Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutContract Western Asphalt,Inc. CAG 05-073
P.O. Box 980
Maple Valley, WA 98038
(206)624-4433
$875,181.04
Award Date: June 27,2005
Y
� O
ti
Bidding Requirements, City of Renton
Forms, Contract Forms, Conditions of
the Contract, Plans and Specifications
CITY OF RENTON
Construction of:
- 2005 OVERLAY
PROJECT NO. CAG-05-073
t • R• .9
% i
1.t.J •� L • Q
� : I
02
NAL
EXPIRES: 10/22/05
City of Renton
1055 South Grady Way
Renton WA 98055
General Bid Information: 425-430-7200
Project Manager: Bill Wressell 425-430-7400
® Printed on Recycled Paper
CITY OF RENTON
RENTON, WASHINGTON
CONTRACT DOCUMENTS
1 for the
2005 OVERLAY
PROJECT NO. CAG-05-073
JULY 2005
BIDDING REQUIREMENTS
CONTRACT FORMS
CONDITIONS OF THE CONTRACT
SPECIFICATIONS
PLANS
CITY OF RENTON TRANSPORTATION SYSTEMS DIVISION
1055 South Grady Way
Renton, WA 98055
® Printed on Recycled Paper
V
CITY OF RENTON
2005 Overlay
INDEX
I. CALL FOR BIDS
II. INTRODUCTION
1. INSTRUCTIONS TO BIDDERS
2. SUMMARY OF FAIR PRACTICES POLICY,CITY OF RENTON
3. SUMMARY OF AMERICANS WITH DISABILITIES ACT POLICY,CITY OF RENTON
4. SCOPE OF WORK
5. VICINITY MAP
r. 6. STREET LIST
7. PATCH LIST
III. PROJECT PROPOSAL
1. BIDDER'S CHECKLIST
2. PROPOSAL AND COMBINED AFFIDAVIT&CERTIFICATE FORM
3. SCHEDULE OF PRICES
4. ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA
5. BID BOND FORM
6. CERTIFICATION OF EEO REPORT
7. FAIR PRACTICES POLICY AFFIDAVIT OF COMPLIANCE
IV. CONTRACT DOCUMENT FORMS
1. BOND TO THE CITY OF RENTON
2. CONTRACT AGREEMENT
3. CITY OF RENTON INSURANCE INFORMATION FORM
4. CERTIFICATE OF INSURANCE(SAMPLE)
V. CONTRACT SPECIFICATIONS
1. SPECIAL PROVISIONS
2. AMENDMENTS TO THE STANDARD SPECIFICATIONS
APPENDIX A - SAMPLE FORMS
1. REQUEST TO SUBLET WORK
2. MONTHLY UTILIZATION REPORT(CC-257)
3. RECYCLED PRODUCT REPORTING FORM
4. CERTIFICATION OF PAYMENT OF PREVAILING WAGES
APPENDIX B - HOURLY MINIMUM WAGE RATES
APPENDIX C-STANDARD PLANS
2005 Overlay
CITY OF RENTON
2005 OVERLAY
i
I
I CALL FOR BIDS
i
M
1001 OVERLAY 5/16/2005
CAG-05-073
.. CITY OF RENTON
CALL FOR BIDS
2005 OVERLAY
Sealed bids will be received until 2:30 p.m., Wednesday, June 22, 2005, at the City Clerk's
office, 7th floor, and will be opened and publicly read in the 5th floor conference room #521,
Renton Municipal Building, 1055 S Grady Way, for the 2005 Street Overlay project.
The work to be performed within 60 working days from the date of commencement under this
contract shall include,but not be limited to:
,. Installation of approximately 100,000 square feet of asphalt patching, 8,706 tons of class B
asphalt concrete overlay, removal of asphalt concrete (by cold planing), utility adjustments,
channelization, and complete restoration as set forth in the design drawings and specifications.
Engineer's Estimate: $750,000 TO $1,000,000
The City reserves the right to reject any and/or all bids and to waive any and/or all informalities.
Approved plans and specifications and form of contract documents may be obtained in the Public
Works Department Customer Services at the 6th floor Renton Municipal Building(Tel. (425)
430-7266), for a non-refundable fee of$32.17 + $2.83 Tax (Total $35.00) for each set. If
jordered by mail, add $5.00 for postage,which is also non-refunded.
For information regarding this project, contact Bill Wressell, Project Manager at(425) 430-7400.
A certified check or bid bond in the amount of five percent(5%) of the total amount of each bid
must accompany each bid.
The City's Fair Practices and Non-Discrimination Policies shall apply.
The City of Renton hereby notifies all bidders that it will affirmatively insure that in any contract
entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded
full opportunity to submit bids in response to this invitation and will not be discriminated against
on the grounds of race, color, sex or national origin in consideration of an award.
Bonnie I. Walton, City Clerk
Published:
Daily Journal of Commerce: June 8 and June 15, 2005
v.
CITY OF RENTON
2005 OVERLAY
I
1
I I
j
INTRODUCTION
N
r
2005 OVERLAY
r
.. CITY OF RENTON
2005 OVERLAY
INSTRUCTIONS TO BIDDERS
1. Sealed bids for this proposal will be received by the City of Renton at the office of the
Renton City Clerk, Renton City Hall, until 2:30 o'clock p.m., on the date specified in the
Call for Bids.
At this time the bids will be publicly opened and read, after which the bids will be
considered and the award made as early as practicable.
No proposal may be changed or withdrawn after the time set for receiving bids. Proposals
shall be submitted on the forms attached hereto.
s
2. The work to be done is shown on the plans. Quantities are understood to be only
approximate. Final payment will be based on field measurement of actual quantities and at
the unit price bid. The City reserves the right to add or to eliminate portions of that work
as deemed necessary.
3. Plans may be examined and copies obtained at the Planning/Building/Public Works
rr Department Office. Bidders shall satisfy themselves as to the local conditions by
inspection of the site.
4. The bid price for any item must include the performance of all work necessary for
completion of that item as described in the specifications.
5. The bid price shall be stated in terms of the units indicated and as to a total amount. In the
event of errors,the unit price bid will govern. Illegible figures will invalidate the bid.
6. The right is reserved to reject any and/or all bids and to waive informalities if it is deemed
advantageous to the City to do so.
1 7. A certified check or satisfactory bid bond made payable without reservation to the Director
of Finance of the City of Renton in an amount not less than 5% of the total amount of the
bid shall accompany each bid proposal. Checks will be returned to unsuccessful bidders
immediately following the decision as to award of contract. The check of the successful
bidder will be returned provided he enters into a contract and furnishes a satisfactory
performance bond covering the full amount of the work within ten days after receipt of
notice of intention to award contract. Should he fail, or refuse to do so, the check shall be
forfeited to the City of Renton as liquidated damage for such failure.
8. All bids must be self-explanatory. No opportunity will be offered for oral explanation
except as the City may request further information on particular points.
9. The bidder shall, upon request, furnish information to the City as to his financial and
practical ability to satisfactorily perform the work.
10. Payment for this work will be made in Cash Warrants.
2005 OVERLAY
CITY OF RENTON
2005 OVERLAY
11. The contractor shall obtain such construction insurance (e.g. fire and extended coverage,
worker's compensation, public liability, and property damage as indicated on forms
enclosed under Attachment A herein and as identified within Specification Section 1-07.18.
12. The contractor, prior to the start of construction, shall provide the City of Renton a detailed
bar chart type construction schedule for the project.
13. Payment retainage shall be done in accordance with Section 1-09.0(2) "Retainage and
Section"
1-09.9(3) "Contracting Agency's Right to Withhold and Disburse Certain Amounts" located
in City of Renton Supplemental Specifications.
14. The construction contract will be awarded by the City of Renton to the lowest, responsible,
responsive bidder. The bidder shall bid on all bid schedules set forth in the bid forms.
Partial bids will not be accepted. The owner reserves the right to award any or all
schedules of the Bid to meet the needs of the City. The intent is to award to only one
BIDDER.
1 15. Payment of Prevailing Wages
In accordance with Revised Code of Washington Chapters 39.12 and 49.28 as amended or
supplemented herein, there shall be paid to all laborers, workmen or mechanics employed
on this contract the prevailing rate of wage for an hour's work in the same trade or
occupation in the area of work regardless of any contractual relationship which may exist,
or be alleged to exist, between the CONTRACTOR and any laborers, workmen, mechanics
or subconsultants.
The prevailing wage rate to be in force during the duration of this contract are included
1 within these specifications under section titled "Prevailing Minimum Hourly Wage Rates".
The wage rates shall be included as part of any subcontracts the CONTRACTOR may enter
into for work on this project.
.. 16. Employment of Resident Employees
The CONTRACTOR and subcontractors shall employ Washington State residents in
accordance with the requirements of RCW 39.16.
17. Water Pollution Control Requirements
The CONTRACTOR shall conduct the work in accordance with all applicable pollution
control laws. The CONTRACTOR shall comply with and be liable for all penalties,
damages, and violations under Chapter 90.48 RCW, in performance of the work. The
CONTRACTOR shall also comply with Article 4 in the Puget Sound Air Pollution Control
Agency Regulation III regarding removal and encapsulation of asbestos materials.
2005 OVERLAY
.,. CITY OF RENTON
2005 OVERLAY
18. The CONTRACTOR if he so desires may determine existing on site features such as the
thickness of existing road surfacing, prior to bid opening. The bidders must notify the
OWNER within 48 hours prior to exploration activity and shall repair all boring and
exploration work to preexisting condition.
19. Standard Specifications
All work under this contract shall be performed in accordance with the following standard
.. specifications except as may be exempted or modified by the City of Renton Supplemental
Specifications, Special Provisions other sections of these contract documents. These
standard specifications are hereby made a part of this contract and shall control and guide
all activities within this project whether referred to directly,paragraph by paragraph, or not.
A. WSDOT/APWA "2004 Standard Specifications for Road,Bridge and Municipal
Construction" and "Division 1 APWA Supplement" hereinafter referred to by the
abbreviated title "Standard Specifications."
B. Any reference to "State," "State of Washington," 'Department of
Transportation," "WSDOT," or any combination thereof in the WSDOT/APWA
standards shall be modified to read "City of Renton," unless specifically referring to a
standard specification or test method.
2005 OVERLAY
CITY OF RENTON
SUMMARY OF FAIR PRACTICES POLICY
ADOPTED BY RESOLUTION NO. 3229
.. It is the policy of the City of Renton to promote and provide equal treatment and service to all citizens
and to ensure equal employment opportunity to all persons without regard to race, color, national origin,
ethnic background, gender, marital status, religion, age or disability, when the City of Renton can
reasonably accommodate the disability, of employees and applicants for employment and fair, non-
discriminatory treatment to all citizens. All departments of the City of Renton shall adhere to the
following guidelines:
(1) EMPLOYMENT PRACTICES - The City of Renton will ensure all employment related
activities included recruitment, selection, promotion, demotion, training, retention and
1 separation are conducted in a manner which is based on job-related criteria which does
not discriminate against women, minorities and other protected classes. Human
resources decisions will be in accordance with individual performance, staffing
requirements,governing civil service rules, and labor contract agreements.
(2) COOPERATION WITH HUMAN RIGHTS ORGANIZATIONS - The City of Renton
will cooperate fully with all organizations and commissions organized to promote fair
practices and equal opportunity in employment.
(3) AFFIRMATIVE ACTION PLAN - The City of Renton Affirmative Action Plan and
' Equal Employment Program will be maintained and administered to facilitate equitable
representation with the City work force and to assure equal employment opportunity to
all. It shall be the responsibility of elected officials, the Mayor, the Affirmative Action
1 Officer, department administrators, managers, supervisors, Contract Compliance Officers
and all employees to carry out the policies, guidelines and corrective measures set forth
in the Affirmative Action Plan and Equal Employment Program.
' (4) CONTRACTORS' OBLIGATIONS - Contractors, sub-contractors, consultants and
suppliers conducting business with the City of Renton shall affirm and subscribe to the
Fair Practices and Non-discrimination policies set forth by the law and in the City's
Affirmative Action Plan and Equal Employment Program.
Copies of this policy shall be distributed to all City employees, shall appear in all operational
documentation
of the City, including bid calls, and shall be prominently displayed in appropriate city facilities.
CONCURRED IN by the City Council of the City of RENTON, Washington,this 7thday of October, 1996.
CITY OF RENTON: RENTON CITY COUNCIL:
'
"p IV(ayor Council President
Attest:
City Cler
03_SUMRY.DOC1
CITY OF RENTON
SLM'fARY OFA&MCANS WI771 DISABILI77ESACT POLICY
ADOPTED BYRESOLUTIONNO. 3007
The policy of the City of Renton is to promote and afford equal treatment and service to all citizens and to assure
employment opportunity to persons with disabilities, when the City of Renton can reasonably accommodate the
disability. This policy shall be based on the principles of equal employment opportunity, the Americans With
Disabilities Act and other applicable guidelines as set forth in federal, state and local laws. All departments of the City
of Renton shall adhere to the following guidelines:
(1) EMPLOYMENT PRACTICES - All activities relating to employment such as
recruitment, selection,promotion, termination and training shall be conducted in a non-
discriminatory manner. Personnel decisions will be based on individual performance,
staffing requirements, and in accordance with the Americans With Disabilities Act and
other applicable laws and regulations.
(2) COOPERATION WITH HUMAN RIGHTS ORGANIZATIONS - The City of
Renton will cooperate fully with all organizations and commissions organized to
promote fair practices and equal opportunity for persons with disabilities in
employment and receipt of City services,activities and programs.
(3) AMERICANS WITH DISABILITIES ACT POLICY-The City of Renton Americans
With Disabilities Act Policy will be maintained to facilitate equitable representation
within the City work force and to assure equal employment opportunity and equal
access to City services, activities and programs to all people with disabilities. It shall
be the responsibility and the duty of all City officials and employees to carry out the
policies and guidelines as set forth in this policy
' (4) CONTRACTOR' OBLIGATION - Contractors, subcontractors, consultants and
suppliers conducting business with the City of Renton shall abide by the requirements
of the Americans With Disabilities Act and promote access to services, activities and
' programs for people with disabilities.
Copies of this policy shall be distributed to all City employees, shall appear in all operational documentation of the City,
including bid calls,and shall be prominently displayed in appropriate City facilities.
CONCURRED IN by the City Council of the City of Renton, Washington,
this 4th day of October 1993.
C RENTON RENTON CITY COUNCIL:
ZZ�r
Mayor cil President
Attest:
City Clerk
to
CITY OF RENTON
2005 OVERLAY
SCOPE O F WORK
The work involved under the terms of these contract documents shall be full and complete
installation of the facilities as shown on the Plans and in the Specifications;to include, but not be
limited to, asphalt patching, asphalt concrete paving (Class `B'), removal of asphalt pavement,
utility adjustments,and channelization.
Any contractor connected with this project shall comply with all Federal, State, County and City
Codes or regulations applicable to such work and perform the work in accordance with the Plans
and Specifications of the contract document.
i
1
2005 OVERLAY
1161h Ave
O
v \ O
111% r�
uJ
JU anV 41921 O
3S .
_ wW
1i01e — 3S anV PDZZ1 W
35-V P211 '�' — Q (�n
a / 3S-V 41011 — �/J
O — ODYt04 — =❑❑ _
e©
'P--P3 3S-V 41911 ui N
35 antl 4i9R W
�N-any ua� `JS V 4161: /\O
v 35-tl 4)fil
Ja�a uoyy — //''''��
co
yD,MauuaH 3S-V 41111 D-
tx Q
�x� 3N anV 3S-V 4160
W
-_-any xopoaA —
— y 5
Z
Did �D
Z
O o
J Ce 35 Q
z � 5 1}vd 5 Md1 Ave 5
°o 00 �-
LL
oz - Z
z "'°°% U
y o11D
UQ S 15ap j0 \
LL
owa'3 allDA
OP8 'IPA 3
3
3 w
5w N
G MS anV pui3 M any Pu11 _
y
_ 3 LO
CD
CD
t w
0 ,� N
`C M I A1a-#
O r O O
r. m
r N f- O (D V O CD 'IT co N O O N r — N r r m
?> r r r y Z
> ca D
m
D) N co O CO M r N O V r N r - M � ro 0
> H
0
LD
0
r N CO r H M O O . N — r
Z
O
O O O Cn O O O
(� Z O O O N -T O co co M M
0 N O M Ch
N 0
Z 0700 000 ON (OD 000 � O iD O N
z Z
Z 'IT O N N
�
W �
N O O O P- M (D h , O M m O O M c) O O f� f� 0 0 t- r- O
O O O m M O w r- m O O O O CO (D O r M M N (10 CO N CO O Cf) O V f-
Z N CD M M co M N r � N r r N N r
O r r
H
}
It co 1,- r- co N CD V O 77 r O O co N O N M M co f- co f- co a r- (D M f" co
O V co (D O N M N O N O N r- M co N co co co d' �f N 00 (D O (D M
co CO NT r- N N O O N V h O N r M M le O O r i- (D (D O P O CO 00 r O
CJ
@ W r N w 00 N O M N r N O r
r N r
r O O O O O NY N O Co O O O O v/ V O O O O (D O O O O w CO O O � r
It m 00 O 'IT CO) O 00 O co 00 (D (D 00 O O O O O N O V O O CfO N O O
O O M O (Cl r N M O N l7 00 O O � O O N N N � � O � O N N M O
00
P N t O N O -* N O V CO I- 0 0 V O O O O It O O (D OD N (D D) CO
Cl N O f' r O N N r N co
Z N
Q cn (n cn cn
V N N N N N N Q co co N Q N N N N co Q 11 Q N N N N N N N N N N N
~ O O O O
N 0 0 0 O f- V O f- N M M M O O O O 7 "t 0 0 " 0 0
Jw M co co M N N O O O It Cl) co M O M M M M M M M M M M CO co
cc W N co (D O O (D O O O d 07 O O V O O 'IT O co 00 0 0 0 0 0 0
O O co r f� co f- I- O O N 00 P- V N M CD 00 M I- O tl0 O CD
Z M N r N r f- M M CO CO CO r CO M N .- N N N CO V O V
0 O
O
W U) U) U) I-
N z z � > � � > � � U Cl)
a > cn "' a `na > p > U = U) a
Cf) CL < p Qacj UQcna z L.Li p � ppp
= � z = wz Z) U) W � � Z) Oc_nZZ � zzz
F- O w F- O w w w = w w = w W W w w w w w
r � n � p - F- � oC2Zf- H = Z _
� UU)) rzc~n Ir < cr w ~ ova w (~nU) UnCf) Cf)
w w Q w O Q Q Q = 0 2 p r- 0 2 D _ = O Q Q 2 Q Q Q
zzWz2w = = cn U) 2cnm (n z U) mcn 2wwU) www
W
U)
U) > U) H
g mz > z U) U) U) > U) > U) U) QU) v = U) U) cn > U) U)
w HU) p U) < < QUQ � J Qwo� Ua < < < U) < Q
LL cn w w z w Ir n. w =
z00 = w0 > LUM = = U) w U) w = OcncnU) wU) cn
= ww � F- w Q - w w o� = } p cr u 0� mm = mm
U) z (f) Z 0CE ZQ � ~ Q N X1- -1 0Qcr HMrr
w0www0 zQQ Q20go� N 02Q = = 000200
z2zz � 2 = rr = � 2 � 0 cn 2cnF- U) 3� 222cn22
LL F-
2 z w z zz w U)
~ 0 w
Q � (nU) WaCL cn F- c U F- F- F- F- F- F- F- F- �
W W =O = = O = = = = cwn c~nc~nc~nc~n ►- p U) U) cncnUlUUcncnUU 0
' oC H W 0 _ _ _ _ _ _ _ = = _ = N Co
W Ir - z .- r p > > w � J Q pLnLC) CC) (ocDr- r- � oDrn
O W W w O W W 0 > > ~ 0 Q = 0 N N N N N N N N N N N N
wI I L-ZZzz2ZZ woU) z U) U) U) U) U) H U) U) [ncnU) U) U) U) U) cnU) U) cn
k r N N M �
r r
U'
r N N N N r M N N N N N r M r N r r to O
co
7� r 119 O) N Z
> co D
m0
0r
N N N -'T r r r "T N r r N (n r M N r r r N r N r r 00 O a
O 0
= T H
a�
0
0
Z r N N M r r r N M r N N N N N N N N M N M O N
(0 f`
O
0 Z O
G7
as
LO r-
Q O -CT
Z Z N r
W a
N M M V to O P- r Cl) N M (D M N co 0) CO M (C) F O N T (O
N r In M M r 0) N r M 00 O O M r r (D 00 (n It 0 0 0 r r 0 f0 O
Z N r N r r r r N r N 00 r-
O v aD
D M r O M M O O N (D 00 00 O CO M O M O n M M L!)
M O w O M M M (1) (D N O N � N M � (n M M O O (D N (O
r o Cl) N r 0 00 0 0 00 r r- m O r O O (n � (n M 00 00 0 0 O 00 r
O - - - - N CA
� r r r r r r r r r r r r r r r r � 0
N O O O O O O O o O O o lt O O (D 00 O O _O O O o O o _O O 00 00 to
W 0 0 0 co 0 0 0 O � 0 O M O M M IT (n M N N O O 0 r` M r M
m 0 0 00 In O (n �t N (D V r M M N M 0 CO (O tf) N N O (D M r
F—F.. O O) N O O O N r- O (D O (D 00 00 O O O (D M co r 00 O 00 O W v N LO
N M (O
Z
Q (A J
= V N N N N N N N N N N N N N N N N N N N N N N N N N N N
Q F O
0 0 0 0 0 0 0 0 0 0 o v v v v v v O o 0 0 0 o v
Q
N
J
W Qr O O O N O O O O O (n O O (f) 't N LO 0 r- V � 0 0 LO Lo (() N
> M O O w (f) O (n w O (f) (C) Q) V It O � r- � N (n r � r- (D (n 00
Z Cl) M M M CO N (1') M (f) M r N N CO N N r N r r (n N N N N
0 O
LO
0 >
N >
= U
F- 0 ❑ ❑ J ❑ ❑ ❑ 2U) ¢ F- F- JF- F- F- F- F- F- F- F- F- ZZJJJ
Z ZZ W ZZZQ2 � (nUdUU (nUCnU (nCn (A W W W W W
Q ¢ ¢ N ¢ ¢ ¢ _ Q N Cl) Cl) N N N N N N N N N Q Q co N N co
w w w cn w w w cn cn (n (n cn cn cn cn cn cn Cl) cn cn Z Z cn cn cn
cn co cn U) 101> > > >
cncn (ncn = = 2 2U
O >> > ❑ F- F- F- ❑ F- C) ❑
It ¢ ¢ ¢ 2 W W W Z W 0Z F- F- JF- F- F- F- F- F- ZHF- H F- -J
U- U) U) W Ow W coUdUC) Co 'nU W (nU) UnCnW a
F- = = = 2 = 222 = 2F- 2 F-
E M F- F- (nF- F- F- F- F- F- F- F- F' F- 0E- 0E- F-
' CC 2 m - - - 2 — r O O O 00 rl- r- (D (D Z) r- r (D r 0 0)
Q 00 ¢ 2 2 2 0 2 Q M co co N N N N N N 0 N M N M M N
� 2i 2F- � � � Z '3 cn (n (n (ncn (n (ncncncncn (ncncn (n Cl) cnCl)
w � U �
g U) � cncn � QQQ
Z F- (n (n (n (n (n (ncncn (n0 <0F- T = 2
U » » » » > Y OF- F- F-
F' J F- F- JJJJF- F- F- F- ¢ ¢ ¢ ¢ ¢ ¢ ¢ ¢ ¢ v (nCnZW W2
w � UUa awwc wwn - (n (n (n (n (ncnc wwDww ¢ 000 0
' = = F- 222 = F- F- F- W Qcr Ir � � F-- c�
U oo � r- 000) 0 ncncnirrroroEww wo000OCQF= F_ t- F_ — F_
Cl) Cl) M N N N M M M M D 0 0 0 00000 0 2 g 2 _ _ = 2 L6
ICI)lu)lcnlu)l(1)1(1)ICI) cn cn I(n I CO 12 12 1212 12 .2.212 2 (n cn cn
CL
Q � c
N Z
x Z
N Q
C =
roU
M In N N !f N T O
N >
0
LO
0
O (D O O CD W
CD O O In ll)
Qy T T
N
{ O O N ( r� r- CD M
!— T
O 00 � N OD V N � CD V N CD 00
OD N T V In N N Ul)
T T
N
O M N Ln N .- N t- O N CD
N N le M Co m N � F- Lr) N r-
O N N VT T N M
r
Z O co I,. LO O w m v
T N
o Q cr
Q CD to N Q9 w N N O
N
N_ curia
J
W ° o°DN °O co° °o w
Z ";T m N CY) LO
Z v
Q
U Cl)w
Q > z � U ¢ � > > Q > v = Q
LO Cl)
J UU)) F- p IL 0 > Q YQ � Q Z W aY � Qpp � pppoop
= W_ W DU) W w W W w � O (nZZ W ZZZZZZ
O W = D W W 2 W W W W W w w w W
W rW � W W rW = F- _ � W =
F- z F- p z r w F- Z U) r F- w F- F- H F- l- F- H F-
O r � U) r (n w — Q w Cl w cc Q — U) U) — (n cn U) (n U) (n
wwaw0Q Qa = O2pr- 0 2 = = = 0 QQ 000QaQ
zzwZ2w = our cnZ> Unmcn Z (nmcn3: 2wwcnwwwwww
O
O �
w cn
> U
N mz > z cnQcn > � (na (nU = www > cn (nwww
0 F- Q Q ~ Q � > > Y > Q Q > p Y F- > > > Q > > > > >
cr W F- Cn0 U1Q QUQ � J aw � UwaaQ � QaaQQ
z00 = WO > w wpcnW o (n W F- p0cncncnwcncncn (ncn
D M 0- r- F- C a p W 2 p Z w 2 O _
cnz U) z p Z wH crF= m
wOwww0 zQ a = 0goC N 0 <MM000200000
w z �Ezz3: 2 = wU) 2U) 0 cn 2w1 - w3: 222w22222
w w x
z w w cn
z CL
(� < F- U) � QILd W ~ � p Y
F- F- F- F- F- F- F- F- F- F- F- J F- F-
W w W = = w = = � � � F- F- U U) cncnU) C/) U) (nUUWUU
' = 0E- F- 0E- F- =IFM- FZ-: (n (n (n (n0 r _ _ _ _ _ _ = = = = = F-
F- > t� w n F- = = = = m F- F- F- F- F- F- F- F- F- F- F- F- F- F- U)
CC > r r Z r r = _ F J Q = LO LO N N N N N O0 D W w W 0 W W 0 0 Q = 0
Z z z z 2 Z Z w (n U) Cn (n (n F- U) (A (n (n (n (n U) U) U) Co U) Cn Cn (n Cn (n
Q' T N N M �
En
0
' o
N
NZ
x Z
fA Q
C =
DU
N r- N r N Lf) 10
Q T N M g ~
N a`>
0
Ln
0
O N
CO
N
O co
GD
,k
CD (D co �
r 'fl T M
N
+� "z M co N 'IT
N
CD
Z O M
Q
Q M
LO r
O
J
W Oo
Z v w
Z
Q O O a
T-
Q. aJOC] � O W UQF- F- JF- F- F- F- HF- F- F- F- zZJJJ
W cnU [iUUcn0U) 000Cn Un W W UL CL a.
W sx W W W � x � xxx2xx2xxx22xx2xx
a O � (nCn (n ~ ~ W LO OOa) cor- t- C~DCDLocoLoCC W Om0~0
N Q Q Q 2 o N Cq M N N N N N N N N N 0 0 CO N N
Un W W W UJ Cn Cn (n Cn UA Cn Un Un Un Cn CO Un z z Cn Un Cn
0 Un Cn Un Un
N >> > > U)
QQQ Q
1 CC W W tr Ir z cc: U) I- JHH- F- HF- F- zF- h- F-- HJJ
X000 W Ow W (nc) d- Uw0WCnCnUncnmm
o � � � = � = xF- xxxxxxxxxxF- xF- xx
¢ Qxx xoxgoMChMNNNNNN0NcoNcocoN
F- � � � z � cncncncncncncncn (ncncnw0U) cncncncn
co w
U) cn Un >> >
' * �
Z cncncncncncncncncnUQUF- xxx
U » » » » > Y OF- F- F-
F" JJJ QQQU(EIMO QQUUnCnZ (r � �
W � � � � cn (ncnF- cncncnc (nCnxwW0000
' 22S = F- F- F- W
� F- F- F- F- CnUnC_nz � � � W WN N N ° "> M x 0 0 0 0 0 Q TZ
~ ~ x x 2 x wcncncncncncnm 22 U) ccn3:
0
0
o
N
N
i
N U
X f6
U C
� O
Cl U
IL
C') O 00 O N c� O I� I� (D N It D) O N N O f� C7 I� (D f� CD I� cD f�
} I- N r Cl) N r (D I� to 00 N O r N N It N N r N 00 T
N
O O N N O0 V O O (D CD T (D C0 C7 C0 O0 O O O (D LO O T O OJ V O O N O
(D 00 (D LO O T V O r LO t Tr� O O O M LO T T O (D M V V Vlzt (D M (D
(D T T M T T LO (D Ln I- N LO r r T N N T N T N r- r
T
Q
N
Q T T T T T T T T J J T J r J N T
Q Q Q Q
O O O O
(n N co O (D O co 00 I,- 00 C'7 ~ N ~ Lo m V rZ O ~ LO 00 V O O ~ CD "7
W z Ln T N N Cl) r C0 (D Cr LO T T T r N N N T T N A T
0
(n
C)
cr. Cn
U 2
0
> Q p w U r
a
C) Q U) °zz 2
N O
U
U Cl) v M
cm U) U U) o
LL ~o
m
J = N 2
F- N U) U) CO
U)
C)
U =
cc
U) C) �
Cl) �
Q
� i
LO
0
0
N
M
N
LO
N U
X c6
U 0
ro O
a U
IL
00 r co N O O V N 't CD f� In N N O 00 O) (O O N I� V N O (D N (D � O
00 r r LO T N LO r � 'I lf") OD r N Cl) N N
r N V
Q
N
N (D V m O O (D 00 (D � CO LO 00 (D 00 r N (D 00 � O LLB (D Cl) (D 00 It V 00 d (D O
(D co N O N O M O 00 � V 0') 0 O r a0 r" M r- LO LO co N V Cl) O LO LO 00 LO r 00
r M M T I� r M r N 1 T CO M N CO r N r N N T
� N It
LL
Q
W 0o (n zt 00 00 Lo (D 00 Cn V' f- M 00 (D r O N (D co O Lo (n 00 I� (D N O On 00 O 00 LO
Q T J LO T ' r r J N N M T M N T N J r N V r r
O O TO
t/) z � � (D (DLI) CO (D (D ~ (Da) Ln (0 COO (D (D (D (D00 ~ r- m (Dm (D (D (D (DNN
WZ r r r r r r
6" = O
I ■
� a
� Y
0
o
U Z cn N
L O a � U
N N
p co w cn
N O
H
U_ cn
cr U) ¢ v
' N O N
U U)
' � U)
W
W Q F— Q
1 U) C)
E cr
p N O
0
0
o
N
M
N
LO
N U
X
U C
O
a U
a
C, Q) aoCSJ Cl) 000NLOLo OOoO � v O (DLn1 CDN Ln � (DLO (DO V O (Df- OI- LO
} r r N r � N Cl) N N Cl) r r 0 CT r r CO N r r- Cl) CO Cl) N r
0
U)
M N 00 O O N 00 00 LO It N 00 Cl) (D O I- LO (D v M LO O V N LO O (D r � O O O 0)
(D (D I- r M f- f- V M N LO I- T O O V V a) 'IT O r I CO N 1'- O 00 LL') V m (D �
N M LO M N N CO r O CO r r M N r f- N N Cl) N
N M r
U-
0
U)
LJ I � r— M O O N 00 00 (n (D (D CO C) I LO Cl) M V N m -' N (n Lo O -q m m (D O O r-
0 N N r Cl) r r Q Cl) CO r co r N (D CO N r CO N r Q co co Cl)
O O
h (D (D f� O O (D ~ C) O 07 O N ~ Lo D7 D7 O (D Lo O (D I,
TW Z N N r r r r co
Li 0
r
� a
� Y
oa w "
a
O Q U) w
O �
N O
H
U cn
cc
N O
U
W
�. W >Q U
N Ir 00
Ir O �
CO
LO
0
CD
co
N
N
N U
X c4
L 0
E)C O U
CL
a
1
cor- CDV r,- N "'T qLo m0OV Om mmmr` r- 0 o � M � MNMr� OM
r N r r N co r CO l r r M N r r to N N 00 N r
N
N M V CD O 00 (D (D lf) N N O O CD 00 M O N O O N M M M O O N O N V' 00
r- q M N LO r- M r r r- M r'- M N M N r r- r- LO O r- �t M N m r- O r- m a0 N
N r M
NM — NM r r r N - - M r N r` r r
LL
tf7
N r- m r m M O t r N w O m co 't (n O N � LO Cn w O O Lf) O w Ln N M O O
Qr N N N r N N T T M r r N J CO r r r J r r N r J co N
O O O
1" WCD O CD CD CD r (D D7 LO CD D) O r- r- f' r- CD 0 0 ~ N CD CD OD CD m OD cD ~ cD cD
TT Z N r N r r N
iy 0
r
� a
cc Y
LU
0
> H U Z v
O d H
N Mo
pU) w cn
N O
H
U cn
o> CC U Q U
LL _
N O N
Cf) U)
W Cf) Cf)
W Q Q
Un U Un
F
O N O
LO
0
o
N
(h
N
Lo
N U
X (6
U C
� O
CL U
CL
(D C7 N O N Cl) O r co Lf) r-- O Lo M N CD Co O O 00 N L� r O0 O T O O Cl) p- —Cl) N
} r 00 N N T T O r- r � O7 V N N N Lo T N N T r q N N r r Cl) O LO (D
T T N (D r LO N O0
v
N
O O w O m O CD O O L!) CD O Ln V 00 O V O O N 00 O N N O (D 00 O O O O O
,Zt LO (r 00 O N O V' N r- C7 O N O O O 00 00 CD O N O 00 O CD 00 O O 00 CD
O (D r r r LO CD M (D M m N N T L!) r r L!) r V - r O 00 It Nt r�
F r r Cl) r U) cf N I-
LL
W CD C) ONOcn CDOLoN0L,) I- NONOO (n N LP) NOON0 0000 (n
0 (h r N N r N J r (D � IT V r r N LO r N CO J r M M N r J T LO 00 q J
T r Q Q Q Q
O O O O
0 O Ln O O O O ~ O N Ln 00 M Ln N n O N D ~ ( 00 ~
Z 00 N O W N ~
d' Cl)M r r r r M (7 r
U o
� a
� Y
D LO
a O z ci z
to d c~n ~o CO
p Q w cn w
N cc
�Lr Q
U cn cn
O Q Q
LL U U)
CE 2
F
c
F-
cc d U
fn 2 2
cr CD
oO O Cl)
LO
0
o
0
M
N
In
N U
X cp
L +�
U 0
� O
C1 U
D.
J
0 O O 00 N r 0 0 0 m 00 O f- r-- r N C7 T 00 O C7 00 r CD r (n I� 0p C7 CD r D)
} N N r N r N N r r N r r r N r 00 lf7 CO
N N
d
W. O O O O O O * O O N O O O (D 0 0 0 N O O N (D (D 0 0 0 0 0 0 O
00 00 (D O O 00 LO O N fl- w LO (D O O N C) fl- 00 N f- O LO D7 00 � (D Lf) O (D O
r r r N r r r N r 00 N r l-- LO r O0
H N
ijLr Y (Q N U-W
O (n O O N O O n O N O n O N O O O N (n N N 00 O N O O O O O n
O
CO J N N r N N r M r r r N J r r r r CO N n LO J It Q Q
O O O
w
co O 00 O CO CD CD CD (D O w w O co (D (D ~ O O N w 00 00 co co m O F- O
W z r N
= O
U J
Q Q
>
L � a � Q
W Y o F-
> v zz p
� Q w w
a U) � _ �
M =
p C/) w (U
N O
F— U)
U Cl) cn F-
> O F- Q Q U)
U = C/) U) w
w z
C) O O ~
�Cl)
w
w
Ir Q U F- F-
IrH H H
O co co co
r
lb
r
LO
0
coo
N
N
l/J
y U
X �
U C
� O
a �
IL
I- O 00 O (� V 00 N O co N T O r- O r N T � � O 0) CA O rt O co O r- N O
(D Il N V N � T T T T T r O r N N r (D r I T LO
O It O N 0 0 (D N L() O 00 (D O O N Ln O a7 O O O T T 00 CO O O O 00 O
O LO AOA O (O T Cl) L(') r- (D O O (O N f- Cl) LO r Cl) V O0 O0 00 00 N O N O N O LO
LO 1- T C) N 00 M T T T T � Lf) LO 00 T N r T N T
T C') Cl)
Q
N
W 0 0 0 V LO L!7 (O (n LO N O 00 N O LO m U) LC) r 0 m 0 0 0 �Y CD Cn O LC) O N Ln
Q LO I- N co Q N T N T T N M JQ l!) N r co r Q
O O O
C O CD O OO (R (O CD ~ Lo N w CD O0 00 N 00 ~ O m O7 O (D O CD co ~ O CD O m (D
WZ co T T T T T m T co
`y L2 0
■
� a
� Y
J J J
> a a a
0 a T
o m OD
C Q co N N
C (n cn Cn
cm 0
U
> o
cc a
LL _ _
c �
O CT
(o co N
Cn Cn (n
Cn Cn U)
W
W cl: Cc
cc N
_t
2 2 =
LO
0
N
CO
N
N U
X
U 0
� O
2 U
a
M O M M O T O r M N 00 f� 00 cD M V 00 f- M O f- f- M O f� M I� r T
} M N T T r cf r (D LO N r 0 N M N co N N 11 r V N N T 0
� T
O CD O O O CD O O O O O O N O O (� 00 O O O 0 0 0 0 0 0 0 0 0 0 0
O N N N M O W V N (D (D (D I� O T N CO (� r- r- O It 00 N N N ct V O N
N T T M CD T (c7 (D Ln N r 0 N N N CO T T N N r f-
r N N T
0
U)
O N O O O N O (n (D (D O f- CD (n CD (D (n (D O (n co N N (D N O O (n
0 In N N N r T 11 N T CO J r J J CO J T r T N T J
T
O O O O O
W z00 00 (D CD 00 00 O N M O O N O O T O In O O Lo O O O N O
M T r In CO N T Cl) It 00 CO CO T N N r
= O
� a
cc Y Q
W O o cn
> E— U z cn M
O a � w
T-
U) LO
p Q N Q N
p (n w cn cn
N O
H
U_ (n (n
> o Q v Q
LL U)
_ m _ EE
N O N O
U) 2 (1) 2
U)
W Cl)
W
cc Q {- Q
U U Cf) (A
C/) 2 2
LO
c CF_
p N p N
C/) Cf)
1
0
O
O
N
CO N
LO
N U
X cQ
L +`
U C
� O
CL U
d
Lo r Cl) (fl f� (7 N co r r M r co N CO co co I- O O M O M f� M (o IN N (O r r r r N NT OD r r M r OD � r r N r r 00 M N M N N
N U)
Lo O O O to O Lo to O 0 0 0 0 0 O O O O O Lo O 'ct 0 0 0 0 (0 0
N O O N V LO d I- r- O O O O Lo f- It N to M (D N O 't (O O M O N 't
F N (D O r o O N M (D r M r (p M r r (V r r 00 MM M N M N N
r
LL
a
in
W TNONQ (oI� - Q OOOOOtc) NO � � (DCOf� OQ � — Cl) ) a0O
0
c (� (f) O O O O O (f) to O 0 0 0 0 to to N N O O O O to O O N O O O �o O N
W Z r (o O r I- M N r r M r r- N r r M r r r N N r M M N r M r
_ O N
U J
� H
J a cf)
>
W Y o v z Q
O Q ~ w _LLI U) cc
= W
U a � Z F-
O Q D O N 2
p c m (n cn Cl)
NO
H CO
U_ >
>
¢
o cn
cc w U) U)
U. = W
N N Q
Cl)
cn cn cn W
W U Q
(� LL U)
W W
2
LO ~
N :D (V
IU)i lco I I(n I (n
0
o
O
N
C7
N
N
y U
X c0
t `
U C
O
CL L)
a
0 00 O N !� a0 CD t C) M M (D O r- �t -1 r-- co Lo O q � r- N o r � O co co co co
} N M N O NO LC) LO M N r r CO V (D N N r � CO M N C')00 O Ln LO CO r It M
Q
LO 0 C 0 0 O m 0 0 11 m O O O O O LO O O O O O O O O 0 0 0 0 0 0 0
,It Ln O O LO O O O V f: m V O O 't N O O M (D O0 O CD � O LC) O O N O �
r (") N CD N LO V M N r �-- CO V O O N V Cl) N N V (D "t LO CO r CM N
N O N Cl)
W LP) O O O (n O L.C) N CD N !- O 't O O Co Lo (D O O (D 't O O U) L!7 L1) 0 0 0 0 (/)
0 (D T— r N J N r r T N CO CO r N r J r N r r N J
O O O
(� M LO 0 0 ~ t!-) CO LO LO N In co 0 0 0 0 tf) Ln O M 0 0 0 0 ~ O O Ln O N Lf)
W Z M co N co N M N M r N M r N N 00 r r N CO r N N r � M N CO r CD
0
cc U
� a
W Y o � o
z
0 Q F' w 0
0o Q 0 o
N O cc z
H cn
U >
> O v¢,
LL w
U)
CO
Cn
w U
W U)
U) w
N
LO
0
o
N
N
y U
X (d
U C
N O
CL
a
0 O LC) O I- O O O m r O co r co r f� co m M co O Cl) --t V r- M (� O N (D (D
(D Lo N Lo (D r N Lo M r M M r r r r Lo � M co Cl)M r V N CO r N M *-- �
OOLO OOOOOOOOOOOOOOOLO OO OOO (D OOO (D Lo 1:31 r
O Lo N LO O m OD O Lo O N O O N LO O LO W (D 00 � N m V O m f- N V m
(D NT N V (D m r Lo M r I- M r r r �-- r � LO M M N r Cl) N Cl) r r O r �
LL
a
d
ch
W O O Lo m O M OD O O N O O O N (n O (n O O A N N (D Lo 00 Lo N (n
Q r r M M r r r r CO r r r r r r -j r J m r r r r J
O O O
N toLnOOLOO OOoLO ~ O ~ OON LnN ~
W Z r r Lo N Cl) r Lo Lo r r r r r r r -IT Cl) M N r CO N Lo *-- N to r
0
Li
y
-� a
cc Y o
CC z z
p a w w
F- U)
p Q Zz w w
cV 0 cn C/) U)
O c Q ¢ Q
U_
Co 0 0
1
w
W
W
� cn a-
N
M co N
CD Ei n
O
o
N
Cl)
N
t[I
N U
X �p
U 0
� O
d O
CL
0 0 0 (D O M Q7 r- f� .i' O f- 00 N O 00 M O N (D
} LO N 1- In � r 0 r r (D N N T In N O
T T r
Q N
O O O O O O O O O (.D O O N O O O O O O 00 r
(n 00 M O (D N 00 In LO, M (D O Il d' 00 (L7 N �!") O O (D
O (n if) Co r O T r M (D N N T z N r- tt)
N �-
v �
N
Q (f� 00 J 0 0 0 J O O (D Co O (D N M O (D O O W J
r TO OO
C O L ~ O (D N ~ lf) (f) M O O N O O U) O (n O ~
W Z M co LO co r r r (D CO r N T- N N 't N
2 O T
U J
Y U)
w � 00 ° Ir
0 a w o 0
CO
p Q w F
N 0 U)
_U = U)
> 0t a:
LL 0� T- ~o
m
>= N J
U) F-
W =
cr F-
O U)
(n 2
O rl-
N = N
LO
o
0
N
C7
N
III. PROJECT PROPOSAL CITY OF RENTON
PROJECT: 2005 OVERLAY CAG NO.: CAG-05-073
COMPANY: WESTERN ASPHALT, INC. BID AMOUNT: 875,181.04
ADDRESS: WESTERN ASPHALT, INC. TEL. NO.: (206) 624-4433
P.O. BOX 980
MAPLE VALLEY, WA 98038
III
PROJECT PROPOSAL
2005 OVERLAY
2. PROPOSAL
CITY OF RENTON
CAG-05-073
2005 OVERLAY
TO THE CITY OF RENTON
RENTON,WASHINGTON
Ladies and/or Gentlemen:
The undersigned hereby certify that the bidder has examined the site of the proposed work and
have read and thoroughly understand the plans,specifications and contract governing the work
embraced in this improvement, and the method by which payment will be made for said work,
and hereby propose to undertake and complete the work embraced in this improvement, or as
much thereof as can be completed with the money available, in accordance with the said plans,
specifications and contract and the following schedule of rates and prices:
(Note: Unit prices for all items, all extensions, and total
amount of bid should be shown. Show unit prices both
in writing and in figures.)
The undersigned certifies and agrees to the following provisions:
NON-COLLUSION AFFIDAVIT
r
Being duly sworn,deposes and says,that he is the identical person who submitted the foregoing
proposal or bid,and that such bid is genuine and not sham or collusive or made in the interest or
on behalf of any person not therein named,and further,that the deponent has not directly induced
or solicited any other Bidder on the foregoing work or equipment to put in a sham bid, or any
other person or corporation to refrain from bidding, and that deponent has not in any manner
sought by collusion to secure to himself or to any other person any advantage over other Bidder
or Bidders.
AND
CERTIFICATION RE: ASSIGNMENT OF
ANTI-TRUST CLAIMS TO PURCHASER
Vendor and purchaser recognize that in actual economic practice overcharges resulting from anti-
trust violations are in fact usually borne by the purchaser. Therefor, vendor hereby assigns to
purchaser any and all claims for such over-charges as to goods and materials purchased in
connection with this order or contract,except as to overcharges resulting from anti-trust
violations commencing after the date of the bid,quotation,or other event establishing the price
under this order or contract. In addition, vendor warrants and represents that such of his suppliers
and subcontractors shall assign any and all such claims to purchaser, subject to the
aforementioned exception.
AND
MINIMUM WAGE AFFIDAVIT FORM
1, the undersigned,having been duly sworn,deposed, say and certify that in connection with the
performance of the work of this project, I will pay each classification of laborer, workman, or
mechanic employed in the performance of such work;not less than the prevailing rate of wage or
not less than the minimum rate of wages as specified in the principal contract: that I have read the
above and foregoing statement and certificate,know the contents thereof and the substance as set
forth therein is true to my knowledge and belief.
FOR: PROPOSAL, NON COLLUSION AFFIDAVIT, ASSIGNMENT OF ANTI-TRUST
CLAIMS TO PURCHASER AND MINIMUM WAGE AFFIDAVIT
III. PROJECT PROPOSAL CITY OF RENTON
1. BIDDER'S CHECKLIST
1. X BIDDERS CHECKLIST
2. X PROPOSAL AND COMBINED AFFIDAVIT AND CERTIFICATE FORM
r
3. X SCHEDULE OF PRICES
4. X ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA
5. X BID BOND FORM
6. X CERTIFICATION OF EEO REPORT
7. X FAIR PRACTICES POLICY AFFIDAVIT OF COMPLIANCE
.. Above documents must be executed by the Contractor, President and Vice-President or Secretary if
corporation by-laws permit. All pages must be signed. In the event another person has been duly
authorized to execute contracts, a copy of the corporation minutes establishing this authority must be
,r attached to the bid document.
r
2005 OVERLAY
WESTERN ASPHALT. TNr_
Name of Bidder's Firm
w
Printed Name YVONNE C. O'LEARY
Signature �
w
Address: PO BOA 98038
Names of Members of Partnership:
w
OR
w
Name of President of Corporation WILLIAM J. PETERSON
.. Name of Secretary of Corporation YVONNE C. O'LEARY
Corporation Organized under the laws of WASHINGTON STATE
With Main Office in State of Washington at MAPLE VALLEY
Subscribed and sworn to before me on this T� day of-, 7k—n e,_, 2005.
L lublic in and for the State of Washington ON
nt)
w og k0TAW j�oirr N (N ment expires: % '0 _ O!�
r
ti PUBVIG • � i
G\WAS
w
w
w
w
III. PROJECT PROPOSAL CITY OF RENTON
3. SCHEDULE OF PRICES
ALL ENTRIES SHALL BE WRITTEN IN INK OR TYPED TO VALIDATE BID
■r
•
2005 OVERLAY
City of Renton-Planning/Building/Public Works Department
2005 OVERLAY
SCHEDULE OF PRICES
(NOTE: Unit prices for all items, all extentions and total amount of bid must be shown.
Show unit prices in both words and figures and where conflict occurs the written or
typed words shall prevail.)
ITEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT
NO. QUANTITY (Unit Prices to be Written in Words) DOLLARS CTS. DOLLARS CTS.
01. 1.00 Mobilization
LS SIXTY SEVEN THOUSAND, FOUR
HUNDRED NINETY ONE DOLLARS AND
$ TWENTY CENTS. 67,491.20 67,491.20
Per LS
02. 2,136.00 Removal of Asphalt Concrete Pavement
SY (by Cold Planing)
$ FIVE DOLLARS AND SIXTY CENTS. 5.60 11,961.60
Per SY
03. 30.00 Crushed Surfacing Top Course
TON
THIRTY THREE DOLLARS AND
$ SIXTY CENTS. 33.60 1,008.00
Per TON
04. 100,000.00 Asphalt Concrete Paving(4" Patch)
SF Class "B" Including Asphalt
$ TWO DOLLARS AND THIRTY CENTS. 2.30 230,000.00
Per SF
05. 8,706.00 Asphalt Concrete Paving(Overlay)
TON Class "B" Including Asphalt
FORTY FOUR DOLLARS AND
$EIGHTY CENTS . 44.80 390,028.80
Per TON
06. 1,460.00 Plastic Crosswalk
LF (8" Wide)
$ ONE DOLLAR AND TWELVE CENTS. 1.12 1,635.20
Per LF
City of Renton-Planning/Building/Public Works Department
2005 OVERLAY
SCHEDULE OF PRICES
(NOTE: Unit prices for all items, all extentions and total amount of bid must be shown.
Show unit prices in both words and figures and where conflict occurs the written or
typed words shall prevail.)
ITEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT
NO. QUANTITY Unit Prices to be Written in Words) DOLLARS CTS. DOLLARS CTS.
07. 181.00 Plastic Stop Bar(18" Wide)
LF
$ THREE DOLLARS AND NINETY TWO 3.92 709.52
Per LF CENTS.
08. 39.00 Plastic Arrow
Each
$ FORTY ONE DOLLARS AND FORTY FOUR 41.44 1,616.16
Per Each CENTS.
09. 2,846.00 4" Raised Pavement Marker
Each Type 1, Yellow
$ ONE DOLLAR AND FORTY FIVE CENTS. 1.45 4, 126.70
Per Each
10. 1,858.00 4" Raised Pavement Marker
Each Type 1, White
$ ONE DOLLAR AND FORTY FIVE CENTS. 1.45 2,694.00
Per Each
11. 35.00 4" Raised Pavement Marker
Each Type 2, Blue
$ ELEVEN DOLLARS AND TWENTY CENTS. 11.20 392.00
Per Each
12. 314.00 4" Raised Pavement Marker
Each Type 2d, Yellow
$ THREE DOLLARS AND THIRTY SIX 3.36 1,055.04
Per Each CENTS.
City of Renton-Planning/Building/Public Works Department
2005 OVERLAY
SCHEDULE OF PRICES
(NOTE: Unit prices for all items, all extentions and total amount of bid must be shown.
Show unit prices in both words and figures and where conflict occurs the written or
typed words shall prevail.)
ITEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT
NO. QUANTITY (Unit Prices to be Written in Words) DOLLARS CTS. DOLLARS CTS.
13. 262.00 4" Raised Pavement Marker
Each Type 2e, White
THREE DOLLARS AND THIRTY
$ SIX CENTS. 3.36 880.32
Per Each
14. 1.00 Traffic Control
LS SEVENTY SEVEN THOUSAND, ONE
HUNDRED TWELVE DOLLARS AND
$ NO CENTS, 77,112.00 77, 112.00
Per LS
15. 72.00 Adjust Monument
Each
ONE HUNDRED NINETY SIX DOLLARS
$ AND NO CENTS. 196.00 14, 112.00
Per Each
16. 129.00 Adjust Manhole
Each
TWO HUNDRED NINETY ONE DOLLARS
$ AND TWENTY CENTS. 291.20 37,564.80
Per Each
17. 13.00 Adjust Catch Basin
Each TWO HUNDRED NINETY ONE DOLLARS
$ AND TWENTY CENTS. 291.20 3,785.60
Per Each
City of Renton-Planning/Building/Public Works Department
2005 OVERLAY
SCHEDULE OF PRICES
(NOTE: Unit prices for all items, all extentions and total amount of bid must be shown.
Show unit prices in both words and figures and where conflict occurs the written or
typed words shall prevail.)
ITEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT
NO. QUANTITY (Unit Prices to be Written in Words) DOLLARS CTS. DOLLARS CTS.
18. 90.00 Adjust Valve Box
Each TWO HUNDRED NINETY ONE DOLLARS
$ AND TWENTY CENTS. 291.20 26, 2os_nn
Per Each
19. 1.00 Finish and Clean Up
LS TWO THOUSAND, EIGHT HUNDRED
$ DOLLARS AND NO CENTS. 2,800.00 2,800.00
Per LS
TOTAL 875,181.04
THE UNDERSIGNED BIDDER HEREBY AGREES TO COMMENCE WORK
ON THE PROJECT, IF AWARDED, NO LATER THAN 10 DAYS AFTER FINAL
EXECUTION AND TO COMPLETE THE WORK WITHIN 60 WORKING DAYS.
DATED AT 9:30AM, MAPLE VALLEY, WA THE 22nd DAY OF JUNE , 2005.
III. PROJECT PROPOSAL CITY OF RENTON
4. ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA
r.
r.
ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA:
NO. N/A DATE N/A
r
NO. N/A DATE N/A
r NO. N/A DATE N/A
SIGNED
r
TITLE SECRETARY
.. NAME OF COMPANY WESTERN ASPHALT, INC.
ADDRESS PO BOX 980
CITY/STATE/ZIP MAPLE VALLEY, WA 98038
TELEPHONE (206) 624-4433
r
r
CITY OF RENTON STATE CONTRACTORS
BUSINESS LICENSE# 4480 LICENSE# WESTEA*294QP
r
r
r
r 2005 OVERLAY
r
„r III. PROJECT PROPOSAL CITY OF RENTON
5. BID BOND FORM
Herewith find deposit in the form of a certified check,cashier's check, cash, or bid bond in the amount of
$
5% of Total Amount Bid which amount is not less than five percent of the total bid.
Western Asphalt, Inc.
Sign here C A
Know All Men by These Presents:
That we, Western Asphalt, Inc, ,as Principal, and
avelers Casualty and Surety Company of merica
as Surety, are held and firmly bound unto the City of
Renton,as Obligee,in the penal sum of Five Percent (5%) of Total Bid Amt.- Dollars, for the
payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators,
r
successors and assigns,jointly and severally,by these presents.
The condition of this obligation is such that if the Obligee shall make any award to the Principal for
2005 Overlay, Proj . #CAG-05-073 according to the terms of the proposal or bid made by
the Principal therefor, and the Principal shall duly make and enter into a contract with the Obligee in
accordance with the terms of said proposal or bid and award and shall give bond for the faithful
performance thereof, with Surety or Sureties approved by the Obligee; or if the Principal shall, in case of
failure to do so, pay and forfeit to the Obligee the penal amount of the deposit specified in the call for
bids, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect
s and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damages, the
amount of this bond.
SIGNED, SEALED AND DATED THIS 16th DAY OF June 2005
Western Asphalt, Inc.
By:
Principa
Travel rs Casualty and Surety Company of America
r
' Surety Hollytl E. Ulfers
Attorney-in-Fact
Received return of deposit in the sum of$
I �' 2005 OVERLAY
TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA
TRAVELERS CASUALTY AND SURETY COMPANY
FARMINGTON CASUALTY COMPANY
Hartford,Connecticut 06183-9062
rr
POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEY(S)-IN-FACT
KNOW ALL PERSONS BY THESE PRESENTS, THAT TRAVELERS CASUALTY AND SURETY COMPANY OF
AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY,
corporations duly organized under the laws of the State of Connecticut, and having their principal offices in the City of Hartford,
,,. County of Hartford, State of Connecticut, (hereinafter the "Companies") hath made, constituted and appointed, and do by these
presents make, constitute and appoint: Mary A. Dobbs, David J. Forsyth, Steven W. Palmer, Holly E. Ulfers, of Seattle,
Washington, their true and lawful Attomey(s)-in-Fact, with full power and authority hereby conferred to sign, execute and
acknowledge, at any place within the United States, the following instrument(s): by his/her sole signature and act, any and all
bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional
undertaking and any and all consents incident thereto and to bind the Companies, thereby as fully and to the same extent as if the
same were signed by the duly authorized officers of the Companies, and all the acts of said Attorneys)-in-Fact, pursuant to the
authority herein given,are hereby ratified and confirmed.
This appointment is made under and by authority of the following Standing Resolutions of said Companies, which Resolutions are
now in full force and effect:
VOTED: That the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President,any Vice President,any
Second Vice President, the Treasurer, any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact
and Agents to act for and on behalf of the company and may give such appointee such authority as his or her certificate of authority may prescribe
to sign with the Company's name and seal with the Company's seal bonds,reco
gnizauces,contracts of indemnity,and other writings obligatory in
the nature of a bond,recognizance,or conditional undertaking,and any of said officers or the Board of Directors at any time may remove any such
appointee and revoke the power given him or her.
VOTED: That the Chairman, the President, any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President
may delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is
in writing and a copy thereof is filed in the office of the Secretary.
•• VOTED: That any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional
undertaking shall be valid and binding upon the Company when(a)signed by the President,any Vice Chairman,any Executive Vice President,any
Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any
Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary,or(b)duly executed(under seal,if
required)by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or
by one or more Company officers pursuant to a written delegation of authority.
This Power of Attorney and Certificate of Authority is signed and sealed by facsimile (mechanical or printed) under and by
r authority of the following Standing Resolution voted by the Boards of Directors of TRAVELERS CASUALTY AND SURETY
COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY
COMPANY,which Resolution is now in full force and effect:
VOTED: That the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice
President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any
power of attorney or to any certificate relating thereto appointing Resident Vice Presidents,Resident Assistant Secretaries or Attorneys-in-Fact for
purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such power of attorney
or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and
certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or
undertaking to which it is attached.
r.
01-00 Standard)
III. PROJECT PROPOSAL CITY OF RENTON
6. CERTIFICATION OF EQUAL EMPLOYMENT OPPORTUNITY REPORT
Certification with regard to the Performance of Previous Contracts or Sub-contracts subject to the Equal
Opportunity Clause and the filing of Required Reports.
The bidder X > proposed subcontractor—, hereby certifies that he has_, has not R , participated in a
previous contract or subcontract subject to the equal opportunity clause, as required by Executive Orders
10925, 11114 or 11246, and that he has _, has not x , filed with the Joint Reporting Committee the
Director of the Office of Federal Contract Compliance, A Federal Government contracting or
administering agency, or the former President's Committee on Equal Employment Opportunity, all
reports due under the applicable filing requirements.
irs
WESTERN ASPHALT, INC.
(Company)
rs
C . �
By:
6/17/2005 SECRETARY
Date: (Title)
Note: The above certification is required by the Equal Employment Opportunity Regulations of the
Secretary of Labor (41 CFR 60-1.7 (b) (1), and must be submitted by bidders and proposed
subcontractors only in connection with contracts and subcontracts which are subject to the equal
r, opportunity clause. Contracts and subcontracts which are exempt from the equal opportunity clause are
set forth in 41 CFR 60-1.5. (Generally only contracts or subcontracts of$10,000 or under are exempt.)
Currently, Standard Form 100 (EEO-1) is the only report required by the Executive Orders or their
implementing regulations.
Proposed prime contractors and subcontractors who have participated in a previous contract or
subcontract subject to the Executive Orders and have not filed the required reports should note that 41
CFR 60-1.7 (b) (i) prevents the award of contracts and subcontractors unless such contractor submits a
_ report covering the delinquent period or such other period specified by the Federal Highways
Administration or by the Director, Office of Federal Contract Compliance,U.S. Department of Labor.
EQUAL.DOG/M
2005 OVERLAY
III. PROJECT PROPOSAL CITY OF RENTON
7. NON-COLLUSION AND DEBARMENT AFFIDAVIT
* STATE OF WASHINGTON )
,� ** COUNTY OF RING )
I, the undersigned, an authorized representative of *** WESTERN ASPHALT, INC. , being first
duly sworn on oath do hereby certify that said person(s), firm, association or corporation has (have) not, either directly or
indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free
competitive bidding in connection with the project for which this proposal is submitted.
I further certify that, except as noted below, the firth, associated or corporation or any person in a controlling
capacity associated therewith or any position involving the administration of federal funds; is not currently under
suspension, debarment, voluntary exclusion, or determination of ineligibility by any federal agency; has not been
suspended,debarred, voluntarily excluded or determined ineligible by any federal agency within the past 3 years;does not
have a proposed debarment pending; and has not been indicted, convicted, or had a civil judgment rendered against said
person, firm, association or corporation by a court of competent jurisdiction in any matter involving fraud or official
misconduct within the past 3 years.
I further acknowledge that by signing the signature page of the proposal, I am deemed to have signed and have agreed to
the provisions of this affidavit.
2005 OVERLAY PROJECT # CAG-05-073
Name of Project
i WESTERN ASPHALT, INC.
Name of Bidder's Firm
c 0 `
S ature of Authorized pres tative of Bidder
an UNE 17, 2005
Date
I certify that I know or have satisfactory evidence that YVONNE O'LFARY is the person who appeared before me,and
+� said person acknowledged that (he/she) signed this instrument and acknowledged it to be (his/her) free and voluntary act
for the uses and purposes mentioned in the instrument.
s
Dated 6/17/2005
i Q,• 8�on 7 ichic in and for the State
1`J
s ngtd residing at MAPLE VALLEY
o? r
O N ar}�irint CRYSTAL RISER
TU � appgpntrr nt expires: 1170106
NOTE: i
Exceptions will not necessarily restt •• lg
P d; All be considered in determining bidder responsibility. For any
exception noted, indicate above to whom it ap� sii"t" ncn' and dates of action. Providing false information may result in
criminal prosecution or administrative sanctions.
*A suspending or debarring official may grant an exception permitting a debarred,suspended,or excluded person to participate in a
particular transaction upon a written determination by such official stating the reason(s)for deviating form the Presidential policy
established by Executive order 12549..."(49 CFR Part 29 Section 29.215).
*If notarization of proposal takes place outside of Washington State. DELETE WASHINGTON,and enter appropriate State.
** Fill in county where notarization of proposal takes place.
*** Fill infirm name.
2005 OVERLAY
r
IV. CONTRACT DOCUMENT FORMS CITY OF RENTON
INFORMATION ONLY
IV
CONTRACT DOCUMENT FORMS
DOCUMENTS IN THE FOLLOWING FORM MUST BE EXECUTED AND SUBMITTED BY THE
SUCCESSFUL BIDDER WITHIN TEN (10) DAYS FOLLOWING THE NOTICE OF AWARD.
.. 2005 OVERLAY
TIM IV. CONTRACT DOCUMENT FORMS CITY OF RENTON
Bond ##104537328
BOND TO THE CITY OF RENTON
KNOW ALL MEN BY THESE PRESENTS:
That we, the undersigned Western Asphalt, Inc.
Travelers Casualty and Surety
as principal,and Company of America corporation organized and existing under the
laws of the State of Connecticut as a surety corporation, and qualified under the laws of
the State of Washington to become surety upon bonds of contractors with municipal corporations, as surety
are jointly and severally held and firmly bound to the City of Renton in the penal sum of
$ 875,181.04--- for the payment of which sum on demand we bind ourselves and our successors, heirs,
administrators or person representatives, as the case may be.
This obligation is entered into in pursuance of the statutes of the State of Washington, the Ordinance of the
City of Renton.
Dated at Seattle ,Washington,this 7th day of July , 2005.
Nevertheless,the conditions of the above obligation are such that:
r
WHEREAS, under and pursuant to Public Works Construction Contract CAG-05-073 providing for
construction of CAG-05-073, 2005 Street Overlay Project
r (project name)
the principal is required to furnish a bond for the faithful performance of the contract; and
WHEREAS, the principal has accepted, or is about to accept, the contract, and undertake to perform the
work therein provided for in the manner and within the time set forth;
.. NOW, THEREFORE, if the principal shall faithfully perform all of the provisions of said contract in the
manner and within the time therein set forth,or within such extensions of time as may be granted under said
contract, and shall pay all laborers, mechanics, subcontractors and materialmen, and all persons who shall
supply said principal or subcontractors with provisions and supplies for the carrying on of said work, and
shall hold said City of Renton harmless from any loss or damage occasioned to any person or property by
reason of any carelessness or negligence on the part of said principal, or any subcontractor in the
performance of said work, and shall indemnify and hold the City of Renton harmless from any damage or
expense by reason of failure of performance as specified in the contract or from defects appearing or
developing in the material or workmanship provided or performed under the contract within a period of one
year after its acceptance thereof by the City of Renton, then and in that event this obligation shall be void;
but otherwise it shall be and remain in full force and effect.
Western Asphalt; Inc. Travelers Casualty and Surety Company of
MW Principal Surety America
Signatur 7 Signature Holly E. Ulfers
ap t 'a"I Attorney-in-Fact
Title • Title
aw
2005 OVERLAY
■..
TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA
TRAVELERS CASUALTY AND SURETY COMPANY
FARMINGTON CASUALTY COMPANY
Hartford,Connecticut 06183-9062
.. POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEY(S)-IN-FACT
KNOW ALL PERSONS BY THESE PRESENTS, THAT TRAVELERS CASUALTY AND SURETY COMPANY OF
AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY,
corporations duly organized under the laws of the State of Connecticut, and having their principal offices in the City of Hartford,
,. County of Hartford, State of Connecticut, (hereinafter the "Companies") hath made, constituted and appointed, and do by these
presents make, constitute and appoint: Mary A. Dobbs, David J. Forsyth, Steven W. Palmer, Holly E. Ulfers, of Seattle,
Washington, their true and lawful Attorneys)-in-Fact, with full power and authority hereby conferred to sign, execute and
acknowledge, at any place within the United States, the following instrument(s): by his/her sole signature and act, any and all
bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional
undertaking and any and all consents incident thereto and to bind the Companies, thereby as fully and to the same extent as if the
same were signed by the duly authorized officers of the Companies, and all the acts of said Attorney(s)-in-Fact, pursuant to the
authority herein given,are hereby ratified and confirmed.
This appointment is made under and by authority of the following Standing Resolutions of said Companies, which Resolutions are
now in full force and effect:
VOTED: That the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President,any Vice President,any
Second Vice President,the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact
and Agents to act for and on behalf of the company and may give such appointee such authority as his or her certificate of authority may prescribe
to sign with the Company's name and seal with the Company's seal bonds,recoguizances,contracts of indemnity,and other writings obligatory in
the nature of a bond,recognizance,or conditional undertaking,and any of said officers or the Board of Directors at any time may remove any such
appointee and revoke the power given him or her.
VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President,any Senior Vice President or any Vice President
may delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is
in writing and a copy thereof is filed in the office of the Secretary.
.� VOTED: That any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional
undertaking shall be valid and binding upon the Company when(a)signed by the President,any Vice Chairman,any Executive Vice President,any
Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any
Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary,or(b)duly executed(under seal,if
required)by one or more Attomeys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or
by one or more Company officers pursuant to a written delegation of authority.
This Power of Attorney and Certificate of Authority is signed and sealed by facsimile (mechanical or printed)under and by
authority of the following Standing Resolution voted by the Boards of Directors of TRAVELERS CASUALTY AND SURETY
COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY
COMPANY,which Resolution is now in full force and effect:
VOTED: That the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice
President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any
power of attorney or to any certificate relating thereto appointing Resident Vice Presidents,Resident Assistant Secretaries or Attorneys-in-Fact for
purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such power of attorney
or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and
' certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or
undertaking to which it is attached.
01-00 standard)
Client#:23503 WESTEASP1
ATE ACORDTM CERTIFICATE OF LIABILITY INSURANCE 6/30/05/DDm Y)
PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
USI Northwest of Washington ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
1001 Fourth Avenue,Suite 1800 HOLDER.THIS CERTIFICATE DOES NOT AMEND,EXTEND OR
Seattle,WA 98154 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
206 695-3100 INSURERS AFFORDING COVERAGE NAIC#
T INSURED INSURER A: Continental Casualty Company
Western Asphalt, Inc.
PO Box 980 INSURER B: Transportation Insurance Company
Maple Valley,WA 98038 INSURER C:
r
INSURER D:
INSURER E:
COVERAGES
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.NOTWITHSTANDING
ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR
MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES.AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR AD D' POLICY EFFECTIVE POLICY EXPIRATION
LTR NSR TYPE OF INSURANCE POLICY NUMBER DATE MM/DD/YY DATE MM/DD/YY LIMITS
A X GENERAL LIABILITY 2048340984 12/31/04 12131/05 EACH OCCURRENCE $1,000,000
X COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED $300 000
PREMISES(Ea occurrence CLAIMS MADE Fx�OCCUR MED EXP(Any one person) s5,000
X WA Stop Gap PERSONAL&ADV INJURY $1,000,000
GENERAL AGGREGATE s2,000,000
GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG s2,000,000
POLICY PRO JECT LOC
A AUTOMOBILE LIABILITY 2048340404 12/31/04 12/31/05 COMBINED SINGLE LIMIT $1,000,000
X ANY AUTO (Ea accident)
ALL OWNED AUTOS BODILY INJURY
SCHEDULED AUTOS (Per person) $
X HIRED AUTOS
BODILY INJURY $
X NON-OWNED AUTOS (Per accident)
PROPERTY DAMAGE $
(Per accident)
GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $
ANY AUTO
OTHER THAN EA ACC $
AUTO ONLY AGG $
B EXCESS/UMBRELLA LIABILITY 2048528422 12/31/04 12131/05 EACH OCCURRENCE $5000000
X OCCUR ❑CLAIMS MADE AGGREGATE s5,000,000
DEDUCTIBLE
X RETENTION $10 000 $
OTH-
WORKERS COMPENSATION AND WC STATU-
EMPLOYERS'LIABILITY
ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $
OFFICER/MEMBER EXCLUDED? E.L.DISEASE-EA EMPLOYEE $
If yes,describe under
SPECIAL PROVISIONS below E.L.DISEASE-POLICY LIMIT $
OTHER
DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS
RE: PROJECT#CAG-05-073 2005 OVERLAY
City of Renton is an Additional Insured as respects the
reference above.Wavier of Subrogation applies as per the attached
endorsement.
CERTIFICATE HOLDER CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
City of Renton DATE THEREOF,THE ISSUING INSURER WILL KAME RjtjC4t MAIL —4.j DAYS WRITTEN
Attn: Bill Wressell NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,xxxwx K
1055 South Grady Way W=Rj16ijQj6IQJ6"RK)QRI*XxJin()0 *XXXMX"NXli6(ENl€9t9113F3U7j"KpCC6%WXX
Renton,WA 98055 X0F"XKCQCW=Xx
AUTHORIZED REPRESENTATIVE
ACORD 25(2001/08) 1 Of 2 #S159199/M141841 6PWJU © ACORD CORPORATION 1988
IMPORTANT
If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must be endorsed. A statement
on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may
require an endorsement. A statement on this certificate does not confer rights to the certificate
holder in lieu of such endorsement(s).
DISCLAIMER
The Certificate of Insurance on the reverse side of this form does not constitute a contract between
the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it
affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon.
ACORD 25-S(2001/08) 2 of 2 #S159199/M141841
G-1 7957-G
(Ed. 01/01)
IMPORTANT: THIS ENDORSEMENT CONTAINS DUTIES THAT APPLY TO THE
ADDITIONAL INSURED IN THE EVENT OF OCCURRENCE, OFFENSE, CLAIM OR SUIT.
SEE PARAGRAPH C.1. OF THIS ENDORSEMENT FOR THESE DUTIES.
ALSO, THIS ENDORSEMENT CHANGES THE CONTRACTUAL LIABILITY COVERAGE
WITH RESPECTS TO THE "BODILY INJURY" OR "PROPERTY DAMAGE" ARISING OUT OF
THE "PRODUCTS-COMPLETED OPERATIONS HAZARD". SEE PARAGRAPH B.3. OF THIS
ENDORSEMENT FOR THIS COVERAGE CHANGE.
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
CONTRACTOR'S SCHEDULED AND BLANKET ADDITIONAL INSURED
ENDORSEMENT WITH LIMITED PRODUCTS-COMPLETED OPERATIONS
COVERAGE
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
SCHEDULE
Name of Person or Organization: Designated Project:
(Coverage under this endorsement is not affected by an entry or lack of entry in the Schedule above.)
A. WHO IS AN INSURED (Section II) is amended to 2. The Limits of Insurance applicable to the
include as an insured any person or organization, additional insured are those specified in the
including any person or organization shown in the written contract or written agreement or in the
schedule above, (called additional insured) whom Declarations of this policy, whichever is less.
you are required to add as an additional insured on These Limits of Insurance are inclusive of, and
this policy under a written contract or written not in addition to, the Limits of Insurance shown
agreement; but the written contract or written in the Declarations.
agreement must be: 3. The coverage provided to the additional insured
1. Currently in effect or becoming effective during by this endorsement and paragraph f. of the
the term of this policy; and definition of "insured contract" under
2. Executed prior to the "bodily injury," "property DEFINITIONS (Section V) do not apply to
damage," or"personal and advertising injury". "bodily injury" or "property damage" arising out
of the "products-completed operations hazard"
B. The insurance provided to the additional insured is unless required by the written contract or
limited as follows: written agreement. When coverage does apply
1. That person or organization is an additional to "bodily injury" or "property damage" arising
out of the "products-completed operations
insured solely for liability due to your negligence hazard" such coverage will not apply beyond:
specifically resulting from "your work" for the
additional insured which is the subject of the a. The period of time required by the written
written contract or written agreement. No contract or written agreement; or
coverage applies to liability resulting from the
sole negligence of the additional insured.
G-1 7957-G Page 1 of 2
(Ed. 01/01)
G- 01/0 1))
/0
(Ed.. 01
b. 5 years from the completion of "your work" (1) Give written notice of an occurrence or
on the project which is the subject of the an offense to us which may result in a
written contract or written agreement, claim or"suit" under this insurance;
whichever is less. (2) Tender the defense and indemnity of
4. The insurance provided to the additional any claim or "suit" to any other insurer
insured does not apply to "bodily injury," which also has insurance for a loss we
"property damage," or"personal and advertising cover under this Coverage Part; and
injury" arising out of an architect's, engineer's, (3) Agree to make available any other
or surveyor's rendering of or failure to render insurance which the additional insured
any professional services including: has for a loss we cover under this
a. The preparing, approving, or failing to Coverage Part.
prepare or approve maps, shop drawings, f. We have no duty to defend or indemnify an
opinions, reports, surveys, field orders, additional insured under this endorsement
change orders or drawings and until we receive written notice of a claim or
specifications; and "suit"from the additional insured.
b. Supervisory, or inspection activities 2. Paragraph 4.b. of the Other Insurance
performed as part of any related Condition is deleted and replaced with the
architectural or engineering activities. following:
C. As respects the coverage provided under this 4. Other Insurance
endorsement, SECTION IV — COMMERCIAL b. Excess Insurance
GENERAL LIABILITY CONDITIONS are amended
as follows: This insurance is excess over any other
1. The following is added to the Duties In The insurance naming the additional
Event of Occurrence, Offense, Claim or Suit insured as an insured whether primary,
Condition: excess, contingent or on any other
basis unless a written contract or
e. An additional insured under this written agreement specifically requires
endorsement will as soon as practicable: that this insurance be either primary or
primary and noncontributing.
. r
' G-17957-G
Page 2 of 2
(Ed. 01/01)
POLICY NUMBER: XXXXXXXX COMMERCIAL GENERAL LIABILITY
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
WAIVER OF TRANSFER RIGHTS OF RECOVER
AGAINST OTHERS
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART.
OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE PART
SCHEDULE
Name of Person or Organization:
(If no entry appears above, information required to complete this endorsement will be shown in the
Declarations as applicable to this endorsement.)
We waive any right of recovery we may have against the person or organization shown in the Schedule
because of payments we make for injury or damage arising out of"your work" done under a contract with
that person or organization. The waiver applies only to the person or organization shown in the
Schedule.
I
CG 24 04 11 85 Copyright, Insurance Services Office, Inc., 1984 ❑
WESTEASPI
A DRD,. INSURANCE BINDER 107Z DATE
08/05
THIS BINDER IS A TEMPORARY INSURANCE CONTRACT, SUBJECT TO THE CONDITIONS SHOWN ON THE REVERSE SIDE OF THIS FORM.
PRODUCER PHONE
(A/C No, __2 0 6-6 9 5-3100 COMPANY BINDER#
!�c,Nqt__ _-206-682-8494 Transportation Insurance BINDER264662
USI Northwest Of Washington EFFECTIVE EXPIRATION
g DATE _ TIME DATE TIME
1001 Fourth Avenue, Suite 1800 X AM X 1291 AM
r Seattle, WA 98154 07/05/05 12 : 01 PM 08/05/05 NOON
-- - - -- ---- -- THIS BINDER IS ISSUED TO EXTEND COVERAGE IN THE ABOVE NAMED COMPANY
CODE: _ SUB CODE: PER EXPIRING POLICY#:
AGENCY 23503 DESCRIPTION OF OPERATIONSNEHICLES/PROPERTY(Including Location)
CUSTOMER ID: ( g
r INSURED City of Renton 2005 Overlay
1055 South Grady Way Project No. CAG-05-073
Renton, WA 98055 Designated Contractor-
Western Asphalt, Inc.
P O Box 980, Tukwila, WA 98188
COVERAGES LIMITS
TYPE OF INSURANCE _ COVERAGE/FORMS DEDUCTIBLE j COINS% AMOUNT
PROPERTY CAUSES OF LOSS
BASIC [.�BROAD FI SPEC
r
GENERAL LIABILITY Owners & Contractors EACH OCCURRENCE s3 , 000 , 000
COMMERCIAL GENERAL LIABILITY I P ro t e C t lve L i Liability l i t DAMAGE R
-----{i
COMMERCIAL RENTED PREMISES
ES $
OCCUR
r - _ __ CLAIMS MADE X� Policy MED EXP(Any one person) $
X , Owners & PERSONAL 8 ADV INJURY $
- I
Contractors�--- - s3 , 000, 000
GENERAL AGGREGATE
Protective L RETRO DATE FOR CLAIMS MADE: PRODUCTS-COMP/OP AGG $
AUTOMOBILE LIABILITY
- I
COMBINED SINGLE LIMIT $
ANY AUTO BODILY INJURY(Per person) $
i ALL OWNED AUTOS BODILY INJURY(Per accident) $
SCHEDULED AUTOS PROPERTY DAMAGE $
- HIRED AUTOS MEDICAL PAYMENTS $
-� NON-OWNED AUTOS PERSONAL INJURY PROT $
I
UNINSURED MOTORIST $
AUTO PHYSICAL DAMAGE DEDUCTIBLE ALL VEHICLES SCHEDULED VEHICLES ACTUAL CASH VALUE
'
I COLLISION: _ -
- STATED AMOUNT $
OTHER THAN COL: _ OTHER
GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $
ANY AUTO OTHER THAN AUTO ONLY:
EACH ACCIDENT $
AGGREGATE $
-EXCESS LIABILITY EACH OCCURRENCE $
_. UMBRELLA FORM AGGREGATE $
OTHER THAN UMBRELLA FORM RETRO DATE FOR CLAIMS MADE: SELF-INSURED RETENTION $
WC STATUTORY LIMITS
WORKER'S COMPENSATION E.L.EACH ACCIDENT $
AND
EMPLOYER'S LIABILITY E.L.DISEASE-EA EMPLOYEE $
� I
E.L.DISEASE-POLICY LIMIT $
SPECIAL Class Code 16292 - Construction Operations FEES $
OTHER CONDITIONS/ Includes Endorsement CG2908 ed 09/99 - Department TAXES
COVERAGES
(See attached Spec Conditions/Other Covs a e . ) ESTIMATED TOTAL PREMIUM $
NAME&ADDRESS
MORTGAGEE ADDITIONAL INSURED
LOSS PAYEE
LOAN#
Aka"o IZED REPRE ENTA IVE
i
ACORD 75(2001/01)1 of 3 #15 9 0 3 NOTE:IMPORTANT STATE INFORMATION ON REVERSE SIDE 6 M I JUO ACORD CORPORATION 1993
r
w
w
CONDITIONS
M This Company binds the kind(s) of insurance stipulated on the reverse side. The Insurance is subject to the
terms,conditions and limitations of the policy(ies)in current use by the Company.
This binder may be cancelled by the Insured by surrender of this binder or by written notice to the Company
stating when cancellation will be effective. This binder may be cancelled by the Company by notice to the
Insured in accordance with the policy conditions. This binder is cancelled when replaced by a policy. If this
binder is not replaced by a policy, the Company is entitled to charge a premium for the binder according to the
.� Rules and Rates in use by the Company.
w
Applicable in California
w
When this form is used to provide insurance in the amount of one million dollars ($1,000,000) or more, the title
of the form is changed from"Insurance Binder"to"Cover Note".
w
Applicable in Delaware
w
The mortgagee or Obligee of any mortgage or other instrument given for the purpose of creating a lien on real
property shall accept as evidence of insurance a written binder issued by an authorized insurer or its agent if
w
the binder includes or is accompanied by: the name and address of the borrower; the name and address of the
lender as loss payee; a description of the insured real property; a provision that the binder may not be canceled
within the term of the binder unless the lender and the insured borrower receive written notice of the cancel-
lation at least ten (10) days prior to the cancellation; except in the case of a renewal of a policy subsequent to
w the closing of the loan, a paid receipt of the full amount of the applicable premium, and the amount of
insurance coverage.
Chapter 21 Title 25 Paragraph 2119
r
Applicable in Florida
w
Except for Auto Insurance coverage, no notice of cancellation or nonrenewal of a binder is required unless the
duration of the binder exceeds 60 days. For auto insurance, the insurer must give 5 days prior notice, unless
the binder is replaced by a policy or another binder in the same company.
Applicable in Nevada
' Any person who refuses to accept a binder which provides coverage of less than $1,000,000.00 when proof is
required: (A) Shall be fined not more than $500.00, and (B) is liable to the party presenting the binder as proof
of insurance for actual damages sustained therefrom.
ACORD 75(2001/01)2 of 3 #15903
SPECIAL CONDITIONS/OTHER COVERAGES (Cont. from page 1)
of Transportation Projects -
WA
I
i
t
AMS 75.4(2001/01) 3 of 3 #15903
Client#: 23503 WESTEASPI
ACORD- CERTIFICATE OF LIABILITY INSURANCE 1181()"x°°""'''
11/8/04
FRODU0fR THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
USI Northwest of Washington ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
20415 72nr.'Ave. South HOLDER.THIS CERTIFICATE DOES NOT AMEND,EXTEND OR
Sly 300 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
K. , WA 98032 INSURERS AFFORDING COVERAGE
INSURED NAIL#
Western Asphalt, Inc. INSURERA: Continental Casualty Company
PO Box 980 INSURER B:
Maple Valley, WA 98038 INSURER C:
INSURER D:
INSURER E:
COVERAGES
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.NOTWITHSTANDING
ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR
MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES.AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
LTR NSR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION
DATE MM/DD/YY DATE MM/DD/YY LIMITS
A GENERAL LIABILITY 2048340984 12/31/04 12/31/05 EACH OCCURRENCE $1000000
X COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED n $300 OOO
CLAIMS MADE � E
OCCUR MED EXP(Any one person) $10,000
X PD Ded:1,000 PERSONAL&ADV INJURY $1,000,000
GENERAL AGGREGATE s2,000,000
'i GENT AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG s2.000,0-0-0–
POLICY JET LOC
AUTOMOBILE LIABILITY
ANY AUTO
COMBINED SINGLE LIMIT $
(Ea accident)
ALL OWNED AUTOS
BODILY INJURY
SCHEDULED AUTOS (Per person) $
id HIRED AUTOS
NON-OWNED AUTOS BODILY INJURY $
(Per accident)
l 1 / PROPERTY DAMAGE $
(Per accident)
GARAGE LIABILITY
AUTO ONLY-EA ACCIDENT S
ANY AUTO
OTHER THAN EA ACC $
—1 H AUTO ONLY: AGG $
EXCESS/UMBRELLA LIABILITY
EACH OCCURRENCE $
OCCUR CLAIMS MADE AGGREGATE $
S
DEDUCTIBLE
$
RETENTION $
WORKERS COMPENSATION AND WC STATU- OTH-
$
EMPLOYERS'LIABILITY TORY LIMITS
ANY PROPRIETOR/PARTNER/EXECUTNE E.L.EACH ACCIDENT $
OFFICERIMEMBER EXCLUDED?
bye s,describe under E.L.DISEASE-F1�EMPLOYE $
SPECIAL PROVISIONS below
OTHER
E.L.DISEASE-POLICY LIMIT $
DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS
RE: License#WESTEA*294QP
Evidence of public liability Insurance for Contractors License
Re: WESTEA*294QP Evidence of public liability insurance for Contractors
License
CERTIFICATE HOLDER CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
State of Washington DATE THEREOF,THE ISSUING INSURER WILL ENDEAVOR TO MAIL 45 DAYS WRITTEN
Dept of Labor& Industries NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,BUT FAILURE TO DO SO SHALL
Contractors Registration IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER,ITS AGENTS OR
Box 44450 REPRESENTATIVES.
Olympia, WA 98504-4450 AUT RQED REPRESENTATIVE
ACORD 25(2001/08) 1 of 2 #S110410/M110408 6DH O ACORD CORPORATION 1988
IMPORTANT
If the certificate holder is an ADDITIONAL INSURED, the policy(ies)must be endorsed. A statement
on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may
require an endorsement. A statement on this certificate does not confer rights to the certificate
holder in lieu of such endorsement(s).
DISCLAIMER
The Certificate of Insurance on the reverse side of this form does not constitute a contract between
the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it
affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon.
I i
1
I
I
I
i
CORD 25-S(2001/08) 2 of 2 #S110410/M110408
a■ ENDORSEMENT 1
'sy%3107%y
In consideration of the premium charged, it is hereby agreed and understood that Policy Number issued by
L N k' Insurance Company, is amended to include the following terms and conditions as respects Contract
Number issued by the(OWNER).
cp�&.85073
1. ADDITIONAL INSURED. The OWNER their elected or appointed officers, officials, employees,
subconsultants, and volunteers are included as additionally insured with regard to damages and defense of
claims arising from: (a)activities performed by or on behalf of the NAMED INSURED;or(b)products and
completed operations of the NAMED INSURED, or (c) premises owned, leased or used by the NAMED
INSURED.
r.
2. CONTRIBUTION NOT REQUIRED. As respects: (a)work performed by the NAMED INSURED for or
on behalf of the OWNER; or(b) products sold by the NAMED INSURED to the OWNER; or(c) premises
a. leased by the NAMED INSURED from the OWNER, the insurance afforded by this policy shall be primary
insurance as respects the OWNER, or any other insured, its elected or appointed officers, officials,
employees, subconsultants or volunteers; or stand in an unbroken chain of coverage excess of the NAMED
INSURED'S scheduled underlying primary coverage. In either event, any other insurance maintained by the
OWNER, or any other insured, its elected or appointed officers, officials, employees, subconsultants or
volunteers shall be in excess of this insurance and shall not contribute with it.
3. SEVERABILITY OF INTEREST. The inclusion of more than one Insured under this policy shall not
affect the rights of any Insured as respects any claim, suit or judgment made or brought by or for any other
Insured or by or for any employee of any other Insured. This policy shall protect each Insured in the same
manner as through a separate policy had been issued to each, except that nothing herein shall operate to
increase the company's liability beyond the amount or amounts for which the company would have been
liable had only one insured been named.
.. 4. CANCELLATION NOTICE. The insurance afforded by this policy shall not be suspended, voided,
canceled, reduced in coverage or in limits except after FORTY-FIVE (45) days' prior written notice by
certified mail return receipt requested has been given to the OWNER. Such notice shall be addressed to (a)
'W the OWNER and(b)the CONTRACTOR.
5. CLAIM REPORTING. The OWNER has no obligation to report occurrences unless a claim has been filed
r, with the OWNER.
6. AGGREGATE LIMIT. The General Aggregate Limit under Limits of Insurance applies separately to the
above named contract for the above named OWNER.
aw
Date Authorize&Aepresentative
.. Signature
a.
aw
Insurancepk.doc\
r.
Y o� City of Renton
Human Resources & Risk Management Department
INV Insurance Information Form
FOR:2005 OVERLAY
aw
PROJECT NUMBER: CAG-05-073 STAFF CONTACT: Bill Wressell-0400
Certificate of Insurance indicates the coverages/limits specified in E Yes ❑ No
contract?
Are the following coverages and/or conditions in effect? ED' Yes ❑ No
The Commercial General Liability policy form is an ISO 1993 ❑t Yes ❑ No
Occurrence Form or Equivalent?
(If no,attach a copy of the policy with required coverages clearly
identified)
CG 0043 Amendatory Endorsement provided?* ❑ Yes No
General Aggregate provided on a"per project basis(CG2503)?* [] Yes ❑ No
w
Additional Insured wording provided?* D Yes ❑ No
Coverage on a primary basis and non-contributing basis?* ❑✓ Yes ❑ No
Waiver of Subrogation Clause applies?* [] Yes ❑ No
Severability of Interest Clause(Cross Liability)applies? a Yes ❑ No
Notice of Cancellation/Non-Renewal amended to 45 days?* ❑'"Yes ❑ No
*To be shown on certificate of insurance*
AM BEST'S RATING FOR CARRIER
GL A- X V Auto k V V Umb X � Professional
This Questionnaire is issued as a matter of information. This questionnaire is not an insurance policy and does
.r not amend, extend or alter the coverage afforded by the policies indicated on the attached CERTIFICATE OF
INSURANCE. The CITY OF RENT ON, at its option, shall obtain copies of the policies and/or specific
declaration pages FROM awarded bidder prior to execution of contract.
Agency/Broker Complet d By T e or Print Name)
wik
Address Comp eted By(Signature)
Name of pe on to contact telephone Number
NOTE: THIS QUESTIONNAIRE MUST BE COMPLETED FOR EACH LINE OF COVERAGE AND
ATTACHED TO CERTIFICATE OF INSURANCE
.. IV. CONTRACT DOCUMENT FORMS CITY OF RENTON
H/forms/contracts/BOND.DOGMAB/bh Approved by Larry Warren 2/14/92
CONTRACTS OTHER THAN FEDERAL-AID FHWA
i
THIS AGREEMENT, made and entered into this —� day of� c�, 2005. by and between
THE CITY OF RENTON, Washin on, a mum Mil corporation of the State of Washington, hereinafter
referred to as "CITY" and Td4 c• hereinafter referred to as
"CONTRACTOR."
WI TNESSETH:
1) The Contractor shall within the time stipulated, (to-wit: within 60 working days from date of
commencement hereof as required by the Contract, of which this agreement is a component part)
perform all the work and services required to be performed, and provide and furnish all of the labor,
materials, appliances, machines, tools, equipment, utility and transportation services necessary to
perform the Contract, and shall complete the construction and installation work in a workmanlike
manner, in connection with the City's Project (identified as No. CAG 05-073) for improvement by
construction and installation of: Traffic Control, Asphalt Concrete Patching, Asphalt Concrete
Paving(Class `B'), removal of asphalt concrete pavement(by cold planning), utility adjustments, and
installation of channelization.
All the foregoing shall be timely performed, furnished, constructed, installed and completed in strict
conformity with the plans and specifications, including any and all addenda issued by the City and all
other documents hereinafter enumerated, and in full compliance with all applicable codes, ordinances
and regulations of the City of Renton and any other governmental authority having jurisdiction
.. thereover. It is further agreed and stipulated that all of said labor, materials, appliances, machines,
tools, equipment and services shall be furnished and the construction installation performed and
completed to the satisfaction and the approval of the City's Public Works Director as being in such
conformity with the plans, specifications and all requirements of or arising under the Contract. The
Consultant agrees to use recycled materials whenever practicable.
2) The aforesaid Contract, entered into by the acceptance of the Contractor's bid and signing of this
agreement, consists of the following documents, all of which are component parts of said Contract and
as fully a part thereof as if herein set out in full, and if not attached,as if hereto attached.
a) This Agreement
b) Instruction to Bidders
c) Bid Proposal
d) Renton Specifications
e) Maps and Plans
,W f) Bid
g) Advertisement for Bids
h) Special Provisions, if any
dw i) Addenda, if any
and all modifications or changes issued pursuant to the Contract Documents.
40
2005 OVERLAY
�•• IV. CONTRACT DOCUMENT FORMS CITY OF RENTON
3) If the Contractor refuses or fails to prosecute the work or any part thereof, with such diligence as will
insure its completion within the time specified in this Contract, or any extension in writing thereof, or
fails to complete said work with such time, or if the Contractor shall be adjudged a bankrupt, or if he
should make a general assignment for the benefit of his creditors, or if a receiver shall be appointed on
account of the Contractor's insolvency, or if he or any of his subcontractors should violate any of the
provisions of this Contract, the City may then serve written notice upon him and his surety of its
intention to terminate the Contract, and unless within ten (10) days after the serving of such notice,
such violation or non-compliance of any provision of the Contract shall cease and satisfactory
arrangement for the correction thereof be made, this Contract, shall, upon the expiration of said ten
(10) day period, cease and terminate in every respect. In the event of any such termination, the City
shall immediately serve written notice thereof upon the surety and the Contractor and the surety shall
have the right to take over and perform the Contract, provided, however, that if the surety within
fifteen (15) days after the serving upon it of such notice of termination does not perform the Contract
or does not commence performance thereof within thirty (30) days from the date of serving such
notice, the City itself may take over the work under the Contract and prosecute the same to completion
by Contract or by any other method it may deem advisable, for the account and at the expense of the
Contractor, and his surety shall be liable to the City for any excess cost or other damages occasioned
the City thereby. In such event, the City, if it so elects, may, without liability for so doing, take
possession of and utilize in completing said Contract such materials, machinery, appliances,
equipment, plants and other properties belonging to the Contractor as may be on site of the project and
useful therein.
4) The foregoing provisions are in addition to and not in limitation of any other rights or remedies
available to the City.
5) Contractor agrees and covenants to hold and save the City, its officers, agents, representatives and
employees harmless and to promptly indemnify same from and against any and all claims, actions,
damages, liability of every type and nature including all costs and legal expenses incurred by reason of
i
any work arising under or in connection with the Contract to be performed hereunder, including loss
of life, personal injury and/or damage to property arising from or out of any occurrence, omission or
activity upon, on or about the premises worked upon or in any way relating to this Contract. This hold
harmless and indemnification provision shall likewise apply for or on account of any patented or
unpatented invention, process, article or appliance manufactured for use in the performance of the
Contract, including its use by the City,unless otherwise specifically provided for in this Contract.
In the event the City shall, without fault on its part, be made a party to any litigation commenced by or
against Contractor,then Contractor shall proceed and hold the City harmless and he shall pay all costs,
expenses and reasonable attorney's fees incurred or paid by the City in connection with such litigation.
Futhermore, Contractor agrees to pay all costs, expenses and reasonable attorney's fees that may be
incurred or paid by City in the enforcement of any of the covenants, provisions and agreements
hereunder.
Nothing herein shall require the Contractor to indemnify the City against and hold harmless the City,
.. from claims, demands or suits based solely upon the conduct of the City, its officers or employees and
provided further that if claims or suits are caused by or result from the concurrent negligence of(a)the
Contractor's agents or employees and (b) the City, its agents, officers and employees, and involves
„W those actions covered by RCW 4.24.115, this indemnity provision with respect to claims or suits based
upon such concurrent negligence shall be valid and enforceable only to the extent of the Contractor's
negligence or the negligence of the Contractor's agents or employees.
2005 OVERLAY
.. IV. CONTRACT DOCUMENT FORMS CITY OF RENTON
6) Any notice from one party to the other party under the Contract shall be in writing and shall be dated
and signed by the party giving such notice or by its duly authorized representative of such party. Any
.. such notice as heretofore specified shall be given by personal delivery thereof or by depositing same in
the United States mail,postage prepaid,certified or registered mail.
7) The Contractor shall commence performance of the Contract no later than 10 calendar days after
Contract final execution, and shall complete the full performance of the Contract not later than 60
working days from the date of commencement. For each and every working day of delay after the
established day of completion, it is hereby stipulated and agreed that the damages to the City
occasioned by said delay will be the sum of per Section 1-08.9 of Standard Specifications as liquidated
damages (and not as a penalty)for each such day,which shall be paid by the Contractor to the City.
8) Neither the final certificate of payment not any provision in the Contract nor partial or entire use of
any installation provided for by this Contract shall relieve the Contractor of liability in respect to any
warranties or responsibility for faulty materials or workmanship. The Contractor shall be under the
duty to remedy any defects in the work and pay for any damage to other work resulting therefrom
which shall appear within the period of one (1) year from the date of final acceptance of the work,
unless a longer period is specified. The City will give notice of observed defects as heretofore
specified with reasonable promptness after discovery thereof,and Contractor shall be obligated to take
immediate steps to correct and remedy any such defect, fault or breach at the sole cost and expense of
Contractor.
9) The Contractor and each subcontractor, if any, shall submit to the City such schedules of quantities
and costs, progress schedules, payrolls, reports, estimates, records and miscellaneous data pertaining
to the Contract as may be requested by the City from time to time.
10) The Contractor shall furnish a surety bond or bonds as security for the faithful performance of the
Contract, including the payment of all persons and firms performing labor on the construction project
i under this Contract or furnishing materials in connection with this Contract; said bond to be in the full
amount of the Contract price as specified in Paragraph 11. The surety or sureties on such bond or
bonds must be duly licensed as a surety in the State of Washington.
11) The Contractor shall verify,when submitting first payment invoice and annually thereafter,possession
of a current City of Renton business license while conducting work for the City. The Contractor shall
+� require, and provide verification upon request, that all subcontractors participating in a City project
possess a current City of Renton business license. The Contractor shall provide, and obtain City
approval of, a traffic control plan prior to conducting work in City right-of-way.
12) The total amount of this contract is the sum of_ s, f • G y
el J —--whimn wows
which includes any required Washington State Sales Tax. Payments will be made to Contractor set
forth in the Contract Documents.
AW
IN WITNESS WHEREOF, the City has caused these presents to be signed by its Mayor and attested by its
City Clerk and the Contractor has hereunto set his hand and seal the day and year first above-written.
2005 OVERLAY
,,. IV. CONTRACT DOCUMENT FORMS CITY OF RENTON
CITY O�F�R,ENTON
` Pre i t/P rtne wn Mayor Ka6ihy Keolker—Wheeler
ATTEST_
cretary I U Bonnie I. Walton City Clerk
dba WESTERN ASPHALT, INC.
Firm Name
chi k ow
r
r Individual r Partnership K Corporation Incorporated in WASHINGTON _
Attention:
If business is a CORPORATION, name of the corporation should be listed in full and both President and
Secretary must sign the contract, OR if one signature is permitted by corporation by-laws, a copy of the by-
laws shall be furnished to the City and made a part of the contract document.
r
If business is a PARTNERSHIP, full name of each partner should be listed followed by d/b/a (doing
business as)and firm or trade name; any one partner may sign the contract.
If business is an INDIVIDUAL PROPRIETORSHIP, the name of the owner should appear followed by
d/b/a and name of the company.
H/forms/contract/othcont/bh/]une92
r�
r
r
2005 OVERLAY
V. CONTRACT SPECIFICATIONS CITY OF RENTON
V
F l CONTRACT SPECIFICATIONS
t
2005 OVERLAY V-1
Cit y of Renton
2005 OVERLAY
SPECIAL PROVISIONS
�Y
NT
L
Washington State Department of Transportation
IAmerican Public Works Association Washington State Chapter
1
1
1
SPECIAL PROVISIONS
2005 OVERLAY
CITY OF RENTON STANDARD SPECIFICATIONS
The City of Renton Standard Specifications for Municipal Construction (hereafter re-
ferred to as The Renton Standards) shall apply to all work performed within the public right-
of-way by, or for, the City of Renton; or work performed as an extension, betterment or addi-
tion to any of the City's utility, or transportation systems.
The Renton Standards are comprised of the following documents:
Standard Specifications
The Standard Specifications are "The 2004 Standard Specifications for Road, Bridge,
and Municipal Construction (English)" published by the Washington State Department of
Transportation and the American Public Works Association, Washington Chapter.
WSDOT Amendments
WSDOTAmendments are changes to the Standard Specifications published on a quarterly
basis by WSDOT. The included Index to Amendments lists all amendments received by the
time of publication of this document.
Standard Plans
The Standard Plans are selected pages of "The Standard Plans for Road and Bridge
Construction" as published by the Washington State Department of Transportation and the
Washington State Chapter of the American Public Works Association, adopted by the City
of Renton, and bound together with those standard plans created by the City of Renton. An
appendix contains the original WSDOT/APWA index showing the disposition (Adopted, Re-
placed, or Deleted) of all original pages.
2005 OVERLAY
J\STREE7�PMS\20052M'-,mntracA05photospc.cloc 2005 OVERLAY
SPECIAL PROVISIONS
2005 OVERLAY
INTRODUCTION TO THE SPECIAL PROVISIONS
The following Special Provisions shall be used in conjunction with the Standard Specifications for
Road, Bridge and Municipal Construction, 2004 English edition, as amended, as issued by the
Washington State Department of Transportation and American Public Works Association, Washing-
ton State Chapter(hereafter"Standard Specifications").
The Renton Standards, except as they may be modified or superseded by these Special Provisions,
shall govern all phases of work under this contract, and they are by reference made an integral part
of these Special Provisions as if herein fully set forth.
DESCRIPTION OF WORK
This project provides for the improvement of Overlay of streets within the City of Renton at various
locations, all in accordance with the attached Plans, these Special Provisions, and the Standard
Specifications.
Each item in these Specifications signifies the source that wrote the item in parentheses following
the listing of the section number and title:
(APWA) Signifies an item taken verbatim from the Division 1 APWA Supplement to the
1996 Standard Specifications.
(SA) Signifies an amendment produced by WSDOT and adopted verbatim by the City
of Renton, and shown for the sake of clarity or ease of use, when those Amend-
ments are closely associated with Renton Changes (RC). Otherwise WSDOT
Amendments are not shown in this document except for their listing in the Index to
Amendments.
(RC) Signifies an item produced by the City of Renton or an APWA or State Amend-
ment that has been rewritten by Renton.
Those documents listed above shall govern all work, except as these standards may be modified or
superseded by project-specific plans, special provisions or other documents officially approved by
the City of Renton.
All work within the public right-of-way performed by other agencies or private parties working under
permit authority of the City of Renton shall follow these standards with the exception of those re-
quirements which pertain to payment and financing.
J:\STREET\PMS\2005\M5contract\05photospc.doc 2005 OVERLAY
SPECIAL PROVISIONS
a.
i
CITY OF RENTON
2005 OVERLAY
SPECIAL PROVISIONS
i
1.04 SCOPE OF WORK
i The intent of the contract covered by these specifications is to provide a minimum of 2 inches compacted
depth of class "B" asphalt concrete pavement at various locations, which are shown on the attached
drawings. Channelization shall be installed on some of these streets per plans. All work required to
complete the project specified herein,but not specifically mentioned on the plans and specifications, shall
'm be performed by the contractor and shall be considered as incidental to the construction, and all costs
therefor shall be included in the unit contract price. Due to restrictions some portions of this contract may
be deleted or added.
i
There must, at all times,be materials on the job site to handle any and all hazardous material spills,caused
by the contractor, such as tack, oils, diesel, etc.. Materials would include, but not be limited to, oil
absorbent pads and "kitty litter". The Contractor must supply said materials at his expense and,in the event
of a spill,be responsible for proper cleanup and legal disposal of contaminated or hazardous materials.
The Contractor must notify the City's inspector by 7:00 a.m. each morning to inform him when and where
i the contractor's crew will be working that day.
1.07.23 Traffic Control:
i
Notifications
The Contractor shall be responsible for delivering notification twice to all properties that front on,or access
from, any street on which the asphalt concrete is to be applied. The first notification shall be made
approximately one week prior to the day the work is scheduled to begin on the street and the second shall be
made twenty-four hours(24 hours)prior to the beginning work.
i
The City shall supply the Contractor with sufficient quantities of standard notification forms that the
Contractor shall fill out with the specific location and times for each location prior to issuing the notices to
fronting/accessing properties.
i
All work and materials associated with the notification procedures shall be incidental to the contract lump
sum price for "Traffic Control."
i
On streets to be overlaid,the Contractor shall post"No Parking" signs a minimum of 72 hours in advance of
the work taking place. The signs shall specify the date and hours that the parking restrictions will be in
,w effect. The Contractor shall assure that prior approval for the parking restrictions has been obtained from
the City of Renton Department of Public Works Transportation Systems Division.
The Contractor shall be responsible for coordinating with the City's inspector and/or Police Department if
"' the need arises to tow any vehicle(s) violating a posted "No Parking" sign. However. the Contractor shall
first make an effort to contact the vehicle owner if it is likely the owner lives in the area.
Detailed Traffic control plans shall be required by the Contractor for some streets prior to paving.
..
The Contractor shall provide and use sufficient traffic control equipment and trained personnel at all times.
The Federal Highway Administration's Manual On Uniform Traffic Control Devices for streets and
aw highways , Millennium Edition, shall be the guideline used to determine adequate traffic control. Proper
traffic control and safety procedure will be used during all phases of the work, to include utility
adjustments.
If necessary to ensure access to businesses on SW 7`h ST,the Contractor shall post flagging personnel at
driveways to assist traffic entering the businesses. On SW 7`h,in front of Bob Bridge Toyota (150 SW 71h
ST),the Contractor shall keep one of the two driveways to Bob Bridge open at all times. The Contractor
shall provide a flagging person to stand next to a "Business Open" or similar sign,provided by Bob
Bridge, and show the traveling public the way into Bob Bridge Toyota. The Engineer or designated
representative of the Engineer,the Contractor Superintendent or Foreman,and the Contractor's Traffic
.. Control Supervisor shall meet with a representative of Bob Bridge, prior to any work beginning on SW
7`h between Lind Av SW and Shattuck Av SW. The purpose of the meeting is to review the traffic control
plan,show what areas or lanes of SW 7`h will be closed, when they will be closed,and how long they will
be closed. The Contractor shall demonstrate to Bob Bridge how the Contractor will maintain as much
access to Bob Bridge as possible during the construction.
All work on this contract shall be performed between the hours of 8:00 a.m. and 4:00 p.m., unless
otherwise approved by the engineer.
1-08 PROSECUTION AND PROGRESS
1-08.4 PROSECUTION OF WORK
The Engineer shall give the Contractor a written "Notice To Proceed" after the contract has been executed.
r. Work shall begin within ten days after receipt of Notice To Proceed, and all work, including punch list
items,must be completed within the specified working days. After 30 working days,the Engineer shall give
the Contractor a written punch list of items not completed on the contract.
1-08.9 Liquidated Damages
If the Contractor fails to complete all the work within the specified working days, he shall be charged
.. liquidated damages. See Section 1-08.9 of the 2002 Washington State Department of Transportation's
Standard Specifications for Road,Bridge,and Municipal Construction for further details.
1-09.7 MOBILIZATION(Supplement)
Sanitation
Portable toilet facilities
aw The Contractor shall furnish portable toilet facilities, at his expense, according to WAC 296-
23020.
The Contractor shall provide and maintain in a clean, neat, and sanitary condition, any
accommodations for the Contractor and Owner employees that are necessary to comply with the
requirements and regulations of the State of Washington Department of Social and Health
Services and other agencies. The Contractor shall commit no public nuisance, keep all sites
clean, dispose of all refuse in a proper manner and leave the Project Site in a neat and sanitary
condition.
Payment
Furnishing portable toilets shall be considered incidental to the project and no additional
compensation shall be made.
2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS
2-02.3(1)General Requirements
The Contractor shall remove all plastic traffic buttons and all thermoplastic markings from the roadway
-, surface and area must be swept clean prior to application of the tack coat for overlay.
2-02.5 Payment
The removal and disposal of plastic traffic buttons and thermoplastic markings shall be considered
incidental to the project and no additional compensation shall be made.
5-04 ASPHALT CONCRETE PAVEMENT
5-04.3(5)Conditioning the Existing Surface
The Contractor shall maintain existing surface contour during overlay, unless otherwise instructed by City
engineer.
Some streets may require some pre-leveling,at the discretion of the City's inspector.
"Thickened edges" may be required on some streets.
5-04.3(5)A Preparation of Existing Surfaces
The Contractor shall provide their own mechanical sweeping equipment. The sweeper will be on the
project prior to the start of paving,to insure the streets to be paved are clean before the tack coat is applied.
The sweeper will keep the streets clean ahead of the paving machine and clean the streets behind the empty
trucks that have dumped their loads into the paving machine. The sweeper must sweep all streets made
+. dirty by the Contractor's equipment. If the paving machine is "walked" from one site to another, the
sweeper must sweep up behind paving machine. The sweeper shall not leave the overlay site until given
permission by the City's inspector.
w All utilities shall be painted with a biodegradable "soap" to prevent the tack and ACP from sticking to the
lids. Diesel will not be used. After the application of soap, catch basins must be covered to prevent tack
and ACP from getting into catch basin.
Preparation of existing surface shall be done as outlined in this section and a tack coat shall be applied at
the rate of 0.02 to 0.08 gallons per square yard. Payment for preparation of the surface and application of
.. the tack coat shall be considered incidental to the paving and no separate payment shall be made.
All overlay ends and edges shall be sealed within five days following the completion of the overlay.
The Contractor shall locate all utilities for access immediately after overlay and mark the location by means
of painting a circle around the location and scooping a portion of asphalt 4"-6" in diameter and the depth of
the overlay from the center of the utility location.
The Contractor shall locate and completely expose gas and water valves for access immediately after final
rolling.
The day following the start of application of ACP, utility adjustments must begin. The Contractor shall
have an adjustment crew adjusting utilities every workable working day until adjustments are complete.
During the adjustment of any utility, existing concrete bricks or grouting material that has been broken or
cracked shall be removed and replaced at the Contractor's expense.
MW
Utility adjustment shall be made per contract with respect to materials and methods except for revisions
approved in the field by the City engineer.
4W
Utility patches shall be sealed weekly.
it
Utility adjustments must be completed 15 working days after overlay is complete, and within the specified
working days.
Payment for utility adjustments includes all labor,materials,tools, and equipment necessary to complete the
adjustments(including asphalt concrete pavement).
5-04.3(9)Spreading and finishing
The Contractor shall maintain a straight edge on mat, where there is no gutter-line, to a±2" per 100 linear
feet tolerance. The Contractor may be required to pull a string line and paint a line as a guide.
During overlay procedure, driveways and connecting streets shall be tied to new mat by means of adding
additional material and "FEATHERING"the edge. All material raked off shall be removed from site.
SW 7`h, between Lind A SW and Rainier A SW, shall be paved in two lifts. The first lift shall be 1 1h
inches thick as a pre-level course,and the second lift shall also be]1/z inches thick. The first lift shall be
installed using a "ski"attached to the paver.
5-04.3(14)B Cold-Planing
Supplement with the following_
Areas for cold-planing will be marked out by the Engineer in the field and also shown typical in the
standard plan.
Bid Item#4,Asphalt Concrete Paving(Patch 4")Class`B"Including Asphalt
i
The unit price shown shall cover the complete cost of labor, materials,equipment, saw cutting or grinding,
removal of asphalt concrete paving,compaction of base, tack coating edges,installation of class B asphalt,
_ and roller compaction to complete the patches. Payment for Asphalt Concrete Paving Patch shall be per
square foot of asphalt patch as measured by the Engineer. No additional payment will be made for work
necessary to correct ACP not installed in accordance with the Specifications.
r
CITY OF RENTON
2005 OVERLAY
CONTRACT DOCUMENTS
!
i
AMENDMENTS TO THE
STANDARD SPECIFICATIONS
i
!
!
i
i
i
i
i
r
1 INTRODUCTION
2 The following Amendments and Special Provisions shall be used in conjunction with the
3 2004 Standard Specifications for Road, Bridge, and Municipal Construction.
4
5 AMENDMENTS TO THE STANDARD SPECIFICATIONS
6
7 The following Amendments to the Standard Specifications are made a part of this contract
8 and supersede any conflicting provisions of the Standard Specifications. For informational
.r 9 purposes, the date following each Amendment title indicates the implementation date of the
10 Amendment or the latest date of revision.
11
err 12 Each Amendment contains all current revisions to the applicable section of the Standard
13 Specifications and may include references which do not apply to this particular project.
14
15 SECTION 1-07, LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC
16 April 4, 2005
17 1-07.11(10)B Required Records and Retention
18 The third and fourth paragraphs are revised to read:
19
20 Monthly Employment Utilization Reports
21 WSDOT Form #820-010 or substitute form as approved by the Contracting Agency.
22 This form is required for all federally assisted projects if the contract is equal to or
23 greater then $10,000 and for every associated subcontract equal to or greater than
24 $10,000. These monthly reports are to be maintained in the respective Contractor or
25 subcontractor's records.
26
27 In addition, for contracts with a value of $100,000 or more, the Contractor shall submit
28 copies of the completed WSDOT form 820-010 or approved substitute to the
4W 29 Contracting Agency by the fifth of each month throughout the term of the contract. The
30 Contractor shall also collect and submit these forms monthly from every subcontractor
31 who holds a subcontract with a value of $100,000 or more.
32
" 33 Failure to submit the required reports by their due dates may result in the withholding of
34 progress estimate payments.
35
36 1-07.13(4) Repair of Damage
37 This section is revised to read:
38
39 The Contractor shall promptly repair all damage to either temporary or permanent work
40 as directed by the Engineer. For damage qualifying for relief under Sections
41 1-07.13(1), 1-07.13(2) or 1-07.13(3), payment will be made in accordance with Section
42 1-04.4 using the estimated bid item "Reimbursement for Third Party Damage".
43
44 In the event the Contracting Agency pays for damage to the Contractor's work or for
45 damage to the Contractor's equipment caused by third parties, any claim the Contractor
46 had or may have had against the third party shall be deemed assigned to the
47 Contracting Agency, to the extent of the Contracting Agency's payment for such
48 damage.
aw
1
2 Payment will be limited to repair of damaged work only. No payment will be made for
3 delay or disruption of work.
4 lei
5 For the purpose of providing a common proposal for all bidders, the Contracting Agency
6 has entered an amount for"Reimbursement For Third Parry Damage" in the proposal to
7 become a part of the total bid by the Contractor.
8
9 1-07.16(1) Private/Public Property
10 This section is revised to read:
11
12 The Contractor shall not use Contracting Agency owned or controlled property other
13 than that directly affected by the contract work without the approval of the Engineer. If
14 the Engineer grants such approval, the Contractor shall then vacate the area when
15 ordered to do so by the Engineer. Approval to temporarily use the property shall not
16 create any entitlement to further use or to compensation for any conditions or
17 requirements imposed.
18
19 The Contractor shall protect private or public property on or in the vicinity of the work
20 site. The Contractor shall ensure that it is not removed, damaged, destroyed, or
21 prevented from being used unless the contract so specifies.
22
23 Property includes land, utilities, trees, landscaping, improvements legally on the right-
24 of-way, markers, monuments, buildings, structures, pipe, conduit, sewer or water lines,
25 signs, and other property of all description whether shown on the plans or not.
26
27 If the Engineer orders , or if otherwise necessary, the Contractor shall install protection,
28 acceptable to the Engineer, for property such as that listed in the previous paragraph.
29 The Contractor is responsible for locating and protecting all property that is subject to
30 damage by the construction operation.
31
32 If the Contractor (or agents/employees of the Contractor) damage, destroy, or interfere 96
33 with the use of such property, the Contractor shall restore it to original condition. The
34 Contractor shall also halt any interference with the property's use. If the Contractor
35 refuses or does not respond immediately, the Engineer may have such property m
36 restored by other means and subtract the cost from money that will be or is due the
37 Contractor.
38 stir
39 The Contractor may access the worksite from adjacent properties. The Contractor shall
40 not use or allow others to use this access to merge with public traffic. During non-
41 working hours, the Contractor shall provide a physical barrier that is either locked or
42 physically unable to be moved without equipment. The access shall not go through any
43 existing structures. The access may go through fencing. The Contractor shall control
44 or prevent animals from entering the worksite to the same degree that they were
45 controlled before the fence was removed. The Contractor shall prevent persons not
46 involved in the contract work from entering the worksite through the access or through
47 trails and pathways intersected by the access. If the contract documents require that
48 existing trails or pathways be maintained during construction, the Contractor will insure
49 the safe passage of trail or pathway users. The Contractor shall effectively control
50 airborne particulates that are generated by use of the access. The location and use of
ft
1 the access shall not adversely affect wetlands or sensitive areas in any manner. The
2 Contractor shall be responsible for obtaining all haul road agreements, permits and/or
3 easements associated with the access. The Contractor shall replace any fence, repair
+� 4 any damage and restore the site to its original state when the access is no longer
5 needed. The Contractor shall bear all costs associated with this worksite access.
6
7 1-07.16(2) Vegetation Protection and Restoration
8 The new paragraph below is inserted to follow the third paragraph:
9
,. 10 Any pruning activity required to complete the work as specified shall be performed by
11 persons qualified as a Certified Arborist at the direction of the Engineer.
12
13 In the fifth paragraph, "Guide for Plant Appraisal, Eighth Edition" is revised to read "Guide
14 for Plant Appraisal, Current Edition".
15
16 1-07.16(3) Fences, Mailboxes, Incidentals
17 The first sentence in the first paragraph is revised to read:
18
19 The Contractor shall maintain any temporary fencing to prevent pedestrians from
20 entering the worksite and to preserve livestock, crops, or property when working
21 through or adjacent to private property.
22
23 1-07.18 Public Liability and Property Damage Insurance
24 This section is revised to read:
25
26 The Contractor shall obtain and keep in force the following policies of insurance. The
27 policies shall be with companies or through sources approved by the State Insurance
28 Commissioner pursuant to Chapter 48.05, RCW. Unless otherwise indicated below, the
�r 29 policies shall be kept in force from the execution date of the contract until the date of
30 acceptance by the Secretary (Section 1-05.12).
31
32 1. Owners and Contractors Protective Insurance providing bodily injury and property
33 damage liability coverage with limits of $3,000,000 per occurrence and in the
34 aggregate for each policy period, written on Insurance Services Office (ISO) form
35 CG0009 together with Washington State Department of Transportation
36 Amendatory Endorsement No. CG 29 08, specifying the State of Washington as a
37 named insured.
38
39 The Contractor may choose to terminate this insurance after the date of
40 Substantial Completion as determined by the Engineer or, should Substantial
41 Completion not be achieved, after the date of Physical Completion as determined
42 by the Engineer. In the event the Contractor elects to terminate this coverage, prior
43 to acceptance of the contract, the Contractor shall first obtain an endorsement to
44 the Commercial General Liability Insurance described below that establishes the
45 Contracting Agency on that policy as an additional insured.
46
47 2. Commercial General Liability Insurance written under ISO Form CG0001 or its
48 equivalent with minimum limits of $3,000,000 per occurrence and in the aggregate
49 for each policy period. This protection may be a CGL policy or any combination of
50 primary, umbrella or excess liability coverage affording total liability limits of not
r
1 less than $3,000,000. Products and completed operations coverage shall be i
2 provided for a period of one year following final acceptance of the work.
3
4 3. Commercial Automobile Liability Insurance providing bodily injury and property
5 damage liability coverage for all owned and nonowned vehicles assigned to or
6 used in the performance of the work with a combined single limit of not less than
7 $1,000,000 each occurrence with the State named as an additional insured in
8 connection with the Contractor's Performance of the contract.
9
10 The Owners and Contractors Protective Insurance policy shall not be subject to a
11 deductible or contain provisions for a deductible. The Commercial General Liability
12 policy and the Commercial Automobile Liability Insurance policy may, at the discretion
13 of the Contractor, contain such provisions. If a deductible applies to any claim under
14 these policies, then payment of that deductible will be the responsibility of the
15 Contractor, notwithstanding any claim of liability against the Contracting Agency.
16 However in no event shall any provision for a deductible provide for a deductible in
17 excess of $50,000.00.
18
19 Prior to contract execution, the Contractor shall file with the Department of
20 Transportation, Contract Payment Section, P.O. Box 47420, Olympia, WA 98504-7420,
21 ACORD Form Certificates of Insurance evidencing the minimum insurance coverages
22 required under these specifications.
23
24 All insurance policies and Certificates of Insurance shall include a requirement providing
25 for a minimum of 45 days prior written notice to the Contracting Agency of any
26 cancellation or reduction of coverage. All insurance coverage required by this section
27 shall be written and provided by "occurrence-based" policy forms rather than by "claims
28 made"forms.
29
30 Failure on the part of the Contractor to maintain the insurance as required shall
31 constitute a material breach of contract upon which the Contracting Agency may, after
32 giving five working days notice to the Contractor to correct the breach, immediately
33 terminate the contract or, at its discretion, procure or renew such insurance and pay
34 any and all premiums in connection therewith, with any sums so expended to be repaid
35 to the Contracting Agency on demand, or at the sole discretion of the Contracting to
36 Agency, offset against funds due the Contractor from the Contracting Agency.
37
38 All costs for insurance, including any payments of deductible amounts, shall be Mi
39 considered incidental to and included in the unit contract prices and no additional
40 payment will be made.
41 di
42 1-07.23(1) Construction Under Traffic
43 The first paragraph is supplemented with the following:
44 io
45 The Contractor shall enter interstate highways only through legal movements from
46 existing roads, streets, and through other access points specifically allowed by the
47 contract documents. ift
48
49 The fourth sentence in the second paragraph is revised to read:
50
1 Deficiencies not caused by the Contractor's operations shall be repaired by the
2 Contractor, when ordered by the Engineer, at the Contracting Agency's expense.
3
• 4 In the sixth paragraph, 3. "C", the first sentence is revised to read:
5
6 Temporary concrete barrier or other approved barrier installed on the traffic side of the
7 drop-off with 2 feet between the drop-off and the back of the barrier and a new edge of
8 pavement stripe a minimum of 2 feet from the face of the barrier.
9
10 SECTION 1-09, MEASUREMENT AND PAYMENT
11 April 5, 2004
12 1-09.6 Force Account
13 On page 1-91, under "For Labor", the fourth and fifth sentences in the second paragraph
14 are deleted.
15
16 1-09.7 Mobilization
17 Under the second paragraph, item 3 is revised to read:
18
19 When the substantial completion date has been established for the project, payment of
20 any amount bid for mobilization in excess of 10 percent of the total original contract
21 amount will be paid.
22
23 SECTION 1-10, TEMPORARY TRAFFIC CONTROL
24 December 6, 2004
25 Section 1-10 is revised in its entirety to read:
26
27 1-10.1 General
28 The Contractor, utilizing contractor labor and contractor-provided equipment and
29 materials (except when such labor, equipment or materials are to be provided by the
30 Contracting Agency as specifically identified herein), shall plan, manage, supervise and
31 perform all temporary traffic control activities needed to support the work of the
32 contract.
33
34 1-10.1(1) Materials
35 Materials shall meet the requirements of the following sections:
' 36
37 Stop/Slow Paddles 9-35.1
38 Construction Signs 9-35.2
39 Wood Sign Posts 9-35.3
40 Sequential Arrow Signs 9-35.4
41 Portable Changeable Message Signs 9-35.5
42 Barricades 9-35.6
43 Traffic Safety Drums 9-35.7
44 Barrier Drums 9-35.8
45 Traffic Cones 9-35.9
46 Tubular Markers 9-35.10
47 Warning Lights and Flashers 9-35.11
48 Truck-Mounted Attenuator 9-35.12
1
2 1-10.1(2) Description
3 The Contractor shall provide flaggers, spotters and all other personnel required for labor
4 for traffic control activities and not otherwise specified as being furnished by the
5 Contracting Agency.
6
7 The Contractor shall perform all procedures necessary to support the contract work. ,O
8
9 The Contractor shall provide signs and other traffic control devices not otherwise
10 specified as being furnished by the Contracting Agency. The Contractor shall erect and go
11 maintain all construction signs, warning signs, detour signs, and other traffic control
12 devices necessary to warn and protect the public at all times from injury or damage as
13 a result of the Contractor's operations which may occur on or adjacent to highways,
14 roads, or streets. No work shall be done on or adjacent to the roadway until all
15 necessary signs and traffic control devices are in place.
16
17 The traffic control resources and activities described shall be used for the safety of the
18 public, of the Contractor's employees, and of the Contracting Agency's personnel and
19 to facilitate the movement of the traveling public. Traffic control resources and activities
20 may be used for the separation or merging of public and construction traffic when such
21 use is in accordance with a specific approved traffic control plan.
22
23 Upon failure of the Contractor to immediately provide flaggers; erect, maintain, and '
24 remove signs; or provide, erect, maintain, and remove other traffic control devices when
25 ordered to do so by the Engineer, the Contracting Agency may, without further notice to
26 the Contractor or the Surety, perform any of the above and deduct all of the costs from
27 the Contractor's payments.
28
29 The Contractor shall be responsible for providing adequate labor, sufficient signs, and 40
30 other traffic control devices, and for performing traffic control procedures needed for the
31 protection of the work and the public at all times regardless of whether or not the labor,
32 devices or procedures have been ordered by the Engineer, furnished by the Contracting
33 Agency, or paid for by the Contracting Agency.
34
35 Wherever possible when performing contract work, the Contractor's equipment shall to
36 follow normal and legal traffic movements. The Contractor's ingress and egress of the
37 work area shall be accomplished with as little disruption to traffic as possible. Traffic
38 control devices shall be removed by picking up the devices in a reverse sequence to
39 that used for installation. This may require moving backwards through the workzone.
40 When located behind barrier or at other locations shown on approved traffic control
41 plans, equipment may operate in a direction opposite to adjacent traffic.
42
43 The Contractor is advised that the Contracting Agency may have entered into operating
44 agreements with one or more law enforcement organizations for cooperative activities.
45 Under such agreements, at the sole discretion of the Contracting Agency, law
46 enforcement personnel may enter the workzone for enforcement purposes and may
47 participate in the Contractor's traffic control activities. The responsibility under the
48 contract for all traffic control resides with the Contractor and any such participation by
49 law enforcement personnel in Contractor traffic control activities will be referenced in
50 the Special Provisions or will be preceded by an agreement and, if appropriate, a cost
.. 1 adjustment. Nothing in this contract is intended to create an entitlement, on the part of
2 the Contractor, to the services or participation of the law enforcement organization.
3
4 1-10.2 Traffic Control Management
5
6 1-10.2(1) General
7 It is the Contractor's responsibility to plan, conduct and safely perform the work. The
8 Contractor shall manage temporary traffic control with his or her own staff. Traffic
9 control management responsibilities shall be formally assigned to one or more company
rr� 10 supervisors who are actively involved in the planning and management of field contract
11 activities. The Contractor shall provide the Engineer with a copy of the formal
12 assignment. The duties of traffic control management may not be subcontracted.
AP 13
14 The Contractor shall designate an individual or individuals to perform the duties of the
15 primary Traffic Control Supervisor (TCS). The designation shall also identify an
,m 16 alternate TCS who can assume the duties of the primary TCS in the event of that
17 person's inability to perform. The TCS shall be responsible for safe implementation of
18 approved Traffic Control Plans provided by the Contractor.
19
20 The designated individuals shall be certified as worksite traffic control supervisors by
21 one of the organizations listed in the Special Provisions. Possession of a current
22 flagging card by the TCS is mandatory. A traffic control management assignment and a
23 TCS designation are required on all projects that will utilize traffic control.
24
25 The Contractor shall maintain 24-hour telephone numbers at which the Contractor's
26 assigned traffic control management personnel and the TCS can be contacted and be
27 available upon the Engineer's request at other than normal working hours. These
28 persons shall have the resources, ability and authority to expeditiously correct any
29 deficiency in the traffic control system.
30
31 1-10.2(1)A Traffic Control Management
0" 32 The responsibilities of the Contractor's traffic control management personnel shall
33 include:
34
35 1. Overseeing and approving the actions of the Traffic Control Supervisor (TCS)
36 to ensure that proper safety and traffic control measures are implemented and
37 consistent with the specific requirements created by the Contractor's
38 workzones and the Contract. Some form of oversight shall be in place and
39 effective even when the traffic control management personnel are not present
40 at the jobsite.
41
42 2. Providing the Contractor's designated TCS with approved Traffic Control Plans
43 (TCPs) which are compatible with the work operations and traffic control for
+ + 44 which they will be implemented. Having the latest adopted edition of the
45 Manual On Uniform Traffic Control Devices for Streets and Highways
46 (MUTCD,) including the Washington State Modifications to the MUTCD and
.� 47 applicable standards and specifications available at all times on the project.
48
49 3. Discussing proposed traffic control measures and coordinating implementation
�rw 50 of the Contractor-adopted traffic control plan(s) with the Engineer.
1 �
2 4. Coordinating all traffic control operations, including those of subcontractors
3 and suppliers, with each other and with any adjacent construction or
4 maintenance operations.
5
6 5. Coordinating the project's activities (such as ramp closures, road closures, and
7 lane closures) with appropriate police, fire control agencies, city or county
8 engineering, medical emergency agencies, school districts, and transit
9 companies.
10 i
11 6. Overseeing all requirements of the contract that contribute to the convenience,
12 safety, and orderly movement of vehicular and pedestrian traffic.
13
14 7. Reviewing the TCS's diaries daily and being aware of field traffic control
15 operations.
16
17 8. Being present on-site a sufficient amount of time to adequately satisfy the
18 above-listed responsibilities.
19
20 Failure to carry out any of the above-listed responsibilities shall be a failure to comply
21 with the contract and may result in a suspension of work as described in Section 1-
22 08.6.
23
24 1-10.2(1)B Traffic Control Supervisor
25 A Traffic Control Supervisor (TCS) shall be present on the project whenever flagging or
26 spotting or other traffic control labor is being utilized or less frequently, as authorized by
27 the Engineer.
28
29 The TCS shall personally perform all the duties of the TCS. During nonwork periods,
30 the TCS shall be available to the job site within a 45-minute time period after notification
31 by the Engineer.
32 a
33 The TCS's duties shall include:
34
35 1. Having a current set of approved traffic control plans (TCPs), applicable
36 contract provisions as provided by the Contractor, the latest adopted edition of
37 the MUTCD, including the Washington State Modifications to the MUTCD, the
38 book Quality Guidelines for Work Zone Traffic Control Devices, and applicable
39 standards and specifications.
40
41 2. Inspecting traffic control devices and nighttime lighting for proper location,
42 installation, message, cleanliness, and effect on the traveling public. Traffic
43 control devices shall be inspected at least once per hour during working hours
44 except that Class A signs and nighttime lighting need to be checked only once ,
45 a week. Traffic control devices left in place for 24 hours or more shall also be
46 inspected once during the nonworking hours when they are initially set up
47 (during daylight or darkness, whichever is opposite of the working hours). The
48 TCS shall correct, or arrange to have corrected, any deficiencies noted during
49 these inspections.
50 ,
1 3. Preparing a daily traffic control diary on each day that traffic control is
2 performed using DOT Forms 421-040A and 421-040B, and submitting them to
3 the Engineer no later than the end of the next working day. The Contractor
4 may use alternate forms if approved by the Engineer. Diary entries shall
5 include, but not be limited to:
6
7 a. Time of day when signs and traffic control devices are installed and
8 removed,
9 b. Location and condition of signs and traffic control devices,
iw 10 c. Revisions to the traffic control plan,
11 d. Lighting utilized at night, and
12 e. Observations of traffic conditions.
+r 13
14 4. Making minor revisions to the traffic control plan to accommodate site
15 conditions provided that the original intent of the traffic control plan is
16 maintained and the revision has the concurrence of both the Contractor and
17 the Engineer.
18
W 19 5. Attending traffic control coordinating meetings or coordination activities as
20 necessary for full understanding and effective performance.
21
g, 22 6. Ensuring that all needed traffic control devices and equipment are available
23 and in good working condition prior to the need to install or utilize them.
24
25 The TCS may perform the work described in Section 1-10.3(1)A Flaggers and
26 Spotters or in Section 1-10.3(1)B Other Traffic Control Labor provided that the duties
27 of the TCS are accomplished.
28
29 1-10.2(2) Traffic Control Plans
30 The traffic control plan or plans appearing in the contract documents show a method of
31 handling traffic. All construction signs, flaggers, spotters and other traffic control
" 32 devices are shown on the traffic control plan(s) except for emergency situations.
33 Where mainline contract traffic control plans are developed with the intent of operating
34 without the use of flaggers or spotters, the plans shall contain a note that states, "NO
35 FLAGGERS OR SPOTTERS". The use of flaggers or spotters to supplement these
36 traffic control plans will not be allowed except in a case where no other means of traffic
37 control can be used or in the event of an emergency. If the Contractor proposes the
38 use of flaggers or spotters with one of these plans, this will constitute a modification
39 requiring approval by the Engineer. The modified plans shall show locations for all the
40 required advance warning signs and a safe, protected location for the flagging station.
41 If flagging is to be performed during hours of darkness, the plan shall include
42 appropriate illumination for the flagging station.
43
44 When the Contractor's chosen method of performing the work in the contract requires
45 some form of temporary traffic control, the Contractor shall either: (1.) designate and
46 adopt, in writing, the traffic control plan or plans from the contract documents that
47 support that method; or (2.) submit a Contractor's plan that modifies, supplements or
48 replaces a plan from the contract documents. Any Contractor-proposed modification,
49 supplement or replacement shall show the necessary construction signs, flaggers,
50 spotters and other traffic control devices required to support the work. Any Contractor-
1 proposed traffic control plan shall conform to the established standards for plan
2 development as shown in the MUTCD, Part VI. The Contractor's submittal, either
3 designating and adopting a traffic control plan from the contract documents or
4 proposing a Contractor-developed plan, shall be provided to the Engineer for approval 0
5 at least ten calendar days in advance of the time the signs and other traffic control
6 devices are scheduled to be installed and utilized. The Contractor shall be solely
7 responsible for submitting any proposed traffic control plan or modification, obtaining
8 the Engineer's approval and providing copies of the approved Traffic Control Plans to
9 the Traffic Control Supervisor.
10 +6
11 1-10.2(3) Conformance to Established Standards
12 Flagging, signs, and all other traffic control devices and procedures furnished or
13 provided shall conform to the standards established in the latest WSDOT adopted
14 edition of the Manual On Uniform Traffic Control Devices for Streets and Highways
15 (MUTCD) published by the U.S. Department of Transportation and the Washington
16 State Modifications to the MUTCD. Judgment of the quality of devices furnished will be
17 based upon Quality Guidelines for Work Zone Traffic Control Devices, published by the
18 American Traffic Safety Services Association. Copies of the MUTCD and Quality
19 Guidelines for Work Zone Traffic Control Devices may be purchased from the American
20 Traffic Safety Services Association, 15 Riverside Parkway, Suite 100, Fredericksburg,
21 Virginia 22406-1022. The Washington State Modifications to the MUTCD may be
22 obtained from the Department of Transportation, Olympia, Washington 98504.
wr
23
24 In addition to the standards of the MUTCD described above, the Contracting Agency
25 has scheduled the implementation of crashworthiness requirements for most workzone
26 devices. The National Cooperative Highway Research Project (NCHRP) Report 350
27 has established requirements for crash testing. Workzone devices are divided into four
28 categories. Each of those categories and, where applicable, the schedule for
29 implementation is described below:
30
31 Category 1 includes those items that are small and lightweight, channelizing, and
32 delineating devices that have been in common use for many years and are known to be w
33 crashworthy by crash testing of similar devices or years of demonstrable safe
34 performance. These include cones, tubular markers, flexible delineator posts, and
35 plastic drums. All Category 1 devices used on the project shall meet the requirements go
36 of NCHRP 350 as certified by the manufacturer of the device.
37
38 Category 2 includes devices that are not expected to produce significant vehicular WO
39 velocity change, but may otherwise be hazardous. Examples of this class are
40 barricades, portable sign supports and signs, intrusion alarms and vertical panels. All
41 new Category 2 devices purchased after October 1, 2000 shall meet the requirements
42 of NCHRP 350. Existing equipment, purchased prior to October 1, 2000, may be used
43 on the project until December 31, 2007. For the purpose of definition, a sign support
44 and sign shall be considered a single unit. A new sign may be purchased for an existing d
45 sign support and the entire unit will be defined as"existing equipment."
46
47 Category 3 is for hardware expected to cause significant velocity changes or other to
48 potentially harmful reactions to impacting vehicles. Barriers, fixed sign supports, crash
49 cushions, truck mounted attenuators (TMA's) and other work zone devices not meeting
50 the definitions of Category 1 or 2 are examples from this category. Many Category 3 , �
1 devices are defined in the design of the project. Where this is the case, NCHRP 350
2 requirements have been incorporated into the design and the Contractor complies with
3 the requirements by constructing devices according to the plans and specifications.
4 Where the device is a product chosen by the Contractor, the device chosen must be
5 compliant with the requirements of NCHRP 350.
6
,. 7 Category 4 includes portable or trailer-mounted devices such as arrow displays,
8 temporary traffic signals, area lighting supports, and portable changeable message
9 signs. There is presently no implementation schedule for mandatory crashworthiness
10 compliance for these devices.
11
12 The condition of signs and traffic control devices shall be acceptable or marginal as
13 defined in the book Quality Guidelines for Work Zone Traffic Control Devices, and will
14 be accepted based on a visual inspection by the Engineer. The Engineer's decision on
15 the condition of a sign or traffic control device shall be final. A sign or traffic control
16 device determined to be unacceptable shall be removed from the project and replaced
17 within 12 hours of notification.
18
19 1-10.3 Traffic Control Labor, Procedures and Devices
20
21 1-10.3(1) Traffic Control Labor
22 The Contractor shall furnish all personnel for flagging, spotting, for the execution of all
23 procedures related to temporary traffic control and for the setup, maintenance and
24 removal of all temporary traffic control devices and construction signs necessary to
25 control traffic during construction operations.
26
27 Workers engaged as flaggers or spotters shall wear reflective vests and hard hats.
28 During hours of darkness, white coveralls or white or yellow rain gear shall also be
29 worn. The vests and other apparel shall be in conformance with Section 1-07.8.
30
31 1-10.3(1)A Flaggers and Spotters
32 Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans
33 or where directed by the Engineer. All flaggers and spotters shall possess a current
34 flagging card issued by the State of Washington, Oregon, Montana, or Idaho. The
35 flagging card shall be immediately available and shown to the Contracting Agency upon
36 request.
37
38 Flagging stations shall be shown on Traffic Control Plans at locations where
39 construction operations require stopping or diverting public traffic. Flagging stations
40 shall be staffed only when flagging is required. This staffing may be continuous or
41 intermittent, depending on the nature of the construction activity. Whenever a flagger is
42 not required to stop or divert traffic, the flagger shall move away from the flagging
43 station to a safer location. During hours of darkness, flagging stations shall be
+w 44 illuminated in a manner that insures that flaggers can easily be seen but that does not
45 cause glare to the traveling public. Flaggers shall be equipped with portable two-way
46 radios, with a range suitable for the project. The radios shall be capable of having
47 direct contact with project management (foremen, superintendents, etc.).
48
49 The Contractor shall furnish the MUTCD standard Stop/Slow paddles for all flagging
50 operations. The specification for Stop/Slow paddles in Section 9-35.1 requires 24"
r
1 paddles and all new paddles purchased for the project shall conform to those
2 provisions. Previously specified 18" paddles may be used at the request of the
3 Contractor until December 31, 2005.
4
5 Spotting stations shall be shown on Traffic Control Plans at locations where a spotter
6 can detect errant drivers or other hazards and provide an effective warning to other
7 workers. Spotting stations will not be allowed at locations where the spotter will be in
8 unnecessary danger. The Contractor shall furnish noise-makers or other effective
9 warning devices for spotting operations. The duties of a spotter shall not include
10 flagging. r
11
12 1-10.3(1)B Other Traffic Control Labor
13 In addition to flagging or spotting duties, the Contractor shall provide personnel for all
14 other traffic control procedures required by the construction operations and for the labor
15 to install, maintain and remove any traffic control devices shown on Traffic Control
16 Plans.
17
18 1-10.3(2) Traffic Control Procedures
19
20 1-10.3(2)A One-Way Traffic Control
21 The project work may require that traffic be maintained on a portion of the roadway
22 during the progress of the work using one-way traffic control. If this is the case, the
23 Contractor's operation shall be confined to one-half the roadway, permitting traffic on
24 the other half. If shown on an approved traffic control plan or directed by the Engineer,
25 one-way traffic control, in accordance with the MUTCD, shall be provided and shall also
26 conform to the following requirements:
27
28 In any one-way traffic control configuration, side roads and approaches will be closed or
29 controlled by a flagger or by appropriate approved signing. A side road flagger will
30 coordinate with end flaggers where there is line of sight and with the pilot car where the
31 end flaggers cannot be seen.
32
33 Queues of vehicles will be allowed to take turns passing through the workzone in the
34 single open lane. When one-way traffic control is in effect, Contractor vehicles shall not
35 use the open traffic lane except while following the same rules and routes required of +►
36 the public traffic.
37
38 As conditions permit, the Contractor shall, at the end of each day, leave the work area *r
39 in such condition that it can be traveled without damage to the work, without danger to
40 traffic, and without one-way traffic control. If, in the opinion of the Engineer, one-way
41 traffic control cannot be dispensed with after working hours, then the operation will be
42 continued throughout the non-working hours.
43
44 1-10.3(2)B Rolling Slowdown
45 For work operations on multi-lane roadways that necessitate short-term roadway
46 closures of 15 minutes or less, the Contractor may implement a rolling slowdown.
47 Where included in an approved traffic control plan, a rolling slowdown shall be
48 accomplished using one traffic control vehicle with flashing amber lights for each lane to
49 be slowed down plus one control vehicle to serve as a chase vehicle for traffic ahead of
50 the blockade. The traffic control vehicles shall enter the roadway and form a moving „k
"" 1 blockade to reduce traffic speeds and create a clear area in front of the moving
2 blockade to accomplish the work.without a total stoppage of traffic.
3
AN 4 A portable changeable message sign shall be placed ahead of the starting point of the
5 traffic control to warn traffic of the slowdown.. The sign shall be placed far enough
6 ahead of the work to avoid any expected backup of vehicles.
wr 7
8 The location where the traffic control vehicles shall begin the slowdown and the speed
9 at which the moving blockade will be allowed to travel will be calculated to
4. 10 accommodate the estimated time needed for closure. The chase control vehicle shall
11 follow the slowest vehicle ahead of the blockade. When the chase vehicle passes, the
12 Contractor may begin the work operation. In the event that the work operation is not
4V 13 completed when the moving blockade reaches the site, all work except that necessary
14 to clear the roadway shall cease immediately and the roadway shall be cleared and
15 reopened as soon as possible.
16
17 All ramps and entrances to the roadway between the moving blockade and work
18 operation shall be temporarily closed using flaggers. Radio communications between
19 the work operation and the moving blockade shall be established and utilized to adjust
20 the speed of the blockade to accommodate the closure time needed.
21
22 1-10.3(2)C Lane Closure Setup/Takedown
23 Where allowed by the contract and where shown on approved traffic control plans or
24 directed by the Engineer, the Contractor shall set up traffic control measures to close
25 one or more lanes of a multi-lane facility. When this is to occur, the following sequence
26 shall be followed:
27
28 1. Advance warning signs are set up on the shoulder of the roadway opposite the
29 lane to be closed,
30
31 2. Advance warning signs are set up on the same shoulder as the lane to be
32 closed,
33
34 3. A truck-mounted attenuator, with arrow board, is moved into place at the
35 beginning of the closure taper,
36
37 4. Channelization devices are placed to mark the taper and the length of the
38 closure as shown on the traffic control plan.
39
40 Once the lane is closed, the TMA/arrow board combination may be replaced
+r 41 with an arrow board without attenuator.
42
43 If additional lanes are to be closed, this shall be done in sequence with previous lane
44 closures using the same sequence of activities. A truck-mounted attenuator with arrow
45 board is required during the process of closing each additional lane and may be
46 replaced with an arrow board without attenuator after the lane is closed. Each closed
47 lane shall be marked with a separate arrow board at all times.
48
49 Traffic control for lane closures shall be removed in the reverse order of its installation.
err 50
1 1-10.3(2)D Mobile Operations
2 Where construction operations are such that movement along the length of a roadway
3 is continuous or near-continuous to the extent that a stationary traffic control layout will
4 not be effective, the Contractor shall implement a moving, or mobile, traffic control .
5 scheme. Such moving control shall always be conducted in the same direction as the
6 adjacent traffic.
7
8 Where shown on an approved traffic control plan or where directed by the Engineer,
9 mobile traffic control shall consist of portable equipment, moving with the operation. A
10 portable changeable message sign shall be established in advance of the operation, far
11 enough back to provide warning of both the operation and of any queue of traffic that
12 has formed during the operation. The advance sign shall be continuously moved to
13 stay near the back of the queue at all times. A truck-mounted attenuator, with arrow Vol
14 board, shall be positioned and maintained at a fixed distance upstream of the work. A
15 shadow vehicle, with truck-mounted attenuator shall be positioned and maintained
16 immediately upstream of the work.
17
18 1-10.3(2)E Patrol & Maintain Traffic Control Measures
19 At all times, when temporary traffic control measures are in place, the Contractor shall
20 provide for patrolling and maintaining these measures. The work shall consist of
21 resetting mislocated devices, assuring visibility of all devices, cleaning and repairing
22 where necessary, providing maintenance for all equipment, including replacing batteries
23 and light bulbs as well as keeping motorized and electronic items functioning, and
24 adjusting the location of devices to respond to actual conditions, such as queue length,
25 unanticipated traffic conflicts and other areas where planned traffic control has proven
26 ineffective.
27
28 This work shall be performed by the Contractor, either by or under the direction of the
29 Traffic Control Supervisor. Personnel, with vehicles if necessary, shall be dispatched
30 so that all traffic control can be reviewed at least once per hour during working hours
31 and at least once during each non-working day.
32
33 1-10.3(3) Traffic Control Devices
34
35 1-10.3(3)A Construction Signs
36 All construction signs required by approved traffic control plans, as well as any other
37 appropriate signs directed by the Engineer shall be furnished by the Contractor. The
38 Contractor shall provide the posts or supports and erect and maintain the signs in a Ai
39 clean, neat, and presentable condition until the need for them has ended. Post
40 mounted signs shall be installed as shown in Standard Plans G-1 and G-4a. Sign
41 attachment to posts shall conform to the applicable detail shown in Standard Plan G-9b.
42 When the need for construction signs has ended, the Contractor, upon approval of the
43 Engineer, shall remove all signs, posts, and supports from the project and they shall
44 remain the property of the Contractor. so
45
46 No passing zones on the existing roadway that are marked with paint striping and which
47 striping is to be obliterated by construction operations shall be replaced by "Do Not
48 Pass" and "Pass With Care" signs. The Contractor shall provide and install the posts
49 and signs. The signs shall be maintained by the Contractor until they are removed or
50 until the contract is physically completed. When the project includes striping by the ,,
.. 1 Contractor, the signs and posts shall be removed by the Contractor when the no
2 passing zones are reestablished by striping. The signs and posts will become the
3 property of the Contractor. When the Contractor is not responsible for striping and
.. 4 when the striping by others is not completed when the project is physically completed,
5 the posts and signs shall be left in place and shall become the property of the
6 Contracting Agency.
fr 7
8 All existing signs, new permanent signs installed under this contract, and construction
9 signs installed under this contract that are inappropriate for the traffic configuration at a
.rr 10 given time shall be removed or completely covered with metal, plywood, or an Engineer
11 approved product specifically manufactured for sign covering during periods when they
12 are not needed.
13
14 Construction signs will be divided into two classes. Class A construction signs are
15 those signs that remain in service throughout the construction or during a major phase
16 of the work. They are mounted on posts, existing fixed structures, or substantial
17 supports of a semi-permanent nature. Class A signs will be designated as such on the
18 approved Traffic Control Plan. "Do Not Pass" and "Pass With Care" signs are classified
19 as Class A construction signs. Sign and support installation for Class A signs shall be
20 in accordance with the Contract Plans or the Standard Plans. Class B construction
21 signs are those signs that are placed and removed daily, or are used for short durations
22 which may extend for one or more days. They are mounted on portable or temporary
23 mountings.
24
25 Where it is necessary to add weight to signs for stability, the only allowed method will
' 26 be a bag of sand that will rupture on impact. The bag of sand shall have a maximum
27 weight of 40 pounds, and shall be suspended no more than 1 foot from the ground.
28
29 Signs, posts, or supports that are lost, stolen, damaged, destroyed, or which the
30 Engineer deems to be unacceptable while their use is required on the project shall be
31 replaced by the Contractor.
32
33 1-10.3(3)B Sequential Arrow Signs
34 Where shown on an approved traffic control plan or where ordered by the Engineer, the
35 Contractor shall provide, operate and maintain sequential arrow signs. In some
36 locations, the sign will be shown as a unit with an attenuator. In other locations, the
37 plan will indicate a stand-alone unit.
38
39 1-10.3(3)C Portable Changeable Message Sign
40 Where shown on an approved traffic control plan or where ordered by the Engineer, the
*" 41 Contractor shall provide, operate and maintain portable changeable message signs.
42 These signs shall be available, on-site, for the entire duration of their projected use.
43
44 1-10.3(3)D Barricades
45 Where shown on an approved traffic control plan or where ordered by the Engineer, the
46 Contractor shall provide, install and maintain barricades. Barricades shall be kept in
47 good repair and shall be removed immediately when, in the opinion of the Engineer,
48 they are no longer functioning as designed.
49
1 Where it is necessary to add weight to barricades for stability, the only allowed method ib
2 will be a bag of sand that will rupture on impact. The bag of sand shall have a
3 maximum weight of 40 pounds, and shall be suspended no more than 1 foot from the
4 ground.
5
6 1-10.3(3)E Traffic Safety Drums
7 Where shown on an approved Traffic Control Plan, or where ordered by the Engineer,
8 the Contractor shall provide, install and maintain traffic safety drums.
9
10 Used drums may be utilized, provided all drums used on the project are of essentially
11 the same configuration.
12
13 The drums shall be designed to resist overturning by means of a weighted lower unit
14 that will separate from the drum when impacted by a vehicle.
15
16 Drums shall be regularly maintained to ensure that they are clean and that the drum All
17 and reflective material are in good condition. If the Engineer determines that a drum
18 has been damaged beyond usefulness, or provides inadequate reflectivity, a
19 replacement drum shall be furnished. 46
20
21 When the Engineer determines that the drums are no longer required, they shall be
22 removed from the project and shall remain the property of the Contractor.
23
24 1-10.3(3)F Barrier Drums
25 Where shown on approved Traffic Control Plans and as ordered by the Engineer,
26 barrier drums shall be placed on temporary concrete barrier at the following
27 approximate spacing:
28
29 Concrete Barrier Barrier Drum
30 Placement Spacing in Feet
31 Tangents 1/2 mile or less 2 times posted speed limit
32 Tangents greater than 1/2 mile 4 times posted speed limit
33 Tapers and Curves posted speed limit
34
35 Note 1 A minimum of 3 barrier drums shall be used.
36 Note 2 A minimum of 5 barrier drums shall be used.
37
38 Temporary concrete barrier reflectors may be excluded when using barrier drums. at
39
40 Both legs of the barrier drums shall be completely filled with sand. The top oval should
41 not be filled. 00
42
43 Used barrier drums may be used, provided all barrier drums used on the project are of
44 essentially the same configuration. wr
45
46 Barrier drums shall be regularly maintained to ensure that they are clean and that the
47 barrier drum and reflective material are in good condition. If the Engineer determines ;
48 that a barrier drum has been damaged beyond usefulness, or provides inadequate
49 reflectivity, a replacement barrier drum shall be furnished.
50
1 When the Engineer determines that the drums are no longer required, they shall be
2 removed from the project and shall remain the property of the Contractor.
3
r. 4 1-10.3(3)G Traffic Cones
5 Where shown on an approved traffic control plan or where ordered by the Engineer, the
6 Contractor shall provide, install and maintain traffic cones. Cones shall be kept in good
+ + 7 repair and shall be removed immediately when directed by the Engineer. Where wind
8 or moving traffic frequently displace cones, an effective method of stabilizing cones,
9 such as stacking two together at each location, shall be employed.
.r 10
11 1-10.3(3)H Tubular Markers
12 Where shown on an approved traffic control plan or where ordered by the Engineer, the
r 13 Contractor shall provide, install and maintain tubular markers. Tubular markers shall be
14 kept in good repair and shall be removed immediately when directed by the Engineer.
15 Tubular markers are secondary devices and are not to be used as substitutes for cones
16 or other delineation devices without an approved traffic control plan.
17
18 Where the Traffic Control Plan shows pavement-mounted tubular markers, the
19 adhesive used to fasten the base to the pavement shall be suitable for the purpose, as
20 approved by the Engineer. During the removal of pavement-mounted tubular markers,
21 care shall be taken to avoid damage to the existing pavement. Any such damage shall
22 be repaired by the Contractor at no cost to the Contracting Agency.
23
24 1-10.3(3)1 Warning Lights and Flashers
4W 25 Where shown attached to traffic control devices on an approved traffic control plan or
26 where ordered by the Engineer, the Contractor shall provide and maintain flashing
27 warning lights. Lights attached to advance warning signs shall be Type B, high-
28 intensity. Lights attached to traffic safety drums, barricades or other signs shall be
29 Type C, steady-burning low intensity or, where attention is to be directed to a specific
30 device, Type A, flashing low-intensity units.
31
' 32 1-10.3(3)J Truck-Mounted Attenuator
33 Where shown on an approved traffic control plan or where ordered by the Engineer, the
34 Contractor shall provide, operate and maintain truck-mounted impact attenuators
35 (TMA). These attenuators shall be available, on-site, for the entire duration of their
36 projected use.
37
38 The TMA shall be positioned to separate and protect construction workzone activities
39 from normal traffic flow.
40
41 During use, the attenuator shall be in the full down-and-locked position. For stationary
42 operations, the truck's parking brake shall be set.
43
44 1-10.4 Measurement
45
46 1-10.4(1) Lump Sum Bid for Project (No Unit Items)
47 When the bid proposal contains the item "Project Temporary Traffic Control", there will
48 be no measurement of unit items for work defined by Section 1-10 except as described
49 in Section 1-10.4(3). Also, except as described in Section 1-10.4(3), all of Sections 1-
50 10.4(2) and 1-10.5(2) is deleted.
+rr
1 �
2 No specific unit of measurement will apply to the lump sum item of "Project Temporary
3 Traffic Control."
4 to
5 1-10.4(2) Item Bids with Lump Sum for Incidentals
6 When the bid proposal does not contain the item "Project Temporary Traffic Control",
7 Sections 1-10.4(1) and 1-10.5(1) are deleted and the bid proposal will contain some or
8 all of the following items, measured as noted.
9
10 No specific unit of measurement will apply to the lump sum item of `Traffic Control
11 Supervisor."
12
13 "Flaggers and Spotters" will be measured by the hour. Hours will be measured for each
14 flagging or spotting station, shown on an approved Traffic Control Plan, when that
15 station is staffed in accordance with Section 1-10.3(1)A. When a flagging station is
16 staffed on an intermittent basis, no deduction will be made in measured hours provided
17 that the person staffing the station is in a standby mode and is not performing other
18 duties.
19
20 "Other Traffic Control Labor' will be measured by the hour. With the exception of
21 patrolling and maintaining, hours will be measured for each person engaged in any one
22 of the following activities:
23
24 0 Operating a pilot vehicle during one-way piloted traffic control.
25
26 Operating a traffic control vehicle or a chase vehicle during a rolling slowdown "a
27 operation.
28
29 0 Operating a vehicle or placing/removing traffic control devices during the setup '
30 or takedown of a lane closure. Performing preliminary work to prepare for
31 placing and removing these devices.
32
33 0 Operating any of the moving traffic control equipment, or adjusting signing
34 during a mobile operation as described in Section 1-10.3(2)D.
35
36 0 Patrolling and maintaining traffic control measures as described in Section 1-
37 10.3(2)E. The hours of one person will be measured for each patrol route
38 necessary to accomplish the review frequency required by the provision,
39 regardless of the actual number of persons per route.
40
41 0 Placing and removing Class B construction signs. Performing preliminary
42 work to prepare for placing and removing these signs.
43
44 0 Relocation of Portable Changeable Message Signs within the project limits.
45
46 0 Installing and removing Barricades, Traffic Safety Drums, Barrier Drums,
47 Cones, Tubular Markers and Warning Lights and Flashers to carry out
48 approved Traffic Control Plan(s). Performing preliminary work to prepare for
49 installing these devices.
50
a• 1 Time spent on activities other than those listed will not be measured under this
2 item.
3
4 "Construction Signs, Class A" will be measured by the square foot of panel area for
5 each sign designated on an approved Traffic Control Plan as Class A or for each
6 construction sign installed as ordered by the Engineer and designated as Class A at the
7 time of the order. Class A signs may be used in more than one location and will be
8 measured for each new installation. Class B construction signs will not be measured.
9 Sign posts or supports will not be measured.
10
11 "Sequential Arrow Sign" will be measured by the hour for the time that each sign is
12 operating as shown on an approved Traffic Control Plan or as directed by the Engineer.
13
14 "Portable Changeable Message Sign" will be measured per each one time only for each
15 portable changeable message sign used on the project. The final pay quantity shall be
16 the maximum number of such signs in place at any one time as approved by the
17 Engineer.
18
19 "Operation of Portable Changeable Message Sign" will be measured by the hour for
20 each hour of operation. The hours of operation will be determined by the Engineer.
21 Hours of operation in excess of those determined by the Engineer will be at the
22 Contractor's expense.
23
24 "Truck Mounted Impact Attenuator" will be measured per each one time only for each
25 truck with mounted impact attenuator used on the project. The final pay quantity shall
26 be the maximum number of truck-mounted impact attenuators in place at any one time.
27
28 "Operation of Truck-Mounted Impact Attenuator" will be measured by the hour for each
29 truck-mounted attenuator manned and operated. Manned and operated shall be when
30 the truck-mounted impact attenuator has an operator and is required to move, in
31 operating position, with the construction operation or when moving the TMA from one
00 32 position to another on the project.
33
34 No specific unit of measurement will apply to the force account item of "Repair Truck-
35 Mounted Impact Attenuator".
36
37 No specific unit of measurement will apply to the lump sum item of "Other Temporary
.� 38 Traffic Control".
39
40 1-10.4(3) Reinstating Unit Items with Lump Sum Traffic Control
«+ 41 The contract provisions may establish the project as lump sum, in accordance with
42 Section 1-10.4(1) and also include one or more of the items included above in Section
43 1-10.4(2). When that occurs, the corresponding measurement provision in Section 1-
«,. 44 10.4(2) is not deleted and the work under that item will be measured as specified.
45
46 1-10.4(4) Owner-Provided Resources
r 47 The contract provisions may call for specific items of labor, materials or equipment,
48 noted in Section 1-10 as the responsibility of the Contractor, to be supplied by the
49 Contracting Agency. When this occurs, there will be no adjustment in measurement of
4M 50 unit quantities.
1 �
2 1-10.5 Payment
3
4 1-10.5(1) Lump Sum Bid for Project (No Unit Items) wig
5 "Project Temporary Traffic Control", lump sum. .
6 The lump sum contract payment shall be full compensation for all costs incurred by the
7 Contractor in performing the contract work defined in Section 1-10, except for costs W
8 compensated by bid proposal items inserted through contract provisions as described in
9 Section 1-10.4(3).
10
11 1-10.5(2) Item Bids with Lump Sum for Incidentals
12 "Traffic Control Supervisor", lump sum.
13 The lump sum contract payment shall be full compensation for all costs incurred by the
14 Contractor in performing the contract work defined in Section 1-10.2(1)B.
15
16 "Flaggers and Spotters", per hour.
17 The unit contract price, when applied to the number of units measured for this item in
18 accordance with Section 1-10.4(2), shall be full compensation for all costs incurred by
19 the Contractor in performing the contract work defined in Section 1-10.3(1)A.
20
21 "Other Traffic Control Labor", per hour.
22 The unit contract price, when applied to the number of units measured for this item in
23 accordance with Section 1-10.4(2), shall be full compensation for all labor costs
24 incurred by the Contractor in performing the contract work specifically mentioned for
25 this item in Section 1-10.4(2).
+rr
26
27 "Construction Signs Class A", per square foot.
28 The unit contract price, when applied to the number of units measured for this item in
29 accordance with Section 1-10.4(2), shall be full compensation for all costs of labor, '
30 materials and equipment incurred by the Contractor in performing the contract work
31 described in Section 1-10.3(3)A. In the event that "Do Not Pass" and "Pass With Care"
32 signs must be left in place, a change order, as described in Section 1-04.4, will be
33 required.
34
35 "Sequential Arrow Sign", per hour.
36 The unit contract price, when applied to the number of units measured for this item in
37 accordance with Section 1-10.4(2), shall be full compensation for all costs of labor,
38 materials and equipment incurred by the Contractor in performing the contract work W
39 described in Section 1-10.3(3)B.
40
41 "Portable Changeable Message Sign", per each. to
42 The unit contract price, when applied to the number of units measured for this item in
43 accordance with Section 1-10.4(2), shall be full compensation for all costs of labor,
44 materials and equipment incurred by the Contractor in procuring all portable ,
45 changeable message signs required for the project and for transporting these signs to
46 and from the project.
47
48 "Operation of Portable Changeable Message Sign", per hour.
49 The unit contract price, when applied to the number of units measured for this item in
50 accordance with Section 1-10.4(2), shall be full compensation for all costs of labor,
r
1 materials and equipment incurred by the Contractor in performing the contract work
2 described in Section 1-10.3(3)C except for costs compensated separately under the
3 items "Other Traffic Control Labor" and "Portable Changeable Message Sign".
�. 4
5 "Truck-Mounted Impact Attenuator", per each.
6 The unit contract price, when applied to the number of units measured for this item in
wr 7 accordance with Section 1-10.4(2), shall be full compensation for all costs of labor,
8 materials and equipment incurred by the Contractor in performing the contract work
9 described in Section 1-10.3(3)J except for costs compensated separately under the
w 10 items "Operation of Truck-Mounted Impact Attenuator" and "Repair Truck-Mounted
11 Impact Attenuator".
12
"W 13 "Operation of Truck-Mounted Impact Attenuator", per hour.
14 The unit contract price, when applied to the number of units measured for this item in
15 accordance with Section 1-10.4(2), shall be full compensation for all costs of labor,
16 materials and equipment incurred by the Contractor in operating truck-mounted impact
17 attenuators on the project.
18
19 "Repair Truck-Mounted Impact Attenuator", by force account.
20 All costs of repairing or replacing truck-mounted impact attenuators that are damaged
21 by the motoring public while in use as shown on an approved Traffic Control Plan will
22 be paid for by force account as specified in Section 1-09.6. To provide a common
23 proposal for all bidders, the Contracting Agency has estimated the amount of force
24 account for "Repair Truck-Mounted Impact Attenuator" and has entered the amount in
25 the Proposal to become a part of the total bid by the Contractor. Truck-mounted
26 attenuators damaged due to the Contractor's operation or damaged in any manner
27 when not in use shall be repaired or replaced by the Contractor at no expense to the
28 Contracting Agency.
ON 29
30 "Other Temporary Traffic Control", lump sum.
31 The lump sum contract payment shall be full compensation for all costs incurred by the
32 Contractor in performing the contract work defined in Section 1-10, and which costs are
33 not compensated by one of the above-listed items.
34
35 1-10.5(3) Reinstating Unit Items with Lump Sum Traffic Control
36 The contract provisions may establish the project as lump sum, in accordance with
37 Section 1-10.4(1) and also reinstate the measurement of one or more of the items
' 38 described in Section 1-10.4(2). When that occurs, the corresponding payment
39 provision in Section 1-10.5(2) is not deleted and the work under that item will be paid as
40 specified.
41
42 SECTION 1-99, APWA SUPPLEMENT
43 April 4, 2005
w
44 Section 1-04.2 (APWA Only) page 1-125
45 The second paragraph is revised to read:
w 46
47 Any inconsistency in the parts of the contract shall be resolved by following this order of
48 precedence (e.g., 1 presiding over 2, 2 over 3, 3 over 4, and so forth):
49
w
1 1. Addenda,
2 2. Proposal Form,
3 3. Special Provisions,
4 4. Contract Plans,
5 5. Amendments to Division 1-99 APWA Supplement
6 6. Division 1-99 APWA Supplement
7 7. Amendments to the WSDOT/APWA Standard Specifications,
8 8. WSDOT/APWA Standard Specifications for Road, Bridge and Municipal
9 Construction
10 9. Contracting Agency's Standard Plans (if any)
11 10. WSDOT/APWA Standard Plans for Road, Bridge and Municipal Construction
12
13 Section 1-07.18.4 (APWA Only) Page 1-134 and 1-135
14 This section is revised to read:
15
16 When the Contractor delivers the executed contract for the work to the Contracting
17 Agency it shall be accompanied by a Certificate(s) of Insurance and endorsements for
18 each policy of insurance meeting the requirements set forth above. The certificate must
19 conform to the following requirements: ,t
20
21 An ACORD certificate Form 25-S, showing the insuring company, policy effective dates,
22 limits of liability and the Schedule of Forms and Endorsements.
23
24 A copy of the endorsement naming Contracting Agency and any other entities required
25 by the Contract Provisions as Additional Insured(s), and stating that coverage is
26 primary and noncontributory, showing the policy number, and signed by an authorized
27 representative of the insurance company on Form CG2010 (ISO) or equivalent.
28
29 The certificate(s) shall not contain the following or similar wording regarding
30 cancellation notification to the Contracting Agency: "Failure to mail such notice shall
31 impose no obligation or liability of any kind upon the company."
32
33 Section 1-10 Temporary Traffic Control (APWA Only) page 141
34 This section is revised to read:
35
36 1-10.1(2) Description (APWA only)
37 The third paragraph is revised to read:
38
39 The Contractor shall provide flaggers, signs, and other traffic control devices not otherwise
40 specified as being furnished by the Contracting Agency. The Contractor shall erect and
41 maintain all construction signs, warning signs, detour signs, and other traffic control devices ow
42 necessary to warn and protect the public at all times from injury or damage as a result of the
43 Contractor's operations which may occur on highways, roads, streets sidewalks, or paths.
44 No work shall be done on or adjacent to any traveled way until all necessary signs and so
45 traff ic control devices are in place
46
1 SECTION 2-02, REMOVAL OF STRUCTURES AND OBSTRUCTIONS
2 April 5, 2004
3 2-02.3(3) Removal of Pavement, Sidewalks, and Curbs
4 The section title is revised to read:
5
6 2-02.3(3) Removal of Pavement, Sidewalks, Curbs, and Gutters
7
8 The first sentence is revised to read:
,r. g
10 In removing pavement, sidewalks, curbs, and gutters, the Contractor shall:
11
• 12 Item 3 is revised to read:
13
14 3. Make a vertical saw cut between any existing pavement, sidewalk, curb, or gutter
.. 15 that is to remain and the portion to be removed.
16
17 2-02.5 Payment
aw 18 The second paragraph is revised to read:
19
20 If pavements, sidewalks, curbs, or gutters lie within an excavation area, their removal
40 21 will be paid for as part of the quantity removed in excavation.
22
23 SECTION 2-03, ROADWAY EXCAVATION AND EMBANKMENT
o. 24 January 5, 2004
25 2-03.3(14)D Compaction and Moisture Control Tests
„r, 26 This section is revised to read:
27
28 Maximum density and optimum moisture content shall be determined by one of the
W 29 following methods:
30
31 1. materials with less than 30 percent by weight retained on the U.S. No. 4 sieve
32 shall be determined using FOP for AASHTO T 99 Method A.
33
34 2. materials with 30 percent or more by weight retained on the U.S. No. 4 sieve
35 and less than 30 percent retained on the 3/4 inch sieve shall be determined by
.w 36 WSDOT Test Method No. 606 or FOP for AASHTO T 180 Method D. The
37 determination of which test procedure to use will be made solely by the
38 Contracting Agency.
w. 39
40 3. materials with 30 percent or more retained on the 3/4 inch sieve shall be
41 determined by WSDOT Test Method No. 606.
42
43 In place density will be determined using Test Methods WSDOT FOP for AASHTO T
44 310 and WSDOT SOP for T 615.
45
4W
1 SECTION 2-09, STRUCTURE EXCAVATION
2 December 6, 2004
3 2-09.3(1)E Backfilling
4 The first paragraph under Timing is revised to read:
5
6 Backfill shall not be placed against any concrete structure until the concrete has to
7 attained 90 percent of its design strength and a minimum age of 14 days, except that
8 reinforced concrete retaining walls 15 feet in height or less may be backfilled after the
9 wall has attained 90 percent of its design compressive strength and curing
10 requirements of Section 6-02.3(11) are met. Footings and columns may be backfilled
11 as soon as forms have been removed, so long as the backfill is brought up evenly on all
12 sides. W
13
14 2-09.4 Measurement
15 In the third paragraph, the width for pipes 18 inches and over is revised to (1.5 x I.D.) + 18 im
16 inches.
17
18 SECTION 2-10, DITCH EXCAVATION
19 April 5, 2004
20 2-10.1 Description
21 The second paragraph is supplemented with the following:
22
23 Ditches 8 or more feet wide at the bottom shall be constructed in accordance with the
24 requirements of Section 2-03.3(14)M.
25
26 SECTION 4-04, BALLAST AND CRUSHED SURFACING
27 January 5, 2004
28 4-04.3(5) Shaping and Compaction
29 In the first paragraph, the first sentence is revised to read:
30
31 Immediately following spreading and final shaping, each layer of surfacing shall be
32 compacted to at least 95 percent of the standard density determined by the
33 requirements of Section 2-03.3(14)D before the next succeeding layer of surfacing or
34 pavement is placed.
+w
35
36 SECTION 5-01, CEMENT CONCRETE PAVEMENT REHABILITATION
37 August 2, 2004
38 5-01.3(6) Dowel Bar Retrofit
39 The sixth paragraph is revised to read:
40
41 All slot surfaces shall be cleaned to bare concrete by sand blasting or pressure
42 washing. The cleaning shall remove all slurry, parting compound, and other foreign
43 materials prior to installation of the dowel. If a pressure washer is used to clean the
44 slots the pressure at the nozzle shall not exceed 4000 psi. Any damage to the concrete
45 shall be repaired by the Contractor at no cost to the Contracting Agency. All washwater
a�
1 shall be cleaned from the slots prior to placement of any slot patching material. Traffic
2 shall not be allowed on slots where concrete has been removed.
3
4 5-01.5 Payment
5 The paragraph following the item "Sealing Transverse and Longitudinal Joints" is revised to
6 read:
7
8 The unit contract price per linear foot for "Sealing Transverse and Longitudinal Joints",
9 shall be full payment for all costs to complete the work as specified, including removing
4W 10 incompressible material, preparing and sealing existing transverse and longitudinal
11 joints where existing transverse and longitudinal joints are cleaned and for all
12 incidentals required to complete the work as specified.
13
14 SECTION 5-04, HOT MIX ASPHALT
15 April 4, 2005
ow
16 5-04.3(7)A Mix Design
17 The first paragraph 1. General", is revised to read:
18
19 1. General. Prior to the production of HMA, the Contractor shall determine a design
20 aggregate structure and asphalt binder content in accordance with WSDOT
21 Standard Operating Procedure 732. Once the design aggregate structure and
22 asphalt binder content have been determined, the Contractor shall provide test
23 data demonstrating that the design meets the requirements of Sections 9-03.8(2)
24 and 9-03.8(6) on WSDOT HMA Mix Design Submittal form 350-042. In no case
25 shall the paving begin before the determination of anti-strip requirements has been
26 made.
27
28 5-04.3(8)A Acceptance Sampling and Testing - HMA Mixture
29 In Item 2 (Aggregates) the second sentence is revised to read:
30
« 31 The acceptance criteria for aggregate properties of sand equivalent, fine aggregate
32 angularity and fracture will be their conformance to the requirements of Section 9-
33 03.8(2).
34
35 In item 3, C. (Test Results), the second and third paragraphs are revised to read:
36
37 Sublot sample test results (gradation and asphalt binder content) may be challenged by
38 the Contractor. For HMA mixture accepted by statistical evaluation with a mix design
39 that did not meet the verification tolerances, the test results in the test section including
40 the percent air voids (Va) may be challenged. To challenge test results, the Contractor
41 shall submit a written challenge within five working days after receipt of the specific test
42 results. A split of the original acceptance sample will be sent for testing to either the
43 Region Materials Lab or the State Materials Lab as determined by the Project Engineer.
44 The split of the sample with challenged results will not be tested with the same
45 equipment or by the same tester that ran the original acceptance test. The challenge
46 sample will be tested for a complete gradation analysis and for asphalt binder content.
47
48 The results of the challenge sample will be compared to the original results of the
,r 49 acceptance sample test and evaluated according to the following criteria:
1
2 Deviation
3 U.S. No. 4 sieve and larger Percent passing ±4.0
4 U.S. No. 8 sieve Percent passing ±2.0
5 U.S. No. 200 sieve Percent passing ±0.4
6 Asphalt binder % Percent binder content ±0.3
7 Va % Percent Va ±0.7
8
9 Item 3, D. (Test Methods) is revised to read:
10
11 D. Test Methods
12 Testing of HMA for compliance of volumetric properties (VMA, VFA and Va) will be
13 by WSDOT Standard Operating Procedure SOP 731. Testing for compliance of
14 asphalt binder content will be by WSDOT FOP for AASHTO T 308. Testing for
15 compliance of gradation will be by WAQTC FOP for AASHTO T 27/T 11.
16
17 In item 3,E (Test Section - HMA Mixture) the first sentence in the third paragraph is revised
18 to read:
19
fied mix design, the pay factor
20 For a test section to be acceptable, with or without a veri
21 (PFi) for each of gradation, asphalt binder, VMA, VFA and Va shall be 0.95 or greater,
22 and the remaining test requirements in Section 9-03.8(2) (dust/asphalt ratio, sand
23 equivalent, fine aggregate angularity and fracture) shall conform to the requirements of
24 that Section.
25
26 5-04.3(13) Surface Smoothness
27 In the first paragraph, the second sentence is revised to read:
28
29 The completed surface of the wearing course shall not vary more than 1/8 inch from the 0
30 lower edge of a 10-foot straightedge placed on the surface parallel to the centerline.
31
32 5-04.4 Measurement "
33 The first sentence is revised to read:
34
35 HMA CL. — PG _, HMA for _ CL. _ PG and Commercial HMA will be
36 measured by the ton in accordance with Section 1-09.2, with no deduction being made
37 for the weight of asphalt binder, blending sand, mineral filler, or any other component of
38 the mixture.
39
40 SECTION 5-05, CEMENT CONCRETE PAVEMENT
41 December 6, 2004
42 5-05.3(1) Concrete Mix Design for Paving
43 Number 1. Materials, is revised to read: 10
44
45 1. Materials. Materials shall conform to Section 5-05.2. Fine aggregate shall
46 conform to Section 9-03.1(2), Class 1. Coarse aggregate shall conform to Section yet
47 9-03.1(4) AASHTO grading No. 467. An alternate combined gradation may be
48 proposed, which has a maximum aggregate size equal to or greater than a 2-inch
NONUNION
square sieve. The combined aggregate gradation shall conform to Section 9-
2 03.1(5).
3
VON 4 Fly ash, if used, shall not exceed 35 percent by weight of the total cementitious
5 material, shall conform to Section 9-23.9 and shall be limited to Class F with a
6 maximum CaO content of 15 percent by weight.
7
8 Ground granulated blast furnace slag, if used, shall not exceed 25 percent by
9 weight of the total cementitious material and shall conform to Section 9-23.10.
4.. 10 When both ground granulated blast furnace slag and fly ash are included in the
11 concrete mix, the total weight of both these materials is limited to 35 percent by
12 weight of the total cementitious material. As an alternative to the use of fly ash,
400 13 ground granulated blast furnace slag and cement as separate components, a
14 blended hydraulic cement that meets the requirements of Section 9-01.2(4)
15 Blended Hydraulic Cements may be used.
,,,,, 16
17 The water/cement ratio shall be calculated on the total weight of cementitious
18 material. The following are considered cementitious materials: Portland cement,
400 19 fly ash, ground granulated blast furnace slag and microsilica. The minimum
20 cementitious material for any mix design shall be 564 pounds per cubic yard.
21
No 22 SECTION 6-02, CONCRETE STRUCTURES
23 April 4, 2005
up 24 6-02.2 Materials
25 This section is supplemented with the following:
26
27 Microsilica Fume 9-23.11
us 28
29 6-02.3(2) Proportioning Materials
30 This section is revised to read:
"IN 31
32 The total water soluble Chloride ion (CI-) content of the mixed concrete shall not exceed
33 0.06 percent by weight of cementitious material for prestressed concrete nor 0.10
�"` 34 percent by weight of cementitious material for reinforced concrete. An initial evaluation
35 may be obtained by testing individual concrete ingredients for total chloride ion content
36 per AASHTO T 260 and totaling these to determine the total water soluble Chloride ion
ow 37 (Cl-) or the total water soluble Chloride ion (CI-) in accordance with ASTM C 1218.
38
39 Unless otherwise specified, the Contractor shall use Type I or II Portland cement in all
/" 40 concrete as defined in Section 9-01.2(1).
41
42 The use of fly ash is required for Class 4000D and 4000P concrete. The use of fly ash
"■" 43 and ground granulated blast furnace slag is optional for all other classes of concrete.
44
45 Fly ash, if used, shall not exceed 35 percent by weight of the total cementitious material
+� 46 and shall conform to Section 9-23.9. Ground granulated blast furnace slag, if used,
47 shall not exceed 25 percent by weight of the total cementitious material and shall
48 conform to Section 9-23.10. When both ground granulated blast furnace slag and fly
�rw
1 ash are included in the concrete mix, the total weight of both these materials is limited
2 to 35 percent by weight of the total cementitious material.
3
4 The water/cement ratio shall be calculated on the total weight of cementitious material.
5 The following are considered cementitious materials: Portland cement, fly ash, ground
6 granulated blast furnace slag and microsilica.
7
8 As an alternative to the use of fly ash, ground granulated blast furnace slag and cement
9 as separate components, a blended hydraulic cement that meets the requirements of
10 Section 9-01.2(4) Blended Hydraulic Cements may be used.
11
12 6-02.3(2)A Contractor Mix Design
13 The seventh paragraph is revised to read:
14
15 A high-range water reducer (superplasticizer) may be used in all mix designs.
16 Microsilica fume may be used in all mix designs. The use of a high-range water reducer 40
17 or microsilica fume shall be submitted as a part of the Contractor's concrete mix design.
18
19 6-02.3(4) Ready-Mix Concrete 0
20 This section is revised to read:
21
22 All concrete, except commercial concrete and lean concrete shall be batched in a
23 prequalified manual, semi-automatic, or automatic plant as described in Section 6-
24 02.3(4)A. The Engineer is not responsible for any delays to the Contractor due to
25 problems in getting the plant certified.
26
27 6-02.3(4)A Qualification of Concrete Suppliers
28 The first paragraph is revised to read:
29
30 Prequalification may be obtained through an inspection conducted by the Plant
31 Manager, defined as the person directly responsible for the daily plant operation, using
32 the NRMCA or WSDOT checklist, through certification by NRMCA, or by an
33 independent evaluation certified by a professional engineer using NRMCA or
34 Contracting Agency guidelines. Information concerning NRMCA certification may be
35 obtained from the National Ready Mix Concrete Association at 900 Spring Street, Silver
36 Springs, MD 20910. The Contracting Agency and the NRMCA certification have similar
37 requirements for plant and delivery equipment. Whereas Plant Manager certification
38 shall be done prior to the start of a project and every six months throughout the life of wi►
39 the project, the NRMCA certification shall be good for a two year period.
40
41 If prequalification is done by the Plant Manager the following shall be performed:
42
43 1. The checklist cover page shall be signed by the Plant Manager and notarized.
44
45 2. The signed and notarized cover page shall be submitted to the Project
46 Engineer with the concrete mix design (WSDOT Form 350-040), water meter
47 verification, truck list, and admixture dispensing certification.
48
49 3. The checklists shall be maintained by the Plant Manager and are subject to
50 review at any time by the Contracting Agency.
to
.. 1
2 4. The water meter shall be verified every six months.
3
+.+. 4 In the first sentence of the eighth paragraph, "Engineer" is revised to "Plant Manager".
5
6 6-02.3(5)A General
w. 7 In the fourth paragraph, item 2 is revised to read:
8
9 2. An individual strength test averaged with the two preceding individual strength tests
10 meets or exceeds specified strength (for the same class and exact mix I.D. of
11 concrete on the same contract).
12
13 6-02.3(5)C Conformance to Mix Design
14 This section is revised to read:
15
16 Cement, coarse and fine aggregate weights shall be within the following tolerances of
17 the mix design:
18
19 Batch Volumes less than or equal to 4 cubic yards
20 Cement +5% -1%
21 Aggregate +10% -2%
,,w 22
23 Batch Volumes more than 4 cubic yards
24 Cement +5% -1%
25 Aggregate +2% -2%
26
27 If the total cementitious material weight is made up of different components, these
28 component weights shall be within the following tolerances:
29
30 1. Portland cement weight plus 5% or minus 1 percent of that specified in
31 the mix design.
32 2. Fly ash weight plus or minus 5 percent of that specified in the mix design.
33 3. Microsilica weight plus or minus 10 percent of that specified in the mix
34 design.
35
36 Water shall not exceed the maximum water specified in the mix design.
37
38 6-02.3(6)A Weather and Temperature Limits to Protect Concrete
39 The section "Cold Weather Protection" is revised to read:
40
rrw 41 The Contractor is solely responsible for protecting concrete from inclement weather
42 during the entire curing period. The Contractor shall provide a written procedure for
43 cold weather concreting to the Engineer for review and approval. The procedure shall
to. 44 detail how the Contractor will prevent the concrete temperature from falling below 50° F.
45 Extra protection shall be provided for areas especially vulnerable to freezing (such as
46 exposed top surfaces, corners and edges, thin sections, and concrete placed into steel
.. 47 forms). Permission given by the Engineer to place concrete during cold weather will in
48 no way ensure acceptance of the work by the Contracting Agency. Should the concrete
49 placed under such conditions prove unsatisfactory in any way, the Engineer shall still
1 have the right to reject the work although the plan and the work were carried out with
2 the Engineer's permission.
3
4 If weather forecasts predict air temperatures below 35° F during the seven days just 0
5 after the concrete placement, the Contractor may place the concrete only if his
6 approved cold weather concreting plan is implemented.
7 so
8 The Contractor shall provide and maintain a maturity meter in the concrete at a location
9 specified by the Engineer for each concrete placement. During curing, data from the
10 maturity meter shall be readily available to the Engineer. The Contractor shall record
11 and provide time and temperature data on hourly intervals.
12
13 The Contractor shall not mix nor place concrete while the air temperature is below
14 359 F, unless the water or aggregates (or both) are heated to at least 70° F. The
15 aggregate shall not exceed 150° F. If the water is heated to more than 1502 F, it shall
16 be mixed with the aggregates before the cement is added. Any equipment and
17 methods shall heat the materials evenly. Concrete placed in shafts and piles is exempt
18 from such preheating requirements.
19
20 The Contractor may warm stockpiled aggregates with dry heat or steam, but not by
21 applying flame directly or under sheet metal. If the aggregates are in bins, steam or
22 water coils or other heating methods may be used if aggregate quality is not affected.
23 Live steam heating is not permitted on or through aggregates in bins. If using dry heat, to
24 the Contractor shall increase mixing time enough to permit the super-dry aggregates to
25 absorb moisture.
26 40
27 Any concrete placed in air temperatures below 35° F shall be immediately protected. In
28 addition to the monitoring of the concrete temperature with a maturity meter the
29 Contractor shall provide recording thermometers or other approved devices to monitor
30 the surface temperature of the concrete. The concrete surface temperature shall be
31 maintained at or above 50° F and the relative humidity shall be maintained above
32 80 percent. These conditions shall be maintained for a minimum of seven days or for
33 the cure period required by Section 6-02.3(11), whichever is longer. If artificial heat is
34 used to maintain the temperature inside an enclosure, moisture shall be added to the
35 enclosure to maintain the humidity as stated above. The Contractor shall stop adding
36 moisture 24 hours before removing the heat.
37
38 If at any period during curing the concrete temperature falls below 50° F on the maturity
39 meter or recording thermometer, no curing time is awarded for that day and the
40 required curing time will be extended day for day where the temperature falls below 502
41 F. Should the Contractor fail to adequately protect the concrete and the temperature of
42 the concrete falls below 35° F during curing, the Engineer may reject it.
43
44 6-02.3(11) Curing Concrete
45 In the first paragraph, item 3 is supplemented with the following:
46
47 When continuous moisture or wet curing is required, the Contractor shall keep the
48 concrete surfaces wet with water during curing.
49
50 In the second paragraph, the first sentence is revised to read:
51
wr
�. 1 The Contractor may provide continuous moisture by watering a covering of heavy
2 quilted blankets, by keeping concrete surfaces wet with water continuously and
3 covering with a white reflective type sheeting, or by wetting the outside surfaces of
�.. 4 wood forms.
5
6 6-02.3(17)K Concrete Forms on Steel Spans
7 The following new paragraph is inserted between the second and third paragraphs:
8
9 The compression member or bottom connection of cantilever formwork support
, . 10 brackets shall bear either within six inches maximum vertically of the bottom flange or
11 within six inches maximum horizontally of a vertical web stiffener. The Contractor shall
12 also furnish and install temporary struts and ties to prevent rotation of the steel girder.
13 Partial depth cantilever formwork support brackets that do not conform to the above
14 requirements shall not be used, unless the Contractor submits details showing the
15 additional formwork struts and ties used to brace the steel girder against web distortion
OW 16 caused by the partial depth bracket, and receives the Engineer's approval of the
17 submittal.
18
19 6-02.3(17)0 Early Concrete Test Cylinder Breaks
20 The third sentence in the first paragraph is revised to read:
21
22 The Contractor shall retain a testing laboratory to perform this work.
23
24 The first paragraph is supplemented with the following:
25
26 Testing laboratories' equipment shall be calibrated within one year prior to testing and
27 testers must be ACI certified.
28
29 The first sentence in the fifth paragraph is revised to read:
30
31 The Contractor shall furnish the Engineer with all test results, proof of equipment
32 calibration, and tester's certification.
33
34 The sixth paragraph is deleted.
35
36 6-02.3(19)A Elastomeric Bearing Pads
37 This section including title is revised to read:
38
39 6-02.3(19)A Vacant
40
41 6-02.3(19)B Bridge Bearing Assemblies
42 Item 4 is deleted.
43
44 6-02.3(20) Grout for Anchor Bolts and Bridge Bearings
45 The eighth paragraph is supplemented with the following:
46
47 The grout pad may be loaded when a minimum of 4000 psi compressive strength is
48 attained.
49
"w
1 6-02.3(21) Drainage of Box Girder Cells 0
2 This section is supplemented with the following:
3
4 All drainage holes shall be screened in accordance with the Plan details. err
5
6 6-02.3(22) Drainage of Substructure
7 The second sentence in the first paragraph is supplemented with the following: 0
8
9 Weep holes shall be covered with geotextile meeting the requirements of Section 9-
10 33.2, Table 2 Class C before backfilling. Geotextile screening shall be bonded to the 40
11 concrete with an approved adhesive.
12
13 6-02.3(24)C Placing and Fastening 40
14 The fifteenth paragraph beginning with "Reinforcing steel bars shall not vary..." is
15 supplemented with the following:
16 «r
17 Drilled Shafts top of rebar cage elevation +6 in./-3 in.
18
19 6-02.3(24)E Welding Reinforcing Steel
20 The ninth paragraph is revised to read:
21
22 The minimum preheat and interpass temperature for welding Grade 60 reinforcing bars
23 shall be in accordance with AWS D1.4 Table 5.2 and mill certification of carbon
24 equivalence, per lot of reinforcing. Preheating shall be applied to the reinforcing bars
25 and other splice members within 6 inches of the weld, unless limited by the available
26 lengths of the bars or splice member.
27
28 The twelfth paragraph is revised to read:
29
30 Under supervision of the State Materials and Fabrication Inspector, the welder shall
31 weld three test joints of the largest size reinforcing bar to be weld spliced, per type of
32 joint shown in the Plans. Two of the test welds shall be test loaded to no less than 125
33 percent of the minimum specified yield strength of the bar. The remaining test weld
34 shall be mechanically cut perpendicular to the direction of the welding and
35 macroetched. The macroetch specimen for Flare V groove welds will be inspected for
36 the weld size and effective throat as shown in the Plans. Indirect butt splices shall be
37 cut mechanically at two locations to provide a transverse cross-section of each of the
38 bars spliced in the test assembly. The sections shall show the full cross-section of the 4+
39 weldment, the root of the weld, and any reinforcement. The etched cross-section shall
40 have complete penetration and complete fusion with the base metal and between
41 successive passes in the weld. Groove welds of direct butt splices and flare-groove w
42 welds shall not have reinforcement exceeding 1/8 inch in height measured from the
43 main body of the bar and shall have a gradual transition to the base metal surface. No
44 cracks will be allowed in either the weld metal or heat-affected zone. All craters shall .,
45 be filled to the full cross-section of the weld. Weld metal shall be free from overlay.
46 Undercutting deeper than 1/32 inch will not be allowed except at points where welds
47 intersect the raised pattern of deformations where undercutting less than 1/16 inch
48 deep will be acceptable. The sum of diameters of piping porosity in groove welds shall
49 not exceed 1/8 inch in any linear inch of weld or exceed 9/16 inch in any 6-inch length
r
nr
'"" 1 of weld. Corrections to welds with shielded metal arc, gas metal arc, or flux-cored arc
2 welding processes shall be made in accordance with Engineer's approval.
3
4 6-02.3(25) Prestressed Concrete Girders
5 The fourth paragraph is replaced with the following:
6
7 The various types of girders are:
8
9 Prestressed Concrete Girder — Refers to prestressed concrete girders of all
10 types, including prestressed concrete I girders, prestressed concrete wide flange I
11 girders, bulb tee girders, deck bulb tee girders, thin flange deck bulb tee girders,
12 precast prestressed concrete members, spliced prestressed concrete girders, and
13 prestressed concrete tub girders.
14
15 Prestressed Concrete I Girder — Refers to a prestressed concrete girder with a
+�. 16 flanged I shaped cross section, requiring a cast-in-place concrete deck to support
17 traffic loads. WSDOT standard girders in this category include Series W42G,
18 W50G, W58G, and W74G.
19
20 Prestressed Concrete Wide Flange I Girder — Refers to a prestressed concrete
21 girder with an I shaped cross section with wide top and bottom flanges, requiring a
22 cast-in-place concrete deck to support traffic loads. WSDOT standard girders in
23 this category include Series WF42G, WF50G, WF58G, WF74G, W83G, and
24 W95G.
25
26 Bulb Tee Girder — Refers to a prestressed concrete girder, with a wide top flange
27 requiring a cast-in-place concrete deck to support traffic loads. WSDOT standard
28 girders in this category include Series W3213TG, W3813TG, W5013TG, and
29 W62BTG.
30
31 Deck Bulb Tee Girder — Refers to a bulb tee girder with a top flange designed to
1W 32 support traffic loads, and designed to be mechanically connected at the flange
33 edges to adjacent girders at the job site. Except where specific requirements are
34 otherwise specified for these girders, deck bulb tee girders shall conform to all
"" 35 requirements specified for bulb tee girders. WSDOT standard girders in this
36 category include Series W35DG, W41 DG, W5313G, and W65DG.
37
38 Thin Flange Deck Bulb Tee Girder — Refers to a bulb tee girder with a top flange
39 width equal to the girder spacing and requiring a cast-in-place concrete deck to
40 support traffic loads. Except where specific requirements are otherwise specified
41 for these girders, thin flange deck bulb tee girders shall conform to all requirements
42 specified for bulb tee girders. WSDOT standard girders in this category include
43 Series W32TFG, W38TFG, W50TFG, W62TFG, and W74TFG.
44
45 Precast Prestressed Member (PCPS Member) — Refers to a precast prestressed
46 slab, precast prestressed ribbed section, or a deck double tee girder. PCPS
47 members are designed to be mechanically connected at the flange or member
48 edges to adjacent PCPS members at the job site. Except where specific
49 requirements are otherwise specified for these girders, PCPS members shall
• 50 conform to all requirements specified for deck bulb tee girders.
1 �
ber that is similar to a deck
2 Double Tee Girder — Refers to a hybrid PCPS mem
3 double tee girder, except that the top surface is a thin top flange requiring a cast-in-
4 place concrete deck to support traffic loads. Double tee girders shall conform to all
5 requirements specified for bulb tee girders and PCPS members.
6
7 Spliced Prestressed Concrete Girder — Refers to prestressed concrete girders
8 initially fabricated in segments to be longitudinally spliced together with cast-in-
9 place concrete closures at the job site. Except where specific requirements are
10 otherwise specified for these girders, spliced prestressed concrete girders shall
11 conform to all requirements specified for prestressed concrete girders.
12 Anchorages shall conform to Sections 6-02.3(26)6, 6-02.3(26)C, and 6-02.3(26)D.
13 Ducts shall conform to the Section 6-02.3(26)E requirements for internal
14 embedded installation, and shall be round, unless the Engineer approves use of
15 elliptical shaped ducts. Duct-wedge plate transitions shall conform to Section 6-
16 02.3(26)E. Prestressing reinforcement shall conform to Section 6-02.3(26)F. at
17 WSDOT standard girders in this category include Series WF74PTG, W83PTG, and
18 W95PTG.
19
20 Prestressed Concrete Tub Girder — Refers to prestressed concrete trapezoidal
21 box or bathtub girders including those fabricated in segments to be spliced
22 together with cast-in-place concrete closures at the job site. Except where specific
23 requirements are otherwise specified for these girders, prestressed concrete tub
24 girders shall conform to all requirements specified for prestressed concrete girders
25 and spliced prestressed concrete girders. WSDOT standard girders in this
26 category include Series U**G" or Series OF""G*, where U specifies webs without
27 flanges, OF specifies webs with flanges, `" specifies the girder height in inches,
28 and * specifies the bottom flange width in feet.
29 to
30 6-02.3(25)A Shop Plans
31 The second, third and fourth paragraphs are revised to read:
32
33 Shop plans shall show the size and location of all cast-in holes for installation of deck
34 formwork hangers and/or temporary bracing. Holes for formwork hangers shall match
35 approved deck formwork plans designed in accordance with Section 6-02.3(16). There viii►
36 shall be no field-drilled holes in prestressed concrete girders. Post-tensioning ducts in
37 spliced prestressed concrete girders shall be located so their center of gravity is in
38 accordance with the Plans.
39
40 The Contractor shall have the option to furnish Series W74G prestressed concrete
41 girders with minor dimensional differences from those shown in the Plans. The 2 5/8-
42 inch top flange taper may be reduced to 1 5/8 inches and the bottom flange width may
43 be increased to 2 feet 2 inches. Other dimensions of the girder shall be adjusted as
44 necessary to accommodate the above mentioned changes. Reinforcing steel shall be
45 adjusted as necessary. The overall height and top flange width shall remain
46 unchanged.
47
48 If the Contractor elects to provide a prestressed concrete girder with an increased web
49 thickness, shop plans along with supporting design calculations shall be submitted to
50 the Engineer for approval prior to girder fabrication. The girder shall be designed for at
1 least the same load carrying capacity as the girder shown in the Plans. The load
2 carrying capacity of the mild steel.reinforcement shall be the same as that shown in the
3 Plans.
4
5 The sixth paragraph is revised to read:
6
�. 7 The Contractor shall provide five copies of the shop plans to the Engineer for approval,
8 except as otherwise noted. Shop drawings for spliced prestressed concrete girders
9 shall conform to Section 6-02.3(26)A, and seven copies of the shop drawings shall be
+■► 10 submitted to the Engineer for approval. The shop drawings for spliced prestressed
11 concrete girders shall include all details related to the post-tensioning operations in the
12 field, including details of hardware required, tendon geometry, blockout details, and
W 13 details of additional or modified steel reinforcing bars required in cast-in-place closures.
14 Approval of shop plans means only that the Engineer accepts the methods and
15 materials. Approval does not imply correct dimensions.
,. 16
17 6-02.3(25)B Casting
18 The first paragraph is revised to read:
.r 19
20 Before casting girders, the Contractor shall have possession of an approved set of shop
21 drawings. Side forms shall be steel except that cast-in-place concrete closure forms for
22 spliced prestressed concrete girders, interior forms of prestressed concrete tub girders,
23 and end bulkhead forms of prestressed concrete girders may be plywood. Interior
24 voids for precast prestressed slabs with voids shall be formed by either wax soaked
25 cardboard or expanded polystyrene forms. The interior void forms shall be secured in
26 the position as shown in the Plans and shall remain in place.
27
28 The fourth paragraph is revised to read:
29
30 Air-entrainment is not required in the concrete placed into prestressed precast concrete
31 girders, including cast-in-place concrete closures for spliced prestressed concrete
32 girders, unless otherwise noted. The Contractor shall use air-entrained concrete in the
33 top two inches, minimum, of the roadway deck flange of deck bulb-tee girders, deck
34 double tee girders, and precast prestressed ribbed sections. All concrete for precast
35 prestressed slabs shall be air entrained, except for slabs where the Engineer approves
36 use of air-entrained concrete in the top two inches, only. Maximum and minimum air
37 content shall be as specified in Section 6-02.3(2)A.
38
39 The sixth paragraph is revised to read:
40
41 The Contractor may form circular block-outs in the girder top flanges to receive
42 falsework hanger rods. These block-outs shall:
43
44 1. Not exceed 1 inch in diameter;
45
46 2. Be spaced no more than 72 inches apart longitudinally on the girder;
+ 47
48 3. Be located 3 inches or more from the outside edge of the top flange on Series
49 W42G, W50G, and W58G girders, 6 inches or more for Series W74G girders,
• 50 and 7 inches or more for Series WF42G, WF50G, WF58G, WF74G,
1 WF74PTG, W83G, W83PTG, W95G, W95PTG, W32BTG, W38BTG,
2 W50BTG, W62BTG girders and other bulb tee girders.
3
4 6-02.3(25)C Prestressing go
5 The sixth paragraph is revised to read:
6
7 Post-tensioning of spliced prestressed concrete girders shall conform to Section 6-
8 02.3(26)G, and the following requirements:
9 .
10 1. Before tensioning, the Contractor shall remove all side forms from the cast-in-
11 place concrete closures. From this point until 48 hours after grouting the
12 tendons, the Contractor shall keep all construction and other live loads off the
13 superstructure and shall keep the falsework supporting the superstructure in
i4 place.
15
16 2. Once the post-tensioning steel is installed, no welds or welding grounds shall
17 be attached to metal forms, structural steel, or steel reinforcing bars of the
18 structural member.
19
20 3. The Contractor shall not tension the post-tensioning reinforcement until the
21 concrete in the cast-in-place closures reaches the minimum compressive
22 strength specified in the Plans (or 5,000 psi if the concrete strength is not
23 specified in the Plans). This strength shall be measured with concrete
24 cylinders made of the same concrete and cured under the same conditions as
25 the cast-in-place closures.
26
27 4. All post-tensioning shall be completed before placing the sidewalks and
28 barriers on the superstructure.
29
30 6-02.3(25)D Curing
31 The fourth paragraph is revised to read:
32
33 Curing of cast-in-place concrete closures for spliced prestressed concrete girders shall
34 conform to Section 6-02.3(11).
35
36 6-02.3(25)E Contractors Control Strength
37 The sixth through eleventh paragraphs are revised to read:
38
39 For precast prestressed members, a test shall consist of four cores measuring 3 inches
40 in diameter by 6 inches in height (for slabs) and by the thickness of the web (for ribbed
41 sections). Two cores shall be taken from each side of the member and on each side of
42 the member's span midpoint, at locations approved by the Engineer. The core
43 locations for precast prestressed slabs shall be near mid-depth of the slab, within the
44 middle third of the span length, and shall avoid all prestressing strands and steel
45 reinforcing bars. The core locations for precast prestressed ribbed sections shall be
46 immediately beneath the top flange, within the middle third of the span length, and shall
47 avoid all prestressing strands and steel reinforcing bars.
48
49 For prestressed concrete tub girders, a test shall consist of four cores measuring 3
50 inches in diameter by the thickness of the web, taken from each web approximately
.. 1 three feet to the left and to the right of the center of the girder span. The cores shall
2 avoid all prestressing strands and steel reinforcing bars.
3
• 4 For all other prestressed concrete girders, a test shall consist of three cores measuring
5 3 inches in diameter by the thickness of the web and shall be removed from just below
6 the top flange; one at the midpoint of the girder's length and the other two
7 approximately 3 feet to the left and approximately 3 feet to the right.
8
9 The cores shall be taken in accordance with AASHTO T 24 and shall be tested in
1W 10 accordance with WSDOT FOP for AASHTO T 22. The Engineer may accept the girder
11 if the average compressive strength of the four cores from the precast prestressed
12 member, or prestressed concrete tub girder, or of the three cores from any other
13 prestressed concrete girder, is at least 85 percent of the specified compressive strength
14 with no one core less than75 percent of specified compressive strength.
15
16 If the girder is cored to determine the release strength, the required patching and curing
17 of the patch shall be done prior to shipment. If there are more than three holes or if
18 they are not in a neutral location, the prestress steel shall not be released until the
19 holes are patched and the patch material has attained a minimum compressive strength
.. 20 equal to the required release compressive strength or 4,000 psi, whichever is larger.
21
22 The Contractor shall coat cored holes with an epoxy bonding agent and patch the holes
�r 23 using the same type concrete as that in the girder, or a mix approved during the annual
24 plant review and approval. The epoxy bonding agent shall meet the requirements of
25 Section 9-26.1 for Type II, Grade 2 epoxy. The girder shall not be shipped until tests
�' 26 show the patch material has attained a minimum compressive strength of 4,000 psi.
27
28 6-02.3(25)F Prestress Release
"" 29 The third paragraph is revised to read:
30
31 The Contractor may request permission to release the prestressing reinforcement at a
32 minimum concrete compressive strength less than specified in the Plans. This request
33 shall be submitted to the Engineer for approval in accordance with Section 6-01.9 and
34 shall be accompanied with calculations showing the adequacy of the proposed release
35 concrete compressive strength. The release strength shall not be less than 3,500 psi,
36 except that the release strength for spliced prestressed concrete girders shall not be
37 less than 4,000 psi: The calculated release strength shall meet the requirements
38 outlined in the Washington State Department of Transportation Bridge Design Manual
39 for tension and compression at release. The proposed minimum concrete compressive
40 strength at release will be evaluated by the Contracting Agency. Fabrication of girders
41 using the revised release strength shall not begin until the Contracting Agency has
42 provided written approval of the revised release compressive strength. If a reduction of
43 the minimum concrete compressive strength at release is allowed, the Contractor shall
.r 44 bear any added cost that results from the change.
45
46 6-02.3(25)G Protection of Exposed Reinforcement
47 The second paragraph is revised to read:
48
49 Grouting of post-tensioning ducts for spliced prestressed concrete girders shall conform
50 to Section 6-02.3(26)H.
aw
1 �
2 6-02.3(25)H Finishing
3 The fourth paragraph is revised to read:
4
5 On the deck bulb tee girder section and all precast prestressed members, the
6 Contractor shall test the roadway deck surface portion for flatness. This test shall occur
7 after floating but while the concrete remains plastic. Testing shall be done with a 10-
8 foot straightedge parallel to the girder centerline and with a flange width straightedge at
9 right angles to the girder centerline. The Contractor shall fill depressions, cut down high
10 spots, and refinish to correct any deviation of more than 1/4 inch within the straightedge
11 length. This section of the roadway surface shall be finished to meet the requirements
12 for finishing roadway slabs, as defined in Section 6-02.3(10) except that, if approved by
13 the Engineer, a coarse stiff broom may be used to provide the finish in lieu of a metal
14 tined comb.
15
16 6-02.3(25)1 Tolerances
17 The title, first paragraph, and items 7, 10, and 21 following the first paragraph are revised to
18 read:
19
20 6-02.3(25)1 Fabrication Tolerances
21 The girders shall be fabricated as shown in the Plans and shall meet the dimensional
22 tolerances listed below. Construction tolerances of cast-in-place closures for spliced
23 prestressed concrete girders shall conform to the tolerances specified for spliced
24 prestressed concrete girders. Actual acceptance or rejection will depend on how the
25 Engineer believes a defect outside these tolerances will affect the structure's strength
26 or appearance:
27
28 7. Flange Depth:
29 For I and Wide Flange I girders: ± 1/4 inch
30 For bulb tee and deck bulb tee girders: + 1/4 inch, - 1/8 inch
31 For PCPS members: + 1/4 inch, - 1/8 inch
32
33 10. Longitudinal Position of the Harping Point:
34 Single harping point f 18 inches
35
36 Multiple bundled strand groups
37 First bundled strand group ±6 inches
38 Second bundled strand group ± 18 inches
39 Third bundled strand group ±30 inches
40
41 21. Differential Camber Between Girders in a Span (measured in place at the job
42 site):
43
44 For I, Wide Flange I, bulb tee, and
45 spliced prestressed concrete girders: 1/8 inch per 10 feet of beam
46 length.
47 For deck bulb tee girders: Cambers shall be equalized by
48 an approved method when the
49 differences in cambers between
50 adjacent girders or stages '
measured at mid-span exceeds
2 1/4 inch.
3 For PCPS members: ± 1/4 inch per ten feet of member
4 length measured at midspan, but
5 not greater than ± 1/2 inch total.
6 For prestressed
7 concrete tub girders: ± 1/4 inch per ten feet of member
8 length measured at midspan, but
9 not greater than ± 1/2 inch total.
OW 10
11 6-02.3(25)J Horizontal Alignment
12 The fourth paragraph is revised to read:
A" 13
14 The maximum deviation of the side of the precast prestressed slab, or the edge of the
15 roadway deck slab of the deck double tee girder or the precast prestressed ribbed
No 16 section, measured from a chord that extends end to end of the member, shall be ± 1/8
17 inch per 10 feet of member length, but not greater than 1/2 inch total.
18
19 6-02.3(25)L Handling and Storage
20 The first and second paragraphs are revised to read:
21
22 During handling and storage, each girder shall always be kept plumb and upright, and
23 each precast prestressed member and prestressed concrete tub girder shall always be
24 kept in the horizontal position as shown in the Plans. It shall be lifted only by the lifting
25 devices (strand lift loops or high-strength threaded steel bars) at either end. For strand
26 lift loops, a minimum 2 inch diameter straight pin of a shackle shall be used through the
27 loops. For high-strength threaded steel bars, the lifting hardware that connects to the
.w 28 bars shall be designed, detailed, and furnished by the Contractor. Series W42G,
29 WF42G, W50G, WF50G, W58G, and WF58G girders, and Series W32BTG, W38BTG,
30 W50BTG, W62BTG, and W74G girders up to 145 feet in length, can be picked up at a
., 31 minimum angle of 60 degrees from the top of the girder. All other prestressed girders
32 shall be picked up within 10 degrees of perpendicular to the top of the girder.
33
to 34 For some girders, straight temporary top flange strands may be specified in the Plans.
35 Pretensioned top temporary strands for full length prestressed concrete girders shall be
36 unbonded over all but the end 10 feet of the girder length. As an alternative for full
dw 37 length prestressed concrete girders, temporary top strands may be post-tensioned prior
38 to shipment. When temporary top strands are specified for spliced prestressed
39 concrete girders, the temporary top strands shall be post-tensioned prior to lifting the
40 assembled girder. When the post-tensioned alternative is used, the Contractor shall be
.. 41 responsible for properly sizing the anchorage plates, and the reinforcement adjacent to
42 the anchorage plates, to prevent bursting or splitting of the concrete in the top flange.
43 Temporary strands shall be cut or released in accordance with Section 6-02.3(25)N.
44
45 6-02.3(25)M Shipping
46 The third and fourth paragraphs are revised to read:
47
48 No double tee girder, deck double tee girder, precast prestressed slab or precast
49 prestressed ribbed section shall be shipped for at least three days after concrete
50 placement. No deck bulb tee girder or prestressed concrete tub girder shall be shipped
VW
1 for at least seven days after concrete placement, except that deck bulb tee girders or
2 prestressed concrete tub girders may be shipped three days after concrete placement
3 when U(bd) is less than or equal to 5.0, where L equals the shipping length of the
4 girder, b equals the girder top flange width (for deck bulb tee girders) or the bottom ,,,
5 flange width (for prestressed concrete tub girders), and d equals the girder depth, all in
6 feet. No other girder shall be shipped for at least ten days after concrete placement.
7 im
8 Girder support during shipping shall be located as follows unless otherwise shown in
9 the Plans:
10
11 Centerline Support Within
12 Type of Girder This Distance From Either End
13
14 Precast Prestressed Members 2 feet
15 Series W42G, WF42G, W50G and WF50G 3 feet
16 All bulb tee and
17 deck bulb tee girders, except as noted 3 feet
18 Series W58G, WF58G, and W62BTG 4 feet
19 Series W74G and WF74G 5 feet
20 Series W83G and W95G 8 feet
21 Series WF74PTG, W83PTG, and W95PTG segments 4 feet
22 Prestressed concrete tub girder segment 4 feet
23
24 The sixth, seventh and eighth paragraphs are revised to read:
25
26 If the Contractor elects to assemble spliced prestressed concrete girders into 'e
27 components of two or more segments prior to shipment, the Contractor shall submit
28 shipment support location working drawings with supporting calculations to the
29 Engineer in accordance with Section 6-01.9. The calculations shall show that concrete
30 stresses in the assembled girders will not exceed those listed below.
31
32 Lateral bracing for shipping is not required for prestressed concrete tub girders and to
33 precast prestressed members. Other prestressed concrete girders of lengths equal or
34 shorter than the following will not require lateral bracing for shipping:
35
36 Maximum Length Not Requiring
37 Type of Girder Bracing for Shipping
38
39 Series W42G, WF42G, W32BTG, and W38BTG 80 feet
40 Series W50G and WF50G 100 feet
41 Series W58G, WF58G, W5013TG, and W62BTG 105 feet
42 All deck bulb tee girders 120 feet
43 Series W74G and WF74G 130 feet
44
45 For all girders exceeding these lengths, and all Series WF74PTG, W83G, W83PTG,
46 W95G, and W95PTG girders, the Contractor shall provide bracing to control lateral
47 bending during shipping, unless the Contractor furnishes calculations in accordance 00
48 with Section 6-01.9 demonstrating that bracing is not necessary. External bracing shall
49 be attached securely to the top flange of the girder. The Contractor is cautioned that
50 more conservation guidelines for lateral bracing may be required for some delivery
1 routes. The Contractor shall submit a bracing plan, with supporting calculations, to the
2 Engineer for approval in accordance with Section 6-01.9. The Contractor shall not
3 begin shipping the girders until receiving the Engineer's approval of the bracing plan,
4 and shall perform all bracing operations at no additional cost to the Contracting Agency.
5
6 Criteria for Checking Girder Stresses
•" 7 At the Time of Lifting or Transporting and Erecting
8
9 Stresses at both support and harping points shall be satisfied based on these
• 10 criteria:
11
12 1. Allowable compression stress, fc = 0.60f'cm
low 13 a. f'cm = compressive strength at time of lifting or transporting verified
14 by test but shall not exceed design compressive strength (f'c) at 28
15 days in psi + 1,000 psi
,w 16 2. Allowable tension stress, ksi
17 a. With no bonded reinforcement = 3 times square root (f'cm) _< 0.20 ksi
18 b. With bonded reinforcement to resist total tension force in the concrete
wo 19 computed on the basis of an uncracked section 6.0 times square root
20 (f'cm). The allowable tensile stress in the reinforcement is 30 ksi
21 (AASHTO M-31, Gr. 60)
*W 22 3. Prestress losses
23 a. 1 day to 1 month = computed losses
24 b. 1 month to 1 year= 75 percent of computed final losses
25 c. 1 year or more = computed final losses
26 4. Impact on dead load
27 a. Lifting from casting beds =0 percent
28 b. Transporting and erecting =20 percent
29
30 6-02.3(25)N Prestressed Concrete Girder Erection
31 The fifth paragraph is revised to read:
w 32
33 The concrete in piers and crossbeams shall reach at least 80 percent of design strength
34 before girders are placed on them. The Contractor shall hoist girders only by the lifting
35 devices at the ends, always keeping the girders plumb and upright. Once erected, the
36 girders shall be braced to prevent tipping until the intermediate diaphragms are cast
37 and cured. When temporary strands in the top flange are used, they shall be cut
38 after the girders are braced and before the intermediate diaphragms are cast.
39 The Contractor shall place the cast-in-place deck on the girders within 30 calendar days
40 of cutting the temporary strands, except as otherwise approved by the Engineer.
41
42 For situations where the Contractor proposes to delay placing the cast-in-place deck on
43 the girders beyond 30 calendar days after cutting the temporary strands, the Contractor
MW 44 shall submit supporting girder camber calculations to the Engineer for approval in
45 accordance with Section 6-01.9. The Contractor shall not cut the temporary strands
46 until receiving the Engineer's approval of the girder camber calculations.
47
48 The seventh paragraph is deleted
49
50 The eighth paragraph is revised to read:
1 �
ment of both the top and bottom flanges
2 The Contractor shall check the horizontal align
3 of each girder after girder erection but before placing concrete in the bridge diaphragms
4 as described in Section 6-02.3(25)J.
5
6 6-02.3(25)0 Deck Bulb Tee Girder Flange Connection
7 This section is revised to read:
8
9 The Contractor shall submit a method of equalizing deck bulb tee girder (and precast
10 prestressed member) deflections to the Engineer for approval in accordance with
11 Section 6-01.9, except that the submittal shall be made a minimum of 60 days prior to
12 field erection of the deck bulb tee girder. Deflection equalizing methods approved for
13 previous Contracting Agency contracts will be acceptable providing the bridge
14 configuration is similar and the previous method was satisfactory. A listing of the
15 previous Contracting Agency contract numbers for which the method was used shall be
16 included with the submittal. The weld-ties may be used as a component of the
17 equalizing system provided the Contractor's procedure outlines how the weld-ties are to
18 be used, and that the Contractor's submittal includes a list and description of previous
19 bridge projects where the Contractor has successfully used weld-ties as a component
20 of the equalizing system.
21
22 The concrete diaphragms for deck bulb tee girders shall attain a minimum compressive
23 strength of 2,500 psi before any camber equalizing equipment is removed.
24
25 On deck bulb tee girders, girder deflection shall be equalized utilizing the approved
26 method before girders are weld-tied and before keyways are filled. Keyways between 16
27 tee girders shall be filled flush with the surrounding surfaces with nonshrink grout. This
28 nonshrink grout shall have a compressive strength of 5,000 psi before the equalizing
29 equipment is removed. Compressive strength shall be determined by fabricating and +
30 testing cubes in accordance with WSDOT Test Method 813 and testing in accordance
31 with WSDOT FOP for AASHTO T-106.
32
33 Welding ground shall be attached directly to the steel plates being welded when welding
34 the weld-ties on bulb tee girders. ai
35
36 No construction equipment shall be placed on the structure, other than equalizing
37 equipment, until the girders have been weld-tied and the keyway grout has attained a
38 compressive strength of 5,000 psi.
39
40 6-02.3(26) Cast-in-Place Prestressed Concrete
41 6-02.3(26)C Bearing Type Anchorages
42 Item 6 in the first paragraph is revised to read:
43
44 6. For transverse post-tensioning of roadway slabs, the bearing stress shall not
45 exceed 0.9f'c at PJa(* of all strands (before seating) or 4,000 psi at service load after
46 all losses.
47 'o
48 6-02.3(26)H Grouting
49 The first sentence in the sixth paragraph is revised to read:
50 '
M. 1 The Contractor shall proportion the mix to produce a grout with a flow of 11 to 20
2 seconds as determined by WSDOT Test Method for ASTM C 939, Flow of Grout for
3 Preplaced Aggregate Concrete (Flow Cone Method).
V0 4
5 The third sentence in the seventh paragraph is revised to read:
6
u. 7 Cubes shall be made in accordance with WSDOT Test Method T 813 and stored in
8 accordance with WSDOT FOP for AASHTO T 23.
9
No 10 6-02.3(27) Concrete for Precast Units
11 This section is supplemented with the following:
12
40 13 Self compacting concrete (SCC) may be used for precast concrete barrier covered under
14 Section 6-10 and drainage items covered under Section 9-12. If self compacting concrete
15 has been approved for use the requirements of Section 6-02.3(4)C consistency shall not
16 apply. Self compacting concrete is concrete that is able to flow under its own weight and
17 completely fill the formwork, even in the presence of dense reinforcement, without the need
18 of any vibration, while maintaining homogeneity. When using SCC modified testing
19 procedures for air content and compressive strength will be used. The modification shall be
20 that molds will be filled completely in one continuous lift without any rodding, vibration,
21 tamping or other consolidation methods other than lightly taping around the exterior of the
22 mold with a rubber mallet to allow entrapped air bubbles to escape. In addition the
23 fabricators QC testing shall include Slump Flow Test results, which do not indicate
24 segregation. As part of the plants approval for use of SCC the plant fabricator shall cast
25 one barrier, or drainage item and have that barrier or drainage item sawed in half for
26 examination by the Contracting Agency to determine that segregation has not occurred.
27
ow 28 SECTION 6-03, STEEL STRUCTURES
29 December 6, 2004
30 6-03.3(14) Edge Finishing
ow 31 The first and second paragraphs are revised to read:
32
33 All rolled, sheared, and thermal cut edges shall be true to line and free of rough corners
"' 34 and projections. Corners along exposed edges shall be rounded to a minimum radius
35 of 1/16 inch.
36
ow 37 Sheared edges on plates more than 5/8 inch thick shall be planed, milled, ground, or
38 thermal cut to a depth of at least 1/8 inch.
39
40 6-03.3(33) Bolted Connections
41 Table 4 and the paragraph beneath it are revised to read:
42
r
Table 4
Turn-of-Nut Tightening Method
�. Nut Rotational from Snug-Tight Condition
Bolt Disposition of Outer Faces of Bolted Parts
Length
P
` w Condition I Condition 2 Condition 3
L <=4D 1/3 turn 1/2 turn 2/3 turn
4D < L<= 1/2 turn 2/3 turn 5/6 turn
8D
8D < L<= 2/3 turn 5/6 turn 1 turn
12D
1
2 Bolt length measured from underside of head to top of nut.
3
4 6-03.3(39) Swinging the Span
5 The second paragraph is revised to read:
6
7 After the falsework is released (spans swung free) the masonry plates, shoes, and
8 keeper plates are grouted, and before any load is applied, the Engineer will (or, if the
9 Contractor is specified as responsible for surveying, the Contractor shall) measure 0
10 elevations at the tenth points along the tops of girders and floorbeams.
11
12 The Engineer will compare steel mass camber elevations with the elevations measured
13 above, and will furnish the Contractor with new dead-load camber dimensions.
14
15 SECTION 6-05, PILING * '
16 December 6, 2004
17 6-05.3(9)A Pile Driving Equipment Approval
18 The first sentence of the second paragraph is revised to read:
19
20 The Contractor shall submit a wave equation analysis for all pile driving systems used
21 to drive piling with required ultimate bearing capacities of greater than 300 tons.
22
23 Under the second paragraph the default values and definition for "R"n° are revised as
24 follows:
25
26 R"n is the resistance of the pile used in the wave equation analyses. If the ultimate
27 bearing capacity equals the maximum driving resistance, a setup factor of 1.3 may be
28 used in the wave equation analysis to account for pile setup. To use a setup factor in
29 the wave equation analysis, R"„ in the analysis is the ultimate bearing capacity divided
30 by 1.3. If the maximum driving resistance exceeds the ultimate bearing capacity, no
31 setup factor should be used, and R"n is equal to the maximum driving resistance of the
32 pile. +0
33
34 SECTION 6-06, BRIDGE RAILINGS
35 January 5, 2004 0
36 6-06.2 Materials
37 This section is revised to read: r
38
39 Materials shall meet the requirements of the following sections:
40
r�ir
1 Timber Railing 9-09
2 Metal Railing 9-06.18
3
.. 4 SECTION 6-07, PAINTING
5 August 2, 2004
6 6-07.3(2)A Bridge Cleaning
7 The third sentence under Pressure Flushing is revised to read:
8
9 The pressure flushing equipment shall produce (at the nozzle) at least 3,000 psi with a
10 discharge of at least 4 gpm.
11
12 SECTION 6-09, MODIFIED CONCRETE OVERLAYS
13 April 4, 2005
+w• 14 6-09.2 Materials
15 This first paragraph is supplemented with the following:
16
m 17 Microsilica Fume 9-23.11
18
19 The first sentence of the fifth paragraph is revised to read:
+r�r 20
21 Microsilica admixture shall be either a dry powder or a slurry admixture.
22
23 SECTION 6-10, CONCRETE BARRIER
24 April 4, 2005
25 6-10.2 Materials
26 The first sentence of the fourth paragraph is revised to read:
27
28 Connecting pins, drift pins and steel pins for type 3 anchors shall conform to Section 9-
29 06.5(4) and be galvanized in accordance with AASHTO M 232, except that testing for
30 embrittlement after galvanizing is not required.
31
32 6-10.3 Construction Requirements
33 This section is supplemented with the following:
4W 34
35 Concrete barrier installed in conjunction with light standard foundations and sign bridge
36 foundations, regardless of the barrier shape, shall be cast-in-place using stationary
37 forms.
38
39 Concrete barrier transition Type 2 to bridge f-shape shall be precast.
40
41 6-10.3(2) Cast-in-Place Concrete Barrier
42 The first paragraph of this section is revised to read as follows:
43
44 Forms for cast-in-place concrete barrier, including traffic barrier, traffic-pedestrian
45 barrier, and pedestrian barrier on bridges and related structures, shall be made of steel
46 or exterior plywood coated with plastic. The Contractor may construct the barrier by the
ow 47 slip-form method.
+r.
1 �
2 6-10.4 Measurement
3 This section is supplemented with the following:
4
5 Concrete barrier transition Type 2 to bridge f-shape will be measured by the linear foot
6 installed.
7
8 Single slope concrete barrier light standard foundation will be measured by the unit for
9 each light standard foundation installed.
10 '
11 Traffic barrier, traffic pedestrian barrier, and pedestrian barrier will be measured as
12 specified for cast-in-place concrete barrier.
13
14 6-10.5 Payment
15 The following bid items are inserted to precede "Single Slope Concrete Barrier", per linear
16 foot.
17
18 "Traffic Barrier", per linear foot.
19 "Traffic Pedestrian Barrier", per linear foot.
20 "Pedestrian Barrier" per linear foot.
21 The unit contract price per linear foot for "Traffic Barrier", `Traffic Pedestrian Barrier",
22 and "Pedestrian Barrier" shall be full pay for constructing the barrier on top of the bridge
23 deck, and associated bridge approach slabs, curtain walls and wingwalls, excluding the
24 steel reinforcing bars that extend from the bridge deck, bridge approach slab, curtain
25 walls, and wingwalls.
26
27 The new bid items listed below are inserted to precede "Cast-In-Place Conc. Barrier Light
28 Standard Section", per each.
29
30 "Conc. Barrier Transition Type 2 to Bridge F-Shape", per linear foot.
31 The unit contract price per linear foot for "Conc. Barrier Transition Type 2 to Bridge F-
32 Shape" shall be full pay for performing the work as specified, excluding bridge traffic
33 barrier modifications necessary for this installation.
34 "Single Slope Conc. Barrier Light Standard Foundation", per each.
35
36 SECTION 6-11, PRECAST CONCRETE RETAINING WALL STEMS
37 April 5, 2004
38 This section including title is revised to read:
39
40 SECTION 6-11, REINFORCED CONCRETE WALLS
41 6-11.1 Description
42 This work consists of constructing reinforced concrete retaining walls, including those
43 shown in the Standard Plans, L walls, and counterfort walls.
44
45 6-11.2 Materials '
46 Materials shall meet the requirements of the following sections:
47
48 Cement 9-01
1 Aggregates for Portland Cement Concrete 9-03.1
2 Gravel Backfill 9-03.12
3 Premolded Joint Filler 9-04.1(2)
4 Steel Reinforcing Bar 9-07.2
5 Epoxy-Coated Steel Reinforcing Bar 9-07.3
6 Concrete Curing Materials and Admixtures 9-23
7 Fly Ash 9-23.9
8 Water 9-25
9
••� 10 Other materials required shall be as specified in the Special Provisions.
11
12 6-11.3 Construction Requirements
13
14 6-11.3(1) Submittals
15 The Contractor shall submit all excavation shoring plans to the Engineer for approval in
16 accordance with Section 2-09.3(3)D.
17
18 The Contractor shall submit all falsework and formwork plans to the Engineer for
.. 19 approval in accordance with Sections 6-02.3(16) and 6-02.3(17).
20
21 If the Contractor elects to fabricate and erect precast concrete wall stem panels, the
1W 22 following information shall be submitted to the Engineer for approval in accordance with
23 Sections 6-01.9 and 6-02.3(28)A:
24
25 1. Working drawings for fabrication of the wall stem panels, showing dimensions,
26 steel reinforcing bars, joint and joint filler details, surface finish details, lifting
27 devices with the manufacturer's recommended safe working capacity, and
28 material specifications.
29
30 2. Working drawings and design calculations for the erection of the wall stem
31 panels showing dimensions, support points, support footing sizes, erection
32 blockouts, member sizes, connections, and material specifications.
33
34 3. Design calculations for the precast wall stem panels, the connection between
VW 35 the precast panels and the cast-in-place footing, and all modifications to the
36 cast-in-place footing details as shown in the Plans or Standard Plans.
37
do 38 The Contractor shall not begin excavation and construction operations for the retaining
39 walls until receiving the Engineer's approval of the above submittals.
40
g" 41 6-11.3(2) Excavation and Foundation Preparation
42 Excavation shall conform to Section 2-09.3(3), and to the limits and construction stages
43 shown in the Plans. Foundation soils found to be unsuitable shall be removed and
No 44 replaced in accordance with Section 2-09.3(1)C.
45
46 6-11.3(3) Precast Concrete Wall Stem Panels
47 The Contractor may fabricate precast concrete wall stem panels for construction of
48 Standard Plan Retaining Wall Types 1 through 6 and 1 SW through 6SW. Precast
49 concrete wall stem panels may be used for construction of non-Standard Plan retaining
ew
1 walls if allowed by the Plans or Special Provisions. Precast concrete wall stem panels ►
2 shall conform to Section 6-02.3(28), and shall be cast with Class 4000 concrete.
3
4 The precast concrete wall stem panels shall be designed in accordance with the
5 requirements for Load Factor Design in the following codes:
6
7 1. For all loads except as otherwise noted - AASHTO Standard Specifications for
8 Highway Bridges, latest edition and current interims. The seismic design shall
9 use the acceleration coefficient and soil profile type as specified in the Plans.
10
11 2. For all wind loads - AASHTO Guide Specifications for Structural Design of
12 Sound Barriers, latest edition and current interims.
13
14 The precast concrete wall stem panels shall be fabricated in accordance with the
15 dimensions and details shown in the Plans, except as modified in the shop drawings as
16 approved by the Engineer.
17
18 The precast concrete wall stem panels shall be fabricated full height, and shall be
19 fabricated in widths of 8 feet, 16 feet, and 24 feet.
20
21 The construction tolerances for the precast concrete wall stem panels shall be as
22 follows:
23
24 Height +1/a inch
25 Width +1/a inch
26 Thickness +1/o inch
27 -1/8 inch
28 Concrete cover for steel reinforcing bar +3/8 inch
29 -1/8 inch
30 Width of precast concrete wall stem panel joints +1/a inch
31 Offset of precast concrete wall stem panels +1/e inch
32 (Deviation from a straight line extending 5 feet on each side of the panel joint) +rr
33
34 The precast concrete wall stem panels shall be constructed with a mating shear key
35 between adjacent panels. The shear key shall have beveled corners and shall be 1-1/2
36 inches in thickness. The width of the shear key shall be 3-1/2 inches minimum and 5-
37 1/2 inches maximum, The shear key shall be continuous and shall be of uniform width
38 over the entire height of the wall stem.
39
40 The Contractor shall provide the specified surface finish as noted, and to the limits
41 shown, in the Plans to the exterior concrete surfaces. Special surface finishes achieved
42 with form liners shall conform to Sections 6-02.2 and 6-02.3(14) as supplemented in the
43 Special Provisions. Rolled on textured finished shall not be used. Precast concrete -
44 wall stem panels shall be cast in a vertical position if the Plans call for a form liner
45 texture on both sides of the wall stem panel.
46
47 The precast concrete wall stem panel shall be rigidly held in place during placement
48 and curing of the footing concrete.
49
1 The precast concrete wall stem panels shall be placed a minimum of one inch into the
2 footing to provide a shear key. The base of the precast concrete wall stem panel shall
3 be sloped 1/2 inch per foot to facilitate proper concrete placement.
4
5 To ensure an even flow of concrete under and against the base of the wall panel, a
6 form shall be placed parallel to the precast concrete wall stem panel, above the footing,
7 to allow a minimum one foot head to develop in the concrete during concrete
8 placement.
9
• 10 The steel reinforcing bars shall be shifted to clear the erection blockouts in the precast
11 concrete wall stem panel by 1-1/2 inches minimum.
12
.. 13 All precast concrete wall stem panel joints shall be constructed with joint filler installed
14 on the rear (backfill) side of the wall. The joint filler material shall extend from two feet
15 below the final ground level in front of the wall to the top of the wall. The joint filler shall
16 be a nonorganic flexible material and shall be installed to create a waterproof seal at
17 panel joints.
18
19 The soil bearing pressure beneath the falsework supports for the precast concrete wall
20 stem panels shall not exceed the maximum design soil pressure shown in the Plans for
21 the retaining wall.
4, 22
23 6-11.3(4) Cast-In-Place Concrete Construction
24 Cast-in-place concrete for concrete retaining walls shall be formed, reinforced, cast,
we 25 cured, and finished in accordance with Section 6-02, and the details shown in the Plans
26 and Standard Plans. All cast-in-place concrete shall be Class 4000.
27
28 The Contractor shall provide the specified surface finish as noted, and to the limits
29 shown, in the Plans to the exterior concrete surfaces. Special surface finishes achieved
30 with formliners shall conform to Sections 6-02.2 and 6-02.3(14) as supplemented in the
31 Special Provisions.
No 32
33 Cast-in-place concrete for adjacent wall stem sections (between vertical expansion
34 joints) shall be formed and placed separately, with a minimum 12 hour time period
"" 35 between concrete placement operations.
36
37 Premolded joint filler, 1/2" thick, shall be placed full height of all vertical wall stem
38 expansion joints in accordance with Section 6-01.14.
39
40 6-11.3(5) Backfill, Weepholes and Gutters
41 Unless the Plans specify otherwise, backfill and weepholes shall be placed in
42 accordance with Standard Plan D-4 and Section 6-02.3(22). Gravel backfill for drain
43 shall be compacted in accordance with Section 2-09.3(1)E. Backfill within the zone
44 defined as bridge approach embankment in Section 1-01.3 shall be compacted in
45 accordance with Method C of Section 2-03.3(14)C. All other backfill shall be
46 compacted in accordance with Method B of Section 2-03.3(14)C, unless otherwise
a. 47 specified.
48
49 Cement concrete gutter shall be constructed as shown in the Standard Plans.
w. 50
Now
1 6-11.3(6) Traffic Barrier and Pedestrian Barrier
2 When shown in the Plans, traffic barrier and pedestrian barrier shall be constructed in
3 accordance with Sections 6-02.3(11)A and 6-10.3(2), and the details shown in the
4 Plans and Standard Plans.
5
6 6-11.4 Measurement
7 Concrete Class 4000 for retaining wall will be measured as specified in Section 6-02.4.
8
9 Steel reinforcing bar for retaining wall and epoxy-coated steel reinforcing bar for
10 retaining wall will be measured as specified in Section 6-02.4.
11
12 Traffic barrier and pedestrian barrier will be measured as specified in Section 6-10.4 for
13 cast-in-place concrete barrier. ►
14
15 6-11.5 Payment
16 Payment will be made in accordance with Section 1-04.1 for each of the following bid ;
17 items when they are included in the proposal:
18
19 "Conc. Class 4000 For Retaining Wall", per cubic yard.
20 All costs in connection with furnishing and installing weep holes and premolded
21 joint filler shall be included in the unit contract price per cubic yard for"Conc. Class
22 4000 for Retaining Wall".
23
24 "St. Reinf. Bar For Retaining Wall", per pound.
25 "Epoxy-Coated St. Reinf. Bar For Retaining Wall", per pound.
26
27 "Traffic Barrier', per linear foot.
28 "Pedestrian Barrier', per linear foot.
29 The unit contract price per linear foot for "_ Barrier' shall be full pay for constructing
30 the barrier on top of the retaining wall, except that when these bid items are not
31 included in the proposal, all costs in connection with performing the work as specified
32 shall be included in the unit contract price per cubic yard for "Conc. Class 4000 For
33 Retaining Wall", and the unit contract price per pound for"_ Bar For Retaining Wall".
34
35 SECTION 6-12, NOISE BARRIER WALLS `
36 April 5, 2004
37 6-12.1 Description
38 This work consists of constructing cast-in-place concrete, precast concrete, masonry, and
39 timber noise barrier walls, including those shown in the Standard Plans.
40
41 6-12.2 Materials
42 Materials shall meet the requirements of the following sections:
43
44 Cement 9-01
45 Aggregates for Portland Cement Concrete 9-03.1
46 Gravel Backfill 9-03.12
47 Premolded Joint Filler 9-04.1(2)
48 Bolts, Nuts, and Washers 9-06.5(1)
49 Steel Reinforcing Bar 9-07.2
1 Epoxy-Coated Steel Reinforcing Bar 9-07.3
2 Paints 9-08
3 Concrete Curing Materials and Admixtures 9-23
4 Fly Ash 9-23.9
5 Water 9-25
6
■• 7 Other materials required shall be as specified in the Special Provisions.
8
9 6-12.3 Construction Requirements
10
11 6-12.3(1) Submittals
12 All noise barrier walls not constructed immediately adjacent to the roadway, and which
13 require construction of access for work activities, shall have a noise barrier wall access plan.
14 The Contractor shall submit the noise barrier wall access plan to the Engineer for approval
15 in accordance with Section 6-01.9. The noise barrier wall access plan shall include, but not
ew 16 be limited to, the locations of access to the noise barrier wall construction sites, and the
17 method, materials, and equipment used to construct the access, remove the access, and
18 recontour and reseed the disturbed ground.
ew 19
20 For construction of all noise barrier walls with shafts, the Contractor shall submit a shaft
21 construction plan to the Engineer for approval in accordance with Section 6-01.9, including
22 but not limited to the following information:
23
24 1. List and description of equipment to be used to excavate and construct the shafts,
25 including description of how the equipment is appropriate for use in the expected
26 subsurface conditions.
27
28 2. The construction sequence and order of shaft construction.
29
30 3. Details of shaft excavation methods, including methods to clean the shaft
31 excavation.
aw 32
33 4. Details and dimensions of the shaft, and casing if used.
34
35 5. The method used to prevent ground caving (temporary casing, slurry, or other
36 means).
37
38 6. Details of concrete placement including procedures for deposit through a conduit,
39 tremie, or pump.
40
41 7. Method and equipment used to install and support the steel reinforcing bar cage.
42
43 For construction of precast concrete noise barrier walls, the Contractor shall submit shop
44 drawings for the precast concrete panels to the Engineer in accordance with Section 6-
45 02.3(28)A. In addition to the items listed in Section 6-02.3(28)A, the precast concrete panel
46 shop drawings shall include the following:
aw 47
48 1. Construction sequence and method of forming the panels.
49
Im 50 2. Details of additional reinforcement provided at lifting and support locations.
1 �
ge, transporting,
2 3. Method and equipment used to support the panels during stora
3 and erection.
4
5 4. Erection sequence, including the method of lifting the panels, placing and adjusting
6 the panels to proper alignment and grade, and supporting the panels during
7 bolting, grouting, and backfilling operations.
8
9 The Contractor shall not begin noise barrier wall construction activities, including access
10 construction and precast concrete panel fabrication, until receiving the Engineer's approval
11 of all appropriate and applicable submittals.
12
13 6-12.3(2) Work Access and Site Preparation ,
14 The Contractor shall construct work access in accordance with the work access plan as
15 approved by the Engineer. The construction access roads shall minimize disturbance to the
16 existing vegetation, especially trees. Only trees and shrubs in direct conflict with the
17 approved construction access road alignment shall be removed. Only one access road into
18 the noise barrier wall from the main roadway and one access road from the noise barrier
19 wall to the main roadway shall be constructed at each noise barrier wall.
20
21 Existing vegetation that has been identified by the Engineer shall be protected in
22 accordance with Sections 1-07.16 and 2-01, and the Special Provisions.
23
24 6-12.3(3) Shaft Construction
25 The Contractor shall excavate and construct the shafts in accordance with the shaft
26 construction plan as approved by the Engineer.
27
28 The shafts shall be excavated to the required depth as shown in the Plans. The excavation
29 shall be completed in a continuous operation using equipment capable of excavating '
30 through the type of material expected to be encountered.
31
32 If the shaft excavation is stopped, the Contractor shall secure the shaft by installing a safety
33 cover over the opening. The Contractor shall ensure the safety of the shaft and surrounding
34 soil and the stability of the side walls. A temporary casing, slurry, or other methods
35 approved by the Engineer shall be used as necessary to ensure such safety and stability.
36
37 When caving conditions are encountered, the Contractor shall stop further excavation until
38 implementing the method to prevent ground caving as specified in the shaft construction
39 plan approved by the Engineer.
40
41 When obstructions are encountered, the Contractor shall notify the Engineer promptly. An ,a
42 obstruction is defined as a specific object (including, but not limited to, boulders, logs, and
43 man made objects) encountered during the shaft excavation operation which prevents or
44 hinders the advance of the shaft excavation. When efforts to advance past the obstruction
45 to the design shaft tip elevation result in the rate of advance of the shaft drilling equipment
46 being is significantly reduced relative to the rate of advance for the rest of the shaft
47 excavation, then the Contractor shall remove the obstruction under the provisions of Section
48 6-12.5 as supplemented in the Special Provisions. The method of removal of such
49 obstructions, and the continuation of excavation shall be as proposed by the Contractor and
50 approved by the Engineer. r�i
"" 1
2 The Contractor shall use appropriate means to clean the bottom of the excavation of all
3 shafts. No more than two inches of loose or disturbed material shall be present at the
.. 4 bottom of the shaft just prior to beginning concrete placement.
5
6 The Contractor shall not begin placing steel reinforcing bars and concrete in the shaft until
9M 7 receiving the Engineer's approval of the shaft excavation.
8
9 The steel reinforcing bar cage shall be rigidly braced to retain its configuration during
to 10 handling and construction. The Contractor shall not place individual or loose bars. The
11 Contractor shall install the steel reinforcing bar cage as specified in the shaft construction
12 plan as approved by the Engineer. The Contractor shall maintain the minimum concrete
VM 13 cover shown in the Plans.
14
15 If casings are used, the Contractor shall remove the casing during concrete placement. A
ow 16 minimum five feet head of concrete shall be maintained to balance soil and water pressure
17 at the bottom of the casing. The casing shall be smooth. Where the top of the shaft is
18 above the existing ground, the Contractor shall case the top of the hole prior to placing the
19 concrete.
20
21 Concrete for shafts shall conform to Class 4000P. The Contractor shall place concrete in
22 the shaft immediately after completing the shaft excavation and receiving the Engineer's
23 approval of the excavation. The Contractor shall place the concrete in one continuous
24 operation to the elevation shown in the Plans, using a method to prevent segregation of
25 aggregates. The Contractor shall place the concrete as specified in the approved shaft
26 construction plan. If water is present, concrete shall be placed in accordance with Section
27 6-02.3(6)B.
28
29 6-12.3(4) Trench, Grade Beam, or Spread Footing Construction
30 Where the noise barrier wall foundations exist below the existing groundline, excavation
31 shall conform to Section 2-09.3(4), and to the limits and construction stages shown in the
1W 32 Plans. Foundation soils found to be unsuitable shall be removed and replaced in
33 accordance with Section 2-09.3(1)C.
34
35 Where the noise barrier wall foundations exist above the existing groundline, the Contractor
36 shall place and compact backfill material in accordance with Section 2-03.3(14)C.
37
38 Concrete for trench, grade beam, or spread footing foundations shall conform to Class
39 4000.
40
41 Cast-in-place concrete shall be formed, placed, and cured in accordance with Section 6-02,
42 except that concrete for trench foundations shall be placed against undisturbed soil.
43
++ 44 The excavation shall be backfilled in accordance with item 1 of the Compaction subsection
45 of Section 2-09.3(1)E.
46
47 The steel reinforcing bar cage and the noise barrier wall anchor bolts shall be installed and
48 rigidly braced prior to grade beam and spread footing concrete placement to retain their
49 configuration during concrete placement. The Contractor shall not place individual or loose
Ow
a.
1 steel reinforcing bars and anchor bolts, and shall not install anchor bolts during or after
2 concrete placement.
3
4 6-12.3(5) Cast-In-Place Concrete Panel Construction r
5 Construction of cast-in-place concrete panels for noise barrier walls shall conform to Section
6 6-11.3(4). For noise barrier walls with traffic barrier, the construction of the traffic barrier
7 shall also conform to Section 6-10.3(2).
8
9 The top of the cast-in-place concrete panels shall conform to the top of wall profile shown in
10 the Plans. Where a vertical step is constructed to provide elevation change between
11 adjacent panels, the dimension of the step shall be 2 feet. Each horizontal run between
12 steps shall be a minimum of 48 feet.
13
14 6-12.3(6) Precast Concrete Panel Fabrication and Erection
15 The Contractor shall fabricate and erect the precast concrete panels in accordance with
16 Section 6-02.3(28), and the following requirements:
17
18 1. Concrete shall conform to Class 4000.
19r
20 2. Except as otherwise noted in the Plans and Special Provisions, all concrete
21 surfaces shall receive a Class 2 finish in accordance with Section 6-02.3(14)B.
22
23 3. The precast concrete panels shall be cast in accordance with Section 6-02.3(28)6.
24 The Contractor shall cast the precast concrete panels horizontally, with the traffic
25 side surface cast against the form liner on the bottom. The Contractor shall fully
26 support the precast concrete panel to avoid bowing and sagging surfaces.
27
28 After receiving the Engineer's approval of the shop drawings, the Contractor shall
29 cast one precast concrete panel to be used as the sample panel. The Contractor
30 shall construct the sample panel in accordance with the procedure and details
31 specified in the shop drawings approved by the Engineer. The Contractor shall
32 make the sample panel available to the Engineer for approval.
33
34 Upon receiving the Engineer's approval of the sample panel, the Contractor shall
35 continue production of precast concrete panels for the noise barrier wall. All rir
36 precast concrete panels will be evaluated against the sample panel for the quality
37 of workmanship.exhibited. The sample panel shall be retained at the fabrication
38 site until all precast concrete panels have been fabricated and have received the +rr
39 Engineer's approval. After completing precast concrete panel fabrication, the
40 Contractor may utilize the sample panel as a production noise barrier wall panel.
41
42 4. In addition to the fabrication tolerance requirements of Section 6-02.3(28)F, the
43 precast concrete panels for noise barrier walls shall not exceed the following scalar
44 tolerances:
45
46 Length and Width: ± 1/8 inch per five feet, not to exceed 1/4 inch total.
47
48 Thickness: ± 1/4 inch.
49
it
1 The difference obtained by comparing the measurement of the diagonal of the
2 face of the panels shall not be greater than 1/2 inch.
3
4 Dimension tolerances for the traffic barrier portion of precast concrete panels
5 formed with traffic barrier shapes shall conform to Section 6-10.3(2).
6
7 5. After erection, the precast concrete panels shall not exceed the joint space
8 tolerances shown in the Plans. The panels shall not exceed 3/8 inch out of plumb
9 in any direction.
10
11 The Contractor shall seal the joints between precast concrete panels with a backer
12 rod and sealant system as specified. The Contractor shall seal both sides of the
13 joint full length.
14
15 The top of precast concrete panels shall conform to the top of wall profile shown in the
16 Plans. Where a vertical step is constructed to provide elevation change between
17 adjacent panels, the dimension of the step shall be 2 feet. Each horizontal run between
18 steps shall be a minimum of 48 feet.
19
20 6-12.3(7) Masonry Wall Construction
21 Construction requirements for masonry noise barrier wall panels shall be as specified in the
22 Special Provisions.
23
24 6-12.3(8) Fabricating and Erecting Timber Noise Barrier Wall Panels
25 Construction requirements for timber noise barrier wall panels shall be as specified in the
26 Special Provisions.
27
28 6-12.3(9) Access Doors and Concrete Landing Pads
29 The Contractor shall install access doors and door frames as shown in the Plans and
30 Standard Plans. The Contractor shall install the access doors to open toward the roadway
4W 31 side. The door frames shall be set in place with grout conforming to Section 6-02.3(20), with
32 the grout completely filling the void between the door frame and the noise barrier wall panel.
33
34 The Contractor shall apply two coats of paint, as specified in the Special Provisions, to all
35 exposed metal surfaces of access doors and frames, except for stainless steel surfaces.
36 Each coat shall be 3 mils minimum wet film thickness.
37
38 The Contractor shall construct a concrete landing pad on the roadway side of each access
39 door location as shown in the Plans. The concrete shall conform to Section 6-02.3(2)B.
40
41 6-12.3(10) Finish Ground Line Dressing
42 The Contractor shall contour and dress the ground line on both sides of the noise barrier
43 wall, providing the minimum cover over the foundation as shown in the Plans. The
44 Contractor shall contour the ground adjacent to the barrier to ensure good drainage away
45 from the barrier.
46
47 After the access roads are no longer needed for noise barrier wall construction activities, the
48 Contractor shall restore the area to the original condition. The Contractor shall recontour
49 the access roads to match into the surrounding ground and shall reseed all disturbed areas
r
1 in accordance with the Section 8-01 and the Special Provisions, and the noise barrier wall
2 access plan as approved by the Engineer.
3
4 6-12.4 Measurement
5 Noise barrier wall will be measured by the square foot area of one face of the completed
6 wall panel in place. Except as otherwise noted, the bottom limit for measurement will be the
7 top of the trench footing, spread footing, or shaft cap. For Noise Barrier Type 5, the bottom
8 measurement limit will be the optional construction joint at the base of the traffic barrier. For
9 Noise Barrier Type 7, the bottom measurement limit will be base of the traffic barrier. For
10 Noise Barrier Types 8, 11, 12, 14, 15, and 20, the bottom measurement limit will be the
11 base of the wall panel.
12
13 Noise barrier wall access door will be measured once for each access door assembly with
14 concrete landing pad furnished and installed.
15
16 6-12.5 Payment
17 Payment will be made in accordance with Section 1-04.1 for each of the following bid items
18 when they are included in the proposal:
19 sir
20 "Noise Barrier Wall Type_", per square foot.
21 The unit contract price per square foot for "Noise Barrier Wall Type_" shall be full pay
22 for constructing the noise barrier walls as specified, including constructing and
23 removing access roads, excavating and constructing foundations and grade beams,
24 constructing cast-in-place concrete, and masonry wall panels, fabricating and erecting
25 precast concrete, and timber wall panels, applying sealer, and contouring the finish
26 ground line adjacent to the noise barrier walls. `
27
28 "Noise Barrier Wall Access Door", per each.
29 The unit contract price per each for "Noise Barrier Wall Access Door' shall be full pay for 'ra'
30 furnishing and installing the access door assembly as specified, including painting the
31 installed access door assembly and constructing the concrete landing pad.
32
33 SECTION 6-13, STRUCTURAL EARTH WALLS
34 April 4, 2005
35 6-13.1 Description
36 This work consists of constructing structural earth walls (SEW).
37
38 6-13.2 Materials
39 Materials shall meet the requirements of the following sections:
40
41 Cement 9-01
42 Aggregates for Portland Cement Concrete 9-03.1
43 Gravel Backfill 9-03.12(2)
44 Premolded Joint Filler 9-04.1(2)
45 Steel Reinforcing Bar 9-07.2
46 Epoxy-Coated Steel Reinforcing Bar 9-07.3 err
47 Concrete Curing Materials and Admixtures 9-23
48 Fly Ash 9-23.9
49 Water 9-25
so
0
2 Other materials required shall be as specified in the Special Provisions.
3
4 6-13.3 Construction Requirements
5 Proprietary structural earth wall systems shall be as specified in the Special Provisions.
6
7 6-13.3(1) Quality Assurance
8 The structural earth wall manufacturer shall provide a qualified and experienced
9 representative to resolve wall construction problems as approved by the Engineer. The
10 structural earth wall manufacturer's representative shall be present at the beginning of wall
11 construction activities, and at other times as needed throughout construction.
12 Recommendations made by the structural earth wall manufacturer's representative and
13 approved by the Engineer shall be followed by the Contractor.
14
15 The completed wall shall meet the following tolerances:
r� 16
17 1. Deviation from the design batter and horizontal alignment, when measured along a
18 ten foot straight edge, shall not exceed the following:
19
20 a. Welded wire faced structural earth wall: 2 inches
21
22 b. Precast concrete panel and
23 concrete block faced structural earth wall: 3/4 inch
24
25 2. Deviation from the overall design batter of the wall shall not exceed the following
26 per ten feet of wall height:
27
28 a. Welded wire faced structural earth wall: 1.5 inches
29
30 b. Precast concrete panel and
31 concrete block faced structural earth wall: 1/2 inch
32
33 3. The maximum outward bulge of the face between welded wire faced structural
34 earth wall reinforcement layers shall not exceed two inches. The maximum
35 allowable offset in any precast concrete facing panel joint shall be 3/4 inch. The
36 maximum allowable offset in any concrete block joint shall be 3/8 inch.
37
38 4. The base of the structural earth wall excavation shall be within three inches of the
39 staked elevations, unless otherwise approved by the Engineer.
40
41 5. The external structural earth wall dimensions shall be placed within two inches of
42 that staked on the ground.
43
'�■' 44 6. The backfill reinforcement layers shall be located horizontally and vertically within
45 one inch of the locations shown in the structural earth wall working drawings as
46 approved by the Engineer.
47
48 At least five working days prior to the Contractor beginning any structural earth wall work at
49 the site, a structural earth wall preconstruction conference shall be held to discuss
1 construction procedures, personnel, and equipment to be used, and other elements of
2 structural earth wall construction. Those attending shall include:
3
4 1. (representing the Contractor) The superintendent, on site supervisors, and all
5 foremen in charge of excavation, leveling pad placement, concrete block and soil
6 reinforcement placement, and structural earth wall backfill placement and
7 compaction.
8
9 2. (representing the Structural Earth Wall Manufacturer) The qualified and
10 experienced representative of the structural earth wall manufacturer as specified at
11 the beginning of this Section.
12
13 3. (representing the Contracting Agency) The Project Engineer, key inspection
14 personnel, and representatives from the WSDOT Construction Office and Materials
15 Laboratory Geotechnical Services Branch.
16 No
17 6-13.3(2) Submittals
18 The Contractor, or the supplier as the Contractor's agent, shall furnish to the Engineer a
19 Manufacturer's Certificate of Compliance in accordance with Section 1-06.3, certifying that
20 the structural earth wall materials conform to the specified material requirements. This
21 includes providing a Manufacturer's Certificate of Compliance for all concrete admixtures,
22 cement, fly ash, steel reinforcing bars, reinforcing strips, reinforcing mesh, tie strips,
23 fasteners, welded wire mats, backing mats, construction geotextile for wall facing, drainage
24 geosynthetic fabric, block connectors, and joint materials. The Manufacturer's Certificate of
25 Compliance for geogrid reinforcement shall include the information specified in Section 9-
26 33.4(4) for each geogrid roll, and shall specify the geogrid polymer types for each geogrid '
27 roll.
28
29 A copy of all test results, performed by the Contractor or the Contractor's supplier, which are
30 necessary to assure compliance with the specifications, shall submitted to the Engineer
31 along with each Manufacturer's Certificate of Compliance.
32
33 Before fabrication, the Contractor shall submit a field construction manual for the structural
34 earth walls, prepared by the wall manufacturer, to the Engineer for approval in accordance
35 with Section 6-01.9. This manual shall provide step-by-step directions for construction of ig
36 the wall system.
37
38 The Contractor, or the supplier as the Contractor's agent, shall submit detailed design IN
39 calculations and working drawings to the Engineer for approval in accordance with Section
40 6-01.9.
41
42 The design calculation and working drawing submittal shall include detailed design
43 calculations and all details, dimensions, quantities, and cross-sections necessary to
44 construct the wall. The calculations shall include a detailed explanation of any symbols and
45 computer programs used in the design of the walls. All computer output submitted shall be
46 accompanied by supporting hand calculations detailing the calculation process.
47 irri
48 The design calculations shall be based on the current AASHTO Standard Specifications for
49 Highway Bridges including current interims, and also based on the following:
50
Iry
1 1. The factor of safety for overturning and sliding are 2.0 and 1.5 respectively for
2 AASHTO Load Group I, and 1.5 and 1.1 respectively for AASHTO Load Group VII.
3
4 2. The wall surcharge conditions (backfill slope) shown in the Plans.
5
6 3. If a highway is adjacent to and on top of the wall, a two foot surcharge shall be
7 used in the design.
8
9 4. If the Plans detail a traffic barrier on top of the wall, the barrier and wall shall be
10 capable of resisting a 10,000 pound horizontal load applied at the top of the barrier.
11
12 5. The geotechnical design parameters for the wall shall be as specified in the Special
13 Provisions.
14
15 A minimum of six sets of working drawings shall be fully detailed and shall include, but not
16 be limited to, the following items:
17
18 1. A plan and elevation sheet or sheets for each wall, containing the following:
19
20 a. An elevation view of the wall which shall include the following:
21
22 i. the elevation at the top of the wall, at all horizontal and vertical
23 break points, and at least every 50 feet along the wall;
24
25 ii. elevations at the base of welded wire mats or the top of leveling
26 pads and foundations, and the distance along the face of the wall
27 to all steps in the welded wire mats, foundations and leveling
28 pads;
29
30 iii. the designation as to the type of panel, block, or module;
31
32 iv. the length, size, and number of geogrids or mesh or strips, and
33 the distance along the face of the wall to where changes in
34 length of the geogrids or mesh or strips occur; or
35
36 v. the length, size, and wire sizes and spacings of the welded wire
37 mats and backing mats, and the distance along the face of the
38 wall to where changes in length, size, and wire sizes and
39 spacings of the welded wire mats and backing mats occur; and
40
�r 41 vi. the location of the original and final ground line.
42
43 b. A plan view of the wall which shall indicate the offset from the construction
44 centerline to the face of the wall at all changes in horizontal alignment; the
45 limit of the widest module, geogrid, mesh, strip or welded wire mat, and
46 the centerline of any drainage structure or drainage pipe which is behind
47 or passes under or through the wall.
48
49 c. General notes, if any, required for design and construction of the wall.
50
1 d. All horizontal and vertical curve data affecting wall constructions
2
3 e. A listing of the summary of quantities provided on the elevation sheet of
4 each wall for all items including incidental items.
5
6 f. Cross-section showing limits of construction. In fill sections, the cross-
7 section shall show the limits and extent of select granular backfill material
8 placed above original ground.
9
10 g. Limits and extent of reinforced soil volume.
11
12 2. All details including steel reinforcing bar bending details. Bar bending details shall
13 be in accordance with Section 9-07.1.
14
15 3. All details for foundations and leveling pads, including details for steps in the
16 foundations or leveling pads, as well as allowable and actual maximum bearing
17 pressures for AASHTO Load Groups I and VII.
18
19 4. All modules and facing elements shall be detailed. The details shall show all
20 dimensions necessary to construct the element, all steel reinforcing bars in the
21 element, and the location of reinforcement element attachment devices embedded
22 in the precast concrete facing panel or concrete block.
23
24 5. All details for construction of the wall around drainage facilities, sign, signal,
25 luminaire, and noise barrier wall foundations, and structural abutment and
26 foundation elements shall be clearly shown. '
27
28 6. All details for connections to traffic or pedestrian barriers, coping, parapets, noise
29 barrier walls, and attached lighting shall be shown.
30
31 7. All details for the traffic or pedestrian barrier attached to the top of the wall (if
32 shown in the Plans) including interaction with bridge approach slabs.
33
34 The Contractor shall not begin wall construction (including precast concrete facing panel
35 fabrication) until receiving the Engineer's written approval of the material certifications and
36 test results, design calculations and working drawing submittals.
37
38 6-13.3(3) Excavation and Foundation Preparation ,r
39 Excavation shall conform to Section 2-09.3(4) and to the limits and construction stages
40 shown in the Plans. Foundation soils found to be unsuitable shall be removed and replaced
41 in accordance with Section 2-09.3(1)C. The foundation for the structure shall be graded
42 level for a width equal to or exceeding the length of reinforcing as shown in the structural
43 earth wall working drawings as approved by the Engineer and, for walls with geogrid
44 reinforcing, in accordance with Section 2-12.3. Prior to wall construction, the foundation, if
45 not in rock, shall be compacted as approved by the Engineer.
46
47 At the foundation level of the bottom course of precast concrete facing panels and concrete
48 blocks, an unreinforced concrete leveling pad shall be provided as shown in the Plans. The
49 leveling pad shall be cured a minimum of 12 hours and have a minimum compressive
1 strength of 1500 psi before placement of the precast concrete facing panels or concrete
2 blocks.
3
4 6-13.3(4) Precast Concrete Facing Panel and Concrete Block Fabrication
5 Concrete for precast concrete facing panels shall meet the following requirements:
6
7 1. Have a minimum 28 day compressive strength of 4,000 pounds per square inch,
8 unless otherwise specified in the Special Provisions for specific proprietary wall
9 systems.
10
11 2. Contain a water-reducing admixture meeting AASHTO M 194 Type A, D, F, or G.
12
�. 13 3. Be air-entrained, 6 percent± 1 1/2 percent.
14
15 4. Have a maximum slump of four inches, or six inches if a Type F or G water reducer
16 is used.
17
18 Concrete for dry cast concrete blocks shall meet the following requirements:
19
20 1. Have a minimum 28 day compressive strength of 4,000 psi.
21
22 2. Conform to ASTM C 1372, except as otherwise specified.
23
24 3. The lot of blocks produced for use in this project shall conform to the following
25 freeze-thaw test requirements when tested in accordance with ASTM C 1262.
26 Minimum acceptable performance shall be defined as weight loss at the conclusion
27 of 150 freeze-thaw cycles not exceeding one percent of the block's initial weight for
28 a minimum of four of the five block specimens tested.
29
30 4. The concrete blocks shall have a maximum water absorption of one percent above
31 the water absorption content of the lot of blocks produced and successfully tested
32 for the freeze-thaw test specified in item 3 above.
33
34 Precast concrete facing panels and concrete blocks will be accepted based on successful
35 compressive strength tests and visual inspection. The precast concrete facing panels and
36 concrete blocks shall be considered acceptable regardless of curing age when compressive
37 test results indicate that the compressive strength conforms to the 28-day requirements and
38 when the visual inspection is satisfactorily completed. Testing and inspection of precast
39 concrete facing panels shall conform to Section 6-02.3(28). Testing and inspection of dry
40 cast concrete blocks shall conform to ASTM C 140.
41
42 All precast concrete facing panels shall be five feet square, except:
43
r. 44 1. for partial panels at the top, bottom, and ends of the wall, and
45
46 2. as otherwise shown in the Plans.
47
48 All precast concrete facing panels shall be manufactured within the following tolerances:
49
50 1. All dimensions± 3/16 inch.
1
2 2. Squareness, as determined by the difference between the two diagonals, shall not
3 exceed 1/2 inch.
4
5 3. Surface defects on smooth formed surfaces measured on a length of 5 feet shall
6 not exceed 1/8 inch. Surface defects on textured-finished surfaces measured on a
7 length of five feet shall not exceed 5/16 inch. „
8
9 All concrete blocks shall be manufactured within the following tolerances:
10 r
11 1. Vertical dimensions shall be ± 1/16 inch of the plan dimension, and the rear height
12 shall not exceed the front height.
13
14 2. The dimensions of the grooves in the top and bottom faces of the concrete blocks
15 shall be formed within the tolerances specified by the proprietary wall
16 manufacturer, for the fit required for the block connectors.
17
18 3. All other dimensions shall be± 1/4 inch of the plan dimension.
19
20 Tie attachment devices, except for geosynthetic reinforcement, shall be set in place to the
21 dimensions and tolerances shown in the Plans prior to casting.
22
23 The forms forming precast concrete facing panels, including the forms for loop pockets and
24 access pockets, and the forms forming the concrete blocks, shall be removed in accordance
25 with the recommendations of the wall manufacturer, without damaging the concrete.
26 '
27 The concrete surface for the precast concrete facing panel shall have the finish shown in the
28 Plans for the front face and an unformed finish for the rear face. The rear face of the
29 precast concrete facing panel shall be roughly screeded to eliminate open pockets of
30 aggregate and surface distortions in excess of 1/4 inch.
31
32 The concrete surface for the front face of the concrete block shall be flat, and shall be a
33 conventional "split face" finish in accordance with the wall manufacturer's specifications.
34 The concrete surface of all other faces shall be Class 2 in accordance with Section 6-
35 02.3(14)6. The finish and appearance of the concrete blocks shall also conform to ASTM C
36 1372. The color of the concrete block shall be concrete gray, unless otherwise shown in the
37 Plans.
38
39 The date of manufacture, production lot number, and the piece-mark, shall be clearly
40 marked on the rear face of each precast concrete facing panel, and marked or tagged on
41 each pallet of concrete blocks.
42
43 All precast concrete facing panels and concrete blocks shall be handled, stored, and
44 shipped in accordance with Sections 6-02.3(28)G and 6-02.3(28)H to prevent chipping, ,
45 cracks, fractures, and excessive bending stresses.
46
47 Precast concrete facing panels in storage shall be supported on firm blocking located
48 immediately adjacent to tie strips to avoid bending the tie strips.
49
us 1 6-13.3(5) Precast Concrete Facing Panel and Concrete Block Erection
2 The precast concrete facing panels.shall be placed vertically. During erection, precast
3 concrete facing panels shall be handled by means of a lifting device set into the upper edge
+ ► 4 of the panels.
5
6 Concrete blocks shall be erected in a running bond fashion in accordance with the wall
w�. 7 manufacturer's field construction manual, and may be placed by hand. The top surface of
8 each course of concrete blocks, including all pockets and recesses, shall be cleaned of
9 backfill and all extraneous materials prior to connecting the reinforcing strips or geosynthetic
10 reinforcing, and placing the next course of concrete blocks. Concrete blocks receiving
11 geosynthetic reinforcement shall be connected as specified in the Special Provisions. Cap
12 block top courses shall be bonded to the lower course of concrete blocks as specified
13 below. All other concrete blocks shall be connected with block connectors or pins placed
14 into the connector slots.
15
16 Precast concrete facing panels and concrete blocks shall be placed in successive horizontal
17 lifts as backfill placement proceeds in the sequence shown in the structural earth wall
18 working drawings as approved by the Engineer.
19
20 External bracing is required for the initial lift for precast concrete facing panels.
21
22 As backfill material is placed behind the precast concrete facing panels, the panels shall be
23 maintained in vertical position by means of temporary wooden wedges placed in the joint at
24 the junction of the two adjacent panels on the external side of the wall.
25
rr 26 Reinforcing shall be placed normal to the face of the wall, unless otherwise shown in the
27 Plans or directed by the Engineer. Prior to placement of the reinforcing, backfill shall be
28 compacted.
29
30 Geosynthetic reinforcing shall be placed in accordance with Section 2-12.3 and as follows:
31
32 1. The Contractor shall stretch out the geosynthetic in the direction perpendicular to
33 the wall face to remove all slack and wrinkles, and shall hold the geosynthetic in
34 place with soil piles or other methods as recommended by the geosynthetic
35 manufacturer, before placing backfill material over the geosynthetic to the specified
36 cover.
37
1W 38 2. The geosynthetic reinforcement shall be continuous in the direction perpendicular
39 to the wall face from the back face of the concrete panel to the end of the
40 geosynthetic or to the last geogrid node at the end of the specified reinforcement
AW 41 length. Geosynthetic splices parallel to the wall face will not be allowed.
42
43 At the completion of each course of concrete blocks and prior to installing any block
MW 44 connectors or geosynthetic reinforcement at this level, the Contractor shall check the blocks
45 for level placement in all directions, and shall adjust the blocks by grinding or rear face
46 shimming, or other method as recommended by the structural earth wall manufacturer's
10 47 representative and as approved by the Engineer, to bring the blocks into a level plane.
48
,p
1 For concrete block wall systems receiving a cap block top course, the cap blocks shall be
2 bonded to the lower course with mortar, or with an adhesive capable of bonding the
3 concrete block courses together.
4
5 6-13.3(6) Welded Wire Faced Structural Earth Wall Erection
6 The Contractor shall erect the welded wire wall reinforcement in accordance with the wall
7 manufacturer's field construction manual and as approved by the Engineer. Construction
8 geotextile for wall facing shall be placed between the backfill material within the reinforced
9 zone and the coarse granular material immediately behind the welded wire wall facing, as
10 shown in the Plans and the structural earth wall working drawings as approved by the
11 Engineer.
12 -
13 6-13.3(7) Backfill
14 Backfill placement shall closely follow erection of each course of welded wire mats and
15 backing mats, precast concrete facing panels, or concrete blocks. Backfill shall be placed in
16 such a manner as to avoid any damage or disturbance to the wall materials or misalignment
17 of the welded wire mats and backing mats, precast concrete facing panels, or concrete
18 blocks. Backfill shall be placed in a manner that segregation does not occur.
19
20 The Contractor shall place wall backfill over geosynthetic reinforcement, or construction `
21 geotextile for wall facing, in accordance with Section 2-12.3 and as follows:
22
23 1. The Contractor shall ensure that six inches minimum of backfill shall be between
24 the geogrid reinforcement, or construction geotextile for wall facing, and any
25 construction vehicle or equipment tires or tracks at all times.
26
27 Misalignment or distortion of the precast concrete facing panels or concrete blocks due to
28 placement of backfill outside the limits of this specification shall be corrected in a manner as
29 approved by the Engineer. 'a
30
31 The moisture content of the backfill material prior to and during compaction shall be
32 uniformly distributed throughout each layer of material. The moisture content of all backfill
33 material shall conform to Sections 2-03.3(14)C and 2-03.3(14)D.
34
35 Backfill shall be compacted in accordance with Method C of Section 2-03.3(14)C, except as
36 follows:
37
38 1. The maximum lift thickness after compaction shall not exceed ten inches. r
39
40 2. The Contractor shall decrease this lift thickness, if necessary, to obtain the
41 specified density.
42
43 3. The Contractor shall not use sheepsfoot rollers or rollers with protrusions for
44 compacting backfill reinforced with geosynthetic layers, or for compacing the first
45 lift of backfill above the construction geosynthetic for wall facing for each layer of
46 welded wire mats. Rollers shall have sufficient capacity to achieve compaction
47 without causing distortion to the face of the wall in accordance with the tolerances
48 specified in Section 6-13.3(1).
49
ire
1 4. The Contractor shall compact the zone within three feet of the back of the wall
2 facing panels without causing damage to or distortion of the wall facing elements
3 (welded wire mats, backing mats, construction geotextile for wall facing, precast
4 concrete facing panels, and concrete blocks) by using light mechanical tampers as
5 approved by the Engineer. No soil density tests will be taken within this area.
6
7 5. For wall systems with geosynthetic reinforcement, the minimum compacted backfill
8 lift thickness of the first lift above each geosynthetic reinforcement layer shall be six
9 inches.
,■ 10
11 At the end of each day's operation, the Contractor shall shape the last level of backfill to
12 permit runoff of rainwater away from the wall face. In addition, the Contractor shall not allow
„ 13 surface runoff from adjacent areas to enter the wall construction site.
14
15 Wall materials damaged or disturbed during backfill placement shall be either removed and
16 replaced, or adjusted and repaired, by the Contractor as approved by the Engineer at no
17 additional expense to the Contracting Agency.
18
19 6-13.3(8) Guardrail Placement
20 Where guardrail posts are required, the Contractor shall not begin installing guardrail posts
21 until completing the structural earth wall to the top of wall elevation shown in the Plans. The
22 Contractor shall install the posts in a manner that prevents movement of the precast
23 concrete facing panels or concrete blocks, and prevents ripping, tearing, or pulling of the
24 wall reinforcement.
25
26 The Contractor may cut welded wire reinforcement of welded wire faced structural earth
27 walls to facilitate placing the guardrail posts, but only in the top two welded wire
28 reinforcement layers and only with the approval of the Engineer in a manner that prevents
29 bulging of the wall face and prevents ripping or pulling of the welded wire reinforcement.
30 Holes through the welded wire reinforcement shall be the minimum size necessary for the
31 post. The Contractor shall demonstrate to the Engineer prior to beginning guardrail post
32 installation that the installation method will not rip, tear, or pull the wall reinforcement.
33
34 The Contractor shall place guardrail posts between the reinforcing strips, reinforcing mesh,
35 and tie strips of the non-geosynthetic reinforced precast concrete panel or concrete block
36 faced structural earth walls. Holes through the reinforcement of geosynthetic reinforced
37 walls, if necessary, shall be the minimum size necessary for the guardrail post.
38
39 6-13.3(9) SEW Traffic Barrier and SEW Pedestrian Barrier
40 SEW traffic barrier and SEW pedestrian barrier shall be constructed in accordance with
+r 41 Sections 6-02.3(11)A and 6-10.3(2), and the details in the Plans and in the structural earth
42 wall working drawings as approved by the Engineer:
43
44 6-13.4 Measurement
45 Structural earth wall will be measured by the square foot of completed wall in place. The
46 bottom limits for vertical measurement will be the bottom of the bottom mat, for welded wire
47 faced structural earth walls, or the top of the leveling pad (or bottom of wall if no leveling pad
48 is present) for precast concrete panel or concrete block faced structural earth walls. The top
49 limit for vertical measurement will be the top of wall as shown in the Plans. The horizontal
+.r 50 limits for measurement are from the end of the wall to the end of the wall.
1
2 Backfill for structural earth wall including haul will be measured by the cubic yard in place
3 determined by the limits shown in the Plans.
4 No
5 SEW traffic barrier, and SEW pedestrian barrier will be measured as specified in Section 6-
6 10.4 for cast-in-place concrete barrier.
7 1,
8 Structure excavation Class B, structure excavation Class B including haul, and shoring or
9 extra excavation Class B, will be measured in accordance with Section 2-09.4.
10 16
11 6-13.5 Payment
12 Payment will be made in accordance with Section 1-04.1 for each of the following bid items
13 when they are included in the proposal:
14
15 "Structural Earth Wall", per square foot.
16 All costs in connection with furnishing materials for, and constructing, structural earth
17 walls, including constructing leveling pads when specified, shall be included in the unit
18 contract price per square foot for"Structural Earth Wall".
19
20 "Backfill for Structural Earth Wall Incl. Haul", per cubic yard. "
21 All costs in connection with furnishing and placing backfill for structural earth wall,
22 including hauling and compacting the backfill, and furnishing and placing the wall facing
23 backfill for welded wire faced structural earth walls, shall be included in the unit contract "a
24 price per cubic yard for"Backfill for Structural Earth Wall Incl. Haul".
25
26 "SEW Traffic Barrier", per linear foot. "
27 "SEW Pedestrian Barrier", per linear foot.
28 The unit contract price per linear foot for "SEW _ Barrier" shall be full pay for
29 constructing the barrier on top of the structural earth wall, except that when these bid
30 items are not included in the proposal, all costs in connection with performing the work
31 as specified shall be included in the unit contract price per square foot for "Structural
32 Earth Wall".
33
34 "Structure Excavation Class B", per cubic yard.
35 "Structure Excavation Class B Incl. Haul", per cubic yard.
36 "Shoring Or Extra Excavation Class B", per square foot.
37
38 SECTION 6-14, GEOSYNTHETIC RETAINING WALLS
39 April 4, 2005
40 6-14.1 Description
41 This work consists of constructing geosynthetic retaining walls, including those shown in the
42 Standard Plans.
43 .w
44 6-14.2 Materials
45 Materials shall meet the requirements of the following sections:
46
47 Gravel Borrow For Geosynthetic Retaining Wall 9-03.14(4)
48 Construction Geosynthetic 9-33
49
1 The requirements specified in Section 2-12.2 for geotextiles shall also apply to geosynthetic
2 and geogrid materials used for permanent and temporary geosynthetic retaining walls.
3
4 Other materials required shall be as specified in the Special Provisions.
5
6 6-14.3 Construction Requirements
7 Temporary geosynthetic retaining walls are defined as those walls and wall components
8 constructed and removed or abandoned before the physical completion date of the project
9 or as shown in the Plans. All other geosynthetic retaining walls shall be considered as
10 permanent.
11
12 6-14.3(1) Quality Assurance
40 13 The Contractor shall complete the base of the retaining wall excavation to within plus or
14 minus three inches of the staked elevations unless otherwise directed by the Engineer. The
15 Contractor shall place the external wall dimensions to within plus or minus two inches of that
40 16 staked on the ground. The Contractor shall space the reinforcement layers vertically and
17 place the overlaps to within plus or minus one inch of that shown in the Plans.
18
19 The completed wall(s) shall meet the following tolerances:
' 20
21 Permanent Wall Temporary Wall
22
40 23 Deviation from the design
24 batter and horizontal alignment
25 for the face when measured
' 26 along a ten foot straight edge at
27 the midpoint of each wall layer
28 shall not exceed: 3 inches 5 inches
'w 29
30 Deviation from the overall
31 design batter per ten feet of wall
go 32 height shall not exceed: 2 inches 3 inches
33
34 Maximum outward bulge of
on 35 the face between backfill
36 reinforcement layers shall
37 not exceed: 4 inches 6 inches
09 38
39 6-14.3(2) Submittals
40 A minimum of 14 calendar days prior to beginning construction of each wall the Contractor
ow 41 shall submit detailed plans for each wall in accordance with Section 6-01.9. As a minimum,
42 the submittals shall include the following:
43
+• 44 1. Detailed wall plans showing the actual lengths proposed for the geosynthetic
45 reinforcing layers and the locations of each geosynthetic product proposed for use
46 in each of the geosynthetic reinforcing layers.
47
48 2. The Contractor's proposed wall construction method, including proposed forming
49 systems, types of equipment to be used and proposed erection sequence.
50
1 3. Manufacturer's Certificate of Compliance, samples of the retaining wall
2 geosynthetic and sewn seams for the purpose of acceptance as specified.
3
4 4. Details of geosynthetic retaining wall corner construction, including details of the
5 positive connection between the wall sections on both sides of the corner.
6
7 5. Details of terminating a top layer of retaining wall geosynthetic and backfill due to a
8 changing retaining wall profile.
9
10 Approval of the Contractor's proposed wall construction details and methods shall not
11 relieve the Contractor of their responsibility to construct the walls in accordance with the
12 requirements of these Specifications.
13
14 6-14.3(3) Excavation and Foundation Preparation
15 Excavation shall conform to Section 2-09.3(4), and to the limits and construction stages
16 shown in the Plans. Foundations soils found to be unsuitable shall be removed and
17 replaced in accordance with Section 2-09.3(1)C.
18
19 The Contractor shall direct all surface runoff from adjacent areas away from the retaining
20 wall construction site. `
21
22 6-14.3(4) Erection and Backfill
23 The Contractor shall begin wall construction at the lowest portion of the excavation and shall
24 place each layer horizontally as shown in the Plans. The Contractor shall complete each
25 layer entirely before beginning the next layer.
26
27 Geotextile splices shall consist of a sewn seam or a minimum 1'-0" overlap. Geogrid splices
28 shall consist of adjacent geogrid strips butted together and fastened using hog rings, or
29 other methods approved by the Engineer, in such a manner to prevent the splices from
30 separating during geogrid installation and backfilling. Splices exposed at the wall face shall
31 prevent loss of backfill material through the face. The splicing material exposed at the wall
32 face shall be as durable and strong as the material to which the splices are tied. The
33 Contractor shall offset geosynthetic splices in one layer from those in the other layers such
34 that the splices shall not line up vertically. Splices parallel to the wall face will not be
35 allowed, as shown in the Plans.
36
37 The Contractor shall stretch out the geosynthetic in the direction perpendicular to the wall
38 face to ensure that no slack or wrinkles exist in the geosynthetic prior to backfilling.
39
40 For geogrids, the length of the reinforcement required as shown in the Plans shall be
41 defined as the distance between the geosynthetic wrapped face and the last geogrid node at
42 the end of the reinforcement in the wall backfill.
43
44 The Contractor shall place fill material on the geosynthetic in lifts such that six inches
45 minimum of fill material is between the vehicle or equipment tires or tracks and the
46 geosynthetic at all times. The Contractor shall remove all particles within the backfill
47 material greater than three inches in size. Turning of vehicles on the first lift above the
48 geosynthetic will not be permitted. The Contractor shall not end dump fill material directly
49 on the geosynthetic without the prior approval of the Engineer.
50
1 Should the geosynthetic be damaged or the splices disturbed, the backfill around the
2 damaged or displaced area shall be removed and the damaged strip of geosynthetic
3 replaced by the Contractor at no expense to the Contracting Agency.
• 4
5 The Contractor shall use a temporary form system-to prevent sagging of the geosynthetic
6 facing elements during construction. A typical example of a temporary form system and
7 sequence of wall construction required when using this form are detailed in the Plans. Soil
8 piles or the geosynthetic manufacturer's recommended method, in combination with the
9 forming system shall be used to hold the geosynthetic in place until the specified cover
10 material is placed.
11
12 The Contractor shall place and compact the wall backfill in accordance with the wall
13 construction sequence detailed in the Plans and Method C of Section 2-03.3(14)D, except
14 as follows:
15
16 1. The maximum lift thickness after compaction shall not exceed ten inches
17
18 2. The Contractor shall decrease this lift thickness, if necessary, to obtain the
19 specified density.
20
21 3. Rollers shall have sufficient capacity to achieve compaction without causing
22 distortion to the face of the wall in accordance with Section 6-14.3(1).
23
24 4. The Contractor shall not use sheepsfoot rollers or rollers with protrusions.
25
26 5. The Contractor shall compact the zone within three feet of the back of the wall
27 facing panels without causing damage to or distortion of the wall facing elements
28 (welded wire mats, backing mats, construction geotextile for wall facing, precast
29 concrete facing panels, and concrete blocks) by using light mechanical tampers as
30 approved by the Engineer. No soil density tests will be taken within this area.
31
32 6. For wall systems with geosynthetic reinforcement, the minimum compacted backfill
33 lift thickness of the first lift above each geosynthetic reinforcement layer shall be six
34 inches.
35
36 The Contractor shall construct wall corners at the locations shown in the Plans, and in
37 accordance with the wall corner construction sequence and method submitted by the
• 38 Contractor and approved by the Engineer. Wall angle points with an interior angle of less
39 than 150 degrees shall be considered to be a wall corner. The wall corner shall provide a
40 positive connection between the sections of the wall on each side of the corner such that the
�.. 41 wall backfill material cannot spill out through the corner at any time during the design life of
42 the wall. The Contractor shall construct the wall corner such that the wall sections on both
43 sides of the corner attain the full geosynthetic layer embedment lengths shown in the Plans.
.r 44
45 Where required by retaining wall profile grade, the Contractor shall terminate top layers of
46 retaining wall geosynthetic and backfill in accordance with the method submitted by the
47 Contractor and approved by the Engineer. The end of each layer at the top of the wall shall
48 be constructed in a manner which prevents wall backfill material from spilling out the face of
49 the wall throughout the life of the wall. If the profile of the top of the wall changes at a rate
,, 50 of 1:1 or steeper, this change in top of wall profile shall be considered to be a corner.
1
2 6-14.3(5) Guardrail Placement
3 The Contractor shall install guardrail posts as shown in the Plans after completing the wall,
4 but before the permanent facing is installed. The Contractor shall install the posts in a
5 manner that prevents bulging of the wall face and prevents ripping, tearing, or pulling of the
6 geosynthetic reinforcement. Holes through the geosynthetic reinforcement shall be the
7 minimum size necessary for the post. The Contractor shall demonstrate to the Engineer so
8 prior to beginning guardrail post installation that the installation method will not rip, tear, or
9 pull the geosynthetic reinforcement.
10 go
11 6-14.3(6) Permanent Facing
12 The Contractor shall apply a permanent facing to the surface of all permanent geosynthetic
13 retaining walls as shown in the Plans. Shotcrete facing, if shown in the Plans, shall conform gi
14 to Section 6-18. Concrete fascia panel, if shown in the Plans, shall conform to Section 6-
15 15.3(9).
16 ,0
17 6-14.3(7) Geosynthetic Retaining Wall Traffic Barrier and Geosynthetic
18 Retaining Wall Pedestrian Barrier
19 Geosynthetic wall traffic barrier (single slope and f-shape) and geosynthetic retaining wall
20 pedestrian barrier shall be constructed in accordance with Sections 6-02.3(11)A and 6-
21 10.3(2), and the details in the Plans.
22
23 6-14.4 Measurement
24 Permanent geosynthetic retaining wall and temporary geosynthetic retaining wall will be
25 measured by the square foot of face of completed wall.
26
27 Borrow for geosynthetic retaining wall backfill will be measured as specified in Section 2-
28 03.4.
29
30 Shotcrete facing and concrete fascia panel will be measured by the square foot surface area
31 of the completed facing or fascia panel, measured to the neat lines of the facing or panel as
32 shown in the Plans.
33
34 Geosynthetic wall single slope traffic barrier, geosynthetic wall f-shape traffic barrier, and
35 geosynthetic retaining wall pedestrian barrier will be measured as specified in Section 6-
36 10.4 for cast-in-place concrete barrier.
37
38 Structure excavation Class B, structure excavation Class B including haul, and shoring or
39 extra excavation Class B, will be measured in accordance with Section 2-09.4.
40
41 6-14.5 Payment "
42 Payment will be made in accordance with Section 1-04.1 for each of the following bid items
43 when they are included in the proposal:
44
45 "Geosynthetic Retaining Wall", per square foot.
46 `Temporary Geosynthetic Retaining Wall", per square foot.
47 All costs in connection with constructing the temporary or permanent geosynthetic
48 retaining wall as specified shall be included in the unit contract price per square foot for
49 "Geosynthetic Retaining Wall" and `Temporary Geosynthetic Retaining Wall", including
"* 1 compaction of the backfill material and furnishing and installing the temporary forming
2 system.
3
4 "Borrow for Geosynthetic Wall Incl. Haul", per ton or per cubic yard.
5 All costs in connection with furnishing and placing backfill material for temporary or
6 permanent geosynthetic retaining walls as specified shall be included in the unit
• 7 contract price per ton or per cubic yard for"Borrow for Geosynthetic Wall Incl. Haul".
8
9 "Concrete Fascia Panel", per square foot.
w 10 All costs in connection with constructing the concrete fascia panels as specified shall be
11 included in the unit contract price per square foot for"Concrete Fascia Panel", including
12 all steel reinforcing bars, premolded joint filler, polyethylene bond breaker strip, joint
we 13 sealant, pvc pipe for weep holes, exterior surface finish, and pigmented sealer (when
14 specified).
15
00 16 Shotcrete facing will be paid for in accordance with Section 6-18.5.
17
18 "Geosynthetic Wall Single Slope Traffic Barrier', per linear foot.
19 "Geosynthetic Wall F-Shape Traffic Barrier', per linear foot.
20 "Geosynthetic Retaining Wall Pedestrian Barrier", per linear foot.
21 The unit contract price per linear foot for "Geosynthetic Wall Single Slope Traffic
22 Barrier', "Geosynthetic Wall F-Shape Traffic Barrier", and "Geosynthetic Retaining Wall
23 Pedestrian Barrier' shall be full pay for constructing the barrier on top of the
24 geosynthetic retaining wall.
25
26 "Structure Excavation Class B", per cubic yard.
27 "Structure Excavation Class B Incl. Haul", per cubic yard.
28 "Shoring Or Extra Excavation Class B", per square foot.
29
30 SECTION 6-15, SOIL NAIL WALLS
31 April 5, 2004
32 6-15.1 Description
33 This work consists of constructing soil nail walls.
34
35 6-15.2 Materials
36 Materials shall meet the requirements of the following section:
37
38 Prefabricated Drainage Mat 9-33.2(3)
39
40 Other materials required, including materials for soil nails, shall be as specified in the
41 Special Provisions.
42
*� 43 6-15.3 Construction Requirements
44
45 6-15.3(1) General Description
46 Soil nailing shall consist of excavating to the layer limits shown in the Plans, drilling holes at
47 the specified angle into the native material, placing and grouting epoxy coated or
48 encapsulated steel reinforcing bars (soil nails) in the drilled holes, placing prefabricated
wy 49 drainage material and steel reinforcement, and applying a shotcrete facing over the steel
1 reinforcement. After completing the wall to full height, the Contractor shall construct the
2 concrete fascia panels as shown in the Plans.
3
4 All proprietary items used in the soil nailed structure shall be installed in accordance with the
5 manufacturer's recommendations. In the event of a conflict between the manufacturer's
6 recommendations and these specifications, these specifications shall prevail.
7 rrr
8 6-15.3(2) Contractor's Experience Requirements
9 The Contractor or Subcontractor performing this work shall have completed at least five
10 projects, within the last five years, involving construction of retaining walls using soil nails or
11 ground anchors or shall have completed the construction of two or more projects totaling at
12 least 15,000 square feet of retaining wall with a minimum total of 500 soil nails or ground
13 anchors.
14
15 The Contractor shall assign an engineer with at least three years of experience in the design
16 and construction of permanently anchored or nailed structures to supervise the work. The
17 Contractor shall not use consultants or manufacturer's representatives in order to meet the
18 requirements of this section. Drill operators and on-site supervisors shall have a minimum
19 of one year experience installing permanent soil nails or ground anchors.
20
21 Contractors or Subcontractors that are specifically prequalified in Class 36 work will be
22 considered to have met the above experience requirements.
23
24 6-15.3(3) Submittals
25 Work shall not begin on any soil nail wall system until the Engineer has approved all of the
26 required submittals. The Contractor shall submit the following information in accordance
27 with Section 6-01.9 not less than 30 calendar days prior to the start of wall excavation.
28
29 1. A brief description of each project satisfying the Contractors Experience
30 Requirements with the Owner's name and current phone number (this item is
31 not required if the Contractor or Subcontractor is prequalified in Class 36).
32
33 2. A list identifying the following personnel assigned to this project and their
34 experience with permanently anchored or nailed structures:
35
36 a. Supervising Engineer
37
38 b. Drill Operators
39
40 c. On-site Supervisors who will be assigned to the project.
41
42 3. The proposed detailed construction procedure which includes:
43
44 a. Proposed method(s) of excavation of the soil and/or rock.
45
46 b. A plan for the removal and control of groundwater encountered during
47 excavation, drilling, and other earth moving activities. Include a list of the
48 equipment used to remove and control groundwater.
49
50 c Proposed drilling methods and equipment.
VW 1
2 d. Proposed hole diameter(s).
3
++ 4 e. Proposed method of soil nail installation.
5
6 f. Grout mix design and procedures for placing the grout.
vpw 7
8 g. Shotcrete mix design with compressive strength test results.
9
wr 10 h. Procedures for placing the shotcrete (include placement in conditions
11 when ground water is encountered).
12
13 i. Encapsulation system for additional corrosion protection selected for the
14 soil nails and anchorages requiring encapsulation.
15
16 4. Detailed working drawings of the method proposed for the soil nail testing which
17 includes:
18
19 a. All necessary drawings and details to clearly describe the proposed
20 system of jacking support, framing, and bracing to be used during testing.
21
22 b. Calibration data for each load cell, test jack, pressure gauge, stroke
23 counter on the grout pump, and master gauge to be used. The calibration
24 tests shall have been performed by an independent testing laboratory,
25 and tests shall have been performed within 60 calendar days of the date
26 submitted. Testing or work shall not commence until the Engineer has
27 approved the load cell, jack, pressure gage, and master pressure gauge
28 calibrations.
29
30 5. Certified mill test results and typical stress-strain curves along with samples from
31 each heat, properly marked, for the soil nail steel. The typical stress-strain curve
32 shall be obtained by approved standard practices. The guaranteed ultimate
33 strength, yield strength, elongation, and composition shall be specified.
34
35 6-15.3(4) Preconstruction Conference
36 A soil nail preconstruction conference shall be held at least five working days prior to the
37 Contractor beginning any permanent soil nail work at the site to discuss construction
38 procedures, personnel and equipment to be used. The list of materials specified on the
39 Record of Materials Form (ROM) for this item of work will also be discussed. Those
40 attending shall include:
+• 41
42 1. (representing the Contractor) The superintendent, on site supervisors, and all
43 foremen in charge of excavating the soil face, drilling the soil nail hole, placing the
.. 44 soil nail and grout, placing the shotcrete facing, and tensioning and testing the soil
45 nail.
46
47 2. (representing the Contracting Agency) The Project Engineer, key inspection
48 personnel, and representatives from the WSDOT Construction Office and Materials
49 Laboratory Geotechnical Services Branch.
50
�ww
1 If the Contractor's key personnel change, or if the Contractor proposes a significant revision
2 of the approved permanent soil nail installation plan, an additional conference shall be held
3 before any additional permanent soil nail operations are performed.
4
5 6-15.3(5) Earthwork
6 The ground contour above the wall shall be established to its final configuration and
7 backslope as shown in the Plans prior to beginning excavation of the soil for the first row of
8 soil nails. All excavation shall conform to Section 2-03.
9
10 The excavation shall proceed from the top down in a horizontal lift sequence with the ground
11 level excavated no more than 3 feet below the elevation of the row of nails to be installed in
12 that lift. The excavated vertical wall face should not be left open more than 24 hours for any
13 reason. A lift shall not be excavated until the nail installation and reinforced shotcrete
14 placement for the preceding lift has been completed and accepted. After a lift is excavated,
15 the cut surface shall be cleaned of all loose materials, mud, rebound, and other foreign
16 matter that could prevent or reduce shotcrete bond.
17
18 The accuracy of the ground cut shall be such that the required thickness of shotcrete can be
19 placed within a tolerance of plus or minus 2 inches from the defined face of the wall, and
20 overexcavation does not damage overlying shotcrete sections by undermining or other
21 causes.
22
23 The Contractor should review the geotechnical recommendations report prepared for this
24 project for further information on the soil conditions at the location of each wall. Copies of
25 the geotechnical recommendations report are available for review by prospective bidders at
26 the location identified in the Special Provisions.
27
28 6-15.3(6) Soil Nailing
29 The Contractor shall not handle and transport the encapsulated soil nails until the
30 encapsulation grout has reached sufficient strength to resist damage during handling. The
31 Contractor shall handle the encapsulated soil nails in such a manner to prevent large
32 deflections or distortions during handling. When handling or transporting encapsulated soil
33 nails, the Contractor shall provide slings or other equipment necessary to prevent damage
34 to the soil nails and the corrosion protection. The Engineer may reject any encapsulated
35 nail which is damaged during transportation or handling. Damaged or defective
36 encapsulation shall be repaired in accordance with the manufacturer's recommendations
37 and as approved by the Engineer.
38
39 Soil nails shall be handled and sorted in such a manner as to avoid damage or corrosion.
40 Prior to inserting a soil nail in the drilled hole, the Contractor and the Engineer will examine
41 the soil nail for damage. If, in the opinion of the Engineer, the epoxy coating or bar has
42 been damaged, the nail shall be repaired. If, in the opinion of the Engineer, the damage is
43 beyond repair, the soil nail shall be rejected.
44
45 If, in the opinion of the Engineer, the epoxy coating can be repaired, the Contractor shall
46 patch the coating with an Engineer approved patching material.
47
48 Nail holes shall be drilled at the locations shown in the Plans or as staked by the Engineer.
49 The nails shall be positioned plus or minus 6 inches from the theoretical location shown in
50 the Plans. The Contractor shall select the drilling method and the grouting pressure used
1 for the installation of the soil nail. The drill hole shall be located so that the longitudinal axis
2 of the drill hole and the longitudinal axis of the nail are parallel. At the point of entry the soil
3 nail shall be installed within plus or minus three degrees of the inclination from horizontal
�. 4 shown in the Plans, and the nail shall be within plus or minus three degrees of a line drawn
5 perpendicular to the face of the wall unless otherwise shown in the Plans.
6
wr 7 Water or other liquids shall not be used to flush cuttings during drilling, but air may be used.
8 After drilling, the nail shall be installed and fully grouted before placing the shotcrete facing.
9 The nail shall be inserted into the drilled hole with centralizers to the desired depth in such
10 a manner as to prevent damage to the drilled hole, sheathing or epoxy during installation.
11 The centralizers shall provide a minimum of 0.5 inches of grout cover over the soil nail and
12 shall be spaced no further than eight feet apart. When the soil nail cannot be completely
13 inserted into the drilled hole without difficulty, the Contractor shall remove the nail from the
14 drilled hole and clean or redrill the hole to permit insertion. Partially inserted soil nails shall
15 not be driven or forced into the hole. Subsidence, or any other detrimental impact from
16 drilling shall be cause for immediate cessation of drilling and repair of all damages in a
17 manner approved by the Engineer at no additional cost to the Contracting Agency.
18
19 If caving conditions are encountered, no further drilling will be allowed until the Contractor
20 selects a method to prevent ground movement. The Contractor may use temporary casing.
21 The Contractor's method to prevent ground movement shall be approved by the Engineer.
22 The casings for the nail holes, if used, shall be removed as the grout is being placed.
23
24 Where necessary for stability of the excavation face, a sealing layer of shotcrete may be
25 placed before drilling is started, or the Contractor shall have the option of drilling and
26 grouting of nails through a stabilizing berm of native soil at the face of the excavation. The
27 stabilizing berm shall extend horizontally from the soil face and from the face of the
28 shotcrete a minimum distance of one foot, and shall be cut down from that point at a safe
29 slope, no steeper than 1 H:1 V unless approved by the Engineer. The berm shall be
30 excavated to final grade after installation and full length grouting of the nails. Nails
31 damaged during berm excavation shall be repaired or replaced by the Contractor, to the
32 satisfaction of the Engineer, at no added cost to the Contracting Agency.
33
34 If sections of the wall are constructed at different times than the adjacent soil nail sections,
35 the Contractor shall use stabilizing berms, temporary slopes, or other measures, as
36 approved by the Engineer, to prevent sloughing or failure of the adjacent soil nail sections.
37
.. 38 If cobbles and boulders are encountered at the soil face during excavation, the Contractor
39 shall remove all cobbles and boulders that protrude from the soil face into the design wall
40 section and fill the void with shotcrete. All shotcrete used to fill voids created by removal of
..► 41 cobbles and boulders shall be incidental to shotcrete facing.
42
43 The grout equipment shall produce a grout free of lumps and undispersed cement. A
44 positive displacement grout pump shall be used. The pump shall be equipped with a
45 pressure gauge near the discharge end to monitor grout pressures. The pressure gauge
46 shall be capable of measuring pressures of at least 150 psi or twice the actual grout
47 pressures used by the Contractor, whichever is greater. The grouting equipment shall be
48 sized to enable the grout to be pumped in one continuous operation. The mixer shall be
49 capable of continuously agitating the grout.
50
wr
1 The grout shall be injected from the lowest point of the drilled hole. The grout shall be 10
2 pumped through grout tubes after insertion of the soil nail. The quantity of the grout and the
3 grout pressures shall be recorded. The grout pressures and grout takes shall be controlled
4 to prevent excessive ground heave. 16
5
6 6-15.3(7) Shotcrete Facing -
7 Prior to placing any shotcrete on an excavated layer, the Contractor shall vertically center w0
8 prefabricated drainage mat between the columns of nails as shown in the Plans. The
9 prefabricated drainage mat shall be installed in accordance with the manufacturer's
10 recommendations. The permeable drain side shall be placed against the exposed soil face. 16
11 The prefabricated drainage mat shall be installed after each excavation lift and shall be
12 hydraulically connected with the prefabricated drainage mat previously placed, such that the
13 vertical flow of water is not impeded. The Contractor shall tape all joints in the prefabricated
14 drainage mat to prevent shotcrete intrusion during shotcrete application.
15
16 The Contractor shall place steel reinforcing bars and welded wire fabric, and apply the
17 shotcrete facing in accordance with Section 6-18 and the details shown in the Plans.
18
19 The shotcrete shall be constructed to the minimum thickness as shown in the Plans. Costs
20 associated with additional thickness of shotcrete due to overexcavation or irregularities in
21 the cut face shall be borne by the Contractor.
22
23 Each soil nail shall be secured at the shotcrete facing with a steel plate as shown in the
24 Plans. The plate shall be seated on a wet grout pad of a pasty consistency similar to that of
25 mortar for brick-laying. The nut shall then be sufficiently tightened to achieve full bearing
26 surface behind the plate. After the shotcrete and grout have had time to gain the specified
27 strength, the nut shall be tightened with at least 100 foot-pounds of torque.
28
29 6-15.3(8) Soil Nail Testing and Acceptance
30 Both verification and proof testing of the nails is required. The Contractor shall supply all
31 materials, equipment, and labor to perform the tests. The Contractor shall submit all test
32 data to the Engineer. 96
33
34 The testing equipment shall include a dial gauge or vernier scale capable of measuring to
35 0.001 inch of the ground anchor movement. A hydraulic jack and pump shall be used to 11
36 apply the test load. The movement-measuring device shall have a minimum travel equal to
37 the theoretical elastic elongation of the total nail length plus 1 inch. The dial gauge or
38 vernier scale shall be aligned so that its axis is within 5 degrees from the axis of the nail and di
39 shall be monitored with a reference system that is independent of the jacking system and
40 excavation face.
41
42 The jack and pressure gauge shall be calibrated by an independent testing laboratory as a
43 unit. Each load cell, test jack and pressure gauge, grout pump stroke counter, and master
44 gauge, shall be calibrated as specified in Section 6-15.3(3) item 4b. Additionally, the 0
45 Contractor shall not use load cells, test jacks and pressure gauges, grout pump stroke
46 counters, and master gauges, greater than 60 calendar days past their most recent
47 calibration date, until such items are re-calibrated by an independent testing laboratory.
48
49 The pressure gauge shall be graduated in 100 psi increments or less. The pressure gauge
50 will be used to measure the applied load. The pressure gauge shall be selected to place the
to
'WO 1 maximum test load within the middle two-thirds of the range of the gauge. The ram travel of
2 the jack shall not be less than the theoretical elastic elongation of the total length at the
3 maximum test load plus 1 inch. The jack shall be independently supported and centered
w. 4 over the nail so that the nail does not carry the weight of the jack. The Contractor shall have
5 a second calibrated jack pressure gauge at the site. Calibration data shall provide a specific
6 reference to the jack and the pressure gauge.
wr 7
8 The loads on the nails during the verification and proof tests shall be monitored to verify
9 consistency of load—defined as maintaining the test load within five percent of the specified
,., 10 value. Test loads less than 20,000 pounds shall be monitored by the jack pressure gauge.
11 Test loads equal to or greater than 20,000 pounds shall be monitored with an electric or
12 hydraulic load cell. The Contractor shall provide the load cell, the readout device, and a
13 recent calibration curve. The load cell shall be selected to place the maximum test load
14 within the middle two-thirds of the range of the load cell. The stressing equipment shall be
15 placed over the nail in such a manner that the jack bearing plates, load cell and stressing
16 anchorage are in alignment.
17
18 Nails to be tested shall be initially grouted no closer to the excavation face than the
,. 19 dimension shown in the Plans. After placing the grout, the nail shall remain undisturbed
20 until the grout has reached a strength sufficient to provide resistance during testing.
21 Grouting to the excavation face shall be completed after successful testing has been
22 performed. Test nails which are not part of the permanent wall may be left in the ground,
23 provided the drill holes for the nails are completely filled with grout or non-structural filler
24 after testing.
25
26 Load testing shall be performed against a temporary bearing yoke or reaction frame which
27 bears directly against the existing soil or the shotcrete facing. Temporary bearing pads shall
28 be kept a minimum of 12 inches from the edges of the drilled hole unless a rigid steel plate
29 is used to distribute the stress around the drilled hole. If a steel plate is used, it shall be a
30 minimum of 3 feet square and of sufficient thickness that it will distribute the load evenly to
31 the soil. Where the reaction frame bears directly against the shotcrete, the reaction frame
32 shall be designed to prevent fracture of the shotcrete. No part of the reaction frame shall
33 bear within 12 inches of the edge of the test nail blockout unless otherwise approved by the
34 Engineer.
35
36 6-15.3(8)A Verification Testing
37 Verification testing shall be performed on nails installed within the pattern of production nails
w. 38 to verify the Contractor's procedures, hole diameter, and design assumptions. No drilling or
39 installation of production nails will be permitted in any ground/rock unit unless successful
40 verification testing of anchors in that unit has been completed and approved by the
41 Engineer, using the same equipment, methods, nail inclination, nail length, and hole
42 diameter as planned for the production nails. Changes in the drilling or installation method
43 may require additional verification testing as determined by the Engineer and shall be done
"0 44 at no additional expense to the Contracting Agency. Verification tests may be performed
45 prior to excavation for the soil nail wall.
46
47 Successful verification tests are required within the limits as specified in the Special
48 Provisions. Test nail locations within these limits shall be at locations selected by the
49 Engineer.
50
1 The design details of the verification testing, including the system for distributing test load
2 pressures to the excavation surface and appropriate nail bar size and reaction plate, shall
3 be developed by the Contractor, subject to approval by the Engineer. The intent is to stress
4 the bond between the grout and the surrounding soil/rock to at least twice the design load
5 transfer.
6
7 The bar shall be proportioned such that the maximum stress at 200 percent of the test load
8 does not exceed 80 percent of the yield strength of the steel. The jack shall be positioned at
9 the beginning of the test such that unloading and repositioning of the jack during the test will
10 not be required. The verification tests shall be made by incrementally loading the nails in
11 accordance with the following schedule of hold time:
12
13 AL 1 minute
14 0.25TL 10 minutes
15 0.50TL 10 minutes
16 0.75TL 10 minutes
17 1.00TL 10 minutes
18 1.25TL 10 minutes
19 1.50TL 60 minutes
20 1.75TL 10 minutes
21 2.00TL 10 minutes
22 AL = Nail Alignment Load
23 TL = Nail Test Load
24
25 The test load shall be determined by the following equation = Test Load (TL) = Bond
26 Length (BL) X Design Load Transfer (DLT). '
27
28 The load shall be applied in increments of 25 percent of the test load. Each load increment
29 shall be held for at least 10 minutes. Measurement of nail movement shall be obtained at 40
30 each load increment. The load-hold period shall start as soon as the load is applied and the
31 nail movement with respect to a fixed reference shall be measured and recorded at 1
32 minute, 2, 3, 5, 6, 10, 20, 30, 50, and 60 minutes. ww
33
34 The Engineer will evaluate the results of each verification test and make a determination of
35 the suitability of the test and of the Contractor's proposed production nail design and
36 installation system. Tests which fail to meet the design criteria will require additional
37 verification testing or an,approved revision to the Contractor's proposed production nail
38 design and installation system. If a nail fails in creep, retesting will not be allowed.
39
40 A verification tested nail with a 60 minute load hold at 1.50TL is acceptable if:
41
42 1. The nail carries the test load with a creep rate that does not exceed 0.08 inch per
43 log cycle of time and is at a linear or decreasing creep rate.
44
45 2. The total movement at the test load exceeds 80 percent of the theoretical elastic
46 elongation of the non-bonded length.
47
48 Furthermore, a pullout failure shall not occur for the verification test anchor at the 2.OTL
49 maximum load. Pullout failure load is defined as the load at which attempts to increase the
�• 1 test load result only in continued pullout movement of the test nail without a sustainable
2 increase in the test load.
3
�.. 4 The nails used for verification tests shall be sacrificial and shall not be used for production.
5 The Contractor shall cut and remove the exposed end of all soil nails used for verification
6 tests a minimum of two feet inside the finished groundline.
7
8 6-15.3(8)B Proof Testing
9 Proof tests shall be performed on production nails at the locations selected by the Engineer.
10 Up to five percent of the production nails will be tested. Prior to testing, only the bond length
11 (BL) portion of the nail shall be grouted. The Contractor shall maintain the side-wall stability
12 of the drill hole for the non-grouted portion during the test. Once proof testing is completed,
13 the remainder of the proof tested nail shall be grouted. The bond length shall be determined
14 from the Nail Schedule and Test Nail Detail shown in the Plans.
15
16 Proof tests shall be performed by incrementally loading the nail in accordance with the
17 schedule below. The anchor movement shall be measured and recorded to the nearest
18 0.001 inch with respect to an independent fixed reference point in the same manner as for
19 the verification tests at the alignment load and at each increment of load. The load shall be
20 monitored in accordance with Section 6-15.3(8). The scheduling of hold times shall be as
21 follows:
22
23 AL 1 minute
24 0.25TL 5 minutes
25 0.50TL 5 minutes
26 0.75TL 5 minutes
27 1.00TL 5 minutes
28 1.25TL 5 minutes
29 1.50TL 10 minutes
30 AL = Nail Alignment Load
31 TL = Nail Test Load
32
33 The maximum load in a proof test shall be held for 10 minutes. The load hold period shall
34 start as soon as the maximum load is applied and the nail movement with respect to an
35 independent fixed reference shall be measured and recorded at 1, 2, 3, 4, 5, 6, and 10
36 minutes. The nail movement between 1 minute and 10 minutes shall not exceed 0.04
37 inches. If the nail movement between 1 and 10 minutes exceeds 0.04 inches, the maximum
•�+ 38 load shall be held an additional 50 minutes. If the load hold is extended, the nail movement
39 shall be recorded at 20, 30, 50, and 60 minutes. If a nail fails in creep, retesting will not be
40 allowed.
,. 41
42 A proof tested nail is acceptable if:
43
44 1. The nail carries the maximum load with less than 0.04 inches of movement
45 between 1 minute and 10 minutes, unless the load hold extended to 60 minutes, in
46 which case the nail would be acceptable if the creep rate does not exceed 0.08
47 inches per log cycle of time.
48
49 2. The total movement at the maximum load exceeded 80 percent of the theoretical
50 elastic elongation of the non-bonded length.
1
2 3 The creep rate is not increasing with time during the load hold period.
3
4 Due to the requirement for a non-bonded zone for testing purposes, the Contractor shall
5 develop an installation method which will assure the stability of the non-bonded portion of
6 the hole during testing and will allow for the non bonded zone to be grouted against the
7 ground after testing. to
8
9 If a proof test fails, the Engineer may direct the Contractor to replace some or all of the
10 installed production nails between the failed test and an adjacent proof test nail that has met
11 the test criteria. The Engineer may also require additional proof testing. All additional proof
12 tests, and all installation of additional or modified nails, shall be performed at no additional
13 expense to the Contracting Agency.
14
15 6-15.3(9) Concrete Fascia Panels
16 The Contractor shall construct the concrete fascia panels in accordance with Section 6-02 to
17 and the details in the Plans. The concrete fascia panels shall be cured in accordance with
18 the Section 6-02.3(11) requirements specified for retaining walls. The Contractor shall
19 provide the specified surface finish as noted, and to the limits shown, in the Plans to the
20 exterior concrete surface. When noted in the Plans, the Contractor shall apply pigmented "
21 sealer to the limits shown in the Plans.
22 to
23 Asphalt or cement concrete gutter shall be constructed as shown in the Plans and as
24 specified in Section 8-04.
25
26 6-15.4 Measurement "
27 Prefabricated drainage mat will be measured by the square yard of material furnished and
28 installed.
29 is
30 Soil nails will be measured per each for each soil nail installed and accepted.
31
32 The soil nail verification testing program will not be measured but will be paid for on a lump
33 sum basis.
34
35 Shotcrete facing and concrete fascia panel will be measured by the square foot surface area to
36 of the completed facing or fascia panel, measured to the neat lines of the facing or panel as
37 shown in the Plans.
38 0
39 6-15.5 Payment
40 Payment will be made in accordance with Section 1-04.1 for each of the following bid items
41 when they are included in the proposal: Mir
42
43 "Soil Nail — Epoxy Coated", per each.
44 "Soil Nail — Encapsulated", per each. so
45 All costs in connection with furnishing and installing the soil nails as specified shall be
46 included in the unit contract price per each for "Soil Nail - _", including all drilling,
47 grouting, centralizers, bearing plates, welded shear connectors, nuts, proof testing, and
48 other work required for installation of each soil nail.
49
50 "Prefabricated Drainage Mat", per square yard.
2 "Soil Nail Verification Test', lump sum.
3
�. 4 "Concrete Fascia Panel", per square foot.
5 All costs in connection with constructing the concrete fascia panels as specified shall be
6 included in the unit contract price per square foot for"Concrete Fascia Panel", including
7 all steel reinforcing bars, premolded joint filler, polyethylene bond breaker strip, joint
8 sealant, pvc pipe for weep holes, exterior surface finish, and pigmented sealer (when
9 specified).
w 10
11 Shotcrete facing will be paid for in accordance with Section 6-18.5.
12
13 Unless otherwise specified, all costs in connection with excavation in front of the back face
14 of the shotcrete facing shall be included in the unit contract price per cubic yard for
15 "Roadway Excavation" or"Roadway Excavation Incl. Haul" as specified in Section 2-03.5.
16
17 SECTION 6-16, SOLDIER PILE AND SOLDIER PILE TIEBACK WALLS
18 April 4, 2005
19 6-16.1 Description
20 This work consists of constructing soldier pile walls and soldier pile tieback walls.
21
22 6-16.2 Materials
23 Materials shall meet the requirements of the following sections:
24
25 Controlled Density Fill 2-09.3(1)E
26 Cement 9-01
27 Aggregates for Portland Cement Concrete 9-03.1
28 Gravel Backfill 9-03.12
29 Premolded Joint Filler 9-04.1(2)
30 Welded Shear Studs 9-06.15
31 Steel Reinforcing Bar 9-07.2
32 Epoxy-Coated Steel Reinforcing Bar 9-07.3
33 Paints 9-08
34 Timber Lagging 9-09.2
35 Preservative Treatment for Timber Lagging 9-09.3(1)
36 Soldier Piles 9-10.5
37 Concrete Curing Materials and Admixtures 9-23
38 Fly Ash 9-23.9
39 Water 9-25
40 Prefabricated Drainage Mat 9-33.2(3)
41
42 Other materials required shall be as specified in the Special Provisions.
43
44 6-16.3 Construction Requirements
45
46 6-16.3(1) Quality Assurance
47 The steel soldier piles shall be placed so that the center line of the pile at the top is within 1
48 inch of the plan location. The steel soldier pile shall be plumb, to within 0.5 percent of the
"" 49 length based on the total length of the pile.
w
2 Welding, repair welding, and welding inspection shall conform to the Section 6-03.3(25)
3 requirements for welding, repair welding, and welding inspection for all other steel
4 fabrication. air
5
6 6-16.3(2) Submittals
7 The Contractor shall submit shop plans as specified in Section 6-03.3(7) for all structural
8 steel, including the steel soldier piles and the permanent ground anchors to the Engineer for
9 approval.
10
11 The Contractor shall submit the permanent ground anchor grout mix design and the
12 procedures for placing the grout to the Engineer for approval. -
13
14 The Contractor shall submit forming plans for the concrete fascia panels, as specified in
15 Sections 6-02.3(16) and 6-02.3(17), to the Engineer for approval.
16
17 1. Where the lateral pressure from concrete placement, as specified in Section 6-
18 02.3(17)J, is less than or equal to the design earth pressure, the Contractor may
19 tie forms directly to the soldier piles.
20
21 2. Where the lateral pressure from concrete placement, as specified in Section 6-
22 02.3(17)J, is greater than the design earth pressure, the Contractor shall follow one
23 of the following procedures:
24
25 a. Tie the forms to strongbacks behind the lagging, or use some other
26 system that confines the pressure from concrete placement between the
27 lagging and the form panels, in addition to the ties to the soldier piles.
28
29 b. Reduce the rate of placing concrete to reduce the pressure from concrete
30 placement to less than or equal to the design earth pressure in addition to
31 the ties to the soldier piles.
32
33 c. Follow a procedure with a combination of a. and b.
34
35 3. The Contractor shall design the forms for an appropriate rate of placing concrete
36 so that no cold joints occur, considering the wall thickness and height, and volume
37 of concrete to be.placed.
38
39 The Contractor shall submit four copies of a shaft installation plan in accordance with
40 Section 6-01.9 not less than 30 calendar days prior to the beginning of shaft construction.
41 In preparing the submittal, the Contractor shall reference the available subsurface data
42 provided in the contract test hole boring logs and the geotechnical report(s) prepared for this
43 project. This plan shall provide at least the following information:
44 ►
45 1. An overall construction operation sequence and the sequence of shaft
46 construction.
47
48 2. List, description, and capacities of proposed equipment including but not limited to
49 cranes, drills, augers, bailing buckets, final cleaning equipment, and drilling units.
50 The narrative shall describe why the equipment was selected, and describe
A" 1 equipment suitability to the anticipated site and subsurface conditions. The
2 narrative shall include a project history of the drilling equipment demonstrating the
3 successful use of the equipment on shafts of equal or greater size in similar
MW 4 soil/rock conditions.
5
6 3. Details of shaft excavation methods including proposed drilling methods, methods
+w• 7 for cleanout of the shafts, disposal plan for excavated material and drilling slurry (if
8 applicable), and a review of method suitability to the anticipated site and
9 subsurface conditions.
,. 10
11 4. Details of the method(s) to be used to ensure shaft stability (i.e., prevention of
12 caving, bottom heave, etc. using temporary casing, slurry, or other means) during
13 excavation and concrete placement. This shall include a review of method
14 suitability to the anticipated site and subsurface conditions. If temporary casings
15 are proposed, casing dimensions and detailed procedures for casing installation
,r,,,, 16 and removal shall be provided. If slurry is proposed, detailed procedures for
17 mixing, using, maintaining, and disposing of the slurry shall be provided. A detailed
18 mix design, and a discussion of its suitability to the anticipated subsurface
w 19 conditions shall also be provided for the proposed slurry.
20
21 5. Details of soldier pile placement including internal support bracing and
22 centralization methods.
23
24 6. Details of concrete placement including proposed operational procedures for
25 pumping and/or tremie methods.
` 26
27 7. Details of the device used to prevent unauthorized entry into a shaft excavation.
28
"M 29 8. The method to be used to form the horizontal construction joint at the top elevation
30 specified for concrete Class 4000P in the shaft.
31
32 Work shall not begin until the appropriate submittals have been approved in writing by the
33 Engineer.
34
35 6-16.3(3) Shaft Excavation
36 Shafts shall be excavated to the required depth as shown in the Plans. The minimum
37 diameter of the shaft shall be as shown in the Plans. The excavation shall be completed in
�. 38 a continuous operation using equipment capable of excavating through the type of material
39 expected to be encountered.
40
.� 41 The Contractor may use temporary telescoping casing to construct the shafts.
42
43 If the shaft excavation is stopped the shaft shall be secured by installation of a safety cover.
•w 44 It shall be the Contractor's responsibility to ensure the safety of the shaft and surrounding
45 soil and the stability of the side walls. A temporary casing, slurry, or other methods
46 specified in the shaft installation plan as approved by the Engineer shall be used if
W 47 necessary to ensure such safety and stability.
48
1 Where caving in conditions are encountered, no further excavation will be allowed until the
2 Contractor has implemented the method to prevent ground caving as submitted in
3 accordance with item 4 of the Shaft Installation Plan and as approved by the Engineer.
4
5 No more than 2 inches of loose or disturbed material, for soldier piles with permanent
6 ground anchors, nor more than 12 inches of loose or disturbed material, for soldier piles
7 without permanent ground anchors, shall be present at the bottom of the shaft just prior to
8 beginning concrete placement.
9
10 The excavated shaft shall be inspected and approved by the Engineer prior to proceeding
11 with construction.
12
13 When obstructions are encountered, the Contractor shall notify the Engineer promptly. An VO
14 obstruction is defined as a specific object (including, but not limited to, boulders, logs, and
15 man made objects) encountered during the shaft excavation operation which prevents or
16 hinders the advance of the shaft excavation. When efforts to advance past the obstruction
17 to the design shaft tip elevation result in the rate of advance of the shaft drilling equipment
18 being significantly reduced relative to the rate of advance for the rest of the shaft
19 excavation, then the Contractor shall remove the obstruction under the provisions of Section
20 6-16.5 as supplemented in the Special Provisions. The method of removal of such
21 obstructions, and the continuation of excavation shall be as proposed by the Contractor and
22 approved by the Engineer.
wfY
23
24 Excavation of shafts shall not commence until a minimum of 12 hours after the shaft backfill
25 for the adjacent shafts has been placed.
26
27 The temporary casings for the shafts shall be removed. A minimum 5 foot head of concrete
28 shall be maintained to balance the soil and water pressure at the bottom of the casing. The
29 casing shall be smooth.
30
31 6-16.3(4) Installing Soldier Piles
32 Soldier piles, if spliced, shall conform to all requirements of Section 6-05.3(6).
33
34 The prefabricated steel soldier piles shall be lowered into the drilled shafts and secured in
35 position. Concrete cover over the soldier pile shall be 1 inch minimum.
36
37 The steel soldier piles and attachments shall be shop painted after fabrication to the limits
38 shown in the Plans with one coat of inorganic zinc primer. Application of the one coat of
39 primer shall be in accordance with Section 6-07. The welded shear studs may be attached
40 before or after painting. Paint damaged by welding shear studs in place does not require
41 repair.
42
43 6-16.3(5) Backfilling Shaft
44 The excavated shaft shall be backfilled with either controlled density fill (CDF), lean
45 concrete, or concrete Class 4000P, as shown in the Plans.
46
47 Placement of the shaft backfill shall commence immediately after completing the shaft 06
48 excavation and receiving the Engineer's approval of the excavation. Concrete Class 4000P
49 and lean concrete shall be placed in one continuous operation to the elevation shown in the
go
low 1 Plans. CDF shall be placed in one continuous operation to the top of the shaft. Vibration of
2 shaft backfill is not required.
3
"w 4 If water is not present, the shaft backfill shall be deposited by a method which prevents
5 segregation of aggregates. The shaft backfill shall be placed such that the free-fall is
6 vertical down the shaft without hitting the sides of the soldier pile or the excavated shaft.
7 The Contractor's method for depositing the shaft backfill shall have approval of the Engineer
8 prior to the placement of the shaft backfill.
9
10 If water is present, the shaft backfill shall be deposited in accordance with Section 6-
11 02.3(6)6.
12
�.► 13 6-16.3(6) Installing Timber Lagging and Permanent Ground Anchors
14 The excavation and removal of CDF and lean concrete for the lagging installation shall
15 proceed in advance of the lagging. The bottom of the excavation in front of the wall shall be
16 level. Excavation shall conform to Section 2-03.
17
18 For walls without permanent ground anchors, the bottom of excavation shall be not more
19 than three feet below the bottom level of the timber lagging already installed. For walls with
20 permanent ground anchors, the bottom of excavation shall be not more than 3 feet below
21 tieback anchor level until all permanent ground anchors at that level are installed and
22 stressed. Installing, stressing, and testing the permanent ground anchors shall be in
23 accordance with Section 6-17 and the construction sequence specified in the Plans.
24
25 Unless otherwise specified, timber lagging in walls with concrete fascia panels shall be
26 untreated. Timber lagging for all other walls shall be treated.
27
28 The lagging shall be installed from the top of the pile proceeding downward. The timber
29 lagging shall make direct contact with the soil. Voids shall be filled with gravel backfill for
30 walls, which shall be considered incidental to the installation of the timber lagging.
31
32 Where timber lagging and backfill are above the existing or excavated groundline, the
33 lagging and backfill shall be placed concurrently. The backfill layers shall be placed in
34 accordance with Section 2-03.3(14) except that all layers shall be compacted to 90 percent
"" 35 of maximum density.
36
37 6-16.3(7) Prefabricated Drainage Mat
Ow 38 For walls with concrete fascia panels, prefabricated drainage mat shall be installed full
39 height of the concrete fascia panel and full width between soldier pile flanges, unless
40 otherwise shown in the Plans.
"" 41
42 The prefabricated drainage mat shall be attached to the lagging in accordance with the
43 manufacturer's recommendations. The fabric side shall face the lagging. Splicing of the
°*r 44 prefabricated drainage mat shall be in accordance with the manufacturer's
45 recommendations.
46
47 The Contractor shall ensure the hydraulic connection of the prefabricated drainage mat to
48 the previously installed material so that the vertical flow of water is not impeded.
49
1 The Contractor shall tape all joints in the prefabricated drainage mat to prevent concrete a
2 intrusion during concrete fascia panel construction.
3
4 6-16.3(8) Concrete Fascia Panel 0
5 The Contractor shall construct the concrete fascia panels as shown in the Plans, and in
6 accordance with the forming plan as approved by the Engineer. The concrete fascia panels
7 shall be cured in accordance with the Section 6-02.3(11) requirements specified for retaining 00
8 walls.
9
10 The Contractor shall provide the specified surface finish as noted, and to the limits shown, in go
11 the Plans to the exterior concrete surface. When noted in the Plans, the Contractor shall
12 apply pigmented sealer to the limits shown in the Plans.
13 rwr
14 Asphalt or cement concrete gutter shall be constructed as shown in the Plans.
15
16 6-16.4 Measurement
17 Soldier pile shaft construction will be measured by the linear foot of shaft excavated below
18 the top of ground line for the shaft, defined as the highest existing ground point within the
19 shaft diameter.
20
21 Furnishing soldier pile will be measured by the linear foot of pile assembly specified in the
22 Proposal, including adjustments to the Plan quantity made in accordance with Section 1-
+Mr
23 04.4.
24
25 Timber lagging will be measured by the thousand board feet measure (MBM) installed. The
26 quantity will be computed using the nominal thickness and width dimensions of the timber
27 lagging members, and the center to center spacing of the soldier piles as the length
28 dimension.
29
30 Prefabricated drainage mat will be measured by the square yard of material furnished and
31 installed.
32
33 Concrete fascia panel will be measured by the square foot surface area of the completed
34 fascia panel, measured to the neat lines of the panel as shown in the Plans.
35
36 6-16.5 Payment
37 Payment will be made in accordance with Section 1-04.1 for each of the following bid items
38 when they are included in the proposal:
39
40 "Shaft - _ Diameter', per linear foot.
41 All costs in connection with constructing soldier pile shafts shall be included in the unit 40
42 contract price per linear foot for "Shaft - _ Diameter", including shaft excavation,
43 temporary casing if used, CDF, lean concrete, concrete Class 4000P, and installing the
44 soldier pile assembly. 0
45
46 "Furnishing Soldier Pile - _", per linear foot.
47 All costs in connection with furnishing soldier pile assemblies shall be included in the at
48 unit contract price per linear foot for "Furnishing Soldier Pile -_", including fabricating
49 and painting the pile assemblies. Payment will be made based on the quantity
50 specified in the Proposal unless changes are made to this quantity in accordance with
1 Section 1-04.4, in which case the quantity specified in the Proposal will be adjusted by
2 the amount of the change and will be paid for in accordance with Section 1-04.4.
3
4 `Timber Lagging", per MBM.
5 All costs in connection with furnishing and installing timber lagging shall be included in
6 the unit contract price per MBM for `Timber Lagging", including preservative treatment
r 7 when specified, and filling voids behind the lagging with gravel backfill for wall.
8
9 "Prefabricated Drainage Mat", per square yard.
�,. 10
11 "Concrete Fascia Panel", per square foot.
12 All costs in connection with constructing the concrete fascia panels as specified shall be
13 included in the unit contract price per square foot for "Concrete Fascia Panel', including
14 all steel reinforcing bars, premolded joint filler, polyethylene bond breaker strip, joint
15 sealant, pvc pipe for weep holes, exterior surface finish, and pigmented sealer (when
16 specified).
17
18 Unless otherwise specified, all costs in connection with non-shaft excavation, including all
19 excavation required for placement of timber lagging, shall be included in the unit contract
20 price per cubic yard for "Roadway Excavation" or "Roadway Excavation Incl. Haul' as
21 specified in Section 2-03.5.
22
23 SECTION 6-17, PERMANENT GROUND ANCHORS
24 April 5, 2004
25 6-17.1 Description
26 This work consists of constructing permanent ground anchors.
27
28 6-17.2 Materials
29 Materials required, including materials for permanent ground anchors, shall be as specified
30 in the Special Provisions.
`�` 31
32 6-17.3 Construction Requirements
33 The Contractor shall select the ground anchor type and the installation method, and
34 determine the bond length and anchor diameter. The Contractor shall install ground
35 anchors that will develop the load indicated in the Plans and verified by tests specified in
36 Sections 6-17.3(8)A, 6-17.3(8)6, and 6-17.3(8)C.
37
38 6-17.3(1) Definitions
39 Anchor Devices: The anchorhead wedges or nuts which grip the prestressing steel.
40
41 Bearing Plate: The steel plate which evenly distributes the ground anchor force to the
42 structure.
43
44 Bond Length: The length of the ground anchor which is bonded to the ground and transmits
45 the tensile force to the soil or rock.
46
47 Ground Anchor: A system, referred to as a tieback or as an anchor, used to transfer tensile
48 loads to soil or rock. A ground anchor includes all prestressing steel, anchorage devices,
49 grout, coatings, sheathings and couplers if used.
2 Maintaining Consistency of Load: Maintaining the test load within five percent of the
3 specified value.
4
5 Minimum Guaranteed Ultimate Tensile Strength (MUTS): The minimum guaranteed
6 breaking load of the prestressing steel as defined by the specified standard.
7 ►
8 Tendon Bond Length: The length of the tendon which is bonded to the anchor grout.
9
10 Tendon Unbonded Length: The length of the tendon which is not bonded to the anchor
11 grout.
12
13 Total Anchor Length: The unbonded length plus the tendon bond length.
14
15 6-17.3(2) Contractor Experience Requirements
16 The Contractor or Subcontractor performing this work shall have installed permanent ground
17 anchors for a minimum of three years. Prior to the beginning of construction, the Contractor
18 shall submit a list containing at least five projects on which the Contractor has installed
19 permanent ground anchors. A brief description of each project and a reference shall be
20 included for each project listed. As a minimum, the reference shall include an individual's
21 name and current phone number.
22
23 The Contractor shall assign an engineer to supervise the work with at least three years of
24 experience in the design and construction of permanently anchored structures. The
25 Contractor shall not use consultants or manufacturer's representatives in order to meet the
26 requirements of this section. Drill operators and on-site supervisors shall have a minimum
27 of one year experience installing permanent ground anchors.
28
29 Contractors or Subcontractors that are specifically prequalified in Class 36 work will be
30 considered to have met the above experience requirements.
31
32 The Contractor shall allow up to 15 calendar days for the Engineer's review of the to
33 qualifications and staff as noted above. Work shall not be started on any anchored wall
34 system nor materials ordered until approval of the Contractor's qualifications are given.
35 "o
36 6-17.3(3) Submittals
37 The Contractor shall submit working drawings and structural design calculations in
38 accordance with Section 6-01.9 for the ground anchor system or systems intended for use. Ni
39
40 The Contractor shall submit a detailed description of the construction procedure proposed
41 for use to the Engineer for approval.
42
43 The Contractor shall submit a ground anchor schedule giving:
44
45 1. Ground anchor number
46 2. Ground anchor design load
47 3. Type and size of tendon
48 4. Minimum total bond length
49 5. Minimum anchor length
50 6. Minimum tendon bond length
"t 1 7. Minimum unbonded length
2
3 The Contractor shall submit working drawings of the ground anchor tendon and the
�.. 4 corrosion protection system. Include details of the following:
5
6 1. Spacers and their location
7 2. Centralizers and their location
8 3. Unbonded length corrosion protection system, including the permanent rubber seal
9 between the trumpet and the tendon unbonded length corrosion protection.
.■. 10 4. Bond length corrosion protection system
11 5. Anchorage and trumpet
12 6. Anchorage corrosion protection system
13 7. Anchors using non-restressable anchorage devices
14
15 The Contractor shall submit shop plans as specified in Section 6-03.3(7) for all structural
16 steel, including the permanent ground anchors to the Engineer for review and approval.
17
18 The Contractor shall submit the grout mix designs and the procedures for placing the grout
*W 19 to the Engineer for approval. The Contractor shall also submit the methods and materials
20 used in filling the annulus over the unbonded length of the anchor.
21
Q, 22 The Contractor shall submit five copies of detailed working drawings in accordance with
23 Section 6-01.9 for the method proposed to be followed for the permanent ground anchor
24 testing to the Engineer for approval prior to the tests. This shall include all necessary
25 drawings and details to clearly describe the method proposed.
26
27 The Contractor shall submit to the Engineer calibration data for each load cell, test jack,
28 pressure gauge and master pressure gauge to be used. The calibration tests shall have
` 29 been performed by an independent testing laboratory and tests shall have been performed
30 within 60 calendar days of the date submitted. The Engineer shall approve or reject the
31 calibration data after receipt of the data. Testing shall not commence until the Engineer has
to 32 approved the load cell, jack, pressure gauge and master pressure gauge calibrations.
33
34 Work shall not begin until the appropriate submittals have been approved in writing by the
"` 35 Engineer.
36
37 6-17.3(4) Preconstruction Conference
38 A permanent ground anchor preconstruction conference shall be held at least five working
39 days prior to the Contractor beginning any permanent ground anchor work at the site to
40 discuss construction procedures, personnel, and equipment to be used. The list of materials
41 specified on the Record of Materials Form (ROM) for this item of work will also be
42 discussed. Those attending shall include:
43
44 1. (representing the Contractor) The superintendent, on site supervisors, and all
45 foremen in charge of drilling the ground anchor hole, placing the permanent ground
46 anchor and grout, and tensioning and testing the permanent ground anchor.
+r 47
48 2. (representing the Contracting Agency) The Project Engineer, key inspection
49 personnel, and representatives from the WSDOT Construction Office and Materials
.. 50 Laboratory Geotechnical Services Branch.
1 �
2 If the Contractor's key personnel change, or if the Contractor proposes a significant revision
3 of the approved permanent ground anchor installation plan, an additional conference shall
4 be held before any additional permanent ground anchor operations are performed.
5
6 6-17.3(5) Tendon Fabrication
7 The tendons can be either shop or field fabricated. The tendon shall be fabricated as shown
8 in the approved shop plans.
9
10 The Contractor shall select the type of tendon to be used. The tendon shall be sized so the
11 design load does not exceed 60 percent of the minimum guaranteed ultimate tensile
12 strength of the tendon. In addition, the tendon shall be sized so the maximum test load
13 does not exceed 80 percent of the minimum guaranteed ultimate tensile strength of the
14 tendon.
15
16 The Contractor shall be responsible for determining the bond length and tendon bond length
17 necessary to develop the design load indicated in the Plans in accordance with Sections 6-
18 17.3(8)A, 6-17.3(8)6, and 6-17.3(8)C. The minimum bond length shall be ten feet in rock
19 and 15 feet in soil.
�r
20
21 When the Plans require the tendon bond length to be encapsulated, the tendon bond length
22 portion of the tendon shall be corrosion protected by encapsulating the tendon in a grout-
23 filled PE or PVC tube as specified in Section 6-17.2 as supplemented in the Special '
24 Provisions. The tendons can be grouted inside the encapsulation prior to inserting the
25 tendon in the drill hole or after the tendon has been placed in the drill hole. Expansive
26 admixtures can be mixed with the encapsulation grout if the tendon is grouted inside the
27 encapsulation while outside the drill hole. The tendon shall be centralized within the bond
28 length encapsulation with a minimum of 0.20 inches of grout cover. Spacers shall be used
29 along the tendon bond length of multi-element tendons to separate the elements of the
30 tendon so the prestressing steel will bond to the encapsulation grout.
31
32 Centralizers shall be used to provide a minimum of 0.5 inches of grout cover over the + ►
33 tendon bond length encapsulation. Centralizers shall be securely attached to the
34 encapsulation and the center-to-center spacing shall not exceed ten feet. In addition, the
35 upper centralizer shall be located a maximum of five feet from the top of the tendon bond
36 length and the lower centralizer shall be located a maximum of one foot from the bottom of
37 the tendon bond length.
38
39 The centralizer shall be able to support the tendon in the drill hole and position the tendon
40 so a minimum of 0.5 inches of grout cover is provided and shall permit free flow of grout.
41
42 Centralizers are not required on encapsulated, pressure-injected ground anchor tendons if
43 the ground anchor is installed in coarse grained soils (more than 50 percent of the soil larger
44 than the number 200 sieve) using grouting pressures greater than 150 psi.
45
46 Centralizers are not required on encapsulated, hollow-stem-augered ground anchor tendons
47 if the ground anchor is grouted through and the hole is maintained full of a stiff grout (eight-
48 inch slump or less) during extraction of the auger.
49
«. 1 The minimum unbonded length of the tendon shall be the greater of 15 feet or that indicated
2 in the Plans.
3
• 4 Corrosion protection of the unbonded length shall be provided by a sheath completely filled
5 with corrosion inhibiting grease or grout. If grease is used under the sheath, provisions shall
6 be made to prevent the grease from escaping at the ends of the sheath. The grease shall
w 7 completely coat the tendon and fill the voids between the tendon and the sheath. The
8 working drawings shall show how the Contractor will provide a transition between the tendon
9 bond length and the unbonded tendon length corrosion protection.
10
11 If the sheath is not fabricated from a smooth tube, a separate bondbreaker shall be
12 provided. The bondbreaker shall prevent the tendon from bonding to the anchor grout
13 surrounding the tendon unbonded length.
14
15 The total anchor length shall not be less than that indicated in the Plans or the approved
16 working drawings.
17
18 Anchorage devices shall be capable of developing 95 percent of the minimum guaranteed
19 ultimate tensile strength of the prestressing steel tendon. The anchorage devices shall
` 20 conform to the static strength requirements of Section 3.1 of the Post Tensioning Institute
21 "Specification for Unbonded Single Strand Tendons, First Edition - 1993".
22
23 Non-restressable anchorage devices may be used except where indicated in the Plans.
24
25 Restressable anchorages shall be provided on those ground anchors that require reloading.
26 The post-tensioning supplier shall provide a restressable anchorage compatible with the
27 post-tensioning system provided.
28
29 The bearing plates shall be sized so the bending stresses in the plate do not exceed the
30 yield strength of the steel when a load equal to 95 percent of the minimum guaranteed
31 ultimate tensile strength of the tendon is applied, and the average bearing stress on the
OW 32 concrete does not exceed that recommended in Section 3.1.3 of the Post Tensioning
33 Institute, "Specification For Unbonded Single Strand Tendons, First Edition - 1993".
34
+w 35 The trumpet shall have an inside diameter equal to or larger than the hole in the bearing
36 plate. The trumpet shall be long enough to accommodate movements of the structure
37 during testing and stressing. For strand tendons with encapsulation over the unbonded
O. 38 length, the trumpet shall be long enough to enable the tendon to make a transition from the
39 diameter or the tendon in the unbonded length to the diameter of the tendon at the
40 anchorhead without damaging the encapsulation. Trumpets filled with corrosion-inhibiting
V. 41 grease shall have a permanent rubber seal, as approved by the Engineer, provided between
42 the trumpet and the tendon unbonded length corrosion protection. Trumpets filled with grout
43 shall have a temporary seal provided between the trumpet and the tendon unbonded length
44 corrosion protection or the trumpet shall overlap the tendon unbonded length corrosion
45 protection.
46
47 6-17.3(6) Tendon Storage And Handling
48 Tendons shall be handled and stored in such a manner as to avoid damage or corrosion.
49 Damage to the prestressing steel as a result of abrasions, cut, nicks, welds and weld
50 splatter will be cause for rejection by the Engineer. The prestressing steel shall be
ww
1 protected if welding is to be performed in the vicinity. Grounding of welding leads to the
2 prestressing steel is forbidden. Prestressing steel shall be protected from dirt, rust, and
3 deleterious substances. A light coating of rust on the steel is acceptable. If heavy corrosion
4 or pitting is noted, the Engineer will reject the affected tendons.
5
6 The Contractor shall use care in handling and storing the tendons at the site. Prior to
7 inserting a tendon in the drill hole, the Contractor and the Engineer will examine the tendon
8 for damage to the encapsulation and the sheathing. If, in the opinion of the Engineer, the
9 encapsulation is damaged, the Contractor shall repair the encapsulation in accordance with
10 the tendon supplier's recommendations and as approved by the Engineer. If, in the opinion
11 of the Engineer, the smooth sheathing has been damaged, the Contractor shall repair it with
12 ultra high molecular weight polyethylene (PE) tape. The tape shall be spiral wound around
13 the tendon so as to completely seal the damaged area. The pitch of the spiral shall ensure
14 a double thickness at all points.
15
16 6-17.3(7) Installing Permanent Ground Anchors
17 The Contractor shall select the drilling method, the grouting procedure, and the grouting
18 pressure used for the installation of the ground anchor.
19
20 When caving conditions are encountered, no further drilling will be allowed until the
21 Contractor selects a method to prevent ground movement. The Contractor may use a
22 temporary casing. The Contractor's method to prevent ground movement shall be approved
23 by the Engineer. The casings for the anchor holes, if used, shall be removed. The drill hole '
24 shall be located so the longitudinal axis of the drill hole and the longitudinal axis of the
25 tendon are parallel. The ground anchor shall not be drilled in a location that requires the
26 tendon to be bent in order to enable the bearing plate to be connected to the supported
27 structure. At the point of entry the ground anchor shall be installed within plus or minus
28 three degrees of the inclination from horizontal shown in the Plans or the approved working
29 drawings. The ground anchors shall not extend beyond the right of way limits.
30
31 The tendon shall be inserted into the drill hole to the desired depth. When the tendon
32 cannot be completely inserted without difficulty, the Contractor shall remove the tendon from err
33 the drill hole and clean or redrill the hole to permit insertion. Partially inserted tendons shall
34 not be driven or forced into the hole.
35
36 The Contractor shall use a grout conforming to Section 6-17.2 as supplemented in the
37 Special Provisions.
38
39 The grout equipment shall produce a grout free of lumps and undispersed cement. A
40 positive displacement grout pump shall be used. The pump shall be equipped with a
41 pressure gauge near the discharge end to monitor grout pressures. The pressure gauge
42 shall be capable of measuring pressures of at least 150 psi or twice the actual grout
43 pressures used by the Contractor, whichever is greater. The grouting equipment shall be
44 sized to enable the grout to be pumped in one continuous operation. The mixer shall be
45 capable of continuously agitating the grout.
46
47 The grout shall be injected from the lowest point of the drill hole. The grout may be pumped
48 through grout tubes, casing, or drill rods. The grout can be placed before or after insertion
49 of the tendon. The quantity of the grout and the grout pressures shall be recorded. The
1 grout pressures and grout takes shall be controlled to prevent excessive heave in soils or
2 fracturing of rock formations.
3
4 After grouting, the tendon shall not be loaded for a minimum of 3 days.
5
6 No grout shall be placed above the top of the bond length during the time the bond length
• 7 grout is placed. The grout at the top of the drill hole shall not contact the back of the
8 structure or the bottom of the trumpet. Except as otherwise noted, only nonstructural filler
9 shall be placed above the bond length grout prior to testing and acceptance of the anchor.
10 The Contractor may place structural grout above the bond length grout prior to testing and
11 acceptance of the anchor subject to the following conditions:
12
13 1. The anchor unbonded length shall be increased by eight feet minimum.
14
15 2. The grout in the unbonded zone shall not be placed by pressure grouting methods.
16
17 The corrosion protection surrounding the unbonded length of the tendon shall extend up
18 beyond the bottom seal of the trumpet or one foot into the trumpet if no trumpet seal is
19 provided. If the protection does not extend beyond the seal or sufficiently far enough into
20 the trumpet, the Contractor shall extend the corrosion protection or lengthen the trumpet.
21
22 The corrosion protection surrounding the no load zone length of the tendon shown in the
23 Plans shall not contact the bearing plate or the anchorhead during testing and stressing. If
24 the protection is too long, the Contractor shall trim the corrosion protection to prevent
25 contact.
26
27 The bearing plate and anchorhead shall be placed so the axis of the tendon and the drill
28 hole are both perpendicular to the bearing plate within plus or minus three degrees and the
29 axis of the tendon passes through the center of the bearing plate.
30
31 The trumpet shall be completely filled with corrosion inhibiting grease or grout. Trumpet
32 grease can be placed anytime during construction. Trumpet grout shall be placed after the
33 ground anchor has been tested. The Contractor shall demonstrate to the Engineer that the
34 procedure selected by the Contractor for placement of either grease or grout produces a
35 completely filled trumpet.
36
37 All anchorages permanently exposed to the atmosphere shall be covered with a corrosion
�r 38 inhibiting grease-filled or grout-filled cover. The Contractor shall demonstrate to the
39 Engineer that the procedures selected by the Contractor for placement of either grease or
40 grout produces a completely filled cover. If the Plans require restressable anchorages,
41 corrosion inhibiting grease shall be used to fill the anchorage cover and trumpet.
42
43 6-17.3(8) Testing And Stressing
44 Each ground anchor shall be tested. The test load shall be simultaneously applied to the
45 entire tendon. Stressing of single elements of multi-element tendons will not be permitted.
46 Test data will be recorded by the Engineer.
47
48 The testing equipment shall consist of a dial gauge or vernier scale capable of measuring to
49 0.001 inches shall be used to measure the ground anchor movement. The movement-
. 50 measuring device shall have a minimum travel equal to the theoretical elastic elongation of
1 the total anchor length plus 1 inch. The dial gauge or vernier scale shall be aligned so that to
2 its axis is within 5 degrees from the axis of the tieback. A hydraulic jack and pump shall be
3 used to apply the test load. The jack and pressure gauge shall be calibrated by an
4 independent testing laboratory as a unit. Each load cell, test jack and pressure gauge, and do
5 master pressure gauge, shall be calibrated as specified in Section 6-17.3(3). Additionally,
6 the Contractor shall not use load cells, test jacks and pressure gauges, and master pressure
7 gauges, greater than 60 calendar days past their most recent calibration date, until such
8 items are re-calibrated by an independent testing laboratory.
9
10 The pressure gauge shall be graduated in 100-psi increments or less. The pressure gauge
11 will be used to measure the applied load. The pressure gauge shall be selected to place the
12 maximum test load within the middle two-thirds of the range of the gauge. The ram travel of
13 the jack shall not be less than the theoretical elastic elongation of the total anchor length at
14 the maximum test load plus one inch. The jack shall be independently supported and
15 centered over the tendon so that the tendon does not carry the weight of the jack. The
16 Contractor shall have a second calibrated jack pressure gauge at the site. Calibration data
17 shall provide a specific reference to the jack and the pressure gauge.
18
19 The loads on the tiebacks during the performance and verification tests shall be monitored
20 to verify consistency of load as defined in Section 6-17.3(1). Test loads less than 20,000 '
21 pounds shall be monitored by the jack pressure gauge. Test loads equal to or greater than
22 20,000 pounds shall be monitored with an electric or hydraulic load cell. The Contractor
23 shall provide the load cell and a readout device. The load cell shall be selected to place the
24 maximum test load within the middle two-thirds of the range of the load cell. The stressing
25 equipment shall be placed over the ground anchor tendon in such a manner that the jack,
26 bearing plates, load cell and stressing anchorage are in alignment. '
27
28 6-17.3(8)A Verification Testing
29 Verification tests shall be performed to verify the design of the anchor system. These
30 ground anchor test results shall verify the Contractor's design and be approved by the
31 Engineer prior to ordering anchor material for the tieback retaining walls. The tests shall be
32 performed on sacrificial test anchors. A minimum of two successful verification tests shall +
33 be conducted. The locations shall be close to the anchor location of the production anchors.
34 The test locations shall be selected by the Contractor and approved by the Engineer.
35
36 The drilling method, anchor diameter, and depth of anchorage for the test anchor shall be
37 identical as for the production anchors. The no-load zone shall be backfilled prior to
38 withdrawing the casing. +
39
40 The anchor tested shall be loaded to 200 percent of the design load (DL). The prestressing
41 tendon shall be proportioned such that the maximum stress does not exceed 80 percent of
42 the ultimate strength of the steel. The jack shall be positioned at the beginning of the test
43 such that unloading and repositioning of the jack during the test will not be required.
44 +
45 The verification tests shall be made by incrementally loading the anchors in accordance with
46 the following schedule.
47
48 AL - Anchor Alignment Load
49 DL -Anchor Design Load
50 rrr
Load Hold Time
2
3 AL 1 Min.
4 0.25DL 10 Min.
5 0.50DL 10 Min.
6 0.75DL 10 Min.
�• 7 1.00DL 10 Min.
8 1.25DL 10 Min.
9 1.50DL 60 Min.
«�. 10 1.75DL 10 Min.
11 2.00DL 10 Min.
12 AL 1 Min.
,■. 13
14 The test load shall be applied in increments of 25 percent of the design load. Each load
15 increment shall be held for at least 10 minutes. Measurement of anchor movement shall be
16 obtained at each load increment. The load-hold period shall start as soon as the test load is
17 applied and the anchor movement, with respect to a fixed reference, shall be measured and
18 recorded at 1 minute, 2, 3, 4, 5, 6, 10, 15, 20, 25, 30, 45, and 60 minutes.
19
20 The verification test will be considered successful if the anchor meets the criteria for a
21 performance tested ground anchor in Section 6-17.3(9), and in addition, a pull-out failure
22 does not occur at the 2.ODL maximum load.
23
24 The Engineer will give the Contractor a written order concerning ground anchor construction
25 within seven working days after completion of the verification tests. This written order will
26 either confirm the bond lengths as shown in the Contractor's plans for ground anchors or
27 reject the anchors based upon the result of the verification tests.
28
29 6-17.3(8)6 Performance Testing
30 Performance tests shall be done in accordance with the following procedures. Five percent
31 of the ground anchors or a minimum of three ground anchors, whichever is greater, shall be
32 performance tested. The Engineer shall select the ground anchors to be performance
33 tested. The first production anchor shall be performance tested.
34
#AM 35 The performance test shall be made by incrementally loading and unloading the ground
36 anchor in accordance with the following schedule. The load shall be raised from one
37 increment to another immediately after a deflection reading.
"" 38
39 Performance Test Schedule
40
s' 41 Load Load
42
43 AL AL
lo. 44 0.25DL 0.25DL
45 AL 0.50DL
46 0.25DL 0.75DL
47 0.50DL 1.001DL
48 AL 1.25DL
49 0.25DL AL
No 50 0.50DL 0.25DL
low
OW
1 0.751DL 0.50DL
2 AL 0.751DL
3 0.251DL 1.00DL
4 0.50DL 1.251DL
5 0.75DL 1.50DL
6 1.00DL AL
7 Jack to lock-off load 1
8
9 Where: AL - is the alignment load DL - is the anchor design load.
10
11 The maximum test load in a performance test shall be held for ten minutes. The load-hold
12 period shall start as soon as the maximum test load is applied and the anchor movement,
13 with respect to a fixed reference, shall be measured and recorded at 1 minute, 2, 3, 4, 5, 6, *r
14 and 10 minutes. If the anchor movement between one minute and ten minutes exceeds
15 0.04 inches, the maximum test load shall be held for an additional 50 minutes. If the load
16 hold is extended, the anchor movement shall be recorded at 15 minutes, 20, 25, 30, 45, and
17 60 minutes. If an anchor fails in creep, retesting will not be allowed. All anchors not
18 performance tested shall be proof tested.
19
20 6-17.3(8)C Proof Testing
21 Proof tests shall be performed by incrementally loading the ground anchor in accordance
22 with the following schedule. The load shall be raised from one increment to another
23 immediately after a deflection reading. The anchor movement shall be measured and
24 recorded to the nearest 0.001 inches with respect to an independent fixed reference point at
25 the alignment load and at each increment of load. The load shall be monitored with a
26 pressure gauge. At load increments other than the maximum test load, the load shall be
27 held just long enough to obtain the movement reading.
28
29 Proof Test Schedule
30
31 Load Load
32
33 AL 1.00DL
34 0.251DL 1.25DL
35 0.50DL 1.50DL
36 0.75DL Jack to lock-off load
37
38 Where: AL - is the alignment load + +
39 DL- is the anchor design load
40
41 The maximum test load in a proof test shall be held for ten minutes. The load-hold period as
42 shall start as soon as the maximum test load is applied and the anchor movement with
43 respect to a fixed reference shall be measured and recorded at 1 minute, 2, 3, 4, 5, 6, and
44 10 minutes. If the anchor movement between one minute and ten minutes exceeds 0.04
45 inches, the maximum test load shall be held of an additional 50 minutes. If the load hold is
46 extended, the anchor movements shall be recorded at 15 minutes, 20, 25, 30, 45, and 60
47 minutes. If an anchor fails in creep, retesting will not be allowed.
48
wrr
err
'"" 1 6-17.3(9) Permanent Ground Anchor Acceptance Criteria
2 A performance or proof tested ground anchor with a ten minute load hold is acceptable if
3 the:
" 4
5 1. Ground anchor carries the maximum test load with less than 0.04 inches of
6 movement between one minute and ten minutes; and
�r 7
8 2. Total movement at the maximum test load exceeds 80 percent of the theoretical
9 elastic elongation of the tendon unbonded length.
�• 10
11 A verification, performance or proof tested ground anchor with a 60-minute load hold is
12 acceptable if the:
13
14 1. Ground anchor carries the maximum test load with a creep rate that does not
15 exceed 0.08 inches/log cycle of time and is a linear or decreasing creep rate.
16
17 2. Total movement at the maximum test load exceeds 80 percent of the theoretical
18 elastic elongation of the tendon unbonded length.
19
20 If the total movement of the ground anchors at the maximum test load does not exceed 80
21 percent of the theoretical elastic elongation of the tendon unbonded length, the Contractor
O, 22 shall replace the ground anchor at no additional cost to the Contracting Agency. Retesting
23 of a ground anchor will not be allowed.
24
qW 25 Ground anchors which have a creep rate greater than 0.08 inches/log cycle of time can be
26 incorporated in the finished work at a load equal to one-half its failure load. The failure load
27 is the load carried by the anchor after the load has been allowed to stabilize for ten minutes.
28
g` 29 When a ground anchor fails, the Contractor shall modify the design, the construction
30 procedures, or both. These modifications may include, but are not limited to, installing
31 replacement ground anchors, modifying the installation methods, increasing the bond length
"� 32 or changing the ground anchor type. Any modification which requires changes to the
33 structure shall have prior approval of the Engineer. Any modifications of design or
34 construction procedures shall be at the Contractor's expense.
35
36 Upon completion of the test, the load shall be adjusted to the lock-off load indicated in the
37 Plans and transferred to the anchorage device. The ground anchor may be completely
38 unloaded prior to lock-off. After transferring the load and prior to removing the jack a lift-off
39 reading shall be made. The lift-off reading shall be within ten percent of the specified lock-
40 off load.
�. 41
42 If the load is not within ten percent of the specified lock-off load, the anchorage shall be
43 reset and another lift-off reading shall be made. This process shall be repeated until the
44 desired lock-off load is obtained.
45
46 6-17.4 Measurement
.. 47 Permanent ground anchors will be measured per each for each permanent ground anchor
48 installed and accepted.
49
arm
..
aw
1 Permanent ground anchor performance tests will be measured per each for each anchor
2 performance tested.
3
4 The permanent ground anchor verification testing program will not be measured but will be
5 paid for on a lump sum basis.
6
7 6-17.5 Payment #10
8 Payment will be made in accordance with Section 1-04.1 for each of the following bid items
9 when they are included in the proposal:
10
11 "Permanent Ground Anchor', per each.
12 All costs in connection with furnishing and installing permanent ground anchors shall be
13 included in the unit contract price per each for "Permanent Ground Anchor', including
14 proof testing of the installed anchor as specified.
15
16 "Permanent Ground Anchor Performance Test", per each.
17 "Permanent Ground Anchor Verification Test", lump sum.
18
19 SECTION 6-18, SHOTCRETE FACING
20 April 5, 2004
21 6-18.1 Description
22 This work consists of constructing shotcrete facing as shown in the Plans. Shotcrete
23 constructed as concrete slope protection shall be constructed in accordance with Section 8-
24 16.
25
26 6-18.2 Materials
27 Materials shall meet the requirements of the following sections:
28
29 Cement 9-01
30 Aggregates for Portland Cement Concrete 9-03.1
31 Premolded Joint Filler 9-04.1(2)
32 Steel Reinforcing Bar 9-07.2
33 Epoxy-Coated Steel Reinforcing Bar 9-07.3
34 Concrete Curing Materials and Admixtures 9-23
35 Fly Ash 9-23.9
36 Water 9-25
37
38 Other materials required, including materials for shotcrete, shall be as specified in the
39 Special Provisions.
40
41 6-18.3 Construction Requirements
42
43 6-18.3(1) Submittals
44 The Contractor shall submit the following information to the Engineer at least 14 calendar
45 days prior to beginning construction of the shotcrete facing:
46
47 1. The shotcrete mix design with compressive strength test results.
48 2. Method and equipment used to finish and cure the shotcrete facing.
49 3. Documentation of the experience of the nozzle operators in applying shotcrete.
VW 1
2 The Contractor shall not begin construction of the shotcrete facing until receiving the
3 Engineer's approval of the above submittals.
.. 4
5 6-18.3(2) Mix Design
6 Shotcrete shall be proportioned to produce a 4,000 psi compressive strength at 28 days.
7 The Contractor shall submit the shotcrete mix design, proposed method of placement, and
8 evidence that the proposed design and placement method will produce the desired
9 compressive strength at 28 days, to the Engineer at least 14 calendar days prior to the
10 anticipated beginning of shotcrete placement. Shotcrete placement will not be allowed until
11 the Engineer has approved the mix design and method of placement.
12
.. 13 Admixture shall be used only after receiving permission from the Engineer. If admixtures
14 are used to entrain air, to reduce water-cement ratio, to retard or accelerate setting time, or
15 to accelerate the development of strength, the admixtures shall be used at the rate specified
16 by the manufacturer and approved by the Engineer.
17
18 6-18.3(3) Testing
19 The Contractor shall make shotcrete test panels for evaluation of shotcrete quality, strength,
20 and aesthetics. Both preproduction and production test panels, shall be prepared. All cores
21 obtained for the purpose of shotcrete strength testing shall have the following minimum
22 dimensions:
23
24 a. The core diameter shall be at least 3 times the maximum aggregate size, but not
25 less than 2 inches.
26
27 b. The core height shall be a minimum of 1.5 times the core diameter.
28
.. 29 The Contractor shall remove at least three cores from each 36-inch by 36-inch shotcrete
30 test panel in accordance with AASHTO T 24. Cores removed from the panel shall be
31 immediately wrapped in wet burlap and sealed in a plastic bag. Cores shall be clearly
32 marked to identify from where they were taken and whether they are for pre-production or
33 production testing. If for production testing, the section of the wall represented by the cores
34 shall be clearly marked on the cores. Cores shall be delivered to the Engineer within 2
35 hours of coring. The remainder of the panels shall remain the property of the Contractor.
36
37 6-18.3(3)A Pre-production Testing
38 At least one 36-inch by 36-inch panel for each mix design shall be prepared for evaluation
39 and testing of the shotcrete quality and strength. One 48-inch by 48-inch qualification panel
40 shall be prepared for evaluation and approval of the proposed method for shotcrete
" 41 installation, finishing, and curing. Both the 36-inch and the 48-inch panels shall be
42 constructed using the same methods and initial curing proposed to construct the shotcrete
43 facing, except that the 36-inch panel shall not include wire reinforcement. The 36-inch panel
44 shall be constructed to the minimum thickness necessary to obtain the required core
45 samples. The 48-inch panel shall be constructed to the same thickness as proposed for the
46 production facing. Production shotcrete work shall not begin until satisfactory test results
47 are obtained and the panels are approved by the Engineer.
48
1 6-18.3(3)B Production Testing
2 The Contractor shall make at least one 36-inch by 36-inch panel for each section of facing
3 shot, or as many as directed by the Engineer. A section is defined as one day's placement.
4 The production panels shall be constructed using the same methods and initial curing used
5 to construct the shotcrete wall, but without wire reinforcement. The panels shall be
6 constructed to the minimum thickness necessary to obtain the required core samples. If the
7 production shotcrete is found to be unsuitable based on the results of the test panels, the M
8 section(s) of the wall represented by the test panel(s) shall be repaired or replaced to the
9 satisfaction of the Engineer at no cost to the Contracting Agency.
10 ►
11 6-18.3(4) Qualifications of Contractor's Personnel
12 All nozzle operators shall have had at least one year of experience in the application of
13 shotcrete. Each nozzle operator will be qualified, by the Engineer, to place shotcrete, after
14 successfully completing one test panel for each shooting position and surface type which will
15 be encountered.
16
17 Qualification will be based on a visual inspection of the shotcrete density, void structure, and
18 finished appearance along with a minimum 7-day compressive strength of 2,500 psi
19 determined from the average test results from two cores taken from each test panel.
20
21 The Contractor shall notify the Engineer not less than 2 days prior to the shooting of a
22 qualification panel. The mix design for the shotcrete shall be the same as that slated for the
23 wall being shot.
24
25 Shotcrete shall be placed only by personnel qualified by the Engineer.
26
27 If shotcrete finish Alternative B or C is specified, evidence shall be provided that all
28 shotcrete crew members have completed at least three projects in the last five years where
29 such finishing, or sculpturing and texturing of shotcrete was performed.
30
31 6-18.3(5) Placing Wire Reinforcement
32 Reinforcement of the shotcrete shall be placed as shown in the Plans. The wire
33 reinforcement shall be securely fastened to the steel reinforcing bars so that it will be 1 to
34 1.5 inches from the face of the shotcrete at all locations, unless otherwise shown in the
35 Plans. Wire reinforcement shall be lapped 1.5 squares in all directions, unless otherwise so
36 shown in the Plans.
37
38 6-18.3(6) Alignment Control
39 The Contractor shall install non-corroding alignment wires and thickness control pins to
40 establish thickness and plane surface. The Contractor shall install alignment wires at
41 corners and offsets not established by formwork. The Contractor shall ensure that the
42 alignment wires are tight, true to line, and placed to allow further tightening. The Contractor
43 shall remove the alignment wires after facing construction is complete.
44 r'
45 6-18.3(7) Shotcrete Application
46 A clean, dry supply of compressed air sufficient for maintaining adequate nozzle velocity for
47 all parts for the work and for simultaneous operation of a blow pipe for cleaning away 0
48 rebound shall be maintained at all times. Thickness, method of support, air pressure, and
49 rate of placement of shotcrete shall be controlled to prevent sagging or sloughing of freshly-
50 applied shotcrete. sir
ar
1
2 The shotcrete shall be applied from the lower part of the area upwards. Surfaces to be shot
3 shall be damp, but free of standing water.
4
5 The nozzles shall be held at an angle approximately perpendicular to the working face and
6 at a distance that will keep rebound at a minimum and compaction will be maximized.
Iwo 7 Shotcrete shall emerge from the nozzle in a steady uninterrupted flow. If, for any reason,
8 the flow becomes intermittent, the nozzle shall be diverted from the work until a steady flow
9 resumes.
10
11 Surface defects shall be repaired as soon as possible after initial placement of the shotcrete.
12 All shotcrete which lacks uniformity; which exhibits segregation, honeycombing, or
13 lamination; or which contains any dry patches, slugs, voids, or sand pockets, shall be
14 removed and replaced with fresh shotcrete by the Contractor, to the satisfaction of the
15 Engineer at no cost to the Contracting Agency.
16
17 Construction joints in the shotcrete shall be uniformly tapered over a minimum distance of
18 twice the thickness of the shotcrete layer. The surface of the joints shall be cleaned and
19 thoroughly wetted before adjacent shotcreting is performed. Shotcrete shall be placed in a
20 manner which provides a finish with uniform texture and color across the construction joint.
21
22 The shotcrete shall be cured by applying a clear curing compound in accordance with
23 Section 9-23.2. The curing compound shall be applied immediately after final gunning. The
24 air in contact with shotcrete surfaces shall be maintained at temperatures above 50F for a
25 minimum of 7 days. Curing compounds shall not be used on any surfaces against which
26 additional shotcrete or other cementitious finishing materials are to be bonded unless
27 positive measures such as sandblasting, are taken to completely remove the curing
28 compounds prior to the application of such additional materials.
29
30 If field inspection or testing, by the Engineer, indicates that any shotcrete produced, fails to
31 meet the requirements, the Contractor shall immediately modify procedures, equipment, or
32 system, as necessary, and as approved by the Engineer to produce specification material.
33 All substandard shotcrete already placed shall be repaired by the Contractor, to the
34 satisfaction of the Engineer, at no additional cost to the Contracting Agency. Such repairs
35 may include removal and replacement of all affected materials.
36
37 6-18.3(8) Shotcrete Finishing
Ow 38 When the shotcrete facing is an interim coating to be covered by a subsequent shotcrete
39 coating or a cast-in-place concrete fascia later under the same contract, the Contractor shall
40 strike off the surface of the shotcrete facing with a roughened surface as specified in
Aw 41 Section 6-02.3(12). The grooves of the roughened surface shall be either vertical or
42 horizontal.
43
VO 44 When the shocrete facing provides the finished exposed final surface, the shotcrete face
45 shall be finished using the alternative aesthetic treatment shown in the Plans. The
46 alternatives are as follows:
40 47
48 Alternative A
49 After the surface has taken its initial set (crumbling slightly when cut), the surface shall
"0 50 be broom finished to secure a uniform surface texture.
1 �
2 Alternative B
3 Shotcrete shall be applied in a thickness a fraction beyond the alignment wires and
4 forms. The shotcrete shall stiffen to the point where the surface does not pull or crack to
5 when screeded with a rod or trowel. Excess material shall be trimmed, sliced, or
6 scraped to true lines and grade. Alignment wires shall be removed and the surface
7 shall receive a steel trowel finish, leaving a smooth uniform texture and color. Once the
8 shotcrete has cured, pigmented sealer shall be applied to the shotcrete face. The
9 shotcrete surface shall be completed to within a tolerance of '/z inch of true line and
10 grade.
11
12 Alternative C
13 Shotcrete shall be hand-sculptured, colored, and textured to simulate the relief, jointing,
14 and texture of the natural backdrop surrounding the facing. The ends and base of the
15 facing shall transition in appearance as appropriate to more nearly match the color and
16 texture of the adjoining roadway fill slopes. This may be achieved by broadcasting fine
17 and coarse aggregates, rocks, and other native materials into the final surface of the
18 shotcrete while it is still wet, allowing sufficient embedment into the shotcrete to become
19 a permanent part of the surface.
rrr
20
21 6-18.4 Measurement
22 Shotcrete facing will be measured by the square foot surface area of the completed facing
23 measured to the neat lines of the facing as shown in the Plans.
24
25 6-18.5 Payment
26 Payment will be made in accordance with Section 1-04.1 for each of the following bid items
27 when they are included in the proposal:
28
29 "Shotcrete Facing", per square foot.
30
31 All costs in connection with constructing shotcrete facing as specified shall be included in
32 the unit contract price per square foot for "Shotcrete Facing" including all steel reinforcing
33 bars, premolded joint filler, polyethylene bond breaker strip, joint sealant, pvc pipe for weep
34 holes, exterior surface finish, and pigmented sealer (when specified).
35
36 SECTION 7-05, MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS
37 August 2, 2004
38 7-05.5 Payment
39 The sentence following "Catch Basin Type 2 In. Diam.", per each" is deleted.
40
41 The following is inserted after "Concrete Inlet", per each":
42
43 All costs associated with furnishing and installing gravel backfill for bedding manholes, ►
44 inlets and catch basins shall be included in the unit contract price for the item installed.
45
46 The following is inserted after"Precast Concrete Drywell", per each.
47
48 "Combination Inlet", per each.
1r
+wrt
MW 1 All costs associated with furnishing and installing gravel backfill for bedding manholes,
2 inlets, and catch basins shall be in the unit contract price for the item installed.
3
aw 4 SECTION 7-12, VALVES FOR WATER MAINS
5 April 5, 2004
6 7-12.3 Construction Requirements
7 In the third paragraph the reference to Section 7-10 is revised to Section 7-09.
8
9 In the fourth paragraph the reference to Section 7-11 is revised to Section 7-09.
10
11 SECTION 7-14, HYDRANTS
+r 12 April 5, 2004
13 7-14.3(1) Setting Hydrants
14 In the third paragraph the reference to Section 7-11 is revised to Section 7-09.
15
16 7-14.3(6) Hydrant Extensions
17 The reference to Section 7-11 is revised to Section 7-09.
18
19 SECTION 7-15, SERVICE CONNECTIONS
• 20 April 5, 2004
21 7-15.3 Construction Requirements
w 22 In the second paragraph the reference to Section 7-10 is revised to Section 7-09.
23
24 SECTION 7-17, SANITARY SEWERS
25 April 5, 2004
26 7-17.3(2)B Exfiltration Test
r. 27 In the third paragraph, "Maximum leakage (in gallons per hour)" = 0.28 x �H x D x L
28 �6 100 .
29 7-17.3(2)C Infiltration Test
Aw 30 In the second paragraph, "Maximum leakage (in gallons per hour)" = 0.16 x 4H x D x L
31 42 100 .
32
"" 33 7-17.3(2)E Low Pressure Air Test for Sanitary Sewers Constructed of Air-
34 Permeable Materials
35 In the seventh paragraph, the statement "If CT —1, then time = KT" is revised to "If CT < 11
1W 36 then time = Kr."
37
38 In the seventh paragraph, the statement "If CT . 1.75, then time = K�1.75" is revised to "If CT
up 39 > 1.75, then time = K,11.75."
40
41 SECTION 8-01, EROSION CONTROL AND WATER POLLUTION CONTROL
42 August 2, 2004
43 8-01.3(1)B Erosion and Sediment Control (ESC) Lead
"" 44 This section is revised to read:
2 The Contractor shall identify the ESC Lead at the preconstruction discussions. The
3 ESC Lead shall have, for the life of the contract, a current Certificate of Training in
4 Construction Site Erosion and Sediment Control from a course approved by WSDOT's
5 Statewide Erosion Control Coordinator.
6
7 The ESC Lead shall implement the Temporary Erosion and Sediment Control (TESC) 0
8 plan. Implementation shall include, but is not limited to:
9
10 1. Installing and maintaining all temporary erosion and sediment control Best
11 Management Practices (BMPs) included in the TESC plan to assure continued
12 performance of their intended function. Damaged or inadequate TESC BMPs
13 shall be corrected immediately.
14
15 2. Inspecting all on-site erosion and sediment control BMPs at least once every
16 five working days and each working day there is a runoff event. Inspections
17 shall occur within 24 hours of the runoff event. A TESC Inspection Report
18 shall be prepared for each inspection and shall be included in the TESC file. A
19 copy of each TESC Inspection Report shall be submitted to the Engineer no
20 later than the end of the next working day following the inspection. The report
21 shall include, but not be limited to:
22
23 a. When, where and how BMPs were installed, maintained, modified,
24 and removed;
25 b. Observations of BMP effectiveness and proper placement;
26 c. Recommendations for improving future BMP performance with w►
27 upgraded or replacement BMPs when inspections reveal TESC plan
28 inadequacies.
29
30 3. Updating and maintaining a TESC file on site that includes, but is not limited
31 to:
32
33 a. TESC Inspection Reports.
34 b. Temporary Erosion and Sediment Control (TESC) plan narrative.
35 c. National Pollutant Discharge Elimination System construction permit
36 (Notice of Intent).
37 d. Other applicable permits.
38
39 Upon request, the file shall be provided to the Engineer for review.
40
41 SECTION 8-04, CURBS, GUTTERS, AND SPILLWAYS go
42 December 6, 2004
43 8-04.3(1)A Extruded Cement Concrete Curb
44 The second and third paragraphs are revised to read:
45
46 The pavement shall be dry and cleaned of loose and deleterious material prior to curb
47 placement. Cement concrete curbs shall be anchored to the existing pavement by
48 placing steel tie bars 1 foot on each side of every joint.
49
1 Tie bars shall meet the dimensions shown in the Standard Plans.
2
3 SECTION 8-07, PRECAST TRAFFIC CURB AND BLOCK TRAFFIC CURB
4 August 2, 2004
5 8-07.1 Description
`W 6 This section is revised to read:
7
8 This work shall consist of furnishing and installing precast traffic curb, block traffic curb,
9 sloped mountable curb, or dual faced sloped mountable curb of the design and type
10 specified in the plans in accordance with these Specifications and in conformity to the
11 Standard Plans and the locations indicated in the plans or as directed by the Engineer.
12
13 8-07.3(1) Installing Curbs
14 This section is supplemented with the following:
15
16 For sloped mountable curb installed in curves, the units shall be either curved blocks
17 precast to the radii shown in the plans or tangent blocks sawn to the dimensions shown
.. 18 in the Standard Plans to conform to the specified radii.
19
20 8-07.3(2) Painting of Curbs
r• 21 The first sentence is revised to read:
22
23 Concrete curbing shall be painted with two full coats of paint conforming to Section 9-
�. 24 34.2, as shown in the Plans or as designated by the Engineer.
25
26 8-07.4 Measurement
27 This section is supplemented with the following:
28
29 Sloped mountable curb will be measured by the linear foot along the front face of the
30 curb. Dual faced sloped mountable curb will be measured by the linear foot of tapered
31 block and nosing block installed. Measurement of both faces shall not be allowed.
32
33 8-07.5 Payment
34 This section is supplemented with the following:
35
36 "Precast Sloped Mountable Curb", per linear foot.
37 "Precast Dual Faced Sloped Mountable Curb", per linear foot.
38
39 SECTION 8-08, RUMBLE STRIPS
40 April 4, 2005
aw 41 8-08.1 Description
42 This section is revised to read:
43
VW 44 This work shall consist of constructing centerline and shoulder rumble strips by grinding
45 hot mix asphalt or cement concrete pavement. The work shall include cleanup and
46 disposal of cuttings and other resultant debris. The Standard Plans show the patterns
47 and construction details for the centerline rumble strip and the four types of shoulder
"�" 48 rumble strips.
1 �
2 8-08.4 Measurement
3 The first sentence is revised to read:
4
5 Centerline and shoulder rumble strips will be measured to the nearest 0.01-mile along
6 the mainline roadway for centerline or each shoulder.
7 W
8 8-08.5 Payment
9 The second paragraph is revised to read:
10
11 Layout of the rumble strip pattern on the centerline or shoulders for grinding purposes is
12 the responsibility of the Contractor. All costs involved in this work shall be included in
13 the appropriate bid item. a
14
15 This section is supplemented with the following:
16 W
17 "Centerline Rumble Strip", per mile
18
19 SECTION 8-12, CHAIN LINK FENCE AND WIRE FENCE
20 August 2, 2004
21 8-12.3(1)A Posts
22 The seventh paragraph is revised to read:
23
24 Pullposts shall be spaced at 1,000-foot maximum intervals for Type 1, 3, and 6 fence,
25 and at 500-foot maximum intervals for Type 4 fence.
26
27 SECTION 8-14, CEMENT CONCRETE SIDEWALKS
28 April 4, 2005
29 8-14.3(3) Placing and Finishing Concrete
30 The fourth paragraph is revised to read:
31
32 Sidewalk ramps shall be of the type specified in the Plans. The detectable warning
33 pattern shall have the truncated dome shape shown in the Standard Plans and may be
34 installed using a manufactured material before or after the concrete has cured, or by
35 installing masonry or ceramic tiles. Embossing or stamping the wet concrete to achieve
36 the truncated dome pattern or using a mold into which a catalyst hardened material is
37 applied shall not be allowed. Acceptable manufacturers' products are shown on the
38 Qualified Products List.
39
40 When masonry or ceramic tiles are used to create the detectable warning pattern, the
41 Contractor shall block out the detectable warning pattern area to the depth required for
42 installation of the tiles and finish the construction of the concrete ramp. After the gin►
43 concrete has set and the forms have been removed, the Contractor shall install the tiles
44 using standard masonry practices. to
45
46 The two-foot wide detectable warning pattern area on the ramp shall be yellow and
47 shall match Federal Standard 595a, color number 33538. When painting the detectable
48 warning pattern is required, paint shall conform to section 9-34.2(1). rr
at
1
2 8-14.3(5) Ramp Detectable Warning Retrofit
3 This section is supplemented with the following:
.. 4
5 Where shown in the plans, the Contractor shall retrofit existing cement concrete
6 sidewalk ramps by installing a detectable warning pattern having the truncated dome
.. 7 shape shown in the Standard Plans. The warning pattern shall be the width of the ramp
8 and cover the bottom two feet of the ramp. The truncated dome pattern shall be
9 perpendicular to the long axis of the ramp.
,,, 10
11 The Contractor shall use one of the detectable warning pattern products listed in the
12 Qualified Products List or submit another manufacturer's product for approval by the
V„ 13 Engineer. The warning pattern shall be capable of being bonded to an existing cement
14 concrete surface. The surface of the warning pattern, excluding the domes, shall not
15 be more than 3/8 inch above the surface of the concrete after installation.
16
17 8-14.4 Measurement
18 This section is supplemented with the following:
19
20 Ramp detectable warning retrofit will be measured by the square foot of truncated
21 dome material installed on the existing ramp.
22
23 8-14.5 Payment
24 The following new bid item is inserted after "Cement Conc. Sidewalk Ramp Type _", per
aw
25 each.
26
27 "Ramp Detectable Warning Retrofit", per square foot.
28
.. 29 SECTION 8-15, RIPRAP
30 April 5, 2004
"" 31 8-15.3(6) Quarry Spalls
32 The second sentence is revised to read:
33
ow 34 After placement, the quarry spalls shall be compacted to be uniformly dense and
35 unyielding.
36
37 8-15.5 Payment
38 In the second paragraph, the first sentence is revised to read:
39
40 The unit contract price per ton or per cubic yard for the class or kind of riprap specified
41 above shall be full pay for furnishing all labor, tools, equipment, and materials required
42 to construct the riprap protection, except for excavation.
aw 43
44 SECTION 8-17, IMPACT ATTENUATOR SYSTEMS
45 April 5, 2004
VW
46 This section is revised to read:
47
1 8-17.1 Description
2 This work shall consist of furnishing, constructing, repairing, and removing permanent
3 and temporary impact attenuator systems selected from the approved list shown in the
4 Plans.
5
6 8-17.2 Materials
7 Sand for inertial barrier systems shall not contain more than 5% water by weight.
8 Commercial grade urea shall be thoroughly mixed with the sand in an amount equal to
9 5 percent, by weight, of the sand.
10
11 Undamaged sand barrel impact attenuators that have been previously utilized may be
12 utilized in a temporary impact attenuator array only, if inspected and approved by the
13 Engineer prior to use. r�r
14
15 8-17.3 Construction Requirements
16 The assembly and installation of all attenuator systems, except those utilizing sand
17 barrels, shall be supervised at all times by either a manufacturer's representative or an
18 installer who has been trained and certified by the manufacturer of the system. If the
19 supervision is provided by a trained installer, a copy of the installer certification shall be
20 provided to the Engineer prior to installation.
21
22 Assembly and installation shall be in accordance with the manufacturer's
23 recommendations. This work shall include the connection to a concrete barrier, bridge
24 abutment or a transition section identified in the Plans, construction of a steel reinforced
25 concrete pad or concrete backup, and anchorage to the pavement, if required by the
26 manufacturer's assembly and installation procedures.
27
28 The Contractor shall have a complete set of replacement parts on the jobsite for each
29 type of temporary impact attenuator in use on the project and shall repair all damaged
30 impact attenuators immediately.
31
32 When the Engineer determines that a temporary impact attenuator is no longer needed,
33 then the Contractor shall remove that attenuator from the project. The removed
34 equipment shall remain the property of the Contractor.
35
36 8-17.4 Measurement
37 Temporary and permanent impact attenuators will be measured per each for each
38 installation.
39
40 Resetting impact attenuators will be measured per each for each installation that is
41 adjusted or reset to a new location on the project. The Contracting Agency will not
42 measure resetting impact attenuators when it is for the benefit of the Contractor's
43 operations.
44
45 8-17.5 Payment
46 Payment will be made in accordance with Section 1-04.1, for the following bid items
47 when they are included in the proposal: + ►
48
49 "Temporary Impact Attenuator", per each.
.. 1 The unit contract price for `Temporary Impact Attenuator" shall be full pay for all
2 work associated with the installation, maintenance, and the final removal of the
3 temporary impact attenuator.
w 4
5 "Permanent Impact Attenuator", per each.
6 The unit contract price for "Permanent Impact Attenuator" shall be full pay for all
7 work associated with furnishing, installing and all other costs involved with
8 installing the impact attenuator in accordance with the manufacturer's
9 recommendations.
,n„ 10
11 "Resetting Impact Attenuator", per each.
12 The unit contract price for "Resetting Impact Attenuator" shall be full pay for all
13 work associated with the removing, transporting, and resetting an impact
14 attenuator.
15
�. 16 If an impact attenuator is damaged, it will be repaired in accordance with Section 1-
17 07.13(4) under the bid item "Reimbursement For Third Parry Damage". No payment
18 will be made for repair of impact attenuators damaged by the Contractor's operations.
19
20 SECTION 8-18, MAILBOX SUPPORT
21 August 2, 2004
V. 22 8-18.2 Materials
23 This section is revised to read:
24
25 Materials shall meet the requirements of the following sections:
26
27 Steel Posts 9-32.1
*W 28 Bracket, Platform, and Anti-Twist Plate 9-32.2
29 Type 2 Mailbox Support 9-32.7
30 Timber Sign Posts 9-28.14(1)
4W 31 Fasteners 9-32.5
32 Snow Guard 9-32.6
33 Concrete Base 9-32.8
'o 34 Steel pipe 9-32.9
35 U-Channel Post 9-32.10
36
*' 37 Mailboxes will be furnished by others.
38
39 8-18.3 Construction Requirements
aw 40 This section is supplemented with the following:
41
42 8-18.3(1) Type 3 Mailbox Support
*' 43 The concrete base shall be constructed using commercial concrete, with the pipe set to
44 the dimensions shown in the Standard Plans. The base shall be crowned so as to
45 shed water. The concrete may be mixed on the jobsite as specified in Section 6-
46 02.3(4)B.
47
48 The U-channel post may be driven in place provided the method of driving does not
49 damage the post.
2 With the Engineer's consent, a Type 3 Mailbox Support design, made of steel or other
3 durable material, that meets the NCHRP 350 crash test criteria may be used in place of
4 the design shown in the Standard Plans. In which case, the manufacturer's 0
5 recommendations concerning installation shall be followed; however, the mailbox itself
6 shall be positioned on the roadway according to the dimensions shown in the Standard
7 Plans.
8
9 SECTION 8-19, REDIRECTIONAL LAND FORM
10 April 5, 2004 „
11 This section is deleted, and the section title is revised to VACANT.
12
13 SECTION 8-20,ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND ELECTRICAL
14 April 5, 2004
15 8-20.3(5) Conduit
16 The third sentence in the seventeenth paragraph is revised to read:
17
18 Grout shall obtain a minimum of 4000 psi compressive strength at 7 days. `
19
20 8-20.3(6) Junction Boxes, Cable Vaults, and Pull boxes
21 This section is supplemented with the following:
22
23 Where conduit and junction boxes are placed in barrier, the Prime Contractor shall
24 coordinate the work of the Contractor constructing the barrier and the electrical
25 Contractor so that each junction box placed in the barrier is placed in correct alignment
26 with respect to the barrier, with the face of the box flush or uniformly chamfered within
27 '/z inch of the barrier surface. If any point on the surface of the junction box placed in
28 barrier is recessed more than 1/2 inch from the surface of the barrier, the Contractor
29 shall install a box extension meeting the Engineer's approval and grout around the
30 extension or remove and replace the entire section of barrier.
31
32 8-20.3(9) Bonding, Grounding
33 The first paragraph is revised to read:
34
35 All metallic appurtenances containing electrical conductors (luminaires, light standards,
36 cabinets, metallic conduit, non-metallic conduit, etc.) shall be made mechanically and
37 electrically secure to form a continuous systems which shall be effectively grounded.
38 Where metallic conduit systems are employed, the conduit system constitutes the
39 equipment grounding conductor. Where nonmetallic conduit is installed, the installation wi►
40 shall include an equipment ground conductor, in addition to the conductors noted in the
41 contract. Bonding jumpers and equipment grounding conductors shall be installed in
42 accordance with Section 9-29.3. The equipment ground conductor between the err
43 isolation switch and the sign lighter fixtures may be No. 14 AWG stranded copper
44 conductor. Where parallel circuits are enclosed in a common conduit, the equipment
45 grounding conductor shall be sized by the rating of the largest overcurrent device to
46 serving any circuit contained within the conduit.
47
10
to
10
"- 1 8-20.3(11) Testing
2 The fourth paragraph is revised to read:
3
10 4 When the project includes a traffic signal system, the Contractor shall conduct tests
5 noted in Section 8-20.3(14)D. The Contractor shall provide the Engineer a minimum of
6 five days advance written notice of the proposed traffic signal turn-on date and time.
7 The traffic signal turn-on procedure shall not begin until all required channelization,
8 pavement markings, illumination, signs, and sign lights are substantially complete and
9 operational unless otherwise allowed by the Engineer. The Contractor shall provide
10 10 traffic control to stop all traffic from entering the intersection. The Contracting Agency
11 electronics technician will program the controller and enter the timing data, then turn
12 the traffic signal system to its flash mode to verify proper flash indications. The
aw 13 Contracting Agency electronics technician will then conduct functional tests to
14 demonstrate that each part of the traffic signal system functions as specified. The
15 Contractor shall conduct functional tests to demonstrate that each part of the
a„ 16 illumination system, or other electrical system, functions as specified. These
17 demonstration shall be conducted in the presence of a Contracting Agency electronic
18 technician, the Contracting Agency electrical inspector, and Regional Traffic Engineer
or 19 or his/her designee. The Contracting Agency electronics technician will then turn the
20 traffic signal to stop-and-go operation for no less than one full cycle. Based on the
21 results of the turn-on, the Engineer will direct the Contracting Agency electronics
22 technician to either turn the traffic signal on to normal stop-and-go operation, to turn
ar 23 the signal to flash mode for a period not to exceed five calendar days, or to turn the
24 signal off and require the Contractor to cover all signal displays and correct all
25 deficiencies.
`w 26
27 SECTION 8-22, PAVEMENT MARKING
ON 28 April 4, 2005
29 8-22.1 Description
30 Transverse Markings
No 31 This section is revised to read:
32
33 Crosswalk Line
am 34 A series of SOLID WHITE lines, 24 inches wide and 8 feet long, conforming to
35 details in the Standard Plans.
36
.' 37 Stop Line
38 A SOLID WHITE line, 18 inches wide unless noted otherwise in the Contract.
39
`" 40 Symbol Markings
41 This section is supplemented with the following:
42
43 Access Parking Space Symbol with Background
44 A WHITE marking with, a BLUE background and WHITE border conforming to
45 details in the Standard Plans that is used to a designate restricted parking stall on
46 cement concrete pavement surfaces.
47
trr
1 Yield Line Symbol
2 A series of WHITE markings conforming to details in the Standard Plans forming a
3 transverse line across a vehicle path and used to designate the point when
4 vehicles shall yield before entering a traffic lane.
5
6 Yield Ahead Symbol
7 A WHITE marking conforming to details in the Standard Plans that is used in
8 advance of a yield line.
9
10 Speed Bump Symbol
11 WHITE marking used to identify a speed bump placed in a traffic lane.
12
13 8-22.3(2) Preparation of Roadway Surfaces
14 This section is revised to read:
15
16 For the application of paint the pavement surface temperature and ambient temperature
17 shall be 50° F and rising. New and existing HMA pavement shall be dry, clean and free
18 of contaminants such as surface oils. Portland cement concrete pavement shall have a
19 minimum compressive strength of 2500 psi and shall be dry, clean and free of
20 contaminants. Contaminants shall be removed by approved mechanical means.
21
22 For the application of plastic pavement marking material surface temperature and
23 ambient temperature shall be 50° F and rising. New and existing HMA pavement shall
24 be dry, clean, and free of contaminants such as surface oils and existing pavement
25 marking materials. Portland cement concrete pavement shall also be free of
26 contaminants including curing agents. Contaminants shall be removed by approved '
27 mechanical means.
28
29 Pavement surfaces shall be prepared for plastic marking application in accordance with
30 the previous paragraph and the pavement marking material manufacturer's
31 recommendations. Manufacturers of Type D material also require a pavement cure
32 period prior to application. Typically, Type D material applied on hot mix asphalt
33 pavement requires a pavement cure period of 21 days. Typically, Type D material
34 applied on portland cement concrete pavement requires a pavement cure period of 28
35 days. These cure periods may be reduced if the manufacturer performs a successful
36 bond test.
37
38 Existing pavement marking material shall be removed, measured, and paid for in
39 accordance with the provisions in this section of the Standard Specifications.
40
41 8-22.3(3) Marking Application
42 The first paragraph is revised to read:
43
44 Lane line and right edge line shall be white in color. Center line and left edge line shall
45 be yellow in color. All temporary pavement markings shall be retroreflective. Paint and
46 sprayed or extruded plastic material shall be applied with a top dressing of glass
47 breads. Two applications of paint will be required to complete all paint markings. The
48 time period between paint applications will vary depending on the type of pavement and
49 paint (low VOC waterborne, high VOC solvent, or low VOC solvent) as follows:
50
1 Pavement Type Paint Type Time Period
2 Bituminous Surface Treatment Low VOC Waterborne 4 hours min., 48
3 hours max.
4 Hot Mix Asphalt Pavement Low VOC Waterborne 4 hours min., 30
5 days max.
6 Cement Concrete Pavement Low VOC Waterborne 4 hours min., 30
7 days max.
8 Bituminous Surface Treatment High and Low VOC Solvent 40 min. min., 48
9 hrs. max.
�. 10 Hot Mix Asphalt Pavement High and Low VOC Solvent 40 min. min., 30
11 days max.
12 Cement Concrete Pavement High and Low VOC Solvent 40 min. min., 30
13 days max.
14
15 The first sentence of the second paragraph is revised to read:
16
17 Where paint is applied on centerline on two-way roads with bituminous surface
18 treatment or centerline rumble strips, the second paint application shall be applied in
r 19 the opposite direction as the first application.
20
21 The ninth and tenth paragraphs are revised to read:
22
23 Profiles are defined as that portion of the plastic line that is applied at a greater
24 thickness than the base line thickness. Profiles shall be applied using the extruded
25 method in the same application as the base line. See the Standard Plans for details.
26
27 Embossed plastic lines are defined as a plastic line applied with a transverse groove.
28 Embossed plastic lines may be applied with profiles. See the Standard Plans for
29 details.
30
31 The last paragraph is revised to read:
32
33 When two or more spray applications are required to meet thickness requirements for
34 Type A and Type D materials, top dressing with glass beads is only allowed on the last
35 application. Any loose beads, dirt or other debris shall be swept or blown off the line
36 prior to application of each successive application. Successive applications shall be
37 applied squarely on top of the preceding application.
38
39 8-22.4 Measurement
40 The sixth paragraph is revised to read:
41
42 Diagonal and chevron-shaped lines used to delineate medians, gore areas, and parking
43 stalls are constructed of painted or plastic 4 inch and 8 inch wide lines in the color and
44 pattern shown in the Standard Plans. These lines will be measured as painted or plastic
45 line or wide line by the linear foot of line installed. Crosswalk line will be measured by
46 the square foot of marking installed.
•• 47
48 The seventh paragraph is revised to read:
49
w.
1 Traffic arrows, traffic letters, access parking space symbols, HOV symbols, railroad
2 crossing symbols, drainage markings, bicycle lane symbols, aerial surveillance full, and
3 1/2 markers, yield line symbols, yield ahead symbols, and speed bump symbols will be
4 measured per each. Type 1 through 6 traffic arrows will be measured as one unit each,
5 regardless of the number of arrow heads.
6
7 The ninth paragraph is revised to read:
8
9 Removal of traffic arrows, traffic letters, access parking space symbol, HOV lane
10 symbol, railroad crossing symbol, bicycle lane symbols, drainage markings, aerial
11 surveillance full and 1/2 markers, yield line symbol, yield ahead symbol, and speed
12 bump symbol will be measured per each. Removal of crosswalk lines will be measured
13 by the square foot of lines removed.
14
15 8-22.5 Payment
16 The following items are deleted:
17
18 "Painted HOV Lane Symbol Type "
19 "Plastic HOV Lane Symbol Type "
20
21 This section is supplemented with the following:
22
23 "Painted Access Parking Space Symbol with Background", per each.
24 "Plastic Access Parking Space Symbol with Background", per each.
25 "Painted HOV Lane Symbol", per each.
26 "Plastic HOV Lane Symbol", per each.
27 "Painted Yield Line Symbol", per each.
28 "Plastic Yield Line Symbol", per each.
29 "Painted Yield Ahead Symbol", per each.
30 "Plastic Yield Ahead Symbol", per each.
31 "Painted Speed Bump Symbol", per each.
32 "Plastic Speed Bump Symbol", per each. so
33
34 SECTION 9-01, PORTLAND CEMENT
35 December 6, 2004
36 9-01.2(1) Portland Cement
37 This section is revised to read:
38
39 Portland cement shall conform to the requirements for Types I, II, or III cement of the
40 Standard Specifications for Portland Cement, AASHTO M 85 or ASTM C 150, except
41 that the content of alkalis shall not exceed 0.75 percent by weight calculated as Na2O
42 plus 0.658 K20and except that the content of Tricalcium aluminate (CA) shall not
43 exceed 8 percent by weight calculated as 2.650A1203 minus 1.692Fe203. The total
44 amount of processing additions used shall not exceed 1% of the weight of portland
45 cement clinker. The type and amount of processing additions used shall be shown on
46 mill test reports.
47
48 The time of setting shall be determined by the Vicat Test method, AASHTO T 131 or
49 ASTM C 191.
1
2 9-01.2(4) Blended Hydraulic Cement
3 This section is revised to read:
4
5 Blended hydraulic cement shall be either Type IP (MS), Type I (SM) (MS) or Type 1
6 (PM) (MS) cement conforming to AASHTO M 240 and meet the following additional
7 requirements:
8
9 1. Type IP(MS) Portland - Pozzolan Cement with moderate sulfate resistance.
10
11 This product shall be limited to Portland Cement and Pozzolan. Pozzolan
12 shall be limited to fly ash or ground granulated blast furnace slag. Fly ash is
13 limited between 15 percent and 35 percent by weight of the cementitious
14 material. Ground granulated blast furnace slag is limited between 15 percent
15 and 25 percent by weight of the cementitious material.
16
17 2. Type I(SM) (MS) Slag Modified Portland Cement with moderate sulfate
18 resistance.
19
20 This product shall be limited to Portland Cement and ground granulated blast
21 furnace slag. The addition of ground granulated blast furnace slag shall be
22 limited to a maximum of 25 percent by weight of the cementitious material.
23
24 3. Type l(PM)(MS) Pozzolan — Modified Portland Cement with moderate sulfate
25 resistance.
26
27 The product shall be limited to Portland Cement and pozzolan. The pozzolan
28 shall be limited to fly ash or ground granulated blast furnace slag at a
29 maximum of 15 percent by weight of the cementitious material.
30
31 The source and weight of the fly ash or ground granulated blast furnace slag shall be
32 certified on the cement mill test certificate and shall be reported as a percent by weight
33 of the total cementitious material. The fly ash or ground granulated blast furnace slag
34 constituent content in the finished cement will not vary morethan plus or minus 5
35 percent by weight of the finished cement from the certified value.
36
37 Fly ash shall meet the requirements of Section 9-23.9 of these Standard Specifications.
38
39 Ground granulated blast furnace slag shall meet the requirements of Section 9-23.10 of
40 these Standard Specifications.
00 41
42 SECTION 9-02, BITUMINOUS MATERIALS
43 August 2, 2004
44 9-02.1(3) Rapid-Curing (RC) Liquid Asphalt
45 The column headings MC-70, MC-250, MC-800, and MC-3000 are revised to RC-70, RC-
•� 46 250, RC-800, and RC-3000 respectively.
47
48 The RC-250 requirement for "Residue of 680°F distillation % volume by difference" is
49 revised from 67 to 65.
Wo
a"
1
2 9-02.1(4)A Performance Grade (PG) Asphalt Cement
3 This section including title is revised to read:
4 +
5 9-02.1(4)A Performance Graded Asphalt Binder
6
PG58 PG64 PG70 PG76
Performance Grade
-22 -28 -34 1 -22 1 -28 1 -34 -22 -28 -34 -22 -28
Original Binder
Flash point temp,
AASHTO T48 Minimum 230
oC
Viscosity,AASHTO T316
Maximum 3 Pa•s, test 135
temp, °C rllli
Dynamic shear, AASHTO
T315 G•/sins, minimum 58 64 70 76
1.00 kPa Test temp.
10 rad/s, OC
Rolling Thin Film Oven Residue (AASHTO T240)
Mass Change, Maximum, 1.00 to
percent
Dynamic shear, AASHTO
T315 G'/sins, minimum 58 64 70 76
2.20 kPa Test temp.
10 rad/s, °C
Pressure Aging Vessel Residue (AASHTO R28)
PAV aging temperature, 100
yr
°C
Dynamic shear, AASHTO
T315 G'sin8, maximum
5000 kPa Test temp. @ 22 19 16 25 22 19 28 25 22 31 28 ill
10 rad/s, °C
Creep stiffness, AASHTO I'
T313 S, maximum 300 -12 -18 -24 -12 -18 -24 -12 -18 -24 -12 -18
MPa, m-value, minimum
0.300 Test temp. @ 60 s,
oC
7
8 All Performance Grade asphalt binders not included in this chart shall be determined by
9 Table 1-Performance Graded Asphalt Binder Specification in AASHTO M320.
10
11 SECTION 9-03, AGGREGATES
12 April 4, 2005
13 9-03.1(4)C Grading
14 The third paragraph is revised to read:
15
16 In individual tests, a variation of four under the minimum percentages or over the
17 maximum percentages will be permitted, provided the average of three consecutive
96
10
1 tests is within the specification limits. Coarse aggregate shall contain no piece of
2 greater size than two times the maximum sieve size for the specified grading measured
3 along the line of greatest dimension.
+� 4
5 9-03.8(2) HMA Test Requirements
6 Number 1 is revised to read:
.�. 7
8 Vacant.
9
10 The last paragraph of this section is revised to read:
11
12 When material is being produced and stockpiled for use on a specific contract or for a
13 future contract, the fine aggregate angularity, fracture, and sand equivalent
14 requirements shall apply at the time of stockpiling. When material is used from a
15 stockpile that has not been tested as provided above, the specifications for fine
16 aggregate angularity, fracture, and sand equivalents shall apply at the time of its
17 introduction to the cold feed of the mixing plant.
18
19 9-03.12(4) Gravel Backfill for Drains
20 The percent Passing for Sieve size 3/8" square is revised from "10 - 40" to "0 - 40".
21
; . 22 9-03.12(5) Gravel Backfill for Drywells
23 The percent passing for sieve size 1" square is revised to "50-100".
24
25 9-03.14 Borrow
26 This section is supplemented with the following:
27
28 9-03.14(1) Gravel Borrow
29 Ballast may be substituted for gravel borrow for embankment construction.
30
31 9-03.14(4) Gravel Borrow for Geosynthetic Retaining Wall
32 All backfill material used in the reinforced soil zone of the geosynthetic retaining wall
33 shall conform to requirements of Section 9-03.14(1) and shall be free draining, free
W. 34 from organic or otherwise deleterious material. The material shall be substantially free
35 of shale or other soft, poor durability particles, and shall not contain recycled materials,
36 such as glass, shredded tires, portland cement concrete rubble, or asphaltic concrete
37 rubble. The backfill material shall meet the following requirements:
38
39 Property Test Method Allowable Test Value
40 Los Angeles Wear,
41 500 rev. AASHTO T 96 35 percent max.
42 Degradation WSDOT Test Method 113 15 min.
43 pH AASHTO T 289-91
44
45 4.5 to 9 for permanent walls and 3 to 10 for temporary walls
46
47 Wall backfill material satisfying these gradation, durability and chemical requirements
48 shall be classified as nonaggressive.
49
,.ter
1 9-03.21(2) Recycled Hot Mix Asphalt
2 The Maximum Bitumen Content (Percent) for Gravel Borrow is revised from "0" to "1.2".
3
4 SECTION 9-04, JOINT AND CRACK SEALING MATERIALS
5 April 5, 2004
6 9-04.2(2) Two Component Poured Rubber Joint Sealer
7 The section title is revised to read:
8
9 9-04.2(2) Poured Rubber Joint Sealer
10
11 SECTION 9-05, DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS
12 April 5, 2004
13 9-05.4(3) Protective Treatment
14 Treatments 3, 4, and 6 are revised to read:
15
16 This treatment is no longer available.
17
18 9-05.4(4) Asphalt Coatings and Paved Inverts
19 The second paragraph under item 2 is revised to read:
20
21 The paved invert for Treatment 2 shall consist of bituminous material applied in such a
22 manner that one or more smooth pavements will be formed in the invert filling the
23 corrugations for at least 40 percent of the circumference. The pavement shall have a
24 minimum thickness of 1/8 inch above the crest of the corrugations except where the
25 upper edges intercept the corrugation. The pavements shall be applied following the
26 coating with asphalt . Treatment 5 may be substituted for Treatment 2, at the option of
27 the Contractor.
28
29 9-05.10 Steel Storm Sewer Pipe
30 The first sentence is revised to read:
31
32 Steel storm sewer pipe shall conform to the requirements of Section 9-05.4 for steel
33 culvert pipe, except that protective coating shall be Treatment 1 or 5, and be
34 constructed of either helically corrugated lock seam or helically corrugated continuous
35 welded steel pipe. '
36
37 9-05.11 Aluminum Storm Sewer Pipe
38 The first sentence is revised to read:
39
40 Aluminum storm sewer pipe shall conform to the requirements of Section 9-05.5 for
41 aluminum culvert pipe, except that the protective coating shall be Treatment 1 or 5, and 16
42 the pipe shall be constructed of helically corrugated lock seam aluminum pipe.
43
44 9-05.16 Grate Inlets and Drop Inlets
45 The first and second paragraphs are revised to read:
46
�. 1 Steel in grates, angles, and anchors for grate inlets shall conform to ASTM A 36, except
2 structural tube shall conform to ASTM A 500, Grade B, and structural shapes may
3 conform to ASTM A 992. After fabrication, the steel shall be galvanized in accordance
�• 4 with AASHTO M 111, or galvanized with a hot-sprayed (plasma flame applied) 6 mil
5 minimum thickness plasma coating.
6
7 Steel grating shall be fabricated by weld connections. Welds, welding procedures, and
8 welding materials shall conform with the AWS 131.1/131.1M, latest edition, Structural
9 Welding Code.
10
11 SECTION 9-06, STRUCTURAL STEEL AND RELATED MATERIALS
12 January 5, 2004
«w
13 9-06.16 Roadside Sign Structures
14 The third paragraph is revised to read:
15
16 Posts for multiple post sign structures shall conform to either ASTM A 36 or ASTM A
17 992. Posts conforming to either ASTM A 588 or ASTM A 572 Grade 50 may be used
18 as an acceptable alternate to the ASTM A 36 and ASTM A 992 posts. All steel not
19 otherwise specified shall conform to either ASTM A 36 or ASTM A 992.
20
21 9-06.18 Metal Railings
22 The first paragraph is revised to read:
23
24 Metal bridge railing shall conform to the type and material specifications set forth in the
25 Plans and Special Provisions. Steel used for metal railings, when galvanized after
26 fabrication in accordance with AASHTO M 111, shall have a controlled silicon content of
27 either 0.00 to 0.04 percent or 0.15 to 0.25 percent. Mill test certificates verifying the
28 silicon content of the steel shall be submitted to both the galvanizer and the Engineer
29 prior to beginning galvanizing operations.
30
31 SECTION 9-07, REINFORCING STEEL
32 April 4, 2005
33 9-07.3 Epoxy Coated Steel Reinforcing Bars
34 This section is revised to read:
35
36 Epoxy coated rebar shall be coated according to AASHTO M 284 with the additional
37 following modifications:
38
39 1. The list of steel reinforcing bars acceptable for coating shall include ASTM A
40 706.
41
42 2. The Contractor shall furnish a written certification that properly identifies the
43 material, the number of each batch of coating material used, quantity
44 represented, date of manufacture, name and address of manufacturer, and a
45 statement that the supplied coating material meets the requirements of
46 AASHTO M 284.
47
1 3. Prior to coating the bars, the Contractor shall submit to the Engineer for
2 review, the coating material manufacturer's recommendation on the proper
3 use and application requirements of the coating material. For Pre Approved
4 Epoxy Coating Facilities this information will be available to the Fabrication
5 Inspector upon request.
6
7 4. A certification stating that all bars have been coated in accordance with the
8 coating material manufacturer's recommendations and these Specifications
9 shall be furnished with each shipment. This certification shall include for each
10 bar size the preheat temperatures, cure times, thickness checks, holidays
11 detected, and test results. Two copies of these certifications shall be furnished
12 to the Engineer.
13
14 5. The Contractor shall give advance notice to the Engineer of the coating as
15 schedule in the coating plant so that Contracting Agency inspection may be
16 provided. The Engineer may inspect the coated bars at the coating plant for
17 approval. do
18
19 6. The patching material, compatible with the coating material and inert in
20 concrete, shall be supplied with each shipment.
21
22 7. For projects where epoxy coated steel reinforcing bars are used in the top mat
23 of bridge decks only, the maximum amount of damage to the coating shall not
24 exceed 0.25 percent of the surface area of each bar.
25
26 8. The thickness of epoxy coating shall be 10 mils plus or minus 2 mils.
27
28 9. Samples, when required, shall be shipped to the Washington State
29 Department of -Transportation, Materials Laboratory, 1655 South 2nd Ave, go
30 Tumwater, Washington 98504.
31
32 9-07.10 Prestressing Reinforcement Strand r
33 The fourth paragraph is revised to read:
34
35 For every 5 reels furnished, one sample, not less than 5 feet long, shall be sent to the
36 Engineer for testing. Samples of the furnished reels with Manufacturer's Certificate of
37 Compliance, a mill certificate, and test report may be shipped directly by the
38 manufacturer to the Engineer. An independent inspector, approved by the Contracting
39 Agency, shall be present during sampling and shall provide a written certification to the
40 Engineer.
41
42 9-07.11 Prestressing Reinforcement Bar
43 The sixth paragraph is revised to read:
44
45 For each heat of steel for high-strength steel bar, the Contractor shall submit two
46 samples, each not less than 5 feet long, to the Engineer for testing.
47
06
1 SECTION 9-08, PAINTS
2 April 5, 2004
3 9-08.2 Paint Formulas — General
4 The following paint formulas and associate specifications are deleted:
5
6 Formula A-6-86 Zinc Dust Zinc Oxide Primer
7 Formula H-2-83-White Masonry Paint for Precast Curbs
8 Formula H-3-83 Yellow Masonry Paint for Precast Curbs
9
10 SECTION 9-09, TIMBER AND LUMBER
11 January 5, 2004
12 9-09.2 Grade Requirements
13 Under "Structures", the last sentence is revised to read:
14
15 Timber lagging for soldier pile walls shall be Douglas Fir-Larch, grade No. 2 or better or
16 Hem-Fir No. 1.
, . 17
18 SECTION 9-10, PILING
19 April 5, 2004
+�w
20 9-10.5 Steel Piling
21 This section is revised to read:
22
23 The material for steel piling and pile splices shall conform to ASTM A 36 or ASTM A
24 992, except the material for steel pipe piling and splices shall conform to the
25 requirements of ASTM A 252, Grade 2. Steel soldier piles, and associated steel bars
26 and plates, shall conform to ASTM A 36 or ASTM A 992, except as otherwise noted in
27 the Plans. All steel piling may be accepted by the Engineer based on the
28 Manufacturer's Certification of Compliance.
29
30 SECTION 9-14, EROSION CONTROL AND ROADSIDE PLANTING
„ 31 August 2, 2004
32 9-14.4(1) Straw
33 The first sentence is revised to read:
34
35 All straw material shall be in an air dried condition free of noxious weeds and other
36 materials detrimental to plant life.
r 37
38 9-14.4(8) Compost
�w 39 The fourth paragraph is revised to read:
40
41 Compost production and quality shall comply with the Chapter 173-350 Section 220
42 WAC.
" 43
44 Under the fifth paragraph, item 1 is revised to read:
45
1 1. Compost material shall be tested in accordance with AASHTO Test Method T87
2 and Section 7 of AASHTO T88.
3
4 Compost Type 1 shall meet the following:
5
6 100% shall pass through a 2" sieve
7 90%to 100% shall pass through a 1" sieve.
8 70%to 100% shall pass through a 3/4" sieve.
9 40%to 75% shall pass through a '/4" sieve.
10 Maximum particle length of 6 inches.
11
12 Compost Type 2 shall meet the following:
13
14 100% shall pass through a 3" sieve
15 90%to 100% shall pass through a 1" sieve.
16 70%to 100% shall pass through a 3/4" sieve.
17 40%to 60% shall pass through a Y4" sieve.
18 Maximum particle length of 6 inches.
19
20 In the seventh paragraph, the first sentence is revised to read: "
21
22 Approval of sources for composted products shall be based on the following submittals
23 by the Contractor:
24
25 This section is supplemented with the following:
26
27 Acceptance will be based upon a satisfactory Test Report from the State Materials Lab
28 indicating that the lot (or lots) of compost meets the specification requirements.
29
30 SECTION 9-15, IRRIGATION SYSTEM
31 January 5, 2004
32 9-15.2 Drip Tubing
33 The second sentence is revised to read:
34
35 Drip tubing shall have a minimum wall thickness of 0.045 inch.
36
37 SECTION 9-16, FENCE AND GUARDRAIL
38 April 4, 2005
39 9-16.1 Chain Link Fence and Gates +w
40 All sub-sections under Section 9-16.1 are deleted and replaced with the following:
41
42 9-16.1(1) General
43 All material used in the construction of chain link fence and gates shall be new. Iron or
44 steel material shall be galvanized unless specified otherwise. Material upon which
45 serious abrasions of galvanizing occur shall not be acceptable.
46
00 1 9-16.1(1)A Post Material for Chain Link Fence
2 Except as noted otherwise, post material shall conform to the requirements of AASHTO
3 M 181, Type I (zinc-coated steel), Grade 1 or 2, and shall be understood to include all
. 4 round and roll-formed material (brace rails, top rails, line posts, brace posts, end posts,
5 corner posts and pull posts).
6
+r• 7 Grade 1 post material shall conform to the weight per linear foot, minimum wall
8 thickness and detail requirements of Standard Plan L-2. Grade 1 post material that
9 exceeds the maximum wall thickness requirement of Standard Plan L-2 may be
10 accepted, provided it does not interfere with the proper construction of the fence.
11
12 Grade 2 post material shall meet the organic exterior coatings requirements of
13 AASHTO M 181 (Section 33) and the additional requirement that the interior coated
14 surface shall be capable of resisting 300 hours of exposure to salt fog with a maximum
15 of 5% red rust when tested in accordance with ASTM B 117.
16
17 0 Round Post Material
18 Round post material shall be Grade 1 or 2.
19
20 0 Roll Form Material
21 Roll-formed post material shall be Grade 1. Roll-formed end, corner, and pull
22 posts shall have integral fastening loops to connect to the fabric for the full
23 length of each post. Top rails and brace rails shall be open rectangular
24 sections with internal flanges as shown in Standard Plan L-2.
25
26 9-16.1(1)B Chain Link Fence Fabric
27 Chain link fabric shall consist of 11 gage wire for Types 3, 4, and 6 fence, and 9 gage
28 wire for Type 1 fence. The fabric shall be zinc-coated steel wire conforming to
29 AASHTO M 181, Class C.
30
31 The wire shall be woven into approximately 2-inch diamond mesh. The width and top
32 and bottom finish of the fabric shall be as specified in AASHTO M 181.
33
34 9-16.1(1)C Tension Wire
35 Tension wire shall meet the requirements of AASHTO M 181. Tension wire galvanizing
36 shall be Class 1.
37
38 9-16.1(1)D Fittings and Hardware
39 Except where indicated, fittings shall be malleable cast iron or pressed steel and shall
40 conform to the requirements of ASTM F626 or AASHTO M232, whichever is applicable.
41 Fittings for any particular fence shall be those furnished by the manufacturer of the
42 fence.
43
44 Tension truss rods shall be 3/8 inch round galvanized rods with drop forged turnbuckles
45 or other approved type of adjustment. Couplings for tubular sections shall be outside
46 sleeve type and shall be at least 6 inches long.
47
48 Eye bolts for attaching tension wire shall be 3/8 inch diameter and of sufficient length to
49 fasten to the type of post being used.
50
aw
1 Tension bars shall be 3/16 inch by 3/4 inch nominal and cross sectional area shall be
2 0.141 in +/- 5%.
3
4 Hog rings shall be 12 gage galvanized steel wire. Tie wire shall be 9 gage galvanized
5 steel wire or 9 gage aluminum wire meeting the requirements of ASTM F626.
6
7 9-16.1(E) Chain Link Gates
8 Gate frames shall be constructed of not less that 11/2 inch (I.D.) hot-dipped galvanized
9 pipe conforming to AASHTO M 181 Type I, Grade 1 or 2 as specified in Section 9-
10 16.1(1)A. The corners of the gate frame shall be fastened together and reinforced with
11 a malleable iron or pressed steel fitting designed for the purpose, or they may be
12 welded. Welding shall conform to the requirements of Section 6-03.3(25). All welds
13 shall be ground smooth and painted with an A-9-73 or A-11-99 primer meeting the
14 requirements of Section 9-08.2. The paint shall be applied in one or more coats to
15 provide a minimum dry film thickness of 3.5 mils.
16
17 Chain link fence fabric for filling the gate frame shall meet the requirements of Section
18 9-16.1(1)6 for the fence type being furnished.
19
20 Cross trussing shall be 5/16 inch steel adjustable rods galvanized in accordance with
21 Section 9-16.1(1)D.
22
23 Each gate shall be furnished complete with necessary hinges, latch, and drop bar
24 locking device designed for the type of gate posts and gate used on the project. Gates
25 shall have positive type latching devices with provisions for padlocking. Hinges,
26 latches, and locking devices shall be galvanized in accordance with Section 9-16.1(1)D.
27
28 Gate frames constructed of steel sections, other than pipe, that are fabricated in such a
29 manner as to form a gate of equal or better rigidity may be used provided they are wo
30 approved by the Engineer.
31
32 9-16.1(1)F Concrete 44
33 All concrete for chain link fence shall be as specified in Section 6-02.3(2)6.
34
35 9-16.1(2) Approval +6
36 Approval of materials for chain link fence shall be by evaluation of independent test
37 results from a certified testing laboratory or by OPL. Independent test results for
38 evaluation shall be submitted to the State Materials Engineer in Tumwater WA.
39
40 9-16.2 Wire Fence and Gates
41 All sub-sections under Section 9-16.2 are deleted and replaced with the following: r
42
43 9-16.2(1) General
44 All materials used in the construction of the wire fence shall be new. All iron or steel w
45 material shall be galvanized. Material upon which serious abrasions of galvanizing
46 occur will not be acceptable.
47 wr
48 9-16.2(1)A Steel Post Material
49 Round Post Material
50 Round post material shall conform to AASHTO M 181, Type I, Grade 1. No
1W 1
2 Angle Post Material (Channel, T, U, Y, or Other Approved Style)
3 All angle post material shall be hot-dipped galvanized in accordance with the
4 requirements of AASHTO M 111 grade 75. Galvanizing shall be 1.7 oz/ft2 of
5 surface area. Angle post used for end, corner, gate and pull post and brace shall
6 have a minimum weight of 3.1 lb/ft.
sir 7
8 Posts shall be not less than 7 feet in length. A tolerance of -5% on the weight of
9 individual posts, braces or anchor plates will be permitted. One type of line post shall
.. 10 be used throughout the project. Line posts shall be studded, slotted, or properly
11 adapted for attaching either wire or mesh in a manner that will not damage the
12 galvanizing of posts, wire or mesh during the fastening. Line posts shall have a
.r. 13 minimum weight of 1.33 Ibs/ft and shall be provided with a tapered galvanized steel
14 anchor plate. The anchor plate shall be securely attached and have a surface area of
15 20 +/-2 in2, a minimum weight of 0.67 pounds and 1.7 oz/ft2 galvanizing.
16
17 9-16.2(1)B Wood Fence Posts and Braces
18 Douglas fir, Western red cedar, hemlock, or larch shall be used in the construction of
19 wood fence posts and braces. The material shall be of good quality and approved by
20 the Engineer before use. Peeler cores shall not be used for round posts. Wood fencing
21 materials shall have sufficient sapwood in the outer periphery to obtain the specified
V 22 penetration of preservative. Western red cedar will not require preservative treatment.
23 Fencing materials shall be cut to the correct length before pressure treatment.
24
25 Line posts shall be 3 inch minimum diameter round posts or nominal 3 inch by 3 inch
26 square sawed posts. If the posts are to be pointed for driving, they shall be pointed
27 before treatment. Line posts shall be at least 7 feet in length.
28
29 Pull posts and brace posts shall be 6 inch diameter round posts or nominal 6 inch by 6
30 inch material not less than 7 feet in length.
31
32 End, gate, and corner posts, and posts at an intersecting fence shall be 6 inch diameter
33 round posts or nominal 6 inch by 6 inch material not less than 7 feet 10 inches in
34 length.
35
36 All sawed posts and timbers shall meet the requirements in the table under Section 9-
37 09.2.
38
39 The preservatives used to pressure treat wood fencing materials shall meet the
40 requirements of Section 9-09.3.
r 41
42 The retention and penetration of the preservative shall be as follows:
43
Y
+�w
Minimum Retention in Pounds Per Cubic Foot 40
Preservative Sawed Posts Round Posts
Creosote 10.00 8.00 10
Pentachloro henol 0.50 0.40
ACA 0.40 0.40
ACZA 0.40 0.40
CCA 0.40 0.40
1
2 Minimum Penetration
3 9i
4 for material 5' or less - 0.40 inches penetration and 90% of sapwood
5 for material 5" or greater - 0.50 inches penetration and 90% of sapwood
6
7 9-16.2(1)C Brace Wire
8 Brace wire shall be 9 gage wire galvanized to meet the requirements of AASHTO M
9 279, Type Z, Class 1.
10
11 9-16.2(1)D Staples and Wire Clamps
12 The staples used to attach the wire fencing to wood posts shall be 9 gage wire, 1 1/2
13 inches long, galvanized to meet the requirements of AASHTO M 279, Type Z, Class 1.
14
15 The wire clamps used to attach the wire fencing to steel posts shall be 11 gage wire,
16 galvanized to meet the requirements of AASHTO M 279, Type Z, Class 1.
17
18 9-16.2(1)E Barbed Wire ;
19 Barbed wire shall conform to the requirements of AASHTO M 280, Type Z and shall
20 consist of two strands of 12 1/2 gage wire, twisted with four point 14 gage barbs with
21 barbs spaced 5 inches apart (Design 12-4-5-14R). Galvanizing shall be Class 3.
22
23 9-16.2(1)F Wire Mesh
24 Wire mesh shall conform to the requirements of AASHTO M 279, Type Z and shall
25 consist of eight horizontal wires with vertical stays spaced 6 inches apart. The top and
26 bottom wires shall be 10 gage, and the intermediate wires and vertical stays shall be 12
27 1/2 gage. The mesh shall have a total width of 32 inches (Design 832-6-12 1/2).
28 Galvanizing shall be Class 3.
29
30 The zinc coated wire as represented by the test specimens shall be capable of being
31 wrapped in a close helix at a rate not exceeding 15 turns/minute around a cylindrical
32 steel mandrel having a diameter the same as the specimen being tested, without
33 cracking or flaking the zinc coating to such an extent that any zinc can be removed by
34 rubbing with the bare fingers.
35
36 9-16.2(1)G Vertical Cinch Stays
37 Vertical cinch stays shall be 10 gage galvanized wire meeting the requirements of
38 AASHTO M 279, Type Z, Class 1.
39
.P
3w 1 9-16.2(1)H Miscellaneous Hardware
2 Bolts, nuts, hinges, latches and other miscellaneous hardware shall be galvanized in
3 accordance with AASHTO M 232.
wr 4
5 9-16.2(1)1 Wire Gates
6 Gate frames shall be constructed of galvanized pipe with a nominal diameter of not less
7 than 1 inch. The pipe shall conform to the requirements of AASHTO M 181 Type I,
8 Grade 1. Wire gates shall be not less than 48 inches in height and shall be designed to
9 fit openings of the width called for in the Plans or as indicated by the bid items. Each
,r 10 gate shall be provided with two upright braces of the same material as the frame,
11 spaced at 1/3 points in the gate. All gates shall be provided with adjustable 5/16 inch
12 diameter galvanized diagonal truss rods from corner to corner. Galvanizing shall be in
„ 13 accordance with Section 9-16.2(1)H.
14
15 The gate frame shall be provided with wire mesh conforming to the requirements
16 specified in Section 9-16.2(1)F, except that it shall consist of 10 horizontal wires and
17 have a total width of 47 inches.
18
19 Each gate shall be furnished complete with necessary galvanized hinges and latch
20 designed for use with the type of gate posts used on the project. The hinges shall be
21 so designed as to be securely attached to the gate post and to enable the gate to be
22 swing back against the fence. Double gates shall be hinged in the same manner as
23 single gates and shall be provided with an approved galvanized drop bar locking device.
24 Galvanizing for hinges, latches, and locking devices shall be in accordance with Section
25 9-16.2(1)H.
26
27 9-16.2(1)J Concrete
28 All concrete for wire fence shall be as specified in Section 6-02.3(2)B.
29
30 9-16.2(2) Approval
31 Approval of materials for wire fence shall be by evaluation of independent test results
32 from a certified testing laboratory or by QPL. Independent test results for evaluation
33 shall be submitted to the State Materials Engineer in Tumwater WA.
34
35 9-16.3(1) Rail Element
36 The third paragraph is revised to read:
37
38 The 6-inch channel rails and splice plates shall conform to ASTM A 36, except that the
39 channel rails may conform to ASTM A 992. All fabrication shall be complete before
40 galvanizing.
41
42 9-16.3(2) Posts and Blocks
43 The first sentence of the first paragraph is revised to read:
44
45 Posts and blocks may be of creosote treated timber, pentachlorophenol treated timber,
46 waterborne chromated copper arsenate (CCA), ammoniacal copper arsenate (ACA), or
47 ammoniacal copper zinc arsenate (ACZA), treated timber or galvanized steel; except
48 only treated timber posts and blocks may be used for weathering steel beam guardrail.
49
AV
..
1 In the second paragraph, the treatment for Pentachlorophenol is revised from 060 lbs. pcf to
2 0.60 lbs. pcf.
3
4 The fourth paragraph is revised to read: ,
5
6 Steel posts, blocks, and base plates, where used, shall conform to either ASTM A 36 or
7 ASTM A 992, and shall be galvanized in accordance with AASHTO M 111. Welding
8 shall conform to Section 6-03.3(25). All fabrication shall be completed prior to
9 galvanizing.
10
11 9-16.3(4) Hardware
12 This section is revised to read:
13
14 Bolts, unless otherwise specified, shall comply with ASTM A 307 Grade A -
15 specifications. High strength bolts shall conform to the requirements of AASHTO M
16 164. Nuts, unless otherwise specified, shall comply with ASTM A 563 Grade A
17 specifications. Washers, unless otherwise specified, shall meet ASTM F 844
18 specifications. The Contractor shall submit a manufacturer's certificate of compliance
19 for high strength bolts, nuts, and washers prior to installing any of the hardware. A307
20 Bolts will be accepted by field verification and documentation that bolt heads are 40
21 stamped 307A.
22
23 9-16.3(5) Anchors e'
24 The sixth paragraph is revised to read:
25
26 The anchor plate, W200 x 27 and metal plates shall be fabricated of steel conforming to the
27 specifications of ASTM A 36, except that the W200 x 27 may conform to ASTM A 992.
28
29 SECTION 9-17, FLEXIBLE GUIDE POSTS
30 December 6, 2004
31 9-17.1 General +
32 The first paragraph is revised to read:
33
34 Flexible guide posts shall be made of a flexible, nonwarping, nonmetallic, durable
35 plastic material; shall be resistant to damage due to impact, ultraviolet light, ozone,
36 hydrocarbons, and other effects of atmospheric weathering; shall resist stiffening with
37 age; and shall exhibit good workmanship and be free of burns, discoloration, Id
38 contamination and other objectionable marks or defects that affect appearance or
39 serviceability. The portion of ground mounted guide post installed below ground may
40 be the same material as the portion above ground or other durable material suitable for rr
41 firmly anchoring the post in the ground. When iron or steel are used for the in ground
42 portion, galvanize in accordance with AASHTO M 111. The top of tubular posts shall
43 be closed to prevent moisture or debris from entering. Surface mounted guide posts war
44 shall be mounted on a base made of a rigid high impact resistant material and be
45 resistant to ultraviolet light, ozone, and hydrocarbons. The post shall mount directly
46 into or onto the base in a tamper proof manner and shall allow for easy replacement. ,iii
47 Guardrail mounted guide posts shall be the same as ground mounted guide posts
48 except the length shall be adjusted to meet the mounting height requirements in the
V 1 Standard Plans. Appropriate holes shall be provided for fastening the guide post to the
2 guard rail post.
3
w 4 The second sentence in the second paragraph is revised to read:
5
6 If analysis by the Materials Laboratory determines there is a change in material
00 7 composition, such change shall constitute grounds for rejection and/or removal from the
8 Qualified Products List.
9
40 10 The second sentence in the fifth paragraph is deleted.
11
12 Section 9-17.1 is supplemented with the following new sub-sections:
13
14 9-17.1(1) Dimensions
15 1. Flat Type — The post has a minimum width of 3 inches of continuous flat surface
16 with no curvature for the entire length of the post. This will allow for ridges on the
17 outer edges and back of post intended for structural support.
18
19 2. Tubular Type — The post is tubular or round/circular in shape. This allows for a
20 tubular post with a minimum diameter of 3 inches or a tubular post with a minimum
21 diameter of 2 inches with a flat or flattened oval surface at least 3 inches wide and
22 12 inches long measured from the top for mounting reflective sheeting.
23
24 3. Non-flat and Non-tubular Type — This includes all post that do not fit into the two
AW 25 types indicated above. This would include convex, w-shape, oval, and other post
26 designs. The post shall be wide enough to accept a 3 inch wide reflective
27 sheeting. Any curvature or rounding shall not significantly reduce the brightness
28 value of the reflective sheeting.
29
30 4. Surface Mount Guide Post Base—The base for surface mount guide posts shall be
31 approximately 8 inches in diameter with a maximum height of 2 inches.
32
33 5. Guide posts shall be of such length to provide the required mounting height above
34 the pavement surface in accordance with the Standard Plans.
35
36 9-17.1(2) Reflective Sheeting
37 Reflective sheeting for guide posts shall be Type III, IV, V, or VII conforming to Section
" 38 9-28.12. The reflective panel on a flat or elliptical guidepost shall have a minimum
39 width of 3 inches facing traffic. The reflective sheeting shall have a minimum area of 24
40 square inches (3 inches by 8 inches). The reflective panel on a round guidepost shall
r► 41 have an 8-inch minimum band of reflective sheeting visible for 360 degrees. Mount the
42 reflective sheeting on the guide post as detailed in the Standard Plans. Sheeting shall
43 remain in place during the life of the post.
it 44
45 9-17.2 Laboratory Tests
46 This section including title is revised to read:
47
48 9-17.2 Ultraviolet Resistance Test Procedure (Laboratory Test)
49 Two posts will be tested initially for tensile strength and elongation according to ASTM
wr 50 D-638 and again after 1,000 hours QUV weatherometer exposure (ASTM G53).
«.
1
2 Six bow tie specimens shall be prepared from the delineator post samples submitted for
3 the purpose of ultraviolet (UV) exposure. The specimens shall be cycled at 1,000 hours
4 in a weatherometer in accordance with ASTM G 53 (3 hr. 60C UV, 3 hr. 50C CON).
5 Three of each type shall be used for control purposes. The remaining three shall be
6 subjected to 1000 hours of UV exposure in the QUV weatherometer. Specimen
7 dimensions conform to those outlined below. to
8
9 The laboratory test data shall summarize the tensile strength of each, and the average
10 tensile strength for both control and weathered samples. The data shall also
11 summarize the elongation of each, and the average elongation for both control and
12 weathered samples. The average values shall be used to show the percent change in
13 tensile and elongation.
14
15 Section 9-17.2 is supplemented with the following new sub-section:
16
17 9-17.2 (1) Acceptance
18 The specimens shall show no signs of delamination, distress, or discoloration. Physical
19 properties of tensile strength and rigidity shall be maintained within 80 percent of the
20 unconditioned values. 40
21
22 9.17.3 Field Tests
23 This section including title is revised to read:
24
25 9-17.3 Field Impact Test Procedure
26 Sample size of eight units will be tested the following way:
27
28 Flexible Ground Mounted Posts
29 Eight flexible ground mounted posts installed by the manufacturer (four installed
30 manually and four installed mechanically). The delineators will be hit ten times
31 (four posts for glancing bumper hits and four posts for wheel hits). A standard
32 sedan with a bumper height of approximately 18" while traveling at a speed of 55 t e
33 2 mph will be used for impact testing. Five of the impacts will be at an ambient
34 temperature of 32 t 5°F and the remaining five impacts at an ambient temperature
35 of 85 ±_5°F. The test vehicle shall impact four of the posts at an angle No
36 perpendicular to the front of the post and shall impact the remaining posts at an
37 angle of 250 clockwise from the angle perpendicular to the front of the posts. The Vill
38 same test samples will be used for the ten hits. Two flexible posts will be used for
39 weatherometer testing. A glancing hit is defined as one on the bumper near the
40 vehicle headlight. The delineators shall be installed a minimum of eight hours prior
41 to being hit.
42
43 Flexible Surface Mounted Posts
44 Eight flexible surface mounted posts installed by the manufacturer will be hit ten
45 times (four posts for glancing bumper hits and four posts for wheel hits). A
46 standard sedan with a bumper height of approximately 18" while traveling at a
47 speed of 55 ± 2 mph will be used for impact testing. Five of the impacts will be at
48 an ambient temperature of 32 ± 5°F and the remaining five impacts at an ambient
49 temperature of 85:t 5°F. The test vehicle shall impact four of the posts at an angle
50 perpendicular to the front of the post and shall impact the remaining posts at an 40
1 angle of 250 clockwise from the angle perpendicular to the front of the posts. The
2 same test samples will be used for the ten hits. Two flexible posts will be used for
3 weatherometer testing. A glancing hit is defined as one on the bumper near the
4 vehicle headlight. The delineators shall be installed a minimum of eight hours prior
5 to being hit.
6
7 Section 9-17.3 is supplemented with the following new sub-sections:
8
9 9-17.3 (1) Test Observations
+rr 10 Inspect each post after each impact and document the following:
11
12 1. Any splits, cracks, breaks or other forms of deformation or distress;
+r 13
14 2. The percent list to vertical two minutes after each impact;
15
10 16 3. The approximate percentage of the reflective area that is damaged after each
17 impact to an extent it no longer performs as intended;
18
19 4. Any problems or comments associated with the installation and removal of the
20 posts and bases. The testing agent will document any special equipment or
21 techniques required for installing or removing the posts and bases.
22
23 5. Any problems or comments associated with the performance of each ground
24 mounted flexible delineator post that would be of interest to the states;
25
26 6. Type of soil and impact surface.
27
28 9-17.3 (2) Acceptance
29 A failure is defined as any of the following:
30
31 1. A minimum of 50 percent of the reflective sheeting shall be retained
32 undamaged. An area of damage greater than 50 percent is considered a
33 failure.
34
35 2. If the guide post leans more than 10 degrees from vertical it is considered a
36 failure.
37
38 3. Any cracking, other than surface cracking evident on only one face of the post,
39 is considered a failure.
40
41 4. Pullout in excess of 3 inches is considered a failure.
42
43 At least six of the guide posts must pass each criteria in the 55 + 2 miles per hour series of
44 impacts to be acceptable.
45
46 SECTION 9-23, CONCRETE CURING MATERIALS AND ADMIXTURES
47 April 4, 2005
48 This section is supplemented with the following new sub-sections:
AW 49
V
1 9-23.10 Ground Granulated Blast Furnace Slag
2 Ground granulated blast furnace slag shall meet the requirements of AASHTO M 302,
3 Grade 100 or Grade 120. The grade of the ground granulated blast furnace slag, the
4 source, and type of manufacturing facility shall be certified on the cement mill test
5 certificate.
6
7 9-23.11 Microsilica Fume
8 Microsilica Fume shall conform to the requirements of AASHTO M 307. The optional
9 physical requirement for Reactivity with Cement Alkalies set forth in Table 3 will be
10 required when Microsilica Fume is being used as an ASR mitigation measure.
11
12 SECTION 9-28, SIGNING MATERIALS AND FABRICATION
13 December 6, 2004 ,
14 9-28.1 General
15 The third sentence in the first paragraph is deleted.
16
17 9-28.6 Destination Sign Messages
18 The second paragraph is deleted. 4W
19
20 9-28.8 Sheet Aluminum Signs
21 The sheet thickness chart is revised to read:
22
23 Maximum Horizontal Dimension Sheet Aluminum Thickness
24 Overlay panels 0.050 inch
25 Up to 20 inches 0.063 inch
26 20 inches to 36 inches, inclusive 0.080 inch
27 Over 36 inches (Permanent Signs) 0.125 inch
28
29 The fourth paragraph is revised to read:
30
31 Before placing aluminum in contact with untreated steel, the steel surfaces shall be
32 protected by proper cleaning and painting with one coat of Zinc Primer A-9-73 or A-11-
33 99 and two coats of aluminum paint D-1-57.
34
35 9-28.10 Plywood Signs
36 This section is deleted.
37
38 9-28.11 Hardware
39 The entry for hardware item "Angle and "Z' Bar" in the table in this section is revised to read:
40 '
41 Angle and "Z' Bar ASTM B 221 6061-T6 Aluminum
42 ASTM A 36 or ASTM A 992 Steel
43
44 9-28.14(2) Steel Structures and Posts
45 This section is revised to read:
46
47 Truss chords, struts, and diagonals, end posts, and end post struts and diagonals for
48 sign bridge structures and cantilever sign structures shall conform to either ASTM A 36
49 or ASTM A 53 Grade B Type E or S. The nominal pipe diameter and the pipe wall r
1 thickness shall be as shown in the Plans or Standard Plans. All other structural steel
2 for sign bridge structures and cantilever sign structures shall conform to either ASTM A
3 36 or ASTM A 992. Truss member connection hardware shall conform to Section 9-
4 06.5(3).
5
6 Pipe members for bridge mounted sign brackets shall conform to ASTM A 53 Grade B
w• 7 Type E or S, and shall be Schedule 40 unless otherwise specified. All other structural
8 steel for bridge mounted sign brackets shall conform to either ASTM A 36 or ASTM A
9 992. U bolts, and associated nuts and washers, shall be stainless steel conforming to
10 Section 9-28.11, and shall be fabricated hot.
11
12 Anchor rods for sign bridge and cantilever sign structure foundations shall conform to
13 ASTM F 1554 Grade 105, including Supplemental Requirements S2, S3, and S5. Nuts
14 and washers for sign bridge and cantilever sign structure foundations shall conform to
15 AASHTO M 291 Grade DH and AASHTO M 293, respectively.
V 16
17 Steel sign structures and posts shall be galvanized after fabrication in accordance with
18 AASHTO M 111, unless noted otherwise in the Plans. All bolts, nuts, and washers shall
IV 19 be galvanized after fabrication in accordance with AASHTO M 232. Unless otherwise
20 specified in the Plans or Special Provisions, metal surfaces shall not be painted.
21
22 Except as otherwise noted, steel used for sign structures and posts shall have a
" 23 controlled silicon content of either 0.00 to 0.04 percent or 0.15 to 0.25 percent. If the
24 Plans or Special Provisions specify painting of the galvanized steel surfaces, then the
25 controlled silicon content requirement does not apply for those steel members. Mill test
26 certificates verifying the silicon content of the steel shall be submitted to both the
27 galvanizer and the Engineer prior to beginning galvanizing operations.
28
29 Minor fabricating and modifications necessary for galvanizing will be allowed if not
30 detrimental to the end product as determined by the Engineer. If such modifications are
31 contemplated, the Contractor shall submit to the Engineer, for approval, six copies of
4" 32 the proposed modifications, prior to fabrication.
33
34 SECTION 9-29, ILLUMINATION, SIGNALS, ELECTRICAL
35 April 4, 2005
36 9-29.3 Conductors, Cable
37 Under the second paragraph, item 5 is revised to read:
38
39 5. Pole and bracket cable shall be a two-conductor cable rated for 600 volts. The
+w► 40 individual conductors shall be one red and one black 19-strand No. 10 AWG
41 copper, assembled parallel. The conductor insulation shall be 45-mil polyvinyl
42 chloride or a 600 volt rated cross-linked polyethylene. The Jacketing shall be
wr 43 polyethylene or polyvinyl chloride not less than 45-mils thick. If luminaires with
44 remote ballasts are specified in the contract, this same cable shall be used
45 between luminaire and ballast for both timber and ornamental pole construction. If
�. 46 the luminaire requires fixture wire temperatures greater than 75°C, the outer jacket
47 shall be stripped for that portion of the cable inside the luminaire. The single
48 conductors shall then be sheathed with braided fiberglass sleeving of the
1 49 temperature rating recommended by the luminaire manufacturer.
40
o.
1
2 9-29.6 Light and Signal Standards
3 The first paragraph is supplemented with the following:
4
5 Fabrication of light and signal standards shall conform to the applicable requirements of
6 Section 6-03.3(14).
7
8 9-29.6(1) Light and Signal Standards
9 This section including title is revised to read:
10 w
11 9-29.6(1) Steel Light and Signal Standards
12 Steel plates and shapes for light and signal standards shall conform to ASTM A 36,
13 except that structural shapes may conform to ASTM A 992. Shafts for light and signal 0
14 standards, except Type PPB signal standards, shall conform to ASTM A 572 Grade 50. r
15 Shafts and caps for Type PPB signal standards, slipfitters for type PS I, FB, and RM
16 signal standards, and all pipes shall conform to ASTM A 53 Grade B. Base plates for
17 light standards shall conform to ASTM A 572, Grade 50, except as otherwise noted in
18 the Standard plans for fixed base light standards. Base plates for signal standards shall
19 conform to ASTM A 36. Connecting bolts shall conform to AASHTO M 164. Fasteners
20 for handhole covers, bands on lighting brackets, and connector attachment brackets
21 shall conform to ASTM F 593.
22
23 Light and signal standards shall be hot-dipped galvanized in accordance with AASHTO '
24 M 111 and AASHTO M 232.
25
26 Steel used for light and signal standards shall have a controlled silicon content of either
27 0.00 to 0.04 percent or 0.15 to 0.25 percent. Mill test certificates verifying the silicon
28 content of the steel shall be submitted to both the galvanizer and the Engineer prior to
29 beginning galvanizing operations.
30
31 9-29.6(2) Slip Base Hardware
32 This section is revised to read:
33
34 Slip plates and anchor plates for light standards and for Type FB and RM signal
35 standards shall conform to the requirements of ASTM A 572 Grade 50. The keeper
36 plate shall be 28 gage, conforming to ASTM A 653 coating designation G 90. Clamping
37 bolts for slip base assemblies and slip base adapters shall conform to AASHTO M 164.
38 Studs and bolts for slip base adapters shall conform to AASHTO M 164. Nuts shall 16
39 conform to AASHTO M 291 Grade DH. Hardened washers shall conform to AASHTO
40 M 293. Plate washers shall conform to ASTM A 36.
41
42 Galvanized bolts shall meet standard specification 9-06.5(4).
43
44 9-29.10 Luminaires
45 Under the first paragraph, the third sentence in item D is revised to read:
46
47 All internal luminaire assemblies shall be assembled on or fabricated from either io
48 stainless steel or galvanized steel.
49
1 9-29.13 Traffic Signal Controllers
2 This section is supplemented with the following:
3
4 All Traffic Signal Control Equipment Shall be Tested As Follows.
5
6 The supplier shall:
.w 7
8 1. Seven days prior to shipping, arrange appointment for controller cabinet
9 assembly, and testing at the WSDOT Materials Laboratory or the facility
10 designated in the Special Provisions.
11
12 2. Assembly shall be defined as but not limited to tightening all screws, nuts
13 and bolts, verifying that all wiring is clear of moving parts and properly
14 secured, installing all pluggables, connecting all cables, Verify that all
15 contract required documents are present, proper documentation is
16 provided, and all equipment required by the contract is installed.
17
18 3. The assembly shall be done at the designated WSDOT facility in the
19 presence of WSDOT personnel.
20
21 4. The supplier shall demonstrate that all of the functions required by this
rr 22 specification and the contract Plans and Special Provisions perform as
23 intended. Demonstration shall include but not be limited to energizing the
24 cabinet and verifying that all 8 phases, 4 pedestrian movements, 4
25 overlaps (as required by the Contract Provisions) operate per Washington
26 State Standard Specifications Section 9-29.13. The supplier shall place
27 the controller in minimum recall with interval timing set at convenient
28 value for testing purposes. Upon a satisfactory demonstration the
29 controller assembly will then be accepted by WSDOT for testing.
30
31 5. If the assembly, and acceptance for testing is not complete within 5
32 working days of delivery, the Project Engineer may authorize the return of
33 the assembly to the supplier, with collect freight charges to the supplier.
34
35 6. The Contractor will be notified when the testing is complete, and where
36 the assembly is to be picked-up for delivery to the project.
37
+w 38 7. The supplier has 5 working days to repair or replace any components that
39 fail during the testing process at no cost to the Contracting Agency. A
40 failure shall be defined as a component that no longer functions as
+rr 41 intended under the conditions required or does not meet the requirements
42 of the Contract Specifications and is at the soul discretion of WSDOT.
43
44 8. Any part or component of the controller assembly, including the cabinet
45 that is rejected shall not be submitted for use by WSDOT or any City or
46 County in the State of Washington.
47
48 9-29.13(6) Radio Interference Suppressers
49 In the first paragraph, the second sentence is revised to read:
50
OW
1 Interference suppressers shall be of a design which will minimize interference in both
2 broadcast and aircraft frequencies, and shall provide a minimum attenuation of 50
3 decibels over a frequency range of 200 kilohertz to 75 megahertz when used in
4 connection with normal installations ail
5
6 9-29.13(7) Traff ic-Actuated Controllers
7 In the first paragraph, item 3 is revised to read:
8
9 3. A minimum of four overlaps.
10
11 9-29.13(7)B Auxiliary Equipment for NEMA Controllers
12 Under the first paragraph, item 2 is supplemented with the following:
13
14 The controller cabinet shall have all cabinet wiring installed for eight vehicle phases,
15 four pedestrian phases, four emergency pre-empts, four overlaps (OL A, B, C, D).
16
17 Under the first paragraph, item 7 is revised to read:
18
19 7. A "Display Panel" when noted in the contract. The display panel shall depict a
20 generic eight-phase operation. The panel shall be mounted on the inside of the
21 front cabinet door and the mounting shall be of a design that allows positioning of
22 the panel in four orientations 90 degrees from each other. The mounting shall be
23 removable without use of any tools. Incandescent red, yellow, green, walk and
24 don't walk indicator lights shall be provided for each phase. The indicator lights
25 shall be connected to the associated field terminals. The connecting cable shall be
26 long enough to allow for any mounting orientation. No diodes will be allowed in the
27 display panel. A means of disconnecting all wiring entering the panel shall be
28 provided. Switches shall be provided on the panel with labels and functions as
29 follows:
30
31 a. Display On — Signal indicator lamps will display the operation of the
32 intersection.
33
34 b. Test—All indicator lamps shall be energized.
35
36 c. Display Off—all signal indicator lamps shall be de-energized.
37
38 A "Detector Panel", as specified in Standard Specification Section 9-29.12(7)D,
39 shall be installed. The panel shall be mounted on the inside of the front cabinet
40 door. The detector panel shall be constructed as a single unit. Detector switches
41 with separate operate, test, and off positions shall be provided for each field
42 detector input circuit. A high intensity light emitting diode (LED) shall be provided
43 for each switch. The lamp shall energize upon vehicle, pedestrian or test switch
44 actuation. The test switch shall provide a spring loaded momentary contact that ,
45 will place a call into the controller. When in the OFF position, respective detector
46 circuits will be disconnected. In the operate position, each respective detector
47 circuit shall operate normally. Switches shall be provided on the panel with labels
48 and functions as follows:
49
1 a. Display On — Detector indicator lights shall operate consistent with their
2 respective switches.
3
4 b. Display Off—detector indicator lights shall be de-energized.
5
6 A means of disconnecting all wiring entering the panel shall be provided. The
a. 7 disconnect shall include a means to jumper detection calls when the display panel
8 is disconnected. All switches on the panel shall be marked with its associated plan
9 detector number. All markers shall be permanent.
,rw 10
11 9-29.13(7)D NEMA Controller Cabinets
12 This section is revised to read:
rr 13
14 Each traffic-actuated NEMA controller shall be housed in a weatherproof cabinet
15 conforming to the following requirements:
w 16
17 1. Construction shall be of 0.073-inch minimum thickness series 300 stainless
18 steel or 0.125 minimum thickness 5052 H32 ASTM B209 alloy aluminum. The
19 stainless steel shall be annealed or one-quarter-hardness complying with
20 ASTM A666 stainless steel sheet. Cabinets may be finished inside with an
21 approved finish coat of exterior white enamel. If no other coating is specified
22 in the Contract Provisions the exterior of all cabinets shall be bare metal. All
23 controller cabinets shall be furnished with front and rear doors.
24
25 2. The cabinet shall contain shelving, brackets, racks, etc., to support the
26 controller and auxiliary equipment. All equipment shall set squarely on
27 shelves or be mounted in racks and shall be removable without turning, tilting,
28 or rotating or relocating one device to remove another. A 24 slot rack or racks
29 shall be installed. The rack(s) shall be wired for 2 channel loop detectors and
30 as follows. Slots 1 & 2 phase 1 loop detectors. Slots 3, 4, & 5 phase 2 loop
31 detectors. Slots 6 & 7 phase 3 loop detectors. Slots 8, 9, & 10 phase 4 loop
` 32 detectors. Slots 11 & 12 phase 5 loop deterctors. Slots 13, 14, & 15 phase 6
33 loop detectors. Slots 16 & 17 phase 7 loop detectors. Slots 18, 19 & 20
34 phase 8 loop detectors. Slot 21 upper phase 1 loop detector. Slot 21 lower
35 phase 5 detector. Slot 22 wired for a 2 channel discriminator channels A, C.
36 Slot 23 wired for a 2 channel discriminator, channels B, D. Slot 24 wired for a
37 4 channel discriminator, wired for channel A, B, C, D. All loop detector slots
38 shall be wired for presence/ pulse detection/ extension. If an external power
39 supply is required in order for the entire racks(s) to be powered it shall be
40 installed. All rack(s) slots shall be labeled with engraved identification strips.
41
42 3. Additional detection utilizing the "D" connector shall be installed in accordance
43 with the contract. The cabinet shall be of adequate size to properly house the
w 44 controller and all required appurtenances and auxiliary equipment in an upright
45 position with a clearance of at least 3 inches from the vent fan and filter to
46 allow for proper air flow. In no case shall more than 70 percent of the cabinet
!+ 47 volume be used. There shall be at least a 2-inch clearance between shelf
48 mounted equipment and the cabinet wall or equipment mounted on the cabinet
49 wall.
50
w.
1 4. The cabinet shall have an air intake vent on the lower half of the front door,
2 with a 12 inch by 16 inch by 1 inch removable throw away filter, secured in
3 place with a spring-loaded framework.
4
5 5. The cabinet door(s) shall be provided with:
6
7 a. Spring loaded construction core locks capable of accepting a Best
8 type CX series six segment (core installed by others) shall be
9 installed in each door with the exception of the police panel door.
10 Cabinet doors shall each have a three point latch system.
11
12 b. A police panel assembly shall be installed in the front door and shall
13 have a stainless steel hinge pin and a police panel lock. Two police
14 keys with shafts a minimum of 1 3/4 inches long shall be provided
15 with each cabinet.
16
17 c. All doors and police panel door shall have one piece closed cell, '
18 neoprene gaskets.
19
20 d. A two position doorstop assembly. Front and rear interior light control
21 switches.
22
23 9-29.13(7)E Type 170E, 170E-HC-11, 2070, 2070 Lite, ATC Controller Cabinets 1e'
24 This section is revised to read:
25
26 The above controllers shall be housed in a Models 332, Double 332, 336, 336S, 303 '
27 ITS/ATC cabinets, or as specified in the contract. Each door shall be furnished with a
28 construction core lock conforming to Standard Specifications 9-29.13 (7)D 5a, b and c
29 above. A police panel with door, stainless steel hinge pin and lock shall be provided.
30 Two police keys with shafts a minimum of 1 3/4" long shall be provided with each
31 cabinet. Each of these cabinets shall be furnished with auxiliary equipment described
32 in Standard Specification 9-29.13(7)C. Type 334 cabinets for traffic data station
33 controller furnished shall meet current Caltrans 170E specifications, as stated in
34 Standard Specification 9-29.13(7) and as follows. Camera control and DMS local
35 control cabinets shall contain the equipment shown in the Plans. The cabinet shall
36 have the same external physical dimensions and appearance of Model 334 cabinets.
37
38 1. The cabinet shall be fabricated of stainless steel or sheet aluminum in
39 accordance with Section 9-29.13(7)D, Item number 1. Painted steel, painted or
40 anodized aluminum is not allowed.
41
42 2. Cabinet doors shall have a three-point latch and two-position stop assembly
43 with spring loaded construction core lock capable of accepting a Best lock
44 company type, with 6-pin CX series core. The Contractor shall supply
45 construction cores. Upon contract completion, the Contractor shall deliver two
46 master keys to the Engineer.
47
48 3. Field wire terminals shall be labeled in accordance with the Field Wiring Chart.
49
16
1 4. A shatterproof fluorescent interior cabinet lights with self-starting ballast shall
2 be furnished, one fixture mounted on the rear rack near the top and the
3 second mounted at the top of the front rack. Door switches shall automatically
,.► 4 turn on both lights when either door is opened.
5
6 5. One controller unit shelf, which attaches to the front rails of the EIA rack, shall
7 be provided in lieu of the two controller unit support angles. The shelf shall be
8 fabricated from aluminum and shall be installed such that it does not interfere
9 with access to any terminal block. The shelf shall contain a rollout flip-top
10 drawer for storage of wiring diagrams and manuals.
11
12 A disposable paper filter element of at least 180 square inches shall be provided in lieu
13 of a metal filter.
14
15 All traffic data and ramp meter cabinets shall include the following accessories:
16
• 17 1. Each cabinet shall be equipped with a fully operable controller equipped as
18 specified in the Contract Provisions.
19
20 2. Two input files, except on Type 303 and 336 cabinet shall be supplied, each
21 using 133 millimeters of rack height.
22
23 3. Power Distribution Assembly shall be PDA #3 as detailed in the January 1989
24 Caltrans 170 specification, with all current amendments.
25
26 The PDA #3 shall contain three Model 200 Load Switches.
27
28 A transient voltage protection device shall be provided, which plugs into the
29 controller unit receptacle and in turn accepts the controller plug and meets the
30 electrical requirements of Section 9-29.13(7)B(3) item e.
31
32 A second transfer relay, Model 430, shall be mounted on the rear of the PDA
33 #3 and wired as shown in the Plans.
34
35 4. Police Panel shall contain only one DPDT toggle switch. The switch shall be
36 labeled POLICE CONTROL, ON-OFF.
37
38 5. Display Panel
39
40 A. General
41 Each cabinet shall be furnished with a display panel. The panel shall be
42 mounted, showing and providing detection for inputs and specified
43 controller outputs, at the top of the front rack above the controller unit.
44 The display panel shall be fabricated from brushed aluminum and
45 constructed according to the detail in the Plans.
46
47 B. Text
48 All text on the display panel shall be black in color and silk screened
49 directly to the panel except the Phenolic detector and cabinet nameplates.
50 A nameplate for each loop shall be engraved with a 1/4 inch nominal text
VW
ow
1 according to the ITS Field Wiring Charts. The nameplates shall be
2 permanently affixed to the display panel.
3
4 C. LEDs
5 The LEDs for the display panel shall meet the following specifications:
6
7 Case size T 1-3/4
8 Viewing angle 500 minimum
9 Brightness 8 Milli candelas
10
11 LEDs with RED, YELLOW or GREEN as part of their labels shall be red,
12 yellow or green in color. All other LEDs shall be red. All LEDs shall have
13 tinted diffused lenses.
14
15 D. Detector Display Control Switch
16 Each display panel shall be equipped with one detector display control
17 switch on the panel with labels and functions as follows:
18
19 ON
20 Detector display LEDs shall operate consistent with their separate
21 switches.
22
23 OFF
24 All detector indicator LEDs shall be de-energized. Detector calls shall
25 continue to reach the controller.
26
27 TEST
28 All detector indicator LEDs shall illuminate and no calls shall be
29 placed to the controller. ►
30
31 E. Advance Warning Sign Control Switch
32 Each display panel shall be equipped with one advance warning sign ej
33 control switch on the panel with labels and functions as follows:
34
35 AUTOMATIC
36 Sign Relay shall energize upon ground true call from controller.
37
38 SIGN OFF i
39 Sign Relay shall de-energize.
40
41 SIGN ON
42 Sign Relay shall energize.
43
44 F. Sign Relay
45 The sign relay shall be plugged into a socket installed on the rear of the
46 display panel. The relay shall be wired as shown in the Plans. The relay
47 coil shall draw (or sink) 50 milliamperes ± 10% from the 170E controller
48 and have a DPDT contact rating not less than 10 amperes. A 1 N4004
49 diode shall be placed across the relay coil to suppress voltage spikes.
50 The anode terminal shall be connected to terminal #7 of the relay as
.� 1 labeled in the Plans. The relay shall energize when the METERING
2 indicator LED is lit.
3
. 4 G. Detector Input Indicators
5 One display LED and one spring-loaded two-position SPST toggle switch
6 shall be provided for each of the 40 detection inputs. These LEDs and
7 switches shall function as follows:
8
9 TEST
10 When the switch is in the test position, a call shall be placed to the
11 controller and energize the associated LED. The switch shall
12 automatically return to the run position when it is released.
13
14 RUN
15 In the run position the LEDs shall illuminate for the duration of each
16 call to the controller.
17
18 H. Controller Output Indicators
19 The display panel shall contain a series of output indicator LEDs mounted
�• 20 below the detection indicators. The layout shall be according to the detail
21 in the Plans. These LEDs shall illuminate upon a ground true output from
22 the controller via the C5 connector.
23
24 The output indicator LEDs shall have resistors in series to drop the
25 voltage from 24 volts DC to their rated voltage and limit current below
26 their rated current. The anode connection of each LED to +24 VDC shall
27 be wired through the resistor.
28
29 I. Connectors
30 Connection to the display panel shall be made by three connectors, one
31 pin (labeled P2) and one socket (labeled P1) and one labeled C5. The P1
32 and P2 connectors shall be 50-pin cannon D series, or equivalent 50 pin
33 connectors and shall be compatible such that the two connectors can be
34 connected directly to one another to bypass the input detection. Wiring
+•• 35 for the P1, P2 and C5 connectors shall be as shown in the Plans.
36
37 The Contractor shall install wire connectors P1, P2, C1 P, C2, C4, C5 and
38 C6 according to the pin assignments shown in the Plans.
39
40 6. Model 204 Flasher Unit
41 Each Model 334 ramp meter cabinet shall be supplied with one Model 204
42 sign flasher unit mounted on the right rear side panel. The flasher shall be
43 powered from T1-2. The outputs from the flasher shall be wired to T1-5 and
44 T1-6.
45
46 7. Fiber Optic Patch Panel
47 The Contractor shall provide and install a rack-mounted fiber optic patch panel
48 as identified in the Plans.
49
1 Cabinet Wiring
2 1. Terminal blocks TB1 through T139 shall be installed on the Input Panel.
3 Layout and position assignment of the terminal blocks shall be as noted in
4 the Plans. io
5
6 Terminals for field wiring in traffic data and/or ramp metering controller
7 cabinet shall be labeled, numbered and connected in accordance with the
8 following:
9
10 Terminal Terminal and Connection
11 Block Pos. Wire Numbers Identification
12 TBS 501-502 AC Power, Neutral
13 T1-2 641 Sign on
14 T1-4 643 Sign off
15 T1-5 644 Flasher Output NC
16 T1-6 645 Flasher Output NO
17 T4-1 631 Lane 3 - Red 'w
18 T4-2 632 Lane 3 - Yellow
19 T4-3 633 Lane 3 - Green
20 T4-4 621 Lane 2 - Red
21 T4-5 622 Lane 2 - Yellow
22 T4-6 623 Lane 2 - Green
23 T4-7 611 Lane 1 - Red e`
24 T4-8 612 Lane 1 - Yellow
25 T4-9 613 Lane 1 - Green
26
27 Loop lead-in cables shall be labeled and connected to cabinet terminals
28 according to the ITS Field Wiring Chart. This chart will be provided by the
29 Engineer within 20 days of the Contractor's request.
30
31 9-29.16(2)A Optical Units
32 Under the first paragraph, number 4 (warranty) is deleted.
33
34 9-29.19 Pedestrian Push Buttons
35 The third paragraph is deleted
36
37 9-29.21 Flashing Beacon
38 This section is revised to read:
39
40 Flashing beacons shall be installed as detailed in the Plans, as specified in the Special
41 Provisions, and as described below: e
42
43 Controllers for flashing beacons shall be as specified in Section 9-29.15.
44
45 Beacons shall consist of single section, 8-inch or 12-inch traffic signal heads, three
46 or four-way adjustable, meeting all of the applicable requirements of Section 9-
47 29.16. Displays (red or yellow) may be either LED type or incandescent. 12 inch
48 yellow displays shall be dimmed 50%after dark.
49
aw 1 Mounting brackets, mountings, and installation shall meet all applicable
2 requirements of Section 9-29.17.
3
.. 4 Lenses shall be either red or amber, glass or polycarbonate as noted in the Plans
5 or as determined by the Engineer.
6
7 9-29.24 Service Cabinets
8 Under the first paragraph, item F is revised to read:
9
10 F. The minimum size of control circuit conductors used in service cabinets shall be
11 No. 14 AWG stranded copper.
12
13 All electrical contactors shall have the loadside terminals toward the front (door
14 side) of the service cabinet.
15
16 Under the first paragraph, the fourth sentence of item I is revised to read:
17
18 No electrical devices shall be connected to the dead front panel.
19
20 9-29.25 Amplifier, Transformer, and Terminal Cabinets
21 Under the first paragraph, the fourth sentence of item 3 is revised to read:
low 22
23 The Contractor shall supply construction cores with two master keys. The keys shall be
24 delivered to the Engineer.
25
aw 26 SECTION 9-30, WATER DISTRIBUTION MATERIALS
27 August 2, 2004
28 9-30.6(1) Saddles
29 The first sentence is revised to read:
30
31 Saddles shall be ductile iron, bronze, brass, or stainless steel.
32
33 9-30.6(2) Corporation Stops
34 The first sentence is revised to read:
35
36 Corporation stops shall be made of bronze or brass alloy.
37
38 9-30.6(4) Service Fittings
39 The first sentence is revised to read:
40
41 Fittings used for service connections shall be made of bronze or brass alloy.
42
43 SECTION 9-32, MAILBOX SUPPORT
44 August 2, 2004
45 9-32.2 Bracket, Platform and Anti-Twist Plate
46 This section is revised to read:
47
w.
rr
..w
1 The bracket, platform, and anti-twist plate shall be 16 gage sheet steel, conforming to
2 ASTM A 36.
3
4 9-32.4 Wood Posts Vii►
5 This section is revised to read:
6
7 Wood posts shall meet the requirements of Section 9-28.14(1) or western red cedar.
8
9 Section 9-32 is supplemented with the following:
10 wr
11 9-32.8 Concrete Base
12 The concrete in the concrete base shall meet or exceed the requirements of Section 6-
13 02.3(2)6. ,rr
14
15 9-32.9 Steel pipe
16 The requirements for commercially available, Schedule 40, galvanized steel pipe,
17 elbows, and couplings shall be met for all parts not intended to be bent or welded.
18 Welded and bent parts shall be galvanized after fabrication in accordance with
19 AASHTO M 111. ,
20
21 9-32.10 U-Channel Post
22 U-channel posts shall meet the requirements of ASTM A 29, weigh a minimum of 3 pounds
23 per linear foot, and shall be galvanized according to AASHTO M 111.
24
25 SECTION 9-33, CONSTRUCTION GEOTEXTILE
26 April 5, 2004
27 This section including title is revised to read:
28
29 SECTION 9-33, CONSTRUCTION GEOSYNTHETIC
30 April 5, 2004
31 9-33.1 Geosynthetic Material Requirements s.
32 The term geosynthetic shall be considered to be inclusive of geotextiles, geogrids, and
33 prefabricated drainage mats.
34
35 Geotextiles, including geotextiles attached to prefabricated drainage core to form a
36 prefabricated drainage mat, shall consist only of long chain polymeric fibers or yarns
37 formed into a stable network such that the fibers or yarns retain their position relative to
38 each other during handling, placement, and design service life. At least 95 percent by
39 weight of the material shall be polyolefins or polyesters. The material shall be free from
40 defects or tears. The geotextile shall also be free of any treatment or coating which
41 might adversely alter its hydraulic or physical properties after installation.
42
43 Geogrids shall consist of a regular network of integrally connected polymer tensile
44 elements with an aperture geometry sufficient to permit mechanical interlock with the
45 surrounding backfill. The long chain polymers in the geogrid tensile elements, not
46 including coatings, shall consist of at least 95 percent by mass of the material of
47 polyolefins or polyesters. The material shall be free of defects, cuts, and tears.
48
"" 1 Prefabricated drainage core shall consist of a three dimensional polymeric material with
2 a structure that permits flow along the core laterally, and which provides support to the
3 geotextiles attached to it.
'w 4
5 The geosynthetic shall conform to the properties as indicated in Tables 1 through 8 in
6 Section 9-33.2, and additional tables as required in the Special Provisions for each use
7 specified in the Plans. Specifically, the geosynthetic uses included in this section and
8 their associated tables of properties are as follows:
9
w. 10 Applicable
11 Geotextile Application Property Tables
12 Underground Drainage, Low Survivability,
.. 13 Classes A, B, and C Tables 1 and 2
14
15 Underground Drainage, Moderate Survivability,
16 Classes A, B, and C Tables 1 and 2
17
18 Separation Table 3
19
20 Soil Stabilization Table 3
21
22 Permanent Erosion Control, Moderate Survivability,
23 Classes A, B, and C Tables 4 and 5
24
25 Permanent Erosion Control, High Survivability
26 Classes A, B, and C Tables 4 and 5
27
28 Ditch Lining Table 4
29
30 Temporary Silt Fence Table 6
31
32 Permanent Geosynthetic Retaining Wall Tables 7 and 9
33
34 Temporary Geosynthetic Retaining Wall Tables 7 and 10
35
36 Prefabricated Drainage Mat Table 8
37
38 Tables 9 and 10 will be included in the Special Provisions.
39
40 Geogrid and geotextile reinforcement in geosynthetic retaining walls shall conform to
wr 41 the properties specified in Table 9 for permanent walls, and Table 10 for temporary
42 walls.
43
44 For geosynthetic retaining walls that use geogrid reinforcement, the geotextile material
45 placed at the wall face to retain the backfill material as shown in the Plans shall conform
46 to the properties for Construction Geotextile for Underground Drainage, Moderate
47 Survivability, Class A.
48
49 Thread used for sewing geotextiles shall consist of high strength polypropylene,
.. 50 polyester, or polyamide. Nylon threads will not be allowed. The thread used to sew
1 permanent erosion control geotextiles, and to sew geotextile seams in exposed faces of
2 temporary or permanent geosynthetic retaining walls, shall also be resistant to
3 ultraviolet radiation. The thread shall be of contrasting color to that of the geotextile
4 itself.
5
6 9-33.2 Geosynthetic Properties -
7
8 9-33.2(1) Geotextile Properties
9 Table 1: Geotextile for underground drainage strength properties for survivability.
10
11 Geotextile Property Requirements'
12 Low Moderate
13 Survivability Survivability
14 Geotextile Property Test Method 2 Woven/Nonwoven Woven/Nonwovan
15 Grab Tensile Strength, ASTM D4632 180 lbs./115 lbs. min. 250 lbs./160 lbs. min.
16 min. in machine and
17 x-machine direction
18
19 Grab Failure Strain, in ASTM D4632 <50%/>50% <50 0/o/>50%
20 machine and x-machine
21 direction
22
23 Seam Breaking Strength ASTM D46323 160 lbs./100 lbs. min. 220 lbs./140 lbs. min.
24
25 Puncture Resistance ASTM D4833 67 lbs./40 lbs. min. 80 lbs./50 lbs. min. „
s�
26
27 Tear Strength, min. in ASTM D4533 67 lbs/40 lbs. min. 80 lbs./50 lbs. min.
28 machine and x-machine
29 direction
30
31 Ultraviolet (UV) ASTM D4355 50% strength 50% strength
32 Rediation stability retained min., retained min.,
33 after 500 hrs. in after 500 hrs. in
34 weatherometer weatherometer
35
36 Table 2: Geotextile for underground drainage filtration properties.
37
38 Geotextile Property Requirements'
39 Geotextile Property Test Method Class A Class B Class C
40 AOS ASTM D4751 .43 mm max. .25 mm max. .18 mm max.
41 (#40 sieve) (#60 sieve) (#80 sieve) ,
42
43 Water Permittivity ASTM D4491 .5 sec' min. .4 sec' min. .3 sec' min.
44 -6
45 Table 3: Geotextile for separation or soil stabilization.
46
47 Geotextile Property Requirements'
48 Separation Soil Stabilization
49 Geotextile Property Test Method 2 Woven/Nonwoven Woven/Nonwovan
50 AOS ASTM D4751 .60 mm max. .43 mm max.
1 (#30 sieve) (#40 sieve)
2
3 Water Permittivity ASTM D4491 .02 sec' min. 10 sec' min.
wo 4
5 Grab Tensile Strength, ASTM D4632 250 lbs./160 lbs. min. 315 lbs./200 lbs. min.
6 min. in machine and
40 7 x-machine direction
8
9 Grab Failure Strain, in ASTM D4632 <50%/>50% <50%/>50%
"0 10 machine and x-machine
11 direction
12
13 Seam Breaking Strength ASTM D46322 220 lbs./140 lbs. min. 270 lbs./180 lbs. min.
14
15 Puncture Resistance ASTM D4833 80 lbs./50 lbs. min. 112 Ibs./79 lbs. min.
16
17 Tear Strength, min. in ASTM D4533 80 Ibs/50 lbs. min. 112 lbs./79 lbs. min.
18 machine and x-machine
19 direction
�. 20
21 Ultraviolet (UV) ASTM D4355 50% strength 50% strength
22 Rediation stability retained min., retained min.,
23 after 500 hrs. in after 500 hrs. in
24 weatherometer weatherometer
25
Ow 26 Table 4: Geotextile for permanent erosion control and ditch lining.
27
28 Geotextile Property Requirements'
,w. 29 Permanent Erosion Control Ditch Lining
30 Moderate High
31 Servicability Servicability
32 Geotextile Property Test Method' Woven/Nonwoven Woven/Nonwovan Woven/Nonwovan
rpr 33 AOS ASTM D4751 See Table 5 See Table 5 .60 mm max(#30 sieve)
34
35 Water Permittivity ASTM D4491 See Table 5 See Table 5 .02 sec'min.
36
w 37 Grab Tensile Strength, ASTM D4632 250 Ibs./160 lbs.min. 315 Ibs./200 lbs.min. 250 Ibs./160 Ibs.min.
38 min.in machine and
39 x-machine direction
40
N, 41 Grab Failure Strain,in ASTM D4632 15%-50%/>50% 15%-50 0/o/>50% <50%/>50%
42 machine and x-machine
43 direction
44
VW 45 Seam Breaking Strength ASTM D4632' 220 Ibs./140 lbs.min. 270 Ibs./180 lbs.min. 220 Ibs./140 lbs.min.
46
47 Burst Strength ASTM D3785 400 pse/190 psi min. 500 psi/320 psi min.
48
arr 49 Puncture Resistance ASTM D4833 80 Ibs./50 lbs. min. 112 IbsJ79 lbs.min. 80 Ibs./50 lbs.min.
50
51 Tear Strength,min.in ASTM D4533 80 Ibs/50 Ibs. min. 112 lbs./79 lbs.min. 80 Ibs./50 Ibs.min.
52 machine and x-machine
53 direction
54
55 Ultraviolet(UV) ASTM D4355 70%strength 70%strength 70%strength
56 Radiation stability retained min., retained min., retained min.,
rrr 57 after 500 hrs.in after 500 hrs.in after 500 hrs.in
58 weatherometer weatherometer weatherometer
+�r
r�r
1 �
2 Table 5: Filtration properties for geotextile for permanent erosion control.
3
4 Geotextile Property Requirements'
5 Geotextile Property Test Method Class A Class B Class C
6 AOS ASTM D4751 .43 mm max. .25 mm max. .22 mm max.
7 (#40 sieve) (#60 sieve) (#70 sieve)
8
9 Water Permittivity ASTM D4491 .7 sec' min. .4 sec' min. .2 sec' min.
10
11 Table 6: Geotextile for temporary silt fence.
12
13 Geotextile Property Requirements'
14 Supported
15 Between
16 Unsupported Posts with Wire or
17 Geotextile Property Test Method 2 Between Posts Polymeric Mesh
18 AOS ASTM D4751 .60 mm max. for slit .60 mm max. for slit
19 film wovens film wovens
20 (#30 sieve) (#30 sieve)
21 .30 mm max. for all .30 mm max. for all
22 other geotextile other geotextile
23 types (#50 sieve) types (#50 sieve)
24 .15 mm min. .15 mm min.
25 (#100 sieve) (#100 sieve)
26
27 Water Permittivity ASTM D4491 .02 sec' min. .02 sec' min.
28
29 Grab Tensile Strength, ASTM D4632 180 lbs. min. in 100 lbs. min.
30 min. in machine and machine direction,
31 x-machine direction 100 lbs. min. in
32 x-machine direction
33
34 Grab Failure Strain, in ASTM D4632 30% max. at 180 lbs.
35 machine and x-machine or more
36 direction
37
38 Ultraviolet (UV) ASTM D4355 70% strength 70% strength
39 Rediation stability retained min., retained min.,
40 after 500 hrs. in after 500 hrs. in
41 weatherometer weatherometer
42
43 'All geotextile properties in Tables 1 through 6 are minimum average roll values (i.e.,
44 the test result for any sampled roll in a lot shall meet or exceed the values shown in the
45 table).
46
47 2The test procedures used are essentially in conformance with the most recently
48 approved ASTM geotextile test procedures, except for geotextile sampling and
49 specimen conditioning, which are in accordance with WSDOT Test Methods 914 and
err
1 915, respectively. Copies of these test methods are available at the State Materials
2 Laboratory in Tumwater.
3
4 3With seam located in the center of 8-inch long specimen oriented parallel to grip faces.
5
6 9-33.2(2) Geosynthetic Properties For Retaining Walls and Reinforced
*�► 7 Slopes
8 All geotextile properties provided in Table 7 are minimum average roll values. The
9 average test results for any sampled roll in a lot shall meet or exceed the values shown
•• 10 in the table. The test procedures specified in the Table are in conformance with the
11 most recently approved ASTM geotextile test procedures, except for geotextile
12 sampling and specimen conditioning, which are in accordance with WSDOT Test
13 Methods 914 and 915, respectively.
14
15 Table 7: Minimum properties required for geotextile reinforcement used in
�. 16 geosynthetic reinforced slopes and retaining walls.
17
Geotextile Property
Requirements
Geotextile Property Test Method Woven/Nonwoven
Water Permittivity ASTM D4491 .02 sec.-1 min.
AOS ASTM D4751 .84 mm max.
aw (No. 20 Sieve)
Grab Tensile Strength, min. ASTM D4632 200 Ibs/120 Ibs min.
+r.
in machine and x-machine
direction
Grab Failure Strain, ASTM D4632 < 50%/ > 50%
in machine and x-machine
direction
Seam Breaking Strengthl ASTM D4632 160 Ibs/100 Ibs min.
Puncture Resistance ASTM D4833 63 Ibs/50 Ibs min.
Tear Strength, min. ASTM D4533 63 Ibs/50 Ibs min.
in machine and x-machine
direction
Ultraviolet (UV) Radiation ASTM D4355 70% (for polypropylene
.W Stability and polyethyelene) and
50% (for polyester)
Strength Retained min.,
wo after 500 Hr. in
weatherometer
18
.. 19 1 Applies only to seams perpendicular to the wall face.
or
1 �
2 The ultraviolet (UV) radiation stability, ASTM D4355, shall be a minimum of 70%
3 strength retained after 500 hours in the weatherometer for polypropylene and
4 polyethylene geogrids and geotextiles, and 50% strength retained after 500 hours in the
5 weatherometer for polyester geogrids and geotextiles.
6
7 9-33.2(3) Prefabricated Drainage Mat
8 Prefabricated drainage mat shall have a single or double dimpled polymeric core with a
9 geotextile attached and shall meet the following requirements:
10 +
11 Table 8: Minimum properties required for prefabricated drainage mats.
12
13 Property Test Method Prefabricated Drainage
14 Material/Geotextile
15 Property Requirements
16
17 Width 12 inches min.
18 Thickness ASTM D 5199 0.4 inches min.
19
20 Compressive Strength at
21 Yield ASTM D 1621 100 psi min.
22
23 In Plan Flow Rate ASTM D 4716
24 Gradient = 0.1,
25 Pressure = 5.5 psi 5.0 gal. /min./ft.
26
27 Gradient = 1.0,
28 Pressure = 14.5 psi 15.0 gal. /min./ft.
29
30 Geotextile - AOS ASTM D 4751 #60 US Sieve max.
31
32 Geotextile - Permittivity ASTM D 4491 > 0.4 SEC -�
33
34 Geotextile - Grab Strength ASTM D 4632 Nonwoven - 110 lb. min.
35
36 Prefabricated drainage mats will be accepted based on the manufacturer's certificate of
37 compliance that the material furnished conforms to these specifications. The
38 Contractor shall submit the manufacturer's certificate of compliance to the Engineer in
39 accordance with Section 1-06.3.
40
41 9-33.3 Aggregate Cushion of Permanent Erosion Control Geotextile
42 Aggregate cushion for permanent erosion control geotextile, Class A shall meet the
43 requirements of Section 9-03.9(2). Aggregate cushion for permanent erosion control
44 geotextile, Class B or C shall meet the requirements of Section 9-03.9(3) and 9-03.9(2).
45
46 9-33.4 Geosynthetic Approval and Acceptance
47
48 9-33.4(1) Source Approval
49 The Contractor shall submit to the Engineer the following information regarding each
50 geosynthetic proposed for use: r ►
2 Manufacturer's name and current address,
3 Full product name,
4 Geotextile structure, including fiber/yarn type,
5 Geosynthetic polymer type(s) (for temporary and permanent geosynthetic retaining
6 walls), and
+► 7 Proposed geotextile use(s).
8
9 If the geosynthetic source has not been previously evaluated, or is not listed in the
.�. 10 current WSDOT Qualified Products List (QPL), a sample of each proposed
11 geosynthetic shall be submitted to the State Materials Laboratory in Tumwater for
12 evaluation. After the sample and required information for each geosynthetic type have
13 arrived at the State Materials Laboratory in Tumwater, a maximum of 14 calendar days
14 will be required for this testing. Source approval will be based on conformance to the
15 applicable values from Tables 1 through 8 in Section 9-33.2 and additional tables as
16 specified in the Special Provisions. Source approval shall not be the basis of
17 acceptance of specific lots of material unless the lot sampled can be clearly identified
18 and the number of samples tested and approved meet the requirements of WSDOT
19 Test Method 914.
20
21 Geogrid and geotextile products that are qualified for use in permanent geosynthetic
22 retaining walls and reinforced slopes (Classes 1, 2, or both) are listed in the current
23 WSDOT QPL.
24
25 For geogrid and geotextile products proposed for use in permanent geosynthetic
"w 26 retaining walls or reinforced slopes that are not listed in the current QPL, the Contractor
27 shall submit test information and the calculations used in the determination of Tat
28 performed in accordance with WSDOT Standard Practice T925 to the State Materials
29 Laboratory in Tumwater for evaluation. The Contracting Agency will require up to 30
30 calendar days after receipt of the information to complete the evaluation.
31
32 9-33.4(3) Acceptance Samples
33 Samples will be randomly taken by the Engineer at the job site to confirm that the
34 geosynthetic meets the property values specified.
35
36 Approval will be based on testing of samples from each lot. A "lot' shall be defined for
37 the purposes of this specification as all geosynthetic rolls within the consignment (i.e.,
38 all rolls sent the project site) that were produced by the same manufacturer during a
39 continuous period of production at the same manufacturing plant and have the same
40 product name. After the samples have arrived at the State Materials Laboratory in
41 Tumwater, a maximum of 14 calendar days will be required for this testing.
42
43 If the results of the testing show that a geosynthetic lot, as defined, does not meet the
44 properties required for the specified use as indicated in Tables 1 through 8 in Section 9-
45 33.2, and additional tables as specified in the Special Provisions, the roll or rolls which
46 were sampled will be rejected. Geogrids and geotextiles for temporary geosynthetic
OW 47 retaining walls shall meet the requirements of Table 7, and Table 10 in the Special
48 Provisions. Geogrids and geotextiles for permanent geosynthetic retaining wall shall
49 meet the requirements of Table 7, and Table 9 in the Special Provisions, and both
�. 50 geotextile and geogrid acceptance testing shall meet the required ultimate tensile
1 strength T. as provided in the current QPL for the selected product(s). If the selected
2 product(s) are not listed in the current QPL, the result of the testing for T. shall be
3 greater than or equal to T,a as determined from the product data submitted and
4 approved by the State Materials Laboratory during source approval.
5
6 Two additional rolls for each roll tested which failed from the lot previously tested will
7 then be selected at random by the Engineer for sampling and retesting. If the retesting
8 shows that any of the additional rolls tested do not meet the required properties, the
9 entire lot will be rejected. If the test results from all the rolls retested meet the required
10 properties, the entire lot minus the roll(s) that failed will be accepted. All geosynthetic
11 that has defects, deterioration, or damage, as determined by the Engineer, will also be
12 rejected. All rejected geosynthetic shall be replaced at no additional expense to the
13 Contracting Agency. e#
14
15 9-33.4(4) Acceptance by Certificate of Compliance
16 When the quantities of geosynthetic proposed for use in each geosynthetic application
17 are less than or equal to the following amounts, acceptance shall be by Manufacturer's
18 Certificate of Compliance:
19
20 Application Geotextile Quantity
21 Underground Drainage 600 sq. yards
22 Soil Stabilization and Separation 1,800 sq. yards
23 Permanent Erosion Control 1,200 sq. yards
24 Temporary Silt Fence All quantities
25 Temp. or Perm. Geosynthetic Retaining Wall Not required
26 Prefabricated Drainage Mat All quantities '
27
28 The Manufacturer's Certificate of Compliance shall include the following information
29 about each geosynthetic roll to be used:
30
31 Manufacturer's name and current address,
32 Full product name,
33 Geosynthetic structure, including fiber/yarn type,
34 Polymer type (for all temporary and permanent geosynthetic retaining walls only),
35 Geosynthetic roll number, 1
36 Proposed geosynthetic use(s), and
37 Certified test results.
38
39 9-33.4(5) Approval of Seams
40 If the geotextile seams are to be sewn in the field, the Contractor shall provide a section of
41 sewn seam which can be sampled by the Engineer before the geotextile is installed. r
42
43 The seam sewn for sampling shall be sewn using the same equipment and procedures as
44 will be used to sew the production seams. If production seams will be sewn in both the
45 machine and cross-machine directions, the Contractor must provide sewn seams for
46 sampling which are oriented in both the machine and cross-machine directions. The seams
47 sewn for sampling must be at least 2 yards in length in each geotextile direction. If the
48 seams are sewn in the factory, the Engineer will obtain samples of the factory seam at
49 random from any of the rolls to be used. The seam assembly description shall be submitted
50 by the Contractor to the Engineer and will be included with the seam sample obtained for
aw 1 testing. This description shall include the seam type, stitch type, sewing thread type(s), and
2 stitch density.
3
w. 4 SECTION 9-34, PAVEMENT MARKING MATERIAL
5 August 2, 2004
6 9-34.5 Temporary Pavement Marking Tape
7 This section is supplemented with the following:
8
9 Pavement marking masking tape shall conform to ASTM D 4592 Type 1 (removable),
10 except that material shall be black, non-retroreflective and non-glaring.
11
12 SECTION 9-35, TEMPORARY TRAFFIC CONTROL MATERIALS
13 December 6, 2004
•• 14 Temporary traffic control materials in this section consist of various traffic communication,
15 channelization and protection items described in Section 1-10 and listed below:
16
17 Stop/Slow Paddles
18 Construction Signs
19 Wood Sign Posts
,. 20 Sequential Arrow Signs
21 Portable Changeable Message Signs
22 Barricades
23 Traffic Safety Drums
24 Barrier Drums
25 Traffic Cones
26 Tubular Markers
27 Warning Lights and Flashers
28 Truck-Mounted Attenuator
29
30 The basis for acceptance of temporary traffic control devices and materials shall be visual
31 inspection by the Engineer's representative. No sampling or testing will be done except that
32 deemed necessary to support the visual inspection. Requests for Approval of Material and
.. 33 Qualified Products List submittals are not required. Certification for crashworthiness
34 according to NCHRP 350 will be required as described in Section 1-10.2(3).
35
36 "MUTCD," as used in this section, shall refer to the latest WSDOT adopted edition of the
37 Manual on Uniform Traffic Control Devices for Streets and Highways. In the event of
38 conflicts between the MUTCD and the contract provisions, then the provisions shall govern.
39
40 9-35.1 Stop/Slow Paddles
41 Paddles shall conform to the requirements of the MUTCD, except that the minimum width
"' 42 shall be 24 inches.
43
44 9-35.2 Construction Signs
45 Construction signs shall conform to the requirements of the MUTCD and shall meet the
46 requirements of NCHRP Report 350 for Category 2 devices. Except as noted below, any
47 sign/sign stand combination that satisfies these requirements will be acceptable.
"' 48
1 Where aluminum sheeting is used to fabricate signs, it shall have a minimum thickness of
2 0.080 inches and a maximum thickness of 0.125 inches.
3
4 All orange background signs shall be fabricated with Type X reflective sheeting. All post- ,
5 mounted signs with Type X sheeting shall use a nylon washer between the twist fasteners
6 (screw heads, bolts or nuts) and the reflective sheeting.
7
8 Soft, fabric, roll-up signs will not be acceptable. Any fabric sign which otherwise meets the
9 requirements of this section and was purchased prior to July 1, 2004, may be utilized until
10 December 31, 2007. If a fabric sign is used, it shall have been fabricated with Type VI
11 reflective sheeting.
12
13 9-35.3 Wood Sign Posts
14 Use the charts below to determine post size for construction signs.
15
16 One Post Installation
17
18 Post Size Min. Sign Sq. Ft. Max. Sign Sq. Ft.
19 4x4 - 16.0
20 4x6 17.0 20.0
21 6x6 21.0 25.0
22 6x8 26.0 31.0
23
24 Two Post Installation
25
26 (For signs 5 feet or greater in width) '
27
28 Post Size Min. Sign Sq. Ft. Max. Sign Sq. Ft.
29 4x4 - 16.0
30 4x6 17.0 36.0
31 6x6 37.0 46.0
32 6x8 47.0 75.0
33
34 * The Engineer shall determine post size for signs greater than 75 square feet.
35
36 Sign posts shall conform to the grades and usage listed below. Grades shall be
37 determined by the current standards of the West Coast Lumber Inspection Bureau
38 (WCLIB) or the Western Wood Products Association (WWPA).
39
40 4 x 4 Construction grade (Light Framing,
41 Section 122-b WCLIB) or (Section
42 40.11 WWPA)
43 4 x 6 No. 1 and better, grade (Structural
44 Joists and Planks, Section 123-b
45 WCLIB) or (Section 62.11 WWPA)
46 6 x 6, 6 x 8, 8 x 10 No. 1 and better, grade (Posts and
47 Timbers, Section 131-b WCLIB) or
48 (Section 80.11 WWPA)
49 6 x 10, 6 x 12 No. 1 and better, grade (Beams and
50 Stringers, Section 130-b WCLIB) or
a. 1 (Section 70.11 WWPA)
2
3 9-35.4 Sequential Arrow Signs
.w 4 Sequential Arrow Signs shall meet the requirements of the MUTCD supplemented with the
5 following:
6
.► 7 Sequential arrow signs furnished for stationary lane closures on this project shall be
8 Type C.
9 The color of the light emitted shall be yellow.
,w. 10 The dimming feature shall be automatic, reacting to changes in light without a
11 requirement for manual adjustment.
12
13 9-35.5 Portable Changeable Message Signs
14 Portable Changeable Message Signs (PCMS) shall meet the requirements of the MUTCD
15 and the following:
16
17 The PCMS shall employ one of the following technologies:
18
19 1. Fiber optic/shutter
20 2. Light emitting diode
21 3. Light emitting diode/shutter
22 4. Flip disk
23
24 Regardless of the technology, the PCMS shall meet the following general requirements:
25
26 0 Be light emitting and must not rely solely on reflected light. The emitted light shall
27 be generated using fiber optic or LED technology.
28
29 0 Have a display consisting of individually controlled pixels no larger than 2 1/2 inch
30 by 2 1/2 inch. If the display is composed of individual character modules, the
31 space between modules must be minimized so alphanumeric characters of any
32 size specified below can be displayed at any location within the matrix.
33
34 0 When activated, the pixels shall display a yellow or orange image. When not
35 activated, the pixels shall display a flat black image that matches the background
36 of the sign face.
37
38 0 Be capable of displaying alphanumeric characters that are a minimum of 18 inches
39 in height. The width of alphanumeric characters shall be appropriate for the font.
40 The PCMS shall be capable of displaying three lines of eight characters per line
41 with a minimum of one pixel separation between each line.
42
43 • The PCMS message, using 18-inch characters, shall be legible by a person with
44 20/20 corrected vision from a distance of not less than 800 feet centered on an
45 axis perpendicular to the sign face.
46
47 0 The sign display shall be covered by a stable, impact resistant polycarbonate face.
48 The sign face shall be non-glare from all angles and shall not degrade due to
49 exposure to ultraviolet light.
50
Ow
lop
1 • Be capable of simultaneously activating all pixels for the purpose of pixel
2 diagnostics. Any sign that employs flip disk or shutter technology shall be
3 programmable to activate the disks/shutters once a day to clean the electrical
4 components. This feature shall not occur when the sign is displaying an active
5 message.
6
7 The light source shall be energized only when the sign is displaying an active AN
8 message.
9
10 The PCMS panels and related equipment shall be permanently mounted on a trailer with all
11 controls and power generating equipment.
12
13 The PCMS shall be operated by a controller that provides the following functions:
14
15 1. Select any preprogrammed message by entering a code.
16 2. Sequence the display of at least five messages.
17 3. Blank the sign.
18 4. Program a new message, which may include animated arrows and chevrons.
19 5. Mirror the message currently being displayed or programmed.
20
21 9-35.6 Barricades
22 Barricades shall conform to the requirements of the MUTCD supplemented by the further
23 requirements of Standard Plan H-2.
24
25 9-35.7 Traffic Safety Drums
26 Traffic safety drums shall conform to the requirements of the MUTCD and the following:
27
28 The drums shall have the following additional physical characteristics:
29
30 Material Fabricated from low-density polyethylene that meets the
31 requirements of ASTM D 4976 and is UV stabilized.
32
33 Overall Width 18-inch minimum in the direction(s)of traffic flow.
34
35 Shape Rectangular, hexagonal, circular, or flat-sided semi-circular.
36
37 Color The base color of the drum shall be fade resistant safety
38 orange.
39
40 The traffic safety drums shall be designed to accommodate at least one portable light unit.
41 The method of attachment shall ensure that the light does not separate from the drum upon 46
42 impact.
43
44 Drums and light units shall meet the crashworthiness requirements of NCHRP 350 as a
45 described in Section 1-10.2(3).
46
47 When recommended by the manufacturer, drums shall be treated to ensure proper to
48 adhesion of the reflective sheeting.
49
.. 1 9-35.8 Barrier Drums
2 Barrier drums shall be small traffic safety drums, manufactured specifically for traffic control
3 purposes to straddle a concrete barrier and shall be fabricated from low-density
Ow 4 polyethylene that meets the requirements of ASTM D 4976 and is UV stabilized.
5
6 The barrier drums shall meet the following general specifications:
No 7
8 Total height 22 in., ± 1 in.
9 Cross-section hollow oval
on 10 10 in. X 14 in., ± 1 in.
11 Formed support legs length 13 in., ± 1 in.
12 Space between legs 6 1/4 in. min.
..► 13 (taper to fit conc. barrier)
14 Weight 33 lb. ±4 lb.
15 with legs filled with sand.
16 Color Fade resistant safety orange.
17
18 Barrier drums shall have three 4-inch reflective white stripes, (one complete and two partial).
• 19 Stripes shall be fabricated from Type III or Type IV reflective sheeting.
20
21 When recommended by the manufacturer, barrier drums shall be treated to ensure proper
.. 22 adhesion of the reflective sheeting.
23
24 9-35.9 Traffic Cones
.. 25 Cones shall conform to the requirements of the MUTCD, except that the minimum height
26 shall be 28 inches.
27
28 9-35.10 Tubular Markers
29 Tubular markers shall conform to the requirements of the MUTCD, except that the minimum
30 height shall be 28 inches.
31
32 Pavement-mounted tubular markers shall consist of a surface-mounted assembly which
33 uses a separate base with a detachable tubular marker held in place by means of a locking
34 device.
35
36 9-35.11 Warning Lights and Flashers
37 Warning lights and flashers shall conform to the requirements of the MUTCD.
38
39 9-35.12 Truck-Mounted Attenuator
40 The Truck-Mounted Attenuator (TMA) shall be selected from the approved units listed on the
41 Qualified Products List. The TMA shall be mounted on a vehicle with a minimum weight of
42 15,000 pounds and a maximum weight in accordance with the manufacturer's
43 recommendations. Ballast used to obtain the minimum weight requirement, or any other
44 object that is placed on the vehicle shall be securely anchored such that it will be retained
45 on the vehicle during an impact. The Contractor shall provide certification that the unit
46 complies with NCHRP 230 or 350 requirements. Units fabricated after 1998 must comply
47 with NCHRP 350 requirements.
48
IWO
1 The TMA shall have an adjustable height so that it can be placed at the correct elevation
2 during usage and to a safe height for transporting. If needed, the Contractor shall install
3 additional lights to provide fully visible brake lights at all times.
4 +
5 The TMA unit shall have a chevron pattern on the rear of the unit. The standard chevron
6 pattern shall consist of 4-inch yellow stripes, alternating non-reflective black and reflective
7 yellow sheeting, slanted at 45 degrees in an inverted "V" with the "V" at the center of the
8 unit.
rM
di
W
No APPENDIX A-SAMPLE FORMS CITY OF RENTON
vw
as
No
tirr
SAMPLES
low
APPENDIX A
SAMPLE FORMS
DOCUMENTS IN THE FOLLOWING FORMS MUST BE SUBMITTED BY THE CONTRACTOR
" TO CITY.
No
2005 OVERLAY
rr
wr
^PPENPIY- A – SAn4Pt–E FOAMS
AML
.. Washington State Request to Sublet Work
AP Department of Transportation q
❑Subcontractor ❑Lower Tier Subcontractor ❑DBE
Prime Contractor Federal Employer 1.D. Number` State Contract Number
i
r
Job Description(Title) Request Number
Approval is Requested to Sublet the Following Described Work to:
.w Subcontractor or Lower Tier Subcontractor !Federal Employer 1.D. Number'
j
Address Telephone Number
City I State lZip Code Estimated Starting Date
i
ar i
If Lower Tier Subcontractor, ID of Corresponding Subcontractor • If no Federal Employer I.D.Number,
Use Owner's Social Security Number
rnr Item No. Partial Item Description Amount
I I
+rr
low
I
rr.
rr
i
I I
i
i
vw
i
i
I
wo
f
I
I understand and will insure that the subcontractor will. Prime Contractor Signature Date
comply fully with the plans and specifications under
which this work is being performed.
Department of Transportation Use Only
.. Percent of Total Contract 'DBE Status Verification
This Request __ —__ %
"„ Previous Requests %
Sublet to Date __ ___ %
Project Engineer Date Approved-Region Construction Engineer Date
El (When Required)
i
DOT Form 421-012 EF Distribution: White(Original)-Region Canary(Copy)-Project Engineer Pink(Copy)-Contractor
Revised 7/02
+r
Arrc--ND IX A - SA MPL-E FOP-MS
i N
O LL U
CL E 2 m -- U
- - - --
(1) rn zoo -
qw o o f o LL
c
W
O
I
= a cu
. LL 0. N 16
m •- LL °
rr ° o p LL 1 ° aoi l - — -- - -- - - ° ani
N U- �
= o
F-Z W y
N
CL
rn I i ca
N E O
I
E , M LL a I O
'M
co
O
d
r o N ga
D. I
W E °
W U LL j
z - -
O E'O C
m Q�Q
L Z
E LL °
z' _ °-
Y (D
Q p o ° d
m r. c cc
Qa
LL
LL
c) +L+ — - -*—i— - --
to E c `°
°
m N
z
c ! •
R ° w r iLL
wn O F- C i 0
U o
CL o I � Vi zm -- —
N
rr i GQmo0
O O a�
p a
LL
�+ =
wr OEm -r -- -
�W °
� I
0 w¢~
S.m eo 1--o m
CL
qw d
Y Y Y Y
d O � Y � I H
C c c c c c 2 ! c 2 ! �C
r0.
a1 m m ai al m Q°U Q n o i o o o !m O N o
0 U Q Q Q I F c
v °'
0 rn
CIJ 1c)
3 a P o CD- L o
c
d. 4) 'c _ >
wrr N R R l{f = N U
z O
vir
APPENDIX A - SAMPLE FORMS CITY OF RENTON
Recycled Product Reporting Form
Upon completion of project, indicate the type, amount and cost of each recycled product purchased for
and used in the project. Return the completed form to the project manager.
*w Project : Date:
C AG iNo.: Contractor:
Recycled Product Amount I Unit of Measure Cost per Unit
❑ Compost Product
aw ❑ Glassphalt or Rubberized
- asphalt
❑ Re-crushed Concrete or
r. Asphalt
❑ Recycled Glass Cullet
❑ Recycled Plastic Lumber I I I
❑ Other Recycled PIastic
❑ Recycled Building
Insulation
ow
❑ Recycled Paint I
❑ Rac vcled Rubber Product
❑ Rec teed Carpet I I
❑ Recycled Tile
❑ Other Recycled Product
a
wo Signed:
Title: Date:
+w
..
CERTIFICATION OF PAYMENT OF PREVAILING WAGES
Date:
Ref: Pay Estimate No.
Project CAG No.
This is to certify that the prevailing wages have been paid to our employees and our subcontractors'
employees for the period
rr
from through in
accordance with the Intents to Pay Prevailing Wage filed with the Washington State Department of
Labor&Industries. This form will be executed and submitted prior to or with the last pay request.
Company Name
By:
..
Title:
"W
.r
.r
ow
"W
18_INTNT.DOC\
+irr
aw APPENDIX B-HOURLY MINIMUM WAGE RATES CITY OF RENTON
arr
rrr
war
tir
rr.
APPENDIX B
HOURLY MINIMUM WAGE RATES
aw
r
e.
im
2005 OVERLAY
+wrr
rir
aw State of Washington
DEPARTMENT OF LABOR AND INDUSTRIES
Prevailing Wage Section-Telephone(360)902-5335
PO Box 44540,Olympia,WA 985044540
"" Washington State Prevailing Wage Rates For Public Works Contracts
The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits.
On public works projects,workers'wage and benefit rates must add to not less than this total. A brief
description of overtime calculation requirements is provided on the Benefit Code Key.
KING COUNTY
r Effective 03-03-05
(See Benefit Code Key)
Over
+rr PREVAILING Time Holiday Note
Classification WAGE Code Code Code
ASBESTOS ABATEMENT WORKERS
JOURNEY LEVEL $32.61 1N 5D
BOILERMAKERS
JOURNEY LEVEL $33.32 1
BRICK AND MARBLE MASONS
JOURNEY LEVEL $39.87 1M 5A
"o CABINET MAKERS(IN SHOP)
JOURNEY LEVEL $16.67 1
CARPENTERS
ACOUSTICAL WORKER $39.11 1M 5D
,o BRIDGE,DOCK AND WARF CARPENTERS $38.95 1M 5D
CARPENTER $38.95 1M 5D
CREOSOTED MATERIAL $39.05 1M 5D
DRYWALL APPLICATOR $39.63 1M 5D
ow FLOOR FINISHER $39.08 1M 5D
FLOOR LAYER $39.08 1M 5D
FLOOR SANDER $39.08 1M 5D
MILLWRIGHT AND MACHINE ERECTORS $39.95 1M 5D
PILEDRIVERS,DRIVING,PULLING,PLACING COLLARS AND WELDING $39.15 1M 5D
wr SAWFILER $39.08 1M 5D
SHINGLER $39.08 1M 5D
STATIONARY POWER SAW OPERATOR $39.08 1M 5D
STATIONARY WOODWORKING TOOLS $39.08 1M 5D
aw CEMENT MASONS
JOURNEY LEVEL $40.01 1M 5D
DIVERS&TENDERS
DIVER $80.62 1M 5D 8A
N' DIVER TENDER $41.72 1M 5D
DREDGE WORKERS
ASSISTANT ENGINEER $39.52 16 5D 8L
ASSISTANT MATE(DECKHAND) $38.76 16 5D 8L
*W BOATMEN $39.52 16 5D 8L
ENGINEER WELDER $39.57 1B 5D 8L
LEVERMAN,HYDRAULIC $41.04 1B 5D 8L
MAINTENANCE $38.76 1B 5D 8L
MATES $39.52 1B 5D 8L
OILER $39.16 1B 5D 8L
DRYWALL TAPERS
JOURNEY LEVEL $39.44 11 5B
vry ELECTRICAL FIXTURE MAINTENANCE WORKERS
JOURNEY LEVEL $18.69 1
Page 1
low
�w
KING COUNTY
Effective 03-03-05
+�r
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
r ELECTRICIANS-INSIDE
CABLE SPLICER $49.51 1D 6H
CABLE SPLICER(TUNNEL) $53.31 1D 6H
CERTIFIED WELDER $47.79 1D 6H
rr CERTIFIED WELDER(TUNNEL) $51.41 1D 6H
CONSTRUCTION STOCK PERSON $24.33 1 D 6H
JOURNEY LEVEL $46.06 1 D 6H
JOURNEY LEVEL(TUNNEL) $49.51 1 D 6H
ELECTRICIANS-MOTOR SHOP
we CRAFTSMAN $15.37 2A 6C
JOURNEY LEVEL $14.69 2A 6C
ELECTRICIANS-POWERLINE CONSTRUCTION
CABLE SPLICER $50.84 4A 5A
tow CERTIFIED LINE WELDER $46.37 4A 5A
GROUNDPERSON $33.64 4A 5A
HEAD GROUNDPERSON $35.46 4A 5A
HEAVY LINE EQUIPMENT OPERATOR $46.37 4A 5A
r JACKHAMMER OPERATOR $35.46 4A 5A
JOURNEY LEVEL LINEPERSON $46.37 4A 5A
LINE EQUIPMENT OPERATOR $39.50 4A 5A
POLE SPRAYER $46.37 4A 5A
+1' POWDERPERSON $35.46 4A 5A
ELECTRONIC&TELECOMMUNICATION TECHNICIANS
JOURNEY LEVEL $12.07 1
ELEVATOR CONSTRUCTORS
ww MECHANIC $52.27 4A 6Q
MECHANIC IN CHARGE $57.41 4A 6Q
FABRICATED PRECAST CONCRETE PRODUCTS
ALL CLASSIFICATIONS $11.90 2K 6S
FENCE ERECTORS
FENCE ERECTOR $18.71 1
FENCE LABORER $12.77 1
FLAGGERS
JOURNEY LEVEL $27.93 1N 5D
�r GLAZIERS
JOURNEY LEVEL $39.96 2E 5G
HEAT&FROST INSULATORS AND ASBESTOS WORKERS
MECHANIC $41.93 1F 5E
+r HEATING EQUIPMENT MECHANICS
MECHANIC $33.65 1
HOD CARRIERS&MASON TENDERS
JOURNEY LEVEL $33.09 1N 5D
aw INDUSTRIAL ENGINE AND MACHINE MECHANICS
MECHANIC $15.65 1
INDUSTRIAL POWER VACUUM CLEANER
JOURNEY LEVEL $9.07 1
INLAND BOATMEN
'w CAPTAIN $35.14 1K 5B
COOK $30.11 1K 5B
DECKHAND $29.09 1K 5B
ENGINEER/DECKHAND $31.66 1K 5B
111110 MATE,LAUNCH OPERATOR $33.24 1K 5B
Page 2
+w
r
urn
ww
ow KING COUNTY
Effective 03-03-05
*****************************************************************************************************************
a (See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
rr INSPECTION/CLEANING/SEALING OF SEWER&WATER
SYSTEMS BY REMOTE CONTROL
CLEANER OPERATOR,FOAMER OPERATOR $9.73 1
GROUT TRUCK OPERATOR $11.48 1
aw HEAD OPERATOR $12.78 1
TECHNICIAN
$7.35 1
TV TRUCK OPERATOR $10.53 1
INSULATION APPLICATORS
JOURNEYLEVEL $38.95 1M 5D
aw IRONWORKERS
JOURNEY LEVEL $43.12 1B 5A
LABORERS
ASPHALT RAKER $33.09 IN 5D
aw BALLAST REGULATOR MACHINE $32.61 IN 5D
BATCH WEIGHMAN $27.93 IN 5D
BRUSH CUTTER $32.61 IN 5D
BRUSH HOG FEEDER $32.61 IN 5D
err BURNERS $32.61 IN 5D
CARPENTER TENDER $32.61 IN 5D
CASSION WORKER $33.45 IN 5D
CEMENT DUMPER/PAVING $33.09 IN 5D
Aw CEMENT FINISHER TENDER $32.61 IN 5D
CHANGE-HOUSE MAN OR DRY SHACKMAN $32.61 IN 5D
CHIPPING GUN(OVER 30 LBS) $33.09 IN 5D
CHIPPING GUN(UNDER 30 LBS) $32.61 IN 5D
to CHOKER SETTER $32.61 IN 5D
CHUCK TENDER $32.61 1 N 5D
CLEAN-UP LABORER $32.61 1 N 5D
CONCRETE DUMPER/CHUTE OPERATOR $33.09 IN 5D
CONCRETE FORM STRIPPER $32.61 IN 5D
CONCRETE SAW OPERATOR $33.09 IN 5D
CRUSHER FEEDER $27.93 IN 5D
CURING LABORER $32.61 IN 5D
rr DEMOLITION,WRECKING&MOVING(INCLUDING CHARRED $32.61 IN 5D
DITCH DIGGER $32.61 IN 5D
DIVER $33.45 IN 5D
DRILL OPERATOR(HYDRAULIC,DIAMOND) $33.09 1 N 5D
ww DRILL OPERATOR,AIRTRAC $33.45 1 N 5D
DUMPMAN $32.61 IN 5D
EPDXY TECHNICIAN $32.61 1N 5D
EROSION CONTROL WORKER $32.61 1N 5D
FALLER/BUCKER,CHAIN SAW $33.09 1N 5D
or FINAL DETAIL CLEANUP(i.e.,dusting,vacuuming,window cleaning;NOT $25.61 1 N 5D
construction debris cleanup)
FINE GRADERS $32.61 IN 5D
FIRE WATCH $27.93 1 N 5D
w FORM SETTER $32.61 IN 5D
GABION BASKET BUILDER $32.61 1N 5D
GENERAL LABORER $32.61 IN 5D
GRADE CHECKER&TRANSIT PERSON $33.09 IN 5D
GRINDERS $32.61 IN 5D
GROUT MACHINE TENDER $32.61 IN 5D
Page 3
wo
nrr
rr
KING COUNTY
Effective 03-03-05
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
ow GUARDRAIL ERECTOR $32.61 IN 5D
HAZARDOUS WASTE WORKER LEVEL A $33.45 IN 5D
HAZARDOUS WASTE WORKER LEVEL B $33.09 IN 5D
HAZARDOUS WASTE WORKER LEVEL C $32.61 1N 5D
rr HIGH SCALER $33.45 IN 5D
HOD CARRIER/MORTARMAN $33.09 1 N 5D
JACKHAMMER $33.09 1N 5D
LASER BEAM OPERATOR $33.09 1N 5D
MANHOLE BUILDER-MUDMAN $33.09 IN 5D
MATERIAL YARDMAN $32.61 1 N 5D
MINER $33.45 1N 5D
NOZZLEMAN,CONCRETE PUMP,GREEN CUTTER WHEN USING HIGH $33.09 IN 5D
PRESSURE AIR&WATER ON CONCRETE&ROCK,SANDBLAST,
GUNITE,SHOTCRETE,WATER BLASTER
PAVEMENT BREAKER $33.09 IN 5D
PILOT CAR $27.93 IN 5D
PIPE POT TENDER $33.09 IN 5D
'w PIPE RELINER(NOT INSERT TYPE) $33.09 1 N 5D
PIPELAYER&CAULKER $33.09 1 N 5D
PIPELAYER&CAULKER(LEAD) $33.45 1 N 5D
PIPEWRAPPER $33.09 1 N 5D
POT TENDER $32.61 IN 5D
POWDERMAN $33.45 1N 5D
POWDERMAN HELPER $32.61 IN 5D
POWERJACKS $33.09 IN 5D
arr RAILROAD SPIKE PULLER(POWER) $33.09 IN 5D
RE-TIMBERMAN $33.45 IN 5D
RIPRAP MAN $32.61 IN 5D
RODDER $33.09 IN 5D
SCAFFOLD ERECTOR $32.61 IN 5D
SCALE PERSON $32.61 IN 5D
SIGNALMAN $32.61 IN 5D
SLOPER(OVER 20") $33.09 1 N 5D
�rrr SLOPERSPRAYMAN $32.61 1N 5D
SPREADER(GLARY POWER OR SIMILAR TYPES) $33.09 IN 5D
SPREADER(CONCRETE) $33.09 1 N 5D
STAKE HOPPER $32.61 1 N 5D
sir STOCKPILER $32.61 1 N 5D
TAMPER&SIMILAR ELECTRIC,AIR&GAS $33.09 1 N 5D
TAMPER(MULTIPLE&SELF PROPELLED) $33.09 IN 5D
TOOLROOM MAN(AT JOB SITE) $32.61 1 N 5D
rr TOPPER-TAILER $32.61 1 N 5D
TRACK LABORER $32.61 IN 5D
TRACK LINER(POWER) $33.09 IN 5D
TRUCK SPOTTER $32.61 IN 5D
," TUGGER OPERATOR $33.09 IN 5D
VIBRATING SCREED(AIR,GAS,OR ELECTRIC) $32.61 IN 5D
VIBRATOR $33.09 IN 5D
VINYL SEAMER $32.61 1N 5D
or WELDER $32.61 1N 5D
WELL-POINT LABORER $33.09 IN 5D
fAr
Page 4
WA
No
tilt
r- KING COUNTY
Effective 03-03-05
w (See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
aw LABORERS-UNDERGROUND SEWER&WATER
GENERAL LABORER $32.61 1N 5D
PIPE LAYER $33.09 IN 5D
LANDSCAPE CONSTRUCTION
IRRIGATION OR LAWN SPRINKLER INSTALLERS $11.07 1
No LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS $10.63 1
LANDSCAPING OR PLANTING LABORERS $8.42 1
LATHERS
JOURNEYLEVEL $39.63 1M 5D
aw MACHINISTS(HYDROELECTRIC SITE WORK)
MACHINIST $0.00 1
METAL FABRICATION(IN SHOP)
FITTER $15.86 1
aiw LABORER $9.78 1
MACHINE OPERATOR $13.04 1
PAINTER $11.10 1
WELDER $15.48 1
vrr MODULAR BUILDINGS
CABINET ASSEMBLY $11.56 1
ELECTRICIAN $11.56 1
EQUIPMENT MAINTENANCE $11.56 1
yr PLUMBER $11.56 1
PRODUCTION WORKER $9.26 1
TOOL MAINTENANCE $11.56 1
UTILITY PERSON $11.56 1
am WELDER $11.56 1
PAINTERS
JOURNEY LEVEL $30.76 2B 5A
PLASTERERS
JOURNEY LEVEL $39.93 1R 5A
PLAYGROUND&PARK EQUIPMENT INSTALLERS
JOURNEY LEVEL $8.42 1
PLUMBERS&PIPEFITTERS
JOURNEY LEVEL $51.01 1G 5A
rr POWER EQUIPMENT OPERATORS
ASSISTANT ENGINEERS $37.26 IT 5D 8L
BACKHOE,EXCAVATOR,SHOVEL (3 YD&UNDER) $39.88 IT 5D 8L
BACKHOE,EXCAVATOR,SHOVEL (OVER 3 YD&UNDER 6 YD) $40.34 IT 5D 8L
No BACKHOE,EXCAVATOR,SHOVEL(6 YD AND OVER WITH $40.86 IT 5D 8L
BACKHOES, (75 HP&UNDER) $39.49 IT 5D 8L
BACKHOES, (OVER 75 HP) $39.88 IT 5D 8L
BARRIER MACHINE(ZIPPER) $39.88 IT 5D 8L
r BATCH PLANT OPERATOR,CONCRETE $39.88 IT 5D 8L
BELT LOADERS(ELEVATING TYPE) $39.49 IT 5D 8L
BOBCAT(SKID STEER) $37.26 IT 5D 8L
BROOMS $37.26 IT 5D 8L
BUMP CUTTER $39.88 IT 5D 8L
CABLEWAYS $40.34 IT 5D 8L
CHIPPER $39.88 IT 5D 8L
COMPRESSORS $37.26 IT 5D 8L
CONCRETE FINISH MACHINE-LASER SCREED $37.26 IT 5D 8L
CONCRETE PUMPS $39.49 IT 5D 8L
Page 5
rr
rr
.rr
•• KING COUNTY
Effective 03-03-05
(See Benefit Code Key)
WIN
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
or CONCRETE PUMP-TRUCK MOUNT WITH BOOM ATTACHMENT $39.88 IT 5D 8L
CONVEYORS $39.49 IT 5D 8L
CRANES, THRU 19 TONS,WITH ATTACHMENTS $39.49 IT 5D 8L
CRANES, 20-44 TONS,WITH ATTACHMENTS $39.88 IT 5D 8L
ON CRANES, 45 TONS-99 TONS,UNDER 150 FT OF BOOM(INCLUDING $40.34 IT 5D 8L
JIB WITH ATACHMENTS)
CRANES,100 TONS-199 TONS,OR 150 FT OF BOOM(INCLUDING JIB $40.86 IT 5D 8L
WITH ATTACHMENTS)
CRANES,200 TONS TO 300 TONS,OR 250 FT OF BOOM(INCLUDING JIB $41.40 IT 5D 8L
so WITH ATTACHMENTS)
CRANES,A-FRAME, 10 TON AND UNDER $37.26 IT 5D 8L
CRANES,A-FRAME,OVER 10 TON $39.49 IT 5D 8L
CRANES,OVER 300 TONS,OR 300'OF BOOM INCLUDING JIB WITH $41.92 IT 5D 8L
+�r ATTACHMENTS
CRANES,OVERHEAD,BRIDGE TYPE(20-44 TONS) $39.88 IT 5D 8L
CRANES,OVERHEAD,BRIDGE TYPE(45-99 TONS) $40.34 IT 5D 8L
CRANES,OVERHEAD,BRIDGE TYPE(100 TONS&OVER) $40.86 IT 5D 8L
CRANES,TOWER CRANE UP TO 175'IN HEIGHT,BASE TO BOOM $40.86 IT 5D 8L
CRANES,TOWER CRANE OVER 175'IN HEIGHT,BASE TO BOOM $41.40 IT 5D 8L
CRUSHERS $39.88 IT 5D 8L
DECK ENGINEERIDECK WINCHES(POWER) $39.88 IT 5D 8L
DERRICK,BUILDING $40.34 IT 5D 8L
DOZERS,D-9&UNDER $39.49 IT 5D 8L
DRILL OILERS-AUGER TYPE,TRUCK OR CRANE MOUNT $39.49 IT 5D 8L
DRILLING MACHINE $39.88 IT 5D 8L
ELEVATOR AND MANLIFT,PERMANENT AND SHAFT-TYPE $37.26 IT 5D 8L
EQUIPMENT SERVICE ENGINEER(OILER) $39.49 IT 5D 8L
FINISHING MACHINE/BIDWELL GAMACO AND SIMILAR EQUIP $39.88 IT 5D 8L
FORK LIFTS,(3000 LBS AND OVER) $39.49 IT 5D 8L
am FORK LIFTS,(UNDER 3000 LBS) $37.26 IT 5D 8L
GRADE ENGINEER $39.49 IT 5D 8L
GRADECHECKER AND STAKEMAN $37.26 IT 5D 8L
GUARDRAIL PUNCH $39.88 IT 5D 8L
Yrr HOISTS,OUTSIDE(ELEVATORS AND MANLIFTS),AIR TUGGERS $39.49 IT 5D 8L
HORIZONTAL/DIRECTIONAL DRILL LOCATOR $39.49 IT 5D 8L
HORIZONTAL/DIRECTIONAL DRILL OPERATOR $39.88 IT 5D 8L
HYDRALIFTS/BOOM TRUCKS(10 TON&UNDER) $37.26 IT 5D 8L
rrr HYDRALIFTS/BOOM TRUCKS(OVER 10 TON) $39.49 IT 5D 8L
LOADERS,OVERHEAD(6 YD UP TO 8 YD) $40.34 IT 5D 8L
LOADERS,OVERHEAD(8 YD&OVER) $40.86 IT 5D 8L
LOADERS,OVERHEAD(UNDER 6 YD),PLANT FEED $39.88 IT 5D 8L
LOCOMOTIVES,ALL $39.88 IT 5D 8L
MECHANICS,ALL $40.34 IT 5D 8L
MIXERS,ASPHALT PLANT $39.88 IT 5D 8L
MOTOR PATROL GRADER(FINISHING) $39.88 IT 5D 8L
MOTOR PATROL GRADER(NON-FINISHING) $39.49 IT 5D 8L
MUCKING MACHINE,MOLE,TUNNEL DRILL AND/OR SHIELD $40.34 IT 5D 8L
OIL DISTRIBUTORS,BLOWER DISTRIBUTION AND MULCH SEEDING $37.26 IT 5D 8L
OPERATOR
PAVEMENT BREAKER $37.26 IT 5D 8L
PILEDRIVER(OTHER THAN CRANE MOUNT) $39.88 IT 5D 8L
PLANT OILER(ASPHALT,CRUSHER) $39.49 IT 5D 8L
POSTHOLE DIGGER,MECHANICAL $37.26 IT 5D 8L
'o Page 6
to
ON
m
KING COUNTY
Effective 03-03-05
*****************************************************************************************************************
rrr
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
w POWER PLANT $37.26 IT 5D 8L
PUMPS,WATER $37.26 IT 5D 8L
QUAD 9,D-10,AND HD-41 $40.34 IT 5D 8L
REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $40.34 IT 5D 8L
w EQUIP
RIGGER AND BELLMAN $37.26 IT 5D 8L
ROLLAGON $40.34 IT 5D 8L
ROLLER,OTHER THAN PLANT ROAD MIX $37.26 IT 5D 8L
err ROLLERS,PLANTMIX OR MULTILIFT MATERIALS $39.49 IT 5D 8L
ROTO-MILL,ROTO-GRINDER $39.88 IT 5D 8L
SAWS,CONCRETE $39.49 IT 5D 8L
SCRAPERS-SELF PROPELLED,HARD TAIL END DUMP,ARTICULATING $39.88 IT 5D 8L
OFF-ROAD EQUIPMENT(UNDER 45 YD)
SCRAPERS-SELF PROPELLED,HARD TAIL END DUMP,ARTICULATING $40.34 IT 5D 8L
OFF-ROAD EQUIPMENT(45 YD AND OVER)
SCRAPERS,CONCRETE AND CARRY ALL $39.49 IT 5D 8L
SCREED MAN $39.88 IT 5D 8L
r SHOTCRETE GUNITE $37.26 IT 5D 8L
SLIPFORM PAVERS $40.34 IT 5D 8L
SPREADER,TOPSIDE OPERATOR-BLAW KNOX $39.88 IT 5D 8L
SUBGRADE TRIMMER $39.88 IT 5D 8L
w TOWER BUCKET ELEVATORS $39.49 IT 5D 8L
TRACTORS,(75 HP&UNDER) $39.49 IT 5D 8L
TRACTORS,(OVER 75 HP) $39.88 IT 5D 8L
TRANSFER MATERIAL SERVICE MACHINE $39.88 IT 5D 8L
TRANSPORTERS,ALL TRACK OR TRUCK TYPE $40.34 IT 5D 8L
TRENCHING MACHINES $39.49 IT 5D 8L
TRUCK CRANE OILER/DRIVER(UNDER 100 TON) $39.49 IT 5D 8L
TRUCK CRANE OILER/DRIVER(100 TON&OVER) $39.88 IT 5D 8L
TRUCK MOUNT PORTABLE CONVEYER $39.88 IT 5D 8L
WHEEL TRACTORS,FARMALL TYPE $37.26 IT 5D 8L
YO YO PAY DOZER $39.88 IT 5D 8L
POWER EQUIPMENT OPERATORS-UNDERGROUND SEWER&
11111111 (SEE POWER EQUIPMENT OPERATORS)
POWER LINE CLEARANCE TREE TRIMMERS
JOURNEY LEVEL IN CHARGE $33.06 4A 5A
SPRAY PERSON $31.34 4A 5A
Irr TREE EQUIPMENT OPERATOR $31.76 4A 5A
TREE TRIMMER $29.48 4A 5A
TREE TRIMMER GROUNDPERSON $21.94 4A 5A
REFRIGERATION&AIR CONDITIONING MECHANICS
r MECHANIC $48.21 1G 5A
RESIDENTIAL BRICK&MARBLE MASONS
JOURNEY LEVEL $27.05 1
RESIDENTIAL CARPENTERS
JOURNEY LEVEL $23.47 1
w RESIDENTIAL CEMENT MASONS
JOURNEY LEVEL $22.64 1
RESIDENTIAL DRYWALL TAPERS
JOURNEY LEVEL $39.44 11 5B
err RESIDENTIAL ELECTRICIANS
JOURNEY LEVEL $26.24 1
Page 7
as
No
No
am
+- KING COUNTY
Effective 03-03-05
********,►*w********,r,t,r,r*,r*****,r,t*,t,r,r,t,r*,r*,r,r***tr********,rt*,r*****,r*,r***,r*,r**,e**************,t*,r***,r*************,r**
(See Benefit Code Key)
ow Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
w RESIDENTIAL GLAZIERS
JOURNEY LEVEL $26.84 2E 5G
RESIDENTIAL INSULATION APPLICATORS
JOURNEY LEVEL $17.60 1
RESIDENTIAL LABORERS
ar JOURNEY LEVEL $18.12 1
RESIDENTIAL PAINTERS
JOURNEY LEVEL $18.36 1
RESIDENTIAL PLUMBERS&PIPEFITTERS
wo JOURNEY LEVEL $22.95 1
RESIDENTIAL REFRIGERATION&AIR CONDITIONING
JOURNEY LEVEL $48.21 1G 5A
RESIDENTIAL SHEET METAL WORKERS
JOURNEY LEVEL(FIELD OR SHOP) $19.48 1
RESIDENTIAL SOFT FLOOR LAYERS
JOURNEY LEVEL $32.24 1B 5A
RESIDENTIAL SPRINKLER FITTERS(FIRE PROTECTION)
r JOURNEY LEVEL $26.76 1B 5C
RESIDENTIAL TERRAZZO/TILE FINISHERS
JOURNEY LEVEL $26.30 1
RESIDENTIAL TERRAZZO/TILE SETTERS
JOURNEY LEVEL $37.03 1H 5A
ROOFERS
JOURNEY LEVEL $34.53 1R 5A
USING IRRITABLE BITUMINOUS MATERIALS $37.53 1R 5A
SHEET METAL WORKERS
rr JOURNEY LEVEL(FIELD OR SHOP) $46.74 1.1 6L
SIGN MAKERS&INSTALLERS(ELECTRICAL)
SIGN INSTALLER $23.36 1
SIGN MAKER $0.00 1
SIGN MAKERS&INSTALLERS(NON-ELECTRICAL)
SIGN INSTALLER $17.31 1
SIGN MAKER $15.61 1
SOFT FLOOR LAYERS
JOURNEY LEVEL $32.24 1B 5A
�1 SOLAR CONTROLS FOR WINDOWS
JOURNEY LEVEL $12.44 1 5S
SPRINKLER FITTERS(FIRE PROTECTION)
JOURNEY LEVEL $49.19 1B 5C
+�e STAGE RIGGING MECHANICS(NON STRUCTURAL)
JOURNEY LEVEL $13.23 1
SURVEYORS
CHAIN PERSON $9.35 1
INSTRUMENT PERSON $11.40 1
PARTY CHIEF $13.40 1
TELEPHONE LINE CONSTRUCTION-OUTSIDE
CABLE SPLICER $28.31 2B 5A
HOLE DIGGER/GROUND PERSON $15.92 2B 5A
INSTALLER(REPAIRER) $27.16 2B 5A
JOURNEY LEVEL TELEPHONE LINEPERSON $26.34 2B 5A
SPECIAL APPARATUS INSTALLER 1 $28.31 2B 5A
SPECIAL APPARATUS INSTALLER II $27.74 2B 5A
Page 8
+rr
ar
wp KING COUNTY
Effective 03-03-05
(See Benefit Code Key)
up
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
TELEPHONE EQUIPMENT OPERATOR(HEAVY) $28.31 2B 5A
TELEPHONE EQUIPMENT OPERATOR(LIGHT) $26.34 2B 5A
TELEVISION GROUND PERSON $15.12 2B 5A
TELEVISION LINEPERSON/INSTALLER $20.05 2B 5A
TELEVISION SYSTEM TECHNICIAN $23.82 2B 5A
TELEVISION TECHNICIAN $21.45 213 5A
TREE TRIMMER $26.34 2B 5A
TERRAZZO WORKERS&TILE SETTERS
JOURNEY LEVEL $37.03 1H 5A
TILE,MARBLE&TERRAZZO FINISHERS
FINISHER $30.86 1H 5A
TRAFFIC CONTROL STRIPERS
JOURNEY LEVEL $31.90 1K 5A
TRUCK DRIVERS
ASPHALT MIX(TO 16 YARDS) $36.89 IT 5D 8L
ASPHALT MIX(OVER 16 YARDS) $37.47 IT 5D 8L
DUMP TRUCK $36.89 IT 5D 8L
DUMP TRUCK&TRAILER $37.47 IT 5D 8L
OTHER TRUCKS $37.47 IT 5D 8L
TRANSIT MIXER $23.45 1
WELL DRILLERS&IRRIGATION PUMP INSTALLERS
4M IRRIGATION PUMP INSTALLER $17.71 1
OILER $12.97 1
WELL DRILLER $17.68 1
as
Vw
a
go
40
+rr
Page 9
w�
KING County -Effective: 3/3/2005 -- Page 1 of 7
�r.
Topic Index I Contact Info Se
Uborand
Home Safety claims Et insurance 11 Workplace Rights i Trades&Licensing
Find a Law(RCW)or Rule(WAGE Get a Form or Publication 1
KING County - Effective: 3/3/2005
Washington State Prevailing Wage Rates for Public Works Contracts
The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe
benefits. On public works projects, workers'wage and benefit rates must add to not less than this total. A
brief description of overtime calculation requirements is provided by clicking on the benefit code.
Any apprentice not registered with the Washington State Apprenticeship and Training Council must be paid
prevailing journey level wages. To verify apprentice registration, call (360) 902-5324.
KING County --Apprentices -- Effective 3/3/2005 -- Benefit Code Key
.
Prevailing Overtime Holiday Note 1,
Stage of Progression Et Hour Range Wage Code Code Code j
;ASBESTOS ABATEMENT WORKERS #
am 'ENVIRONMENTAL CONTROL PAINTERS I
1: 0 - 1000 Hours - 50.00% $17.53 1 N 5D
2: 1001 - 2000 Hours - 60.00% $20.03 1 N 5D 1
3: 2001 - 3000 Hours - 75.00% $25.72 1 N 5D
4: 3001 - 4000 Hours - 90.00% $29.85 1 N 5D I
LABORERS
1: 0 - 1000 Hours - 60.00% $22.63 1N 5D
2: 1001 - 2000 Hours - 70.00% $25.12 1N 5D
3: 2001 - 3000 Hours - 80.00% $27.62 1 N 5D
4: 3001 - 4000 Hours - 90.00% $30.11 1_N 5D
oft BOILERMAKERS
1: 0 - 1000 Hours - 70.00% $23.32 1 j
2: 1001 - 2000 Hours - 75.00% $24.99 1
3: 2001 - 3000 Hours - 80.00% $26.66 1
'"" 4: 3001 - 4000 Hours - 85.00% $28.32 1 j
5: 4001 - 5000 Hours - 90.00% $29.99 1 I
6: 5001 - 6000 Hours - 95.00% $31.65 1
BRICK AND MARBLE MASONS
1: 0 - 750 Hours - 50.00% $23.96 1 M 5A
2: 751 - 2250 Hours - 55.00% $25.38 1 M 5A
3: 2251 - 3000 Hours - 60.00% $26.84 1 M 5A
4: 3001 - 3750 Hours - 70.00% $29.76 1 M 5A
5: 3751 - 4500 Hours - 80.00% $32.68 1 M 5A
6: 4501 - 5250 Hours - 90.00% $35.60 1 M 5A
7: 5251 - 6000 Hours - 95.00% $37.06 1 M 5A
CARPENTERS
ACOUSTICAL WORKER
�r 1: 0 - 1000 Hours - 50.00% $20.96 1 M 5D
2: 1001 - 2000 Hours - 60.00% $27.69 1 M 5D
3: 2001 - 3000 Hours - 68.00% $29.97 1 M 5D
4: 3001 - 4000 Hours - 76.00% $32.26 1 M 5D
5: 4001 - 5000 Hours - 84.00% $34.54 1 M 5D
6: 5001 - 6000 Hours - 92.00% $36.83 1 M 5D
BRIDGE, DOCK AND WARF CARPENTERS
' 1: 1 It Period - 60.00% S23.72 1 M 5D
tow http://www.Ini.wa.gov/PrevailingWage/Appwages/20051/col7.asp 5/17/2005
KING County -Effective: 3/3/2005 -- Page 2 of 7
2nd period - 65.00% $29.01 1M 5D
3: 3rd Period - 70.00% $30.43 1M 5D
4: 4th Period - 75.00% $31.85 iM 5D
5: 5th Period - 80.00% $33.27 1M 5D
6: 6th Period - 85.00% $34.69 1 M 5D
7: 7th period - 90.00% $36.11 1M 5D
8: 8th Period - 95.00% $37.53 1M 5D
CARPENTER
i1: 1st Period - 60.00% $23.72 1 M 5D
2: 2nd Period - 65.00% $29.01 1 M 5D
3: 31d Period - 70.00% $30.43 1M 5D
4: 4th Period - 75.00% $31.85 iM 5D
5: 5th Period - 80.00% $33.27 iM 5D
6: 6th Period - 85.00% $34.69 1 M 5D
7: 7th Period - 90.00% $36.11 1M 5D
tn period 95.00%8: S $37.53 iM 5D
!DRYWALL APPLICATOR
DRYWALL, METAL STUD, AND CEILING APPLICATORS
1: 0 - 700 Hours - 50.00% $21.22 1M 5D
2: 701 - 1400 Hours - 60.00% $28.00 1 M 5D
3: 1401 - 2100 Hours - 68.00% $30.32 1_M 5D
4: 2101 - 2800 Hours - 76.00% $32.65 1 M 5D
40 5: 2801 - 3500 Hours - 84.00% $34.98 1 M 5D
6: 3501 - 4200 Hours - 92.00% $37.30 1 M 5D
MILLWRIGHT AND MACHINE ERECTORS
1: 111 Period - 60.00% $24.32 1 M 5D
4w 2: 2"d Period 65.00% $29.66 1 M 5D
3: 3rd Period - 70.00% $31.13 1 M 5D
44th Period $32.60 1M 5D
5: 51h Period - 80.00% $34.07 iM 5D
'6: 61h Period - 85.00% $35.54 iM 5D
�7: 7th Period - 90.00% $37.01 1 M 5D
18: 8th period - 95.00% $38.48 1 M 5D
"PILEDRIVERS, DRIVING, PULLING, PLACING COLLARS AND WELDING
1: 1st period - 60.00% $23.84 1 M 5D
2: 2"d Period - 65.00% $29.14 1 M 5D
3: 31d Period - 70.00% $30.57 iM 5D
4: 41h Period - 75.00% $32.00 1M 5D
5: 5th Period - 80.00% $33.43 iM 5D
�w 6: 6th Period 85.00% $34.86 1 M 5D
th Period 90.00%7: 7 $36.29 1M 5D
�8: 8th Period - 95.00% $37.72 i M 5D
:CEMENT MASONS
1: 0 - 1000 Hours - 50.00% $25.44 1 M 5D
2: 1001 - 2000 Hours - 60.00% $28.35 1 M 5D
3: 2001 - 3000 Hours - 70.00% $31.27 1 M _5_D #
4: 3001 - 4000 Hours - 80.00% $34.18 1 M 5D
5: 4001 - 5000 Hours - 90.00% $37.10 1 M 5D
6: 5001 - 6000 Hours - 95.00% $38.55 1 M 5D
DRYWALL TAPERS
"1: 0 - 1000 Hours - 50.00% $25.78 1 J 5B
2: 1001 - 2000 Hours - 55.00% $27.14 11 5B
3: 2001 - 3000 Hours - 65.00% $29.87 1 J 5B
4: 3001 - 4000 Hours - 75.00% $32.61 1 J 5B
5: 4001 - 5000 Hours - 85.00% $35.34 11 5B
6: 5001 - 6000 Hours - 90.00% $36.71 1 J 5B
ELECTRICIANS - INSIDE
http://www.lni.wa.gov/PrevailingWage/Appwages/2005 l/co 17.asp 5/17/2005
KING County -Effective: 3/3/2005 -- Page 3 of 7
Vr
11: 0. 1000 Hours - 40.00% $19.55 1 D 6H
12: 1001 - 2000 Hours - 50.00% $23.00 1_D 6H
13: 2001 - 3500 Hours - 55.00% $27.92 1.9 6H
4: 3501 - 5000 Hours - 65.00% $31.95 1 D 6H
5: 5001 - 6500 Hours - 75.00% $35.98 1 D 6H
i6: 6501 - 8000 Hours - 85.00% $40.01 11) 6H
(ELECTRICIANS - POWERLINE CONSTRUCTION
JOURNEY LEVEL LINEPERSON
I1: 0 - 1000 Hours - 60.00% $29.97 4A 5A }
1001 - 2000 Hours - 65.00% $31.07 4A 5A
j3: 2001 - 3000 Hours - 71.00% $32.54 4A 5A
4: 3001 - 4000 Hours - 81.00% $34.36 4A 5A
r 15: 4001 - 5000 Hours - 85.00% $36.57 4A 5A
!6: 5001 - 6000 Hours - 89.00% $39.50 4A 5A
17: 6001 - 7000 Hours - 93.00% $40.96 4A 5A
3POLE SPRAYER
1: 0 - 1000 Hours - 85.70% $39.38 4A 5A
2: 1001 - 2000 Hours - 89.80% $40.88 4A 5A
3: 2001 - 3000 Hours - 92.80% $41.98 4A 5A
iELECTRONIC Ft TELECOMMUNICATION TECHNICIANS a
11: 0 - 1000 Hours - 55.00% $7.35 1
12: 1001 - 2000 Hours - 60.00% $7.35 1
„r
3: 2001 - 3000 Hours - 65.00% $7.85 1
4: 3001 - 4000 Hours - 70.00% $8.45 1
15: 4001 - 5000 Hours - 75.00% $9.05 1
6: 5001 - 6000 Hours - 80.00% $9.66 1
7: 6001 7000 Hours - 85.00% $10.26 1
8: 7001 - 8000 Hours - 95.00% $11.47 1
ELEVATOR CONSTRUCTORS
MECHANIC
1: 111 Period - 50.00% $19.11 4A 6Q
21 2nd Period - 55.00% $33.32 4A 6Q
i3: 3rd Period - 65.00% $37.38 4A k
4: 41h Period - 70.00% $39.39 4A 6g,
i5: 51h Period - 80.00% $43.44 4A 6g,
GLAZIERS
1: 0 - 1000 Hours - 45.00%
$21.76 2E 5G
2: 1001 - 2000 Hours - 50.00% $23.41 2E 5G
3: 2001 3000 Hours - 55.005vo $25.07 2E 5G
4: 3001 4000 Hours - 60.00% $26.72 2E 5G
t5: 4001 - 5000 Hours - 65.00% $28.38 2E 5G
6: 5001 - 6000 Hours - 70.00% $30.03 2E 5G
40 1: 6001 - 7000 Hours - 80.00% $33.34 2E 5G
8: 7001 - 8000 Hours - 90.00% $36.65 2E 5G
HEAT £t FROST INSULATORS AND ASBESTOS WORKERS
:MECHANIC
1: 0 - 1000 Hours - 50.00% $26.05 1F 5E
2: 1001 - 2000 Hours - 55.00% $27.63 1 F 5E
3: 2001 - 4000 Hours - 65.00% $30.81 1F 5E
4: 4001 - 6000 Hours - 75.00% $33.99 1F 5E
5: 6001 - 8000 Hours - 85.00% $37.16 1F 5E
HOD CARRIERS Et MASON TENDERS
1: 0 - 1000 Hours - 60.00% $22.63 1N 5D
2: 1001 - 2000 Hours - 70.00% $25.12 1 N 5D
3: 2001 - 3000 Hours - 80.00% $27.62 1 N 5D
4: 3001 - 4000 Hours - 90.00% $30.11 1 N 5D
lNSLILATION APPLICATORS
http://www.Ini.wa.gov/PrevailingWage/Appwages/20051/co17.asp 5/17/2005
KING County -Effective: 3/3/2005 -- Page 4 of 7
1: 0 - 1000 Hours - 50.00% $20.88 1 M 5D
2: 1001 - 2000 Hours - 60.00% $27.59 1M 5D
�r 3: 2001 - 3000 Hours - 75.00% $31.85 1M 5D
4: 3001 - 4000 Hours - 90.00% $36.11 1M 5D
IRONWORKERS
ws 1: 1 It Period - 65.00% $25.68 1 B 5A
t2: 2"d Period - 70.00% $27.17 1 B 5A
43: 3rd Period - 75.00% $35.67 1B 5A
4: 4th Period - 80.00% $37.16 1B 5A
5: 5th Period - 90.00% $40.14 1B 5A
66th Period $40.14 1 B 5A
7: 7th Period - 95.00% $41.63 1 B 5A
?8: 81h Period - 95.00% $41.63 1 B 5A
LABORERS
1: 0 - 1000 Hours - 60.00% $22.63 1N 5D
4w 2: 1001 - 2000 Hours - 70.00% $25.12 1N 5D
3: 2001 - 3000 Hours - 80.00% $27.62 1N 5D
4: 3001 - 4000 Hours - 90.00% $30.11 IN 5D
LABORERS - UNDERGROUND SEWER £t WATER
1: 0 - 1000 Hours - 60.00% $22.63 1N 5D
2: 1001 - 2000 Hours - 70.00% $25.12 1N 5D
3: 2001 - 3000 Hours - 80.00% $27.62 1 N 5D
34: 3001 - 4000 Hours - 90.00% $30.11 1 N 5D
LATHERS
11: 0 - 700 Hours - 50.00% $21.22 1M 5D
2: 701 - 1400 Hours - 60.00% $28.00 1M 5D
13: 1401 - 2100 Hours - 68.00%
$30.32 1 M 5D
4: 2101 - 2800 Hours - 76.00% $32.65 1M 5D
15: 2801 - 3500 Hours - 84.00% $34.98 1M 5D
6: 3501 - 4200 Hours - 92.00% $37.30 1M 5D
'PAINTERS
1: 0 - 750 Hours - 55.00% $16.18 2B 5A
2: 751 - 1500 Hours - 65.00% $17.23 2B 5A
3: 1501 - 2250 Hours - 75.00% $19.11 2B 5A
4: 2251 - 3000 Hours - 80.00% $20.82 2B 5A
15: 3001 - 3750 Hours - 85.00% $21.81 2B 5A
'
16: 3751 - 4500 Hours - 95.00%
$23.78 2B 5A
;PLASTERERS
11: 0 - 500 Hours - 40.00% $18.57 1 R 5A
+ 2: 501 - 1000 Hours -45.00% $19.88 1 R 5A
j3: 1001 - 1500 Hours - 45.00% $25.50 1R 5A
4: 1501 - 2000 Hours - 50.00% $26.82 1 R 5A
15: 2001 - 2500 Hours - 55.00% $28.13 1_R 5A
16: 2501 - 3000 Hours - 60.00% $29.44 1 R 5A
i7: 3001 - 3500 Hours - 65.00% $30.75 1 R 5A
18: 3501 - 4000 Hours - 70.00% $32.06 1R 5A
'" 9: 4001 - 4500 Hours - 75.00%
$32.37 1-.R 5A
10: 4501 - 5000 Hours - 80.00% $33.68 1R 5A
11: 5001 - 5500 Hours - 85.00% $35.00 1R 5A
w
12: 5501 - 6000 Hours - 90.00% $36.31 1-R 5A
';13: 6001 - 6500 Hours - 95.00% $37.62 1 R 5A
14: 6501 - 7000 Hours - 95.00% $37.62 1 R 5A
PLUMBERS Ft PIPEFITTERS
E1: 0 - 2000 Hours - 50.00% $27.00 1 G 5A
2: 2001 - 4000 Hours - 62.50% $36.95 1G 5A
3: 4001 - 6000 Hours - 70.00% $39.54 1G 5A
+►
4: 6001 - 8000 Hours - 75.00% S41.25 1G 5A
http://www.ini.wa.gov/PrevailingWage/Appwages/2005 1/co 17.asp 5/17/2005
KING County -Effective: 3/3/2005 -- Page 5 of 7
+•r
5: 8001 - 10000 Hours - 85.00% $44.70 1 G 5A
POWER EQUIPMENT OPERATORS
ALL EQUIPMENT
11: 0 - 1000 Hours - 65.00% $29.26 1T 5D 8L
2: 1001 - 2000 Hours - 70.00% $30.72 1T 5D 8L
�3: 2001 - 3000 Hours - 75.00% $32.18 1T 5D 8L
4: 3001 - 4000 Hours - 80.00% $33.64 1T 5D 8L
ID: 4001 - 5000 Hours - 90.00% $36.57 1T 5D 8L
#6: 5001 - 6000 Hours - 95.00% $38.03 1T 5D 8L
POWER EQUIPMENT OPERATORS- UNDERGROUND SEWER Ft WATER
I(SEE POWER EQUIPMENT OPERATORS)
11: 0 - 1000 Hours - 65.00% $29.26
rr 12: 1001 - 2000 Hours - 70.00% $30.27
3: 2001 - 3000 Hours - 75.00% $32.18
4: 3001 - 4000 Hours - 80.00% $33.64
5: 4001 - 5000 Hours - 90.00% $36.57
16: 5001 - 6000 Hours - 95.00% $38.03
!POWER LINE CLEARANCE TREE TRIMMERS
!TREE TRIMMER
1: 0 - 1000 Hours - 65.00% $20.68 4A 5A
12: 1001 - 2000 Hours - 75.00% $23.04 4A 5A
13: 2001 - 3000 Hours - 80.00% $24.15 4A 5A
„ 4: 3001 - 4000 Hours - 90.00% $26.41 4A 5A
REFRIGERATION £t AIR CONDITIONING MECHANICS
MECHANIC
1: 0 - 2000 Hours - 50.00% $25.97 1G 5A
2:2001 - 4000 Hours - 55.00% $31.33 1G 5A
3: 4001 6000 Hours - 60.00% $33.20 1G 5A
4: 6001 8000 Hours - 70.00% $36.97 1G 5A
1.5: 8001 - 10000 Hours - 85.00% $42.58 1G 5A
RESIDENTIAL CARPENTERS
'1: 1St Period - 60.00% $14.08 1
12: 2nd period - 65.00% $15.26 1
3: 3rd Period - 70.00% $16.43 1
4: 4th Period - 75.00% $17.60 1
5: th Period $18.78 1
6: 6th Period - 85.00% $19.95 1
i7: 7th Period - 90.00% $21.12 1
8: 8th period - 95.00% $22.30 1
RESIDENTIAL ELECTRICIANS
1: 0 - 900 Hours - 50.00% $13.12 1
2: 901 1800 Hours - 55.00% $14.43 1
.w ?3: 1801 - 2700 Hours - 75.00% $19.68 1 1
4: 2701 - 4000 Hours - 85.00% $22.30 1
RESIDENTIAL PLUMBERS Ft PIPEFITTERS
1: 0 - 1000 Hours - 55.00% $12.62 1
O' E2: 1001 - 2000 Hours - 65.00% $14.92 1
3: 2001 - 4000 Hours - 75.00% $17.21 1
4: 4001 - 6000 Hours - 85.00% $19.51 1
o =RESIDENTIAL SHEET METAL WORKERS
JOURNEY LEVEL (FIELD OR SHOP)
1: 1 - 1000 Hours - 50.00% $9.74 1
!2: 1001 - 2000 Hours - 60.00% $11.69 1
" 3: 2001 3000 Hours - 65.00% $12.66 1 j
4: 3001 4000 Hours - 70.00% $13.64 1
5: 4001 - 5000 Hours - 80.00% $15.58 1
m► 16: 5001 - 6000 Hours - 85.00% S16.56 1
No http://www.ini.wa.gov/PrevailingWage/Appwages/20051/col7.asp 5/17/2005
KING County -Effective: 3/3/2005 -- Page 6 of 7
!ROOFERS
11: 0 - 820 Hours - 60.00% $22.98 1 R 5A
2: 821 - 1630 Hours - 67.00% $24.78 1R 5A
3: 1631 - 2450 Hours - 74.00% $26.58 1R 5A
14: 2451 - 3270 Hours - 81.00% $29.66 1R 5A
=5: 3271 - 4080 Hours - 88.00% $31.46 1R 5A
!6: 4081 - 4899 Hours - 95.00% $33.25 1R 5A
'SHEET METAL WORKERS
JOURNEY LEVEL (FIELD OR SHOP)
A: 0 - 2000 Hours - 45.00% $20.23 1 J 6L 1
2: 2001 - 3000 Hours - 50.00% $27.96 1 J 6L
�3: 3001 - 4000 Hours - 55.00% $29.72 1-1 6L 3
• 4: 4001 - 5000 Hours - 60.00% $31.50 1 J 6L �
_ 1
15: 5001 - 6000 Hours - 65.00% $33.28 1-1 6L !
6: 6001 - 7000 Hours - 70.00% $35.05 1 J 6L
7: 7001 - 8000 Hours - 75.00% $36.83 1-1 6L
8: 8001 - 9000 Hours - 80.00% $38.61 1 J 6L t
'9: 9001 - 10000 Hours - 85.00% $40.39 1-1 6L !
'SOFT FLOOR LAYERS }
" APPRENTICES INDENTURED ON OR AFTER JUNE 1, 2003
11: 0 - 750 Hours - 45.00% $16.52 113 5A I
!2: 751 - 1500 Hours - 50.00% $17.74 113 5A r
low 3: 1501 - 2250 Hours - 60.00% $21.48 1 B 5A
4: 2251 3000 Hours - 70.00% $24.17 1 B 5A
15: 3001 3750 Hours - 80.00% $26.86 1 B 5A
6: 3751 - 4500 Hours - 90.00% $29.55 1 B 5A
'APPRENTICES INDENTURED PRIOR TO JUNE 1, 2003 I
1: 0 - 750 Hours - 45.00% $17.45 1B 5A
2: 751 - 1500 Hours - 50.00% $18.79 1B 5A !
3: 1501 - 2250 Hours - 60.00% $21.48 1B 5A I
4: 2251 - 3000 Hours - 70.00% $24.17 1 B 5A i
5: 3001 - 3750 Hours - 80.00% $26.86 113 5A j
w+ '6: 3751 - 4500 Hours - 90.00% $29.55 113 5A i
SPRINKLER FITTERS (FIRE PROTECTION) I
1: 1st Period - 40% $19.96 1 B 5C
2: 2nd Period - 42% $20.66 1 B 5C
�"" 3: 3rd Period - 44% $21.37 1 B 5C I
4: 4th Period - 47% $22.43 1_B 5C
5: 5th Period - 52% $27.04 1_13 5C
36: 6th Period - 57% $28.81 1.6 5C
7: 7th Period - 62% $30.82 1 B 5C j
8: 8th Period - 65% $31.88 1-B 5C
{9: 9th Period - 75% $35.91 1B 5C !
10: 10th Period - 80% $37.67 113 5C
TERRAZZO WORKERS £t TILE SETTERS
1: 0 - 1000 Hours - 50.00% $22.07 1H 5A j
2: 1001 - 2500 Hours - 55.00%
$23.40 1H 5A
3: 2501 3500 Hours - 60.00% $24.73 1H 5A I
4: 3501 4500 Hours - 70.00% $27.39 1 H 5A
5: 4501 5500 Hours - 80.00% $30.06 1H 5A
6: 5501 - 6250 Hours - 90.00% $32.72 1 H 5A
7: 6251 - 7000 Hours - 95.00% $34.05 1 H 5A
TILE, MARBLE £t TERRAZZO FINISHERS
FINISHER
1: 0 - 1000 Hours - 50.00% $21.46 1 H 5A
i2: 1001 - 2500 Hours - 55.00% $22.74 1H 5A
*w 3: 2501 - 3500 Hours - 60.00% 524.00 1H 5A i
um http://www.ini.wa.gov/PrevailingWage/Appwages/20051/col7.asp 5/17/2005
KING County -Effective: 3/3/2005 -- Page 7 of 7
4: 3501 - 4500 Hours - 70.00% $26.56 1H 5A
?TRAFFIC CONTROL STRIPERS
«" i1: 0 - 500 Hours - 60.00% $13.50 1K 5A
501 - 1000 Hours - 60.00% $18.60 1 K 5A
3: 1001 - 2333 Hours - 60.00% $21.22 1 K 5A
4: 2334 - 4666 Hours - 73.00% $24.69 1 K 5A
15: 4667 - 7000 Hours - 88.00% $28.70 1 K 5A
STRUCK DRIVERS
ALL TRUCKS
1: 0 - 700 Hours - 70.00% $29.15 1T 5D 8L
2: 701 - 1400 Hours - 80.00% $31.73 1T 5D 8L
s3: 1401 - 2100 Hours - 90.00% $34.31 1T 5D 8L
pw
ar
•r
�w
err
.r
err
http://www.In1.wa.gov/PrevailingWage/Appwages/20051/co17.asp 5/17/2005
"W APPENDIX C-STANDARD PLANS CITY OF RENTON
+w
4r
wr
wAr
ar
dw
AW
APPENDIX C
o.
` STANDARD PLANS
on
2005 OVERLAY
4wr
"W
CITY OF RENTON
NR PLANNING/BUILDING/PUBLIC WORKS OERARTMENT
VAC.
V
" COLD PLANING ARR �
- 20 -1 =�
�w
T;
sr j
M
SECTION A-A
TYPICAL COLD—PLANING DETAIL 1 DATE 06/95
�, COLD.DWG
z 1;
v o C =!
Cl
�1
Q C
5k?!R
~ I
QIN
c
1
I ' 1 1 •T
-q +
w.
.r
LIE
up
I
vo i Z.
vw
� I
v /
.o x. >O
J- - 0 � I
J O W U
Z.c J
wo
< < J
aw J .
.. SEAL WITH AR 4000 AND
DRY SAND AFTER PATCHING
PATCHED AREA
A A
on
COVER
ws
.t.
vp
PLAN
N TS
fm
we 1'-0" OUTSIDE DIA. 1'-0" 2" A.C. CLASS "G"
wr
trr
4" CONCRETE
SECTION A— A
4w NOTES:
REMOVE PAVEMENT AND BASE MATERIALS FOR A DISTANCE
WHICH IS EQUAL TO THE DIAMETER OF THE FRAME PLUS TWO FEET.
ADJUST CASTING FRAME TO PAVEMENT SURFACE USING CONCRETE
BLOCKS.
REPLACE ALL BUT TOP 2" OF EXCAVATED MATERIAL WITH
CLASS 3000 CONCRETE (3/4). FINISH PAVEMENT SURFACE TYPICAL UTILITY COVER
WITH 2" OF A.C. CLASS "C".
'o SEE ADJUSTMENT FOR
SPECIFICATIONS SECTION 7-05.3(t). PAVEMENT OR OVERLAY
Gti o� ADOPTED
ttw �
CITY OF RENTON
STANDARD PLANS
4/10/03 Revised notes and Detail. JD H DMC IV T O LST DATE:04/2003
PO/17/96 Added notes. IDcV1 Ac
DATE REVISION BY PPR
DWG. NAME: BR36 SP PAGE: 6001
c
' c
L L
v
O a � C
i cr
m ca
c p
aw E<
G
as
dw
z
1 c -
I I V
tj
IZZ
CO
Im
AWv {
� I � .• � C� N J G V
v
40
Ys
r
♦r
CENTER LINES
`� • ® • • • • • • • • • ® • • • • • • • • 14"
• 3 ♦ • • • • • • • • v • • • • • •--
II-- 30' 4 YELLOW TYPE I
LINE MARKERS
DOUBLE YELLOW CENTER LINE 4" YELLOW TYPE 'Ild'LINE MARKERS (REEL.)
w.
• • • • • • •
wr
9' 15' 3' v 4" YELLOW TYPE 'I'
LINE MARKERS
++� SINGLE SKIP YELLOW CENTER LINE 4" YELLOW TYPE 'Ild'
LINE MARKERS (REEL.)
+iw
TWO-WAY LEFT TURN LANE
• • ® • • • • • • • • • • • • • • • ®4
t „
--•9 • 15' • �3� • • •
4w 12, - 4” YELLOW TYPE 'Ild' LINE MARKERS (REEL.)
4" YELLOW TYPE 'I' LINE MARKERS
® • • • • • • • ® • • •
• • • • • • • • • • • • • • • ® • • •
r
NUMBER OF 2-WAY LEFT TURN ARROWS
SPEED LIMIT 25 MPH ----- 200' O.C.
SPEED LIMIT 30-35 MPH -- 250' O.C.
SPEED LIMIT 40-45 MPH -- 300' O.C.
CHANNELIZATION MARKERS DETAIL
ADOPTED
Ids
G CRY OF RENTON
STANDARD PLANS
LST DATE: 1O/30/96
.rr DATE REVISION I BY JAPPR'01 DWG. NAME: HR-01 SP PAGE:H001
APPROACH LINE
tttttt titttt : ® = 8"
24' 4" WHITE TYPE
LINE MARKERS
4" WHITE TYPE 'Ile'
LINE MARKERS (REFL.)
NUMBER AND LOCATIONS OF ARROWS
APPROACH LINE LENGTH ARROW OR OW LOCATIONS
+r
20'-50' 1 ARROW (20' BACK FROM CROSSWALK OR STOP BAR)
50'-125' 2 ARROWS(20' BACK & END OF APPROACH LINE)
125'-300' 3 ARROWS(20' BACK, MIDWAY & END OF LINE) ARROWS
w" OVER 300' AT 100' INTERVALS
SKIP APPROACH LINE
�- - 9' 15' 3' 4" WHITE TYPE 'I'
+rr LINE MARKERS
4" WHITE TYPE 'Ile'
LINE MARKERS (REFL.)
.rr
LANE LINE
4"*v:9, 15' 3' 4" WHITE TYPE 'I'
LINE MARKERS
4" WHITE TYPE 'Ile'
LINE MARKERS (REFL.)
CHANNELIZATION MAKERS DETAIL
ADOPTED
rr V Y CITY OF RENTON
STANDARD PUNS
N T LST DATE: 10/30/96
err DATE I REVISION BY PPR DWG. NAME: HR-02 SP PAGE: HO02
Wz � � c
T C
m o t L Cpq
a o _c° J
7p a Y Q O O A Q
O Oo P V / O O E • E �
W P „ L W b 6 a [!
W W W I 'O m W C ° ° C 0, 1 fA
ff79
L g ; ' -° ° h O ° Zg d
JC
0 o a a:Cd t
CO -°> a Cr
a
o t-
I T
OL W C L ° N•
ID CE
L N C U 7 a �f
i C 3 W
3 Z s LW +O 0 O
C h
c
0
J m i
I OL L
L N
up L
0.
t
N O
m P a n
r
W o N N
V I 3 L P Q
I 3
I Z G W W
O
' n 1 3: r
1( Z Match �Line A
X t
m U " O o L
J L I 'Z U
` a W O
wm "' Z ° �I a
t
�I� m o
C
J W (i
tlal Z O � W
W i
1 'a J T I
4M 1 ; Z � I z
I o W z °— z
I ( z �-
U
E o C I
1 ¢ L J o W
i I C m `L W
i9 ; a I LL- Q
' ' I ' a t W J
O O N Z
m a c` O I Q W
L 0 n cap J O
N ° m I o ' J LLJ
l"" 0 N n Cr 0 _ I z 0
W I m '^ I + N
o 0
a Cl a m I
I m J OC O
C
0 ID L I n
N c I J
%A N E CL ON a M a v z°oa
\ O tt f a r W I W
N . I W
+ N ; °
o 3 V
V W W N I� I I g
}t v JC
P 3
W
O I a —°
C
o I m
q 3 3 V aul'l 434.DY4
uw
LO
ao
W ° " 1c�rr
mQ [� N
g F�
Match Line A C p"
m II I aw �
{ i L ` °' a O A S
o 1 1 m a. CL
wr c I L
a a O V } w +'
1 1 L ,° W N ; Z 4 o
o N o 11 r O I o
W I I o I --m° C®r-0, a 71 Wz
I
II /
I I a
N ) �)
C
r► c I Ni� \
a II I J
L I
ww T III 4A C, II n
r m L I I
O N N
V I I I J C II c o a z
.r J a I I N o
C i w Match Line 8 ` o i--
° Z I i`o� W
J
O I • o I Z
7r 1 1 ! T I I o 0 0
II
l i v O I • I I _ LL
ID ; II Z n >°+
I I = w
N I I C q Bull �io�ory J a I N } Q
{
C)
C J
J 1 ►-. m 1 • J o 0
a1�1 9 0 •II
O 0 3
F-
m -
a �
arw � I
I 1 w °a n
D I
a
m
t
I I °0
wr
O p O
W 3 _o r L
W ; m p b
I W O 0
1 m I I m Y O E O Y
o g > g
6) n ° E
e E
L Y N t
t ( N + C o p t
I m I , '� o N a 0 E
I O W 0 0 - y 7 >
qm W Q • tt f7 W ~ O 0 o
rI� �1 L N 3 °o L c
L o
N 3 O m M I 3 C p 7 p
m
W O N O y O L
CD m I z is a .' L
G }
3 j 9 Gull 43+°Y4
+wr
ft.,
A °O
W z v
0 o C
vrr klatch Line A L L v n a W N
RY
Q
a 0 Q O O A
yyr n rl � a 3 m co w
N N L L 3t Oiq V
O } � .S
O c
V I G O O } z$ !
'r" s 4- a
3 m n w ( t H a r�
sm D a I w v o -
K N O O p ; O w
l G I LX w I U O
G p } L J
I U W a N 1 N E 3
CL
N I ; ` W w 0 W
"1
o 0
Jc
r
J I
z
I o
+7r V L U O O z
U n
o a- n O
; I z t t H
z N
N U
J a I m Z o LO rr w+' Q Q m z
N
o a O O O U
W I o c +0 ti
Ix 1 i oa J i 3: o
i � o
OD
L ° I v I
I
L O t J a Q
L
N
+. U O 1 N J
1/ N O C p J
P U N I P Q
0 I O J w
9.2 t 3
rA I m
6
T
T C
I G O .0 O O O
' OQ L CO V 4_- C m
L N J 3 U b E b
+� N c ( a o ° c
b J[ 4 c
I w o a U E b C.
E
co
I m I a oc ° c
O
4- I a o a ¢ a —° w m
� I-- o E
N
u N I I N I n L >
♦ o 0 o
La I O Q 4- n
_b
Q V N CO > C
W O O
p o y aull 4o�cW o I v° S a m c
7jD m W c U 7 a
L } O b U
3 L W L n D0 L OC
Gilt I I i F- O b p L
0 r-Z 3 C Lp } L
vrr
r w
0
0
x
m w
A z 0000 a
� 0
W
3
+. E� ♦ �� Q
wr
r
U
Z
low
I
Am 0 0
Nil
i
as
AW
�r.
wr
ye
� A
m = v LD
OZ
LL.
'^
CS
E E~ 3 a
r C,�
• v � v U �r � qa
v 1. v c• a E-
U O < <
1rr
z C3
C V W c v
t I I r
/ts �1/�S
1r
to
A
co
_
C
b
N
C!
VAIW
a
cm c CI
N I
O
44 Z r U U
4w
C N ui
cn
© C N N N C4 N
J U a p LU
+=r 1
i I.L: Ci N L
No V
< --�
w
x
m �
c
a
'I
�j• �j 1 1
Q
� C
owl
u O < I -
<
o ZI1 - ! Z r
_
J I
ix Xi
11 I
0_
low
w.
rw
CURB LANE LANE LANE CURB LANE
CENTER CENTER
I IN IN I
LANE I LANE
low I I I I
I I I
I I I
"0 I I ( I 10'
I I I ( I
t I I
rwr I I I I
8"(TYP.)—STRIPE
6 MIN.(TYP.) 8"(TYP.)—OPEN
(TYP.) I 8"(TYP.)—STRIPE
I CONCRETE LANE I LANE
GUTTER LINE I LINE
I
r1r TIRE I TIRE TIRE I TIRE
TRACKS TRACKS TRACKS TRACKS
wr
TYPICAL 4- LANE ROADWAY CONFIGURATION
NOTE:
FOR ROADWAYS WITH MORE OR LESS LANES, THE SAME CONFIGURATION
APPLIES. KEEPING THE THERMOPLASTIC/PAINTED BARS CENTERED ON Thermoplastic/Painted Crosswalk
THE LANE LINES AND IN THE CENTER OF TRAVELLED PORTION OF THE
LANE TO MINIMIZE THE WEAR ON THE THERMOPLASTIC/PAINT.
rrr GtiAY p� ADOPTED
CITY OF RENTON
STANDARD PLANS
LST DATE 04/01/1990
irr DATE REVISION BY APPR' DWG. NAME: HR-13 SP PAGE: HO1 2
i
I
* *
35" 31" 31" 35"
*
13" I 4'-5"
31'
1'-6"�
arr
9'-0"
wr
6'-4" 6'-5"
rr
45"
or
2'-3"
+rr
low �1
5'-6" 5'-6'
*
11'
No
* BASED ON TYPICAL 11—FOOT LANE WIDTH
wrr
�e
THRU & LEFT TURN ONLY
ARROW DETAIL
tiCY p ADOPTED
�Ir G CITY OF RENTON
STANDARD PLANS
IST DATE. 10/30/96
DATE REVISION DWG. NAME: HR11 SP PAGE: H010
BY APPR'D
r
35" 31" 31" 35"
4'-5" I 13"
rtr.
r 31'
vrr ••
I-1'-6" 1'-6 -{
�rrr
9'-0"
�r 6'-5" 6'-4"
45*
wr
2'-3"
w
*
5'-6" 5'-6"
11'
wr
* BASED ON TYPICAL 11-FOOT LANE WIDTH
mw
`w THRU AND RIGHT TURN ONLY
ARROW DETAIL
ADOPTED
CITY OF RENTON
♦i\
� STANDARD PLANS
LST DATE: 12/96
DATE I REVISION BY PPWD DWG. NAME: HR12 SP PAGE: H011
Sc 9
Do
S co
AL
0
in
hi
IL
CL
C3 z
■���l��
• �����_�
N/
■N
�a o
N.
■.....Y•N....■■••..N • • •.�. 1•■N■.
Hu�louu■.n uou..ouu■:ouw
...............r.................N...N: ..
.,.- .. CqL
CL
IL
LU
La
IEI
cr
ui
��■�� H■•
co
co
nwo.i■..��....ou■uuuf ■■ a.
■r.N.HN.n. NN.N r..rNr /N....Nr.... N■..N..
-y■��I.■N..n■�f■.■■wfwNn■..■ ■.■.tfN/./N.■■N.
:::::::::::::::iii■• - :::::::::::::::::::::::::•:::u:::.i:::::::::
N
C
g a 3 z C
. � �
° ' R Z z L.
ow a
C C
w C3
eo o g a V
C C • w • D V r- �1 I • . .
_• b
rrr o�
• o - s o an
M L
6A ` E .0
0
o0
° o
d
u` v w O • o ` t
n c _ s
a�
J V O
C Q r v w *
* CIO
3 • �
? ' 1
D • H
t
fl
va
No
O a a G
{
1
Lo
t t t I s
7
ow
Z
r-.
o . C
_ � ° �o ion °- •� � `-�'�
CL
LLJ
Lf-
�: �— � • N i O 1.1 O� .n0 • I • �..
e--
i I - •�- 1 - , • i
j i
t l 1�
y,lce I o
� "c.i t
t IA--f
z9 3so /
/ o
a -
a -
a-
3
V '
err
C
t� sy ��� �e��n - • .tom _
• X �� wl wlw yyt == 111 i SL ©U
It
TT
ti� � •s � � w ^ �_ � �•Si� ij�s �1F asp '� • ��• 1
c3 ise .ao.�:+♦ i S !3 g € If S
�2F i
tw S
h �•
—•Q 41 � i j i
N O ^ a
low
aw
Q s L
Q �
f
i \ Imo. F
--• � �r f{ a w a
1
fly • c
• o
tito o• • o
♦ � l II y
aw t x
7f Ff 71 1 j h I �,•, I
tiff♦ ; \`\ J � 1.., J � N � N s
d
h a o
J
n
o
q • r
• A U
.. o .n La u .. .. 8 v• ' 2
_ ^ c �1
V
^ ° d d • b E�r �` I u
s s z .•. Q .. _ t ,.
V NO •91 I� w •� � C ~ �O� L II �r-
O I.
.. © C •
N
+1 ^ 40 ° Q
r• • s • 1
�r .. ' 4 a �: 3e x.4.5 � •i.•��: Y
a cc
04.01
°
N ��o ! ( ♦ •
x J 3 El
_e
s
O
.j Qr°i
swoon 1
l
a.
C yyy
C s
a 1 °
C 6
C -
25
G x
y 4 Y
♦ I u t� S'S
n
c
Qa 2 C
�- - - ^ x
In
teyi ��
.O w a � O r Q a.s� •
u •e _ov
- O
'� i« n « n y • � �e,.°. a•e o�� St' S Q � � 1f �.
R T: � _
.s_os G .• C
O • • O t u
Aru u C7 5U • , '
vtOr •ref
_ =a
a
�T!� I
N i • M
_W
C O
� v
rlw s
LC 07)
s f
l ZZ
• + c
I 1
Illfii « \\ 1 I I - � f � • � � i o
j II a
1
v
it C o
u
•c
err
N $ v
• ° a �+ 1 1�1 Cep
V
N w .°• .v " a °-Y Z c � °vee b.4 � CL c x
�1•.I.
v • .. .. C ' y
23 ° y J 3 C g ! J C V 7
CI
C �.N, oI .N. • Ea =` ="�_ E- Zo •: Yg b= v1'L`''%t�•
3.1
s5 M. � o � � e ° vo V� � j •b � e� �� C ��.rC/ .
pow■ •Vol ; j
r
- V x =�1• ems/ �� K •Z
ov
fJ 1 -
v
• M A Q
Y C 1'v
A Q �
-
o
y I .
° 1 � 1 � � C Y•
M---a '
1
I � —
I�
a
i
ccc
TIT C'3
LV
fiz-
J 26Z
�v 4
' pil
A -
vw
go
C r
F
s
G N O
C o W tad to jc
vw
�rrr c � !■s = 1 s
«
Lot:!
aw .
c
I o .
vo o
_ c
J a
o
\ =4Q .
I
ow
-751 .r
s «-
rr
416
v 1 �
c = 1 c S
I
�a
z _ o
r t w � A O N ♦� °rr � a= � .� ��II x.
• A 1.r —.G s� w• € = Yi s = I v it
t =w w I w I w u S�=� ��• � — : •'i � �A n� !� � [ �y— �nnn , M�
NJ
T.
V .spiral i i.•. ��� T°� :� Q _/ 71 V -.
�b•Is
ij
dc
000
HO■ Yl
' r
/ s
.. .- _
a
. ,
.�, ,• \ ' ^�'Jy � Z u � � ski V
'•¢ p`�ter` ,� W a IIAJ{ � � a
s
• q Z
L'a aN ,
i = t N S E+
Q . O F a = _ C Q Z < 1
.". 3 = va . , cu
aw
a 46
s
y
L. . v¢ ee E f v .
aw
C
C 7 C o C �"-
L s O � s • • N
yWll a °� °•�� o` e� �� u 3 cc... o,
' I QY3HY
- Q3SQl]
CY08 '
J L
•"a�Hb _
anol3a
� N 3nN7M YI!
N
tl
err Ex0 °
CONSTRUCTIOM
� y
H
� O 4
� La!
S G �
W
7
3nr431. n13
c
N `
.r I anoua (33SOT). I DETOUR
z ROAD E t� GV08 I �.
° CLOSED o� = W
3nN3ns OCOM9oc
voo � 1
OUR
T
� v 1
zz
I 1 I n^ZA n
R O A r
D
CLOSED
i AHEAD I y
aw
• F— � C c p
1 -� ---' C� V
ci
]C
N
C lu
1 ►
p ; 1
C �p
O � i
Q
j 3(
s
C P
s
o� o
• f a � N�
o
a
o >�
1
1111..
11111110 Eg
• G v� O C}� 1 A _
C
• r 8 w _
vll Y
u 6 a
—
a . C. c
two
err
P
� la
Ia
w ff
o:
C E^ N
� a I
a
a
v
z
b
a c
a a c
fL
( -- c�E _
i ( a _ _I
ow
a1r � Z u a
� Q �
V
ow