwise 6 specified. The Contractor may remove portions of the existing 7 bridge railing system on the bridge which conflict with the 8 anchorages, posts, and rail elements of the retrofit, provided: 9

10 a. The Contractor installs as much of the beam guardrail retrofit as 11

possible in the section that does not conflict with the existing 12 bridge railing system elements. 13

14 b. After removing the conflicting element of the existing bridge 15

railing system, the Contractor shall immediately complete the 16 beam guardrail retrofit in the section. 17

18 c. The Contractor receives the Engineer’s approval for removing 19

the conflicting element of the existing bridge railing system 20 before proceeding. 21

22 8-11.3(1)H.GR8 23

Guardrail Construction Exposed to Traffic 24 25 8-11.3(1)H.INST1.GR8 26

Section 8-11.3(1)H is supplemented with the following: 27 28 8-11.3(1)H.OPT1.GB8 29

(April 6, 2015) 30 Beam Guardrail Type WP Thrie Beam 31 Whenever the Contractor is not actively working on the beam guardrail retrofit, 32 the Contractor shall ensure that all guardrail ends are securely fastened to the 33 rail posts and existing bridge railing system, including temporary terminal end 34 sections as required. The Contractor shall conduct retrofit operations such 35 that no gaps occur between the existing bridge railing system and the beam 36 guardrail retrofit at any time. 37 38 The Contractor shall submit Type 2 Working Drawings detailing the temporary 39 connections between the existing guardrail system and the thrie beam 40 guardrail system, and the temporary terminal end sections. 41

42 8-11.4.GR8 43

Measurement 44 45 8-11.4.INST1.GR8 46 Section 8-11.4 is supplemented with the following: 47 48 8-11.4.OPT1.GR8 49

(March 13, 1995) 50 Box culvert guardrail steel posts will be measured per each, for each post installed. 51

Page 470: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 470

1 8-11.4.OPT2.GR8 2

(February 3, 2020) 3 Measurement of high-tension cable barrier (4 Cable) will be by the linear foot along the 4 line of the completed barrier from end to end including transition sections, terminals, 5 cable barrier to guardrail terminals, foundations, sockets, concrete, compensating 6 devices, tensioning device, slip base post, sleeves, caps, and all hardware. 7

8 8-11.4.OPT4.GR8 9

(April 2, 2018) 10 Measurement of Aesthetic Treatment for beam guardrail will be by the linear foot 11 measured along the line of the completed guardrail, including expansion sections and 12 the end section for F connections. 13 14 Measurement for Aesthetic Treatment for beam guardrail transition section will be per 15 each for the type of transition section installed. 16 17 Measurement for Aesthetic Treatment for beam guardrail anchor type specified will be 18 per each for the completed anchor, including the attachment of the anchor to the 19 guardrail. 20 21 Measurement of Aesthetic Treatment beam guardrail ____ terminal will be per each for 22 the completed terminal. 23 24 Measurement of Aesthetic Treatment beam guardrail Type 31 buried terminal Type 2 25 will be per linear foot for the completed terminal. 26

27 8-11.4.OPT5.GR8 28 (February 3, 2020) 29 The fifth paragraph of Section 8-11.4 is deleted. 30 31 8-11.5.GR8 32

Payment 33 34 8-11.5.INST2.GR8 35 Section 8-11.5 is supplemented with the following: 36 37 8-11.5.OPT1.GR8 38

(April 2, 2018) 39 “Aes. Tr. Beam Guardrail Type ___”, per linear foot 40 41

“Aes Tr. Beam Guardrail Type 1- ____ Ft. Long Post”, per linear foot. 42

43

“Aes Tr. Beam Guardrail Type 31- ____ Ft. Long Post”, per linear foot. 44

45 The unit Contract price per linear foot for “Aes. Tr. Beam Guardrail Type____”, “Aes Tr. 46 Beam Guardrail Type 1- ____ Ft. Long Post”, and “Aes Tr. Beam Guardrail Type 31- 47 ____ Ft. Long Post”, shall be full payment for all costs to perform the Work as 48 specified. 49 50

Page 471: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 471

“Aes. Tr. Beam Guardrail Transition Section Type ____”, per each 1 The unit Contract price per each for “Aes. Tr. Beam Guardrail Transition Section Type 2 ____” shall be full payment for all costs to perform the Work as described in Section 8-3 11.3. 4 5 “Aes. Tr. Beam Guardrail Anchor Type ____”, per each. 6 7 “Aes. Tr. Beam Guardrail ____ Terminal”, per each. 8 9 The unit Contract price per each for “Aes. Tr. Beam Guardrail Anchor Type ____” and 10 “Aes. Tr. Beam Guardrail ___ Terminal” shall be full payment for all costs to perform 11 the Work as specified. 12 13 “Aes. Tr. Beam Guardrail Type 31 Buried Term. Type 2”, per linear foot. 14 15 The unit Contract price per linear foot for “Aes. Tr. Beam Guardrail Type 31 Buried 16 Term. Type 2” shall be full payment for all costs to perform the Work as specified. 17

18 8-11.5.OPT6.GR8 19

(August 6, 2018) 20 "Box Culvert Guardrail Steel Post Type 31", per each. 21 22 The unit contract price per each for "Box Culvert Guardrail Steel Post Type 31" shall be 23 full pay for completing the installation of the posts, including furnishing, placing and 24 compacting the backfill material. 25

26 8-11.5.OPT7.GR8 27

(February 3, 2020) 28 “High-Tension Cable Barrier System (4 Cable)”, per linear foot. 29 “Additional High-Tension Cable Barrier Components”, lump sum. 30 31 The unit contract price per linear foot for “High-Tension Cable Barrier (4 Cable)” shall 32 be full pay to complete the work as specified. 33

34 8-11.5.OPT8.GR8 35

(February 3, 2020) 36 The lump sum contract price for “Additional High-Tension Cable Barrier Components” 37 shall be full pay to complete the work as specified for a 4 Cable system. 38

39 8-12.GR8 40

Chain Link Fence and Wire Fence 41 42 8-12.2.GR8 43

Materials 44 45 8-12.2.INST1.GR8 46 Section 8-12.2 is supplemented with the following: 47 48

Page 472: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 472

8-12.2.OPT1.FR8 1 (January 2, 2018) 2 Coated Chain Link Fence 3 Chain link fence fabric shall be hot-dip galvanized with a minimum of 0.8 ounce per 4 square foot of surface area. 5 6 Fencing materials shall be coated with an ultraviolet-insensitive plastic or other inert 7 material at least 2 mils in thickness. Any pretreatment or coating shall be applied in 8 accordance with the manufacturer's written instructions. The Contractor shall provide 9 the Engineer with the manufacturer's written specifications detailing the product and 10 method of fabrication. The color shall match SAE AMS Standard 595 color number *** 11 $$1$$ ***, or be as approved by the Engineer. 12 13 Samples of the coated fencing materials shall be approved by the Engineer prior to 14 installation on the project. 15 16 The Contractor shall supply the Engineer with 10 aerosol spray cans containing a 17 minimum of 14 ounces each of paint of the color specified above. The touch-up paint 18 shall be compatible with the coating system used. 19

20 8-12.2.OPT6.GB8 21

(September 3, 2019) 22 Cable Fence 23 Steel pipe shall conform to ASTM A 53, Grade B, Type E or S. 24 25 Steel bars, plates, and shapes shall conform to ASTM A 36. 26 27 Steel components shall be galvanized after fabrication in accordance with AASHTO M 28 111. 29 30 Resin bonded anchors shall conform to Section 6-02.2 as supplemented in these 31 Special Provisions. 32 33 Proof coil chain shall conform to ASTM A413 Grade 30. 34 35 Spelter sockets and turnbuckles shall conform to the size and breaking strength 36 requirements specific in the Plans, shall be compatible with the wire rope selected by 37 the Contractor, and shall be galvanized after fabrication in accordance with AASHTO M 38 232. 39 40 Wire rope shall conform to one of the following: 41 42

1. ASTM A 603 with Class A weight zinc-coated wires throughout. 43 44 2. ASTM A 1023 with drawn galvanized wires throughout in accordance with 45

ASTM A 1007. Acceptance of ASTM A 1023 wire rope is contingent upon the 46 Contractor furnishing a Type 1 Working Drawing certifying that the lot of 47 supplied wire rope has a minimum modulus of elasticity of 15,000 ksi when 48 tested in accordance with ASTM A 931 Section 3.2.17. 49

50 3. Phillystran HPTG 27000 I as manufactured by: 51

Page 473: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 473

1 Phillystran, Inc. 2 151 Commerce Drive 3 Montgomeryville, PA 18936-9628 4 (215) 368-6611 5 www.phillystran.com 6

7 8-12.3.GR8 8

Construction Requirements 9 10 8-12.3.INST1.GR8 11 Section 8-12.3 is supplemented with the following: 12 13 8-12.3.OPT1.GB8 14

Cable Fence 15 16 8-12.3.OPT1(A).GB8 17

(April 6, 2015) 18 The Contractor shall field measure the slope of the top of the existing retaining wall at 19 each location of cable fence end post and intermediate brace. The Contractor shall 20 submit Type 1 Working Drawings consisting of the tabulated field measured slope data. 21

22 8-12.3.OPT1(B).GB8 23

(April 6, 2015) 24 The Contractor shall submit shop drawings of the cable fence in accordance with 25 Section 6-03.3(7). The shop drawings shall include, at a minimum, the following: 26

27 1. Plan, elevation, and section views of the cable fence and all components, with 28

dimensions and tolerances. 29 30 2. Material designations for all components. 31 32 3. Socketing procedure for the spelter sockets. 33 34 4. Erection plan for installing the posts, installing and connecting the cable to the 35

posts, and tensioning the cable. 36 37 The Contractor shall install resin bonded anchors in accordance with Section 6-38 02.3(18) as supplemented in these Special Provisions. 39 40 The cable shall be tensioned to 400 pounds with six inches minimum of take up still 41 available in the turnbuckle. 42

43 8-12.3.OPT1(C).GB8 44

(January 2, 2018) 45 After erecting the cable fence posts, but prior to installing the cable, the Contractor 46 shall clean, prepare, and paint all exposed galvanized surfaces in accordance with 47 Section 6-07.3(11)A. The color of the finish coat, when dry, shall match SAE AMS 48 Standard 595 Color No. 20045. 49

50

Page 474: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 474

8-12.4.GR8 1

Measurement 2 3 8-12.4.INST1.GR8 4 Section 8-12.4 is supplemented with the following: 5 6 8-12.4.OPT1.GB8 7

(April 6, 2015) 8 Cable fence will be measured by the linear foot along the line and slope at the base of 9 the completed fence. 10

11 8-12.5.GR8 12

Payment 13 14 8-12.5.INST1.GR8 15 Section 8-12.5 is supplemented with the following: 16 17 8-12.5.OPT1.GR8 18

(April 1, 2002) 19 “Coated Chain Link Fence Type ___”, per linear foot. 20 Payment for clearing of fence line for “Coated Chain Link Fence Type ___” shall be in 21 accordance with Section 2-01.5. 22 “Coated End, Gate, Corner, Pull Post for Chain Link Fence”, per each. 23 “Double 14 Ft. Coated Chain Link Gate”, per each. 24 “Double 20 Ft. Coated Chain Link Gate”, per each. 25 “Single 6 Ft. Coated Chain Link Gate”, per each. 26

27 8-12.5.OPT6.GB8 28

(April 6, 2015) 29 “Cable Fence”, per linear foot. 30

31 8-13.GR8 32

Monument Cases 33 34 8-13.1.GR8 35

Description 36 37 8-13.1.INST1.GR8 38 Section 8-13.1 is deleted and replaced by the following: 39 40 8-13.1.OPT1.GR8 41

(March 13, 1995) 42 This work shall consist of furnishing and placing monument cases, covers, and pipes in 43 accordance with the Standard Plans and these Specifications, in conformity with the 44 lines and locations shown in the Plans or as staked by the Engineer. 45

46 8-13.2.GR8 47

Materials 48 49

Page 475: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 475

8-13.2.INST1.GR8 1 Section 8-13.2 is supplemented with the following: 2 3 8-13.2.OPT1.GR8 4

(March 13, 1995) 5 The pipe shall be Schedule 40 galvanized pipe. 6

7 8-13.3.GR8 8

Construction Requirements 9 10 8-13.3.INST1.GR8 11 The last paragraph of Section 8-13.3 is revised to read: 12 13 8-13.3.OPT1.GR8 14

(March 13, 1995) 15 The Engineer will be responsible for placing the concrete core and tack or wire inside 16 the pipe. 17

18 8-13.4.GR8 19

Measurement 20 21 8-13.4.INST1.GR8 22 Section 8-13.4 is deleted and replaced by the following: 23 24 8-13.4.OPT1.GR8 25

(March 13, 1995) 26 Measurement of monument case, cover, and pipe will be by the unit for each 27 monument case, cover, and pipe furnished and set. 28

29 8-13.5.GR8 30

Payment 31 32 8-13.5.INST1.GR8 33 Section 8-13.5 is supplemented with the following: 34 35 8-13.5.OPT1.GR8 36

(April 28, 1997) 37 "Monument Case, Cover, and Pipe", per each. 38

39 8-14.GR8 40

Cement Concrete Sidewalks 41 42 8-14.1.GR8 43

Description 44 45 8-14.1.INST1.GR8 46 Section 8-14.1 is revised to read: 47 48 8-14.1.OPT1.GR8 49

(April 3, 2017) 50

Page 476: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 476

This Work consists of constructing cement concrete sidewalks, curb ramps, bus stop 1 shelter foundations, masonry sidewalks, and ramp grinding in accordance with details 2 shown in the Plans, Standard Plans, these Specifications, and in conformity to the lines 3 and grades shown in the Plans, Standard Plans, and as established by the Engineer. 4

5 8-14.3.GR8 6

Construction Requirements 7 8 8-14.3.INST1.GR8 9 Section 8-14.3 is supplemented with the following: 10 11 8-14.3.OPT1.GR8 12

(April 3, 2017) 13 The Contractor shall request a pre-construction meeting with the Engineer to be held 14 two to five working days before any work can start on cement concrete sidewalks, curb 15 ramps or other pedestrian access routes to discuss construction requirements. Those 16 attending shall include: 17

18 1. The Contractor and Subcontractor in charge of constructing forms, and 19

placing, and finishing the cement concrete. 20 21 2. Engineer (or representative) and Project Inspectors for the cement concrete 22

sidewalk, curb ramp or pedestrian access route Work. 23 24

Items to be discussed in this meeting shall include, at a minimum, the following: 25 26

1. Slopes shown on the Plans. 27 28 2. Inspection 29 30 3. Traffic control 31 32 4. Pedestrian control, access routes and delineation 33 34 5. Accommodating utilities 35 36 6. Form work 37 38 7. Installation of detectable warning surfaces 39 40 8. Contractor ADA survey and ADA Feature as-built requirements 41 42 9. Cold Weather Protection 43

44 8-14.3.OPT2.GR8 45

(January 7, 2019) 46 Timing Restrictions 47 Curb ramps shall be constructed on one leg of the intersection at a time. The curb 48 ramps shall be completed and open to traffic within five calendar days before 49 construction can begin on another leg of the intersection unless otherwise allowed by 50 the Engineer. 51

Page 477: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 477

1 Unless otherwise allowed by the Engineer, the five calendar day time restriction begins 2 when an existing curb ramp for the quadrant or traffic island/median is closed to 3 pedestrian use and ends when the quadrant or traffic island/median is fully functional 4 and open for pedestrian access. 5

6 8-14.3.OPT3.GR8 7

(January 7, 2019) 8 Layout and Conformance to Grades 9 Using the information provided in the Contract documents, the Contractor shall lay out, 10 grade, and form each new curb ramp, sidewalk, and curb and gutter. 11

12 8-15.GR8 13

Riprap 14 15 8-15.4.GR8 16

Measurement 17 18 8-15.4.INST1.GR8 19 Section 8-15.4 is supplemented with the following: 20 21 8-15.4.OPT3.GR8 22

(March 13, 1995) 23 Special excavation will be measured by the cubic yard. Quantities will be computed to 24 the neat lines from the top of the seals to the existing stream bed or ground line for the 25 area outside the limits of structure excavation. 26

27 8-15.4.OPT5.GR8 28 (February 5, 2001) 29 The last paragraph of Section 8-15.4 is deleted. 30 31 8-15.5.GR8 32

Payment 33 34 8-15.5.INST1.GR8 35 The first sentence of the second paragraph of Section 8-15.5 is revised to read: 36 37 8-15.5.OPT1.GR8 38

(March 13, 1995) 39 The unit contract price per ton or cubic yard for the class or kind of riprap specified 40 shall be full pay for furnishing all labor, tools, equipment, and materials required to 41 construct the riprap, including excavation. 42

43 8-15.5.INST2.GR8 44 Section 8-15.5 is supplemented with the following: 45 46 8-15.5.OPT8.GR8 47

(September 30, 1996) 48 "Special Excavation", per cubic yard. 49

50

Page 478: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 478

8-16.GR8 1

Concrete Slope Protection 2 3 8-16.3.GR8 4

Construction Requirements 5 6 8-16.3(2).GR8 7

Placing Semi-Open Concrete Masonry Units 8 9 8-16.3(2).INST1.GR8 10

Section 8-16.3(2) is supplemented with the following: 11 12 8-16.3(2).OPT1.GR8 13

(December 19, 2005) 14 The Contractor shall round and treat the areas between the bridge end slopes and 15 the edges of the shoulders to the satisfaction of the Engineer. 16 17 Upon completion of the installation of the units, the voids shall be filled full with top 18 soil. All excess fill shall be removed and the exposed concrete surfaces swept 19 clean. The slope protection shall be seeded to grass in accordance with Section 20 8-01.3(2)A. 21

22 8-16.5.GR8 23

Payment 24 25 8-16.5.INST1.GR8 26 Section 8-16.5 is supplemented with the following: 27 28 8-16.5.OPT1.GR8 29

(September 30, 1996) 30 "Semi-Open Conc. Masonry Slope Protection", per square yard. 31

32 8-17.GR8 33

Impact Attenuator Systems 34 35 8-17.3.GR8 36

Construction Requirements 37 38 8-17.3.INST1.GR8 39 The last paragraph of Section 8-17.3 is supplemented with the following: 40 41 8-17.3.OPT1.GR8 42

(February 3, 2020) 43 Temporary impact attenuators shall meet the crash test and evaluation criteria of 44 MASH or the National Cooperative Highway Research Project Report 350 (NCHRP 45 350) as specified in Section 1-10.2(3). 46

47

Page 479: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 479

8-20.GR8 1

Illumination, Traffic Signal Systems, Intelligent Transportation Systems, and 2

Electrical 3 4 8-20.2.GR8 5

Materials 6 7 8-20.2.INST1.GR8 8 Section 8-20.2 is supplemented with the following: 9 10 8-20.2.OPT1.GB8 11

(April 6, 2015) 12 Traffic Signal Standard Foundation Shaft Casing 13 All permanent casing shall be a smooth wall non corrugated structure of steel base 14 metal. All permanent casing shall be of ample strength to resist damage and 15 deformation from transportation and handling, installation stresses, and all pressures 16 and forces acting on the casing. The casing shall be clean prior to placement in the 17 excavation. The permanent casing may be telescoped, but the outside diameter of the 18 casing shall not be less than the specified diameter of the shaft. 19

20 8-20.2(9-29.2).GR8 21

Junction Boxes, Cable Vaults, and Pull Boxes 22 Section 9-29.2 is supplemented with the following: 23

24 8-20.2(9-29.2).OPT1.GR8 25

(September 3, 2019) 26 Slip-Resistant Surfacing for Junction Boxes, Cable Vaults, and Pull Boxes 27 Where slip-resistant junction boxes, cable vaults, or pull boxes are required, each 28 box or vault shall have slip-resistant surfacing material applied to the steel lid and 29 frame of the box or vault. Where the exposed portion of the frame is ½ inch wide 30 or less, slip-resistant surfacing material may be omitted from that portion of the 31 frame. 32 33 Slip-resistant surfacing material shall be identified with a permanent marking on 34 the underside of each box or vault lid where it is applied. The permanent marking 35 shall be formed with a mild steel weld bead, with a line thickness of at least 1/8 36 inch. The marking shall include a two character identification code for the type of 37 material used and the year of manufacture or application. The following materials 38 are approved for application as slip-resistant material, and shall use the associated 39 identification codes: 40 41

1. Harsco Industrial IKG, Mebac #1 - Steel: M1 42 43 2. W. S. Molnar Co., SlipNOT Grade 3 – Coarse: S3 44 45 3. Thermion, SafTrax TH604 Grade #1 – Coarse: T1 46

47 8-20.2(9-29.6).GR8 48

Light And Signal Standards 49 Section 9-29.6 is supplemented with the following: 50

Page 480: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 480

1 8-20.2(9-29.6).OPT1.GR8 2

(January 7, 2019) 3 Light Standards with Type 1 Luminaire Arms 4 Lighting standards shall be fabricated in conformance with the methods and 5 materials specified on the pre-approved Plans listed below, provided the following 6 requirements have been satisfied: 7 8

(a) Light source to pole base distance (H1) shall be as noted in the Plans. 9 Verification of H1 distances by the Engineer, prior to fabrication, is not 10

required. Fabrication tolerance shall be 6 inches. 11 12 (b) All other requirements of the Special Provisions have been satisfied. 13 14 Pre-Approved Plan Fabricator Mounting Hgt. 15 16 Drawing No. DB01164 Rev. B Valmont Ind. Inc. 30', 35’, 40' & 50' 17 Sheets 1, 2, 3, 4 & 5 of 5 18 19 Drawing No. Ameron Pole 20',25’,30’,35’,40’, 20 WA15LT3721 Rev. A Prod. Div. 45’ & 50' 21 Sheet 1 and 2 of 2 22

23 8-20.2(9-29.6).OPT2.GR8 24

(January 7, 2019) 25 Light Standards with Type 1 Luminaire Arms 26 Lighting standards shall be fabricated in conformance with the methods and 27 materials specified on the pre-approved plans listed below, provided the following 28 requirements have been satisfied: 29 30

(a) Mounting heights shall be as specified in the Plans. 31 32 (b) Light source to pole base distances (H1) shall be determined or verified 33

by the Engineer prior to fabrication. Fabrication tolerance shall be 6 34 inches. 35

36 (c) All other requirements of the Special Provisions have been satisfied. 37 38 Pre-Approved Plan Fabricator Mounting Hgt. 39 40 Drawing No. DB01164 Rev. B Valmont Ind. Inc. 30', 35’, 40' & 50' 41 Sheets 1, 2, 3, 4 & 5 of 5 42 43 Drawing No. Ameron Pole 20',25’,30’,35’,40’ 44 WA15LT3721 Rev. A Prod. Div. 45’ & 50’ 45 Sheet 1 and 2 of 2 46

47

Page 481: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 481

8-20.2(9-29.6).OPT5.GR8 1 (April 1, 2019) 2 Traffic Signal Standards 3 Traffic signal standards shall be furnished and installed in accordance with the 4 methods and materials noted in the applicable Standard Plans, pre-approved 5 plans, or special design plans. 6 7 All welds shall comply with the latest AASHTO Standard Specifications for 8 Structural Supports for Highway Signs, Luminaires and Traffic Signals. Welding 9 inspection shall comply with Section 6-03.3(25)A Welding Inspection. 10 11 Hardened washers shall be used with all signal arm connecting bolts instead of 12 lockwashers. All signal arm ASTM F 3125 Grade A325 connecting bolts tightening 13 shall comply with Section 6-03.3(33). 14 15 Traffic signal standard types and applicable characteristics are as follows: 16 17

Type PPB Pedestrian push button posts shall conform to Standard Plan J-18 20.10 or to one of the following pre-approved plans: 19

20 Fabricator Drawing No. 21 Valmont Ind. Inc. DB01165 Rev. B 22 Sheet’s 1, 2, 3 & 4 of 4 23 24 Ameron Pole WA15TR10-1 Rev. C and 25 Prod. Div. WA15TR10-3 Rev. B 26

27 Type PS Pedestrian signal standards shall conform to Standard Plan J-28

20.16 or to one of the following pre-approved plans: 29 30

Fabricator Drawing No. 31 Valmont Ind. Inc. DB01165 Rev. B 32 Sht. 1, 2, 3 & 4 of 4 33 34 Ameron Pole WA15TR10-1 Rev. C and 35 Prod. Div. WA15TR10-2 Rev. C 36 37

Type I Type I vehicle signal standards shall conform to Standard Plan 38 J-21.15 or to one of the following pre-approved plans: 39

40 Fabricator Drawing No. 41 Valmont Ind. Inc. DB01165 Rev. B 42 Sht. 1 2, 3 & 4 of 4 43 44 Ameron Pole WA15TR10-1 Rev. C and 45 Prod. Div WA15TR10-2 Rev. C 46 47

Type FB Type FB flashing beacon standard shall conform to Standard 48 Plan J-21.16 or the following pre-approved plan: 49

50 Fabricator Drawing No. 51

Page 482: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 482

Valmont Ind. Inc. DB01165 Rev. B 1 Sht. 1 2, 3 & 4 of 4 2 3 Ameron Pole WA15TR10-1 Rev. C and 4 Prod. Div. WA15TR10-2 Rev. C 5 6

Type RM Type RM ramp meter standard shall conform to Standard Plan 7 J-22.15 or the following pre-approved plan: 8

9 Fabricator Drawing No. 10 Valmont Ind. Inc. DB01165 Rev. B 11 Sht. 1, 2, 3 & 4 of 4 12 13 Ameron Pole WA15TR10-1 Rev. C and 14 Prod. Div. WA15TR10-2 Rev. C 15 16

Type CCTV Type CCTV camera pole standards shall conform to one of the 17 following pre-approved Plans: 18

19 Fabricator Drawing No. 20 Valmont Industries, Inc. DB 01166 Rev. B 21 Sheet 1, 2, 3 and 4 of 4 22 23 Ameron Pole Product Div. WA15CCTV01 Rev. B 24 Sheet 1 and 2 of 2 25 26

Type II Characteristics: 27 28

Luminaire mounting height N.A. 29 Luminaire arms N.A. 30 Luminaire arm length N.A. 31 Signal arms One Only 32 33 Type II standards shall conform to one of the following pre-34 approved plans, provided all other requirements noted herein 35 have been satisfied. Maximum (x) (y) (z) signal arm loadings in 36 cubic feet are noted after fabricator. 37

38 Signal Arm 39 Length (max) Fabricator-(x) (y) (z) Drawing No. 40 41 65 ft. Valmont Ind. Inc.-(2894) DB01162 Rev. B, 42 Shts. 1, 2,3, 4 & 5 of 5 43 44 65 ft. Ameron Pole-(2900) WA15TR3724-1 Rev. C and 45 Prod. Div. WA15TR3724-2 Rev. D 46 Sheet 1 and 2 of 2 47 48 Type III Characteristics: 49 50

Luminaire mounting height 30 ft., 51

Page 483: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 483

35 ft., 1 40 ft., 2 or 50 ft. 3 Luminaire arms One Only 4 Luminaire arm type Type 1 5 Luminaire arm length (max.) 16 ft. 6 Signal arms One Only 7 8 Type III standards shall conform to one of the following pre-9 approved plans, provided all other requirements noted herein 10 have been satisfied. Maximum (x) (y) (z) signal arm loadings in 11 cubic feet are noted after fabricator. 12 13

Signal Arm 14 Length (max) Fabricator-(x) (y) (z) Drawing No. 15 16 65 ft. Valmont Ind. Inc.-(2947) DB01162 Rev. B, 17 Shts. 1, 2, 3, 4 & 5 of 5 18 and "J" luminaire arm 19 20 65 ft. Ameron Pole-(2900) WA3724-1 Rev. C and 21 Prod. Div. WA3724-2 Rev. D 22

and "J" luminaire arm 23 24 Type IV Type IV strain pole standards shall be consistent with details in 25

the plans and Standard Plan J-27.15 or one of the following pre-26 approved plans: 27

28 Fabricator Drawing No. 29 Valmont Industries, Inc. DB01167, Rev. B 30 Sheets 1 and 2 31 32 Ameron Pole WA15TR15 Rev. A 33 Prod. Div. Sheet 1 and 2 of 2 34 35

Type V Type V combination strain pole and lighting standards shall be 36 consistent with details in the plans and Standard Plan J-27.15 or 37 one of the following pre-approved plans: 38

39 Fabricator Drawing No. 40 Valmont Industries, Inc. DB01167, Rev. B 41 Sheets 1 and 2 42 43 Ameron Pole WA 15TR15 Rev. A 44 Prod. Div. Sheet 1 and 2 of 2 45 46 The luminaire arm shall be Type 1, 16 foot maximum and the 47 luminaire mounting height shall be 40 feet or 50 feet as noted in 48 the plans. 49 50

Page 484: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 484

Type SD Type SD standards require special design. All special design 1 shall be based on the latest AASHTO Standard Specifications 2 for Structural Supports for Highway Signs, Luminaires and 3 Traffic Signals and pre-approved plans and as follows: 4

5 1. A 115 mph wind loading shall be used. 6 7 2. The Mean Recurrence Interval shall be 1700 years. 8 9 3. Fatigue category shall be III. 10

11 Complete calculations for structural design, including anchor bolt 12 details, shall be prepared by a Professional Engineer, licensed 13 under Title 18 RCW, State of Washington, in the branch of Civil 14 or Structural Engineering or by an individual holding valid 15 registration in another state as a civil or structural Engineer. 16

17 All shop drawings and the cover page of all calculation 18 submittals shall carry the Professional Engineer's original 19 signature, date of signature, original seal, registration number, 20 and date of expiration. The cover page shall include the 21 contract number, contract title, and sequential index to 22 calculation page numbers. Two copies of the associated design 23 calculations shall be submitted for approval along with shop 24 drawings. 25 26 Details for handholes and luminaire arm connections are 27 available from the Bridges and Structures Office. 28 29

Foundations for various types of standards shall be as follows: 30 31

Type PPB As noted on Standard Plan J-20.10 32 Type PS As noted on Standard Plan J-21.10 33 Type I As noted on Standard Plan J-21.10 34 Type FB As noted on Standard Plan J-21.10 35 Type RM As noted on Standard Plan J-21.10 36 Type CCTV As noted on Standard Plan J-29.15 37 Type II As noted in the Plans. 38 Type III As noted in the Plans. 39 Type IV As noted in the Plans and Standard Plan J-27.10 40 Type V As noted in the Plans and Standard Plan J-27.10 41 Type SD As noted in the Plans. 42

43 8-20.2(9-29.13).GR8 44

Control Cabinet Assemblies 45 Section 9-29.13 is supplemented with the following: 46

47

Page 485: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 485

8-20.2(9-29.13).OPT1.GR8 1 (January 2, 2018) 2 Uninterruptible Power Supply (UPS) 3 Each UPS System shall provide battery backup power to the cabinet to which it is 4 connected in the event of loss or failure of normal utility power. Each UPS system 5 shall be constructed for full on line configuration (line interactive type), providing 6 automatic voltage regulation and power conditioning when operating on normal 7 utility power. The transfer between utility power and battery power shall not 8 interfere with the normal operation of the connected downstream cabinet. 9 10 Each UPS System shall be capable of supplying a minimum 1000W load at 120 11 VAC for a minimum number of hours depending on the number of batteries 12 specified: 13 14

• Four batteries: Minimum 4 hours run time. 15 16 • Eight batteries: Minimum 8 hours run time. 17

18 Each UPS System shall be composed of the following equipment: 19 20

UPS Cabinet Construction 21 Each UPS Cabinet shall be constructed as follows. The equipment shall be 22 installed within the cabinet as shown in the Plans. 23 24

1. The cabinet shall be designated Type 331, consisting of Housing 1B 25 and Mounting Cage 1 as described in the CalTrans TEES. The 26 housing shall use 0.125 inch minimum thickness 5052 H32 ASTM 27 B209 alloy aluminum, with bare mill finish. The exterior shall not be 28 anodized or painted. 29

30 2. Each cabinet door shall be provided with: 31 32

a. A three point latch system. Locks shall be spring loaded 33 construction locks capable of accepting a Best 6 pin core. A 6 34 pin construction core of the type (blue, green, or red) specified 35 in the contract shall be installed in each core lock. One core 36 removal key and two standard keys shall be included with each 37 cabinet and delivered to the Engineer. 38

39 b. A one piece, closed cell, neoprene gasket. 40 41 c. A two position doorstop assembly. The doorstops shall hold the 42

door open at both 90 degrees and 180 +/- 10 degrees. 43 44 3. Cabinet lighting shall be provided by two LED light strips. Each LED 45

light strip shall be approximately 12 inches long, have a minimum 46 output of 320 lumens, and have a color temperature of 4000K (cool 47 white) plus or minus 400K. Lighting shall not interfere with the proper 48 operation of any other ceiling or shelf mounted equipment. All 49 lighting fixtures shall energize whenever any door is opened. Each 50 door switch shall be labeled “Light”. Both light strips shall be ceiling 51

Page 486: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 486

mounted - rack mounted lights are not allowed. One light strip shall 1 be installed over the front face of the rack and the second shall be 2 installed over the rear face of the rack. Each light strip shall be 3 oriented parallel to the door face, and placed such that the 4 associated face of the rack and the rack mounted equipment is 5 illuminated. 6

7 4. Cabinet ventilation shall be as described in the TEES for a Type 8

332L cabinet. The door vent filter shall be a 12 inch by 16 inch by 1 9 inch thick (nominal) disposable paper filter. 10

11 5. A UPS Service Panel, installed on the left side of the cabinet as 12

viewed from the front. This service panel shall include the following, 13 positioned as shown in the Plans: 14

15 a. Two three-position terminal blocks. Each terminal block shall be 16

labeled “Power IN” or “Power OUT” as appropriate. 17 18 b. Two 120V 1P-15A circuit breakers, one each for the cabinet 19

lighting and the cabinet ventilation (fan and thermostat). 20 21 c. A Tesco TES-10B (or equivalent) Surge Suppressor. 22 23 d. A HESCORLS LF60X (or equivalent) Line Filter. 24 25 e. A neutral (AC-) bus bar, with minimum 10 connections. 26 27 f. A ground bus bar, with minimum 10 connections. 28

29 6. Three battery shelves, each 0.5U (Rack Unit) in height. Each shelf 30

shall be vented and capable of supporting three AlphaCell 240XTV 31 batteries without visibly flexing. Each shelf shall span the full width 32 and depth of the rack, and be secured to all of the rack verticals. 33

34 7. One drawer shelf, 1U in height. 35 36 8. A Generator Transfer Switch (GTS) and enclosure, meeting the 37

requirements of Section 9-29.13(8). The GTS shall be installed in 38 place of the Police Panel Switch enclosure as shown on a Type 39 332L cabinet. The lock shall have an aluminum rain shield cover 40 riveted to the cabinet housing. 41

42 UPS System Components 43 The following UPS System Equipment shall be provided and installed within 44 the cabinet as shown in the Plans. All equipment shall be from Alpha 45 Technologies unless otherwise noted. 46

47 1. One UPS Controller, model FXM 2000 w/SNMP module operating at 48

120 VAC, Part Number (P/N) 017-232-31. The UPS Controller shall 49 include the 19” EIA rack mount kit, P/N 740-697-21, and support 50 shelf, P/N 3610030085. 51

Page 487: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 487

1 2. One Universal Automatic Transfer Switch (UATS) Accessory Shelf 2

Assembly (P/N 020-168-25), consisting of a Surge Arrestor 3 Assembly (P/N 740-755-21), UATS (P/N 020-165-21), and 120V 4 Single Duplex Plate (P/N 740-748-23). 5

6 3. Four or eight AlphaCell 240XTV Batteries, as required by the 7

Contract. Where four batteries are required, they shall be installed 8 with two each on the middle and lower battery shelves. Where eight 9 batteries are required, the upper and middle battery shelves shall 10 hold three batteries each, with the remaining two installed on the 11 lower battery shelf. Batteries shall be labeled with their string ID and 12 number in the string. The first four batteries shall be labeled A1 13 through A4, and the second four batteries (when required) shall be 14 labeled B1 through B4. 15

16 4. Remote Battery Monitoring System Plus. Use P/N 03760260-002 for 17

cabinets requiring four batteries. Use P/N 03760260-003 for cabinets 18 requiring eight batteries. 19

20 5. 48V Battery Cable Kit, 10ft in length with 1/4-20 termination(s), P/N 21

740-628-27. Where eight batteries are required, a second battery 22 cable kit and a Y-Connector (P/N 870-601-21) shall also be included. 23

24 6. Battery Heater Mats, one per shelf with batteries installed, sized for 25

the number of batteries present on that shelf. Each mat shall run on 26 120VAC and be plugged into the duplex receptacle on the Accessory 27 Shelf Assembly. 28

29 Three sets of cabinet drawings and maintenance and operations manuals 30 shall be provided. Two sets shall be hard copies in paper format and placed in 31 the cabinet drawer shelf. The third shall be electronic in PDF format and 32 provided on a portable USB flash drive (stick) and placed in the cabinet 33 drawer shelf. 34 35 Contact information for Alpha Technologies: 36 37

Alpha Technologies, Inc. 38 3767 Alpha Way 39 Bellingham, WA 98226 40 Phone: (360) 647-2360 41 E-mail: [email protected] 42 Website: www.alpha.ca 43

44 8-20.2(9-29.19).GR8 45

Pedestrian Push Buttons 46 Section 9-29.19 is supplemented with the following: 47

48

Page 488: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 488

8-20.2(9-29.19).OPT1.FR8 1 (August 6, 2018) 2 Accessible Pedestrian Signal (APS) Pushbuttons 3 When required in the Contract, APS Pushbuttons shall be provided. Each 4 accessible pedestrian signal (APS) shall be a complete APS pushbutton system at 5 each pedestrian pushbutton location shown in the Plans. Equipment shall be one 6 of the following systems: 7 8

1. Campbell Company: Advisor Guide Accessible Pedestrian Station 9 (AGPS); Part Number: AGPS 915 10

11 2. Novax / Pelco Products: IntelliCross Intelligent Pedestrian System APS; 12

Part Number: SE-2901-P30 9x15 13 14 3. Polara Engineering: EZ Communicator Navigator 4-Wire (EN4); Part 15

Number: EN43TN1-G 16 17 Only one brand of equipment shall be used for the entire Contract. 18 19 Each pushbutton station shall include the following: 20 21

1. Flat dark green colored housing. 22 23 2. High contrast pushbutton arrow (dark on a light background or light on a 24

dark background). White on silver or silver on white are not acceptable 25 as high contrast. 26

27 3. Integral 9” x 15” R10-3e Sign. Braille shall not be included. Adaptor 28

plates shall be included if required to accommodate the sign. 29 30 4. Appropriate interface unit for installation in associated pedestrian display: 31 32

a. Campbell: Signal Power Interface (SPI) Unit 33 34 b. Novax/Pelco: Power Interface Module (PIM) 35 36 c. Polara: Ped Head Control Unit For 4 Wire Navigator (PHCU4W) 37

Module 38 39

5. Percussive tone / rapid tick walk indication. 40 41 6. Voice messages, as specified below, pre-installed. Voice shall be male. 42 43 7. Interconnect cable for installation between pushbutton station and 44

pedestrian display interface unit. Unless otherwise specified in the 45 Contract, cable shall be provided by the pushbutton manufacturer. Cable 46 may be standard four conductor cable meeting the requirements of 47 Standard Specification 9-29.3(2)B if it meets the pushbutton 48 manufacturers requirements. 49

50 The following shall be provided at each intersection: 51

Page 489: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 489

1 1. One USB flash drive with copies of all voice message audio files for that 2

intersection, placed in the traffic signal cabinet drawer or drawing 3 envelope. A separate flash drive is required for each intersection. 4

5 2. One USB cable of the appropriate type (A to A, A to B, male/female, etc.), 6

placed in the traffic signal cabinet drawer or drawing envelope. 7 8 Any other equipment or software required by the manufacturer for setup, 9 operation, and maintenance of the pushbutton stations shall be provided. For 10 Polara systems only, *** $$1$$ *** provide one EConfigurator for the entire 11 Contract. 12 13 Dual button adaptor brackets are required for all installations with two APS 14 pushbuttons on the same Type PPB, Type PS, or Type I Signal Standard. Where 15 dual button adaptor brackets or extension brackets are required, they shall be 16 obtained from the same manufacturer as the pushbutton station. Brackets and 17 extensions from other manufacturers shall not be used. 18 19 APS Speech Messages 20 Speech messages shall be provided in the following format: 21 22

• “Wait.” 23 • “Wait to cross ___ _(A)_____ at _____(B)_____.” 24 • “Walk sign is on to cross ___ _(A)_____.” 25

26 The following table lists the entries for (A) and (B) above, as well as quantities for 27 button and arrow orientations: 28 29

*** $$2$$ *** 30 31 Order forms shall be completed by the Contractor using the information presented 32 above. 33

34 8-20.2(1).GR8 35

Equipment List And Drawings 36 37 8-20.2(1).INST1.GR8 38

Section 8-20.2(1) is supplemented with the following: 39 40 8-20.2(1).OPT1.GR8 41

(March 13, 1995) 42 Pole base to light source distances (H1) for lighting standards with pre-approved 43 plans shall be as noted in the Plans. 44 45 Pole base to light source distances (H1) for lighting standards without pre-46 approved plans will be furnished by the Engineer as part of the final approved 47 shop drawings, prior to fabrication. 48

49 8-20.2(1).OPT2.GR8 50

(March 13, 1995) 51

Page 490: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 490

Pole base to light source distances (H1) for lighting standards with pre-approved 1 plans will be determined or verified by the Engineer at the request of the 2 Contractor prior to fabrication. 3 4 Pole base to light source distances (H1) for lighting standards without pre-5 approved plans and for combination traffic signal and lighting standards will be 6 furnished by the Engineer as part of the final approved shop drawings prior to 7 fabrication. 8

9 8-20.2(1).OPT3.GR8 10

(March 13, 1995) 11 If traffic signal standards, strain pole standards, or combination traffic signal and 12 lighting standards are required, final verified dimensions including pole base to 13 signal mast arm connection point, pole base to light source distances (H1), mast 14 arm length, offset distances to mast arm mounted appurtenances, and orientations 15 of pole mounted appurtenances will be furnished by the Engineer as part of the 16 final approved shop drawings prior to fabrication. 17

18 8-20.3.GR8 19

Construction Requirements 20 21 8-20.3(4).GR8 22

Foundations 23 24 8-20.3(4).INST1.GR8 25

Section 8-20.3(4) is supplemented with the following: 26 27 8-20.3(4).OPT1.FB8 28

(August 7, 2017) 29 Shafts For Signal Standard Foundations 30 Shaft foundations for the traffic signal standards at the following location(s) shall 31 be constructed in accordance with the following requirements: 32 33

*** $$1$$ *** 34 35 Shaft foundations for traffic signal standards shall be constructed in accordance 36 with Section 6-19.3, except as follows: 37

38 Quality Assurance 39 The tolerance for placing the center at the top of shaft under Section 6-40 19.3(1)A is revised for traffic signal standard foundation shafts to be within 4-41 inches of the Plan location. 42 43 Non-destructive testing of shafts under Sections 6-19.3(1)B and 6-19.3(9) and 44 associated Work under Section 6-19.3(6) does not apply. 45 46 Shaft Excavation 47 Permanent casing advanced during excavation operations is required full 48 depth for all traffic signal standard shaft foundation locations specified at the 49 beginning of this Special Provision. Excavation in advance of the casing tip 50 shall not exceed three feet. In no case shall shaft excavation and casing 51

Page 491: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 491

placement extend below the bottom of shaft excavation as shown in the 1 Plans. 2 3 When efforts to advance past the obstruction to the design shaft tip elevation 4 result in the rate of advance of the shaft drilling equipment being significantly 5 reduced relative to the rate of advance for the portion of the shaft excavation 6 in the geological unit that contains the obstruction, then the Contractor shall 7 remove, break-up, or push aside, the obstruction under the provisions of 8 Section 8-20.5 as supplemented in these Special Provisions. 9 10 Placing Concrete 11 Traffic signal standard foundation shaft concrete shall be Class 4000P. 12 13 Casing Removal 14 Tops of permanent casing for the shafts shall be removed to at least 6-inches 15 beneath the finish groundline, unless otherwise specified by the Engineer. 16 17

18 8-20.3(8).GR8 19

Wiring 20 21 8-20.3(8).INST1.GR8 22

Section 8-20.3(8) is supplemented with the following: 23 24 8-20.3(8).OPT1.GR8 25

(March 13, 1995) 26 Field Wiring Chart 27 501 AC+ Input 516-520 Railroad Pre-empt 28 502 AC- Input 5A1-5D5 Emergency Pre-empt 29 503-510 Control-Display 541-580 Coordination 30 511-515 Sign Lights 581-599 Spare 31 32 Movement Number 1 2 3 4 5 6 7 8 9 33 34 Vehicle Head 35

Red 611 621 631 641 651 661 671 681 691 36 Yellow 612 622 632 642 652 662 672 682 692 37 Green 613 623 633 643 653 663 673 683 693 38 Spare 614 624 634 644 654 664 674 684 694 39 Spare 615 625 635 645 655 665 675 685 695 40 AC- 616 626 636 646 656 666 676 686 696 41 Red Auxiliary 617 627 637 647 657 667 677 687 697 42 Yellow Auxiliary 618 628 638 648 658 668 678 688 698 43 Green Auxiliary 619 629 639 649 659 669 679 689 699 44

Pedestrian Heads & Dets. 45 Hand 711 721 731 741 751 761 771 781 791 46 Man 712 722 732 742 752 762 772 782 792 47 AC- 713 723 733 743 753 763 773 783 793 48 Detection 714 724 734 744 754 764 774 784 794 49 Common-Detection 715 725 735 745 755 765 775 785 795 50 Spare 716 726 736 746 756 766 776 786 796 51

Page 492: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 492

Spare 717 727 737 747 757 767 777 787 797 1 Spare 718 728 738 748 758 768 778 788 798 2 Spare 719 729 739 749 759 769 779 789 799 3

Detection 4 AC+ 811 821 831 841 851 861 871 881 891 5 AC- 812 822 832 842 852 862 872 882 892 6 Common-Detection 813 823 833 843 853 863 873 883 893 7 Detection A 814 824 834 844 854 864 874 884 894 8 Detection B 815 825 835 845 855 865 875 885 895 9 Loop 1 Out 816 826 836 846 856 866 876 886 896 10 Loop 1 In 817 827 837 847 857 867 877 887 897 11 Loop 2 Out 818 828 838 848 858 868 878 888 898 12 Loop 2 In 819 829 839 849 859 869 879 889 899 13

Supplemental Detection 14 Loop 3 Out 911 921 931 941 951 961 971 981 991 15 Loop 3 In 912 922 932 942 952 962 972 982 992 16 Loop 4 Out 913 923 933 943 953 963 973 983 993 17 Loop 4 In 914 924 934 944 954 964 974 984 994 18 Loop 5 Out 915 925 935 945 955 965 975 985 995 19 Loop 5 In 916 926 936 946 956 966 976 986 996 20 Loop 6 Out 917 927 937 947 957 967 977 987 997 21 Loop 6 In 918 928 938 948 958 968 978 988 998 22 Spare 919 929 939 949 959 969 979 989 999 23

24 8-20.3(14).GR8 25

Signal Systems 26 27 8-20.3(14).INST1.GR8 28

Section 8-20.3(14) is supplemented with the following: 29 30 8-20.3(14).OPT1.GR8 31

(January 2, 2018) 32 Uninterruptible Power Supply (UPS) 33 UPS Systems shall be tested before and after field installation. 34 35 Contractor Quality Control Testing 36 Prior to delivery of the UPS system to the Washington State Department of 37 Transportation Materials Laboratory (State Materials Laboratory), all components 38 and equipment, including the batteries shall be fully installed in the cabinet and the 39 UPS system operations shall be successfully tested by the Contractor’s 40 representative. A testing certification (letter or similar) shall be provided with the 41 cabinet. 42 43 After the UPS system has been successfully tested, the batteries shall be removed 44 from the cabinet and the cabinet and batteries shall be delivered, independently, to 45 the State Materials Laboratory, located in Tumwater, Washington, for pre-46 installation testing. 47 48

Page 493: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 493

UPS System Laboratory Testing 1 The UPS system testing shall simulate the operations as installed in the field. The 2 tests shall check the operation of each individual component as well as the overall 3 operation of the system. 4 5 The State Materials Laboratory testing of the UPS system will consist of the 6 following four separate stages: 7 8

1. Delivery and Assembly 9 10 2. Documentation 11 12 3. Demonstration 13 14 4. Performance Test 15 16

Testing will follow in the listed order with no time gaps between stages unless 17 mutually agreed upon by the Contractor and State Materials Laboratory. 18 19 The Contractor shall designate a qualified representative for these tests. All 20 communications and actions regarding testing of all equipment submitted to the 21 State Materials Laboratory shall be made through this representative. These 22 communications and actions shall include, but not be limited to, all notifications of 23 failure or rejection, demonstration of the equipment, and the return of rejected 24 equipment. 25 26

Stage 1: Delivery and Assembly 27 The Contractor shall provide all Work necessary to assemble the UPS system 28 and make ready for demonstration at the State Materials Laboratory. Upon 29 delivery, the batteries shall be reinstalled in the cabinet and the UPS system 30 shall be made fully operational. All components for the complete UPS 31 system, including the necessary test equipment, shall be ready for testing 32 within 14 calendar days of delivery to the State Materials Laboratory. 33 34 Stage 2: Documentation 35 All documentation shall be furnished with the UPS system equipment prior to 36 the start of testing. The documents to be supplied shall consist of the 37 following: 38 39

1. Serial numbers when applicable. 40 41 2. Wiring diagrams for all equipment in the required quantities and 42

formats. 43 44 3. Complete operations and maintenance manuals in the required 45

quantities and formats. 46 47 4. A description of the functions and the capabilities of individual 48

components and of the overall UPS system. 49 50

Page 494: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 494

Stage 3: Demonstration 1 The Contractor shall provide the following: 2 3

1. A presentation on how to operate the system. 4 5 2. A complete and thorough demonstration to show that all components 6

of the UPS system are in good condition and operating properly. 7 8

The demonstration shall be performed by the Contractor’s representative in 9 the presence of State Materials Laboratory personnel. 10 11 Stage 4: Performance Test 12 The performance test will be conducted by State Personnel to determine if the 13 UPS system performs correctly. The performance test shall include the 14 testing of the following specifications: 15 16

1. Battery Discharge Rate 17 18 2. Battery Recharge Rate 19 20 3. Power Transfer Rate 21 22 4. Operational Duration 23 24

Test results for items 1-3 shall be within the manufacturers recommended 25 values in order for the tests to be considered successful. For item 4, the test 26 is considered successful if the system maintains the test load for the required 27 minimum duration for the battery configuration. 28 29 Equipment Failure or Rejection 30 All component or system failures shall be documented. This documentation 31 shall provide the following information: 32 33

1. A detailed description of the failure. 34 35 2. The steps undertaken to correct the failure. 36 37 3. A list of parts that were replaced, if any. 38 39

All failed or rejected equipment shall be removed from the Materials 40 Laboratory within three calendar days following notification; otherwise, the 41 failed or rejected equipment will be returned, freight collect, to the Contractor. 42 43 Following final approval by the State Materials Laboratory, all equipment shall 44 be removed from the State Materials Laboratory by the Contractor and 45 delivered to the appropriate site(s) as designated elsewhere in this Contract. 46 47

UPS System Field Testing 48 After installation, the Contractor shall field test the UPS system to ensure the 49 system operates in accordance with Plans, Specifications and manufacturer’s 50 instructions. The test shall ensure that that all components are operational within 51

Page 495: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 495

manufacturer’s tolerances. The Contractor shall provide a testing procedure to the 1 Engineer for approval. The testing procedure shall provide for operational testing 2 of the following: 3 4

1. UPS Power Module 5 6 2. Surge Suppressor 7 8 3. Automatic Transfer Switch 9 10 4. Generator Power Transfer Switch 11 12

The field test shall demonstrate the loss of utility power and the switch over to 13 battery power without interference with the normal operation of the connected 14 downstream cabinet. For traffic signal systems, this this includes the traffic signal 15 controller including conflict monitor and any other peripheral devices within the 16 traffic controller assembly. 17

18 19

20 8-20.3(14)A.GR8 21

Signal Controllers 22 23 8-20.3(14)A.INST1.GR8 24

Section 8-20.3(14)A is supplemented with the following: 25 26 8-20.3(14)A.OPT1.GR8 27

(August 2, 2010) 28 Testing 29 All signal control equipment shall be tested at the Washington State 30 Department of Transportation Materials Laboratory located in Tumwater, 31 Washington, prior to final delivery. The tests shall check the operation of 32 each individual component as well as the overall operation of the system. 33 34 The Contractor shall designate a qualified representative for these tests. 35 Notification of this representative shall be submitted for approval, in writing, to 36 the State Materials Laboratory, 14 calendar days prior to any equipment 37 deliveries. The Engineer shall also receive a copy of this notification, which 38 includes the representative's name, address, and telephone number. All 39 communications and actions regarding testing of all equipment submitted to 40 the State Materials Laboratory shall be made through this representative. 41 These communications and actions shall include, but not be limited to, the 42 following: 43

44 All notifications of failure or rejection, demonstration of the equipment, 45 and the return of rejected equipment. 46

47 The State Materials Laboratory testing process will consist of the following 48 four separate stages: 49

50 a. Delivery and Assembly 51

Page 496: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 496

b. Demonstration and Documentation 1 c. Performance Test 2 d. Operational Test 3

4 Testing will follow in the correct order with no time gaps between stages 5 unless mutually agreed upon by the Contractor and State Materials 6 Laboratory. 7

8 Stage 1 Delivery Assembly 9 All components for the complete traffic control systems, including the 10 necessary test equipment, shall be assembled and ready for 11 demonstration within ten working days of delivery to the Materials 12 Laboratory. The systems shall simulate the operations as installed in the 13 field. 14

15 Equipment and prerequisites necessary to complete this stage shall 16 include: 17

18 a. Detection Simulator: 19

The detection simulator shall provide at least one detector per 20 phase and variable traffic volumes. One simulator shall be 21 required for every two controllers tested. 22

23 b. Communications Network: 24

Locations, specified for coordinating communications equipment 25 and cable, shall be completely wired to provide an operational 26 communications system between all local and master 27 controllers. 28

29 The Contractor shall provide labor, equipment, and materials necessary 30 to assemble all control equipment complete and ready for demonstration. 31 Materials and equipment used for this stage that are not required for field 32 installation shall remain the property of the Contractor. Failure to 33 complete this stage within ten working days will result in rejection of the 34 entire system. 35

36 Stage 2 Demonstration and Documentation 37 This stage shall be completed within seven working days following the 38 completion of Stage 1. Failure to do so shall result in rejection of the 39 entire shipment. 40 41 All documentation shall be furnished with the control equipment prior to 42 the start of testing. If corrections to any document are deemed necessary 43 by the State, the Contractor shall submit this updated version prior to the 44 final approval by the State Materials Laboratory. The documents to be 45 supplied shall consist of or provide the following: 46

47 a. A Complete accounting of all the control and test equipment 48

required. 49 50 b. A complete set of documents which shall include: 51

Page 497: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 497

1 1. Serial numbers when applicable. 2 3 2. Written certification that equipment of the same make 4

and model has been tested according to NEMA 5 Environmental Standards and Test Procedures, and 6 has met or exceeded these standards. The certificate 7 shall include equipment model number and where, 8 when, and by whom the tests were conducted. This 9 certificate shall accompany each shipment of 10 controllers. 11

12 3. Reproducible mylar wiring diagrams and two blue-tone 13

prints for each controller and cabinet supplied. The 14 sheet size shall be 24 inches by 36 inches. 15

16 4. Wiring diagrams for all auxiliary equipment furnished. 17

One set per cabinet. 18 19 5. Complete operations and maintenance manuals 20

including complete and correct software listing and flow 21 charts. One set of operations and maintenance 22 manuals per cabinet; at least four but no more than 23 ten. Five sets of software listings and flow charts. 24

25 6. Complete operations and maintenance manuals for all 26

auxiliary equipment. One set per cabinet. 27 28

c. A description of the functions and the capabilities of individual 29 components and of the overall control system. 30

31 d. A presentation on how to operate the system. 32 33 e. A complete and thorough demonstration to show that all 34

components of the control system are in good condition and 35 operating properly, and proof that the controller and cabinet are 36 functioning correctly. 37

38 f. Detailed instructions for installing and operating the controller(s), 39

including explanations on the use of all features of the 40 controller(s). 41

42 g. The operational and maintenance manuals for each traffic signal 43

controller supplied including as a minimum, but not to be limited 44 to the following: 45 46

1. Detailed instructions for maintaining all hardware 47 components, controller, and auxiliary equipment. 48

49 2. A complete parts list detailing all manufacturer's 50

identification codes. 51

Page 498: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 498

1 3. Detailed wiring diagrams and schematics indicating 2

voltage levels and pictorial description, part name, and 3 location for all hardware components, controller, and 4 auxiliary equipment. 5

6 The demonstration shall include the following: 7

8 a. Phasing per plans and all phase timing. 9 10 b. Detection including any special detector functions. 11 12 c. Conflict Monitor and Load Switches. 13 14 d. Special Coordination including communication equipment. 15

16 This demonstration shall be performed by the Contractor in the presence 17 of State Materials personnel. The Contractor shall supply any item not 18 accounted for within five working days of the accounting. Controllers and 19 cabinets that remain incomplete five working days after notification shall 20 be rejected and returned freight collect to the Contractor. 21

22 Stage 3 Unit Performance Test 23 A minimum of ten working days shall be allowed for one or two cabinet 24 assemblies and five working days for each additional assembly. 25 26 The unit performance test will be conducted by State Personnel to 27 determine if each and every controller cabinet assembly complies with 28 NEMA Environmental Standards as stated in NEMA publication No. TS 1-29 1976, Part 2. 30 31 Any unit submitted, whose failure has been corrected, shall be retested 32 from the beginning of this stage. 33

34 Stage 4 Operational Test 35 All control and auxiliary equipment shall operate without failure for a 36 minimum of ten consecutive days. If an isolated controller is specified, it 37 shall operate as an isolated controller. If a coordinated system is 38 specified, it shall operate as a total coordinated system with the master 39 and all local controllers operating in all coordinated modes. 40 41 If any failure occurs during this stage, all equipment for this stage shall be 42 restarted following completion of repairs. 43

44 Equipment Failure Or Rejection 45 Equipment failures shall be defined as set forth in NEMA Publication No. 46 TS 1-1976. Failure of load switches, detector amplifiers, and conflict 47 monitors shall not result in rejection of the controller or cabinet. However, 48 the Contractor shall stock, as replacements, approximately 30 percent 49 more than the total for these three items. All excess material shall remain 50 the property of the Contractor following completion of all tests. 51

Page 499: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 499

1 If a failure occurs during Stages 3 or 4, repairs shall be made and 2 completed within ten working days following notification of the 3 malfunction. The Contractor shall have the option of making onsite 4 repairs or repair them at a site selected by the Contractor. Failure to 5 complete repairs within the allotted time shall result in rejection of the 6 controller or cabinet assembly under test. 7 8 A total of two failures will be allowed from the start of Stage 3 to the end 9 of Stage 4. If three failures occur during this time period, the equipment 10 will be rejected. New equipment of different serial numbers submitted as 11 replacement shall be received by the Materials Laboratory for testing 12 under Stage 3 within ten working days following notification of rejection. 13 Failure to meet this requirement within the allotted time will result in 14 rejection of the entire system. Software errors will be considered as 15 failures and, if not corrected within ten working days, the entire system 16 will be subject to rejection. Following rejection of any equipment, the 17 Contractor shall be responsible for all costs incurred. This shall include 18 but not be limited to all shipping costs. 19

20 When the traffic control program is supplied by the State, the Contractor 21 shall prove that any failures are, in fact, caused by that program and not 22 the hardware. 23 24 All component or system failures, except load switches and detector 25 amplifiers, shall be documented. This documentation shall be submitted 26 prior to commencing the test or stage in which the failure was found and 27 shall provide the following information: 28

29 a. A detailed description of the failure. 30 b. The steps undertaken to correct the failure. 31 c. A list of parts that were replaced, if any. 32

33 Upon completion of the tests, the equipment will be visually inspected. If 34 material changes are observed which adversely affect the life of the 35 equipment, the cause and conditions shall be noted. The Contractor will 36 immediately be given notice to correct these conditions. If not repaired 37 within ten working days of notification, the equipment will be subject to 38 rejection. A final accounting shall be made of all equipment prior to 39 approval. 40 41 All failed or rejected equipment shall be removed from the Materials 42 Laboratory within three working days following notification; otherwise, the 43 failed or rejected equipment will be returned, freight collect, to the 44 Contractor. 45 46 Following final approval by the State Materials Laboratory, all equipment 47 shall be removed from the State Materials Laboratory and delivered to 48 sites as designated elsewhere in this contract. 49

50

Page 500: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 500

Guarantees 1 Guarantees and warranties shall be in accordance with Section 1-05.10. 2

3 8-20.5.GR8 4

Payment 5 6 8-20.5.INST1.GR8 7 Section 8-20.5 is supplemented with the following: 8 9 8-20.5.OPT1.GB8 10

(April 6, 2015) 11 “Removing Traffic Signal Shaft Obstructions”, estimated. 12 Payment for removing obstructions, as defined in Section 8-20.3(4) as supplemented in 13 these Special Provisions, will be made for the changes in shaft construction methods 14 necessary to remove the obstruction. The Contractor and the Engineer shall evaluate 15 the effort made and reach agreement on the equipment and employees utilized, and 16 the number of hours involved for each. Once these cost items and their duration have 17 been agreed upon, the payment amount will be determined using the rate and markup 18 methods specified in Section 1-09.6. For the purpose of providing a common proposal 19 for all bidders, the Contracting Agency has entered an amount for the item "Removing 20 Traffic Signal Shaft Obstructions" in the bid proposal to become a part of the total bid 21 by the Contractor. 22 23 If the shaft construction equipment is idled as a result of the obstruction removal work 24 and cannot be reasonably reassigned within the project, then standby payment for the 25 idled equipment will be added to the payment calculations. If labor is idled as a result 26 of the obstruction removal work and cannot be reasonably reassigned within the 27 project, then all labor costs resulting from Contractor labor agreements and established 28 Contractor policies will be added to the payment calculations. 29 30 The Contractor shall perform the amount of obstruction work estimated by the 31 Contracting Agency within the original time of the contract. The Engineer will consider 32 a time adjustment and additional compensation for costs related to the extended 33 duration of the shaft construction operations, provided: 34 35

1. the dollar amount estimated by the Contracting Agency has been exceeded, 36 and 37

38 2. the Contractor shows that the obstruction removal work represents a delay to 39

the completion of the project based on the current progress schedule provided 40 in accordance with Section 1-08.3. 41

42 8-21.GR8 43

Permanent Signing 44 45 8-21.2.GR8 46

Materials 47 48

Page 501: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 501

8-21.2(9-06.16).GR8 1 Roadside Sign Structures 2 Section 9-06.16 is supplemented with the following: 3

4 8-21.2(9-06.16).OPT1.GR8 5

(January 3, 2011) 6 Perforated Steel Square Sign Post System 7 Where noted in the Plans, steel sign post systems shall be square, pre-punched 8 galvanized steel tubing, that are NCHRP 350 Test Level 3 Certified and FHWA 9 approved. The steel sign post system shall include all anchor sleeves, and other 10 hardware required for a complete sign installation. 11

12 System Acceptance 13 Systems listed in the current QPL will be accepted per the QPL approval code. 14 Systems not listed in the QPL will be accepted based on a Supplier’s Certificate of 15 Compliance. The Supplier’s Certificate of Compliance will be a contract specific 16 letter from the supplier stating the system is NCHRP 350 Test Level 3 compliant. 17

18 8-21.2(9-28.11).GR8 19

Hardware 20 Section 9-28.11 is supplemented with the following: 21

22 8-21.2(9-28.11).OPT1.GB8 23

(August 3, 2015) 24 Locknuts shown in the Plans specifying a locknut or locknut with nylon insert shall 25 conform to one of the following: 26 27

1. ANCO Pin Locknut, with stainless steel locking pin, as manufactured by 28 Lok-Mor, Inc. 29

30 2. Tri-lock Locknut, as manufactured by Lok-Mor, Inc. 31 32 3. Grade DH or 2H hex or heavy hex nuts conforming to one of the ASTM 33

material specifications in the Locknut category of the Hardware table of 34 this Section may be modified by installing a nylon insert washer. A 35 minimum of 60-percent of the original number of threads shall meet the 36 requirements of the applicable ASTM material specification after insertion 37 of the nylon insert washer. 38

39 4. Hex or heavy hex nuts conforming to one of the ASTM material 40

specifications in the Locknut category of the Hardware table of this 41 Section may be modified by adding one of the following products to a 42 minimum of one-half of the internal threads of the nut and the entire 43 exterior top surface of the nut: 44

45 a. Nylok Blue Torq-Patch Locknut. 46 47 b. Nylok Precote 30. 48 49 c. ND Patch 360 Ring Patch. 50 51

Page 502: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 502

The nuts with any of the three listed products are permitted for a single 1 use only and shall have a maximum of two nut widths of thread extending 2 beyond the nut after installation. 3

4 The alternatives to locknuts specified in Standard Plans G-90.20, G-90.30, and J-5 75.41 are deleted and replaced with the four options specified above. 6

7 8-21.2(9-28.14).GR8 8

Sign Support Structures 9 Section 9-28.14 is supplemented with the following: 10

11 8-21.2(9-28.14).OPT1.GB8 12

(August 7, 2017) 13 Sign Structure Foundation Shaft Casing And Slurry 14 Temporary casing shall conform to Section 9-36.1(2), except corrugated metal is 15 not an acceptable alternative for sign structure shafts. 16 17 Slurry for shaft foundations shall be either synthetic slurry or water slurry, 18 conforming to the following requirements: 19 20

Synthetic Slurries 21 Synthetic slurries shall be used in conformance with the manufacturer's 22 recommendations, the quality control plan specified in Section 6-19.3(2)B item 23 4, and the sand content requirements of Section 9-36.2(2). 24 25 Water Slurry 26 Water slurry shall conform to Section 9-36.2(3). 27

28 8-21.2(9-28.14).OPT6.GR8 29

(January 3, 2011) 30 Manufacturers for Steel Roadside Sign Supports 31 The Standard Plans lists several steel sign support types. These supports are 32 patented devices and many are sole-source. All of the sign support types listed 33 below are acceptable when shown in the Plans. 34

35 Steel Sign Support Type Manufacturer 36 Type TP-A & TP-B Transpo Industries, Inc. 37 38 Type PL, PL-T & PL-U Northwest Pipe Co. 39 40 Type AS Transpo Industries, Inc. 41 42 Type AP Transpo Industries, Inc. 43 44 Type ST 1, ST 2, ST 3, & ST 4 Ultimate Highway Products, 45 Allied Tube & Conduit, Inc., 46 Northwest Pipe, Inc. 47 48 Type SB-1, SB-2, & SB-3 Ultimate Highway Products, Xcessories 49

Squared Development and 50 Manufacturing Incorporated, 51

Page 503: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 503

Northwest Pipe, Inc. 1 2 8-21.2(9-28.14(2)).GR8 3

Steel Structures and Posts 4 Section 9-28.14(2) is supplemented with the following: 5

6 8-21.2(9-28.14(2)).OPT1.GB8 7

(January 2, 2018) 8 Monotube Sign Structures 9 Structural steel, except for cover plates, anchor rod templates and as 10 otherwise shown in the Plans, shall conform to either ASTM A 572 Grade 50, 11 or ASTM A 588. Cover plates shall conform to ASTM A 36. 12 13 Handhole cover screws shall conform to ASTM F 593, Grade 1. 14 15 Sign bracket bolts, nuts, and washers shall conform to Section 9-06.5(1). 16 17 Monotube splice bolts, mounting beam rods, and associated nuts and 18 washers, shall conform to ASTM F 3125 Grade A325, and shall be galvanized 19 after fabrication in accordance with ASTM F 2329. Tension control bolts 20 conforming to ASTM F 3125 Grade F1852 may be used as monotube splice 21 bolts, and if used shall be galvanized after fabrication in accordance with 22 ASTM B 695 Class 55 Type I. 23 24 Anchor rods and associated nuts and washers shall conform to Section 9-25 06.5(4) with supplemental requirement S4 tested at -20°F. Anchor rods shall 26 be galvanized a minimum of 1’-0” at the exposed end in accordance with 27 ASTM F 2329. Nuts and washers shall be galvanized in accordance with 28 ASTM F 2329. 29

30 8-21.2(9-28.14(2)).OPT2.GB8 31

(April 6, 2015) 32 Tubular and pipe steel shall conform to either ASTM A 53 Grade B Type E or 33 S, or ASTM A 500 Grade B. The wall thickness or pipe schedule shall be as 34 shown in the Plans. 35

36 8-21.3.GR8 37

Construction Requirements 38 39 8-21.3(9).GR8 40

Sign Structures 41 42 8-21.3(9)A.GR8 43

Fabrication of Steel Structures 44 45 8-21.3(9)A.INST1.GR8 46

Section 8-21.3(9)A is supplemented with the following: 47 48

Page 504: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 504

8-21.3(9)A.OPT1.GB8 1 (January 2, 2018) 2 Monotube Sign Structures 3

Bolted Connections 4 All bolted connections shall be made using the direct tension indicator 5 method in accordance with Section 6-03.3(33). 6 7 Surfaces of Bolted Connections and Base Plates 8 All bolted connection faying surfaces shall be flat after fabrication as 9 required to provide a solid fit upon assembly in accordance with Section 10 6-03.3(33). The flatness of the faying surfaces shall be flat to within a 11 tolerance of 1/32 inch in 12 inches and a tolerance of 1/16 inch overall. 12 Base plates with leveling nuts shall be flat to within a tolerance of 1/8 inch 13 in 12 inches and a tolerance of 3/16 inch overall. 14 15 In order to achieve the flatness requirements, the Contractor may need to 16 mill or machine the plates. The Contractor shall adjust plate thicknesses 17 as required to provide the plate thickness specified in the Plans after 18 milling or machining operations. 19 20 At bolted connections, both faying surfaces shall be at right angles to the 21 bolt axis, parallel to each other, and shall be in full contact in the 22 assembled condition. Full contact is defined as 90-percent of the outside 23 and inside perimeters of the splice plates being visually in contact. The 24 outside surface shall be inspected just inside the shell of the monotube 25 and the inside shall be inspected at the handhole. Splices shall be 26 fabricated such that the required camber remains continuous and smooth 27 across the field splice. 28 29 Shop Assembly 30 Prior to galvanizing, the Contractor shall shop assemble the completed 31 structure lying on its side in an undeflected position to ensure correct 32 alignment, accuracy of holes, fit of joints, smooth camber profile, and the 33 specified amount of camber. The joints shall be bolted with a sufficient 34 number of bolts tightened snug tight to close the joints as they would be 35 in the final field assembled position and as specified in the Surfaces of 36 Bolted Connections and Base Plates subsection of this Special 37 Provision. The Contractor shall not disassemble the sign structure for 38 galvanizing as specified until receiving the Engineer's approval of the 39 shop assembled structure. 40 41 Zinc Coating and Painting 42 All galvanized surfaces exposed to view after erection shall be shop 43 painted or shop powder coated in accordance with Section 6-07.3(11), 44 except when the Plans or Special Provisions require field painting only in 45 accordance with Sections 6-07.3(9)I and 6-07.3(11)A. Contact surfaces of 46 the field bolted connections shall be left as galvanized without any 47 overcoat. 48 49 The color of the finish coat shall match color No. 35237 SAE AMS 50 Standard 595 latest edition when dry. 51

Page 505: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 505

1 All galvanized surfaces specified to be painted or powder coated shall be 2 prepared for coating in accordance with the ASTM D 6386 and Section 6-3 07.3(11). The method of preparation shall be as agreed upon by the paint 4 or powder coating manufacturer and the galvanizer. 5 6 After completing erection, the Contractor shall repair all metal surfaces 7 with damaged paint or powder coatings and exposed metal with a field 8 repair coating in accordance with Section 6-07.3(9)I and Section 6-9 07.3(11)A (for paint) or Section 6-07.3(11)B (for powder coating). The 10 color of the finish coat of the field repair coating, when dry, shall match 11 the color specified above. 12 13 Field Assembling 14 The Contractor shall furnish and install the vibration damper as shown in 15 the Plans. The damper shall be installed before the sign structure is 16 erected. 17 18 Welding Inspector Qualification 19 The fabricator shop will provide a Certified Welding Inspector. The 20 inspector shall be a AWS Certified Welding Inspector (CWI) qualified and 21 certified in accordance with the provisions of AWS QCI Standard for 22 Qualification and Certification. 23 24 Welding Inspection 25 Welds for monotube sign structures shall be inspected using the methods 26 described below. 27 28

1. Visual Inspection in accordance with Section 6-03.3(25)A1. 29 30 2. Magnetic Particle Inspection in accordance with Section 6-31

03.3(25)A4. 32 33

3. Ultrasonic Inspection in accordance with Section 6-03.3(25)A3. 34 35

4. Dye-Penetrant or Magnetic Particle Inspection 36 The post to beam connection weld shall have 100 percent of its 37 length inspected using dye-penetrant or magnetic-particle testing 38 techniques. The inspection shall be performed after the root pass 39 and after completion of the weld. 40

41 8-21.3(9)A.OPT2.FB8 42

(January 5, 2015) 43 Monotube Sign Structures 44

Bolted Connections 45 All bolted connections shall be made using the direct tension indicator 46 method in accordance with Section 6-03.3(33). 47 48 Surfaces of Bolted Connections and Base Plates 49 All bolted connection faying surfaces shall be flat after fabrication as 50 required to provide a solid fit upon assembly in accordance with Section 51

Page 506: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 506

6-03.3(33). The flatness of the faying surfaces shall be flat to within a 1 tolerance of 1/32 inch in 12 inches and a tolerance of 1/16 inch overall. 2 Base plates with leveling nuts shall be flat to within a tolerance of 1/8 inch 3 in 12 inches and a tolerance of 3/16 inch overall. 4 5 In order to achieve the flatness requirements, the Contractor may need to 6 mill or machine the plates. The Contractor shall adjust plate thicknesses 7 as required to provide the plate thickness specified in the Plans after 8 milling or machining operations. 9 10 At bolted connections, both faying surfaces shall be at right angles to the 11 bolt axis, parallel to each other, and shall be in full contact in the 12 assembled condition. Full contact is defined as 90-percent of the outside 13 and inside perimeters of the splice plates being visually in contact. The 14 outside surface shall be inspected just inside the shell of the monotube 15 and the inside shall be inspected at the handhole. Splices shall be 16 fabricated such that the required camber remains continuous and smooth 17 across the field splice. 18 19 Shop Assembly 20 Prior to galvanizing, the Contractor shall shop assemble the completed 21 structure lying on its side in an undeflected position to ensure correct 22 alignment, accuracy of holes, fit of joints, smooth camber profile, and the 23 specified amount of camber. The joints shall be bolted with a sufficient 24 number of bolts tightened snug tight to close the joints as they would be 25 in the final field assembled position and as specified in the Surfaces of 26 Bolted Connections and Base Plates subsection of this Special 27 Provision. The Contractor shall not disassemble the sign structure for 28 galvanizing as specified until receiving the Engineer's approval of the 29 shop assembled structure. 30 31 Zinc Coating and Painting 32 All galvanized surfaces exposed to view after erection shall be shop 33 painted or shop powder coated in accordance with Section 6-07.3(11), 34 except when the Plans or Special Provisions require field painting only in 35 accordance with Sections 6-07.3(9)I and 6-07.3(11)A. Contact surfaces of 36 the field bolted connections shall be left as galvanized without any 37 overcoat. 38 39 The color of the finish coat shall match *** $$1$$ *** when dry. 40 41 All galvanized surfaces specified to be painted or powder coated shall be 42 prepared for coating in accordance with the ASTM D 6386 and Section 6-43 07.3(11). The method of preparation shall be as agreed upon by the paint 44 or powder coating manufacturer and the galvanizer. 45 46 After completing erection, the Contractor shall repair all metal surfaces 47 with damaged paint or powder coatings and exposed metal with a field 48 repair coating in accordance with Section 6-07.3(9)I and Section 6-49 07.3(11)A (for paint) or Section 6-07.3(11)B (for powder coating). The 50

Page 507: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 507

color of the finish coat of the field repair coating, when dry, shall match 1 the color specified above. 2 3 Field Assembling 4 The Contractor shall furnish and install the vibration damper as shown in 5 the Plans. The damper shall be installed before the sign structure is 6 erected. 7 8 Welding Inspector Qualification 9 The fabricator shop will provide a Certified Welding Inspector. The 10 inspector shall be a AWS Certified Welding Inspector (CWI) qualified and 11 certified in accordance with the provisions of AWS QCI Standard for 12 Qualification and Certification. 13 14 Welding Inspection 15 Welds for monotube sign structures shall be inspected using the methods 16 described below. 17 18

1. Visual Inspection in accordance with Section 6-03.3(25)A1. 19 20 2. Magnetic Particle Inspection in accordance with Section 6-21

03.3(25)A4. 22 23

3. Ultrasonic Inspection in accordance with Section 6-03.3(25)A3. 24 25

4. Dye-Penetrant or Magnetic Particle Inspection 26 The post to beam connection weld shall have 100 percent of its 27 length inspected using dye-penetrant or magnetic-particle testing 28 techniques. The inspection shall be performed after the root pass 29 and after completion of the weld. 30

31 8-21.3(9)E.GR8 32

Bridge Mounted Sign Brackets 33 34 8-21.3(9)E.INST1.GR8 35

Section 8-21.3(9)E is supplemented with the following: 36 37 8-21.3(9)E.OPT1.FB8 38

(April 6, 2015) 39 Bridge Mounted Sign Bracket No(s). *** $$1$$ *** include the following 40 quantities of structural carbon steel: 41

42 *** $$2$$ *** 43

44 For bridge mounted sign brackets mounted with resin bonded anchors, the 45 Contractor shall install resin bonded anchors in accordance with Section 6-46 02.3(18) as supplemented in these Special Provisions. For this type of 47 mounting, Bridge Mounted Sign Bracket No(s). *** $$3$$ *** include the 48 following quantities of drilled holes: 49

50 *** $$4$$ *** 51

Page 508: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 508

1 8-21.3(9)F.GR8 2

Foundations 3 4 8-21.3(9)F.INST1.GR8 5

Section 8-21.3(9)F is supplemented with the following: 6 7 8-21.3(9)F.OPT2.FB8 8

(August 7, 2017) 9 Shafts For Sign Structure Foundations 10 Shaft foundations for the sign structures at the following location(s) shall be 11 constructed in accordance with the following requirements, except that 12 temporary casing is not required by the Contracting Agency but is instead a 13 Contractor option: 14

15 *** $$1$$ *** 16 17

Shaft foundations for the sign structures at the following location(s) shall be 18 constructed in accordance with the following requirements, including required 19 use of temporary casing: 20

21 *** $$2$$ *** 22

23 Shaft foundations for sign structures shall be constructed in accordance with 24 Section 6-19.3, except as follows: 25

26 Quality Assurance 27 The tolerance for placing the center at the top of the shaft under Section 28 6-19.3(1)A is revised for sign structure shafts to be within four-inches of 29 the Plan location. 30 31 Non-destructive testing of shafts under Sections 6-19.3(1)B and 6-19.3(9) 32 and associated Work under Section 6-19.3(6) does not apply. 33 34 Shaft Excavation 35 Temporary casing shall be advanced during excavation operations within 36 the limits of temporary casing shown in the Plans for all sign structure 37 shaft foundation locations specified at the beginning of this Special 38 Provision as requiring temporary casing. Excavation in advance of the 39 casing tip shall not exceed three feet, except that in no case shall shaft 40 excavation and casing placement extend below the bottom of shaft 41 excavation as shown in the Plans. Unless partial depth temporary casing 42 is shown in the Plans, temporary casing shall be full depth of the sign 43 bridge shaft. 44 45 When efforts to advance past the obstruction to the design shaft tip 46 elevation result in the rate of advance of the shaft drilling equipment 47 being significantly reduced relative to the rate of advance for the portion 48 of the shaft excavation in the geological unit that contains the obstruction, 49 then the Contractor shall remove, break-up, or push aside, the 50

Page 509: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 509

obstruction under the provisions of Section 8-21.5 as supplemented in 1 these Special Provisions. 2 3 Slurry Installation Requirements 4 Slurry, if used, shall be synthetic slurry or water slurry conforming to 5 Section 8-21.2 as supplemented in these Special Provisions. 6 7 Assembly and Placement of Reinforcement Steel 8 The concrete cover dimensions under Section 6-19.3(5)C are revised for 9 sign structure shafts to be 3-inches minimum for shafts of diameters of 3-10 feet or less, and 4-inches minimum for shafts with diameters greater than 11 3-feet. 12 13 Placing Concrete 14 Sign structure shaft concrete shall be Class 4000P. 15 16 Casing Removal 17 The Contractor shall completely remove all temporary casings. 18 19

20 8-21.4.GR8 21

Measurement 22 23 8-21.4.INST1.GR8 24 Section 8-21.4 is supplemented with the following: 25 26 8-21.4.OPT1.FB8 27

(April 6, 2015) 28 *** $$1$$ *** contain(s) the following approximate quantities of material and work: 29

30 *** $$2$$ *** 31 32

The quantities are listed only for the convenience of the Contractor in determining the 33 volume of work involved and are not guaranteed to be accurate. The prospective 34 bidders shall verify these quantities before submitting a bid. No adjustments other than 35 for approved changes will be made in the applicable sign structure lump sum contract 36 price even though the actual quantities required may deviate from those listed. 37

38 8-21.5.GR8 39

Payment 40 41 8-21.5.INST1.GR8 42 Section 8-21.5 is supplemented with the following: 43 44 8-21.5.OPT1.GB8 45

(April 6, 2015) 46 “Removing Sign Structure Shaft Obstructions”, estimated. 47 Payment for removing obstructions, as defined in Section 8-21.3(9)F as supplemented 48 in these Special Provisions, will be made for the changes in shaft construction methods 49 necessary to remove the obstruction. The Contractor and the Engineer shall evaluate 50 the effort made and reach agreement on the equipment and employees utilized, and 51

Page 510: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 510

the number of hours involved for each. Once these cost items and their duration have 1 been agreed upon, the payment amount will be determined using the rate and markup 2 methods specified in Section 1-09.6. For the purpose of providing a common proposal 3 for all bidders, the Contracting Agency has entered an amount for the item "Removing 4 Sign Structure Shaft Obstructions" in the bid proposal to become a part of the total bid 5 by the Contractor. 6 7 If the shaft construction equipment is idled as a result of the obstruction removal work 8 and cannot be reasonably reassigned within the project, then standby payment for the 9 idled equipment will be added to the payment calculations. If labor is idled as a result 10 of the obstruction removal work and cannot be reasonably reassigned within the 11 project, then all labor costs resulting from Contractor labor agreements and established 12 Contractor policies will be added to the payment calculations. 13 14 The Contractor shall perform the amount of obstruction work estimated by the 15 Contracting Agency within the original time of the contract. The Engineer will consider 16 a time adjustment and additional compensation for costs related to the extended 17 duration of the shaft construction operations, provided: 18

19 1. the dollar amount estimated by the Contracting Agency has been exceeded, 20

and 21 22 2. the Contractor shows that the obstruction removal work represents a delay to 23

the completion of the project based on the current progress schedule provided 24 in accordance with Section 1-08.3. 25

26 8-24.GR8 27

Rock and Gravity Block Wall and Gabion Cribbing 28 29 8-24.2.GR8 30

Materials 31 32 8-24.2.INST1.GR8 33 Section 8-24.2 is supplemented with the following: 34 35 8-24.2.OPT1.GR8 36

(January 7, 2002) 37 Gravity Block Wall 38 Gravity block wall blocks shall be rectangular prisms with dimensions 2’-5 1/2” by 2’-5 39 1/2” by 4’-11”, except for special blocks which shall be as dimensioned in the Plans. All 40

dimensions shall be 1/2”. 41 42 Except as otherwise specified, gravity block wall blocks will be accepted by the 43 Engineer based on visual inspection only, with no minimum compressive strength and 44 no air content requirements for the concrete used in the block. 45 46 Gravity block wall blocks for permanent walls of heights greater than six feet and less 47 than 15 feet shall be cast with Class 3000 concrete, conforming to the air content 48 requirements of Section 6-02.3(2)A. Commercial concrete shall not be used. Gravity 49 block wall blocks for permanent walls of these heights will be accepted based on visual 50

Page 511: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 511

inspection, and conformance to Section 6-02.3(27) and the specified concrete strength 1 and air content requirements. 2

3 8-24.3.GR8 4

Construction Requirements 5 6 8-24.3(2).GR8 7

Gravity Block Wall 8 9 8-24.3(2).INST1.GR8 10

Section 8-24.3(2) is supplemented with the following: 11 12 8-24.3(2).OPT1.GR8 13

(January 7, 2002) 14 Definitions 15 Temporary Gravity Block Wall: A gravity block wall that is constructed and 16 removed under the same contract. Temporary gravity block walls shall not exceed 17 ten feet in height, measured from the bottom of the bottom row of blocks to the top 18 of the highest block. 19 20 Permanent Gravity Block Wall: A gravity block wall that remains in place after the 21 conclusion of the contract under which the gravity block wall was constructed. 22 Permanent gravity block walls shall not exceed 15 feet in height, measured from 23 the bottom of the bottom row of blocks to the top of the highest block. 24 25 Submittals 26 The Contractor shall submit working drawings of the gravity block wall to the 27 Engineer for approval in accordance with Section 6-01.9. The working drawings 28 shall include, but not be limited to, the following: 29

30 1. Plan, elevation, and section views of the wall, showing the layout, batter, 31

and orientation of the blocks. 32 33 2. Dimensions and details of the blocks, including details and locations of 34

block erection lifting loops and inserts, and the features designed to 35 interlock blocks together if the blocks have such features. 36

37 3. Method and equipment used to erect the blocks. 38 39 4. Erection sequence. 40

41 The Contractor shall not begin fabricating gravity block wall blocks until receiving 42 the Engineer’s approval of the working drawing submittal. 43 44 Gravity Block Wall Erection 45 After excavating for the wall base, the Contractor shall grade the excavation for a 46 width equal to or exceeding the width of the bottom row of blocks. The base shall 47 be graded to the base elevation shown in the Plans and working drawings as 48 approved by the Engineer, and shall accommodate the batter of the bottom row of 49 blocks. 50 51

Page 512: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 512

The Contractor shall erect the gravity block wall and place the backfill in 1 accordance with the erection sequence as approved by the Engineer. The top of 2 the gravity block wall shall be within two inches of the line and grade shown in the 3 Plans. The backfill shall be compacted in accordance with Section 2-03.3(14)C, 4 Method C. 5 6 The Contractor shall repair all large blemishes, honeycombed areas, and chipped 7 surfaces, (25 square inches and larger) on the exposed face of the erected wall 8 using methods and materials as approved by the Engineer. 9

10 8-25.GR8 11

Glare Screen 12 13 8-25.1.GR8 14

Description 15 16 8-25.1.INST1.GR8 17 Section 8-25.1 is supplemented with the following: 18 19 8-25.1.OPT1.GR8 20

(April 1, 2002) 21 This work shall consist of furnishing and constructing permanent and temporary barrier 22 glare screen on concrete barrier in accordance with the Plans, these Specifications, 23 and as directed by the Engineer. 24

25 8-25.2.GR8 26

Materials 27 28 8-25.2.INST1.GR8 29 Section 8-25.2 is supplemented with the following: 30 31 8-25.2.OPT1.GR8 32

(April 1, 2002) 33 Barrier Glare Screen 34 Barrier glare screen shall consist of modular units with vertical blades mounted on a 35 horizontal base rail. Base rails and blades shall be made of non-warping, non metallic 36 durable polymeric materials; shall be resistant to damage due to impacts, ultraviolet 37 light, ozone, hydrocarbons, and other effects of atmosphere weathering; shall resist 38 stiffening with age; and shall be designed for a minimum life equaling 60 months of 39 outdoor service. 40 41 The color of blades shall be gray or green. Only one color shall be used throughout the 42 project. The height of the blade shall be 24 inches. The blade width and spacing shall 43 provide for a minimum 22 degree sight cutoff angle. The length of the unit shall be the 44 same as the length of the concrete barrier that the unit is mounted on. The unit can be 45 composed of smaller sub-units as long as the competed assembly is the same length 46 as the concrete barrier. The unit shall not exceed 4.5 pounds per linear foot. 47 48 Brackets and mounting hardware may be metallic or non-metallic. Metallic brackets 49 and anchor hardware shall be stainless steel or galvanized in accordance with ASTM 50

Page 513: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 513

A-153. Anchors shall be a stud mechanical system and shall include the necessary 1 washers. The blade to rail base separation strength shall be a minimum of 1,500 2 pounds. Anchors shall have a minimum 3,000 pound pull-out and shear strength. 3 4 Barrier glare screen shall be selected from approved materials listed in the Qualified 5 Products List. 6 7 Laboratory Tests 8 Three blades shall be cycled at 1000 hours in a weatherometer in accordance with 9 ASTM G 53 (3 hr. 60C UV, 3 hr. 50C CON). The blades shall show no signs of 10 delamination, distress, or discoloration. Physical properties of tensile strength and 11 rigidity shall be maintained within 80 percent of the unconditioned values. 12 13 An impact test shall be performed on three partial sections of the modular unit 14 consisting of the base rail and one blade. The temperature shall be 45 F. The modular 15 unit shall be fastened in a similar fashion as to how the system would be used in the 16 field. Each blade shall receive three impacts with a horizontal steel bar traveling at 50 17 MPH impacting at mid-height on the blade. After impact, the screening unit (blades 18 and base) shall be inspected for the following criteria: 19 20

1. Any cracking, splitting, or delamination, other than surface cracking evident on 21 only one face of the blade, is considered a failure. 22

23 2. If the blade leans more than 10 degrees from the vertical it is considered a 24

failure. 25 26 3. Any separation of the blade from the base is considered a failure. 27 28 4. Any separation of the base from the attachment is considered a failure. 29 30

If an individual blade or base fails any of the above criteria, the product is 31 unacceptable. 32 33 Pre-approval 34 In order for a particular model of temporary barrier glare screen to become pre-35 approved, the following conditions must be met: 36 37

1. The manufacturer must submit a written request for pre-approval along with 38 samples for each model to be tested to: Materials Engineer, Department of 39 Transportation Material Laboratory, P.O. Box 47365, Olympia, WA 98504-40 7365. Samples shall be complete with blades, base rail, and mounting 41 hardware and shall be accompanied by the manufacture's written installation 42 procedures. 43

44 2. The barrier screen will be field impact tested by the State Materials Laboratory 45

to verify compliance with these specifications. 46 47 3. In lieu of State Materials Laboratory testing, the Lab will accept the results of 48

pre-approved testing performed by the manufacturer or other agencies under 49 the following conditions: 50

51

Page 514: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 514

a. The State Materials Laboratory is informed of the pre-approval 1 testing sufficiently in advance in order to attend and observe. 2 Attendance will be at the discretion of the Materials Laboratory. 3

4 b. The results of the testing shall be reported in sufficient detail to 5

enable the State Materials Laboratory to evaluate compliance with 6 these specifications. 7

8 The Manufacturer must submit a certified test report, including test data developed by 9 an approved testing laboratory, which demonstrates that the barrier screening complies 10 with the requirements of the specifications. Certified test data supplied by the 11 manufacturer shall be subject to verification by appropriate tests conducted by the 12 State Materials Laboratory. 13 14 Frequency of field testing, evaluation, and pre-approval updating shall be at the sole 15 discretion of the Materials Laboratory. 16

17 8-25.3.GR8 18

Construction Requirements 19 20 8-25.3.INST1.GR8 21 Section 8-25.3 is supplemented with the following: 22 23 8-25.3.OPT1.GR8 24

(April 1, 2002) 25 Barrier Glare Screen 26 The vertical blades shall be attached to the rail base in a positive mechanical manner 27 to prevent unintentional blade rotation or dislocation. Barrier glare screen shall be 28 attached to the top of the barrier using approved anchors and following the 29 manufacturer's recommendations. Each modular unit of 10 feet or less shall be 30 secured to the concrete barrier with anchors at a minimum of three points. Modular 31 units greater than 10 feet in length shall be secured at a minimum of four points. 32 Spanning the joint between concrete barrier sections will not be allowed. 33 34 When the temporary screening is no longer required, the Contractor shall remove the 35 screening units. When noted in the contract that the screening will become the 36 property of the Contracting Agency, the Contractor shall deliver and stockpile the 37 screening units at the location noted in the contract. 38

39 8-25.4.GR8 40

Measurement 41 42 8-25.4.INST1.GR8 43 Section 8-25.4 is supplemented with the following: 44 45 8-25.4.OPT1.GR8 46

(April 1, 2002) 47 Barrier glare screen and temporary barrier glare screen will be measured by the linear 48 foot along its completed line and slope. 49

50

Page 515: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 515

8-25.5.GR8 1

Payment 2 3 8-25.5.INST1.GR8 4 Section 8-25.5 is supplemented with the following: 5 6 8-25.5.OPT1.GR8 7

(April 1, 2002) 8 “Barrier Glare Screen", per linear foot. 9 "Temporary Barrier Glare Screen", per linear foot. 10

11 8-29.GR8 12

Wire Mesh Slope Protection 13 14 8-29.1.GR8 15

Description 16 17 8-29.1.INST1.GR8 18 Section 8-29.1 is supplemented with the following: 19 20 8-29.1.OPT1.GR8 21

(April 5, 2010) 22 This work also consists of furnishing and installing cable net slope protection. 23

24 8-29.2.GR8 25

Materials 26 27 8-29.2.INST1.GR8 28 Section 8-29.2 is supplemented with the following: 29 30 8-29.2.OPT1.GR8 31

(January 2, 2018) 32 Cable Net Slope Protection Materials 33 Except where the Plans specify only one type of wire mesh backing material, wire 34 mesh shall consist of either of the following: 35

36 1. 8x10 double-twisted, hexagonal wire mesh conforming to ASTM A 975 37 38 2. Chain link fabric conforming to Section 9-16.4(2) except that the chain link 39

mesh grid shall be two inch square. 40 41 Unless otherwise specified, wire mesh shall be PVC coated. The color of the PVC 42 coating shall be SAE AMS Standard 595 color number 20045, unless otherwise 43 specified in the Plans. 44 45 Wire rope for cable net panels specified in the Plans to be 5/16 inch nominal diameter 46 shall be galvanized aircraft cable (GAC) construction, EIP steel, 7x7 or 7x19, having a 47 nominal breaking strength of at least 9,200 pounds. 5/16 inch wire rope shall be 48 fabricated and galvanized in accordance with Federal Specification RR-W-410E and 49 ASTM A 1023. 50

Page 516: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 516

1 Wire rope for cable anchors, and for other wire ropes specified in the Plans to be 3/4 2 inch nominal diameter or larger, shall be independent wire rope class (IWRC) 3 construction, EIP steel, 6x19, and shall be galvanized in accordance with ASTM A 603 4 Class A. 5 6 Hardware shall conform to Section 9-16.4(4), with appropriate adjustments for the 7 actual wire rope diameter used for the cable net slope protection. Jaw end swivels 8 shall be galvanized after fabrication in accordance with Federal Specification RR-C-9 271D Type VII Class 3. Screw pin anchor shackles shall be galvanized after 10 fabrication in accordance with Federal Specification RR-C-271D Type IVA Grade A 11 Class 2. 12 13 Lacing wire for seaming the double-twisted wire mesh shall conform to Section 9-14 16.4(5). 15 16 Pressed ring fasteners for seaming the double-twisted wire mesh and fastening the 17 mesh to the cable nets shall be made of high tensile steel. 18 19 Threaded bar ground anchors used for anchoring the top cable net support rope and 20 steel post anchor assemblies to the ground surface as shown in the Plans shall be 21 deformed continuously threaded steel reinforcement bars conforming to either Section 22 9-07.2 or Section 9-07.11 (Grade 60 or better). Threaded bar ground anchors shall be 23 either epoxy-coated in accordance with Sections 6-02.3(24)H and 9-07.3 or galvanized 24 after fabrication in accordance with ASTM A 767 Class I. 25 26 Bearing plates shall conform to ASTM A 572 Grade 50 and shall be galvanized after 27 fabrication in accordance with AASHTO M 111. Nuts shall conform to either ASTM A 28 563 Grade B, hexagonal, or Section 9-07.11. Washers shall conform to AASHTO M 29 293, except that plate washers shall conform to ASTM A 36. Nuts and washers shall 30 be galvanized after fabrication in accordance with AASHTO M 111 for plate washers 31 and AASHTO M 232 for all other hardware. 32 33 Steel posts shall conform to ASTM A 992 and shall be galvanized after fabrication in 34 accordance with AASHTO M 111. Bars and plates welded to steel posts shall conform 35 to ASTM A 572 Grade 50 and shall be galvanized after fabrication in accordance with 36 AASHTO M 111. 37 38 Grout for soil anchors and ground anchors shall conform to Section 9-16.4(6). 39 40 Concrete for soil anchor deadmen shall be either commercial concrete conforming to 41 Section 6-02.3(2)B or Class 3000 conforming to Section 6-02. 42 43 Steel reinforcing bars for soil anchor deadmen shall conform to Section 9-07.2, and 44 shall be epoxy-coated in accordance with Sections 6-02.3(24)H and 9-07.3. 45 46

47 8-29.3.GR8 48

Construction Requirements 49 50

Page 517: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 517

8-29.3.INST1.GR8 1 Section 8-29.3 is supplemented with the following: 2 3 8-29.3.OPT1.GR8 4

(January 3, 2011) 5 Cable Net Slope Protection Construction Requirements 6

Submittals 7 The Contractor shall submit a cable net slope protection plan to the Engineer for 8 approval in accordance with Section 6-01.9. The cable net slope protection plan 9 shall include the following: 10

11 1. Identification of the supplier of the cable nets. The cable net supplier 12

shall either be listed in the WSDOT Qualified Products List (QPL) or the 13 WSDOT New Products List, or if not listed in the WSDOT QPL or 14 WSDOT New Products List, the submittal shall include written 15 documentation demonstrating satisfactory performance of cable nets 16 furnished by this supplier in projects completed for other agencies in 17 similar site conditions. 18

19 2. An inclusive list with catalogue cuts for the appurtenances to be used for 20

the anchors, support system, seaming panels, wire mesh fasteners, 21 anchor bars, grout, wire rope, clips, thimbles, ferrules, steel rings and 22 other fastening hardware. 23

24 3. Mill certificates for the wire rope. 25 26 4. A 3'-0" square physical sample of the PVC coated wire mesh in the 27

specified color. 28 29 5. The Contractor's plan for installing anchors for the cable net slope 30

protection, and the equipment and process to be used to confirm the 31 capacity of the constructed anchors. The calibration data for the 32 stressing devices used to proof test the anchors, as completed by an 33 independent testing laboratory within 60 calendar days of the submittal 34 date of the cable net slope protection plan to the Engineer, shall be 35 included. 36

37 6. Working drawings for the temporary yoke or load frame to be used for 38

anchor proof testing. 39 40 7. The Contractor's plan for assembling the cable nets and wire mesh, and 41

erecting the assembled nets on the slope. 42 43 The Contractor shall not begin cable net slope protection operations until receiving 44 the Engineer's approval of the cable net slope protection plan. 45 46 Cable Net Slope Protection Assembly 47 The cable net panels shall conform to the following criteria: 48

49 Panel Size: approximately 12 feet by 25 feet 50 Grid Size: no larger than 12 inches by 12 inches 51

Page 518: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 518

Interior and Perimeter Rope: no smaller than 5/16 inch diameter 1 2 Cable nets shall be fabricated with a perimeter rope. Interior wire rope junctions 3 shall be bound with either double knots of 1/8 inch diameter corrosion resistant 4 wire, or high-strength, corrosion resistant clips with slotted bottoms made from 5 0.08 inch thick plate. All perimeter-interior wire rope junctions shall be bound with 6 corrosion resistant ferrules. 7 8 Clips and ferrules shall be pressed on and tie wires knotted so as not to slip when 9 manually stretched or during the placement of the nets. Clips and ferrules shall be 10 secured in the manner intended by the manufacturer while not damaging the wire 11 ropes. Cable net assemblies showing signs of slight damage as determined by 12 the Engineer will be subject to rejection. 13 14 Cable Net Slope Protection Installation 15 Cable net slope protection shall be installed in accordance with the details shown 16 in the Plans. 17 18 Anchors and the top horizontal support rope shall be located a minimum of 15 feet 19 beyond the slope crest, at locations receiving the Engineer's approval. 20 21 Anchors shall achieve the specified anchor capacity in vertical pullout. If double 22 anchors are used, they shall be installed to ensure equal load distribution to both 23 anchors, and each anchor shall achieve 60 percent of the specified anchor 24 capacity in vertical pullout. For vertical pullout proof testing, an anchor is 25 acceptable if it sustains the specified capacity for 10 minutes with no loss of load. 26 Anchors that fail this criterion shall be replaced and retested at no additional 27 expense to the Contracting Agency. For Type 1 cable net slope protection, up to 28 25 percent of the support rope anchors shall be proof tested. For Type 2 cable net 29 slope protection, all support rope anchors shall be proof tested. Up to 25 percent 30 of the side and back anchors shall be proof tested at the discretion of the 31 Engineer. If more than three anchors fail, the Contractor shall proof test all 32 anchors. 33 34 Proof testing of anchors shall be performed against a temporary yoke or load 35 frame. No part of the temporary yoke or load frame shall bear within three feet of 36 the anchor being tested. 37 38 Unless otherwise specified in the Plans, the wire mesh shall be placed on the 39 outside of the cable net panels, and lapped and fastened as detailed in the Plans. 40 With the exception of vertical seaming of the net panels, the wire mesh shall be 41 connected to the cable net panels as shown in the Plans prior to placement on the 42 slope. 43 44 All galvanized steel with exposed steel or damaged galvanizing shall be repaired 45 in place after erection of the cable net slope protection in accordance with Section 46 6-07.3(9)I with paint conforming to Section 9-08.1(2)B. 47

48 8-29.4.GR8 49

Measurement 50 51

Page 519: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 519

8-29.4.INST1.GR8 1 Section 8-29.4 is supplemented with the following: 2 3 8-29.4.OPT1.GR8 4

(April 5, 2010) 5 Cable net slope protection will be measured by the square foot of cable net panels 6 erected on the slope. 7

8 8-29.5.GR8 9

Payment 10 11 8-29.5.INST1.GR8 12 Section 8-29.5 is supplemented with the following: 13 14 8-29.5.OPT1.GR8 15

(January 3, 2011) 16 "Cable Net Slope Protection Type ___", per square foot. 17 The unit contract price per square foot for "Cable Net Slope Protection Type ___" shall 18 be full pay for performing the work as specified, including fabrication and installation of 19 all steel posts and anchors and all anchor proof testing. 20

21 8-SA1.GR8 22

(August 7, 2017) 23

FIELD OFFICE BUILDING 24

Description 25 This work shall consist of furnishing and setting-up a temporary office building for the sole 26 use of the Contracting Agency. 27 28 Construction Requirements 29 The building shall be set-up, at the location designated by the Engineer, within the first 10 30 working days, unless the Engineer has approved a different schedule. 31 32 The building shall be weather-tight, installed plumb and level, and provided with the 33 following as a minimum: 34 35

1. 240 square feet of floor space 36 2. Above ground floor 37 3. Heat 38 4. Electric lights 39 5. Telephone 40 6. Adequate windows 41 7. Six square feet of shelving 42 8. Plan table: 3 feet 6 inches deep by 6 feet wide by 3 feet 3 inches high 43 9. Drafting stool 44 10. Conference table: 4 foot by 8 foot 45 11. Four chairs 46 12. Cylinder door lock and six keys 47 13. Sanitary facilities (unless existing facilities are available) 48

49

Page 520: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 520

The building shall remain the property of the Contractor and removed from the site upon 1 physical completion of the contract, or when designated by the Engineer. 2 3 Payment 4 Payment will be made for the following bid item when included in the proposal: 5 6

"Field Office Building", lump sum. 7 8 The lump sum contract price for "Field Office Building" shall be full pay for furnishing, 9 installing, maintaining, and removing the facility, including all costs associated with all 10 required utility hook-ups and disconnects, and monthly utility charges for all utilities except 11 telephone. 12 13 The monthly telephone costs will be paid by the Contracting Agency. 14 15 8-SA2.GR8 16

(January 2, 2018) 17

BOLLARDS 18

Description 19 This work shall consist of furnishing and installing steel bollards in accordance with the 20 Plans, Standard Plans, and these Specifications, at the locations shown in the Plans or as 21 staked by the Engineer. 22 23

Materials 24 Posts and Hardware 25 Type 1 and Type 2 bollard posts shall be ASTM A 53, NPS 3 (3” Nom.) schedule 80 26 steel pipe. Post sleeves shall be ASTM A 53, NPS 4 (4”Nom.) schedule 40 steel pipe. 27 28 Type 3 bollard posts shall be steel structural tubing per ASTM A 500 Gr B. 29 30 Steel plate shall be per ASTM A 36. 31 32 All steel parts shall be hot-dip galvanized after fabrication in accordance with AASHTO 33 M 111. 34 35 Reflective Tape 36 Reflective tape shall be one of the following or an approved equal: 37 38

Scotchlite High Intensity Grade Series 2870 39 Reflexite AP-1000 40 Scotchlite Diamond Grade LDP Series 3970 41 T-6500 High Intensity (Type IV) 42 43

Concrete 44 Footings shall be constructed using concrete Class 3000. 45 46

Construction Requirements 47 Bollards shall be constructed in accordance with the Standard Plans. 48 49

Page 521: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 521

Bollards shall not vary more than 1/2 inch in 30 inches from a vertical plane. 1 2 Bollard posts and the exposed parts of the base assembly shall be painted in accordance 3 with Section 6-07.3(11) for galvanized surfaces. The top coat shall match SAE AMS 4 Standard 595, Color No. 33538 Traffic Signal Yellow. 5 6

Measurement 7 Measurement for bollards will be by the unit for each type of bollard furnished and installed. 8 9

Payment 10 Payment will be made for the following bid items when included in the proposal: 11 12

"Bollard Type ___", per each. 13 14 8-SA3.GR8 15

(August 6, 2018) 16

Environmental Compliance 17

Description 18 It is the Contractor’s responsibility to conduct and perform all Work in accordance with 19 Environmental Regulations, Environmental Commitments, permits, and Plans that the Work 20 is subject to. The Environmental Compliance Lead (ECL) shall be the Contractor’s 21 representative that is responsible for management of the Contractor’s environmental 22 compliance. 23 24

Construction Requirements 25 Environmental Compliance Lead (ECL) 26 The Contractor shall designate a primary ECL and an alternate ECL to perform the 27 duties of the ECL. The Contractor shall provide the Engineer with a copy of the formal 28 assignment in writing prior to the start of construction. The Contractor’s superintendent 29 and/or foreman cannot be designated as the primary or alternate ECL. 30 31 The ECL shall represent all Contractor work actions for the project, regardless of 32 whether the work is performed by the Contractor or one of the subcontractors. The 33 ECL shall have the authority to direct work to expeditiously correct any environmental 34 compliance deficiency and coordinate these measures with the Engineer, and to order 35 the Contractor’s on-site personnel to stop work that is not being performed in 36 compliance with the permits. 37 38 The ECL shall be on-site during all work activities unless otherwise approved by the 39 Engineer. The Contractor shall maintain 24-hour telephone numbers at which the 40 Contractor's designated ECL can be contacted and be available upon the Engineer's 41 request during other than normal working hours. ECL and alternate(s) shall be listed 42 on the Emergency Contact List required under Section 1-05.13(1). 43 44 The ECLs shall have, for the life of the Contract, a current Certificate of Training in 45 Construction Site Erosion and Sediment Control (CESCL) from a course approved by 46 the Washington State Department of Ecology. 47 48

Page 522: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 522

The primary responsibilities of the ECL are to assist the Contractor’s superintendent in 1 planning and scheduling work activities to achieve environmental compliance; and be 2 present on-site to observe work activities and resolve environmental compliance issues 3 as they may develop. 4 5 The duties of the ECL shall also include the following requirements: 6 7

• Erosion and Sediment Control (ESC) Lead, Section 8-01.3(1)B, 8 • Updating the Spill Prevention, Control and Countermeasures Plan, Section 1-9

07.15(1), 10 • Attending the preconstruction conference (ECL and alternates), 11 • Evaluation of the Contractor’s work operations and schedule in regard to 12

environmental risks, 13 • Providing advanced notification to the Engineer of work activities that may 14

create environmental compliance concerns. 15 16

Payment 17 Payment will be made for each of the following Bid items that are included in the Proposal: 18 19

“Environmental Compliance Lead”, lump sum. 20 The lump sum Contract price for “Environmental Compliance Lead” shall be full 21 payment for all costs for the Work. When the proposal includes an item for 22 Environmental Compliance Lead all costs for ESC Lead in Section 8-01 shall be 23 included in the lump sum price. 24

25 DIVISION9.GR9 26

Division 9 27 Materials 28

29 APPENDIX1.FR9 30

Appendices 31

(January 2, 2012) 32

The following appendix is attached and made a part of this contract: 33 34

*** $$1$$ *** 35 36 [Fill-in is the name, title, and if necessary the page numbers of the appendix, formatted 37 as shown in the following sample:] 38 39

APPENDIX A: 40 Summary of Geotechnical Conditions, Page __ through Page __. 41

42 APPENDIX2.FR9 43

Appendices 44

(January 2, 2012) 45

The following appendices are attached and made a part of this contract: 46 47

*** $$1$$ *** 48

Page 523: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 523

1 [Fill-in is the name, title, and if necessary the page numbers of the appendices, 2 formatted as shown in the following sample:] 3 4

APPENDIX A: 5 Summary of Geotechnical Conditions, Page __ through Page __. 6 7

APPENDIX B: 8 (Name of Report or Document), Page __ through Page __. 9

10 STDPLANS.GR9 11

(February 5, 2020) 12

Standard Plans 13

The State of Washington Standard Plans for Road, Bridge and Municipal Construction M21-14 01 transmitted under Publications Transmittal No. PT 16-048, effective September 3, 2019 15 is made a part of this contract. 16 17 The Standard Plans are revised as follows: 18

19 A-50.10 20 Sheet 2 of 2, Plan, with Single Slope Barrier, reference C-14a is revised to C-70.10 21 22 A-50.20 23 Sheet 2 of 2, Plan, with Anchored Barrier, reference C-14a is revised to C-70.10 24 25 A-50.30 26 Sheet 2 of 2, Plan (top), reference C-14a is revised to C-70.1 27 28 B-10.60 29 DELETED 30 31 B-82.20 32 DELETED 33 34 B-90.40 35 Valve Detail – DELETED 36 37 C-1 38 Delete Note 1. 39 40 Revise Note 2 to read “Remove all rail washers, also called “Snow Load Rail Washers”, 41 when encountered during raising beam guardrail work and the guardrail raising work 42 requires removal of the rail. 43 44 Re-number all notes. 45 46 C-4b 47 DELETED 48 49 C-4e 50

Page 524: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 524

DELETED 1 2 C-8a 3 Delete “Section A-A, Type 4 Detail 4 5 C-20.11 6 Delete Notes 1 & 2. Re-Number all notes. 7 Delete “ Snow Load Post Washer” and “Snow Load Rail Washer” details. 8 9 C-20.19 10 DELETED 11 12 C-22.14 13 DELETED 14 15 C-22.16 16 Note 3, formula, was: “Elevation G = (Elevation S – D x (0.1) + 31” is revised to read: 17 “Elevation G = (Elevation S – D x (0.1) + 31/12” 18 19 C-22.45 20 For the SOFTSTOP (TL-2) elevation view detail, the callout “SOFTSTOP (TL-2) 21 SYSTEM LENGTH = 38’ – 4 1/2"” is revised to read “SOFTSTOP (TL-2) SYSTEM 22 LENGTH = 38’ – 3 1/2"”. 23 24 C-40.14 25 DELETED 26 27 C-60.10 28 Sheet 1, Side Elevation: The bottom set of ① - #4 horizontal rebar (2x) located at the 29

base of the barrier is repositioned to be aligned with the bottom of ② - #4 stirrup bars 30 to match the bar positioning shown on Sheet 1, Section A. 31 32 Sheet 1, Reinforcing Steel Bending Diagram, ③ - Pin Slot Bar detail: Add the following 33 callout to the detail, “HOT DIP GALVANIZE AFTER FABRICATION (ASTM A123 OR 34 AASHTO M 111)”. 35 36 Sheet 2, ANCHORING PIN ASSEMBLY DETAIL: The first line of the description under 37 the title was “1 1/2” DIAMETER (ASTM A36), COLD ROLL” is now changed to “1 1/2” 38 DIAMETER (ASTM A36), HOT ROLL”. 39 40 C-70.10 41 Sheet 1, Note 1 was - “1. PERMANENT INSTALLATION requirements: Embed barrier 42 3” (in) minimum; …” is revised to read: “1. Installation requirements: Embed barrier 3” 43 (in) minimum in asphalt or concrete; embed barrier 10” (in) minimum in soil; …” 44 45 Sheet 1, existing Notes 2 and 4 are deleted. Existing Note 3 is renumbered to Note 2. 46 47 Sheet 1, add new Note 3, “3. See Sheet 2 for barrier with a 2’-10” reveal installed in 48 asphalt or concrete. See Sheet 3 for barrier with a 3’-6” reveal installed in asphalt or 49 concrete.” 50 51

Page 525: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 525

Sheet 1, Elevation: The dimension from the barrier end to the barrier lifting slot was “3’ 1 – 4” (TYP)” is now changed to “4’ – 8” (TYP)”, and the barrier lifting slot dimension was 2 “5’ – 0” (TYP)” is now changed to “3’ – 0” (TYP)”. 3 4 Sheet 2, the detail titled “3’ – 6” BARRIER FOR USE WITH A 0” (IN) TO 5” (IN) MAX. 5 GRADE SEPARATION” has the following changes: 6 1. The detail title is changed to “3’ – 6” BARRIER FOR USE WITH A 0” (IN) TO 4” (IN) 7 MAX. GRADE SEPARATION”. 8 2. The callout “GRADE SEPARATION--5” MAX.” is changed to “GRADE 9 SEPARATION--4” MAX.” 10 11 C-75.10 12 Note 2 is deleted. Renumber subsequent notes. 13 14 C-75.20 15 Note 2 is deleted. Renumber subsequent notes. 16 17 C-75.30 18 Note 2 is deleted. Renumber subsequent notes. 19 20 C-85.11 21 Add new Note 3 “3. The intended use of this plan is for placing concrete barrier in front 22 of bridge piers on bridge retrofit projects only. Contact the HQ Bridge traffic barrier 23 specialist before using this barrier placement plan for projects involving new or 24 reconstructed bridges.” 25 26 C-85.14 27 DELETED 28 29 C-90.10 30 DELETED 31 32 D-10.10 33 Wall Type 1 may be used if no traffic barrier is attached on top of the wall. Walls with 34 traffic barriers attached on top of the wall are considered non-standard and shall be 35 designed in accordance with the current WSDOT Bridge Design Manual (BDM) and the 36 revisions stated in the 11/3/15 Bridge Design memorandum. 37 38 D-10.15 39 Wall Type 2 may be used if no traffic barrier is attached on top of the wall. Walls with 40 traffic barriers attached on top of the wall are considered non-standard and shall be 41 designed in accordance with the current WSDOT BDM and the revisions stated in the 42 11/3/15 Bridge Design memorandum. 43 44 D-10.30 45 Wall Type 5 may be used in all cases. 46 47 D-10.35 48 Wall Type 6 may be used in all cases. 49 50 D-10.40 51

Page 526: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 526

Wall Type 7 may be used if no traffic barrier is attached on top of the wall. Walls with 1 traffic barriers attached on top of the wall are considered non-standard and shall be 2 designed in accordance with the current WSDOT BDM and the revisions stated in the 3 11/3/15 Bridge Design memorandum. 4 5 D-10.45 6 Wall Type 8 may be used if no traffic barrier is attached on top of the wall. Walls with 7 traffic barriers attached on top of the wall are considered non-standard and shall be 8 designed in accordance with the current WSDOT BDM and the revisions stated in the 9 revisions stated in the 11/3/15 Bridge Design memorandum. 10 11 D-15.10 12 STD Plans D-15 series “Traffic Barrier Details for Reinforced Concrete Retaining Walls” 13 are withdrawn. Special designs in accordance with the current WSDOT BDM are 14 required in place of these STD Plans. 15 16 D-15.20 17 STD Plans D-15 series “Traffic Barrier Details for Reinforced Concrete Retaining Walls” 18 are withdrawn. Special designs in accordance with the current WSDOT BDM are 19 required in place of these STD Plans. 20 21 D-15.30 22 STD Plans D-15 series “Traffic Barrier Details for Reinforced Concrete Retaining Walls” 23 are withdrawn. Special designs in accordance with the current WSDOT BDM are 24 required in place of these STD Plans. 25 26 F-10.12 27 Section Title, was – “Depressed Curb Section” is revised to read: “Depressed Curb and 28 Gutter Section” 29 30 F-10.40 31 “EXTRUDED CURB AT CUT SLOPE”, Section detail - Deleted 32 33 F-10.42 34 DELETE – “Extruded Curb at Cut Slope” View 35 36 G-25.10 37 Key Note 3, second sentence, was – “For single-post installations, divide the 38 (#2w/diamond shape symbol) post MAX. XYZ in half.” Is revised to read: “For single-39 post installations, divide the two-post MAX. XYZ in half.” 40 41 G-60.10 42 DELETED 43 44 G-60.20 45 DELETED 46 47 G-60.30 48 DELETED 49 50 G-70.10 51

Page 527: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 527

DELETED 1 2 G-70.20 3 DELETED 4 5 H-70.20 6 Sheet 2, Spacing Detail, Mailbox Support Type 1, reference to Standard Plan I-70.10 is 7 revised to H-70.10 8 9 J-10.21 10 Note 18, was – “When service cabinet is installed within right of way fence, see 11 Standard Plan J-10.22 for details.” Is revised to read; “When service cabinet is installed 12 within right of way fence, or the meter base is mounted on the exterior of the cabinet, 13 see Standard Plan J-10.22 for details.” 14 15 J-10.22 16 Key Note 1, was – “Meter base per serving utility requirements~ as a minimum, the 17 meter base shall be safety socket box with factory-installed test bypass facility that 18 meets the requirements of EUSERC drawing 305.” Is revised to read; “Meter base per 19 serving utility requirements~ as a minimum, the meter base shall be safety socket box 20 with factory-installed test bypass facility that meets the requirements of EUSERC 21 drawing 305. When the utility requires meter base to be mounted on the side or back of 22 the service cabinet, the meter base enclosure shall be fabricated from type 304 23 stainless steel.” 24 Key Note 4, “Test with (SPDT Snap Action, Positive close 15 Amp – 120/277 volt “T” 25 rated). Is revised to read: “Test Switch (SPDT snap action, positive close 15 amp – 26 120/277 volt “T” rated).” 27 Key Note 14, was – “Hinged dead front with ¼ turn fasteners or slide latch.” Is revised 28 to read; “Hinged dead front with ¼ turn fasteners or slide latch. ~ Dead front panel bolts 29 shall not extend into the vertical limits of the breaker array(s).” 30 Key Note 15, was – “Cabinet Main Bonding Jumper. Buss shall be 4 lug tinned copper. 31 See Cabinet Main bonding Jumper detail, Standard Plan J-3b.“ is revised to read; 32 “Cabinet Main Bonding Jumper Assembly ~ Buss shall be 4 lug tinned copper ~ See 33 Standard Plan J-10.20 for Cabinet Main Bonding Jumper Assembly details.” 34 Note 1, was – “…socket box mounting detail, see Standard Plan J-3b.” is revised to 35 read to read: “…socket box mounting detail, see Standard Plan J-10.20.” 36 Note 6, was – “…See door hinge detail, Standard Plan J-3b.” is revised to read: “…See 37 door hinge detail, Standard Plan J-10.20.” 38 39 J-20.26 40 Add Note 1, “1. One accessible pedestrian pushbutton station per pedestrian 41 pushbutton post.” 42 43 J-20.16 44 View A, callout, was – LOCK NIPPLE, is revised to read; CHASE NIPPLE 45 46 J-21.10 47 Sheet 1, Elevation View, Round Concrete Foundation Detail, callout – “ANCHOR 48 BOLTS ~ ¾” (IN) x 30” (IN) FULL THREAD ~ THREE REQ’D. PER ASSEMBLY” IS 49 REVISED TO READ: “ANCHOR BOLTS ~ ¾” (IN) x 30” (IN) FULL THREAD ~ FOUR 50 REQ’D. PER ASSEMBLY” 51

Page 528: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 528

Sheet 1 of 2, Elevation view (Round), add dimension depicting the distance from the 1 top of the foundation to find 2 #4 reinforcing bar shown, to read; 3” CLR.. Delete 2 “(TYP.)” from the 2 ½” CLR. dimension, depicting the distance from the bottom of the 3 foundation to find 2 # 4 reinf. Bar. 4 Sheet 1 of 2, Elevation view (Square), add dimension depicting the distance from the 5 top of the foundation to find 1 #4 reinforcing bar shown, to read; 3” CLR. Delete 6 “(TYP.)” from the 2 ½” CLR. dimension, depicting the distance from the bottom of the 7 foundation to find 1 # 4 reinf. Bar. 8 Sheet 2 of 2, Elevation view (Round), add dimension depicting the distance from the 9 top of the foundation to find 2 #4 reinforcing bar shown, to read; 3” CLR. Delete 10 “(TYP.)” from the 2 ½” CLR. dimension, depicting the distance from the bottom of the 11 foundation to find 2 # 4 reinf. Bar. 12 Sheet 2 of 2, Elevation view (Square), add dimension depicting the distance from the 13 top of the foundation to find 1 #4 reinforcing bar shown, to read; 3” CLR. Delete 14 “(TYP.)” from the 2 ½” CLR. dimension, depicting the distance from the bottom of the 15 foundation to find 1 # 4 reinf. Bar. 16 Detail F, callout, “Heavy Hex Clamping Bolt (TYP.) ~ 3/4” (IN) Diam. Torque Clamping 17 Bolts (see Note 3)” is revised to read; “Heavy Hex Clamping Bolt (TYP.) ~ 3/4” (IN) 18 Diam. Torque Clamping Bolts (see Note 1)” 19 Detail F, callout, “3/4” (IN) x 2’ – 6” Anchor Bolt (TYP.) ~ Four Required (See Note 4)” 20 is revised to read; “3/4” (IN) x 2’ – 6” Anchor Bolt (TYP.) ~ Three Required (See Note 21 2)” 22 23 J-21.15 24 Partial View, callout, was – LOCK NIPPLE ~ 1 ½” DIAM., is revised to read; CHASE 25 NIPPLE ~ 1 ½” (IN) DIAM. 26 27 J-21.16 28 Detail A, callout, was – LOCKNIPPLE, is revised to read; CHASE NIPPLE 29 30 J-22.15 31 Ramp Meter Signal Standard, elevation, dimension 4’ - 6” is revised to read; 6’-0” 32 (2x) Detail A, callout, was – LOCK NIPPLE ~ 1 ½” DIAM. is revised to read; CHASE 33 NIPPLE ~ 1 ½” (IN) DIAM. 34 35 J-28.24 36 Case E and Case F Section View dimension callout, “3’ – 0” MIN. FOR BEAM 37 GUARDRAIL, 4’ – 0” MIN. FOR CONC. BARRIER TYPE 2” is revised to read, “5’ – 0” 38 MIN. FOR BEAM GUARDRAIL, 8’ – 0” MIN. FOR UNANCHORED TYPE F CONC. 39 BARRIER, 4’ – 0” MIN. FOR ANCHORED TYPE F CONC. BARRIER”. 40 41 J-40.10 42 Sheet 2 of 2, Detail F, callout, “12 – 13 x 1 ½” S.S. PENTA HEAD BOLT AND 12” S. S. 43 FLAT WASHER” is revised to read; “12 – 13 x 1 ½” S.S. PENTA HEAD BOLT AND 44 1/2” (IN) S. S. FLAT WASHER” 45 46 J-75.20 47 Key Notes, note 16, second bullet point, was: “1/2” (IN) x 0.45” (IN) Stainless Steel 48 Bands”, add the following to the end of the note: “Alternate: Stainless steel cable with 49 stainless steel ends, nuts, bolts, and washers may be used in place of stainless steel 50 bands and associated hardware.” 51

Page 529: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 529

1 J-81.10 2 Power Distribution Block Diagram, lower left corner, Sheet 1 of 3; Switch Pack 2; circuit 3 623 (T4-5) [middle ckt] is revised to read; circuit 622 (T4-5). 4 5 K-80.10 6 SIGN INSTALLATION (BEHIND TRAFFIC BARRIER) detail dimension callout, “3’ 7 MIN.” is revised to read, “5’ MIN.”. 8 9 K-80.30 10 DELETED 11 12 K-80.35 13 Add New Note 1 – “1. The intended use of this plan is for the temporary installation of 14 Type 2 concrete barrier (See Standard Plan C-8) on cement concrete pavement, bridge 15 decks, or hot mix asphalt pavement, and Type F concrete barrier on cement concrete 16 pavement or bridge decks. 17 18 Re-number all notes. 19 20 The TYPE 1 ANCHOR detail description “TEMPORARY INSTALLATION OF 21 PRECAST CONC. BARRIER TYPE 2 (STD. PLAN C-8) AND TEMPORARY CONC. 22 BARRIER (F-SHAPE) (STD. PLAN K-80.30) ON CEMENT CONC. PAVEMENT OR 23 BRIDGE DECK” is revised to read, “TEMPORARY INSTALLATION OF PRECAST 24 CONC. BARRIER TYPE F (STD. PLAN C-60.10) OR PRECAST CONC. BARRIER 25 TYPE 2 (STD. PLAN C-8) ON CEMENT CONC. PAVEMENT OR BRIDGE DECK.” 26 27 The TYPE 3 ANCHOR detail description “TEMPORARY INSTALLATION OF 28 PRECAST CONC. BARRIER TYPE 2 (STD. PLAN C-8) AND TEMPORARY CONC. 29 BARRIER (F-SHAPE) (STD. PLAN K-80.30) ON HOT MIX ASPHALT PAVEMENT” is 30 revised to read, “TEMPORARY INSTALLATION OF PRECAST CONC. BARRIER 31 TYPE 2 (STD. PLAN C-8) ON HOT MIX ASPHALT PAVEMENT.” 32 33 K-80.37 34 Revise Note 1 to read:“1. The intended use of this plan is for the temporary installation 35 of Type F NARROW BASE concrete barrier (See Standard Plan C-60.10) or Type 4 36 (Type 2 Narrow Base – See Std. Plan C-8a) Concrete Barrier on cement concrete 37 pavement, bridge decks.” 38 39 Replace all callouts stating “NARROW BASE, ALTERNATIVE TEMPORARY 40 CONCRETE BARRIER SEGMENT” with “Type F NARROW BASE or Type 4 (Type 2 41 Narrow Base) concrete barrier segment.” 42 43 M-3.50 44 Double-Left Turn Channelization (with Right Turn Pocket) view, dimension, upper left 45 corner, “taper” dimension; callout – was “40’ if Posted Speed is 40 MPH or less 100’ if 46 Posted Speed is more than 40 MPH” is revised to read; “See Contract” 47 48 M-5.10 49 Right-Turn Channelization view, dimension, upper right corner, “taper” dimension; 50 callout – was “50’ MIN.” is revised to read; “See Contract” 51

Page 530: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 530

1 M-12.10 2 Add Note 5. “Check with Region Traffic Office for RPM and Guidepost placements.” 3 4 M-24.50 5 DELETED 6 7 The following are the Standard Plan numbers applicable at the time this project was 8 advertised. The date shown with each plan number is the publication approval date 9 shown in the lower right-hand corner of that plan. Standard Plans showing different 10 dates shall not be used in this contract. 11

12 A-10.10-00........8/7/07 A-40.00-00.........8/11/09 A-50.30-00…....11/17/08 A-10.20-00......10/5/07 A-40.10-04.........7/31/19 A-50.40-00…....11/17/08 A-10.30-00......10/5/07 A-40.15-00.........8/11/09 A-60.10-03........12/23/14 A-20.10-00......8/31/07 A-40.20-04.........1/18/17 A-60.20-03.........12/23/14 A-30.10-00......11/8/07 A-40.50-02.........12/23/14 A-60.30-01..........6/28/18 A-30.30-01......6/16/11 A-50.10-00…....11/17/08 A-60.40-00..........8/31/07 A-30.35-00.......10/12/07 A-50.20-01…......9/22/09 13 B-5.20-02........1/26/17 B-30.50-03.........2/27/18 B-75.20-02..........2/27/18 B-5.40-02.........1/26/17 B-30.70-04.........2/27/18 B-75.50-01..........6/10/08 B-5.60-02.........1/26/17 B-30.80-01..........2/27/18 B-75.60-00............6/8/06 B-10.20-02........3/2/18 B-30.90-02........1/26/17 B-80.20-00.........6/8/06 B-10.40-01........1/26/17 B-35.20-00..........6/8/06 B-80.40-00.........6/1/06 B-10.70-00……1/26/17 B-35.40-00..........6/8/06 B-85.10-01.........6/10/08 B-15.20-01........2/7/12 B-40.20-00..........6/1/06 B-85.20-00..........6/1/06 B-15.40-01........2/7/12 B-40.40-02........1/26/17 B-85.30-00..........6/1/06 B-15.60-02........1/26/17 B-45.20-01..........7/11/17 B-85.40-00..........6/8/06 B-20.20-02.......3/16/12 B-45.40-01..........7/21/17 B-85.50-01.........6/10/08 B-20.40-04.......2/27/18 B-50.20-00..........6/1/06 B-90.10-00….......6/8/06 B-20.60-03.......3/15/12 B-55.20-02..........2/27/18 B-90.20-00..........6/8/06 B-25.20-02........2/27/18 B-60.20-01..........6/28/18 B-90.30-00..........6/8/06 B-25.60-02.........2/27/18 B-60.40-01..........2/27/18 B-90.40-01..........1/26/17 B-30.10-03.........2/27/18 B-65.20-01..........4/26/12 B-90.50-00..........6/8/06 B-30.15-00……..2/27/18 B-65.40-00..........6/1/06 B-95.20-01..........2/3/09 B-30.20-04.........2/27/18 B-70.20-00..........6/1/06 B-95.40-01..........6/28/18 B-30.30-03.........2/27/18 B-70.60-01..........1/26/17 B-30.40-03..........2/27/18

14 C-1....................6/28/18 C-20.15-02..........6/11/14 C-40.18-03........7/21/17 C-1a.................7/14/15 C-20.18-03..........8/12/19 C-60.10-00…….8/22/19 C-1b...................8/12/19 C-20.19-03..........8/12/19 C-70.10-01........6/17/14 C-1d................10/31/03 C-20.40-07..........8/12/19 C-75.10-01........6/11/14 C-2c..................8/12/19 C-20.41-02..........8/12/19 C-75.20-01........6/11/14 C-4f...................8/12/19 C-20.42-05..........7/14/15 C-75.30-01........6/11/14 C-6a................10/14/09 C-20.45.02..........8/12/19 C-80.10-01........6/11/14 C-7.....................6/16/11 C-22.16-06........7/21/17 C-80.20-01........6/11/14 C-7a...................6/16/11 C-22.40-07........8/12/19 C-80.30-01........6/11/14 C-8.....................2/10/09 C-22.45-04........8/12/19 C-80.40-01........6/11/14 C-8a...................7/25/97 C-23.60-04........7/21/17 C-80.50-00........4/8/12

Page 531: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 531

C-8b....................2/29/16 C.24.10-02........8/12/19 C-85.10-00........4/8/12 C-8e....................2/21/07 C-25.20-06........7/14/15 C-85.11-00........4/8/12 C-8f.....................6/30/04 C-25.22-05........7/14/15 C-85.14-01........6/11/14 C-16a.................7/21/17 C-25.26-04........8/12/19 C-85.15-01........6/30/14 C-20.10-05.........8/12/19 C-25.30-00…….6/28/18 C-85.16-01........6/17/14 C-20.11-00……..7/21/17 C-25.80-05........8/12/19 C-85-18-01........6/11/14 C-20.14-04..........8/12/19 C-40.16-02........7/2/12 C-85.20-01........6/11/14

1 D-2.04-00........11/10/05 D-2.48-00........11/10/05 D-3.17-02……5/9/16 D-2.06-01........1/6/09 D-2.64-01........1/6/09 D-4.................12/11/98 D-2.08-00........11/10/05 D-2.66-00........11/10/05 D-6...................6/19/98 D-2.14-00........11/10/05 D-2.68-00........11/10/05 D-10.10-01......12/2/08 D-2.16-00........11/10/05 D-2.80-00........11/10/05 D-10.15-01......12/2/08 D-2.18-00........11/10/05 D-2.82-00........11/10/05 D-10.20-01.........8/7/19 D-2.20-00........11/10/05 D-2.84-00........11/10/05 D-10.25-01.........8/7/19 D-2.32-00........11/10/05 D-2.86-00........11/10/05 D-10.30-00.........7/8/08 D-2.34-01........1/6/09 D-2.88-00........11/10/05 D-10.35-00.........7/8/08 D-2.36-03........6/11/14 D-2.92-00........11/10/05 D-10.40-01......12/2/08 D-2.42-00........11/10/05 D-3.09-00........5/17/12 D-10.45-01......12/2/08 D-2.44-00........11/10/05 D-3.10-01……5/29/13 D-2.60-00........11/10/05 D-3.11-03……6/11/14 D-2.62-00........11/10/05 D-3.15-02……6/10/13 D-2.46-01........6/11/14 D-3.16-02……5/29/13

2 E-1....................2/21/07 E-4....................8/27/03 E-2....................5/29/98 E-4a..................8/27/03

3 F-10.12-03.......6/11/14 F-10.62-02........4/22/14 F-40.15-03........6/29/16 F-10.16-00.......12/20/06 F-10.64-03........4/22/14 F-40.16-03........6/29/16 F-10.18-01.........7/11/17 F-30.10-03........6/11/14 F-45.10-02........7/15/16 F-10.40-03...........6/29/16 F-40.12-03........6/29/16 F-80.10-04........7/15/16 F-10.42-00.........1/23/07 F-40.14-03........6/29/16

4 G-10.10-00........9/20/07 G-25.10-04.......6/10/13 G-95.10-02........6/28/18 G-20.10-02........6/23/15 G-26.10-00……7/31/19 G-95.20-03........6/28/18 G-22.10-04..........6/28/18 G-30.10-04.......6/23/15 G-95.30-03........6/28/18 G-24.10-00......11/8/07 G-50.10-03.......6/28/18 G-24.20-01......2/7/12 G-90.10-03……7/11/17 G-24.30-02......6/28/18 G-90.11-00……4/28/16 G-24.40-07.....6/28/18 G-90.20-05……7/11/17 G-24.50-05.....8/7/19 G-90.30-04……7/11/17 G-24.60-05.....6/28/18 G-90.40-02……4/28/16

5 H-10.10-00..........7/3/08 H-32.10-00.......9/20/07 H-70.10-01......2/7/12 H-10.15-00..........7/3/08 H-60.10-01.........7/3/08 H-70.20-01......2/16/12 H-30.10-00......10/12/07 H-60.20-01.........7/3/08 H-70.30-02......2/7/12

6 I-10.10-01.........8/11/09 I-30.20-00.........9/20/07 I-40.20-00.........9/20/07 I-30.10-02.........3/22/13 I-30.30-02.........6/12/19 I-50.20-01..........6/10/13 I-30.15-02.........3/22/13 I-30.40-02.......6/12/19 I-60.10-01..........6/10/13

Page 532: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 532

I-30.16-01.........7/11/19 I-30.60-02.........6/12/19 I-60.20-01..........6/10/13 I-30.17-01.........6/12/19 I-40.10-00.........9/20/07 I-80.10-02..........7/15/16

1 J-10..................7/18/97 J-28.40-02......6/11/14 J-60.13-00…....6/16/10 J-10.10-03……6/3/15 J-28.42-01.......6/11/14 J-60.14-01……7/31/19 J-10.15-01........6/11/14 J-28.43-01.......6/28/18 J-75.10-02……7/10/15 J-10.16-00……6/3/15 J-28.45-03.......7/21/16 J-75.20-01……7/10/15 J-10.17-00……6/3/15 J-28.50-03.......7/21/16 J-75.30-02…….7/10/15 J-10.18-00……6/3/15 J-28.60-02.......7/21/16 J-75.40-02……6/1/16 J-10.20-02……7/31/19 J-28.70-03.......7/21/17 J-75.41-01……6/29/16 J-10.21-00……6/3/15 J-29.10-01.......7/21/16 J-75.45-02……6/1/16 J-10.22-00........5/29/13 J-29.15-01.......7/21/16 J-80.10-00……6/28/18 J-10.25-00……7/11/17 J-29.16-02.......7/21/16 J-80.15-00……6/28/18 J-12.15-00……6/28/18 J-30.10-00…...6/18/15 J-81.10-00……6/28/18 J-12.16-00……6/28/18 J-40.05-00……7/21/16 J-86.10-00……6/28/18 J-15.10-01........6/11/14 J-40.10-04…...4/28/16 J-90.10-03…….6/28/18 J-15.15-02……7/10/15 J-40.20-03…...4/28/16 J-90.20-03…….6/28/18 J-20.10-04........7/31/19 J-40.30-04……4/28/16 J-90.21-02……6/28/18 J-20.11-03........7/31/19 J-40.35-01……5/29/13 J-90.50-00……6/28/18 J-20.15-03........6/30/14 J-40.36-02……7/21/17 J-20.16-02........6/30/14 J-40.37-02……7/21/17 J-20.20-02........5/20/13 J-40.38-01.......5/20/13 J-20.26-01........7/12/12 J-40.39-00……5/20/13 J-21.10-04......6/30/14 J-40.40-02……7/31/19 J-21.15-01......6/10/13 J-45.36-00……7/21/17 J-21.16-01......6/10/13 J-50.05-00……7/21/17 J-21.17-01......6/10/13 J-50.10-01…….7/31/19 J-21.20-01......6/10/13 J-50.11-02…….7/31/19 J-22.15-02......7/10/15 J-50.12-02…….8/7/19 J-22.16-03......7/10/15 J-50.13-00…….8/22/19 J-26.10-03…..7/21/16 J-50.15-01…….7/21/17 J-26.15-01…..5/17/12 J-50.16-01…….3/22/13 J-26.20-01…..6/28/18 J-50.18-00…….8/7/19 J-27.10-01…..7/21/16 J-50.19-00…….8/7/19 J-27.15-00…..3/15/12 J-50.20-00…….6/3/11 J-28.10-02......8/7/19 J-50.25-00…….6/3/11 J-28.22-00.......8/07/07 J-50.30-00…….6/3/11 J-28.24-01.......6/3/15 J-60.05-01…….7/21/16 J-28.26-01......12/02/08 J-60.11-00…....5/20/13 J-28.30-03......6/11/14 J-60.12-00…....5/20/13

2 K-70.20-01.......6/1/16 K-80.10-01.......6/1/16 K-80.20-00.....12/20/06 K-80.35-00.......2/21/07 K-80.37-00.......2/21/07

3 L-10.10-02........6/21/12 L-40.10-02........6/21/12 L-70.10-01.......5/21/08 L-20.10-03........7/14/15 L-40.15-01........6/16/11 L-70.20-01.......5/21/08 L-30.10-02........6/11/14 L-40.20-02........6/21/12

4

Page 533: WSDOT Division 1 through Division 9 General …...MASTER GSP February 5, 2020 4 1 1-02.6.OPT4.FR1 2 (April 2, 2018) 3 Alternative Bids 4 The bidding proposal on this project permits

MASTER GSP February 5, 2020 533

M-1.20-03.........6/24/14 M-11.10-03........8/7/19 M-40.20-00...10/12/07 M-1.40-02.........6/3/11 M-12.10-01……6/28/18 M-40.30-01......7/11/17 M-1.60-02.........6/3/11 M-15.10-01........2/6/07 M-40.40-00......9/20/07 M-1.80-03.........6/3/11 M-17.10-02........7/3/08 M-40.50-00......9/20/07 M-2.20-03.........7/10/15 M-20.10-02........6/3/11 M-40.60-00......9/20/07 M-2.21-00……7/10/15 M-20.20-02........4/20/15 M-60.10-01......6/3/11 M-3.10-03.........6/3/11 M-20.30-04........2/29/16 M-60.20-02......6/27/11 M-3.20-02.........6/3/11 M-20.40-03........6/24/14 M-65.10-02......5/11/11 M-3.30-03.........6/3/11 M-20.50-02........6/3/11 M-80.10-01......6/3/11 M-3.40-03.........6/3/11 M-24.20-02.......4/20/15 M-80.20-00......6/10/08 M-3.50-02.........6/3/11 M-24.40-02.......4/20/15 M-80.30-00......6/10/08 M-5.10-02.........6/3/11 M-24.60-04.......6/24/14 M-7.50-01.........1/30/07 M-24.65-00……7/11/17 M-9.50-02.........6/24/14 M-24.66-00……7/11/17 M-9.60-00……..2/10/09 M-40.10-03......6/24/14

1 2