Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutContract Award Date: 8/3 /2005 CA 05-0 8
Valley Electric Co.
1100 Merrill Creek Pkwy ---- --
Everett, wA 98203
Amount: $178, 805. 30
44
Bidding Requirements, City of Renton
F orn s, Contract Forrns, Conditions of +
the Contract, Plans and Specifications
AT
South 4 th t. and ��n South
Traffic latrwrovarnent'*.'
T']lt4
r
City of Rei-icon
105: South Grady Way
Renton, 1/ir'A 9501-5
General Bid information: (425)430-7203
City Conta,:�:: Ryan Plut (425) 4,30-7372
Consultant Contact: Cary Struthers Associates, Inc. (425' E19-0300
to 4 Rp'
?a. r'.:o cied Paper
OW
aw CITY OF RENTON
RENTON, WASHINGTON
to
w CONTRACT DOCUMENTS
for the
South 4th St. and Burnett Ave. South
Traffic Improvements
PROJECT NO. CAG 05-078
ow JUNE 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
ri
it
CITY OF RENTON
INDEX
ws I. CALL FOR BIDS
II. INTRODUCTION
1. INSTRUCTIONS TO BIDDERS
2. SUMMARY OF AMERICANS WITH DISABILITIES ACT POLICY,CITY OF RENTON
3. SUMMARY OF FAIR PRACTICES POLICY,CITY OF RENTON
,, 4. SCOPE OF WORK
III. PROJECT PROPOSAL
I. BIDDER'S CHECKLIST
2. PROPOSAL
3. SCHEDULE OF PRICES
4. ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA
5. BID BOND FORM
6. COMBINED AFFADAVIT["TRIPLE FORM"]
7. SUBCONTRACTOR LIST FORM
err
IV. CONTRACT DOCUMENT FORMS
to 1. BOND TO THE CITY OF RENTON
2. CONTRACT AGREEMENT
3. CITY OF RENTON INSURANCE INFORMATION FORM(INCL. SAMPLE)
4. CERTIFICATE OF INSURANCE(SAMPLE)
to
V. CONTRACT SPECIFICATIONS
err 1. TABLE OF CONTENTS
2. CITY OF RENTON SPECIAL PROVISIONS
3. AMENDMENTS TO THE STANDARD SPECIFICATIONS
im APPENDIX A—HOURLY MINIMUM WAGE RATES
APPENDIX B—STANDARD PLANS
aw
CONTRACT PLANS
wr
Nr
ON
to
No South 4h St.and Burnett Ave.South
Traffic Improvements
City of Renton
to
M I. CALL FOR BIDS CITY OF RENTON
im
r.
so
+rr
CALL FOR BIDS
Vw South 4a'St.and Burnett Ave.South
Traffic Improvements
City of Renton
wir
o RECEIVED CAG-05-078
MAY 17 M
CITY OF RENTON
err Transportation Systems Div.
CALL FOR BIDS
SOUTH 4TH ST. AND BURNETT AVE. SOUTH TRAFFIC IMPROVEMENTS
vo Sealed bids will be received until 2:30 p.m., Tuesday, June 14, 2005, at the City Clerk's office,
7ch floor, and will be opened and publicly read in conference room #521 on the 5`h floor, Renton
City Hall, 1055 S. Grady Way,Renton, WA 98055.
or
The work to be performed within 40 working days from the date of commencement under this
contract shall include,but not be limited to:
w� Reconstruction of a traffic signal and pedestrian facilities at the intersection of South 4`h
Street&Burnett Avenue South in Renton, including but not limited to removal and
installation of traffic signal appurtenances, channelization, signing, striping, sidewalk
construction, curb ramp construction, and all other work necessary to complete the project as
specified and shown in the Contract Documents.
The City reserves the right to reject any and/or all bids and to waive any and/or all informalities.
Approved plans, specifications, and contract forms may be obtained from the City of Renton
Planning/Building/Public Works Department, sixth floor Customer Service Counter, 1055 S.
Grady Way, Renton, WA 98055. There is a non-refundable fee of$50.00 ($45.96, plus $4.04
sales tax) for each set. If ordered by mail, add $10.00 for postage, which is also nonrefundable.
No telephone orders will be accepted.
low Questions regarding this call for bids or the plan holders lists should be directed to the Public
Works Customer Service Counter at the above address or at (425) 430-7200. If a bidder has any
questions regarding the project, please contact the Project Manager, Ryan Plut, at 1055 S. Grady
Way,Renton, WA 98055, or at(425)430-7372.
A certified check or bid bond in the amount of five percent (5%) of the total of each bid must
accompany each bid.
,rr The City's Fair Practices, Non-Discrimination, and Americans with Disability Act Policies shall
apply.
Bonnie I. Walton, City Clerk
Published:
Daily Journal of Commerce:
May 24, 2005,May 31, 2005, June 7, 2005
II. INTRODUCTION CITY OF RENTON
rrr
irr
+rr
ars
�e
r..
I�
wr
.� INTRODUCTION
r South 4a'St.and Burnett Ave.South
Traffic Improvements
City of Renton
�r
.. II. INTRODUCTION CITY OF RENTON
aw
1. INSTRUCTIONS TO BIDDERS
1. Sealed bids for this proposal will be received by the City of Renton at the office of the Renton City
Clerk,Renton City Hall,until the time and date specified in the Call for Bids.
At this time the bids will be publicly opened and read, after which the bids will be considered and the
award made as early as practicable.
+rr
No proposal may be changed or withdrawn after the time set for receiving bids. Proposals shall be
submitted on the forms attached hereto.
2 Any omissions, discrepancies or need for interpretation should be brought, in writing, to the attention
of the Project Engineer. Written addenda to clarify questions that arise may then be issued.
.r
No oral statements by Owner, Engineer, or other representative of the owner shall, in any way,modify
the contract documents,whether made before or after letting the contract.
�r 3 The work to be done is shown in the plans and/or specifications. Quantities are understood to be only
approximate. Final payment will be based on actual quantities and at the unit price bid. The City
reserves the right to add or to eliminate portions of that work as deemed necessary.
4. Plans may be examined and copies obtained at the Public Works Department Office. Bidders shall
satisfy themselves as to the local conditions by inspection of the site.
rr
5. The bid price for any item must include the performance of all work necessary for completion of that
item as described in the specifications.
6. The bid price shall be stated in terms of the units indicated and as to a total amount. In the event of
errors,the unit price bid will govern. Illegible figures will invalidate the bid.
wr
7. The right is reserved to reject any and/or all bids and to waive informalities if it is deemed
advantageous to the City to do so.
8. A certified check or satisfactory bid bond made payable without reservation to the Director of Finance
of the City of Renton in an amount not less than 5% of the total amount of the bid shall accompany
each bid proposal. Checks will be returned to unsuccessful bidders immediately following the
decision as to award of contract. The check of the successful bidder will be returned provided he
enters into a contract and furnishes a satisfactory performance bond covering the full amount of the
work within ten days after receipt of notice of intention to award contract. Should he fail, or refuse to
aw do so,the check shall be forfeited to the City of Renton as liquidated damage for such failure.
9. All bids must be self-explanatory. No opportunity will be offered for oral explanation except as the
City may request further information on particular points.
10. The bidder shall, upon request, furnish information to the City as to his financial and practical ability
.. to satisfactorily perform the work.
11. Payment for this work will be made in Cash Warrants.
ow
South 4'"St.and Burnett Ave.South
Traffic Improvements
City of Renton
rwr
II. INTRODUCTION CITY OF RENTON
12. 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.
13. The contractor, prior to the start of construction, shall provide the City of Renton a detailed bar chart
type construction schedule for the project.
14 Before starting work under this contract,the Contractor is required to supply information to the City of
Renton on all chemical hazards Contractor is bringing into the work place and potentially exposing
City of Renton Employees.
�w.
15. Payment of retainage shall be done in accordance with Section 1-09.9(1) "Retainage."
16. Basis For Approval
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 items of all schedules set forth in the bid forms to be
�r considered responsive for award. The total price of all schedules will be used to determine the
successful low responsive bidder.
Partial bids will not be accepted. The owner reserves the right to award any or all schedules of the Bid
to meet the needs of the City. The intent is to award to only one BIDDER.
17. Trench Excavation Safety Systems
As required by RCW 39.04.180, on public works projects in which trench excavation will exceed a
+r depth of four feet, any contract therefor shall require adequate safety systems for the trench excavation
that meet the requirements of the Washington Industrial Safety and Health Act, Chapter 49.17 RCW.
These requirements shall be included in the Bid Schedule as a separate item. The costs of trench
safety systems shall not be considered as incidental to any other contract item and any attempt to
include the trench safety systems as an incidental cost is prohibited.
VW 18. Payment of Prevailing Wages
In accordance with Revised Code of Washington Chapters 39.12 and 49.28 as amended or
supplemented herein, there shall be paid to all laborers, workmen or mechanics employed on this
contract the prevailing rate of wage for an hour's work in the same trade or occupation in the area of
work regardless of any contractual relationship which may exist, or be alleged to exist, between the
CONTRACTOR and any laborers,workmen,mechanics or subconsultants.
The most recent issue of the prevailing wage rates are included within these specifications under
section titled "Prevailing Minimum Hourly Wage Rates". The Contractor is Responsible for obtaining
updated issues of the prevailing wage rate forms as they become available during the duration of the
contract. The wage rates shall be included as part of any subcontracts the Contractor may enter into
for work on this project.
+r
19. Employment of Resident Employees
The CONTRACTOR and subcontractors shall employ Washington State residents in accordance with
the requirements of RCW 39.16.
South 4`h St.and Burnett Ave.South
+� Traffic Improvements
City of Renton
an
40 I1. INTRODUCTION CITY OF RENTON
20. Pollution Control Requirements
.wr
Work under this contract shall meet all local, state and federal requirements for the prevention of
environmental pollution and the preservation of public natural resources. The CONTRACTOR shall
" conduct the work in accordance with all applicable pollution control laws. The CONTRACTOR shall
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.
r 21. 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, or other sections of these contract documents. These standard
specifications are hereby made a part of this contract and shall control and guide all activities within
this project whether referred to directly,paragraph by paragraph, or not.
1. WSDOT/APWA "2004 Standard Specifications for Road,Bridge and Municipal Construction"
and "Division 1 APWA Supplement" hereinafter referred to by the abbreviated title "Standard
Specifications."
A. Any reference to "State," "State of Washington," "Department of Transportation,"
"WSDOT," or any combination thereof in the WSDOT/APWA standards shall be modified
to read "City of Renton,"unless specifically referring to a standard specification or test
method.
B. All references to measurement and payment in the WSDOT/APWA standards shall be
deleted and the measurement and payment provisions of Section 1-09.14,Measurement and
Payment(added herein)shall govern.
.r 22. If a soils investigation has been completed, a copy may be included as an appendix to this document.
If one has not been provided for this project by the City or Engineer, the Bidders shall familiarize
themselves adequately with the project site and existing subsurface condition as needed to submit their
r bid. Upon approval of the City,the Bidder may make such subsurface explorations and investigations
as they see fit. The Bidder shall be responsible for protection of all existing facilities, utilities and
other buried or surface improvements and shall restore the site to the satisfaction of the City.
err
23 Bidder's Checklist
❑ It is the responsibility of each bidder to ascertain if all the documents listed on the attached index
are included in their copy of the bid specifications. If documents are missing, it is the sole
responsibility of the bidder to contact the City of Renton to obtain the missing documents prior to
+r.
bid opening time.
❑ Have you submitted, as part of your bid,all documents marked in the index as"Submit With Bid"?
❑ Has bid bond or certified check been enclosed?
❑ Is the amount of the bid guaranty at least 5 percent of the total amount of bid including sales tax?
❑ Has the proposal been signed?
rr
❑ Have you bid on ALL ITEMS and ALL SCHEDULES?
South 4h St.and Burnett Ave.South
Traffic Improvements
City of Renton
wr
r. II. INTRODUCTION CITY OF RENTON
❑ Have you submitted the Subcontractors List(If required)
❑ Have you reviewed the Prevailing Wage Requirements?
❑ Have you certified receipt of addenda, if any?
VW
dw
�r
+rr
to
err
«rw
+r
an
South 0 St.and Burnett Ave.South
+r Traffic Improvements
City of Renton
rw
II.INTRODUCTION CITY OF RENTON
CITY OF RENTON
SUMMARY OF AMERICANS WITH DISABILPI7ES ACT POLICY
ADOPTED BY RESOL UTION NO. 3007
err
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
rr 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:
�r
(1) EMPLOYMENT PRACTICES - All activities relating to employment such as
recruitinent, 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 DISA131LITIES 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) CONTRACTORS' 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,
wr
this 4th day of October 1993.
CI - RENTON RENTON CITY COUNCIL:
Mayor Council President
Attest:
4W
City Clerk
Uo
South 4'St.and Burnett Ave.South
Traffic Improvements
City of Renton
so
as II.INTRODUCTION CITY OF RENTON
RESOLUTION NO. 3229
it
EXHIBIT`A
CITY OF RENTON
SUMMARY OF FAIR PRACTICES POLICY
ADOPTED BY RESOLUTION NO. 3 2 2 9
+rr
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
law 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 including recruitment, selection, promotion, demotion, training, retention and
separation are conducted in a manner which is based on job-related criteria which does not
discriminate against women, minorities and other protected classes. Human resources
decisions will be in accordance with individual performance, staffing requirements,governing
civil service rules,and labor contract agreements.
wri
(2) COOPERATION WITH HUMAN RIGHTS ORGANIZATIONS - The City of Renton will
cooperate filly with all organizations and commissions organized to promote fair practices
and equal opportunity in employment.
(3) AFFIRMA7TVE 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 workforce and to assure equal employment opportunity to ail. It
shall be the responsibility of elected officials, the Mayor, the Affirmative Action Officer,
department administrators, managers, supervisors, Contract Compliance Officers and all
low 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.
w.
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.
+rr
CONCURRED IN by die City Council of the City of RENTON,Washington,this 7tbday of October, 1996.
., CITY OF RENTON: RENTON CITY COUNCIL:
h ay,or Council President
,
City C
le
ow South 4'"St.and Burnett Ave.South
Traffic Improvements
City of Renton
yr
so II.' INTRODUCTION CITY OF RENTON
4. SCOPE OF WORK
The scope of work under the terms of this contract include all the work necessary to
complete the improvements for the South 4th St. and Burnett Ave. South Traffic
Improvements Project, located in Renton, WA. This work shall include but is not
limited to the following items:
Furnishing of materials, equipment, tools, labor, and other work or items incidental
thereto (excepting any materials, equipment, utilities, or service, if any specified
herein to be furnished by Owner or others), and performing all Work as required
by the Contract in accordance with the Contract Documents, all of which are made
a part hereof.
The Work shall include reconstruction of a traffic signal and pedestrian facilities at
the intersection of South 4' Street & Burnett Avenue South in Renton, including but
not limited to removal and installation of traffic signal appurtenances, removal and
installation of drainage structures, asphalt paving, signing, striping, sidewalk
construction, curb ramp construction, and all other Work necessary to complete the
project as specified and shown in the Contract Documents.
Any contractor connected with this project shall comply with all Federal, State,
County, and City codes and regulations applicable to such work and perform the work
in accordance with the plans and specifications of this contract document.
The funding of this project will be from City funds.
VW
V.
+r South 0 St.and Burnett Ave.South
Traffic Improvements
City of Renton
do III. PROJECT PROPOSAL CITY OF RENTON
rr
PROJECT: South 4th St. and Burnett Ave. South Traffic Improvements
CAG NO.: 05-078
. Valley Electric Co. `D Jjp
COMPANY: of Mt. Vernon, Inc. BID AMOUNT:
ADDRESS: 1100 Merrill Creek Pkwy TEL. NO.: 425-407-0832
Everett, wa.
98203
PROJECT PROPOSAL
d
.. South 4`h St.and Burnett Ave.South
Traffic Improvements
City of Renton
rr
III. PROJECT PROPOSAL CITY OF RENTON
1. BIDDER'S CHECKLIST
V PROJECT PROPOSAL COVER SHEET
1. BIDDER'S CHECKLIST
�. 2. ✓ PROPOSAL FORM
3. �� SCHEDULE OF PRICES
4. ✓ ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA
5. BID BOND FORM
6. ✓ COMBINED AFFIDAVIT AND CERTIFICATION [TRIPLE] FORM
(NON-COLLUSION, ANTI-TRUST, AND MINIMUM WAGE)
7. ✓ SUBCONTRACTOR LIST FORM
A.
am 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 attached to the bid
9 document.
South St.and Burnett Ave.Soutla
Traffic Improvements
City of Renton
r
III PROJECT PROPOSAL CITY OF RENTON
2. PROPOSAL
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.)
Printed Name: Vicki Myers ('
Signature: l
Address: 1100 Merrill Creek Pkwy
s
Everett, Wa. 98203
Names of Members of Partnership:
A
40 OR
�. Name of President of Corporation Patti Ward
Name of Secretary of Corporation Rob Carrithers
aw Corporation Organized under the laws of Washington
do With Main Office in State of Washington at Everett
South 4th St.and Burnett Ave.South
Traffic Improvements
City of Renton
.r
06/10/2005 10:24 FAX 425 430 7376 RENTON TRANS. SYS. T [it 002
wr
III. PROJECT PROPOSAL CITY OF RENTON
3. SCHEDULE OF PRICES
ALL ENTRIES SHALL BE WRITTEN IN INK OR TYPED TO VALIDATE BID
(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,)
as
ITEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT
NO. QUANTITY (Unit Prices to be Written in Words) Dollars Cts. Dollars Cts.
1 1 Mobilization
LS $ t Wo—'-Cuj m—b 001too 30N-vs 'q0©0 . ©v
per Lump Sum (words) (figures) (figures)
2 630 Sawcutting t
,.. LF $ SkQ3�tV, �bl`iliXkS 00--A-A 5e �--JG
per Linear Foot (words) (figures) (figures)
3 272 Remove Asphalt
4r Concrete Pavement, Including Haul 40
SY $
1
per Squar and (words) C (figures) (figures)
40 4 126 Remove Cement Concrete Sidewalk, Including Haul- 1
SY $ f;�'�C' �0k6- s d�� M© Cis 49-.0 �! IZ41 2©©
per Squar and (words) (figures) (figures)
sin
5 274 Remove Cement Concrete Curb and Gutter, Including Haul O�
LF $ �X aOXVt a4 cc-, r
40 per Linear Foot (words) (figures) (figures
6 1 Roadway Excavation Including Haul
LS $ YUV'AA4V-J'-ev 4� -A- ' I-It 9-'()o 41-12 Or,
per Ar+'tp m
S. IWO
"00 (words) I (figures) (figures)
.r 7 350 Cement Concrete Curb and Gutter C
LF $ :11L-A LA `q " 'zL GHQ 6A-c, t t.J �n-C CtxTS j 00 1 550
per Linear Fo t (words) (figures) (figures)
8 281 Cement Concrete Sidewalk
SY $ F-. -04-, Mbl-"— &t-J •©U kA a��i .O©
4r
per Square Yard (words) (figures) (figu es) 1
9 2 Asphalt Concrete Sidewalk n
»�. Ton $ vee 6 ` eA -tw4ve. u'al a"as 00 I r)A_ QQ
per Ton � words) (figures) (figures)
10 8 Ce/m�ent Concrete Curb�Ramp 1 A p�J,mt�p-►'s 0
per Each (words) �`- (figures) (figur s)
South 4th St.and Burnett Ave.South
Traffic Improvements
r. City of Renton
ar
06/10/2005 10:25 FAX 425 430 7376 RENTON TRANS. SYS. T Cj003
irr
III.PROJECT PROPOSAL CITY OF RENTON
an ITEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT
NO. QUANTITY (Unit Prices to be Written in Words Dollars Cts. Dollars Cts. .
11. 14 Asphalt-Treated Base n
Ton �-�j
per Ton V-,.0 (words) (figures) (figures)
12 11 Asphalt Concrete Pavement Class B
Ton
per Ton (words) (figures) (figures)
13 1 Catch Basin Type 1 /1 �� /1�]
EA $�wa �Sa 1 4w' ' "��0`"VA� 1 L.lCrl .od 2�"C-1
per Each I (wo ld s) (figures) (figures)
im 14 1 Catch Basin Type 22,,48"
Ls _$ �i�e-I wu �. nl�•e��u>�rc�t -4--( 61-1,400 C 1�4.cb
per Lump u (who-rdds)C� (figures) (figures)
it
15 1 Reconnection of Existing Pipes to New Drainage SrStructure hn�
LS $ yi- use -� �v Otl.dw S. o-54 W
per Lump Sum (word (figures) (figures)
16 35 Storm Sewer Pipe 6"D.I.CL X52
LF $ `t ec p�I,DYS ►"0 Ctj�
per Linear Fo t (words) (figures) (figures)
17 1 Traffic Signal and Illumination System"-Complete p n f� 649
per Lum m S (words _ --.j,_ (figur s) (figures)
18 4 Permanent Signing (? `DJ✓S �- l/�
EA $ uv�.t�u�lre� SGVe - the jb`1 "[ i r-�j�
co
r.r per Each itiO { rds) (figures)° (figures)
19 1 Remove Existing Traffic Markings ' 1 21
LS $ �V.c-} ouSo�Lc� -rn veG V ^� �s -Si7� 1-3L,(4 0� L-j l�0
per Lu p um (\ woCrds) �, (figures) (figures) lr
r 20 230 Plastic Crosswalk Stripe
SF $ 1V yt� aLfs 1kav� 0�+^� S�l� L' ��
per Square Foot (words) (figures) (figures)
21 62 Plastic Stop Bar
per Linear Foot (words) (figures) (figures)
rrr
South 4th St and Burnett Ave.South
Traffic Improvements
..r
06/10/2005 10:25 FAX 425 430 7376 RENTON TRANS. SYS. T Cj004
rr
III.PROJECT PROPOSAL CITY OF RENTON
ITEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT
NO, QUANTITY Unit Prices to be Written in Words) Dollars Cts. Dollars Cts.
+� 22 3 Plastic Arrow r
per Each (words) (figures) (figures)
23 150 4"Wide,White Paint, Edge Line C-
LF $ Jy"- ar 0 ^ L n 1 V
+tri per Linear Foot (words) (figures) (figures)
24 645 Raised Pavement Markers
rr LF $ 1�'^Q— (�O`W,S
per Linear Foot (words) (figures) (figures)
TOTAL
go
$ Vf-
G t 6" .1\AVC& 46 u
� S
t_v Ab ` v ords 4),-4!
—(figures)
.tr
rrr
rtr
■r
rift
r,r
South 4th St.and Burnett Ave.South
Traffic Improvements
City of Renton
06;-'10/2005 10:25 FAX 425 430 7376 RENTON TRANS. SYS. T 191005
rr
Ill.PROJECT PROPOSAL CITY OF RENTON
rrr
Planning/Building/Public Works Department
3. SCHEDULE OF PRICES
SUMMARY SHEET
TOTAL: _
Amount in Words of Grand Total
dollars
+� and -} v cents.
•w BY SIGNING THIS PROPOSAL, THE BIDDER FURTHER DECLARES THAT
HE/SHE FULLY UNDERSTANDS THE CONSTRAINED SCHEDULE FOR THIS
PROJECT AND HEREBY PROPOSES TO COMPLETE THE WORK INCLUDED IN
THIS IMPROVEMENT WITHIN THE TIME LIMIT FOR COMPLETION, AS DEFINED
IN THE PROJECT CONTRACT DOCUMENTS.
arr THE UNDERSIGNED BIDDER AGREES TO COMMENCE WORK ON THIS PROJECT, IF AWARDED
TO HIM/HER, NO LATER THAN 10 DAYS AFTER FINAL EXECUTION OF THE CONTRACT
AGREEMENT AND TO COMPLETE THE WORK WITHIN 60 WORKING DAYS.
err '
1 Vicki Myer s
Signed v Printed Name
Valley Electric Co.
Asgt-. Corporate Cecretary of Mt. Vernon, Inc.
.rr
Title Company
Dated at to! NY\ this 14th day of June 20 05
err
Soule 4th Sc and Humeri Ave-
Traffie'improvemenes
city ofRen;on
rl�ll
III. PROJECT PROPOSAL CITY OF RENTON
4. ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA
ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA:
NO. DATE
NO. DATE
NO. DATE
SIGNED
UTU Asst. Corpo ate Secretary
Valley Electrtc Co.
NAME OF COMPANY of Mt. Vernon, Inc.
ADDRESS 1100 Merrill Creek Pkwy
ar
CITY/STATE/ZIP Everett, Wa. 98203
do TELEPHONE 425-407-0832
r
CITY OF RENTON STATE CONTRACTORS
BUSINESS LICENSE# 2816 LICENSE# VALLEEC 1 41 NA
arr
do
South 4th St.and Burnett Ave.South
Traffic Improvements
City of Renton
ar
M 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$ 0+22 which amount is not less than five percent of the total bid.
Sign here-� �-
�r
Know All Men by These Presents:
That we, Valley Electric Co. of Mt. Vernon, Inc. , as Principal, and
Fidelity and Deposit Company of Maryland 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 Amount----------
„ Dollars, for the payment of which the Principal and the Surety bind themselves, their heirs, executors,
administrators, successors and assigns,jointly and severally,by these presents.
r
Project No.
The condition of this obligation is such that if the Obligee shall make any award to the Principal for CAG 05-078
gou }, 4t St. and Burnett Ave South
TU c mprovemenus 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 aad.
.r
effect and the Surety 'shall foi-thwith pay and forfeit to the Obligee, as penalty and liquidated damages,
the amount of this band.
SIGNED, SEALED.AND DATED THIS 14th DAY OP_ June 2005
Valley Electric Co. of Mt. Vernon, Inc.
By:
Principal
r Fid it and it y of Maryland
By
Surety Julie M. Glover, Attorney-in-Fact
Received-return of deposit in the sum of$ ,
South 4th St and Dumett Ave.South
r Traffic Improwemcnts
City of Rcnton
+r
EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND
"Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice-President, or any of the Senior
Vice-Presidents or Vice-Presidents specially authorized so to do by the Board of Directors or by the Executive Committee,
shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident
Vice-Presidents, Assistant Vice-Presidents and Attorneys-in-Fact as the business of the Company may require, or to
authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations,
policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in
the nature of mortgages,...and to affix the seal of the Company thereto."
CERTIFICATE
+rr
I,the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND,do hereby certify
that the foregoing Power of Attorney is still in full force and effect on the date of this certificate. and I do further certify that
the Vice-President who executed the said Power of Attorney was one of the additional Vice-Presidents specially authorized
by the Board of Directors to appoint any Attorney-in-Fact as provided in Article VI, Section 2, of the By-Laws of the
FIDELITY AND DEPOSIT COMPANY OF MARYLAND.
This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the
„ Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on
the 10th day of May, 1990.
RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically
reproduced signature of any Vice-President, Secretary, or Assistant Secretary of the Company, whether made heretofore or
hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and
binding upon the Company with the same force and effect as though manually affixed."
.ir
IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said Company,
this 14th day of_ June 2005
d■
Assistant Se<return
r�r
do
W11
ilr
wr
as
ZURICH
THIS IMPORTANT DISCLOSURE NOTICE IS PART OF YOUR BOND
We are making the following informational disclosures in compliance with The Terrorism Risk Insurance Act of
2002. No action is required on your part.
Disclosure of Terrorism Premium
The premium charge for risk of loss resulting from acts of terrorism(as defined in the Act)under this bond is
.rr
$_waived . This amount is reflected in the total premium for this bond.
Disclosure of Availability of Coverage for Terrorism Losses
do As required by the Terrorism Risk Insurance Act of 2002,we have made available to you coverage for losses
resulting from acts of terrorism(as defined in the Act) with terms, amounts, and limitations that do not differ
materially as those for losses arising from events other than acts of terrorism.
Disclosure of Federal Share of Insurance Company's Terrorism Losses
.r The Terrorism Risk Insurance Act of 2002 establishes a mechanism by which the United States government will
share in insurance company losses resulting from acts of terrorism(as defined in the Act) after a insurance company
has paid losses in excess of an annual aggregate deductible. For 2002, the insurance company deductible is I% of
go direct earned premium in the prior year; for 2003, 7% of direct earned premium in the prior year; for 2004, 10% of
direct earned premium in the prior year; and for 2005, 15% of direct earned premium in the prior year. The federal
share of an insurance company's losses above its deductible is 90%. In the event the United States government
M, participates in losses, the United States government may direct insurance companies to collect a terrorism surcharge
from policyholders. The Act does not currently provide for insurance industry or United States government
participation in terrorism losses that exceed $100 billion in any one calendar year.
am
Definition of Act of Terrorism
The Terrorism Risk Insurance Act defines "act of terrorism" as any act that is certified by the Secretary of the
Treasury, in concurrence with the Secretary of State and the Attorney General of the United States:
1. to be an act of terrorism;
2. to be a violent act or an act that is dangerous to human life,property or infrastructure;
3. to have resulted in damage within the United States,or outside of the United States in the case of an air
carrier(as defined in section 40102 of title 49,United 17 States Code) or a United States flag vessel (or a
vessel based principally in the United States, on which United States income tax is paid and whose insurance
coverage is subject to regulation in the United States), or the premises of a United States mission; and
4. to have been committed by an individual or individuals acting on behalf of any foreign person or foreign
interest as part of an effort to coerce the civilian population of the United States or to influence the policy or
affect the conduct of the United States Government by coercion.
But, no act shall be certified by the Secretary as an act of terrorism if the act is committed as part of the course of a
war declared by Congress (except for workers' compensation) or property and casualty insurance losses resulting
as from the act, in the aggregate, do not exceed$5,000,000.
These disclosures are informational only and do not modify your bond or affect your rights under the bond.
go
Copyright Zurich American Insurance Company 2003
�r
-0050749.doc
44110 III. PROJECT PROPOSAL CITY OF RENTON
6. COMBINED AFFIDAVIT AND CERTIFICATION FORM:
NON-COLLUSION, ANTI-TRUST, AND MINIMUM WAGE
NON-COLLUSION AFFIDAVIT
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
rr 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
An 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
Am suppliers and subcontractors shall assign any and all such claims to purchaser, subject to the aforementioned
exception.
4. AND MINIMUM WAGE AFFIDAVIT FORM
I,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
'r 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.
wr
FOR: NON COLLUSION AFFIDAVIT, ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER
AND MINIMUM WAGE AFFIDAVIT
m
South 4th and Burnett Ave. South Traffic Improvements
sm Name of Project
r Valley Electric Co. Of Mt. Vernon, Inc.
Name of Bidder's Firm
2
Signature of Authorized Representative of Bidder
Subscribed and sw t8•b �oN this �`7 _day of,' 200' .
4J ��ss �'I 0 S� i
Mill 4V U�tyo1RFly �N �
J
Notary Public in d for i e State of Washington
(P PUBLIC /1
2-22-2 06 Notary (Print) Ie-
OF WASN\� My appointment expires: _21�01C)Lo
w South 4th St.and Burnett Ave.South
Traffic Improvements
City of Renton
III. PROJECT PROPOSAL CITY OF RENTON
7. SUBCONTRACTOR LIST FORM
RCW 39.30-060 requires that for all public works contracts exceeding $1,000,000 the bidder shall submit the
names of all subcontractors whose subcontract amount exceeds 10 percent of the contract price.
The completed Subcontractor List form shall be submitted as part of the bid submittal. Failure to submit the
completed for shall render the bidder's bid nonresponsive and, therefore, void.
r Complete one of the following for contracts that exceed $1,000,000:
A. There are no subcontractors proposed whose subcontract amount exceeds 10 percent of the contract
�r.
price.
Name: Vicki Myers Title: Asst. Corporate Secretary
Signature:
B. The following subcontractor(s) subcontract amount exceeds 10 percent of the contract price: (list
subcontractor and bid item)
Bid Item (s)
Subcontractor Name
Address
Phone No. State Contractor's License No
w. Bid Item (s)
Subcontractor Name
Address
Phone No. State Contractor's License No
Bid Item (s)
Subcontractor Name
Address
Phone No. State Contractor's License No
Bid Item (s)
Subcontractor Name
Address
Phone No. State Contractor's License No
South 4th St.and Burnett Ave.South
Traffic Improvements
City of Renton
rr
4w IV. CONTRACT DOCUMENT FORMS CITY OF RENTON
arr
INFORMATION ONLY
d
IV
CONTRACT DOCUMENT FORMS
DOCUMENTS IN THE FOLLOWING FORM MUST BE EXECUTED AND SUBMITTED BY THE
SUCCESSFUL BIDDER WITHIN TEN (10) DAYS FOLLOWING THE NOTICE OF AWARD.
it South 4th St.and Burnett Ave.South
Traffic Improvements
City of Renton
rr
BOND TO THE CITY OF RENTON
KNOW ALL MEN BY THESE PRESENTS:
That we,the undersigned
o
as principal, and corporation organized and existing
under the laws of the State of as a surety corporation, and qualified
No under the laws of the State of Washington to become surety upon bonds of contractors with municipal
corporations, as surety are jointly and severally held and firmly bound to the City of Renton in the
penal sum of$ 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
ar of the City of Renton.
Dated at ,Washington,this day of 5200 ._
Nevertheless,the conditions of the above obligation are such that:
+ , WHEREAS, under and pursuant to Public Works Construction Contract CAG-05-078 providing for
construction of
(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
r 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
w, Renton,then and in that event this obligation shall be void; but otherwise it shall be and remain in full
force and effect.
Principal Surety
r
Signature Signature
Title Title
South 4th St.and Burnett Ave.South
Traffic Improvements
City of Renton
fir
CONTRACTS OTHER THAN FEDERAL-AID FHWA
THIS AGREEMENT, made and entered into this �d day of , 200 1— . by
and between THE CITY OF RENTON, Washington, a municipal corpora ton of the State of
Washington, hereinafter referred to as "CITY" and valley Electric Co. of mt. yer}ion,Inc.
hereinafter referred to as "CONTRACTOR."
rr. WITNESSETH:
1) The Contractor shall within the time stipulated, (to-wit: within 40 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
�r 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
CAG 05-078)for improvement by construction and installatio .
or
Work as described in"Scope of Work"attached hereto.
VW 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
40 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
40 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 Contractor agrees
to 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
'ft said Contract and as fully a part thereof as if herein set out in full, and if not attached, as if
hereto attached.
.rr a) This Agreement
b) Instruction to Bidders
c) Bid Proposal
d) Specifications
e) Maps and Plans
f) Bid
+r g) Advertisement for Bids
h) Special Provisions, if any
i) Technical Specifications, if any
r
rr
arr South 4th St.and Bumett Ave.South
Traffic Improvements
City of Renton
rr
qtr
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
nlr„ 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
4) The foregoing provisions are in addition to and not in limitation of any other rights or
remedies available to the City.
rr
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
00 any and all claims, actions, damages, liability of every type and nature including all costs
and legal expenses incurred by reason of 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
aw of the Contract, including its use by the City, unless otherwise specifically provided for in
this Contract.
Sri. The Contractor agrees to name the City as an additional insured. 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
0 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
up 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
we 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,
nr South 4th St.and Burnett Ave.South
Traffic Improvements
City of Renton
wr
+rr
its agents, officers and employees, and involves 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.
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.
NO
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
to later than 40 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,
top 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
40 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
40 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.
+rw
The Contractor agrees the above one year limitation shall not exclude or diminish the City's
rights under any law to obtain damages and recover costs resulting from defective and
unauthorized work discovered after one year but prior to the expiration of the legal time
period set forth in RCW 4.16.040 limiting actions upon a contract in writing, or liability
expressed or implied arising out of a written agreement.
9) The Contractor and each subcontractor, if any, shall submit to the City such schedules of
+rr 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
,M construction project 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
12. The surety or sureties on such bond or bonds must be duly licensed as a surety in the
wr
State of Washington.
Ott
wr South 4th St.and Burnett Ave.South
Traffic Improvements
City of Renton
rrr
wr
so 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
dw Contractor shall provide, and obtain City approval of, a traffic control plan prior to
conducting work in City right-of-way.
as 12) The total amount ofthis contr ct is Jhe sum of �
�E�/FNi E/J� f numbers E!� 9
One hundred thousand, zea2R ==a=rired rfi' + � dollars
written words F_�✓fS
or which includes Washington State Sales Tax. Payments will be made to Contractor as
specified in the "Special Provisions" of this Contract.
IN WITNESS WHEREOF, the City has caused these presents to be signed by its Mayor and
attested by its City Clerk and the Contractor has hereunto set his hand and seal the day and year
first above-written.
CONTRACTOR CITY GO1 F REN/T,O,N
President/Partner/Owner Mayor Kathy Keolker—Wheeler
ATTEST
Sect6tary Bonnie I. Walton City Clerk
dba Valley Electric Co. of Mt. Vernon, Inc.
r► Firm Name
check one
❑ Individual ❑ Partnership Corporation Incorporated in Washincton
1W
rr Attention:
If business is a CORPORATION, name of the corporation should be listed in full and both
00 President and Secretary must sign the contract, OR if one signature is permitted by corporation
by-laws, a copy of the by-laws shall be furnished to the City and made a part of the contract
document.
If 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.
wr
ar. South 4th St.and Rumett Ave.South
Traffic Improvements
City of Renton
Now
No IV. CONTRACT DOCUMENT FORMS CITY OF RENTON
CITY OF RENTON INSURANCE INFORMATION FORM
FOR:
PROJECT NUMBER: STAFF CONTACT:
Certificate of Insurance indicates the coverages/limits
.r specified in contract? ❑ Yes ❑ No
Are the following coverages and/or conditions in effect? ❑ Yes ❑ No
wrr
The Commercial General Liability policy form is an
ISO 1993 Occurrence Form or Equivalent? ❑ Yes ❑ No
(If no,attach a copy of the policy with required coverages
*W clearly identified)
CG 0043 Amendatory Endorsement provided?* ❑ Yes ❑ No
ewr
General Aggregate provided on a"per project basis(CG2503)?* ❑ Yes ❑ No
No
Additional Insured wording provided?* ❑ Yes ❑ No
Coverage on a primary basis and non-contributing basis?* ❑ Yes ❑ No
ow Waiver of Subrogation Clause applies?* ❑ Yes ❑ No
Severability of Interest Clause(Cross Liability)applies? ❑ Yes ❑ No
wr
Notice of Cancellation/Non-Renewal amended to 45 days?* ❑ Yes ❑ No
* To be shown on certificate of insurance
40
AM BEST'S RATING FOR CARRIER:
No GL Auto Umb Professional
This Questionnaire is issued as a matter of information. This questionnaire is not an insurance policy and does not
amend, extend or alter the coverage afforded by the policies indicated on the attached CERTIFICATE OF
w INSURANCE. The CITY OF RENTON, at its option,shall obtain copies of the policies and/or specific declaration
pages FROM awarded bidder prior to execution of contract.
�r.
Agency/Broker Completed By(Type or Print Name)
Address Completed By(Signature)
Name of person to contact Telephone Number
NOTE: THIS QUESTIONNAIRE MUST BE COMPLETED FOR EACH LINE OF COVERAGE AND ATTACHED
4W TO CERTIFICATE OF INSURANCE
Rev 1/95
.r South 4th St.and Burnett Ave.South
Traffic Improvements
City of Renton
r.
yr IV.CONTRACT DOCUMENT FORMS CITY OF RENTON
CITY OF pMgTON DSURANCE INFORMATION FORM
0
FOR: .ABC Construction Company; Install and Remove USTs and build Fire
John Q. Publicemployee
r pROJEGT NUMBER Renton 104 $ CONTACT: -
Czztificatc of Insane,indicates the coveragcslli:nits
specified in contract? Yes O No
Are tbo following coverages and/or conditions in effect? ?In Yes O No
4w The Comnier vial General Liability policy form is an
ISO 1993 Oc=r=ct Form or Equivalent? XT Yes O No
{lCa0.atnds a topy o!'tbc polity wilt t+eQu&+ed wvets�es
err r3eatty fditstified)
CG 043 Amendatory Endorscntent provided?'" xx Yes O No
t. Cieneral Aggregate provided on a"per project basis(CW03)?" =Yes O No
Additional Iumcd wording provided?" xX Yes O No
rr
Coverage on a primary basis and non-contr;'bnting basis?* SK Yes ❑ No
Waiver of Subrogation Clause applies?* MC Yes Q No
SeverabEity of Interest Clause(Cross Liability)applies? 8K Yes O No
I;Odc c of Canccllation/Non•Remval amended to 43 days?* :QC Yes 0 No
*To be sfimm on certificate of irtsutmrca
err
AM BEST'S RATING FOR CARRMM*.
'Umb—
r>w M� p1
Auto XIV AXI22 1wessional A++ xv
This Questionnaire is Luued as a mater of information This questionnaire is not an insurance polio'and
does not amend, emend or alter the coverage afforded by the policies indicated, oa the a
CERTIFICATE OF 'INSURANCE. The CITY OF pjn Y=N, at its optim shall obtain copies of the
policies and/or spaafic declaration pages FROM awarded bidder prior to motion of contract.
�• Arthur J. Gallagher & Co. Priscilla McCoy
Ag=q Bmker Completed By(Type or Print Name)
7900 E. Union Ave, Denver
Address Corapletai By(SigaatM)
Priscilla McCoy 303-773-9999
Nam ofpersan.to contact Telephone Number
NOM.7=QUEST' ONNAIRE�-IMT BE COWL EM AND ATTACHED TO C J'CdTE OF
AW INStJ�t.4NCS' SPECIIAEN
am South 4th St.and Burnett Ave.South
Traffic Improvements
City of Renton
MW
vrt.r
AC0RD-'rM CERTIFICATE OF LIABILITY INSURANCE DATE (MMIDD/YY)
PRODUCER FAX THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND
s, CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AMEND,EXTEND OR ALTER THE COVERAGE
AFFORDED BY THE POLICIES BELOW.
INSURERS AFFORDING COVERAGE
to INSURED
INSURER A:
INSURER B:
INSURER C:
r�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 REQUIREMENTS,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 TYPE OF INSURANCE POLICY NUMBER DATE MWDDN ) DA EY EXPIRATION
LTR MMIDD (#2) LIMITED
GENERAL LIABILITY a) EACH OCCURRENCE $ 1,000,000
(#1) X COMMERCIAL GENERAL LIABILITY b) FIRE DAMAGE(Any one fire $ 50,000
CLAIMS MADE ❑X OCCUR
*w CLAIMS MED EXP(Any one person) $ 5,000
d) PERSONAL&ADV INJURY $ 1,000,000
GENL AGGREGATE LIMIT APPLIES PER: e) GENERAL AGGREGATE $ 2,000,000
❑POLICY ❑PROJECT ❑LOC f) PRODUCTS-COMP/OP AGG $ 1,000,000
1w
AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT
R 3) X ANY AUTO a) (Ea accident) $ 1,000,000
ALL OWNED AUTOS BODILY INJURY
SCHEDULED AUTOS b) (Per Pin) $
HIRED AUTOS
NON-OWNED AUTOS c) BODILY INJURY
(Per accident) $
ri d) PROPERTY DAMAGE
(Per accident) $
GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $
❑ANY AUTO N/A OTHER THAN EA ACC
AUTO ONLY: AGG $
EXCESS LIABILITY EACH OCCURRENCE
4) ❑OCCUR ❑CLAIMS MADE AGGREGATE
DEDUCTIBLE
RETENTION $
rr
(#5) WORKERS COMPENSATION AND WC STATU- OTH-
EMPLOYERS LIABILITY TORY LIMITS I ER
E.L.EACH ACCIDENT $
rr E.L.DISEASE-EA EMPLOYEE $
E.L.DISEASE-POLICY LIMIT 1 $
(#8) OTHER
rw
DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS
(#7)
aw City of Renton is named as an additional insured
ow
CERTIFICATE HOLDER ❑X ADDITIONAL INSURED;INSURER LETTER: CANCELLATION (#8)
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELED BEFORE
t, City of Renton THE EXPIRATION DATE THEREOF,THE ISSUING COMPANY WILL MAIL
Attn: 45 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO
1055 South Grady Way THE LEFT.
Renton, WA. 98055 AUTHORIZED REPRESENTATIVE
r
�r
Certificate of Insurance Guidelines
The following is an attempt to further clarify the requirements that are mandated by the City of Renton in referenced to projects
/events and the limits of insurance coverage you are expected to provide the City. First and foremost, it is important to
remember that the limits being shown in the attached form are only minimum limits. There may be times when the project/
event will need additional coverage in some areas.
1. General Liability: Insurance protecting the person or
11 INSR organization from liability exposures. Make sure that
LTR TYPE OF INSURANCE the Commercial General Liability and Occurrence
GENERAL LIABILITY (Occur)boxes are checked. There are several areas
# 1 in the General Liability area. These we designate as
X COMMERCIAL GENERAL LIABILITY "limits".
CLAIMS MADE Im OCCUR # 2 Limits
a EACH OCCURRENCE $ 1,000 000
�r
b FIRE DAMAGE (Any one fire) $ 50,000
2. Limits: The amount of insurance coverage the C MED EXP(Any one person) $ 5,000
insured (you, in this case)has purchased.
w+ d PERSONAL&ADV INJURY $ 1,000,000
2a. Each Occurrence: amount is the most the a GENERAL AGGREGATE $2,000,000
insurance policy will pay for one occurrence.
�.r This limit is$1,000,000 minimum, subject to increase. f PRODUCTS-COMP/OP AGG $ 1,000,000
2b. Fire Damage: amount is the most the insurance 2e. General Aggregate: this amount is the most the
policy will pay for a fire that you are responsible for in insurance policy will pay during the policy regard-
,,,, premises that you lease or that are in your care, less of the number of claims. This limit is$2,000,000.
custody or control. This number is pretty standard at There are few exceptions to this minimum limit.
$50,000. 2f. Products-Completed Operations Aggregate: This is
2c. Medical Expenses(Anyone person): this is"no-fault" the most the insurance policy will pay for liabilities
medical expense insurance provided to other parties arising out of the Products-Completed Operations
injured during the event/project on the property. exposure. This coverage is generally provided with the
This is required for all projects/events conducted General Liability policy. The minimum limit here is
in the city. $1,000,000. This provides for products or business
operations conducted away from your premises once
2d. Personal lii Advertising Injures provides$1,000,000 the project/event is completed or abandoned.
®r coverage for personal injury(not bodily injury)including a COMBINED SINGLE LIMIT $ 1,000,000
slander, libel,false arrest, malicious prosecution, (Ea accident)
invasion of privacy and advertising liability for exposure b BODILY INJURY $
of any advertising activities. (Per person)
BODILY INJURY $
e.
# 3 AUTOMOBILE LIABILITY C+ I (Per accident)
PROPERTY DAMAGE $
ANY AUTO d (Per accident)
ALL OWNED AUTOS
3a. Combined Single Limit: This is the most the insurance
SCHEDULED AUTOS policy will pay for bodily injury and property damage
7X HIRED AUTOS combined for each accident. This limit is$1,000,000.
This area of coverage includes both the Bodily Injury
NON-OWNED AUTOS and the Property.
3b. Bodily Injury(Per person): This is what the insurance
policy would pay for bodily injury to one person from the
accident. Not needed if Combined Single Limit is in
3. Automobile Liability: This coverage insures against effect.
liability claims arising out of the use of a covered auto.
The box"Any Auto"should be checked. This area of 3c. Bodily Injury(Per accident): This is what the insurance
coverage is determinable on whether any vehicles will policy would pay for bodily injury from each accident,
be used during the project/event. If there will not be regardless of the number of persons injured. Not needed
r any automotive involvement,there will be no need for if Combined Single Limit is in effect.
this coverage.
3d. Property Damage: This is what the insurance policy
would pay for third party property damage resulting from
■» one accident during your project/event.
+r.
rr+
EXCESS LIABILITY
4. Excess Liability: Provides liability coverage on top of the
OCCUR ❑ CLAIMS MADE primary(General and Auto)General liability policy and may
# 4 provide excess limits over Auto Liability. If you are unable to
provide the limits for the General Liability and Auto Liability,
,err DEDUCTIBLE this area needs to be filled in to provide an"umbrella"form of
coverage that,when added to the General and Auto Liabili-
RETENTION $ ties,will meet or exceed the limits required by the City.
aiw
WORKERS'COMPENSATION AND
EMPLOYERS' LIABILITY 5. Workers'Compensation and Employers'Liability: Please
# 5 list state number on certificate,where indicated. If number
is not known, provide copy of State Certificate of Workers'
Compensation Coverage. If self-insured, please indicate
on the certificate.
*W
OTHER
6. Other: This area is designated for any other coverage that
may apply to your individual project/event needs, such as
# 6 Professional Liability.
.r
DESCRIPTION OF OPERATIONS/VEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS
# 7
w.
7. Description of Operations/Locations I Vehicles/Special Items: This section is provided for descriptive text regarding
the project/event. Please fill out with any assigned numbers, project/event names,contact people, etc. You may
add the additional language in this area;however,you will need to provide the City with an Additional Insured
Endorsement, as well.
CANCELLATION # 8
8. Cancellation Clause: The City of Renton requires a SHOULD ANY OF THE ABOVE DESCRIBED POLICIES
non-qualified cancellation clause. Therefore,the BE CANCELED BEFORE THE EXPIRATION DATE
cancellation language must read as follows:"Should any THEREOF,THE ISSUING COMPANY WILL MAIL 45
r of the above-described policies be canceled before the DAYS WRITTEN NOTICE TO THE CERTIFICATE
expiration date thereof,the issuing company will mail 45 HOLDER NAMED TO THE LEFT.
days written notice to the certificate holder named to the left.
DESCRIPTION OF OPERATIONS/VEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS
# 9 CITY OF RENTON named as additional insured
9. Additional Insured Status: The City must be named as an additional insured on all projects/events where insurance
•" is required. Although the proper wording may appear in the"Descriptions"box, it is still necessary for the Additional
Insured Endorsement to be provided as well.
No
VW
IV.CONTRACT DOCUMENT FORMS CITY OF RENTON
"w
issue DAY1 wmnotm
IN
W400um THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AN
CONFEM NO RIGHT UPON THE CERTIFICATE HOLDER. THIS CERTIFICAT
DOES NOT AMEND, OCTEND OR ALTER THE COVERAGE AFFORDED NY 71
ARM=J-4t4lA4X=,&CM,02NM POLICIES BELOW.
790 A&WWAMK4 SC W200
Dff�M CO 80257.27311 COMPANIES AFFORDING COVERAGE
IMP
COMPAW
:UTM A Amm wa47SY Am nwmy CowAw
parSaMA A,MCCOY
W....._....................................................... B
fl LErnm
.........................................................................
001*AW
Lhrrm C NAVOMZ rWQV JM fiaM',WC6 COUPAW
ABC CON=U=O"CO"ANr
foW JUSTAVRM
Coww D
go MMWN. A O Errm
• .............................
snr
O0wAw
E
LOTM
ow JOB"
THIS IS To GERM THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN 4SUii6 TO THE tNSUPJM NAMED ABOVE FOR THE POL=Y PEMOO
*XgCATED, NOTWITMSTANOM ANY REQUIREMEI(r,TERM OR'CONDITION OF ANY CONTRACT OR OTHER DOCUMENT'WITH RESPECT To WHICH THIS
CERTIFICATE MAY BE ISSUM OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE pOU=CESCAMED HEREIN IS SUBJECT TO ALL THE TER".
S=LUSIONS AND CONDITIONS OF SUCH POUCIE • UWM SHOWN MAY HAVE BEEN F*VJCED BY PAID CL4JM&
gjtjjCTIVE jP0UCyEXPMTM:
Loa=
rfOg OF 91SURANCZ
POLCY NUMSM% CATL,PAWJDC" DATE PiMicor1r4
IJAftUYY aENERAL A0ORMATE
01aim
PAODL
XC0MM8ML6&M4ALUWWTy
10
:P849WM&ADV.WAW is
' S EACH OCOUI if 1.000,000
;CLAIMS MADE i
OCCUR:
O*wM a O0"TrAC10"FOOT. -ppu-p-p-jo-)
50,0"Pad s"_
E)gem p4w am
JrW CAP LLOL XCL
l
AUr*MO8IU[LjA4LfTy 1.000.000
AU70300000495
90OLYN"M if
rrr Ww Pa+yap
p++uAoesdaq •i
NON-0WMVAU=
4wr tISARtifiELiA1RlTY :Pf%)PEW0AMA" if
=0000004"
"X0AA=fiWVSn=
IDW
fixw= ACC
AND
LIMIT
ow EMPLOYM UlA$0=
COVA"4&
C0jM4'A==U com 1 000 AGGRBGA7P�CL!/i[&
uAa PARPjtQM=
XA= D=
COXPt OP&.2 Xmff&R QN
41W A$Jt6Srfi=A8OVZ4*1rnL4Cr WArM0?S=qO6=0&
crjropxwmvisAmAnoommALAUmmON424POLLvr/Om
APPZnSj POUCVJS ON A pXu"xrjPA=AAV NOr 0W=wvWJM— 9 AK&0A"WAw*MmwM'r ""D"
SHOMD AMY OF THE ABOVE DESCRIBED POUCIES BE CANOWED BEFORE THE
Aw SWIPATION DATE THEREOF. THE ISSUING COMPANY WILL BRIOXXXX=
AM*Ndaw zzMUrA2MS0N-GZODS MAIL 4S DAYS WRITTEN ROME TO THE CERTIFrATE HOLM NAMED TO THE
aff oppmr/tw,WASWNGMIV Lgn.
200 AW1lAVZN=SOV= 04
JtMVrW,WA $055 AUTHOMM ALftREWff4kTft
South 4th St.and Bumett Ave.South
Traffic Improvements
City of Renton
00
ar V. CONTRACT SPECIFICATIONS CITY OF RENTON
a.
a.
r
ar
to V
a.
CONTRACT SPECIFICATIONS
a�
ow
up
a�
to South 4th St.and Burnett Ave.South
Traffic Improvements
City of Renton
- SPECIAL PROVISIONS
TABLE OF CONTENTS
1
2 GENERAL REQUIREMENTS.................................................................................
3 1-01 DEFINITIONS AND TERMS..........................................................................................................1
4 1-01.1 General....................................................................................................................................1
5 1-01.3 Definitions................................ ..............................................................................................1
6 1-02 BID PROCEDURES AND CONDITIONS.....................................................................................2
7 1-02.6 Preparation of Proposal..........................................................................................................2
8 1-02.6(1) Proprietary Information...................................................................................................3
9 1-02.12 Public Opening of Proposals................................................................................................3
10 1-03. AWARD AND EXECUTION OF CONTRACT...............................................................................3
12 11 1-03.1 Consideration of bids..............................................................................................................3
1-03.2 Award of Contract...................................................................................................................3
13 1-03.3 Execution of Contract.............................................................................................................3
14 1-04 SCOPE OF WORK............................. ......... . .............................................................................4
15 1-04.2 Coordination of Contract Documents, Plans, Special Provisions Specifications, and
16 Addenda ..............................................................................................................................................4
17 1-04.3 Contractor-Discovered Discrepancies....................................................................................4
18 1-04.4 Changes............................. ...................................................................................................5
19 1-04.8 Progress Estimates and Payments.........................................................
20 1-04.11 Final Cleanup.........................................................................................
21 1-05 CONTROL OF WORK............................ . .. . .
22 1-05.4 Conformity With and Deviation from Plans and Stakes 5
..............................
3 1-05.4(3) Contractor Supplied Surveying ......................................................................................6
24 1-05.4(4) Contractor Provided As-Built Information.......................................................................7
25 1-05.7 Removal of Defective and Unauthorized Work......................................................................7
26 1-05.10 Guarantees..........................................................................................................................7
27 1-05.11(3) Operational Testing......................................................................................................8
28 1-05.14 Cooperation with Other Contractors.....................................................................................8
29 1-05.14(1) Notifications Relative to Contractor's Activities............................................................8
30 1-05.18 Contractor's Daily Diary...........................................................:.......................................10
31 1-06 CONTROL OF MATERIAL......................................................................................................... 11
32 1-06.1 Approval of Materials Prior to Use .......................................................................................11
33 1-06.2(1) Samples and Tests for Acceptance ............................................................................. 11
34 1-06.2(2) Statistical Evaluation of Materials for Acceptance.......................................................11
35 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC............................................11
36 1-07.1 Laws to be Observed...........................................................................................................11
37 . 1-07.6 Permits and Licenses...........................................................................................................12
38 1-07.9 Wages .................................................................................................................................. 12
39 1-07.9(5) Required Documents ................................................................................................... 12
40 1-07.11 Requirements for Nondiscrimination..................................................................................12
41 1-07.11(11) City of Renton Affidavit of Compliance .................................................................... 12
42 1-07.13 Contractor's Responsibility for Work..................................................................................12
43 1-07.13(1) General....................................... . .. .. ....................................................................... 12
44 1-07.15 Temporary Water Pollution/Erosion Control....................................................................... 12
45 1-07.16 Protection and Restoration of Property.............................................................................. 13
46 1-07.16(1) Private/Public Property............................................................................................... 13
47 1-07.17 Utilities and Similar Facilities.............................................................................................. 14
48 1-07.17(1) Interruption of Services.....................
...................................................................
1-07.18 Public Liability and Property Damage Insurance............................................................... 16
50 1-07.18(1) General....................................................................................................................... 16
51 1-07.18(2) Coverages.................................................................................................................. 16
52 1-07.18(3) Limits...............................................................................................................
53 1-07.18(4) Evidence of Insurance:................................................................................................ 18
54 1-07.22 Use of Explosives............................................................................................................... 19
55 1-07.23 Public Convenience and Safety............
South 4th and Burnett Avenue South
Traffic Improvements
City of Renton
SPECIAL PROVISIONS
TABLE OF CONTENTS
1 1-07.23(1) Construction Under Traffic......................................................................................... 19
2 1-08 PROSECUTION AND PROGRESS ...........................................................................................20
3 1-08.0 Preliminary Matters........................ ••..•••......20
.........................................................................
4 1-08.0(1) Preconstruction Conference.........................................................................................20
........................21
5 1-08.1 Subcontracting ......................
......................................................................
6 1-08.2 Assignment...........................................................................................................................21
ssignment...........................................................................................................................21
7 1-08.3 Progress Schedule...............................................................................................................21 .
8 1-08.5 Time For Completion............................................................................................................22
9 1-08.6 Suspension of Work.............................................................................................................23
10 1-08.9 Liquidated Damages ............................................................................................................23
11 1-08.10 Termination of Contract......................................................................................................24
12 1-08.10(6) Removal of Equipment...............................................................................................24
13 1-08.11 Contractor's Plant and Equipment .....................................................................................24
14 1-08.12 Attention to Work................................................................................................................24
15 1-09 MEASUREMENT AND PAYMENT............................................................................................24
16 1-09.1 Measurement of Quantities..................................................................................................24
17 1-09.3 Scope of Payment................................................................................................................25
18 1-09.6 Force Account......................................................................................................................26
19 1-09.7 Mobilization ..........................................................................................................................26
20 1-09.9 Payments .............................................................................................................................26
21 1-09.9(1) Retainage.....................................................................................................................27
22 1-09.11 Disputes and Claims..........................................................................................................27
23 1-09.11(2) Claims ........................................................................................................................27
24 1-09.13 Claims Resolution ..............................................................................................................27
25 1-09.13(3)B Proc es to Pursue Arbitration ............................................................................27 '
26 1-10 TEMPORARY TF.. x FIC CONTROL..........................................................................................28
27 1-10.1 General.................................................................................................................................28
28 1-10.2(2) Traffic Control Plans.....................................................................................................29 .
29 1-10.3 Flagging, Signs, and All Other Traffic Control Devices........................................................29
30 1-10.3(3) Construction Signs.......................................................................................................29
31 1-10.3(6) One-Way Piloted Traffic Control Through Construction Zone.....................................30
32 1-11 RENTON SURVEYING STANDARDS.......................................................................................30
33 1-11.1(1) Responsibility for surveys ............................................................................................30
34 1-11.1(2) Survey Datum and Precision........................................................................................30
35 1-11.1(3) Subdivision Information................................................................................................31
36 1-11.1(4) Field Notes...................................................................................................................31
37 1-11.1(5) Corners and Monuments..............................................................................................31
38 1-11.1(6) Control or Base Line Survey........................................................................................31
39 1-11.1(7) Precision Levels...........................................................................................................32 ..
40 1-11.1(8) Radial and Station --Offset Topography .....................................................................32
41 1-11.1(9) Radial Topography.......................................................................................................32
42 1-11.1(10) Station --Offset Topography......................................................................................33
43 1-11.1(11) As-Built Survey ...........................................................................33
44 1-11.1(12) Monument Setting and Referencing ..........................................................................
45 1-11.2 Materials...............................................................................................................................33
46 1-11.2(1) Property/Lot Corners....................................................................................................33 ..
47 1-11.2(2) Monuments...................................................................................................................34
48 1-11.2(3) Monument Case and Cover.........................................................................................34
49 2-01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP.............................................................35
50 2-01.1 Description ...........................................................................................................................35
51 2-01.2 Disposal of Usable Material and Debris...............................................................................35
52 2-01.5 Payment...............................................................................................................................35
53 2-02 REMOVAL OF STRUCTURE AND OBSTRUCTIONS...............................................................35
54 2-02.3(3) Removal of Pavement, Sidewalks, and Curbs.............................................................35
55 2-02.3(4) Cutting Pavement, Sidewalks, and Curbs....................................................................36
South 4th and Burnett Avenue South
Traffic Improvements
City of Renton
SPECIAL PROVISIONS
TABLE OF CONTENTS
1 2-02.4 Measurement.......................................................................................................................36
2 2-02.5 Payment...............................................................................................................................36
3 2-03 ROADWAY EXCAVATION AND EMBANKMENT......................................................................37
4 2-03.3 Construction Requirements..................................................................................................37
5 2-03.4 Measurement.......................................................................................................................38
6 2-03.5 Payment...............................................................................................................................38
7 2-04 HAUL...........................................................................................................................................38
8 2-04.5 Payment...............................................................................................................................38
9 2-06 SUBGRADE PREPARATION.....................................................................................................38
10 2-06.5 Measurement and Payment................................................................................................38
11 2-09 STRUCTURE EXCAVATION......................................................................................................39
12 2-09.1 Description ...........................................................................................................................39
13 2-09.4 Measurement.......................................................................................................................39
14 2-09.5 Payment...............................................................................................................................39
15 5-04 HOT MIX ASPHALT....................................................................................................................41
16 5-04.3 Construction Requirements.............................................................................................41
17 5-04.3(8) Mixing...........................................................................................................................41
18 5-04.3(22) Permanent Pavement Patching .................................................................................44
19 5-04.5 Payment...............................................................................................................................44
20 5-04.5(1) Quality Assurance Price Adjustments...............................................:. ........................44
21 7-01 DRAINS.......................................................................................................................................46
22 7-01.2 Materials...............................................................................................................................46
23 7-01.3 Construction Requirements..................................................................................................46
24 7-01.4 Measurement.......................................................................................................................46
25 7-04 STORM SEWERS ......................................................................................................................46
26 7-04.2 Materials...............................................................................................................................46
27 7-04.4 Measurement.......................................................................................................................47
28 7-04.5 Payment...............................................................................................................................47
29 7-05 MANHOLES, INLETS, AND CATCH BASINS............................................................................47
30 7-05.3 Construction Requirements..................................................................................................47
31 7-05.3(1) Adjusting Manholes and Catch Basins to Grade.........................................................47
32 7-05.3(2) Abandon Existing Manholes.........................................................................................48
33 7-05.3(3) Reconnections to New Manholes.................................................................................49
34 7-05.4 Measurement.......................................................................................................................49
35 7-05.5 Payment...............................................................................................................................49
36 7-08 GENERAL PIPE INSTALLATION REQUIREMENTS....................................:............................49
37 7-08.3 Construction Requirements...................................................................................................49
38 7-08.3(1) Excavation and Preparation of Trench.........................................................................49
39 7-08.4 Measurement.......................................................................................................................51
40 7-08.5 Payment...............................................................................................................................51
41 8-04 CURBS, GUTTERS, AND SPILLWAYS.....................................................................................52
42 8-04.3 Construction Requirements....................................................................................................52
43 8-04 4 Measurement .........................................................................................................................52
44 8.04.5 Payment .................................................................................................................................52
45 8-09 RAISED PAVEMENT MARKERS.................................................................................................52
46 8-09.5 Payment.................................................................................................................................52
47 8-13 MONUMENT CASES....................................................................................................................53
48 8-13.1 Description .............................................................................................................................53
49 8-13.3 Construction Requirements....................................................................................................53
50 8-13.4 Measurement ......................................................................................................................53
51 8-13.5 Payment..............................................................................................................................53
52 8-14 CEMENT CONCRETE SIDEWALKS .........................................................................................53
53 8-14.1 Description .........................................................................................................:.................53
54 8-14.3(4) Curing...........................................................................................................................53
55 8-14.4 Measurement.......................................................................................................................54
South 4`h and Burnett Avenue South
Traffic Improvements
City of Renton
SPECIAL PROVISIONS
TABLE OF CONTENTS
1 8-14.5 Payment...............................................................................................................................54
2 8-17 IMPACT ATTENUATOR SYSTEMS...........................................................................................54
3 8-17.5 Payment...............................................................................................................................54
4 8-20 ILLUMINATION, TRAFFIC Slf7NAL SYSTEMS, AND ELECTRICAL........................................55
5 8-20.2 Materials....................... .................................................................................................55
6 8-20.2(1) Equipment List anc awings ......................................................................................55
7 8-20.3(2) Excavating and BacKtiliing ...........................................................................................55
8 8-20.3(4) Foundations..................................................................................................................59
9 8-20.3(5) Conduit.........................................................................................................................59
10 8-20.3(6) Junction Boxes.............................................................................................................60
11 8-20.3(8) Wiring 61
12 8-20.3(9) Bonding, Grounding .....................................................................................................61
13 8-20.3(11) Testing........................................................................................................................
14 8-20.3(13) Illumination Systems..................................................................................................62
15 8-20.3(14) Signal Systems ..........................................................................................................62
16 8-20.3(15) Grout..........................................................................................................................62
17 8-20.4 Measurement .......................................................................................................................63
18 8-20.5 Payment...............................................................................................................................63
19 8-21 PERMANENT SIGNING...............................................................................................................63
20 8-21.4 Measurement........................................................................................................................63
21 8-21.5 Payment.................................................................................................................................63
22 8-22 PAVEMENT MARKING..............................................................................................................63
23 8-22.1 Description ...........................................................................................................................63
24 8-22.3 Construction Requirements...................................................................................................64
25 8-22.3(5) Installation Instructions.................................................................................................64
26 8-22.5 Payment........................................................................................ ......................................64
27 8-23 TEMPORARY PAVEMENT MARKING .............................................. ......................................64
28 8-23.5 Payment...............................................................................................................................64
29 9-00 DEFINITIONS AND TESTS........................................................................................................66
30 9-00(A) Recycled Materials (RC) ....................................................................................................66
31 9-02 BITUMINOUS MATERIALS........................................................................................................66
32 9-02.1(10) Loop Sealant(RC) ................................................................................ ....................66
33 9-03 AGGREGATES...........................................................................................................................66
34 9-05 DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS.....................................................67
35 9-05.4 Steel Culvert Pipe and Pipe Arch (RC)...............................................................................67
36 9-05.7(2) Reinforced Concrete Storm Sewer Pipe (RC) .............................................................68
37 9-05.7(4) Testing Concrete Storm Sewer Pipe Joints (RC).........................................................68
38 9-05.9 Steel Spiral Rib Storm Sewer Pipe (RC)............................................................................. 68
39 9-05.12(3) CPEP Sewer Pipe......................................................................................................69
40 9-05.14 ABS Composite Sewer Pipe ..............................................................................................69
41 9-05.17 Aluminum Spiral Rib Storm Sewer Pipe.............................................................................69
42 9-06 STRUCTURAL STEEL AND RELATED MATERIALS ...............................................................69
43 9-06.5(4) Anchor Bolts.................................................................................................................69
44 9-08 PAINTS.......................................................................................................................................70
45 9-08.8 Manhole Coating System Products......................................................................................70
46 9-08.8(1) Coating System Specification ......................................................................................70
47 9-08.8(2) Coating Systems......................................................................................................70
48 9-14 EROSION CONTROL AND ROADSIDE PLANTING.................................................................71
49 9-14.1(1) Topsoil Type A.............................................................................................................71
50 9-14.3 Fertilizer................................................................................................................................72
51 9-23 CONCRETE CURING MATERIALS AND ADMIXTURES..........................................................72
52 9-23.9 Fly Ash (RC).........................................................................................................................72
53 9-29 ILLUMINATION, SIGNALS, ELECTRICAL.................................................................................72
54 9-29.1 Conduit(RC) ........................................................................................................................72
55 9-29.2 Junction Boxes (RC) ............................................................................................................72
South 4`h and Burnett Avenue South
Traffic Improvements
City of Renton
SPECIAL PROVISIONS
TABLE OF CONTENTS
1 9-29.3 Conductors, Cable................................................................................................................72
2 9-29.9 Ballast, Transformers...........................................................................................................73
3 9-29.10 Luminaires..........................................................................................................................73
4 9-29.11 Control Equipment..............................................................................................................73
5 9-29.11(2) Photoelectric Controls................................................................................................73
6 9-29.13 Traffic Signal Controllers....................................................................................................74
7 9-29.13(3) Emergency Pre-emption ............................................................................................74
8 9-29.16 Vehicular Signal Heads......................................................................................................75
9 9-29.16(2) Conventional Traffic Signal Heads.............................................................................75
10 9-29.17 Signal Head Mounting Brackets and Fittings.....................................................................76
11 9-29.25 Amplifier, Transformer, and Terminal Cabinets.................................................................77
12
South 4`" and Burnett Avenue South
Traffic Improvements
City of Renton
1 SPECIAL PROVISIONS
2
3 DIVISION 1
4 GENERAL REQUIREMENTS
5 1-01 DEFINITIONS AND TERMS
6 1-01.1 General
7 Section 1-01.1 is supplemented with:
8 (*'****)
9 Whenever reference is made to the State, Commission, Department of Transportation, Secretary of
10 Transportation, Owner, Contracting Agency or Engineer, such reference shall be deemed to mean
11 the City of Renton acting through its City Council, employees, and duly authorized representatives
12 for all contracts administered by the City of Renton.
13 1-01.3 Definitions
14 Section 1-01.3 is revised and supplemented by the following:
16 Act of god
17 "Act of God" means an earthquake, flood, cyclone, or other cataclysmic phenomenon of nature. A
18 rain, windstorm, high water or other natural phenomenon of unusual intensity for the specific locality
19 of the work, which might reasonably have been anticipated from historical records of the general
20 locality of the work, shall not be construed as an act of god.
21
22 Consulting Engineer
23 The Contracting Agency's design consultant, who may or may not administer the construction
24 program for the Contracting Agency.
25
26 Contract Price
27 Either the unit price, the unit prices, or lump sum price or prices named in the proposal, or in
28 properly executed change orders.
29
30 Day
31 Unless otherwise designated, day(s) as used in the Contract Documents, shall be understood to
32 mean working days.
33
34 Engineer
35 The City Engineer or duly authorized representative who is a currently licensed registered engineer
36 in the State of Washington, or an authorized member of a licensed consulting firm retained by Owner
37 for the construction engineering of a specific public works project.
38
39 Inspector
40 Owner's authorized representative assigned to make necessary observations of the work performed
41 or being performed, or of materials furnished or being furnished by Contractor.
42
43 Or Equal
44 Where the term"or equal" is used herein, the Contracting Agency, or the Contracting Agency on
45 recommendation of the engineer, shall be the sole judge of the quality and suitability of the proposed
46 substitution.
47 The responsibility and cost of furnishing necessary evidence, demonstrations, or other information
48 required to obtain the approval of alternative materials or processes by the Owner shall be entirely
49 borne by the Contractor.
50
51 Owner
1 South 4th and Burnett Avenue South
Traffic Improvements
City of Renton
1 The City of Renton or its authorized representative also referred to as Contracting Agency.
2
3 Performance and Payment Bond
4 Same as"Contract Bond" defined in the Standard Specifications.
5
6 Plans
7 The contract plans and/or standard plans which show location, character, and dimensions of
8 prescribed work including layouts, profiles, cross-sections, and other details. Drawings may either be
9 bound in the same book as the balance of the Contract Documents or bound in separate sets, and
10 are a part of the Contract Documents, regardless of the method of binding. The terms"Standard
11 Drawings" or"Standard Details" generally used in specifications refers to drawings bound either with
12 the specification documents or included with the Plans or the City of Renton Standard Plans.
13
14 Points
15 Wherever reference is made to Engineer's points, this shall mean all marks, bench marks, reference
16 points, stakes, hubs, tack, etc., established by Engineer for maintaining horizontal and vertical
17 control of the work.
18
19 Provide
20 Means"furnish and install" as specified and shown in the Plans.
21
22 Secretary, Secretary of Transportation
23 The chief executive officer of the Department and other authorized representatives. The chief
24 executive officer to the Department shall also refer to the Department of Planning/Building/Public
25 Works Administrator.
26
27 Shop Drawings
28 Same as "Working Drawings" defined in the Standard Specifications.
29
30 Special Provisions
31 Modifications to the standard specifications and supplemental specifications that apply to an
32 individual project. The special provisions may describe work the specifications do not cover. Such
33 work shall comply first with the special provisions and then with any specifications that apply. The
34 Contractor shall include all costs of doing this work within the bid prices.
35
36 State
37 The state of Washington acting through its representatives. The State shall also refer to The City of
38 Renton and its authorized representatives where applicable.
39
40 Supplemental Drawings and Instructions
41 Additional instructions by Engineer at request of Contractor by means of drawings or documents
42 necessary, in the opinion of Engineer, for the proper execution of the work. Such drawings and
43 instructions are consistent with the Contract Documents.
44
45 Utility
46 Public or private fixed improvement for the transportation of fluids, gases, power, signals, or
47 communications and shall be understood to include tracks, overhead and underground wires,
48 cables, pipelines, conduits, ducts, sewers, or storm drains.
49 1-02 BID PROCEDURES AND CONDITIONS
50 1-02.6 Preparation of Proposal
51 The third paragraph is revised as follows:
52 (*-*. *)
53 All prices shall be in legible figures and words written in ink or typed. The proposal shall include:
54 1. A unit price for each item (omitting digits more than four places to the right of the decimal
2 South 4,h and Burnett Avenue South
Traffic Improvements
City of Renton
1 point), each unit price shall also be written in words; where a conflict arises the written words shall
2 prevail.
3
4 1-02.6(1) is a new section.
5
6 1-02.6(1) Proprietary Information
7 Vendors should, in the bid proposal, identify clearly any material(s) which constitute "(valuable)
8 formula, designs, drawings, and research data" so as to be exempt from public disclosure,
9 RCW 42.17.310, or any materials otherwise claimed to be exempt, along with a Statement of
10 the basis for such claim of exemption. The Department (or State)will give notice to the vendor
11 of any request for disclosure of such information received within 5 (five) years from the date of
12 submission. Failure to so label such materials or failure to timely respond after notice of
13 request for public disclosure has been given shall be deemed a waiver by the submitting vendor
14 of any claim that such materials are, in fact, so exempt.
15 1-02.12 Public Opening of Proposals
16 Section 1-02.12 is supplemented with the following:
18 The Contracting Agency reserves the right to postpone the date and time for bid opening.
19 Notification to bidder will be by addenda.
20 1-03 AWARD AND EXECUTION OF CONTRACT
21 1-03.1 Consideration of bids
22 Section 1-03.1 is supplemented with the following:
23 (-*. *.)
24 All bids will be based on total sum of all schedules of prices. No partial bids will be accepted unless
25 so stated in the call for bids or special provisions. The City reserves the right however to award all or
26 any schedule of a bid to the lowest bidder at its discretion.
27 1-03.2 Award of Contract
28 Section 1-03.2 is supplemented with the following:
29 (*,.**.)
30 The contract, bond form, and all other forms requiring execution, together with a list of all other forms
31 or documents required to be submitted by the successful bidder, will be forwarded to the successful
32 bidder within 10 days of the award. The number of copies to be executed by the Contractor shall be
33 determined by the Contracting Agency.
34 1-03.3 Execution of Contract
35 Section 1-03.3 is revised and supplemented as follows:
36 (****")
37 Within 10 calendar days after receipt from the City of the forms and documents required to be
38 completed by the Contractor, the successful bidder shall return the signed Contracting Agency-
39 prepared contract, an insurance certification as required by Section 1-07 18, and a satisfactory bond
40 as required by law and Section 1-03.4. Before execution of the contract by the Contracting Agency,
41 the successful bidder shall provide any pre-award information the Contracting Agency may require
42 under Section 1-02.15.
43
44 Until the Contracting Agency executes a contract, no proposal shall bind the Contracting Agency nor
45 shall any work begin within the project limits or within Contracting Agency-furnished sites. The
46 Contractor shall bear all risks for any work begun outside such areas and for any materials ordered
47 before the contract is executed by the Contracting Agency.
3 South 4th and Burnett Avenue South
Traffic Improvements
City of Renton
1
2 If the bidder experiences circumstances beyond their control that prevents return of the contract
3 documents within 10 calendar days after the award date, the Contracting Agency may grant up to a
4 maximum of 10 additional calendar days for return of the documents, provided the Contracting
5 Agency deems the circumstances warrant it.
6
7 The Contracting Agency is prohibited by RCW 39.06.010 from executing a contract with a Contractor
8 who is not registered or licensed as required by the laws of the state. In addition, the Contracting
9 Agency requires persons doing business with the Contracting Agency to possess a valid City of
10 Renton business license prior to award.
11
12 When the Bid Form provides spaces for a business license number, a Washington State Contractors
13 registration number, or both the Bidder shall insert such information in the spaces provided. The
14 Contracting Agency requires legible copies of the Contractor's Registration and business license be
15 submitted to the Engineer as part of the Contracting Agency's post-award information and evaluation
16 activities.
17
18 1-04 SCOPE OF WORK
19 1-04.2 Coordination of Contract Documents, Plans, Special
20 Provisions Specifications, and Addenda
21 Revise the second paragraph to read:
22 (...*.*)
23 Any inconsistency in the parts of the contract shall be resolved by following this order of precedence
24 (e.g., 1 presiding over 2, 2 over 3, 3 over 4, and so forth):
25 1. Addenda,
26 2. Proposal Form,
27 3. Special Provisions,
28 4. Contract Plans,
29 5. Amendments to Division 1-99 APWA Supplement
30 6. Amendments to the Standard Specifications,
31 7. Division 1-99 APWA Supplement
32 8. WSDOT/APWA Standard Specifications for Road, Bridge and Municipal Construction
33 9. Contracting Agency's Standard Plans (if any)
34 10. WSDOT/APWA Standard Plans for Road, Bridge and Municipal Construction
35
36 Section 1-04.3 is a new section:
37 (.•.*..)
38 1-04.3 Contractor-Discovered Discrepancies
39 Upon receipt of award of contract, Contractor shall carefully study and compare all the components
40 of the Contract Documents and other instructions, and check and verify all field measurements.
41 Contractor shall, prior to ordering material or performing work, report in writing to Engineer any error,
42 inconsistency, or omission in respect to design or mode of construction, which is discovered. If
43 Contractor, in the course of this study or in the accomplishment of the work, finds any discrepancy
44 between the Plans and the physical condition of the locality as represented in the Plans, or any such
45 errors or omissions in respect to design or mode of construction in the Plans or in the layout as given
46 by points and instructions, it shall be Contractor's duty to inform Engineer immediately in writing, and
47 Engineer will promptly check the same. Any work done after such ,iscovery, until correction of
48 Plans or authorization of extra work is given, if Engineer finds that extra work is involved, will be
49 done at Contractor's risk. If extra work is involved, the procedure shall be as provided in Section 1-
50 04.4 of the Standard Specifications.
4 South 41h and Burnett Avenue South
Traffic Improvements
City of Renton
1 1-04.4 Changes
2 The last two paragraphs are replaced with the following:
3 (")
4 Renton does not have a formal policy or guidelines on cost reduction alternatives, but will evaluate
5 such proposals by the Contractor on a case-by-case basis.
6 1-04.8 Progress Estimates and Payments
7 Section 1-04.8 is supplemented as follows:
8 (")
9 The Contractor is encouraged to provide to the Engineer prior to progress payments an estimate of
10 lump sum work accomplished to date. The Engineer's calculations and decisions shall be final in
11 regard to the actual percentage of any lump sum pay item accomplished and eligible for payment
12 unless another specific method of calculating lump sum payments is provided elsewhere in the
13 specifications.
14 1-04.11 Final Cleanup
15 Section 1-04.11 is supplemented as follows:
17 All salvage material as noted on the plans and taken from any of the discarded facilities shall, at the
18 engineer's discretion, be carefully salvaged and delivered to the City shops. Any cost incurred in
19 salvaging and delivering such items shall be considered incidental to the project and no
20 compensation will be made.
21
22 The contract price for"Finish and Cleanup, lump sum," shall be full compensation for all work,
23 equipment and materials required to perform final cleanup. If this pay item does not appear in the
24 contract documents then final clean up shall be considered incidental to the contract and to other
25 pay item and no further compensation shall be made.
26 1-05 CONTROL OF WORK
27 1-05.4 Conformity With and Deviation from Plans and Stakes
28 Section 1-05.4 is supplemented with the following:
29 ('—)
30 If the project calls for Contractor supplied surveying, the Contractor shall provide all required survey
31 work, including such work as mentioned in Sections 1-05.4(1) and 1-05.4(2), 1-11 and elsewhere in
32 these specifications as being provided by the Engineer.
33
34 The Engineer or Contractor supplied surveyor will provide construction stakes and marks
35 establishing lines, slopes, and grades as stipulated in Sections 1-05.4 and will perform such work
36 per Section 1-11. The Contractor shall assume full responsibility for detailed dimensions, elevations,
37 and excavation slopes measured from the Engineer or Contractor supplied surveyor furnished
38 stakes and marks.
39
40 The Contractor shall provide a work site which has been prepared to permit construction staking to
41 proceed in a safe and orderly manner. The Contractor shall keep the Engineer or Contractor
42 supplied surveyor informed of staking requirements and provide at least 48 hours notice to allow the
43 Engineer or Contractor supplied surveyor adequate time for setting stakes.
44
45 The Contractor shall carefully preserve stakes, marks, and other reference points, including existing
46 monumentation, set by Contracting Agency forces. The Contractor will be charged for the costs of
47 replacing stakes, markers and monumentation that were not to be disturbed but were destroyed or
48 damaged by the Contractor's operations. This charge will be deducted from monies due or to
49 become due to the Contractor.
50
5 South 4 1 and Burnett Avenue South
Traffic Improvements
City of Renton
1 Any claim by the Contractor for extra compensation by reason of alterations or reconstruction work
2 allegedly due to error in the Engineer's line and grade, will not be allowed unless the original control
3 points set by the Engineer still exist, or unless other satisfactory substantiating evidence to prove the
4 error is furnished the Engineer. Three consecutive point: set on line or grade shall be the minimum
5 points used to determine any variation from a straight line or grade. Any such variation shall, upon
6 discovery, be reported to the Engineer. In the absence of such report the Contractor shall be liable
7 for any error in alignment or grade.
8
9 The Contractor shall provide all surveys rear uired other than those to be performed by the Engineer.
10 All survey work shall be done in accordance with Section 1-11 RENTON SURVEYING STANDARDS
11 of these specifications.
12
13 The Contractor shall keep updated survey field notes in a standard field book and in a format set by
14 the Engineer, per Section 1-11.1(4). These field notes shall include all survey work performed by the
15 Contractor's surveyor in establishing line, grade and slopes for the construction work. Copies of
16 these field notes shall be provided the Engineer upon request and upon completion of the contract
17 work the field book or books shall be submitted to the Engineer and become the property of the
18 Contracting Agency.
19
20 If the survey work provided by the Contractor does not meet the standards of the Engineer, then the
21 Contractor shall, upon the Engineer's written request, remove the individual or individuals doing the
22 survey work and the survey work will be completed by the Engineer at the Contractor's expense.
23 Costs for completing the survey work required by the Engineer will be deducted from monies due or
24 to become due the Contractor.
25
26 All costs for survey work required to be performed by the Contractor shall be included in the prices
27 bid for the various items which comprise the improvement or be included in the bid item for
28 "Contractor Supplied Surveying" per lump sum if that item is included in the contracts.
29
30 Section 1-05.4(3) is a new section:
31
32 1-05.4(3) Contractor Supplied Surveying
33 When the contract provides for Contractor Supplied Surveying, the Contractor shall supply the
34 survey work required for the project. The Contractor shall retain as a part of the Contractor
35 Organization an experienced team of surveyors under the direct supervision of a professional
36 land surveyor licensed by the State of Washington. All survey work shall be done in
37 accordance with Sections 1-05.4 and 1-11 RENTON SURVEYING STANDARDS.
38
39 The Contractor and/or Surveyor shall inform the Engineer in writing of any errors,
40 discrepancies, and omissions to the plans that prevent the Contractor and/or Surveyor from
41 constructing the project in a manner satisfactory to the Engineer. All errors, discrepancies, and
42 omissions must be corrected to the satisfaction of the Engineer before the survey work may be
43 continued.
44
45 The Contractor shall coordinate his work with the Surveyor and perform his operations in a
46 manner to protect all survey stakes from harm. The Contractor shall inform the Surveyor of the
47 Contractor's intent to remove any survey stakes and/or points before physically removing them.
48
49 The surveyor shall be responsible for maintaining As-Built records for the project. The
50 Contractor shall coordinate his operations and assist the Surveyor in maintaining accurate As-
51 Built records for the project.
52
53 If the Contractor and Surveyor fail to provide, as directed by the Engineer and/or these plans
54 and specifications, accurate As-Built records and other work the Engineer deems necessary,
55 the Engineer may elect to provide at Contractor expense, a surveyor to provide all As-Built
56 records and other work as directed by the Engineer. The Engineer shall deduct expenses
57 incurred by the Engineer-supplied surveying from moneys owed to the Contractor.
6 South 4th and Burnett Avenue South
Traffic Improvements
City of Renton
1
2 Payment per Section 1-04.1 for all work and materials required for the full and complete survey
3 work required to complete the project and as-built drawings shall be included in the lump sum
4 price for"Contractor Supplied Surveying" if that item is included in the contracts.
5
6 Section 1-05.4(4) is a new section:
7 (.. . )
8 1-05.4(4) Contractor Provided As-Built Information
9 It shall be the contractors responsibility to record the location prior to the backfilling of the
10 trenches, by centerline station, offset, and depth below pavement, of all existing utilities
11 uncovered or crossed during his work as covered under this project.
12
13 It shall be the contractors responsibility to have his surveyor locate by centerline station, offset
14 and elevation each major item of work done under this contract per the survey standard of
15 Section 1-11 RENTON SURVEYING STANDARDS. Major items of work shall include but not
16 be limited to: Manholes, Catch basins and Inlets, Valves, vertical and Horizontal Bends,
17 Junction boxes, Cleanouts, Side Sewers, Street Lights & Standards, Hydrants, Major Changes
18 in Design Grade, Vaults, Culverts, Signal Poles, Electrical Cabinets.
19
20 After the completion of the work covered by this contract, the contractors surveyor shall provide
21 to the City the hard covered field book(s)containing the as-built notes and one set of white
22 prints of the project drawings upon which he has plotted the notes of the contractor locating
23 existing utilities, and one set of white prints of the project drawings upon which he has plotted
24 the as-built location of the new work as he recorded in the field book(s). This drawing shall
25 bear the surveyors seal and signature certifying it's accuracy.
26
27 All costs for as-built work shall be included in the contract item"Contractor Supplied Surveying,"
28 lump sum if that item is included in the contracts.
29 1-05.7 Removal of Defective and Unauthorized Work
30 Section 1-05.7 is supplemented as follows:
31 (****.*)
32 Contractor shall promptly replace and re-execute work by Contractor forces, in accordance with the
33 intent of the Contract and without expense to Owner, and shall bear the expense of making good all
34 work of other contractors destroyed or damaged by such removal or replacement.
35
36 If Contractor does not remove such condemned work and materials and commence re-execution of
37 the work within 7 calendar days of notice from Engineer, Owner may correct the same as provided in
38 the Standard Specifications. In that case, Owner may store removed material.
39
40 If Contractor does not pay the cost of such removal and storage within 10 calendar days from the
41 date of the notice to Contractor of the fact of such removal, Owner may, upon an additional 10
42 calendar days' written notice, sell such materials at public or private sale, and deduct all costs and
43 expenses incurred from moneys due to Contractor, including costs of sale, and accounting to
44 Contractor for the net proceeds remaining. Owner may bid at any such sale. Contractor shall be
45 liable to Owner for the amount of any deficiency from any funds otherwise due Contractor.
46 1-05.10 Guarantees
47 Section 1-05.10 is supplemented by adding the following:
48 (**"**)
49 If within one year after the Acceptance Date of the Work by the Contracting Agency, defective and
50 unauthorized Work is discovered, the Contractor shall promptly, upon written order by the
51 Contracting Agency, return and in accordance with the Engineer's instructions, either correct such
52 Work, or if such Work has been rejected by the Engineer, remove it from the Project Site and
53 replace it with non defective and authorized Work, all without cost to the Contracting Agency. If the
7 South 4`h and Burnett Avenue South
Traffic Improvements
City of Renton
1 Contractor does not promptly comply with the written order to correct defective and unauthorized
2 Work, or if an emergency exists, the Contracting Agency reserves the right to have defective and
3 unauthorized Work corrected or removed and replaced pursuant to Section 1-05.8 "Owner's Right to
4 Correct Defective and Unauthorized Work."
5
6 The Contractor agrees the above one year limitation shall not exclude or diminish the Contracting
7 Agency's rights under any law to obtain damages and recover costs resulting from defective and
8 unauthorized work discovered after one year but prior to the expiration of the legal time period set
9 forth in RCW 4.16.040 limiting actions upon a contract in writing, or liability expressed or implied
10 arising out of a written agreement.
11
12 The Contractor shall warrant good title to all materials, supplies, and equipment purchased for, or
13 incorporated in the Work. Nothing contained in this paragraph, however, shall defeat or impair the
14 right of persons furnishing materials or labor, to recover under any bond given by the Contractor for
15 their protection, or any rights under any law permitting such persons to look to funds due the
16 Contractor in the hands of the Contracting Agency.
17
18 The provisions of this paragraph shall be inserted in all subcontracts and material contracts, and
19 notice of its provisions shall be given to all persons furnishing materials for the Work when no formal
20 contract is entered into for such materials.
21 1-05.11(3) Operational Testing
22 Section 1-05.11(3) is supplemented as follows:
23 (******)
24 Unless otherwise noted in the Contract Documents, Contractor shall give Engineer a minimum
25 of 3 working days' notice of the time for each test and inspection. If the inspection is by another
26 authority than Engineer, Contractor shall give Engineer a minimum of 3 working days' notice of
27 the date fixed for such inspection. Required certificates of inspection by other authority than
28 Engineer shall be secured by Contractor.
29 1-05.14 Cooperation with Other Contractors
30 Section 1-05.14 is supplemented as follows:
31 (******)
32 Contractor shall afford Owner and other contractors working in the area reasonable opportunity for
33 the introduction and storage of their materials and the execution of their respective work and shall
34 properly connect and coordinate Contractor's work with theirs.
35
36 Other utilities, districts, agencies, and contractors who may be working within the project area are:
37
38 1. Puget Sound Energy (gas and electric)
39 2. AT&T Broadband
40 3. QWest Communications
41 4. City of Renton (water, sewer, transportation)
42 5. Soos Creek Water District
43 6. Private contractors employed by adjacent property owners
44
45 The Contractor shall coordinate with City of Renton on tying into any existing electrical service
46 cabinet.
47
48 Section 1-05.14(1) is a new section:
50 1-05.14(1) Notifications Relative to Contractor's Activities
51 Contractor shall notify the following listed agencies and individuals, prior to commencement of
52 the work, and submit to these agencies/individuals:
53 a. The name(s) of the construction superintendent in responsible charge, and other
8 South 4th and Burnett Avenue South
Traffic Improvements
City of Renton
1 individuals having full authority to execute the orders or directions of Engineer, in the
2 event of an emergency.
3 b. The time of the commencement and completion of work.
4 C. Names of streets or locations of alleys to be closed.
5 d. Schedule of operations.
6 e. Routes of detours where possible.
7 f. Planned utility shutdown times and locations.
8 g. Construction staging.
9
10 Notification shall be written, with a copy delivered to Engineer 5 days prior to the
11 commencement of work on the project.
12
13 Contractor must notify the same parties, in writing, of all changes to any of the above items
14 during the project.
15
16 The following addresses and telephone numbers of public and franchise utilities and public
17 services are supplied for the Contractor's convenience.
18
City of Renton Soos Creek Water and Sewer District
Fire Department 14616 SE 192nd Street
1055 South Grady Way P.O. Box 58039
Renton, Washington 98055 Renton, Washington 98058-1039
Attn: Jim Gray Telephone: (425) 630-9900
Telephone: (425)430-7023
City of Renton Underground Utilities Location Center
Police Department ("One-Call" Center)
1055 South Grady Way 1-800-424-5555
Renton, Washington 98055
Attn: Garry Anderson, Chief
Telephone: (425) 430-7503
Attn: Sherry Smith, Admin. Sec.
Telephone: (425)430-7507
City of Renton City of Renton
Utility Maintenance Water Maintenance
1055 South Grady Way 1055 South Grady Way
Renton, Washington 98055 Renton, Washington 98055
Attn: Mike Stenhouse Maint. Svcs. Dir. Attn: Ray Sled, Water Maint. Mngr.
George Stahl, Maint. Svcs. Supv. Telephone: (425) 430-7400
Telephone: (425) 430-7400
City of Renton Metro/Bus
Wastewater Maintenance 1270 -6th Avenue S, MS-QS
1055 South Grady Way Seattle, Washington 98134
Renton, Washington 98055 Attn: Mary Malcomb
Attn: Ron Shaffer, Wastewater Supv. Telephone: (206) 684-2732
Telephone: (425) 430-7400
AT&T Broadband QWest Communications
20811 84th Avenue South, Suite 101 7235 South 228th Street
Kent, Washington 98032 Kent, Washington 98032
Attn: Mike Martos Attn: Ken Kobes
Telephone: (206) 396-6405 Telephone: (206) 345-3399
19
9 South 4th and Burnett Avenue South
Traffic Improvements
City of Renton
1
Puget Sound Energy
P.O. Box 90868, MS-XRD-01W
Bellevue, Washington 98009-0868
Attn: Mr. Joe Jainga
Telephone: (425)462-3807
2
3
4 Section 1-05.18 is a new section:
5 (******)
6 1-05.18 Contractor's Daily Diary
7 Contractor and subcontractors shall maintain and provide to Engineer a Daily Diary Record of this
8 Work. This Diary will be created by pen entries in a hard-bound diary book of the type that is
9 commonly available through commercial outlets. The Diary must contain the Project and Number; if
10 the Diary is in loose-leaf form, this information must appear on every page. The Diary must be kept
11 and maintained by Contractor's designated project superintendent(s). Entries must be made on a
12 daily basis and must accurately represent all of the project activities on each day.
13
14 At a minimum, the diary shall show on a daily basis:
15 1. The day and date.
16 2. The weather conditions, including changes throughout the day.
17 3. A complete description of work accomplished during the day with adequate references to
18 the Plans and Contract Provisions so that the reader can easily and accurately identify
19 said work in the Plans. Identify location/description of photographs or videos taken that
20 day.
21 4. An entry for each and every changed condition, dispute or potential dispute, incident,
22 accident, or occurrence of any nature whatsoever which might affect Contractor, Owner, or
23 any third party in any manner.
24 5. Listing of any materials received and stored on-or off-site by Contractor for future
25 installation, to include the manner of storage and protection of the same.
26 6. Listing of materials installed during each day.
27 7. List of all subcontractors working on-site during each day.
28 8. Listing of the number of Contractor's employees working during each day by category of
29 employment.
30 9. Listing of Contractor's equipment working on the site during each day. Idle equipment on
31 the site shall be listed and designated as idle.
32 10. Notations to explain inspections, testing, stake-out, and all other services furnished by
33 Owner or other party during each day.
34 11. Entries to verify the daily (including non-work days) inspection and maintenance of traffic
35 control devices and condition ,f the traveled roadway surfaces. Contractor shall not allow
36 any conditions to develop tt vould be hazardous to the public.
37 12. Any other information that serves to give an accurate and complete record of the nature,
38 quantity, and quality of Contractor's progress on each day.
39 13. Plan markups showing locations and dimensions of constructed features to be used by
40 Engineer to produce record drawings.
41 14. All pages of the diary must be numbered consecutively with no omissions in page
42 numbers.
43 15. Each page must be signed and dated by Contractor's official representative on the project.
44
45 Contractor may use additional sheets s,-,,,-;rate from the diary book if necessary to provide a
46 complete diary record, but they must b, red, dated, and labeled with project name and number.
47
48 It is expressly agreed between Conti ar and Owner that the Daily Diary maintained by
49 Contractor shall be the "Contractor's Book of Original Entry"for the documentation of any
50 potential claims or disputes that might arise during this Contract. Failure of Contractor to
10 South 4`h and Burnett Avenue South
Traffic Improvements
City of Renton
1 maintain this Diary in the manner described above will constitute a waiver of any such claims
2 or disputes by Contractor.
3
4 Engineer or other Owner's representative on the job site will also complete a Daily Construction
5 Report.
6 1-06 CONTROL OF MATERIAL
7 1-06.1 Approval of Materials Prior to Use
8 Section 1-06.1 is supplemented as follows:
9 (******)
10 The materials and equipment lists submitted to Engineer at the Preconstruction Conference shall
11 include the quantity, manufacturer and model number, if applicable, of materials and equipment to
12 be installed under the Contract. This list will be checked by Engineer as to conformity with the
13 Contract Documents. Engineer will review the lists within 10 working days, noting required
14 corrections. Contractor shall make required corrections and file 2 corrected copies with Engineer
15 within one week after receipt of required corrections. Engineer's review and acceptance of the lists
16 shall not relieve Contractor from responsibility for suitability for the intended purpose, nor for
17 deviations from the Contract Documents.
18 1-06.2(1) Samples and Tests for Acceptance
19 Section 1-06.2(1) is supplemented a follows:
21 The finished Work shall be in accordance with approved samples. Approval of samples by
22 Engineer does not relieve Contractor of responsibility for performance of the Work in
23 accordance with the Contract Documents.
24 1-06.2(2) Statistical Evaluation of Materials for Acceptance
25 Section 1-06.02(2) is supplemented by adding the following:
26
27 Unless stated otherwise in the special provisions, statistical evaluation will not be used by the
28 City of Renton.
29 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE
30 PUBLIC
31 1-07.1 Laws to be Observed
32 Section 1-07.1 is supplemented as follows:
33 (******)
34 Contractor shall erect and properly maintain, at all times, as required by the conditions and progress
35 of the work, all necessary safeguards for protection of workers and the public; shall post danger
36 signs warning against known or unusual hazards; and shall designate as Safety Supervisor a
37 responsible employee on the construction site whose duty shall be the enforcement of safety. The
38 name and position of such person so designated shall be reported in writing to Engineer by
39 Contractor.
40
41 Contractor shall, at all times, enforce strict discipline and good order among all employees and shall
42 not employ any person unfit or not skilled in the work assigned to him/her.
43
44 Necessary sanitation conveniences for the use of the workers on the job, properly secluded from
45 public observation, shall be provided and maintained by Contractor.
11 South 4`h and Burnett Avenue South
Traffic Improvements
City of Renton
1 1-07.6 Permits and Licenses
2 Section 1-07.6 is supplemented as follows:
3 (******)
4 The permits, easements, and right of entry documents that have been acquired are available for
5 inspection and review.
6
7 Contractor shall be required to comply with all conditions of the permits, easements, and rights of
8 entry, at no additional cost to Owner. Contractor is required to indemnify Owner from claims on all
9 easements and rights of entry.
10
11 All other permits, licenses, etc., shall be the responsibility of Contractor. Contractor shall comply
12 with the special provisions and requirements of each.
13
14 Permits, permission under franchises, licenses and bonds of a temporary nature necessary for and
15 during the prosecution of the work, and inspection fees in connection therewith shall be secured and
16 paid for by Contractor. If Owner is required to secure such permits, permission under franchises,
17 licenses and bonds, and pay the fees, the costs incurred by Owner thereby shall be charged against
18 Contractor and deducted from any funds otherwise due Contractor.
19 1-07.9 Wages
20 1-07.9(5) Required Documents
21 Delete the first sentence of the third paragraph, and replace it with the following:
22 (******)
23 Contractor must submit weekly certified payrolls for the Contractor and all subcontractors and
24 lower tier subcontractors, regardless of project's funding source.
25 1-07.11 Requirements for Nondiscrimination
26 Section 1-07.11(11) is new:
27
28 1-07.11(11) City of Renton Affidavit of Compliance
29 Each Contractor, Subcontractor, Consultant, and or Supplier shall complete and submit a copy
30 of the"City of Renton Fair Practices Policy Affidavit of Compliance". A copy of this document
31 will be bound in the bid documents.
32 1-07.13 Contractor's Responsibility for Work
33 1-07.13(1) General
34 Section 1-07.13(1) is supplemented as follows:
35
36 During unfavorable weather and other conditions, the contractor shall pursue only such portions
37 of the work as shall not be damaged thereby.
38
39 No portion of the work whose satisfactory quality or efficiency will be affected by unfavorable
40 conditions shall be constructed while these conditions exist, unless by special means or
41 precautions acceptable to the engineer, the contractor shall be able to overcome them.
42 1-07,15 Temporary Water Pollution/Erosion Control
43 Section 1-07.15 is supplemented as follows:
12 South 4`h and Burnett Avenue South
Traffic Improvements
City of Renton
2 Temporary water pollution control work shall also consist of placing filter fabric over storm drainage
3 structures during construction and cleaning the fabric periodically, catch basin inserts, straw bales,
4 plastic sheeting, and other items as directed by Engineer. These and other temporary water
5 pollution/erosion control measures shall be performed on an as-needed basis, when so directed by
6 Engineer.
7
8 All costs related to"Temporary Water Pollution/Erosion Control" shall be considered incidental to
9 and included in other items unless designated as a specific bid item in the proposal.
10 1-07.16 Protection and Restoration of Property
11 1-07.16(1) Private/Public Property
12 Section 1-07.16(1) is supplemented by adding the following:
14 The Contracting Agency will obtain all easements and franchises required for the project. The
15 contractor shall limit his operation to the areas obtained and shall not trespass on private
16 property.
17
18 The Contracting Agency may provide certain lands, as indicated in connection with the work
19 under the contract together with the right of access to such lands. The contractor shall not
20 unreasonably encumber the premises with his equipment or materials.
21
22 The contractor shall provide, with no liability to the Contracting Agency, any additional land and
23 access thereto not shown or described that may be required for temporary construction facilities
24 or storage of materials. He shall construct all access roads, detour roads, or other temporary
25 work as required by his operations. The contractor shall confine his equipment, storage of
26 material, and operation of his workers to those areas shown and described and such additional
27 areas as he may provide.
28 A. General. All construction work under this contract on easements, right-of-way, over
29 private property or franchise, shall be confined to the limits of such easements, right-of-
30 way or franchise. All work shall be accomplished so as to cause the least amount of
31 disturbance and a minimum amount of damage. The contractor shall schedule his work so
32 that trenches across easements shall not be left open during weekends or holidays and
33 trenches shall not be open for more than 48 hours.
34 B. Structures. The contractor shall remove such existing structures as may be necessary for
35 the performance of the work and, if required, shall rebuild the structures thus removed in
36 as good a condition as found. He shall also repair all existing structures which may be
37 damaged as a result of the work under this contract.
38 C. Easements. Cultivated areas and other surface improvements. All cultivated areas, either
39 agricultural or lawns, and other surface improvements which are damaged by actions of
40 the contractor shall be restored as nearly as possible to their original condition.
41 Prior to excavation on an easement or private right-of-way, the contractor shall strip top
42 soil from the trench or construction area and stockpile it in such a manner that it may be
43 replaced by him, upon completion of construction. Ornamental trees and shrubbery shall
44 be carefully removed with the earth surrounding their roots wrapped in burlap and
45 replanted in their original positions within 48 hours.
46
47 All shrubbery or trees destroyed or damaged, shall be replaced by the contractor with
48 material of equal quality at no additional cost to the Contracting Agency. In the event that
49 it is necessary to trench through any lawn area, the sod shall be carefully cut and rolled
50 and replaced after the trenches have been backfilled. The lawn area shall be cleaned by
51 sweeping or other means, of all earth and debris.
52
53 The contractor shall use rubber wheel equipment similar to the small tractor-type
54 backhoes used by side sewer contractors for all work, including excavation and backfill, on
55 easements or rights-of-way which have lawn areas. All fences, markers, mail boxes, or
13 South 4 1 and Burnett Avenue South
Traffic Improvements
City of Renton
1 other temporary obstacles shall be removed by the contractor and immediately replace,
2 after the trench is backfilled, in their original position. The contractor shall notify the
3 Contracting Agency and property Owner at least 24 hours in advance of any work done on
4 easements or rights-of-way.
5
6 Damage to existing structures outside of easement areas that may result from dewatering
7 and/or other construction activity under this contract shall be restored to their original
8 condition or better. The original condition shall be established by photographs taken
9 and/or inspection made prior to construction. All such work shall be done to the
10 satisfaction of the property Owners and the Contracting Agency at the expense of the
11 contractor.
12 D. Streets. The contractor will assume all responsibility of restoration of the surface of all
13 streets (traveled ways) used by him if damaged.
14
15 In the event the contractor does not have labor or material immediately available to make
16 necessary repairs, the contractor shall so inform the Contracting Agency. The Contracting
17 Agency will make the necessary repairs and the cost of such repairs shall be paid by the
18 contractor.
19
20 The contractor is responsible for identifying and documenting any damage that is pre-existing
21 or caused by others. Restoration of excavation in City streets shall be done in accordance with
22 the City of Renton Trench Restoration Requirements, which is available at the Public Works
23 Department Customer Services counter on the 4th floor, Renton City Hall, 1055 South Grady
24 Way.
25 1-07.17 Utilities and Similar Facilities
26 Section 1-07.17 is supplemented by adding:
27 (.*'t.,.)
28 Existing utilities indicated in the Plans have been plotted from the best information available to
29 Engineer. Information and data shown or indicated in the Contract Documents with respect to
30 existing underground utilities or services at or contiguous to the project site are based on information
31 and data furnished to Owner and Engineer by owners of such underground facilities or others, and
32 Owner and Engineer do not assume responsibility for the accuracy or completeness thereof. It is to
33 be understood that other aboveground or underground facilities not shown in the Plans may be
34 encountered during the course of the work.
35
36 All utility valves, manholes, vaults, or pull boxes which are buried shall be conspicuously marked in a
37 fashion acceptable to the Owner and Engineer by the Contractor to allow their location to be
38 determined by the Engineer or utility personnel under adverse conditions, (inclement weather or
39 darkness).
40
41 Where underground main distribution conduits, such as water, gas, sewer, electric power, or
42 telephone, are shown on the Plans, the Contractor, for the purpose of preparing his bid, shall
43 assume that every property parcel will be served by a service connection for each type of utility.
44
45 Contractor shall check with the utility companies concerning any possible conflict prior to
46 commencing excavation in any area. Contractor shall resolve all crossing and clearance problems
47 with the utility company concerned. No excavation shall begin until all known facilities, in the vicinity
48 of the excavation area, have been located and marked.
49
50 In addition to Contractor having all utilities field marked before starting work, Contractor shall have
51 all utilities field marked after they are relocated in conjunction with this project.
52
53 Call Before You Dig
54 The 48 Hour Locators
55 1-800-424-5555
56
57 At least 2 and not more than 10 working days prior to commencing any excavations for utility
14 South 4`h and Burnett Avenue South
Traffic Improvements
City of Renton
. . ..... ......_...... ......... ... .
1 potholing or for any other purpose under this Contract, Contractor shall notify the Underground
2 Utilities Location Center by telephone of the planned excavation and progress schedule. Contractor
3 is also warned that there may be utilities on the project that are not part of the One Call system.
4 They must be contacted directly by Contractor for locations.
5
6 Contractor shall make arrangements 48 hours in advance with respective utility owners to have a
7 representative present when their utility is exposed or modified, if the utility chooses to do so.
8
9 Existing utilities for telephone, power, gas, water, and television cable facilities shall be adjusted or
10 relocated by the appropriate utility company unless otherwise noted in the Plans. These
11 adjustments may be completed before Contractor begins work, or may be performed in conjunction
12 with the contract work. Contractor shall be entirely responsible for coordination with the utility
13 companies and arranging for the movement or adjustment, either temporary or permanent, of their
14 facilities within the project limits. See also Section 1-05.14 of these Special Provisions.
15
16 If or when utility conflicts occur, Contractor shall continue the construction process on other aspects
17 of the project whenever possible. No additional compensation will be made to Contractor for reason
18 of delay caused by the actions of any utility company and Contractor shall consider such costs to be
19 incidental to the other items of the contract.
20
21 Utility Potholing
22 Potholing is included as a bid item for use in determining the location of existing utilities in advance
23 of the Contractor's operations. The Contractor shall submit all potholing requests to the Engineer for
24 approval, at least 2 working days before potholing is scheduled. Additionally, the Contractor shall
25 provide potholing at Engineer's request.
26
27 In no way shall the work described under Utility Potholing relieve Contractor of any of the
28 responsibilities described in Section 1-07.17 of the Standard Specifications and Special Provisions,
29 and elsewhere in the Contract Documents.
30
31 Payment
32 Payment will be made at the discretion of Engineer, for the following bid item(s) in accordance with
33 Section 1-09.6 of the Standard Specifications and these Special Provisions:
34 "Utility Potholing," Force Account
35 "Resolution of Utility Conflicts," Force Account
36
37 Section 1-07.17(1) is a new section:
38 (******)
39 1-07.17(1) Interruption of Services
40 Whenever in the course of the construction operation it becomes necessary to cause an outage
41 of utilities, it shall be Contractor's responsibility to notify the affected users and Engineer not
42 less than 48 hours in advance of such outage. Contractor shall make reasonable effort to
43 minimize the duration of outages, and shall estimate the length of time service will be
44 interrupted and so notify the users. In the case of any utility outage that has exceeded or will
45 exceed four hours, user contact shall again be made. Temporary service, if needed, will be
46 arranged by Contractor at no cost to Owner.
47
48 Overhead lighting outages shall not exceed 24 hours. All cost to Contractor for providing
49 temporary overhead lighting to meet above requirements shall be incidental to the various unit
50 and lump sum items of the Contract; no separate payment will be made.
51
52 Section 1-07.18 is deleted replaced by the following new section and subsections:
53
15 South 4th and Burnett Avenue South
Traffic Improvements
City of Renton
1 1-07.18 Public Liability and Property Damage Insurance
2 1-07.18(1) General
3 The contractor shall obtain and maintain in full force and effect, from the Contract Execution
4 Date to the Completion Date, public liability and property damage insurance with an insurance
5 company(ies) or through sources approved by the State Insurance Commissioner pursuant to
6 RCW 48.
7
8 The Contractor shall not begin work under the Contract until the required insurance has been
9 obtained and approved by the Contracting Agency. Insurance shall provide coverage to the
10 Contractor, all subcontractors, Contracting Agency and the Contracting Agency's consultant.
11 The coverage shall protect against claims for bodily injuries, personal injuries, including
12 accidental death, as well as claims for property damages which may arise from any act or
13 omission of the Contractor or the subcontractor, or by anyone directly or indirectly employed by
14 either of them.
15
16 If warranted work is required the Contractor shall provide the City proof that insurance coverage
17 and limits established under the term of the Contract for work are in full force and effect during
18 the period of warranty work.
19
20 The Contracting Agency may request a copy of the actual declaration pages(s) for each
21 insurance policy effecting coverage(s) required on the contract prior to the date work
22 commences. Failure of the Contractor to fully comply during the term of the Contract with the
23 requirements described herin will be considered a material breach of contract and shall be
24 caused for immediate termination of the Contract at the option of the Contracting Agency.
25
26 1-07.18(2) Coverages
27 As part of the response to this proposal, the Contractor shall submit a completed City of Renton
28 Insurance Information form which details specific coverage and limits for this contract.
29
3r All coverage provided by the Contractor shall be in a form and underwritten by a company
3 acceptable to the Contracting Agency. The City requires that all insurers:
3.. 1. Be licensed to do business within the State of Washington.
33 2. Coverage to be on an "occurrence" basis (Professional Liability and Pollution
34 coverage are acceptable when written on a claims-made basis). The City may also
35 require proof of professional liability coverage be provided for up to two (2) years
36, after the completion of the project.
37 3. The City may request a copy of the actual declaration page(s) for each insurance
38 policy affecting coverage(s) required by the Contract prior to the date work
39 commences.
40 4. Possess a minimum A.M. Best rating of AVII (A rating of A XII or better is preferred.)
41 If any insurance carrier possesses a rating of less than AVII, the City may make an
42 exception.
43
44 The City reserves the right to approve the security of the insurance coverage provided by the
45 insurance company(ies), terms, conditions, and the Certificate of Insurance. Failure of the
46 Contractor to fully comply during the term of the contract with these requirements will be
47 considered a material breach of contract and shall be cause for immediate termination of the
48 contract at the option of the City.
49
50 The Contractor shall obtain and maintain the minimum insurance coverage set forth below. By
51 requiring such minimum insurance, the City of Renton shall not be deemed or construed to
52 have assessed the risks that may be applicable to the Contractor. The Contractor shall assess
53 its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader
54 coverage.
16 South 4 1 and Burnett Avenue South
Traffic Improvements
City of Renton
1
2 Coverage shall include:
3 A. Commercial General Liability- ISO 1993 Form or equivalent. Coverage will be
4 written on an occurrence basis and include:
5 & Premises and Operations (including CG2503; General Aggregate to apply per
6 project, if applicable).
7 0 Explosion, Collapse and Underground Hazards
8 Products/Completed Operations
9 . Contractual Liability (including Amendatory Endorsement CG 0043 or equivalent
10 which includes defense coverage assumed under contract)
11 0 Broad Form Property Damage
12 Independent Contractors
13 0 Personal/Advertising Injury
14 Stop Gap Liability
15 B. Automobile Liability including all
16 a Owned Vehicles
17 0 Non-Owned Vehicles
18 0 Hired Vehicles
19 C. Workers' Compensation
20 0 Statutory Benefits (Coverage A) - Show Washington Labor& Industries Number
21 D. Umbrella Liability (when necessary)
22 Excess of Commercial General Liability and Automobile Liability. Coverage
23 should be as broad as primary.
24 E. Professional Liability-(whenever the work under this Contract includes Professional
25 Liability, (i.e. architectural, engineering, advertising, or computer programming) the
26 CONTRACTOR shall maintain professional liability covering wrongful acts, errors
27 and/or omissions of the CONTRACTOR for damage sustained by reason of or in the
28 course of operations under this Contract.
29 F. The Contracting Agency reserves the right to request and/or require additional
30 coverages as may be appropriate based on work performed(i.e. pollution liability).
31
32 CONTRACTOR shall Name CITY OF RENTON, and its officers, officials, agents, employees
33 and volunteers as Additional Insured (ISO Form CG 2010 or equivalent). The CONTRACTOR
34 shall provide CITY OF RENTON Certificates of Insurance prior to commencement of work. The
35 City reserves the right to request copies of insurance policies, if at their sole discretion it is
36 deemed appropriate. Further, all policies of insurance described above shall:
37 A. Be on a primary basis not contributory with any other insurance coverage and/or self-
38 insurance carried by CITY OF RENTON.
39 B. Include a Waiver of Subrogation Clause.
40 C. Severability of Interest Clause (Cross Liability)
41 D. Policy may not be non-renewed, canceled or materially changed or altered unless
42 forty-five (45) days prior written notice is provided to CITY OF RENTON. Notification
43 shall be provided to CITY OF RENTON by certified mail.
44
45 1-07.18(3) Limits
46 LIMITS REQUIRED
47 Providing coverage in these stated amounts shall not be construed to relieve the contractor
48 from liability in excess of such limits. The CONTRACTOR shall carry the following limits of
49 liability as required below:
17 South 4`h and Burnett Avenue South
Traffic Improvements
City of Renton
1
2 Co° • • rcial General Liability
Genes agate* $2,000,000 **
Produc Dleted Operations $2,000,000 **
Aggreg,.
Each OcL once Limit $1,000,000
Personal/Advertising Injury $1,000,000
Fire Dar (Any One Fire) $50,000
Medical , ;ments (Any One $5,000
Person)
Stop Gap Liability $1,000,000
* General Aggregate to apply per project
(ISO Form CG2503 or equivalent)
**Amount may vary based on project risk
Automobile Liability
Bodily Injury/Property Damage $1,000,000
(Each Accident)
Workers' Compensation
Statutory Benefits -Coverage A Variable
(Show Washington Labor and Industries Number)
Umbrella: _iability
Each Occurrence Limit $1,000,000
General Aggregate Limit $1,000,000
Products/Completed Operations $1,000,000
Aggregate
Professional Liability (If required)
Each Occurrence/ $1,000,000
Inciden±'Claim
3 Aggregate $2,000,000
4 The City may require the CONTRACTOR to keep professional liability coverage in effect for up
5 to two (2) years after completion of the project.
6
7 The Contractor shall promptly advise the CITY OF RENTON in writing in the event any general
8 aggregate or other aggregate limits are reduced. At their own expense, the CONTRACTOR will
9 reinstate the aggregate to comply with the minimum limits and requirements as stated in
10 Section 1-07.18(3) and shall furnish the CITY OF RENTON a new Certificate of Insurance
11 showing such coverage is in force.
12
13 1-07.18(4) Evidence of Insurance:
14 Within 20 days of award of the contract the CONTRACTOR shall provide evidence of insurance
15 by submitting to the CONTRACTING AGENCY the following:
16 1. City of Renton Insurance Information Form (attached herein)without modification.
17 2. Certificate of Insurance (Accord Form 25s or equivalent) conforming to items as
18 specified in Sections 1-07.18(1), 1-07.18(2), and 1-07.18(3) as revised above. Other
19 requirements are as follows:
20 A. Strike the following or similar wording: "This Certificate is issued as a matter of
21 information only and confers no rights upon the Certificate Holder",
22 B. Strike the wording regarding cancellation notification to the City: "Failure to mail
23 such notice shall impose no obligation or liability of any kind upon the company,
24 its agents or representatives".
25 C. Amend the cancellation clause to state: "Policy may not be non-renewed,
26 canceled or materially changed or altered unless 45 days prior written notice is
27 provided to the City". Notification shall be provided to the City by certified mail.
28
18 South 4th and Burnett Avenue South
Traffic Improvements
City of Renton
1 For Professional Liability coverage only, instead of the cancellation language specified
- 2 above,the City will accept a written agreement that the consultant's broker will provide
3 the required notification.
4
5 1-07.22 Use of Explosives
6 Section 1-07.22 is supplemented by the following:
7 (")
8 Explosives shall not be used without specific authority of the Engineer, and then only under such
9 restrictions as may be required by the proper authorities. Explosives shall be handled and used in
10 strict compliance with WAC 296-52 and such local laws, rules and regulations that may apply. The
11 individual in charge of the blasting shall have a current Washington State Blaster Users License.
12
13 The Contractor shall obtain, comply with, and pay for such permits and costs as are necessary in
14 conjunction with blasting operations.
15 1-07.23 Public Convenience and Safety
16 1-07.23(1) Construction Under Traffic
17 Section 1-07.23(1) is supplemented by adding the following:
19 The contractor shall be responsible for controlling dust and mud within the project limits and on
20 any street which is utilized by his equipment for the duration of the project. The contractor shall
21 be prepared to use watering trucks, power sweepers, and other pieces of equipment as
22 deemed necessary by the engineer, to avoid creating a nuisance.
23
24 Dust and mud control shall be considered as incidental to the project, and no compensation will
25 be made for this section.
26
27 Complaints of dust, mud or unsafe practices and/or property damage to private Ownership will
28 be transmitted to the contractor and prompt action in correcting them will be required by the
29 contractor.
30
31 Complaints of dust, mud, or unsafe practices and/or property damage to private Ownership will
32 be transmitted to the Contractor and prompt action in correcting them will be required by the
33 Contractor.
34
35 Contractor shall maintain the roads during construction in a suitable condition to minimize
36 affects to vehicular and pedestrian traffic. All cost to maintain the roads shall be borne by
37 Contractor.
38
39 At least one-way traffic shall be maintained on all cross-streets within the project limits during
40 working hours. One lane shall be provided in each direction for all streets during non-working
41 hours.
42
43 Contractor shall provide one driveable roadway lane and maintain convenient access for local
44 and commuter traffic to driveways, businesses, and buildings along the line of Work throughout
45 the course of the project. Such access shall be maintained as near as possible to that which
46 existed prior to the commencement of construction. This restriction shall not apply to the
47 paving portion of the construction process.
48
49 Contractor shall notify and coordinate with all property owners and tenants of street closures, or
50 other restrictions which may interfere with their access—at least 24 hours in advance for single-
51 family residential property, and at least 48 hours in advance for apartments, offices, and
52 commercial property. Contractor shall give a copy of all notices to Engineer.
53
19 South 4 1 and Burnett Avenue South
Traffic Improvements
City of Renton
1 When the abutting owners' access across the right-of-way line is to be eliminated and replaced
2 under the Contract by other access, the existing access shall not be closed until the
3 replacement access facility is available.
4
5 All unattended excavations shall be properly barricaded and covered at all times. Contractor
6 shall not open any trenches that cannot be completed and refilled that same day. Trenches
7 shall be patched or covered by a temporary steel plate, at Contractor's expense, except in
8 areas where the roadway remains closed to public traffic. Steel plates must be anchored.
9 1-08 PROSECUTION AND PROGRESS
10
11 Section 1-08.0 is a new section with subsections:
13 1-08.0 Preliminary Matters
14 1-08.0(1) Preconstruction Conference
15 The Engineer will furnish the Contractor with up to 5 copies of the Contract Documents.
16 Additional documents may be furnished upon request at the cost of reproduction. Prior to
17 undertaking each part of the Work the Contractor shall carefully study and compare the
18 Contract Documents and check and verify pertinent figures shown therein and all applicable
19 field measurements. The Contractor shall promptly report in writing to the Engineer any conflict,
20 error or discrepancy which the Contractor may discover.
21
22 After the Contract has been executed, but prior to the Contractor beginning the Work, a
23 preconstruction conference will be held between the Contractor, the Engineer and such other
24 interested parties as may be invited.
25
26 The Contractor shall prepare and submit at the preconstruction meeting:
27 4 Contractor's plan of operation and progress schedule (3+ copies)
28 4 Approval of qualified subcontractors (bring list of subcontractors if different from list
29 submitted with Bid)
30 4 List of materials fabricated or manufactured off the project
31 -+ Material sources on the project
32 4 Names of principal suppliers
33 Detailed equipment list, including "Rental Rate Blue Book" hourly costs (both working
34 and standby rates)
35 4 Weighted wage rates for all employee classifications anticipated to be used on
36 Project
37 4 Cost percentage breakdown for lump sum bid item(s)
38 -+ Shop Drawings (bring preliminary list)
39 4 Traffic Control Plans (3+ copies)
40 4 Temporary Water Pollution/Erosion Control Plan
41
42 In addition, the Contractor shall be prepared to address:
43 Bonds and insurance
44 Project meetings—schedule and responsibilities
45 Provision for inspection for materials from outside sources
46 Responsibility for locating utilities
47 Responsibility for damage
48 Time schedule for relocations, if by other than Contractor
49 Compliance with Contract Documents
50 Acceptance and approval of work
51 Labor compliance, payrolls, certifications
52 Safety regulations for Contractors' and Owner's employees and representatives
53 Suspension of work, time extensions
20 South 4`"and Burnett Avenue South
Traffic Improvements
City of Renton
1 Change order procedures
2 Progress estimates - procedures for payment
3 Special requirements of funding agencies
4 Construction engineering, advance notice of special work
5 Any interpretation of the Contract Documents requested by Contractor
6 Any conflicts or omissions in Contract Documents
7 Any other problems or questions concerning the work
8 Processing and administration of public complaints
9 Easements and rights of entry
10 Other contracts
11
12 The franchise utilities may be present at the preconstruction conference, and Contractor should
13 be prepared for their review and discussion of progress schedule and coordination.
14 1-08.1 Subcontracting
15 Section 1-08.1 is supplemented as follows:
16 (******)
17 Written requests for change in subcontractors shall be submitted by Contractor to Engineer at least 7
18 calendar days prior to start of a subcontractor's work.
19
20 Contractor agrees that s/he is fully responsible to Owner for the acts and omissions of all
21 subcontractors and lower-tier subcontractors, and persons either directly or indirectly employed by
22 the subcontractors, as well as for the acts and omissions of persons directly employed by
23 Contractor. Contractor shall be required to give personal attention to the work that is sublet.
24 Nothing contained in the Contract Documents shall create any contractual relation between any
25 subcontractor and Owner.
26
27 Contractor shall be responsible for making sure all subcontractors submit all required
28 documentation, forms, etc.
29 1-08.2 Assignment
30 The second paragraph of Section 1-08.2 is modified as follows:
31 (******)
32 Contractor shall not assign any moneys due or to become due to Contractor hereunder without the
33 prior written consent of Owner. The assignment, if approved, shall be subject to all setoffs,
34 withholdings, and deductions required by law and the Contract.
35 1-08.3 Progress Schedule
36 Section 1-08.3 is supplemented as follows:
37 (******)
38 The progress schedule for the entire project shall be submitted 7 calendar days prior to the
39 Preconstruction Conference. The schedule shall be prepared using the critical path method
40 (CPM), preferably using Microsoft Project or equivalent software. The schedule shall contain this
41 information, at a minimum:
42 1. Construction activities, in sufficient detail that all activities necessary to construct a complete
43 and functional project are considered. Any activity which has a scheduled duration exceeding
44 30 calendar days shall be subdivided until no sub-element has a duration exceeding 30
45 calendar days.
46 The schedule shall clearly indicate the activities which comprise the critical path. For each
47 activity not on the critical path, the schedule shall show the float, or slack, time.
48 2. Procurement of material and equipment.
49 3. Submittals requiring review by Engineer. Submittal by Contractor and review by Engineer shall
50 be shown as separate activities.
51 4. Work to be performed by a subcontractor, agent, or any third party.
52 5. Allowances for delays which could result from normal inclement weather(time extensions due
53 to inclement weather will not be allowed).
21 South 4 1 and Burnett Avenue South
Traffic Improvements
City of Renton
1 6. Allowances for the time required by utilities (Owner's and others) to locate, monitor, and adjust
2 their facilities as required.
3
4 Engineer may request Contractor to alter the progress schedL hen deemed necessary in the
5 opinion of Engineer—in the interest of public safety and welfare it of Owner, or for coordination with
6 any other activity of other contractors, the availability of all or portions of the job site, or special
7 provisions of this Contract, or to reasonably meet the completion date of the project. Contractor
8 shall provide such revised schedule within 10 days of request.
9
10 If, at any time, in the opinion of Engineer, the progress of construction falls significantly behind
11 schedule, Contractor may be required to submit a plan for regaining progress and a revised
12 schedule indicating how the remaining work items will be completed within the authorized contract
13 time.
14
15 Contractor shall promptly report to Engineer any conditions which Contractor feels will require
16 revision of the schedule and shall promptly submit proposed revisions in the progress schedule for
17 acceptance by Engineer. When such changes are accepted by Engineer, the revised schedule shall
18 be followed by Contractor.
19
20 Weekly Schedule. Contractor shall submit a weekly progress schedule to Engineer which sets forth
21 specific work to be performed the following week, and a tentative schedule for the second week.
22
23 Failure to Maintain Progress Schedule. Engineer will check actual progress of the work against
24 the progress schedule a minimum of two times per month. Failure, without just cause, to maintain
25 progress in accordance with the approved schedule shall constitute a breach of Contract. If, through
26 no fault of Contractor, the proposed construction schedule cannot be met, Engineer will require
27 Contractor to submit a revised schedule to Engineer for acceptance. The approved revisions will
28 thereafter, in all respects, apply in IiF of the original schedule.
29
30 Failure of Contractor to follow the prc,:ess schedule submitted and accepted, including revisions
31 thereof, shall relieve Owner of any and all responsibility for furnishing and making available all or any
32 portion of the job site, and will relieve Owner of any responsibility for delays to Contractor in the
33 performance of the work.
34
35 The cost of preparing the progress schedule, any supplementary progress schedules, and weekly
36 schedules shall be considered incidental to the Contract and no other compensation shall be made.
37 1-08.5 Time For Completion
38 The first five paragraphs of Section 1-08.5 are deleted and replaced with the following:
39 (******)
40 The Work shall be physically completed in its entirety within the time specified in the Contract
41 Documents or as extended by the Engineer. The Contract Time will be stated in "working days",
42 shall begin on the Notice To Proceed Date, and shall end on the Contract Completion Date.
43
44 A nonworking day is defined as a Saturday, a Sunday, a day on which the contract specifically
45 suspends work, or one of these holidays: January 1, Memorial Day, July 4, Labor Day, November
46 11, Thanksgiving Day, the day after Thanksgiving, and Christmas Day. The day before Christmas
47 shall be a holiday when Christmas Day occurs on a Tuesday or Friday. The day after Christmas
48 shall be a holiday when Christmas Day occurs on a Monday, Wednesday, or Thursday. When
49 Christmas Day occurs on a Saturday, the two preceding working days shall be observed as holidays.
50 When Christmas day occurs on a Sunday, the two working days following shall be observed as
51 holidays. When holidays other than Christmas fall on a Saturday, the preceding Friday will be
52 counted as a non-working day and when they fall on a Sunday the following Monday will be counted
53 as a non-working day. The Contract Time has teen established to allow for periods of normal
54 inclement weather which, from historical records, is to be expected during the Contract Time, and
55 during which periods, work is anticipated to be performed. Each successive working day, beginning
56 with the Notice to Proceed Date and ending with the Physical Completion Date, shall be charged to
57 the Contract Time as it occurs except a day or part of a day which is designated a nonworking day or
22 South 4th and Burnett Avenue South
Traffic Improvements
City of Renton
1 an Engineer determined unworkable day.
2
3 The Engineer will furnish the Contractor a weekly report showing (1)the number of working days
4 charged against the Contract Time for the preceding week; (2) the Contract Time in working days;
5 (3) the number of working days remaining in the Contract Time; (4) the number of nonworking days;
6 and (5) any partial or whole days the Engineer declared unworkable the previous week. This weekly
7 report will be correlated with the Contractor's current approved progress schedule. If the Contractor
8 elects to work 10 hours a day and 4 days a week (a 4-10 schedule) and the fifth day of the week in
9 which a 4-10 shift is worked would ordinarily be charged as a working day then the fifth day of that
10 week will be charged as a working day whether or not the Contractor works on that day.
11
12 The Contractor will be allowed 10 calendar days from the date of each report in which to file a written
13 protest of an alleged discrepancy in the Contract Time as reported. Otherwise, the report will be
14 deemed to have been accepted by the Contractor as correct.
15
16 The requirements for scheduling the Final Inspection and establishing the Substantial Completion,
17 Physical Completion, and Completion Dates are specified in Sections 1-05.11 and 1-05.12.
18
19 Section 1-08.5 is supplemented as follows:
20 (******)
21 Within 10 calendar days after execution of the Contract by the Contracting Agency, Contractor shall
22 provide the Contracting Agency with copies of purchase orders for all equipment items deemed
23 critical by the Contracting Agency, including but not limited to signal controller materials, lighting
24 standards, and signal standards required for the physical completion of the contract. Such purchase
25 orders shall disclose the estimated delivery dates for the equipment.
26
27 All items of work which can be performed without delivery of the critical items shall start and be
28 completed as soon as possible. At that time, Engineer may suspend the work upon request of
29 Contractor until the critical items are delivered to Contractor, if the Contracting Agency received a
30 purchase order within 10 calendar days after execution of the Contract by the Contracting Agency.
31
32 Contractor will be entitled to only one such suspension of time during the performance of the work
33 and during such suspension shall not perform any additional work on the project. Upon delivery of
34 the critical items, contract time will resume and continue to be charged in accordance with Section 1-
35 08.
36 1-08.6 Suspension of Work
37 Section 1-08.6 is supplemented as follows:
38 (******)
39 Owner may at any time suspend the work, or any part thereof, by giving notice to Contractor in
40 writing. The work shall be resumed by Contractor within 14 calendar days after the date fixed in the
41 written notice from Owner to Contractor to do so.
42
43 Contractor shall not suspend work under the Contract without the written order of Owner.
44
45 If it has been determined that Contractor is entitled to an extension of time, the amount of such
46 extension shall be only to compensate for direct delays and shall be based upon Contractor's
47 diligently pursuing the work at a rate not less than that which would have been necessary to
48 complete the original Contract Work on time.
49 1-08.9 Liquidated Damages
50 Section 1-08.9 is supplemented as follows:
51 (******)
52 In addition, Contractor shall compensate Owner for actual engineering inspection and supervision
53 costs and any other expenses and legal fees incurred by Owner as a result of such delay. Such
54 labor costs will be billed to Contractor at actual costs, including administrative overhead costs.
55
23 South 4 1 and Burnett Avenue South
Traffic Improvements
City of Renton
1 In the event that Owner is required to commence any lawsuit in order to enforce any provision of this
2 Contract or to seek redress for any breach thereof, Owner shall be entitled to recover its costs,
3 including reasonable attorneys fees, from Contractor.
4 1-08.10 Termination of Contract
5
6 Section 1-08.10(6) is a new section:
8 1-08.10(6) Removal of Equipment
9 In case of the termination of this Contract before completion for any cause whatever,
10 Contractor, if notified to do so by Owner, shall promptly remove all Contractor-owned
11 equipment and supplies from the property of Owner and, if Contractor fails to do so within 5
12 calendar days from such notice by Owner, Owner shall have the right to remove such
13 equipment and supplies at the expense of Contractor, deducting the cost thereof from any
14 funds otherwise due Contractor.
15
16 Section 1-08.11 is a new section:
17 (******)
18 1-08.11 Contractor's Plant and Equipment
19 The contractor alone shall at all times be responsible for the adequacy, efficiency, and sufficiency of
20 his and his subcontractor's plant and equipment. The Owner shall have the right to make use of the
21 contra-+or's plant and equipment in the performance of any work on the site of the work.
22
23 The use by the Owner of such plant and equipment shall be considered as extra work and paid for
24 accordingly.
25
26 Neither the Owner nor the engineer assumes any responsibility, at any time, for the security of the
27 site from the time contractor's operations have commenced until final acceptance of the work by the
28 engineer and the Owner. The contractor shall employ such measures as additional fencing,
29 barricades, and watchmen service, as he deems necessary for the public safety and for the
30 protection of the site and his plant and equipment. The Owner will be provided keys for all fenced,
31 secured areas.
32
33 Sectio„ 1-08.12 is a new section: ,b
34 (******)
35 1-08.12 Attention to Work
36 The contractor shall give his personal attention to and shall supervise the work to the end that it shall
37 be prosecuted faithfully, and when he is not personally present on the work site, he shall at all times
38 be represented by a competent superintendent who shall have full authority to execute the same,
39 and to supply materials, tools, and labor without delay, and who shall be the legal representative of
40 the contractor. The contractor shall be liable for the faithful observance of any instructions delivered
41 to him or to his authorized representative.
42 1-09 MEASUREMENT AND PAYMENT
43 1-09 Measurement of Quantities
44 Sectior -J9.1 is supplemented b, �Jmng the following:
45 (******)
46 Lump Sum. The percentage of lump sum work completed, and payment will be based on the cost
47 percentage breakdown of the lump sum bid price(s) submitted at the preconstruction conference.
24 South 4 1 and Burnett Avenue South
Traffic Improvements
City of Renton
1
2 The Contractor shall submit a breakdown of costs for each lump sum bid item. The breakdown shall
3 list the items included in the lump sum together with a unit price of labor, materials, and equipment
4 for each item. The summation of the detailed unit prices for each item shall add up to the lump sum
5 bid. The unit price values may be used as a guideline for determining progress payments or
6 deductions or additions in payment for ordered work changes.
7
8 Cubic Yard Quantities. Contractor shall provide truck trip tickets for progress payments only in the
9 following manner. Where items are specified to be paid by the cubic yard, the following tally system
10 shall be used.
11
12 All trucks to be employed on this work will be measured to determine the volume of each truck.
13 Each truck shall be clearly numbered, to the satisfaction of Engineer, and there shall be no
14 duplication of numbers.
15
16 Duplicate tally tickets shall be prepared to accompany each truckload of material delivered on the
17 project. All tickets received that do not contain the following information will not be processed for
18 payment:
19 1 Truck number
20 2 Quantity and type of material delivered in cubic yards
21 3 Drivers name, date and time of delivery
22 4 Location of delivery, by street and stationing on each street
23 5 Place for Engineer to acknowledge receipt
24 6 Pay item number
25 7 Contract number and/or name
26
27 It will be Contractor's responsibility to see that a ticket is given to Engineer on the project for each
28 truckload of material delivered. Pay quantities will be prepared on the basis of said tally tickets.
29
30 Loads will be checked by Engineer to verify quantity shown on ticket.
31
32 Quantities by Ton. It will be Contractor's responsibility to see that a certified weight ticket is given
33 to the Inspector on the project at the time of delivery of materials for each truckload delivered. Pay
34 quantities will be prepared on the basis of said tally tickets, delivered to Inspector at time of delivery
35 of materials. Tickets not receipted by Inspector will not be honored for payment.
36
37 Each truck shall be clearly numbered to the satisfaction of Engineer and there shall be no duplication
38 of numbers.
39
40 Duplicate tickets shall be prepared to accompany each truckload of material delivered to the project.
41 All tickets received that do not contain the following information will not be processed for payment:
42 1. Truck number
43 2. Truck tare weight(stamped at source)
44 3. Gross truck load weight in tons (stamped at source)
45 4. Net load weight(stamped at source)
46 5. Driver's name, date, and time of delivery
47 6. Location for delivery by street and stationing on each street
48 7. Place for Engineer to acknowledge receipt
49 8. Pay item number
50 9. Contract number and/or name
51 1-09.3 Scope of Payment
52 Section 1-09.3 is supplemented by adding the following:
53 (*"***)
54 Unless modified otherwise in the Contract Provisions, the Bid Items listed or referenced in the
55 "Payment" clause of each Section of the Standard Specifications, will be the only items for which
56 compensation will be made for the Work described in or specified in that particular Section when the
57 Contractor performs the specified Work. Should a Bid Item be listed in a"Payment" clause but not in
25 South 4 1 and Burnett Avenue South
Traffic Improvements
City of Renton
1 the Proposal Form, and Work for that item is performed by the Contractor and the work is not stated
2 as included in or incidental to a pay item in the contract and is not work that would be required to
3 complete the intent of the Contract per Section 1-04.1, then payment for that Work will be made as
4 for Extra Work pursuant to a Change Order.
5
6 The words "Bid Item," "Contract Item," and "Pay Item," and similar terms used throughout the
7 Contract Documents are synonymous.
8
9 If the"payment" clause in the Specifications relating to any unit Bid Item price in the Proposal Form
10 requires that said unit Bid Item price cover and be considered compensation for certain work or
11 material essential to the item, then the work or material will not be measured or paid for under any
12 other Unit Bid Item which may appear elsewhere in the Proposal Form or Specifications.
13
14 Pluralized unit Bid Items appearing in these `specifications are changed to singular form.
15
16 Payment for Bid Items listed or referenced ;n t, e"Payment" clause of any particular Section of the
17 Specifications shall be considered as including all of the Work required, specified, or described in
18 that particular Section. Payment items will generally be listed generically in the Specifications, and
19 specifically in the bid form. When items are to be"furnished" under one payment item and "installed"
20 under another payment item, such items shall be furnished FOB project site, or, if specified in the
21 Special Provisions, delivered to a designated site. Materials to be "furnished," or"furnished and
22 installed" under these conditions, shall be the responsibility of the Contractor with regard to storage
23 until such items are incorporated into the Work or, if such items are not to be incorporated into the
24 work, delivered to the applicable Contracting Agency storage site when provided for in the
25 Specifications. Payment for material "furnished," but not yet incorporated into the Work, may be
26 made on monthly estimates to the extent allowed.
27 1-09.6 Force Account
28 Section 1-09.6 is supplemented as follows:
29 (******)
30 To provide a common basis for all bidders, Owner has estimated and included in the Proposal, dollar
31 amounts for all items to be paid per force account. All such dollar amounts are to become a part of
32 Contractor's total bid. However, Owner does not warrant expressly or by implication, that the actual
33 amount of work will correspond with those estimates. Payment will be made on the basis of the
34 amount of work actually authorized in writing by Engineer.
35 1-09.7 Mobilization
36 Section 1-09.7 is supplemented as follows:
37 . (******)
38 Mobilization shall also include, but not be limited to, the following items: the movement of
39 Contractor's personnel, equipment, supplies, and incidentals to the project site; the establishment of
40 an office, buildings, and other facilities necessary for work on the project; providing sanitary facilities
41 for Contractor's personnel; and obtaining permits or licenses required to complete the project not
42 furnished by Owner.
43
44 This item shall also include providing Engineer and Inspectors with access to telephone, facsimile
45 machine, and copy machine during all hours Contractor is working on the jobsite; and a table and
46 chair for their use when needed.
47
48 Payment will be made for the following bid item(s): "Mobilization," Lump Sum.
49 1-09.9 Payments
50 Section 1-09.9 is supplemented as follows:
51 (******)
52 Applications for payment shall be itemized and supported to the extent required by Engineer by
53 receipts or other vouchers showing payment for materials and labor, payments to subcontractors,
26 South 4`h and Burnett Avenue South
Traffic Improvements
City of Renton
1 and other such evidence of Contractor's right to payment as Engineer may direct.
2
3 Contractor shall submit a progress report with each monthly request for a progress payment. The
4 progress report shall indicate the estimated percent complete for each activity listed on the progress
5 schedule (see Section 1-08.3).
6 1-09.9(1) Retainage
7 Section 1-09.9(1) is supplemented as follows:
9 The retained amount shall be released as stated in the Standard Specifications if no claims
10 have been filed against such funds as provided by law and if Owner has no unsatisfied claims
11 against Contractor. In the event claims are filed, Owner shall withhold, until such claims are
12 satisfied, a sum sufficient to satisfy all claims and to pay attorney's fees. In addition, Owner
13 shall withhold such amount as is required to satisfy any claims by Owner against Contractor,
14 until such claims have been finally settled.
15
16 Neither the final payment nor any part of the retained percentage shall become due until
17 Contractor, if requested, delivers to Owner a complete release of all liens arising out of this
18 Contract, or receipts in full in lieu thereof, and, if required in either case, an affidavit that so far
19 as Contractor has knowledge or information, the release and receipts include all labor and
20 materials for which a lien could be filed: but Contractor may, if any subcontractor refuses to
21 furnish a release or receipt in full, furnish a bond satisfactorily to Engineer to indemnify Owner
22 against the lien. If any lien remains unsatisfied after all payments are made, Contractor shall
23 reimburse to Owner all monies that the latter may be compelled to pay in discharging such lien,
24 including all costs and reasonable engineer's and attorney's fees.
25 1-09.11 Disputes and Claims
26 1-09.11(2) Claims
27 Paragraph 5 is revised as follows:
28 (....,.)
29 Failure to submit with the Final Application for Payment such information and details as
30 described in this section for any claim shall operate as a waiver of the claims by the Contractor
31 as provided in Section 1-09.9.
32 1-09.13 Claims Resolution
33 1-09.13(3)B Procedures to Pursue Arbitration
34 Section 1-09.13(3)B is supplemented by adding:
35
36 The findings and decision of the board of arbitrators shall be final and binding on the parties,
37 unless the aggrieved party, within 10 days, challenges the findings and decision by serving and
38 filing a petition for review by the superior court of King County, Washington. The grounds for
39 the petition for review are limited to showing that the findings and decision:
40 1. Are not responsive to the questions submitted;
41 2. Is contrary to the terms of the contract or any component thereof;
42 3. Is arbitrary and/or is not based upon the applicable facts and the law controlling the
43 issues submitted to arbitration. The board of arbitrators shall support its decision by
44 setting forth in writing their findings and conclusions based on the evidence adduced
45 at any such hearing.
46
47 The arbitration shall be conducted in accordance with the statutes of the State of Washington
48 and court decisions governing such procedure.
49
27 South 4 t and Burnett Avenue South
Traffic Improvements
City of Renton
1 The costs of such arbitration shall be borne equally by the City and the contractor unless it is
2 the board's majority opinion that the contractor's filing of the protest or action is capricious or
3 without reasonable foundation. In the latter case, all costs shall be borne by the contractor.
4 1-10 TEMPORARY TRAFFIC CONTROL
5 1-10.1 General
6 Section 1-10.1 is supplemented by adding the following:
7 (—)
8 When the bid proposal includes an item for"Traffic Control," the work required for this item shall be
9 all items described in Section 1-10, including, but not limited to:
10 1. Furnishing and maintaining barricades, flashers, construction signing and other
11 channelization devices, unless a pay item is in the bid proposal for any specific device and
12 the Special Provisions specify furnishing, maintaining, and payment in a different manner
13 for that device;
14 2. Furnishing traffic control labor, equipment, and supervisory personnel for all traffic control
15 labor;
16 3. Furnishing any necessary vehicle(s) to set up and remove the Class B construction signs
17 and other traffic control devices;
18 4. Furnishing labor and vehicles for patrolling and maintaining in position all of the
19 construction signs and the traffic control devices, unless a pay item is in the bid proposal
20 to specifically pay for this work; and
21 5. Furnishing labor, material, and equipment necessary for cleaning up, removing, and
22 replacing of the construction signs and the traffic control devices destroyed or damaged
23 during the life of the project.
24 6. Removing existing signs as specified or a directed by the engineer and delivering to the
25 City Shops or storing and reinstalling as directed by the Engineer.
26 7. Preparing a traffic control plan for the project and designating the person responsible for
27 traffic control at the work site. The traffic control plan shall include descriptions of the
28 traffic control methods and devices to be used by the prime contractor, and
29 subcontractors, shall be submitted at or before the preconstruction conference, and shall
30 be subject to review and approval of the Engineer.
31 8. Contacting police, fire, 911, and ambulance services to notify them in advance of any work
32 that will affect and traveled portion of a roadway.
33 9. Assuring that all traveled portions of roadways are open to traffic during peak traffic
34 periods, 6:30 a.m. to 8:30 a.m., and 3:00 p.m. to 6:00 p.m., or as specified in the special
35 provisions, or as directed by the Engineer.
36 10. Promptly removing or covering all nonapplicable signs during periods when they are not
37 needed.
38
39 If no bid item "Traffic Control" appears in the proposal then all work required by these sections will
40 be considered incidental and their cost shall be included in the other items of work.
41
42 If the Engineer requires the Contractor to furnish additional channelizing devices, pieces of
43 equipment, or services which could not be usually anticipated by a prudent contractor for the
44 maintenance and protection of traffic, then a new item or items may be established to pay for such
45 items. Further limitations for consideration of payment for these items are that they are not covered
46 by other pay items in the bid proposal, they are not specified in the Special Provisions as incidental,
47 and the accumulative cost for the use of each individual channelizing device, piece of equipment, or
48 service must exceed $200 in total cost for the duration of their need. In the event of disputes, the
49 Engineer will determine what is usually anticipated by a prudent contractor. The cost for these items
50 will be by agreed price, price established by the Engineer, or by force account. Additional items
51 required as a result of the contractor's modification to the traffic control plan(s) appearing in the
52 contract shall not be covered by the provisions in this paragraph.
53
54 If the total cost of all the work under the contract increases or decreases by more than 25 percent,
55 an equitable adjustment will be considered for the item "Traffic Control" to address the increase or
28 South 4`h and Burnett Avenue South
Traffic Improvements
City of Renton
1 decrease.
2
3 Traffic control and maintenance for the safety of the traveling public on this project shall be the sole
4 responsibility of Contractor and all methods and equipment used will be subject to the approval of
5 Owner.
6
7 Traffic control devices and their use shall conform to City of Renton standards and the Manual on
8 Uniform Traffic Control Devices.
9
10 Contractor shall not proceed with any construction until proper traffic control has been provided to
11 the satisfaction of Engineer. Any days lost due to improper traffic control will be charged against
12 Contractor's allowable contract time, and shall not be the cause for a claim for extra days to
" 13 complete the Work.
14
15 1-10.2(1)B Traffic Control Supervisor
16 Paragraphs 1 and 2 are revised as follows:
18 A TCS shall be on the project whenever traffic control labor is required or as authorized by
19 the Engineer.
20
21 The TCS shall assure that all the duties of the TCS are performed during the duration of
22 the contract. During nonwork periods, the TCS shall be able to be on the job site within a
23 45-minute time period after notification by the Engineer.
24 1-10.2(2) Traffic Control Plans
25 Section 1-10.2(2) is supplemented as follows:
26 ( . ..)
27 The Contractor shall be responsible for assuring that traffic control is installed and maintained
28 in conformance to established standards. The Contractor shall continuously evaluate the
29 operation of the traffic control plan and take prompt action to correct any problems that become
30 evident during operation.
31 1-10.3 Flagging, Signs, and All Other Traffic Control Devices
32 Section 1-10.3 is supplemented as follows:
33 (******)
34 At the end of each working day, provisions shall be made for the safe passage of traffic and
35 pedestrians during non-working hours.
36
37 Barricades shall be reflectorized as specified in Part VI of the MUTCD, and shall be 3M diamond
38 grade or equivalent approved by Engineer. Barricades shall also be equipped with flashers.
39 1-10.3(3) Construction Signs
40 Section 1-10.3(3) paragraph 1 is revised as follows:
41
42 All signs required by the approved traffic control plan(s) as well as any other appropriate signs
43 prescribed by the Engineer, or required to conform with established standards, will be furnished
44 by the Contractor.
45
46 Section 1-10.3(3) paragraph 4 is revised as follows:
48 No separate pay item will be provided in the bid proposal for Class A or Class B construction
49 signs. All costs for the work to provide Class A or Class B construction signs shall be included
50 in the unit contract price for the various other items of the work in the bid proposal.
29 South 4th and Burnett Avenue South
Traffic Improvements
City of Renton
1 1-10.3(6) One-Way Piloted Traffic Control Through Construction Zone
2 Section 1-10.3(6) is replaced with:
3
4 The construction sometimes requires that traffic be maintained on a portion of the roadway
5 during the progress of the work using one-way piloted traffic control. If this is the case, the
6 Contractor's operation shall be confined to one-half the roadway, permitting traffic on the other
7 half. If, in the opinion of the Engineer, one-way piloted traffic control is necessary, it shall be
8 provided for as follows:
9 Contractor-Furnished One-Way Piloted Traffic Control. The Contractor shall furnish the pilot
10 car(s) and driver(s)for the pilot car control area. Any necessary flaggers shall be furnished by
11 the Contractor.
12
13 The following is a new section with new subsections:
14 (. ****)
15 1-11 RENTON SURVEYING STANDARDS
16 1-11.1(1) Responsibility for surveys
17 All surveys and survey reports shall be prepared under the direct supervision of a person
18 registered to practice land surveying under the provisions of Chapter 18.43 RCW.
19
20 All surveys and survey reports shall be prepared in accordance with the requirements
21 established by the Board of Registration for Professional Engineers and Land Surveyors under
22 the provisions of Chapter 18.43 RCW.
23 1-11.1(2) Survey datum and Precision
24 The horizontal component of all surveys shall have as its coordinate base: The North American
25 Datum of 1983/91.
26
27 All horizontal control for projects must be referenced to or in conjunction with a minimum of two
28 of the City of Renton's Survey Control Network monuments. The source of the coordinate
29 values used will be shown on the survey drawing per RCW 58.09.070.
30
31 The horizontal component of all surveys shall meet or exceed the closure requirements of WAC
32 332-130-060. The control base lines for all surveys shall meet or exceed the requirements for a
33 Class A survey revealed in Table 2 of the Minimum Standard Detail Requirements for
34 ALTA/ACSM Land Title Surveys jointly established and adopted by ALTA and ACSM in 1992 or
35 comparable classification in future editions of said document. The angular and linear closure
36 and precision ratio of traverses used for survey control shall be revealed on the face of the
37 survey drawing, as shall the method of adjustment.
38
39 The horizontal component of the control system for surveys using global positioning system
40 methodology shall exhibit at least 1 part in 50,000 precision in line length dependent error
41 analysis at a 95 percent confidence level and performed pursuant to Federal Geodetic Control
42 Subcommittee Standards for GPS control surveys as defined in Geometric Geodetic Accuracy
43 Standards & Specifications for Using GPS Relative Positioning Techniques dated August 1,
44 1989 or comparable classification in future editions of said document.
45
46 The vertical component of all surveys shall be based on NAVD 1988, the North American
47 Vertical Datum of 1988, and tied to at least one of the City of Renton Survey Control Network
48 benchmarks. If there are two such benchmarks within 3000 feet of the project site a tie to both
49 shall be made. ThE benchmark(s) used will be shown on the drawing. If a City of Renton
50 benchmark does not exist within 3000 feet of a project, one must be set on or near the project
51 in a permanent manner that will remain intact throughout the duration of the project. Source of
52 elevations (benchmark) will be shown on the drawing, as well as a description of any bench
30 South 4 1 and Burnett Avenue South
Traffic Improvements
City of Renton
1 marks established.
2 1-11.1(3) Subdivision Information
3 Those surveys dependent on section subdivision shall reveal the controlling monuments used
4 and the subdivision of the applicable quarter section.
5
6 Those surveys dependent on retracement of a plat or short plat shall reveal the controlling
7 monuments, measurements, and methodology used in that retracement.
8 1-11.1(4) Field Notes
9 Field notes shall be kept in conventional format in a standard bound field book with waterproof
10 pages. In cases where an electronic data collector is used field notes must also be kept with a
11 sketch and a record of control and base line traverses describing station occupations and what
12 measurements were made at each point.
13
14 Every point located or set shall be identified by a number and a description. Point numbers
15 shall be unique within a complete job. The preferred method of point numbering is field
16 notebook, page and point set on that page. Example: The first point set or found on page 16 of
17 field book 348 would be identified as Point No. 348.16.01, the second point would be
18 348.16.02, etc.
19
20 Upon completion of a City of Renton project, either the field notebook(s) provided by the City or
21 the original field notebook(s) used by the surveyor will be given to the City. For all other work,
22 surveyors will provide a copy of the notes to the City upon request. In those cases where an
23 electronic data collector is used, a hard copy print out in ASCII text format will accompany the
- 24 field notes.
25 1-11.1(5) Corners and Monuments
26 Corner A point on a land boundary, at the juncture of two or more boundary lines. A
27 monument is usually set at such points to physically reference a corner's location on the
28 ground.
29
30 Monument Any physical object or structure of record which marks or accurately references:
31
32 • A corner or other survey point established by or under the supervision of an individual
33 per section 1-11.1(1) and any corner or monument established by the General Land
34 Office and its successor the Bureau of Land Management including section subdivision
35 corners down to and including one-sixteenth corners; and
36 • Any permanently monumented boundary, right of way alignment, or horizontal and
37 vertical control points established by any governmental agency or private surveyor
38 including street intersections but excluding dependent interior lot corners.
39 1-11.1(6) Control or Base Line Survey
40 Control or Base Line Surveys shall be established for all construction projects that will create
41 permanent structures such as roads, sidewalks, bridges, utility lines or appurtenances, signal or
42 light poles, or any non-single family building. Control or Base Line Surveys shall consist of
43 such number of permanent monuments as are required such that every structure may be
44 observed for staking or"as-builting"while occupying one such monument and sighting another
45 such monument. A minimum of two of these permanent monuments shall be existing
46 monuments, recognized and on record with the City of Renton. The Control or Base Line
47 Survey shall occupy each monument in turn, and shall satisfy all applicable requirements of
48 Section 1-11.1 herein.
49
50 The drawing depicting the survey shall be neat, legible, and drawn to an appropriate scale.
51 North orientation should be clearly presented and the scale shown graphically as well as noted
31 South 4`h and Burnett Avenue South
Traffic Improvements
City of Renton
1 The drawing must be of such quality that a reduction thereof to one-half original scale remains
2 legible.
3
4 If recording of the survey with the King County Recorder is required, it will be prepared on 18
5 inch by 24 inch mylar and will comply with all provisions of Chapter 58.09 RCW. A
6 photographic mylar of the drawing will be submitted to the City of Renton and, upon their review
7 and acceptance per the specific requirements of the project, the original will be recorded with
8 the King County Recorder.
9
10 If recording is not required, the survey drawing shall be prepared on 22 inch by 34 inch mylar,
11 and the original or a photographic mylar thereof will be submitted to the City of Renton.
12
13 The survey drawings shall meet or exceed the requirements of WAC 332-130-050 and shall
14 conform to the City of Renton's Drafting Standards. American Public Works Association
15 symbols shall be used whenever possible, and a legend shall identify all symbols used if each
16 point marked by a symbol is not described at each use.
17
18 An electronic listing of all principal points shown on the drawing shall be submitted with each
19 drawing. The listing should include the point number designation (corresponding with that in
20 the field notes), a brief description of the point, and northing, easting, and elevation (if
21 applicable) values, all in ASCII format, on IBM PC compatible media.
22 1-11.1(7) Precision Levels
23 Vertical Surveys for the establishment of bench marks shall satisfy all applicable requirements
24 of section 1-05 and 1-11.1.
25
26 Vertical surveys for the establishment of bench marks shall meet or exceed the standards,
27 specifications and procedures of third order elevation accuracy established by the Federal
28 Geodetic Control Committee.
29
30 Bench marks must possess both permanence and vertical stability. Descriptions of bench
31 marks must be complete to insure both recoverablilty and positive identification on recovery.
32 1-11.1(8) Radial and Station -- Offset Topography
33 Topographic surveys shall satisfy all applicable requirements of section 1-11.1 herein.
34
35 All points occupied or back sighted in developing radial topography or establishing baselines for
36 station --offset topography shall meet the requirements of section 1-11.1 herein.
37
38 The drawing and electronic listing requirements set forth in section 1-11.1 herein shall be
39 observed for all topographic surveys.
40 1-11.1(9) Radial Topography
41 Elevations for the points occupied or back sighted in a radial topographic survey shall be
42 determined either by 1) spirit leveling with misclosure not to exceed 0.1 feet or Federal
43 Geodetic Control Committee third order elevation accuracy specifications, OR 2)trigonometric
44 leveling with elevation differences determined in at least two directions for each point and with
45 misclosure of the circuit not to exceed 0.1 feet.
46 1-11.1(10) Station --Offset Topography
47 Elevations of the baseline and topography- points shall be determined by spirit leveling and
48 shall satisfy Federal Geodetic Control Committee specifications as to the turn points and shall
49 not exceed 0.1 foot's error as to side shots.
32 South 4th and Burnett Avenue South
Traffic Improvements
City of Renton
1 1-11.1(11) As-Built Survey
2 All improvements required to be"as-built" (post construction survey) per City of Renton Codes,
3 TITLE 4 Building Regulations and TITLE 9 Public Ways and Property, must be located both
4 horizontally and vertically by a Radial survey or by a Station offset survey. The "as-built"
5 survey must be based on the same base line or control survey used for the construction staking
6 survey for the improvements being "as-built". The "as-built" survey for all subsurface
7 improvements should occur prior to backfilling. Close cooperation between the installing
8 contractor and the "as-builting" surveyor is therefore required.
9
10 All "as-built" surveys shall satisfy the requirements of section 1-11.1(1) herein and shall be
11 based upon control or base line surveys made in conformance with these Specifications.
12
13 The field notes for"as-built" shall meet the requirements of section 1-11.1(4) herein and
14 submitted with stamped and signed "as-built" drawings which includes a statement certifying
15 the accuracy of the "as built".
16
17 The drawing and electronic listing requirements set forth in section 1-11.1(6) herein shall be
18 observed for all "as-built" surveys.
19 1-11.1(12) Monument Setting and Referencing
20 All property or lot corners, as defined in 1-11.1(5), established or reestablished on a plat or
21 other recorded survey shall be referenced by a permanent marker at the corner point per 1-
22 11.2(1). In situations where such markers are impractical or in danger of being destroyed, e.g.,
23 the front corners of lots, a witness marker shall be set. In most cases, this will be the extension
24 of the lot line to a tack in lead in the curb. The relationship between the witness monuments
25 and their respective corners shall be shown or described on the face of the plat or survey of
26 record, e.g., "Tacks in lead on the extension of the lot side lines have been set in the curbs on
27 the extension of said line with the curb." In all other cases the corner shall meet the
28 requirements of section 1-11.2(1) herein.
29
30 All non corner monuments, as defined in 1-11.1(5), shall meet the requirements of section 1-
31 11.2(2) herein. If the monument falls with in a paved portion of a right of way or other area, the
32 monument shall be set below the ground surface and contained within a lidded case kept
33 separate from the monument and flush with the pavement surface, per section 1-11.2(3).
34
35 In the case of right of way centerline monuments all points of curvature (PC), points of tangency
36 (PT), street intersections, center points of cul de sacs shall be set. If the point of intersection,
37 PI, for the tangents of a curve fall within the paved portion of the right of way, a monument can
38 . be set at the PI instead of the PC and PT of the curve.
39
40 For all non corner monuments set while under contract to the City of Renton or as part of a City
41 of Renton approved subdivision of property, a City of Renton Monument Card (furnished by the
42 city) identifying the monument; point of intersection (PI), point of tangency (PT), point of
43 curvature (PC), one-sixteenth corner, Plat monument, street intersection, etc., complete with a
44 description of the monument, a minimum of two reference points and NAD 83/91 coordinates
45 and NAVD 88 elevation shall be filled out and filed with the city.
46 1-11.2 Materials
47 1-11.2(1) Property/Lot Corners
48 Corners per 1-11.1(5) shall be marked in a permanent manner such as 1/2 inch diameter rebar
49 24 inches in length, durable metal plugs or caps, tack in lead, etc. and permanently marked or
50 tagged with the surveyor's identification number. The specific nature of the marker used can be
51 determined by the surveyor at the time of installation.
33 South 4'h and Burnett Avenue South
Traffic Improvements
City of Renton
1 1-11.2(2) Monuments
2 Monuments per 1-11.1(5) shall meet the requirements as set forth in City of Renton Standard
3 Plans page H031 and permanently marked or tagged with the surveyor's identification number.
4 1-11.2(3) Monument Case and Cover
5 Materials shall meet the requirements of section 9-22 and City of Renton Standard Plans page
6 H031.
34 South 4`h and Burnett Avenue South
Traffic Improvements
City of Renton
1
2
3 DIVISION 2
4 EARTHWORK
5
6 2-01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP
7 2-01.1 Description
8 Section 2-01.1 is supplemented as follows:
9 (******)
10 The limits of clearing and grubbing (construction limits) shall be defined as being the construction
11 limit lines as shown in the Plans. Where, in the opinion of the Engineer, any trees abutting or
12 adjacent to the limits of clearing and grubbing are damaged and require removal, the Contractor
13 shall remove such trees. Any trees flagged by the Engineer to remain within the clearing and
14 grubbing limits shall be left undamaged by the Contractor's operations. Any flagged trees which are
15 damaged shall be replaced in kind at the Contractor's expense.
16
17 Existing landscaping outside the construction limits, including but not limited to, sod, rockeries,
18 beauty bark, decorative gravel or rock, bushes, and shrubbery shall be protected from damage.
19
20 The property owners shall be responsible for removing and/or relocating irrigation equipment, trees,
21 shrubs, curbing, ornamental plants, and any other decorative landscaping materials within the
22 construction limits that they wish to save. The Contractor shall give property owners 10 days'
23 written notice prior to removing landscaping materials. All landscaping materials that remain in
24 the construction limits after that time period shall be removed and disposed of, by the Contractor, in
25 accordance with Section 2-01 of the Standard Specifications, these Special Provisions, and the
26 Plans.
27
28 The Contractor shall receive approval from the Engineer prior to removal.
29 2-01.2 Disposal of Usable Material and Debris
30 Section 2-01.2 is supplemented as follows:
31 (******)
32 The Contractor shall dispose of all debris by Disposal Method No. 2—Waste Site.
33 2-01.5 Payment
34 Section 2-01.5 is supplemented as follows:
35 (******)
36 All costs related to "Clearing and Grubbing" shall be considered incidental to and included in other
37 items unless designated as specific bid items in the proposal.
38 2-02 REMOVAL OF STRUCTURE AND OBSTRUCTIONS
39 2-02.3(3) Removal of Pavement, Sidewalks, and Curbs
40 Section 2-02.3(3) is revised and supplemented as follows:
42 Item "1." Is revised as follows:
43 In removing pavement, sidewalks, driveways, and curbs, the Contractor shall haul broken-up
44 pieces to some off-project site.
45
46 The section is supplemented as follows:
47 When an area where pavement, sidewalk, or driveway has been removed is to be opened to
35 South 4th and Burnett Avenue South
Traffic Improvements
City of Renton
1 traffic before pavement patching has been completed, temporary mix asphalt concrete patch
2 shall be required. Temporary patching shall be placed to a minimum depth of 2 inches
3 immediately after backfilling and compaction are complete, and before the road is opened to
4 traffic. MC cold mix or MC hot mix shall be used at the discretion of the Engineer.
5
6 Section 2-02.3(4) is new:
7 (******)
8 2-02.3(4) Cutting Pavement, Sidewalks, and Curbs
9 All transitions to existing asphalt or cement concrete driveways, parking lots, curb and gutter,
10 and walkways shall be vertically sawcut full-depth with straight, uniform edges. Existing asphalt
11 pavement roadway edge may be cut with a wheel, provided the wheelcut is full depth and no
12 damage occurs to the pavement which is to remain. Neither impact tools nor pavement
13 breakers may be used for trench crossing of existing pavement. Trench crossing of existing
14 pavement shall be vertically sawcut.
15
16 Where gutter is to be placed integral with asphalt pavement, as shown on the Plans, the
17 Contractor shall take extra precaution to make a neat, uniform cut, and shall sawcut pavement
18 to full depth, regardless of number of passes necessary. If, in the opinion of the Engineer, the
19 cut is not satisfactory due to Contractor's workmanship or equipment, the Contractor shall fix
20 the problem to the satisfaction of the Engineer, at no extra cost to the Owner.
21
22 Section 2-02.4 replaces the existing vacant section:
23 (******)
24 2-02.4 Measurement
25 Sawcutting existing cement and asphalt concrete pavements shall be measured by the linear foot
26 along the sawcut, full depth. Wheelcutting of pavement will not be measured for separate payment,
27 but shall be included in other items of Work.
28
29 Measurement for unit price items shall be as described in Section 2-02.5 or as described in the
30 contract schedule of prices and/or special provisions.
31 2-02.5 Payment
32 Section 2-02.5 is supplemented by adding:
33 (.**# *)
34 "Saw Cutting", per Lineal Foot.
35 "Remove Cement Concrete Sidewalk", per Square Yard.
36 "Remove Cement Concrete Curb and Gutter", per Lineal Foot.
37 "Remove Asphalt Concrete Pavement," per Square Yard.
38 "Remove Cement Concrete Pavement," per Square Yard.
39 "Remove Existing Manhole, Including Haul" per Lump Sum.
40
41 All costs related to the removal and disposal of structures and obstructions including saw cutting,
42 excavation, back'iiling and temporary asphalt shall be considered incidental to and included in other
43 items unless de. .,-!ated as specific bid items in the proposal. If pavements, sidewalks, or curbs lie
44 within an excav&U,.;n area and are not mentioned as separate pay items, their removal will be paid
45 for as part of the quantity removed in excavation. If they are mentioned as a separate item in the
46 proposal, they will be measured and paid for as provided under Section 2-02.5, and will not be
47 included in the quantity calculated for excavation.
48
36 South 4th and Burnett Avenue South
Traffic Improvements
City of Renton
1 2-03 ROADWAY EXCAVATION AND EMBANKMENT
2 2-03.3 Construction Requirements
3 Section 2-03.3 is supplemented by adding the following:
4
5 Roadway excavation shall include the removal of all materials excavated from within the limits
6 shown on the plans. Suitable excavated material shall be used for embankments, while surplus
7 excavated material or unsuitable material shall be disposed of by the Contractor.
8
9 Earthwork quantities and changes will be computed, either manually or by means of electronic data
10 processing equipment, by use of the average end area method. Any changes to the proposed work
11 as directed by the Engineer that would alter these quantities shall be calculated by the Engineer and
12 submitted to the Contractor for his review and verification.
13
14 Any excavation or embankment beyond the limits indicated in the Plans, unless ordered by the
15 Engineer, shall not be paid for. All work and material required to return these areas to their original
16 conditions, as directed by the Engineer, shall be provided by the Contractor at his sole expense.
17
18 All areas shall be excavated, filled, and/or backfilled as necessary to comply with the grades shown
19 on the Plans. In filled and backfilled areas, fine grading shall begin during the placement and the
20 compaction of the final layer. In cut sections, fine grading shall begin within the final six (6) inches of
21 cut. Final grading shall produce a surface which is smooth and even, without abrupt changes in
22 grade.
23
24 Excavation for curbs and gutters shall be accomplished by cutting accurately to the cross sections,
25 grades and elevations shown. Care shall be taken not to excavate below the specified grades. The
26 contractor shall maintain all excavations free from detrimental quantities of leaves, brush, sticks,
27 trash and other debris until final acceptance of the Work.
28
29 Following removal of topsoil or excavation to grade and before placement of fills or base course, the
30 subgrade under the roadway shall be proofrolled to identify any soft or loose areas which may
31 warrant additional compaction or excavation and replacement.
_ 32
33 The Contractor shall provide temporary drainage or protection to keep the subgrade free from
34 standing water.
35
36 Acceptable excavated native soils shall be used for fill in the area requiring fills. Care shall be taken
37 to place excavated material at the optimum moisture content to achieve the specified compaction.
38 Any native material used for fill shall be free of organics and debris and have a maximum particle
39 size of 6 inches.
40
41 It shall be the responsibility of the Contractor to prevent the native materials from becoming
42 saturated with water. The measures may include sloping to drain, compacting the native materials,
43 and diverting runoff away from the materials. If the Contractor fails to take such preventative
44 measures, any costs or delay related to drying the materials shall be at his own expense.
45
46 If the native materials become saturated, it shall be the responsibility of the Contractor to dry the
47 materials, to the optimum moisture content. If sufficient acceptable native soils are not available to
48 complete construction of the roadway embankment, Gravel Borrow shall be used.
49
50 If subgrade trimmer is not required on the project, all portions of Section 2-03 shall apply as though a
51 subgrade trimmer were specified.
52
53 If sufficient acceptable native soils, as determined by the Engineer, are not available to complete
54 construction of the roadway embankment, Gravel Borrow meeting the requirements of Section 9-
55 03.14 of the Standard Specifications shall be used.
37 South 4`h and Burnett Avenue South
Traffic Improvements
City of Renton
1 2-03.4 Measurement
2 Section 2-03.4 is supplemented by adding the following:
3 (,*#'*.)
4 At the discretion of the engineer, roadway excavation, borrow excavation, and unsuitable foundation
5 excavation - by the cubic yard (adjusted for swell) may be measured by truck in the hauling vehicle
6 at the point of loading. The contractor shall provide truck tickets for each load removed. Each ticket
7 shall have the truck number, time and date, and be approved by the engineer.
8 2-03.5 Payment
9 Section 2-03.5 is revised as follows:
10 (..**..)
11 Payment for embankment compaction will not be made as a separate item. All costs for
12 embankment compaction shall be included in other bid items involved. Payment will be made for the
13 following bid items when they are included in the Proposal:
14 "Roadway Excavation Including Haul," Per Lump Sum
15 "Unsuitable Foundation Excavation Including Haul," Per Cubic Yard
16 "Gravel Borrow Including Haul," Per Ton
17
18 When the Engineer orders excavation below subgrade, unit contract prices for roadway excavation
19 and haul shall apply, unless the work and/or equipment to perform the work differs materially from
20 the excavation above subgrade, then payment will be in accordance with the item "Unsuitable
21 Foundation Excavation Including Haul". In this case, all items of work other than roadway excavation
22 shall be paid at unit contract prices.
23
24 The unit contract price per cubic yard for"Roadway Excavation Including Haul" shall be full pay for
25 excavating, loading, placing, or otherwise disposing of the material.
26
27 The unit contract price per cubic yard for"Unsuitable Foundation Excavation Including Haul' shall be
28 full pay for excavating, loading, and disposing of the material.
29
30 Payment for embankment compaction will not be made as a separate item. All costs for
31 embankment compaction shall be included in other bid items involved.
32 2-04 HAUL
33 2-04.5 Payment
34 Section 2-04.5 is revised and supplemented as follows:
35 (—*—)
36 All costs for the hauling of material to, from, or on the job site shall be considered incidental to and
37 included in the unit price of other units of work.
38 2-06 SUBGRADE PREPARATION
39 2-06.5 Measurement and Payment
40 Section 2-06.5 is supplemented by adding the following:
41 (*..*_*)
42 Subgrade preparation and maintenance including watering shall be considered as incidental to the
43 C 3truction and all costs thereof shall be included in the appropriate unit or lump sum contract bid
44 F -s.
38 South 4`h and Burnett Avenue South
Traffic Improvements
City of Renton
1 2-09 STRUCTURE EXCAVATION
2 2-09.1 Description
3 Section 2-09.1 is supplemented by adding the following:
4 (—)
5 This work also includes the excavation, haul, and disposal of all unsuitable materials such as peat,
6 muck, swampy or unsuitable materials including buried logs and stumps.
7
8 2-09.3(1)D Disposal of Excavated Material
9 Section 2-09.3(1)D is revised as follows:
10 (. .. )
11 The second paragraph is replaced with:
12 All costs for disposing of excavated material within or external to the project limits shall be
13 included in the unit contract price for structure excavation, Class A or B.
14
15 The third paragraph is replaced with:
16 If the contract includes structure excavation, Class A or B, including haul, the unit contract
17 price shall include all costs for loading and hauling the material the full required distance,
18 otherwise all such disposal costs shall be considered incidental to the work.
19
20 2-09.4 Measurement
21 Section 2-09.4 is revised and supplemented as follows:
22
23
24 Gravel backfill. Gravel backfill except when used as bedding for culvert, storm sewer, sanitary
25 sewer, manholes, and catch basins, will be measured by the cubic yard in place determined by the
26 neat lines required by the Plans or by the ton as measured in conformance with section 1-09.2.
27 2-09.5 Payment
28 Section 2-09.5 is revised and supplemented as follows:
29 (—)
30 Payment will be made for the following bid items when they are included in the proposal:
31 "Structure Excavation Class A", per cubic yard.
32 "Structure Excavation Class B", per cubic yard.
33 "Structure Excavation Class A Incl. Haul", per cubic yard.
34 "Structure Excavation Class B Incl. Haul", per cubic yard.
35
36 Payment for reconstruction of surfacing and paving within the limits of structure excavation will be at
37 the applicable unit prices for the items involved.
38
39 If the Engineer orders the Contractor to excavate below the elevations shown in the plans, the unit
40 contract price per cubic yard for"Structure Excavation Class A or B"will apply. But if the Contractor
41 excavates deeper than the plans or Engineer requires, the Contracting Agency will not pay for
42 material removed from below the required elevations. In this case, the Contractor, at no expense to
43 the Contracting Agency, shall replace such material with concrete or other material the Engineer
44 approves. The unit contract price per cubic yard for the bid items listed as 1 through 4 above shall be
45 full pay for all labor, materials, tools, equipment, and pumping, or shall be included in the unit bid
46 price of other items of work if"Structure Excavation" or"Structure Excavation Incl Haul" are not listed
47 as pay items in the contract.
48
49 "Shoring or Extra Excavation Class B", per square foot.
50 The unit contract price per square foot shall be full pay for all excavation, backfill, compaction, and
51 other work required when extra excavation is used in lieu of constructing shoring. If select backfill
52 material is required for backfilling within the limits of the structure excavation, it shall also be required
39 South 4th and Burnett Avenue South
Traffic Improvements
City of Renton
1 as backfill material for the extra excavation at the Contractor's expense. Any excavation or backfill
2 material being paid by unit price shall be calculated by the Engineer only for the neat line
3 measurement of the excavation and shall not include the extra excavation beyond the neat line.
4
5 If there is no bid item for shoring or extra excavation Class B on a square foot basis and the nature
6 of the excavation is such that shoring or extra excavation is required as determined by the Engineer,
7 then shoring or extra excavation shall be considered incidental to the work involved and no further
8 compensation shall be made.
9
10 "Gravel Backfll (Kind)for(Type of Excavation)", per cubic yard or per Ton.
11 "Controlled Density Fill", per cubic yard.
12
13 When gravel backfill is paid by the ton, the Contractor shall take care to assure to the satisfaction of
14 the Engineer that such per ton backfill is only being used for the specified purpose and not for
15 purposes where backfill is incidental or being paid by cubic yard.
16
40 South 4th and Burnett Avenue South
Traffic Improvements
City of Renton
1
2
4 SURFACE TREATM NITS AND PAVEMENTS
5
6 5-04 HOT MIX ASPHALT
7 5-04.3 Construction Requirements
8 5-04.3(8) Mixing
9 5-04.3(8)A Acceptance Sampling and Testing
10 Section 5-04.3(8)A is replaced with:
12 1. General. Acceptance of asphalt cement concrete shall be provided under a
13 nonstatistical acceptance. Determination of nonstatistical acceptance shall be based
14 on proposal quantities and shall consider the total of all bid items involving mix of a
15 specific class.
16
17 Dense graded mixes (asphalt concrete pavement Classes A, B, E, F, and G) shall be
18 evaluated for quality of gradation on a daily basis by the Contractor. This gradation
19 analysis shall be based on WSDOT Test Method 104 and the results delivered to the
20 Contracting Agency by noon of the following working day. This information shall be
21 used by the Engineer to evaluate conformance with Section 9-03.8(6)A.2. Asphalt
22 content shall be tested at the Engineer's discretion if the Compaction Pay Factor
23 (Section 5-04.3(10)B) falls below 1.00.
24
25 The Contracting Agency may take their own independent gradation samples at the
26 stockpile to confirm the gradation testing done by the contractor. If the independent
27 sample gradation varies from the Contractor's data by more than ±3% for sieve sizes
28 greater than 1/4" and ±2%for sieves smaller than the No. 10, then the costs of the
29 sampling and testing shall be borne by the Contractor. If the test results vary from
30 the Contractor's data within the ranges listed above, then the cost of sampling and
31 testing will be borne by the Contracting Agency.
32
33 2. Aggregates. Aggregates will be accepted for sand equivalent and fracture based on
34 their conformance to the requirements of Section 9-03.8(2).
35
36 3. Asphalt Cement. Asphalt Cement will be accepted based on conformance to the
37 requirements of Section 9-02.1(4). Testing of asphalt properties to assure
38 certification shall be the responsibility of the contractor. If the vendor or grade of the
39 asphalt cement changes, a new job mix formula (JMF) shall be evaluated and
40 approved.
41
42 4. Asphalt Concrete Mixture
43 A. Sampling
44 (1) A sample will not be obtained from either the first or last 25 tons of mix
45 produced in each production shift.
46 (2) When a sample from uncompacted mix is needed, the Contractor shall
47 ensure that the samples can be obtained in accordance with WAQTC FOP
48 for AASHTO T168.
49 B. Definition of Sampling Lot and Sublot. For the purpose of acceptance sampling
50 and testing, a lot is defined as the total quantity of material or work produced for
51 each job mix formula (JMF). Only one lot per JMF is expected to occur. The
52 JMF is defined in Section 9-03.8(6)A (Basis of Acceptance). The Contractor
53 may not make any changes to the JMF without prior written approval of the
41 South 4 1 and Burnett Avenue South
Traffic Improvements
City of Renton
1 Engineer.
2
3 Sampling and testing for nonctatistical acceptance shall be performed on a
4 random basis at a minimum ency of one sample for each sublot of 400 tons
5 or each day's production, % rer is least. When proposal quantities exceed
6 1,200 tons for a class of mix _ ,uer nonstatistical acceptance, sublot size shall
7 be determined to the nearest 100 tons to provide not less than three uniform
8 sized sublots, based on proposal quantities, with a maximum sublot size of
9 800 tons.
10 C. Test Results. The Engineer will furnish the Contractor with a copy of the results
11 as they become available. The rest of subsection C is deleted.
12 D. Test Method. When sample testing of asphalt content is necessary, acceptance
13 for compliance will use the WSDOT FOP for AASHTO Test Method T 308.
14 When sample testing of gradation is necessary, acceptance testing for
15 compliance of gradation will use the WSDOT FOP for AASHTO T 308.
16 E. Reject Mixture
17 (1) Rejection by Contractor. The Contractor may, prior to sampling, elect to
18 remove any defective material and replace it with new material at no
19 expense to the Contracting Agency. Any such new material will be
20 sampled, tested, and evaluated for acceptance.
21 (2) Rejection by Engineer Without Testing. The Engineer may, without
22 sampling, reject any batch, load, or section of roadway that appears
23 defective in gradation or asphalt content. Material rejected before
24 placement shall not be incorporated into any pavement. Any rejected
25 section of compacted pavement shall be removed.
26
27 No payment will be made for the rejected materials or the removal of the
28 materials unless the Contractor requests that the rejected material be
29 tested. If the Contractor elects to have the rejected material tested, a
30 minimum of three representative samples will be obtained and tested.
31 Representative samples to be removed for testing from compacted
32 pavement shall be removed by coring. Acceptance of the initially rejected
33 material will use the acceptance sampling and testing methods. If the
34 material does not fall within the job mix formula tolerances of Section 9-
35 03.8(6)A, the mix will be rejected and all costs associated with sampling,
36 testing and removal shall be borne by the Contractor. The rejected
37 material must be removed and replaced with new material at no expense to
38 the Contracting Agency. If the material falls within the job mix formula
39 tolerances, the mix will be accepted for quality of mix but will remain
40 subject to the compaction adjustment of Section 5-04.3(10) and all costs
41 associated with sampling and testing will be borne by the Contracting
42 Agency.
43
44 5-04.3(10)A General
45 Section 5-04.03(10)A is supplemented by adding the following:
47 The Contractor shall not use vibration when compacting on a street where A.C. Line
48 (Transite) is in place (refer to City of Renton Comprehensive Water System Plan to identify
49 locations of A.C. lines.)
50
51 5-04.3(10)B Control
52 Section 5-04.3(10)B is replaced with:
53
54 Asphalt concrete pavement Classes A, B, E, and F used in traffic lanes, including lanes for
55 ramps, truck climbing, weaving, and speed change, and having a specified compacted
56 course thickness greater than 0.10 foot, shall be compacted to a specified level of relative
57 density. The testing shall occur on a sublot basis using the definition of a sublot described
58 in Section 5-04.3(8). The specified level of relative density shall be 92 percent of the
42 South 4`h and Burnett Avenue South
Traffic Improvements
City of Renton
1 reference maximum density. The reference maximum density shall be determined as that
2 developed in the job mix formula (JMF). If the Contractor chooses, a moving average of
3 the three most recent tests of maximum density may be determined through the use of
4 WSDOT Test Method 715 by the Contractor at the Contractor's expense. The specified
5 level of density attained will be determined by the average of three nuclear density gauge
6 tests taken in accordance with WAQTC FOP TM8 and WSDOT SOP T 729 on the day the
7 mix is placed (after completion of the finish rolling) at locations determined by random
8 within each density lot The Engineer will furnish a copy of the results of all acceptance
9 testing performed in the field as soon as the results are available. Pavement compaction
10 below 89 percent of the reference maximum density shall not be accepted. Relative
11 densities falling between 89 percent and 92 percent shall be subject to the price
12 adjustments of Section 5-04.5(1)B.
13
14 For compaction lots falling below a CPF of 1.00 and thus subject to price reduction or
15 rejection, cores may be used as an alternative to the nuclear density gauge tests. When
16 the Contracting Agency requests cores and the level of relative density within a sublot is
17 less than 92.0 percent, the cost for coring and testing shall be borne by the Contractor.
18 When the Contracting Agency requests cores and the level of relative density within a
19 sublot is greater than 92.0 percent, the cost for coring and testing shall be borne by the
20 Contracting Agency.
21
22 At the start of paving, the Contractor must demonstrate to the Engineer that the mix is
23 compactible by constructing compaction test section(s). Test section(s) shall be
24 constructed using the compaction train and a variety of rolling patterns that the Contractor
25 expects to use in the paving operation. A test section will be considered to have
26 established compatibility, based on the results of three density determinations, when the
27 average of the three tests exceeds 92 percent of Rice or when all three tests individually
28 exceed 91 percent of Rice. This will require consideration of the presence of a correlation
29 factor for the nuclear gauge and may require final resolution after the factor for the gauge
30 is known. A minimum 1.00 compaction pay factor shall be used until a gauge correlation
31 factor is known, and until the mix is considered compactable. When construction of the
32 test section(s) has demon-strated that the mix is not compactable, paving must stop. To
33 resume paving, all factors contributing to compaction shall be analyzed and Engineer
34 approved changes made, which may require a new mix design. When paving is resumed,
35 the Contractor must again, as previously defined, demonstrate that the mix is
36 compactable. If the Contractor does not construct test section(s), the mix is considered
37 compactable and all mix placed will be evaluated according to Section 5-04.3(10)B.
38
39 Asphalt Concrete Classes A, B, E, F, and G constructed under conditions other than listed
40 above shall be compacted on the basis of a test point evaluation of the compaction train.
41 The test point evaluation shall be performed in accordance with instructions from the
42 Engineer. The number of passes with an approved compaction train, required to attain the
43 maximum test point density, shall be used on all subsequent paving.
44
45 Asphalt Concrete Class D and preleveling mix shall be compacted to the satisfaction of the
46 Engineer.
47
48 In addition to the randomly selected locations for tests of the density, the Engineer may
49 also isolate from a normal lot any area that is suspected of being defective in relative
50 density. Such isolated material will not include an original sample location. A minimum of
51 three randomly located density tests will be taken. The isolated area will then be
52 evaluated for price adjustment in accordance with this section, considering it as a separate
53 sublot.
54
55 Section 5-04.3(22) is new:
43 South 4`h and Burnett Avenue South
Traffic Improvements
City of Renton
1 5-04.3(22) Permanent Pavement Patching
2 Pavement patching shall be scheduled to accommodate the demands of traffic and shall be
3 performed as rapidly as possible to prov maximum safety and convenience to public travel.
4
5 Proper signs, barricades, lights, and othe, warning devices, per Contractor's approved Traffic
6 Control Plan, and per Sections 1-07.23 and 1-10 of the Standard Specifications and Special
7 Provisions, shall be maintained all 24 hours of the day until the patch is completed and ready
8 for traffic.
9
10 The placinc A compaction of the trench backfill, and the preparation and compaction of the
11 subgrade sh. be in accordance with the requirements of the various applicable sections of the
12 Standard Specifications, Special Provisions, and the detail in the Plans. Trenches must be
13 patched or covered with a steel plate during all Contractor's non-working hours, except in areas
14 where the roadway remains closed to public traffic. Steel plates must be anchored.
15
16 Before the patch is constructed, all pavement cuts shall be trued so that the marginal lines of
17 the patch will form a rectangle with reasonable straight edges and vertical faces.
18
19 After the subgrade has been prepared, asphalt concrete pavement Class A shall be placed to a
20 thickness as shown in the Plans. The edges of the existing asphalt pavement and castings
21 shall be painted with hot asphalt cement or asphalt emulsion immediately before placing the
22 asphalt patching material. The asphalt concrete pavement shall then be placed, leveled, and
23 compacted to conform to all the adjacent paved surface. Immediately thereafter, all joints
24 between the new and original asphalt pavement shall be painted with hot asphalt or asphalt
25 emulsion and be covered with dry paving sand before the asphalt solidifies. The material for
26 tacking the bottom and sides of patches for asphaltic concrete shall be CRS-2 cationic
27 emulsified asphalt per Section 9-02.1(6) of the Standard Specifications. For sealing the edges
28 after placing the asphaltic concrete patch, the Contractor shall use a light cutback, RC70 rapid
29 curing liquid asphalt, and then sand the surface to prevent tracking.
30
31 If the pavement is to be overlayed after patching, the joints will not need to be painted with hot
32 asphalt or asphalt emulsion after the patch is placed.
33 5-04.5 Payment
34 Section 5-04.5 is supplemented as follows:
35 (. ...*)
36 "Asphalt Concrete Sidewalk", per Ton. This item, when included in the contract, includes asphalt
37 paving for areas that are not part of other paving work.
38 5-04.5(1) Quality Assurance Price Adjustments v
39 Section 5-04.5(1) Quality Assurance Price Adjustments is deleted.
40
41 5-04.5(1)A Price Adjustments for Quality of AC Mix
42 Section 5-04.5(1)A is replaced with the following:
43
44 Nonstatistical Acceptance: Each lot of asphalt concrete pavement produced and having all
45 constituents falling within the limits of the job mix formula shall be accepted at the unit
46 contract price. If the constituents of the mix fall outside the limits of the job mix formula, the
47 mix shall not be accepted (see Section 5-04.3(8) Rejection of Mixture).
48
44 South 4`h and Burnett Avenue South
Traffic Improvements
City of Renton
1
2 5-04.5(1)B Price Adjustments for Quality AC Compaction
3 Section 5-04.5(1)B is replaced with:
5 For each sublot a Compaction Pay Factor will be determined based on the relative
6 density of the tests. The following table lists the Compaction Pay Factors and their
7 associated relative density.
8 Relative Density Compaction Pay Factor
9 (average of three tests)
10 ?92.0 1.00
11 91.5 0.99
12 91.0 0.95
13 90.5 0.91
14 90.0 0.85
15 89.5 0.80
16 89.0 0.75
17
45 South 4`h and Burnett Avenue South
Traffic Improvements
City of Renton
1
2 DIVISION 7
3 DRAINAGE STRUCTIRES, STORM SEWERS,
4 SANITARY SEWERS, WATER MAINS, AND CONE SITS
5
6 7-01 DRAINS
7 7-01.2 Materials
8 The second paragraph of Section 7-01.2 is revised as follows:
9 (*.,.,.,)
10 Drain pipes may be concrete, zinc coated (galvanized) corrugated iron with Asphalt Treatment I,
11 aluminum coated (aluminized) corrugated iron with Asphalt Treatment I, zinc coated (galvanized)
12 steel with Asphalt Treatment I, corrugated aluminum alloy, polyvinyl chloride (PVC), or corrugated
13 polyethylene (PE) at the option of the Contractor unless the Plans specify the type to be used.
14 7-01.3 Construction Requirements
15 Section 7-01.3 is revised as follows:
17 The second paragraph is revised as follows:
18 PVC drain pipe shall be jointed with a bell and spigot joint using a flexible elastomeric seal as
19 described in Section 9-04.8. The bell shall be laid upstream. PE or ABS drain pipe shall be jointed
20 with snap-on, screw-on, or wraparound coupling bands as recommended by the manufacturer of the
21 tubing.
22
23 The sixth paragraph is revised as follows:
24 PVC underdrain pipe shall be jointed using either the flexible elastomeric seal as described in
25 Section 9-04.8 or solvent cement as described in Section 9-04.9, at the option of the Contractor
26 unless otherwise specified in the Plans. The bell shall be laid upstream. PE or ABS drainage tubing
27 underdrain pipe shall be jointed with snap-on, screw-on, or wraparound coupling bands, as
28 recommended by the manufacturer of the tubing.
29 7-01.4 Measurement
30 Section 7-01.4 is supplemented adding the following:
31 („***")
32 When the contract does not include"structure excavation Class B"or"Structure excavation Class B
33 including haul' as a pay item all costs associated with these items shall be included in other contract
34 pay items.
35 7-04 STORM SEWERS
36 7-04.2 Materials
37 The second paragraph of Section 7-04.2 is revised as follows:
38 (......)
39 Where steel or aluminum are referred to in this Section in regard to a kind of storm sewer pipe, it
40 shall be understood that steel is zinc coated (galvanized), Asphalt Treatment I Coated corrugated
41 iron or steel and aluminum is corrugated aluminum alloy as specified in Sections 9-05.4 and 9-05.5.
42
43 The Contractor shall require pipe suppliers to furnish certificates signed by their authorized
44 representative, stating the specifications to which the materials or products were manufactured. The
45 Contractor shall provide 2 copies of these certifications to the Engineer for approval. Certificates
46 showing nonconformance with the Contract shall be sufficient evidence for rejection.
47
46 South 4`" and Burnett Avenue South
Traffic Improvements
City of Renton
1 Approval of certificates shall be considered only as tentative acceptance of the materials and
2 products, and such action by Engineer will not relieve Contractor of his/her responsibility to perform
3 field tests and to replace or repair faulty materials, equipment, and/or workmanship and Contractor's
4 own expense.
5 7-04.4 Measurement
6 The first paragraph of Section 7-04.4 is revised as follows:
7 (... , �
8 The length of storm sewer pipe will be the number of linear feet of completed installation measured
9 along the invert and will include the length through elbows, tees, and fittings. The number of linear
10 feet will be measured from the center of manhole or from the center of catch basin to center of catch
- 11 basins and similar type structures.
12 7-04.5 Payment
13 The second and third paragraphs of Section 7-04.5 are revised as follows:
14 (......)
15 The unit contract price per linear foot for storm sewer pipe of the kind and size specified shall be full
16 pay for all work to complete the installation, including adjustment of inverts to manholes. When no
17 bid item"gravel backfill for pipe bedding" is included in the Schedule of Prices, pipe bedding, as
18 shown in the standard plans, shall be considered incidental to the pipe and no additional payment
19 shall be made.
20
21 Testing of storm sewer pipe, if required by the Engineer, shall be considered incidental to and
22 included in the unit contract prices for other items.
23
24 Cost of connecting pipe to structures shall be included in the various unit contract prices for storm
25 sewer pipe, and no additional compensation will be allowed.
26
27 Abandonment and plugging of pipe shall be incidental to the reconnection of existing pipe to new
28 manhole. No separate payment will be made.
29 7-05 MANHOLES, INLETS, AND CATCH BASINS
30 7-05.3 Construction Requirements
31 Section 7-05.3 is supplemented by adding the following:
32 (*....*)
33 All manholes shall have eccentric cones and shall have ladders.
34 7-05.3(1) Adjusting Manholes and Catch Basins to Grade
35 Section 7-05.3(1) is replaced with:
37 Where shown in the Plans or where directed by the Engineer, the existing manholes, catch
38 basins, or inlets shall be adjusted to the grade as staked or otherwise designated by the
39 Engineer.
40
41 The existing cast iron ring and cover on manholes and the catch basin frame and grate shall
42 first be removed and thoroughly cleaned for reinstalling at the new elevation. From that point,
43 the existing structure shall be raised or lowered to the required elevation.
44
45 In unpaved streets: Manholes, catch basins and similar structures in areas to be surfaced with
46 crushed rock or gravel shall be constructed to a point approximately eight inches below the
47 subgrade and covered with a temporary wood cover. Existing manholes shall be cut off and
48 covered in a similar manner. The contractor shall carefully reference each manhole so that
49 they may be easily found upon completion of the street work. After placing the gravel or
47 South 4`h and Burnett Avenue South
Traffic Improvements
City of Renton
1 crushed stone surfacing, the manholes and manhole castings shall be constructed to the
2 finished grade of the roadway surface. Excavation necessary for bringing manholes to grade
3 shall center about the manhole and be held to the minimum area necessary. At the completion
4 of the manhole adjustment, the void around the manhole shall be backfilled with materials
5 which result in the section required on the typical road way section, and be thoroughly
6 compacted.
7
8 In cement concrete pavement: Manholes, catch basins and similar structures shall be
9 constructed and adjusted in the same manner as outlined above except that the final
10 adjustment shall be made and cast iron frame be set after forms have been placed and
11 checked. In placing the concrete pavement, extreme care shall be taken not to alter the
12 position of the casting in any way.
13
14 In asphalt concrete pavement: Manholes shall not be adjusted until the pavement is completed,
15 at which time the center of each manhole shall be carefully relocated from references
16 previously established by the contractor. The pavement shall be cut in a restricted area and
17 base material be removed to permit removal of the cover. The manhole shall then be brought
18 to proper grade utilizing the same methods of construction as for the manhole itself. The cast
19 iron frame shall be placed on the concrete blocks and wedged up to the desired grade. The
20 asphalt concrete pavement shall be cut and removed to a neat circle, the diameter of which
21 shall be equal to the outside diameter of the cast iron frame plus two fees The base materials
22 and crushed rock shall be removed and Class 3000 or Commercial Portiand Cement Concrete
23 shall be placed so that the entire volume of the excavation is replaced up to within but not to
24 exceed 2 inches of the finished pavement surface. On the day following placement of the
25 concrete, the edge of the asphalt concrete pavement, and the outer edge of the casting shall be
26 painted with hot asphalt cement. Asphalt Class G concrete shall then be placed and compacted
27 with hand tampers and a patching roller. The complete patch shall match the existing paved
28 surface for texture, density, and uniformity of grade. The joint between the patch and the
29 existing pavement shall then be carefully painted with hot asphalt cement or asphalt emulsion
30 and shall be immediately covered with dry paving sand before the asphalt cement solidifies.
31 The inside throat of the manhole shall be thoroughly mortared and plastered.
32
33 Adjustment of inlets: The final alignment and grade of cast iron frames for new and old inlets to
34 be adjusted to grade will be established from the forms or adjacent pavement surfaces. The
35 final adjustment of the top of the inlet will be performed in similar manner to the above for
36 manholes. On asphalt concrete paving projects using curb and gutter section, that portion of the
37 c iron frame not embedded in the gutter section shall be solidly embedded in concrete also.
38 . concrete shall extend a minimum of six inches beyond the edge of the casting and shall be
39 left 2 inches below the top of the frame so that the wearing course of asphalt concrete
40 pavement will butt the cast iron frame. The existing concrete pavement and edge of the casting
41 shall be painted with hot asphalt cement. Adjustments in the inlet structure shall be constructed
42 in the same manner and of the same material as that required for new inlets. The inside of the
43 inlets shall be mortared and plastered.
44
45 Monuments and cast iron frame and cover: Monuments and monument castings shall be
46 adjusted to grade in the same manner as for manholes.
47
48 Valve box castings: Adjustments of valve box castings shall be made in the same manner as
49 for manholes.
50 7-05.3(2) Abandon Existing Manholes
51 Section 7-05.3(2) is revised as follows:
52
53 Where it is required that an existing manhole be abandoned, the structure shall be broken down
54 to a depth of at least 4 feet below the revised surface elevation, all connections plugged, the
55 manhole base shall be fractured to prevent standing water, and the manhole filled with sand
56 and compacted to 90 percent density as specified in Section 2-03.3(14)C. Debris resulting from
57 breaking the upper part of the manhole may be mixed with the sand subject to the approval of
48 South 4`h and Burnett Avenue South
Traffic Improvements
City of Renton
1 the Engineer. The ring and cover shall be salvaged and delivered to the City Maintenance Shop
2 and all other surplus material disposed of.
3
4 Section 7-05.3(3) is supplemented as follows:
5
6 7-05.3(3) Reconnections to New Manholes
7 This work shall consist of the contractor reconnecting existing pipes to the new manholes.
8 7-05.4 Measurement
9 Section 7-05.4 is revised and supplemented as follows:
11 Reconnecting Existing Pipes To New Drainage Structure will be measured per lump sum.
12
13 Manholes will be measured per each. Measurement of manhole heights for payment purposes will
14 be the distance from finished rim elevation to the invert of the lowest outlet pipe.
15
16 Adjustments of new structures and miscellaneous items such as valve boxes shall be considered
17 incidental to the unit contract price of the new item and no further compensation shall be made.
18
19 Adjustment of existing structures shall include all labor and materials including all concrete for the
20 completed adjustment in accordance with Section 7-05.3(1) and the City of Renton Standard Details.
21
22 Adjustment of existing miscellaneous items such as valve boxes shall include all labor and materials
23 including all concrete for the completed adjustment in accordance with Section 7-05.3(1) and the
24 City of Renton Standard Details, and shall be included in the unit contract price of other items in the
25 contract and no further compensation shall be made.
26 7-05.5 Payment
27 Section 7-05.5 is supplemented as follows:
28 (`**-)
29 "Reconnecting Existing Pipes To New Drainage Structure," Per Lump Sum.
30
31 If no bid item for"Adjust Existing ," per each is included in the schedule of prices then the
32 work will be considered incidental and its cost should be included in other items.
33
34 If no bid item for Structure Excavation Class A or Structure Excavation Class B is included in the
35 schedule of prices then the work will be considered incidental and its cost should be included in the
36 cost of the pipe.
37 7-08 GENERAL PIPE INSTALLATION REQUIREMENTS
38 7-08.3 Construction Requirements
39 7-08.3(1) Excavation and Preparation of Trench
40 7-08.3(1)C Bedding the Pipe
41 Section 7-08.3(1)C is supplemented by adding the following:
42
43 Pipe bedding for PVC sewer pipe shall consist of clean, granular pea gravel consistent
44 with section 9-03.12(3). It shall be placed to a depth of 6"over and 6" under the exterior
45 walls of the pipe.
46
47 Hand compaction of the bedding materials under the pipe haunches will be required.
48 Hand compaction shall be accomplished by using a suitable tamping tool to firmly tamp
49 South 4`h and Burnett Avenue South
Traffic Improvements
City of Renton
1 bedding material under the haunches of the pipe. Care shall be taken to avoid
2 displacement of the pipe during the compaction effort.
3
4 Pipe bedding shall be considered incidental to t e pipe and no further compensation shall
5 be made.
6
7 7-08.3(2)A Survey Line and Grade
8 Section 7-08.3(2)A is replaced with:
10 Survey line and grade control shall be provided in accordance with Sections 1-05.4, 1-05.5
11 and 1-11 in a manner consistent with accepted practices.
12
13 The Contractor shall transfer line and grade into the trench where they shall be carried by
14 means of a laser beam using 50 foot minimum intervals for grade staking. Any other
15 procedure shall have the written approval of the Engineer.
16
17 7-08.3(2)B Pipe Laying — General
18 Section 7-08.3(2)B is supplemented by adding the following:
20 Checking of the invert elevation of the pipe may be made by calculations from
21 measurements on the top of the pipe, or by looking for ponding of 1/2"or less, which
22 indicates a satisfactory condition. At manholes, when the downstream pipe(s) is of a
23 larger size, pipe(s) shall be laid by matching the (eight-tenths) flow elevation, unless
24 otherwise approved by the Engineer.
25
26 All pipe, fittings, etc. shall be carefully handled and protected against damage, impact
27 shocks, and free fall. All pipe handling equipment shall be acceptable to the ENGINEER.
28 Pipe shall not be placed directly on rough ground but shall be supported in a manner
29 which will protect the pipe against injury whenever stored at the trench site or elsewhere.
30 No pipe shall be installed where the lining or coating show defects that may be harmful as
31 determined by the ENGINEER. Such damaged lining or coating shall be repaired, or a
32 new undamaged pipe shall be furnished and installed.
33
34 The CONTRACTOR shall inspect each pipe and fitting prior to installation to insure that
35 there are not damaged portions of the pipe. Any defective, damaged or unsound pipe
36 shall be repaired or replaced. All foreign matter or dirt shall be removed from the interior
37 of the pipe before lowering into position in the trench. Pipe shall be kept clean during and
38 after laying. All openings in the pipe line shall be closed with water tight expandable type
39 sewer plugs at the end of each day's operation or whenever the pipe openings are left
40 unattended. The use of burlap, wood, or other similar temporary plugs will not be
41 permitted.
42 Where necessary to raise or lower the pipe due to unforeseen obstructions or other
43 causes, the ENGINEER may change the alignment and/or the grades. Except for short
44 runs which may be permitted by the ENGINEER, pipes shall be laid uphill on
45 grades exceeding 10 percent. Pipe which is laid on a downhill grade shall be blocked and
46 held in place until sufficient support is furnished by the following pipe to prevent
47 movement.
48
49 Unless otherwise required, all pipe shall be laid straight between the changes in alignment
50 and at uniform grade between changes in grade. For concrete pipes with elliptical
51 reinforcement, the pipe shall be placed with the minor axis of the reinforcement in a
52 vertical position.
53
54 Immediately after the pipe joints has been made ;roper gasket placement shall be
55 checked with a feeler gage as approved by the p De manufacturer to verify proper gasket
56 placement.
57
50 South 4"'and Burnett Avenue South
Traffic Improvements
City of Renton
1 7-08.3(2)E Rubber Gasketed Joints
2 Section 7-08.3(2)E is supplemented as follows:
3
4 Care shall be taken by the CONTRACTOR to avoid over pushing the pipe and damaging
5 the pipe or joint system. Any damaged pipe shall be replaced by the Contractor at his
6 expense.
7
8 7-08.3(2)H Sewer Line Connections
9 Section 7-04.3(2)H is supplemented by adding the following:
11 All connections not occurring at a manhole or catch basin shall be done utilizing pre-
12 manufactured tee connectors or pipe sections approved by the Engineer. Any other
13 method or materials proposed for use in making connections shall be subject to approval
14 by the Engineer.
15
16 Unless otherwise approved by the Engineer, all connections of lateral sewers to existing
17 mains shall be made through a cast iron saddle secured to the sewer main with stainless
18 steel bands. When the existing main is constructed of vitrified clay, plain or reinforced
19 concrete, cast or ductile iron pipe, the existing main shall be core drilled.
20
21 Connections (unless booted connections have been provided for) to existing concrete
22 manholes shall be core-drilled, and shall have an "0" ring rubber gasket meeting ASTM C-
23 478 in a manhole coupling equal to the Johns-Manville Asbestos-Cement collar, or use a
24 conical type flexible seal equal to kore-N-Seal. PVC pipe connection shall consist of tee,
25 nipple and couplers as approved by the Engineer.
26
27 Section 7-08.3(2)J is an added new section:
29 7-08.3(2)J Placing PVC Pipe
30 In the trench, prepared as specified in Section 7-02.3(1) PVC pipe shall be laid beginning
31 at the lower end, with the bell end upgrade. Pea gravel will be used as the bedding
32 material and extend from 6" below the bottom of the pipe to 6" above the top of the pipe.
33 When it is necessary to connect to a structure with a mudded joint a rubber gasketed
34 concrete adapter-collar will be used at the point of connection.
35 7-08.4 Measurement
36 The first paragraph of Section 7-08.4 is revised as follows:
37 („*,.*.)
38 Gravel backfill for pipe bedding shall be considered incidental to other items in the Plans.
39 7-08.5 Payment
40 Section 7-08.5 is replaced with:
41 (****'*)
42 Payment will be made in accordance with Section 1-04.1 for each of the following bid items that are
43 included in the proposal:
44 All costs associated with furnishing and installing bedding and backfill material within the pipe zone
45 in the installation of culvert, storm sewer, and sanitary sewer pipes shall be included in the unit
46 contract price for the type and size of pipe installed.
47 "Commercial Concrete", per cubic yard.
48 "Structure Excavation Class B", per cubic yard.
49 "Structure Excavation Class B Incl. Haul", per cubic yard.
50 Unless specifically identified and provided as separate items, structure excavation, dewatering and
51 backfilling shall be incidental to pipe installation and no further compensation shall be made.
52 All costs in jointing dissimilar pipe with a coupling or concrete collar shall be included in the unit
53 contract price per foot for the size and type of pipe being jointed.
54 "Shoring or Extra Excavation Class B", per square foot.
55 If this pay item is not in the contract, then it shall be incidental.
51 South 4th and Burnett Avenue South
Traffic Improvements
City of Renton
1
2
3 DIVISION 8
4 MISCELLANEOUS CONSTRUCTION
5
6 8-04 CURBS, GUTTERS, AND SPILLWAYS
7 8-04.3 Construction Requirements
8 Section 8-04.3 is supplemented as follows:
9 r*—)
10 Curbs and gutters shall be constructed in accordance with cement concrete barrier curb and gutter,
11 Renton Standard Plan F001 and extruded curb Renton Standard Plan F004.
12
13 The Contractor shall be responsible for barricading, patrolling, or otherwise protecting newly placed
14 concrete. Damaged, vandalized or unsightly concrete shall be removed and replaced at the
15 Contractor's expense.
16
17 The Contractor shall notify the Engineer immediately in cases where the proposed gutter lip
18 elevation appears higher than the adjacent pavement. Gutter lips shall not be constructed higher
19 than the adjacent pavement.
20 8-04.4 Measurement
21 Section 8-04.4 is supplemented by adding the following:
22 (*.....)
23 When the contract contains a pay item for"Curb and Gutter, Cement Concrete," the per lineal foot
24 measurement shall include all costs for the complete installation per the plans and standard details
25 including expansion joint material, curb and gutter, saw cutting, removal and disposal of excavated
26 materials including existing pavement and sidewalk, crushed surfacing base materials and all other
27 work, materials and equipment required per Section 8-04 shall be included in the per lineal foot price
28 for"Curb and Gutter, Cement Concrete" unless any of these other items are listed and specified to
29 be paid as separate pay items.
30 8.04.5 Payment
31 Section 8-04.5 is supplemented by adding the following:
32 (--)
33 "Curb and Gutter, Cement Concrete", per lineal foot
34
35 Payment for excavation of material not related to the construction of the curb and gutter but
36 necessary before the curb and gutter can be placed, when and if shown in the Plans, will be made in
37 accordance with the provisions of Section 2-03. Otherwise, the Contractor shall make all
38 excavations including haul and disposal regardless of the depth required for construction the curb
39 and gutter to the lines and grades shown, and shall include all costs thereof in the unit contract price
40 per lineal foot for"Cement Conc. Curb and Gutter" and the per lineal foot contract price for"Curb
41 Ramp, Cement Concrete."
42 8-09 RAISED PAVEMENT MARKERS
43 8-09.5 Payment
44 Section 8-09.5 has been revised as follows:
45 (....*.)
46 Payment will be made for each of the following bid items that are included in the proposal: "Raised
52 South 4th and Burnett Avenue South
Traffic Improvements
City of Renton
1 Pavement Marker, per lineal foot.
2
3 The unit contract price per lineal foot for"Raised Pavement Marker" shall be full payment for all
4 labor, materials, and equipment necessary for furnishing and installing the markers in accordance
5 with these Specifications including all cost involved with traffic control unless traffic control is listed in
6 the contract as a separate pay item.
7 8-13 MONUMENT CASES
8 8-13.1 Description
9 Section 8-13.1 is revised and supplemented as follows:
11 This work shall consist of furnishing and placing monument cases and covers, in accordance with
12 the Standard Plans and these Specifications, in conformity with the lines and locations shown in the
13 Plans or as staked by the Contractor supplied surveyor.
14 8-13.3 Construction Requirements
15 Paragraphs 2 and 3 of Section 8-13.3 is revised and supplemented as follows:
16 (***.,*)
17 The monument will be furnished and set by Contractor supplied surveyor.
18
19 When existing monuments will be impacted by a project, the Contractor shall be responsible for
20 assuring that a registered surveyor references the existing monuments prior to construction. After
21 construction is complete, the monuments shall be re-established by the surveyor in accordance with
22 RCW58.09.130.
23 8-13.4 Measurement
24 Section 8-13.4 is supplemented by adding the following:
25 (—**.,)
26 All costs for surveying and resetting existing monuments impacted by contruction shall be
27 considered incidental to the contract unless specifically called out to be paid as a bid item.
28 8-13.5 Payment
29 Section 8-13.5 is supplemented by adding the following:
30 (******)
31 Resetting an existing monument impacted by construction shall be incidental unless included as a
32 pay item in the Schedule of Prices.
33 8-14 CEMENT CONCRETE SIDEWALKS
34 8-14.1 Description
35 Section 8-14.1 is supplemented as follows:
36 (******)
37 This work shall also consist of providing curb ramps (cement concrete wheelchair ramps) in
38 accordance with Renton Standard Plans F-3 and F-3a.
39 8-14.3(4) Curing
40 Section 8-14.3(4) is replaced with:
42 The curing materials and procedures outlined in Section 5-05.3(13) of the Standard
53 South 4`h and Burnett Avenue South
Traffic Improvements
City of Renton
1 Specifications shall prevail, except that white pigmented curing compound shall not be used on
2 sidewalks. The curing agent shall be applied immediately after brushing and be maintained for
3 a period of 5 days.
4
5 The Contractor shall have readily available sufficient protective covering, such as waterproof
6 paper or plastic membrane, to cover the pour of an entire day in the event of rain or other
7 unsuitable weather. During the curing period, all traffic, both pedestrian and vehicular, shall be
8 excluded. Vehicular traffic shall be excluded for such additional time as the Engineer may
9 specify.
10
11 The Contractor shall be responsible for barricading, patrolling, or otherwise protecting the newly
12 placed concrete to prevent damage. Damaged, vandalized, discolored, stained, or unsightly
13 concrete shall be removed and replaced at the expense of the Contractor.
14 8-14.4 Measurement
15 Section 8-14.4 is supplemented by adding the following:
17 When the contract contains a pay item for"Curb Ramp, Cement Concrete," the per each
18 measurement shall include all costs for the complete installation per the plans and standard details
19 including expansion joint material, curb and gutter and ramped sidewalk section, and shall include
20 crushed surfacing base materials. Sawcutting, removal and disposal of excavated materials
21 including existing pavement and sidewalk, crushed surfacing base materials and all other work,
22 materials and equipment required per Section 8-14 shall be included in the per each price for"Curb
23 Ramp, Cement Concrete" unless any of these other items are listed and specified to be paid as
24 separate pay items.
25
26 When the contract contains a pay item for"sidewalk, cement concrete", the per square-yard
27 measurement shall include all costs for the complete installation per the Plans and standards
28 including expansion joint material, and shall include crushed surfacing base materials.
29
30 If the contract does not provide a pay item for"Curb Ramp, Cement Concrete," but the Plans call for
31 such installation, then quantities shall be measured with and paid for under the bid items for Curb
32 and Gutter and for Cement Concrete Sidewalk. When curb ramps are to be constructed of asphalt
33 concrete, the payment shall be included in the pay item for"Asphalt Concrete Sidewalk."
34 8-14.5 Payment
35 Section 8-14.5 is supplemented by adding the following:
36 ('**..*)
37 "Curb Ramp, Cement Concrete," per each.
38
39 Payment for excavation of material not related to the construction of the sidewalk but necessary
40 before the sidewalk can be placed, when and if shown in the Plans, will be made in accordance with
41 the provisions of Section 2-03. Otherwise, the Contractor shall make all excavations including haul
42 and disposal, regardless of the depth required for constructing the sidewalk to the lines and grades
43 shown, and shall include all costs thereof in the unit contract price per square yard for"Cement
44 Conc. Sidewalk' and the per each contract price for"Curb Ramp, Cement Concrete."
45 8-17 IMPACT ATTENUATOR SYSTEMS
46 8-17.5 Payment
47 Section 8-17.5 is supplemented by the following:
48 (.....*)
49 If no pay item is included for temporary impact attenuators then all costs to provide and install shall
54 South 4" and Burnett Avenue South
Traffic Improvements
City of Renton
1 be considered a part of the pay item for"Traffic Control."
2 8-20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND
3 ELECTRICAL
4 8-20.2 Materials
5 8-20.2(1) Equipment List and Drawings
6
7 Paragraph four of Section 8-20.2(1) are revised and supplemented with the following:
8 The Contractor shall submit for approval six sets of shop drawings for each of the following
9 types of standards called for on this project:
10 1. Signal standards with or without pre-approved plans.
11 2. Combination Signal and lighting standards.
12
13 Paragraph five of Section 8-20.2(1) is deleted.
14
15 Section 8-20.2(1) is supplemented as follows:
16 The Contractor also shall submit either on the signal standard shop drawings or attached to the
17 signal standard shop drawings all dimensions to clearly show the specific mast arm mounting
18 height and signal tenon locations for each signal pole to be installed.
19 8-20.3(2) Excavating and Backfilling
20 Section 8-20.3(2) has been supplemented by adding the following:
22 When open trenching is allowed, trench construction shall extend a minimum of one foot(1')
23 beyond the edge of the trench.
24
25 Overlay: Lane-width or a full street-width overlay will be determined based upon the location
26 and length of the proposed trench within the roadway cross-section. There are additional
27 restrictions and requirements for streets paved or overlays placed in the last five years, which
28 are covered in Renton Municipal Code Section 9-10-11.I.
29
30 Longitudinal trenches or crossings, perpendicular to the roadway edge, shall be repaired either
31 by sawcut and removal, or by grinding the top two (2") inches and paving two(2") inches with
32 class"B" asphalt, per City of Renton Standard Plan#HR-23 (SP Page H032A). At the
33 discretion of the engineer, an overlay may be required over wide longitudinal trenches or
34 crossings.
35
36 If the trenching is down the middle of a single lane, then a lane-width overlay will be required
37 per City of Renton Standard Plan #HR-05 (SP Page H032).
38
39 If the trenching is down the middle of two lanes, or is within three-feet (3') of any lane line, the
40 lanes affected will be overlaid.
41
42 If the trenching is greater than, or equal to, 40% of lane per block, then the lanes affected will
43 be overlaid.
44
45 The minimum length of overlay shall be six and one-half(6.5)feet.
46
47 Pavement restoration associated with 'pot holing' shall be a minimum of two (2) feet around the
48 excavation.
49
55 South 4th and Burnett Avenue South
Traffic Improvements
City of Renton
1 The Engineer may determine in the field that a full street-width (edge-of-pavement to edge-of-
2 pavement) overlay is required due to changes in the conditions such as the following:
3 1. Trenches need to be relocated in the field becau.; conflicts with existing utilities.
4 2. There has been additional damage to the existing ;phalt surface due to the contractor's
5 equipment.
6 3. The trench width was increased significantly or the existing pavement is undermined.
7 4. There were significant problems that were discovered during construction.
8
9 Hours for work within the roadway for asphalt overlays or trench restoration shall be as directed
10 by the Traffic Control Plan requirements and the Traffic Operations Engineer.
11
12 Trench backfill and resurfacing shall be as shown in the City of Renton Standard Details, unless
13 modified by the Right-of-Way Use Permit. Surfacing depths shown in the Standard Details are
14 minimums and may be increased by the Engineer to meet traffic loadings or site conditions.
15
16 Trench restoration shall be either by a patch or overlay method, as required and indicated on
17 City of Renton Standard Plans#HR-05, HR-23, and HR-22 (SP Pages#H032, H032A, and
18 H033).
19
20 All trench and pavement cuts which will not be overlaid shall be made by sawcuts. Sawcuts
21 shall be a minimum of one foot (1') outside the trench width.
22
23 All trenching shall be backfilled with crushed surfacing materials conforming to Section 4-04 of
24 the Standard Specifications within the top four feet(4'). Any trenching over four feet(4') in
25 depth shall comply with the same requirement except that the contractor may use materials
26 approved by the Engineer or Materials Lab for backfilling below the four foot (4') depth.
27
28 If the existing material (or other material) is determined by the Engineer to be suitable for
29 backfill, the contractor may use the native material except that the top six inches (6") shall be
30 crushed surfacing top course material.
31
32 The trench shall be compacted to a minimum ninety-five percent(95%) density, as described in
33 Section 2-03 of the Standard Specifications. In the top six feet(6) of any trench, backfill
34 compaction shall be performed in 8 to 12-inch lifts. Any trench deeper than six feet(6) may be
35 compacted in 24 inch lifts, up to the top six foot(6) zone.
36
37 All compaction shall be performed by mechanical methods. The compaction tests shall be
38 performed in four foot(4') vertical increments maximum. The test results shall be given to the
39 Engineer for review and approval prior to paving. The number and location of tests required
40 shall be determined by the Engineer.
41
42 Temporary restoration of trenches for overnight use shall be accomplished by using MC mix
43 (cold mix), Asphalt Treated Base (ATB), or steel plates, as approved by the Engineer. ATB
44 used for temporary restoration may be dumped directly into the trench, bladed out and rolled.
45 After rolling, the trench must be filled flush with asphalt to provide a smooth riding surface.
46
47 Asphalt Concrete Class E or Class B shall be placed to the compacted depth as required and
48 indicated on City of Renton Standard Plans#HR-05, HR-23, and HR-22 (SP Pages#H032,
49 H032A, and H0333) or as directed by the Engineer. The grade of asphalt shall be AR-4000W.
50 The materials shall be made in conformance with Section 9-02.1(4) of the Standard
51 Specifications.
52
53 Tack coat shall be applied to the existing pavement at edge of sawcuts and shall be emulsified
54 asphalt grade CSS-1, as specified in Section 9-02.1(6) of the Standard Specifications. Tack
55 shall be applied as specified in Section 5-04 of the Standard Specifications.
56
56 South 4th and Burnett Avenue South
Traffic Improvements
City of Renton
1 Asphalt Concrete Class B shall be placed in accordance with Section 5-04 of the Standard
2 Specifications; except those longitudinal joints between successive layers of asphalt concrete
3 shall be displaced laterally a minimum of twelve (12) inches, unless otherwise approved by the
4 Engineer. Fine and coarse aggregate shall be in accordance with Section 9-03.8 of the
5 Standard Specifications.
6
7 All street surfaces, walks or driveways within the street trenching areas shall be feathered and
8 shimmed to an extent that provides a smooth-riding connection and expeditious drainage flow
9 for the newly paved surface. Feathering and shimming shall not decrease the minimum curb
10 depth below four inches (4") for stormwater flow. The Engineer may require additional grinding
11 to increase the curb depth available for stormwater flow in areas that are inadequate.
12 Shimming and feathering as required by the Engineer shall be accomplished by raking out the
13 oversized aggregates from the Class B mix as appropriate.
14
15 Surface smoothness shall be per Section 5-04.3(13) of the Standard Specifications. The
16 paving shall be corrected by removal and repaving of the trench only. Asphalt patch depths will
17 vary based upon the streets being trenched. The actual depths of asphalt and the work to be
18 performed shall be as required and indicated on City of Renton Standard Plans#HR-05, HR-
19 23, and HR-22 (SP Pages#H032, H032A, and H0333).
20
21 Compaction of all lifts of asphalt shall be a minimum ninety-two percent(92%) of density as
22 determined by WSDOT Test Method 705. The number of tests required shall be determined by
23 the Engineer.
24
25 Testing shall be performed by an independent testing lab with the results being supplied to the
26 Engineer. Testing is not intended to relieve the contractor from any liability for the trench
27 restoration. It is intended to show the inspector, and the City, that the restoration meets these
28 specifications.
29
30 All joints shall be sealed using paving asphalt AR-4000W.
31
32 When trenching within the roadway shoulder(s), the shoulder shall be restored to its original
33 condition, or better.
34
35 The final patch shall be completed as soon as possible and shall not exceed fourteen (14) days
36 after first opening the trench. This time frame may be adjusted if delays are due to inclement
37 paving weather or other adverse conditions that may exist. However, delaying of final patch or
38 overlay work is subject to the Engineer's approval. The Engineer may deem it necessary to
39 complete the work within the fourteen (14)day time frame and not allow any time extension.
40 Should this occur, the Contractor shall perform the necessary work, as directed by the
41 Engineer.
42
43 A City of Renton temporary Traffic Control Plan (from Renton Transportation Engineering) shall
44 be submitted and approved by the Engineer a minimum of three (3)working days prior to
45 commencement of work.
46
47 Pavement Excavation and Trenching Prohibition:
48 Whenever a new street is accepted from a developer, or a new street is completed by the City,
49 or a new pavement overlay is completed, a five (5) year moratorium on pavement excavation
50 and trenching goes into effect. A current map of these streets will be kept by the City, and will
51 be provided upon request to the City. This could result in delaying further construction of
52 utilities except in the event of an emergency or new development. The five year moratorium
53 will start when the overlay is placed, or new street completed, and continue during the following
54 four calendar years.
55
56 Emergencies and New Development:
57 South 4th and Burnett Avenue South
Traffic Improvements
City of Renton
1 In the event of an emergency or new development, pavement excavation may be allowed
2 provided a more reasonable alternative does not exist. Reasonable alternatives include
3 alternate routes, alternate locations and boring. Restoration of the pavement must comply with
4 the standards listed in Section 9.3 and 9.4 following proper trench restoration per Sections 7
5 and 8.
6
7 Trenches Running Parallel With the Street:
8 1. Arterial Streets and Streets Within the Downtown Area: The entire roadway width for the
9 length of the trench and an additional ten (10) feet at each end of the trench will be ground
10 down to a depth of 1-1/2 inches. A 1-1/2 inch overlay of Class B asphalt will be applied per
11 City standards.
12 2. Non-Arterial Streets Within Commercially or Industrially Zoned Areas: The entire half of the
13 roadway width for the length of the trench and an additional ten (10) feet at each end of the
14 trench will be ground down to a depth of 1-1/2 inches. A 1-1/2 inch overlay of Class B
15 asphalt will be applied per City standards. If the trench is in the center of the roadway, or
16 within three feet of the center of the roadway, the entire roadway width must be ground
17 down and repaved.
18 3. Non-Arterial Streets Within Residentially Zoned Areas: The entire half of the roadway width
19 for the length of the trench and an additional ten (10) feet at each end of the trench will be
20 ground down to a depth of 1-1/2 inches. A 1-1/2 inch overlay of Class B asphalt will be
21 applied per City standards. If the trench is in the center of the roadway, or within three feet
22 of the center of the roadway, the entire roadway width must be ground down and repaved.
23
24 Longitudinal Trenc"es and Crossings:
25 1. Arterial Street: and Streets Within the Downtown Area: An area including the trench and
26 ten (10) feet on each side of the trench for the entire width of the street will be ground down
27 to a depth of 1-1/2 inches. A 1-1/2 inch overlay of Class B asphalt will be applied per City
28 standards.
29 2. Non-Arterial Streets Within Commercially or Industrially Zoned Areas: An area including ten
30 (10) feet on each side of the trench for the entire width of the street will be ground down to a
31 depth of 1-1/2 inches. A 1-1/2 inch overlay of Class B asphalt will be applied per City
32 standards.
33 3. Non-Arterial Streets Within Residentially Zoned Areas: An area including the trench and five
34 (5) feet on each side of the trench for the entire width of the street will be ground down to a
35 depth of 1-1/2 inches. A 1-1/2 inch overlay of Class B asphalt will be applied per City
36 standards.
37
38 Pavement Removal in Lieu of Grinding:
39 The contractor in all cases can remove the pavement in the replacement area instead of
40 grinding out the specified 1-1/2 inches of asphalt. Full pavement replacement to meet or
41 exceed the existing pavement depth will be required for the area of pavement removal.
42
43 The contractor shall supply trench within the unit widths and to the specified depths at the
44 locations indicated on the contract plans or as directed by the engineer.
45
46 The contractor shall have approved compaction equipment on site before beginning any
47 excavation; compaction shall be performed at the time of the initial backfilling of the trench
48 unless directed otherwise by the engineer.
49
50 Trenching for conduit runs shall be done in a neat manner with the trench bottom graded to
51 provide a uniform grade. No work shall be covered until it has been examined by the engineer.
52
53 Backfill material us 1 for fill around and over the conduit system shall be free of rocks greater
54 than two inches in L.,ameter to a depth of six inches above the conduit.
55
56 Trench within the roadway area shall use select trench backfill which shall consist of 5/8th inch
58 South 4 1 and Burnett Avenue South
Traffic Improvements
City of Renton
1 minus crushed surfacing top course or other material as indicated in the special provisions or
2 schedule of prices and directed for use by the engineer. The source and quality of the material
3 shall be subject to approval by the engineer. Trench backfill within the sidewalk area shall be
4 made with acceptable materials from the excavation subject to the Engineer's approval of the
5 material and shall be considered a necessary part and incidental to the excavation in
6 accordance with the standard specifications. Unsuitable material shall be removed and backfill
7 shall be select material approved by the Engineer. The City reserves the right to make
8 additions or deletions to the trench which prove necessary for the completion of the project.
9
10 The minimum width for the trench will be at the option of the contractor. Trench width will,
11 however, be of sufficient size so that all of the necessary conduit can be installed within the
12 depths specified while maintaining the minimum cover.
13 8-20.3(4) Foundations
14 Section 8-20.3(4) has been revised and supplemented as follows:
16 Paragraph 11 is deleted.
17
18 Paragraph 13 is deleted.
19
20 The section is supplemented as follows:
21
22 The anchor bolts shall match that of the device to be installed thereon.
23
24 Where obstructions prevent construction of planned foundations, the Contractor shall construct
25 an effective foundation satisfactory to the Engineer.
26
27 The contractor shall provide all material for and construct the foundations for and to the
28 dimensions specified in the Plans. The anchor bolts shall match that of the device to be
29 installed thereon.
30
31 All excess materials are to be removed from the foundation construction site and disposed of at
32 the contractor's expense.
33
34 Concrete shall be placed against undisturbed earth if possible. Disturbed earth or backfill
35 material shall be compacted to 95 percent of the material's maximum density. Before placing
36 the concrete the contractor shall block-out around any other underground utilities that lie in the
37 excavated base so that the concrete will not adhere to the utility line. Concrete foundations
38 shall be troweled, brushed, edged and finished in a workmanship-like manner. Concrete shall
39 be promptly cleaned from the exposed portion of the anchor bolts and conduit after placement.
40 Foundation shall all be Class 3000 concrete. After the specified curing period, the contractor
41 may install the applicable device thereon.
42
43 All concrete foundations shall be constructed in the manner specified below:
44 1. Where no sidewalks are to be installed, the grade for the top of the foundation shall be as
45 specified by the engineer. (See detail sheet)
46 2. Where sidewalk or raised islands are to be constructed as a part of this project, the top of
47 the foundation shall be made flush with the top of the sidewalk or island. (See detail sheet)
48
49 All concrete foundations shall be located as per stationing on the plans or as located by the
50 engineer in the field.
51 8-20.3(5) Conduit
52 Section 8-20.3(5) is revised and supplemented as follows:
53
59 South 4th and Burnett Avenue South
Traffic Improvements
City of Renton
1 The paragraph requiring galvanized steel conduit at certain locations is deleted. Galvanized
2 steel conduit shall only be placed if so indicated in the plans.
3
4 Trench construction shall be per Section 8-20.3(2).
5
6 When the Contractor encounters obstructions or is unable to install conduit because of soil
7 conditions, as determined by the Engineer, additional work by the Contractor to place the
8 conduit will be paid in accordance with Section 1-04.4.
9
10 Pull Wires shall be installed by the Contractor.
11
12 All conduit shall be rigid non-metallic unless noted otherwise in the Plans or Special Provisions.
13
14 All conduit openings shall be fitted with approved bell-ends or Bushings. Wall thickness of
15 conduit shall be consistent within continuous conduit runs with no mixing of different schedule
16 types between terminations.
17
18 The contractor shall provide and install all conduit and necessary fittings at the locations noted
19 on the plans. Conduit size shall be as indicated on the wiring and conduit schedule shown on
20 plans.
21
22 Conduit to be provided and installed shall be of the type indicated below:
23
24 Schedule 40 heavy wall P.V.C. Conforming to ASTM standards shall be used whenever the
25 conduit is to be placed other than within the roadway area.
26
27 Schedule 80 extra heavy wall P.V.C. Conforming to ASTM standards shall be used when the
28 conduit is to be placed within the roadway area.
29
30 All joints shall be made with strict compliance to the manufacturer's recommendations
31 regarding cemen; .used and environmental conditions.
32 8-20.3(6) Junction 9oxes
33 Section 8-20.3(E i.oplemented by adding the following:
34
35 The contractor- -ovide and install junction boxes, pull boxes, and cable vaults of the type
36 and size at the i ,ans specified in the plans and as per detail sheets.
37
38 All junction boxes and associated concrete pads shall be installed on compacted sub grade
39 which shall inclua . six inches of 5/8th-inch minus crushed surfacing top course material
40 installed under and around the base of the junction box. The junction box shall include
41 installation of a4' nick Class "B" cement concrete pad enclosing the junction box as per the
42 plans, specificati;: �s and detail sheets. Concrete shall be promptly cleaned from the junction
43 box frame and lid.
44
45 All junction boxes shall have galvanized steel lids and frames.
46
47 The inscription on the covers of all junction boxes, pull boxes, and cable vaults shall be as
48 indicated below:
49 Street lighting only: "Lighting"
50 Signal only: "Signals"
51 Traffic signal and street lighting: "TS-LT"
52 Inscriptions on junction boxes performing the same function shall be consistent throughout the
53 project. All junction boxes shall be installed in conformance with provisions contained in the
54 Standard Plans and Details.
60 South 4'h and Burnett Avenue South
Traffic Improvements
City of Renton
1 8-20.3(8) Wiring
2 Section 8-20.3(8) is revised and supplemented with the following:
4 Splices to loop return cables shall be made with soldered compression type connectors. All
5 stranded wires terminated at a terminal block shall have an open end, crimp style solderless
6 terminal connector, and all solid wires terminated at a terminal block shall have an open end
7 soldered terminal connector. All terminals shall be installed with a tool designed for the
8 installation of the correct type of connector and crimping with pliers, wire cutters, etc., will not
9 be allowed. All wiring inside the controller cabinet shall be trimmed and cabled together to
10 make a neat, clean appearing installation. No splicing of any traffic signal conductor shall be
11 permitted unless otherwise indicated on the plans. All conductor runs shall be attached to
12 appropriate signal terminal boards with pressure type binding posts.
13 8-20.3(9) Bonding, Grounding
14 Section 8-20.3(9) is revised and supplemented as follows:
15
16 The fifth paragraph is deleted.
17
18 The sixth paragraph is deleted.
19
20 The following is added:
21
22 All street light standards, signal poles and other standards on which electrical equipment is
23 mounted shall be grounded to a copper clad metallic ground rod 5/8" in diameter x 8'0" in length
24 complete with a#8 AWG bare copper bonding strap located in the nearest junction box. All
25 signal controller cabinets and signal/lighting service cabinets shall be grounded to a 5/8" in
26 diameter x 8'0" in length copper clad metallic ground rod located in the nearest junction box
27 with a bare copper bonding strap sized in accordance with the plans, specifications and
28 applicable codes.
29
30 Ground rods are considered miscellaneous items and all costs are to be included with the
31 system. Ground straps are also miscellaneous items unless a separate pay item is provided in
32 the "Schedule of prices."
33 8-20.3(11) Testing
34 Section 8-20.3(11) is supplemented as follows:
36 Requests for traffic signal turn on will not be considered until a pre-turn on inspection of signal
37 system has taken place.
38
39 All discrepancies and deficiencies must be corrected by the contractor and re-inspected prior to
40 requesting signal turn on date.
41
42 Requests for signal turn on shall not be considered until electrical service to the intersection
43 has been provided and has been energized by the electric utility.
44
45 A minimum of three (3) working days notice will be required for signal turn on.
46
47 Channelization at the intersection must be complete per plan before requesting signal turn on
48 date. Any deletions of channelization prior to turn on must be approved by the engineer.
49
50 City forces shall provide, post and maintain proper signing warning of new signal ahead.
61 South 4th and Burnett Avenue South
Traffic Improvements
City of Renton
1 8-20.3(13) Illumination Systems
2 8-20.3(13)A Light Standards
3
4 Section 8-20.3(13)A is replaced with:
6 I.D. (Identification for poles):
7
8 she contractor shall supply and install a combination of 4-digits and one letter on each
9 pole, whether individual luminaire or signal pole with luminaire. The letter and numbers
10 combination shall be mounted at the 15 foot level on the pole facing approaching traffic.
11 Legends shall be sealed with transparent film, resistant to dust, weather and ultraviolet
12 exposure. The decal markers shall be either:
13 3 inch square with gothic gold or white reflectorized 2 inch legend on a black background,
14 or
15 3 inch square with black 2 inch legend on a white reflectorized background.
16
17 The I.D. number will be assigned to each pole at the end of the contract or project by the
18 City traffic engineering office. Cost for the decals shall be considered incidental to the
19 contract bid.
20
21 8-20.3(13)C Luminaires
22
23 Section 8-20.3(13)C is supplemented by adding the following:
24
25 Luminaires shall comply with Section 9-29.10.
26 8-20.3(14) Signal Systems
27
28 8-20.3(14)E Signal Standards
29
30 Item 3 in Section 8-20.3(14)E is revised as follows:
32 3. Disconnect connectors complete with pole and bracket cable shall be installed in
33 any signal standard supporting a luminaire. Illumination wiring shall conform to
34 City of Renton Standard Plans.
35
36 The following supplements are added:
38 14. Installation of all nuts and bolts shall be performed with proper sized sockets,
39 open end or box wrenches. Use of pipe wrenches or other tools which can
40 damage the galvanization of the nuts and bolts will not be permitted. Tools shall
41 be of a sufficient size and strength to achieve adequate torquing of the nut(s).
42 8-20.3(15) Grout
43 Section 8-20.3(15) is supplemented by adding the following:
44
45 After the pole is plumbed the space between the concrete foundation and the bottom of the
46 pole base plate shall be filled with a dry pack mortar grout toweled to a smooth finish
47 conforming to the contour of the pole base plate. Dry pack mortar grout shall consist of a 1:3
48 mixture of Portland cement and fine sand with just enough water so that the mixture will stick
49 together on being molded into a ball by hand and will not exude moisture when so pressed. A
50 one-half inch drain hole shall be left in the bottom of the grout pad as shown on the standard
51 detail.
62 South 4`h and Burnett Avenue South
Traffic Improvements
City of Renton
1 8-20.4 Measurement
2 Paragraph one of Section 8-20.4 is revised and supplemented with the following:
3 (**.***)
4 When shown as lump sum in the Plans or in the proposal as"Traffic Signal and Illumination System
5 —Complete", no specific unit of measurement will apply, but measurement will be for the sum total of
6 all items for a complete system to be furnished and installed.
7 8-20.5 Payment
8 Section 8-20.5 is supplemented by adding:
9 (******)
10 'Traffic Signal and Illumination System—Complete", per Lump Sum.
11
12 Paragraph two of Section 8-20.5 is replaced with the following:
13 (******)
14 The lump sum contract price for"Traffic Signal and Illumination System—Complete", shall
15 be full pay for the construction of the complete electrical system, modifying existing
16 systems, or both, as shown in the contract plans, detail sheets, and herein specified including
17 excavation, backfilling, concrete foundations, conduit, wiring, restoring facilities destroyed or
18 damaged during construction, salvaging existing materials, and for making all required
19 tests. All additional materials and labor, not shown in the plans or called for herein and
20 which are required to complete the electrical system, shall be included in the
21 lump sum contract price.
22 8-21 PERMANENT SIGNING
23 This work shall consist of furnishing and installing permanent signing in accordance with the Plans,
24 these specifications, and at the locations shown in the Plans or where designated by the Engineer.
25 8-21.4 Measurement
26 Permanent Sign will be measured per each furnished and installed.
27 8-21.5 Payment
28 Payment will be made for the following bid item that is included in the proposal:
29
30 "Permanent Signs," per each.
31 8-22 PAVEMENT MARKING
32 8-22.1 Description
33 The following item in Section 8-22.1 is revised as follows:
34 (******)
35 Crosswalk Stripe
36 A SOLID WHITE line, 8 inches wide and 10-feet long, installed parallel to another crosswalk stripe
37 and parallel to the direction of traffic flow and centered in pairs on lane lines and the center of lanes.
38 See detail sheet.
39
40 Skip Center Line (Replacement)
41 A BROKEN YELLOW line 4 inches wide. The broken or"skip" pattern shall be based on a 24-foot
42 unit consisting of a 9-foot line and a 15-foot gap. Skip center strip is used as center line delineation
43 on two-lane or three-lane, two-way highways.
44
45 Double Yellow Center Line (Replacement)
63 South 4`h and Burnett Avenue South
Traffic Improvements
City of Renton
1 Two SOLID YELLOW lines, each 4 inches wide, separated by a 4-inch space. Double yellow center
2 stripe is used as center line delineation on multilane, two-way highways and for channelization. Y.
3
4 Approach Line (New)
5 A SOLID WHITE line, 8 inches wide, used to separate left and right turning movements from through
6 movements, to separate high occupancy vehicle lanes from general purpose lanes, for islands, hash
7 marks, and other applications. Hash mark stripes shall be placed on 45-degree angle and 10 feet
8 apart.
9
10 Lane Line +"Replacement)
11 A BROKEN WHITE line, 4 inches wide, used to delineate adjacent lanes traveling in the same
12 direction. The broken or"skip" pattern shall be based on a 24-foot unit consisting of a 9-foot line and
13 a 15-foot gap.
14
15 Two Way Left Turn Line (Replacement)
16 A SOLID YELLOW line, 4 inches wide, with a BROKEN YELLOW line, 4 inches wide, separated by
17 a 4-inch space. The broken or"skip" pattern shall be based on a 24-foot unit consisting of a 9-foot
18 line and a 15-foot space. The solid line shall be installed to the right of the broken line in the direction
19 of travel.
20
21 Crosswalk Line (Replacement)
22 A SOLID WHITE line, 8 inches wide and 10 feet long, installed parallel to another crosswalk stripe
23 and parallel to the direction of traffic flow and centered in pairs on lane lines and the center of lanes.
24 See detail sheet.
25
26 Stop Line (Replacement)
27 A SOLID WHITE line 12, 18, or 24 inches wide as noted on the Contract plans.
28 8-22.3 Construction Requirements
29 8-22.3(5) Installation Instructior-,
30 Section 8-22.3(5) is revised as fouows:
32 A manufacturer's technical representative need not be present at the initial material installation
33 to approve the installation procedure.
34 8-22.5 Payment
35 Section 8-22.5 is supplemented as follows:
36 (.*.***)
37 "Remove Existing Traffic Markings", Per Lump Sum.
38
39 The lump sum contract price for"Remove existing traffic markings"shall be full compensation for
40 furnishing all labor, tools, material, and equipment necessary for removal of existing traffic markings
41 as per the plans, specifications and detail sheets. If these pay items do not appear in the contract
42 schedule of prices, then the removal of old or conflicting traffic markings required to complete the
43 channelization of the project as shown on the plans or detail sheets shall be considered incidental to
44 other items in the contract and no further compensation shall be made.
45 8-23 TEMPORARY PAVEMENT MARKING
46 8-23.5 Payment
47 Section 8-23.5 is supplemented with the following:
48 (.,..,.)
64 South 4th and Burnett Avenue South
Traffic Improvements
City of Renton
1 If no pay item is included in the contract for installation or for removal of temporary pavement
2 markings then all costs associated with these items are considered incidental to other items in the
3 contract or included under"Traffic Control," if that item is included as a bid item.
4
65 South 4th and Burnett Avenue South
Traffic Improvements
City of Renton
1
2 DIVISION 9
3 MATERIALS
4
5 9-00 DEFINITIONS AND TESTS
6 9-00(A) Recycled Materials (RC)
7 Section 9-00(A) is a new section:
9 The Owner encourages the use of recycled materials whenever practicable, provided that those
10 materials meet or exceed all applicable requirements described e!sewhere in the contract
11 specifications. Should recycled materials be utilized, the Owner z equires that a Recycled Product
12 Reporting Form be completed by the Contractor.
13 9-02 BITUMINOUS MATERIALS
14 9-02.1(10) Loop Sealant (RC)
15 Section 9-02.1(10) is a new section:
17 Unless specified otherwise in the contract or permitted by the Engineer upon request from the
18 Contractor, loop sealant shall be hot-melt, rubberized asphalt sealant(Crafco Loop Detector
19 Sealant or approved equal), shall meet the penetration, flow and resilience specifications of
20 ASTM D3407.
21
22 The Contractor shall request and obtain approval from the Engineer for the type of loop sealant
23 to be used before installing detector loops and shall submit manufacturer cutsheets or other
24 data if requested by the Engineer in order to enable the Engineer to determine the acceptability
25 of the sealant.
26 9-03 AGGREGATES
27
28 9-03.8(6)A Basis of Acceptance (RC)
29 Section 9-03.8(6)A is replaced with:
31 1. Asphalt Concrete will be accepted based on its conformance to the project job
32 mix formula (JMF). No material for payment may be produced for use on a
33 project until the job mix formula has been approved by the engineer. The
34 mixture shall be designed to meet the test criteria listed in Section 9-03.8(2) and
35 remain within the limits set forth in 9-03.8(6). The determination of the job mix
36 formula shall be the responsibility of the Contractor.
37
38 The intermingling of asphalt concrete mixtures produced from more than one
39 JMF is prohibited. Each strip of asphalt concrete pavement placed during a
40 working shift shall conform to a single job mix formula established for the class
41 of asphalt concrete specified unless there is a need to make an adjustment to
42 the JMF.
43
44 The JMF shall be submitted in writing by the Contractor to the Engineer at least
45 10 days prior to the start of paving operations and shall include as a minimum:
46 a. Percent passing each sieve size.
47 b. Percent of asphalt cement.
48 c. Asphalt grade.
49 d. Mixing temperature.
66 South a and Burnett Avenue South
Traffic Improvements
City of Renton
1 e. Compaction temperature.
2 f. Anti-strip agent content.
3
4 The Contractor may not make any changes to the JMF without prior written
5 approval of the Engineer. Should a change in sources of materials be made, a
6 new JMF must be approved by the Engineer before the new material is used.
7
8 2. Job Mix Formula Tolerances
9 a. After the JMF is determined, the several constituents of the mixture at the
10 time of acceptance shall conform to the following tolerances:
Constituent of Mixture Tolerance Limits
The tolerance limit for
each
mix constituent shall
not
exceed the broad
band
specification limits
specified in Section 9-
03.8(6),except the
tolerance limits for sieves
designated as 100%
passing will be 99-100.
Aggepte passing Broad band specification
1",_/4 "5/8", 1/2 , limits Section 9-03.8(6).
and 3/8 sieves
11 Aggregate passing 1/4" sieve ±6%
12 Aggregate passing No. 10 sieve ± 5%
13 Aggregate passing No. 40 sieve ±4%
14 Aggregate passing No. 200 sieve ±2% Note1
15 Asphalt cement ±0.5%Note2
16
17 For open graded mix: Tolerance limits shall be for aggregate gradation only
18 and shall be as specified in Section 9-03.8(6).
19
20 Note 1 —2.0% if less than 50% RAP (Recycled Asphalt Pavement), 2.5%
21 for 50% RAP or more.
22
23 Note 2—0.5% if less than 20% RAP, 0.7% for over 20% RAP, but less
24 than 50% RAP, 1.0% for 50% RAP or greater.
25
26 These tolerance limits constitute the allowable limits used in Section 5-
27 04.3(8)A to determine acceptance.
28
29 9-05 DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS
30 9-05.4 Steel Culvert Pipe and Pipe Arch (RC)
31 Section 9-05.4 is revised as follows:
32
33 Steel culvert pipe and pipe arch shall meet the requirements of AASHTO M 36, Type I and Type II.
34 Welded seam aluminum coated (aluminized) corrugated steel pipe and pipe arch with metallized
35 coating applied inside and out following welding is acceptable and shall be asphalt treatment coated.
36
67 South 4th and Burnett Avenue South
Traffic Improvements
City of Renton
1 9-05.7(2) Reinforced Concrete Storm Sewer Pipe (RC)
2 Section 9-05.7(2) is replaced by the following:
3
4 Reinforced Concrete Storm Sewer pipe shall conform to the requirements of ASTM C-76 and
5 shall be Class IV. Cement used in the manufacture of reinforced concrete pipe shall be Type II
6 in conformance with ASTM C150. No admixture shall be used unless otherwise specified.
7
8 9-05.7(2)A Basis for Acceptance (RC)
9 Section 9-05.7(2)A is supplemented by the following:
11 All pipe shall be subject to (1) a three-edge-bearing strength (D-load) test in accordance
12 with ASTM C76; and (2) a hydrostatic test of rubber gasket joints in accordance with
13 ASTM C361 or AWWA C302 except test pressure shall be 5 psi.
14
15 9-05.7(4) Testing Concrete Storm Sewer Pipe Joints (RC)
16 Section 9-05.7(4) is supplemented by the following:
17 (<. . .)
18 Hydrostatic testing of rubber gasket joints shall be performed in accordance with ASTM C361
19 or AWWA C302 except test pressure shall be 5 psi.
20 9-05.9 Steel Spiral Rib Storm Sewer Pipe (RC)
21 Section 9-05.9 is replaced with:
22 (...**«)
23 The manufacturer of spiral rib storm sewer pipe shall furnish the Engineer a Manufacturer's
24 Certificate of Compliance stating that the materials furnished comply in all respects with these
25 Specifications. The Engineer may require additional information or tests to be performed by the
26 Contractor at no expense to the State.
27
28 Unless otherwise specified, spiral rib storm sewer pipe shall be furnished with pipe ends cut
29 perpendicular to the longitudinal axis of the pipe. Pipe ends shall be cut evenly. Spiral rib pipe shall
30 be fabricated either by using a continuous helical lock seam or a continuous helical welded seam
31 paralleling the rib.
32
33 Steel spiral rib storm sewer pipe shall be manufactured of metallic coated (aluminized or galvanized)
34 corrugated steel and inspected in conformance with Section 9-05.4. The size, coating, and metal
35 shall be as shown in the Plans or in the Specifications.
36
37 For spiral rib storm sewer pipe, helical ribs shall project outwardly from the smooth pipe wall and
38 shall be fabricated from a single thickness of material. The ribs shall be essentially rectangular and
39 shall be 3/4 inch plus two times the wall thickness (2t) plus or minus 1/8 inch (measured outside to
40 outside) and a minimum of 0.95 inch high (measured as the minimum vertical distance from the
41 outside of pipe wall immediately adjacent to the lockseam or stiffener to the top surface of rib). The
42 maximum spacing of the ribs shall be 11.75 inches center to center(measured normal to the
43 direction of the ribs). The radius of bend of the metal at the corners of the ribs shall be a minimum of
44 0.10 inch and a maximum of 0.17 inch. If the sheet between adjacent ribs does not contain a
45 lockseam, a stiffener shall be included midway between ribs, having a nominal radius of 0.25 inch
46 and a minimum height of 0.20 inch toward the outside of the pipe. Pipe shall be fabricated with ends
47 that can be effectively jointed with coupling bands.
48
49 When required, spiral rib or narrow pitch spiral rib pipe shall be bituminous treated or paved. The
50 bituminous treatment for spiral rib pipe shall conform to the requirements of Sections 9-05.4(3) and
51 9-05.4(4).
52
53 For narrow pitch spiral rib sewer pipe, the helical ribs shall project outwardly from the smooth pipe
54 wall and shall be fabricated from a single thickness of material. The ribs shall be .375 inch + 1/8
68 South 4th and Burnett Avenue South
Traffic Improvements
City of Renton
1 inch wide (measured outside to outside) and a minimum of.4375 inch high (measured as the
2 minimum vertical distance of ribs shall be 4.80 inches center to center(measured normal to the
3 direction of the ribs). The radius of bend of the metal at the corners of the ribs shall be 0.0625 inch
4 with an allowable tolerance of+ 10 percent.
5
6 9-05.12(3) CPEP Sewer Pipe
7 Section 9-05.12(3) is a new additional section:
8 ( ....,)
9 CPEP- Smooth interior pipe and fittings shall be manufactured from high density polyethylene
10 resin which shall meet or exceed the requirements of Type 111, Category 4 or 5, Grade P33 or
11 P34, Class C per ASTM D1248. In addition, the pipe shall comply with all material and stiffness
12 requirements of AASHTO M294.
13
14 9-05.14 ABS Composite Sewer Pipe
15 Section 9-05.14 is deleted
16 (., —)
17 9-05.17 Aluminum Spiral Rib Storm Sewer Pipe
18 Section 9-05.17 is replaced with:
20 Unless otherwise specified, spiral rib storm sewer pipe shall be furnished with pipe ends cut
21 perpendicular to the longitudinal axis of the pipe. Pipe ends shall be cut evenly. Spiral rib pipe shall
22 be fabricated by using a continuous helical lock seam with a seam gasket.
23
24 For spiral rib storm sewer pipe, helical ribs shall project outwardly from the smooth pipe wall and
25 shall be fabricated from a single thickness of material. The ribs shall be 3/4 inch wide by 3/4 inch
26 deep with a nominal spacing of 7-1/2 inches center to center. Pipe shall be fabricated with ends that
27 can be effectively jointed with coupling bands.
28
29 For narrow pitch spiral rib storm sewer pipe, helical ribs shall project outwardly from the smooth pipe
30 wall and shall be fabricated from a single thickness of material. The ribs shall be 0.375 inch + 1/8
31 inch wide (measured outside to outside) and a minimum spacing of ribs shall be 4.80 inches center
32 to center(measured normal to the direction of the ribs). The radius of bend of the metal at the
33 corners of the ribs shall be 0.0625 inch with an allowable tolerance of+ 10 percent.
34
35 For wide pitch spiral rib storm sewer pipe, helical ribs shall project outwardly from the smooth pipe
36 wall and shall be fabricated from a single thickness of material. The ribs shall be 3/4 inch + 1/8 inch
37 wide (measured outside to outside) and a minimum of 0.95 inch high (measured as the minimum
38 vertical distance from the outside of pipe wall to top surface of the rib). The maximum spacing of
39 ribs shall be 11.75 inches center to center(measured normal to the direction of the ribs). The radius
40 of bend of the metal at the corners of the ribs shall be 0.0625 inch with an allowable tolerance of±
41 10 percent.
42 9-06 STRUCTURAL STEEL AND RELATED MATERIALS
43
44 9-06.5(4) Anchor Bolts
45 Section 9-06.5(4) has been supplemented by adding:
47 All anchor bolts, nuts, washers and anchor plates for signal poles, street light poles, strain poles
48 or other types of poles shall meet the recommended specifications of the pole manufacturer.
49 The Contractor shall be responsible for providing to the Engineer any and all data concerning
69 South 4`h and Burnett Avenue South
Traffic Improvements
City of Renton
1 fabrication, strength test results, mill certification and other data required to confirm that the
2 anchor bolts -eet those specifications.
3
4 The following standard specifications shall apply to anchor bolts for street light, signal and
5 strain poles provided that the Contractor can submit documentation from the manufacturer
6 affirming that anchor bolts meeting these specifications are recommended for the pole to be
7 installed thereon:
8
9 1. The standard anchor bolt for aluminum street light poles shall be 42 inches in
10 length and shall meet the requirements of ASTM A 36 or ASTM A 307. The
11 shaft of the anchor bolt shall be a full one inch in diameter with a hot forged four
12 inch "L" bend on the bottom end and a minimum of six inches of die-cut threads
13 on the top end.
14 2. The anchor bolts for signal poles and strain poles shall meet the specifications
15 as designated on the approved manufacturer's pole plans and/or supplemental
16 plans or specifications provided by the manufacturer.
17
18 All anchor bolts, nuts and washers shall meet the pole manufacturer's specifications and shall
19 be hot dipped galvanized unless such galvanization is not permitted for the type of steel as per
20 Section 9-06.5(4).
21 9-08 PAINT"
22
2? Section 9-08.8 is a new section and subsections:
2- (******)
25 9-08.8 Manhole Coating System Products
26 9-08.8(1) Coating System Specification
27 The following coating system specifications shall be used for coating (sealing) interior concrete
28 (including the channel) surfaces of sanitary sewer manholes when required.
29 Coating System Specification
30 A. General
31 1. Buried Manhole
32 2. Surface Color Paint System
33
34 Buried, and White C-1
35 exposed
36 concrete
37 surfaces.
38
39 9-08.8(2) Coating Systems
40 A. High Solids Urethane
41
Coating System: C1
Coating Material: High Solids Urethane
Surfaces: Concrete
Surface In accordance with
Preparation: SSPC SP-7 (Sweep or
brush off blast)
Application: Shop/Field The drying
time between coats shall
not exceed 24hours in
any case
70 South 4th and Burnett Avenue South
Traffic Improvements
City of Renton
System 6.0 mils dry film
Thickness:
Coatings: Primer: One coat of
Wasser MC-Conseal
high solids urethane(2.0
DFT)Finish: Two or
more coats of Wasser
MC-Conseal (min. 4.0
DFT)
1
2
3 9-14 EROSION CONTROL AND ROADSIDE PLANTING
4
5 Section 9-14.1(1) is replaced with:
7
8 9-14.1(1) Topsoil Type A
9 Topsoil Type A shall be a commercially available two-way mix, consisting of 60 percent sandy
10 loam and 40 percent compost. Compost shall meet the following criteria:
11
12 Compost shall be stable, mature, decomposed organic solid waste that is the result of the
13 accelerated, aerobic biodegradation and stabilization under controlled conditions. The result is
14 a uniform dark, soil-like appearance.
15
16 Compost maturity or stability is the point at which the aerobic biodegradation of the compost
17 has slowed and oxygen consumption and carbon dioxide generation has dropped. Subsequent
18 testing provides consistent results.
19
20 Compost production and quality shall comply with the Interim Guidelines for Compost Quality,
21 #94-38 or superseding editions, and amendments, published by the Washington State
22 Department of Ecology.
23
24 Compost products shall meet the following physical criteria:
25 1 100 percent shall pass through a 1-inch sieve when tested in accordance with AASHTO
26 Test Method T87 and T88.
27 2 The pH range shall be between 5.5 and 8.5 when tested in accordance with WSDOT Test
28 Method 417.
29 3 Manufactured inert material (plastic, concrete, ceramics, metal, etc.) shall be less than 1
30 percent on a dry mass or volume basis, whichever provides for the least amount of foreign
31 material.
32 4 Minimum organic matter shall be 30 percent dry mass basis as determined by loss on
33 ignition (t-OI test).
34 5 Soluble salt contents shall be less than 4.0 mmhos/cm.
35 6 Compost shall score a number 5 or above on the Solvita Compost Maturity Test.
36
37 Contractor shall submit a Manufacturer's Certificate of Compliance stating that the soil meets
38 the requirements of these Special Provisions for approval by the Engineer. The Certificate of
39 Compliance shall also include soil fertility and micronutrient analysis performed by a soil
40 laboratory routinely engaged in testing soils for horticultural applications. The soil analysis shall
41 include recommendations by the soil testing laboratory (if any) for the addition of soil
42 amendments. Contractor shall add recommended soil amendments.
43
71 South 4th and Burnett Avenue South
Traffic Improvements
City of Renton
1 9-14.3 Fertilizer
2 Section 9-14.3 is supplemented as follows:
3 (******)
4 Fertilizer for erosion control seeding shall be granular fertilizer containing the following percentages
5 per weight:
6
7 10% Nitrogen (N)
8 20% Phosphorus (P)
9 30% Potash (K)
10
11 Fifty percent(50%) of the nitrogen shall be derived from Nitrogen "Blue Chip". Potash shall be
12 derived from sulfate of potash. Fertilizer shall be standard free flowing.
13 9-23 CONCRETE CURING MATERIALS AND ADMIXTURES
14 9-23.9 Fly Ash (RC)
15 Section 9-23.9 is revised as follows:
16 (*****.)
17 Fly ash shall not be used around water lines.
18 9-29 ILLUMINATION, SIGNALS, ELECTRICAL
19 9-29.1 Conduit (RC)
20 Section 9-29.1 is supplemented by adding the following:
21 (******)
22 The conduit P.V.C. - non-metallic shall be of the two types indicated below:
23 1. Schedule 80 Extra heavy wall P.V.C. conforming to ASTM, Standards, to be used in all
24 installations under roadways.
25 2. Schedule 40 heavy wall P.V.C. conforming to ASTM Standards.
26 9-29.2 Junction Boxes (RC)
27 Section 9-29.2 is supplemented with:
28 (**.,**)
29 Junction boxes shall be reinforced concrete with galvanized steel from anchored in place and
30 aa'.,anized steel cover plate (Diamond pattern) as indicated on detail sheets.
31
32 inscriptions on the covers of the junction boxes shall be as follows:
33 1. Signal only: "Signals"
34 2. Street Lighting only: "Lighting"
35 3. Traffic Signal and Street lighting Facilities: "TS-LT
36
37 Inscriptions on junction boxes performing the same function, i.e. street lighting, traffic signal, or both,
38 shall be consistent throughout the project. All junction boxes shall be installed in conformance with
39 provisions contained in the standard plans and detail sheets.
40
41 The above inscriptions shall not be higher than the top surface of the cover plates.
42
43 9-29.3 Conductors, Cable
44 Section 9-29.3 is revised and supplemented as follows:
45 ("***.)
46 Supplement:
47 Each wire shall be numbered at each terminal end with a wrap-around type numbering strip bearing
72 South 4" and Burnett Avenue South
Traffic Improvements
City of Renton
1 the circuit number shown on the plans.
2
3 The Contractor shall provide and install all the necessary wiring, fuses and fittings so as to complete
4 the installation of the signal and lighting equipment as shown on the plans. All materials and
5 installation methods, except as noted otherwise herein, shall comply with applicable sections of the
6 National Electrical Code.
7
8 Revisions:
9 8. Detector loop wire shall be No. 12 AWG stranded copper wire, Class B, with chemically
10 cross-linked polyethylene type RHH-RHW insulation of code thickness.
11
12 11. Communications cable shall meet REA specification PE-39 and shall have No. 19 AWG
13 wires with 0.008 inch FPA/MPR coated aluminum shielding. The cable shall have a
14 petroleum compound completely filling the inside of the cable.
15
16 Supplement:
17 The shielded communications/signal interconnect cable shall meet the following:
18 1. Conductors: Solid, soft drawn, annealed copper, size 19 awg.
19 2. Insulation: solid, virgin high density polyethylene or polypropylene, with telephone industry
20 color coding.
21 3. Cable core assembly: insulated conductors are twisted into pairs with varying lays (twist
22 lengths) to minimize cross talk and meet strict capacitance limits.
23 4. Shielding: A corrosion/oxidation resistant tinted ethylene copolymer coated (both sides)
24 .008"thick corrugated aluminum tape shield is applied longitudinally with shielding
25 coverage. A .005 corrugated tape applied in the same manner is acceptable.
26 5. Outer jacket: A black, low density high molecular weight virgin polyethylene (compounded
27 to withstand sunlight, temperature variations and other environmental conditions plus
28 abuse during installation) is extruded overall to provide a continuous covering.
29 6. Footage markings: footage markings must be printed sequentially a minimum of 2' along
30 the outer jacket.
31 7. Filling: the entire cable within the outer jacket is flooded with petroleum-polyethylene gel
32 filling compound including the area between the outer jacket and the shield.
33 9-29.9 Ballast, Transformers
34 Section 9-29.9 is supplemented by adding the following:
35 (*'****)
36 The Ballast shall be pre-wired to the lamp socket and terminal board.
37 9-29.10 Luminaires
38 Section 9-29.10 is supplemented by adding the following:
40 The filter shall be charcoal with elast-omer gasket.
41 Luminaires shall have a cast aluminum housing of the cobra head style with a glass ovate refractor.
42 The manufacturer's name or symbol shall be clearly marked on each luminaire.
43 9-29.11 Control Equipment
44 9-29.11(2) Photoelectric Controls
45 Section 9-29.11(2) is replaced with:
47 Photoelectric controls shall be a plug-in device, rated to operate on 120 volts, 60 Hz. The unit
48 shall consist of a light sensitive element connected to necessary control relays. The unit shall
49 be so designed that a failure of any electronic component will energize the lighting circuit.
50
51 The photo cell shall be a solid state device with stable turn-on values in the temperature range
73 South 4,h and Burnett Avenue South
Traffic Improvements
City of Renton
1 of-55 degrees C to +70 degrees C. The photo cell shall be mounted externally on top of the
2 luminaire. In a contactor controlled system, the photo cell to control the system shall be
3 mounted on the luminaire nearest to the service/r- actor cabinet. The photo cell shall be
4 capable of switching "ON" 1,000 watts of incande it load as a minimum.
5 9-29.13 Traffic Signal Controllers
6 9-29.13(3) Emergency Pre-emption
7 Section 9-29.13(3) is replaced with:
8 (.. . )
9 Immediately after a valid call has been received, the preemption controls shall cause the
10 signals to display the required clearance intervals and subsequent preemption intervals.
11 Preemption shall sequence as noted in the contract. Preemption equipment shall be installed
12 so that internal wiring of the controller, as normally furnished by the manufacturer, is not
13 altered. Termination of the pre-emption sequence shall NOT place a call on all vehicle and
14 pedestrian phases. Pre-emption indicators, if required, shall turn on when the controller reaches
15 the pre-empted phase.
16
17 Emergency vehicle pre-emption shall be furnished as modules that plug directly into a rack
18 wired to accept 3-M discriminator type units. The pre-emption system operation shall be
19 compatible with the 700 Series 3M company"opticom" system which the City of Renton is
20 currently using and shall be capable of being activated by the same transmitters.
21
22 The optical signal discriminator system shall enable an authorized vehicle to remotely control
23 traffic control signals from a distance of up to 1800 feet (0.54 kilometers) along an unobstructed
24 "line of sight" path. The system shall cause the traffic signals controller to move into an
25 appropriate fire pre-emption program. this optical discriminator shall interface to the 562
26 software, for field programmability. It shall consist of the following components:
27
28 1. Optical energy detectors which shall be mounted on the traffic signal mast arms and
29 shall receive the optical energy emitter's signal.
30 2. Discriminators which shall cause the signal controller to go into internal pre-emption
31 which will give the authorized vehicle the right of way in the manner shown on the
32 phase sequence diagram.
33 3. Pre-emption Indicator Lights.
34
35 Optical-Detector
36 1. Shall be of solid state construction.
37 2. Fittings shall meet the specifications of the system manufacturer to facilitate ease of
38 installation.
39 3. Shall operate over an ambient temperature range of-40°F to +180°F (-40°C to +850
40 C).
41 4. Shall have internal circuitry encapsulated in a semi-flexible compound and shall be
42 impervious to moisture.
43 5. Shall respond to the optical energy impulses generated by a pulsed Xenon source
44 with a pulse energy density of 0.8 micro joule per square meter at the detector, a rise
45 time less than one microsecond and half power point pulse width on not less than
46 thirty microseconds.
47
48 Discriminator
49 Each module shall do the following:
50 1. Shall provide for a minimum of two channels of optical detector input.
51 2. Shall provide for a minimum of two discrete channels of optically isolated output.
52
53 When a pre-emption detector detects an emergency vehicle, the phase selector shall hold the
54 controller in the required phase or advance directly to that phase after observing all vehicle
55 clearances. The phase selector shall hold the controller in the phase selected until the detector
74 South 4"'and Burnett Avenue South
Traffic Improvements
City of Renton
1 no longer detects the emergency vehicle.
2
3 When the phase selector is responding to one detector, it shall not respond to any other
4 detector until calls from the first detector are satisfied. Indicator lights shall indicate power on,
5 signal being received, channel called. Switches shall control system power and simulate
6 detector calls for each phase.
7 9-29.16 Vehicular Signal Heads
8 9-29.16(2) Conventional Traffic Signal Heads
9 Section 9-29.16(2) is supplemented by adding the following:
11 Vehicular signal heads shall have 12 inch lens sizes unless shown otherwise on the signal
12 plans.
13
14 Each signal head shall have a 1/4 inch drain hole in its base.
15
16 Position of the signal heads shall be located as close as possible to the center of the lanes.
17
18 Signal heads shall be mounted on the mast arm such that the red indicators lie in the same
19 plane and such that the bottom of the housing of a signal head shall not be less than 16 feet 6
20 inches nor more than 18 feet 6 inches above the grade at the center of the roadway.
21
22 9-29.16(2)A Optical Units
23 Section 9-29.16(2)A has been revised as follows:
25 Light Emitting Diode (LED) light sources are required for all displays.
26
27 9-29.16(2)B Signal Housing
28 The fifth paragraph of Section 9-29.16(2)B has been revised as follows:
30 Each lens shall be protected with a removable visor. The visor shall be tunnel type unless
31 noted otherwise in the contract. Tunnel, cap, and cut away type visors shall be made of
32 aluminum throughout. Visors shall be flat black in color inside and shall be yellow baked
33 enamel on the outside. Visors shall have attaching ears for installation to the housing door.
34 The signal display shall have square doors. End caps shall be made from aluminum and
35 shall be installed with fittings to provide a watertight seal. A bead of silicone sealant shall
36 be applied around the perimeter of all top end cap openings prior to installation of the end
37 cap assembly. Plastic end caps shall utilize a threaded stud with seal and wing nut. End
38 caps shall have the same color as the signal housing.
39
40 9-29.16(2)C Louvered Visors
41 Section 9-29.16(2)C has been revised as follows:
42 (...,,.)
43 Where noted in the Contract, louvered tunnel visors shall be furnished and installed.
44 Directional louvers shall be constructed to have a snug fit in the signal visor. The outside
45 cylinder shall be constructed of aluminum, and the louvers shall be constructed of
46 anodized aluminum painted flat black. Dimensions and arrangement of louvers shall be as
47 shown in the contract.
48
49 9-29.16(2)D Back Plates
50 Section 9-29.16(2)d has been deleted and replaced with:
52 Back plates shall be furnished and attached to the signal heads. Back plates shall be
53 constructed of anodized, 3-S half-hard aluminum sheet, 0.058-inch minimum thickness,
54 with 5-inch square cut border and painted black in front and yellow in back.
55
75 South 4th and Burnett Avenue South
Traffic Improvements
City of Renton
1 9-29.16(2)E Painting Signal Heads
2 Section 9-29.16(2)E has been revised as follows:
3 (...,. )
4 Traffic signal heads shall be finished with two coats of factory applied traffic signal federal
5 yellow baked enamel or shall be finished with a traffic signal federal yellow oven baked
6 powder coating comprised of resins and pigments. Aluminum end caps and the back of
7 back plates shall be painted to match the color of the signal housing. The inside of visors,
8 front of back plates, and louvers shall be finished with two coats of factory applied flat
9 black enamel.
lo 9-29.17 Signal Head Mounting Brackets and Fittings
11 Section 9-29.17 is replaced as follows:
12 ("**..)
13 Mounting hardware will provide for a rigid connection between the signal head and mast arm. All
14 mounting hardware will be of the top-mount plumbizer type as shown on the standard plans, unless
15 specified otherwise on the plans.
16
17 Vehicle and pedestrian signal head mountings shall be as detailed in the Standard Plans. Material
18 requirements for signal head mounts are as follows:
19 Aluminum
20 1. Hinge fittings for Type E mount.
21 2. Arms and slotted tube fittings for Type N mount.
22 3. Plumbizer, tapered adjustment washers and flange adapter fittings for Type M mount. The
23 plumbizer shall be cast from tenzalloy AAA No. 713.
24 4. Tube clamp and female clamp assembly for Type N mount.
25 Bronze
26 1. Terminal compartments for Type A, B, C, F, H, and K mounts.
27 2. Collars for Type C, D. =nd F mounts.
28 3. Ell fittings for Type L and LE mounts.
29 4. Messenger hanger and wire entrance fittings for Type P, Q, R, and S mounts.
30 5. Balance adjuster for Type Q, R, and S mounts.
31 Galvanized Steel
32 1. Washers for Type A, B, C, D, F, H, and K mounts.
33 2. Fasteners for Type A, B, E, H, and K mounts.
34 Stainless Steel
35 1. All set screws and cotter Keys.
36 2. Bands for Type N mount.
37 3. Hinge pins for Type E mount.
38 4. Bolts, nuts and washers for Type M mount.
39 5. Bolt, nut and washers for Type L mount.
40 6. Bolts, nuts, washers, and screw buckle swivels.
41 Steel
42 1. Center pipes, nipples, elbow and tee fittings for Type A, B, C, F, H, and K mounts.
43 2. Multi-head mounting assemblies and spider assemblies for Type Q, R, and S mounts.
44 1 Nipples for Type L, LE, P, Q, R, and S mounts.
45
46 All other miscellaneous hardware shall be stainless steel.
47
48 All hardware for mounts shall be painted with two coats of factory applied traffic signal federal yellow
49 baked enamel.
50
51 Pins for messenger hanger fittings shall be a minimum of 1 /2 inch in diameter.
52
53 Terminal compartments for Type A, B, C, F, H, and K mounts shall contain a 12 section terminal
54 block.
55
56 All hardware for mounts shall be painted with two coats of factory applied traffic signal Federal
57 yellow baked enamel.
76 South 4`h and Burnett Avenue South
Traffic Improvements
City of Renton
1 9-29.25 Amplifier, Transformer, and Terminal Cabinets
2 Section 9-29.25 is replaced with:
3 (*"**.)
4 The pole mounted terminal box shall be made of molded fiberglass, be gray in color, be
5 approximately 16" high x 13-7/8"wide x 5-7/8" deep and have a minimum of 16 terminals on the
6 terminal blocks. The box shall be weather tight, have a single door with continuous hinge on one
7 side and screw hold downs on the door locking side. All hardware will be stainless steel. All
8 mounting hardware shall be stainless steel and shall be incidental to the unit price of terminal box.
9
10 Terminal blocks shall be 600V heavy duty, barrier type. Each terminal shall be separated by a
11 marker strip. The marker strip shall be permanently marked with the circuit number indicated in the
12 Plans. Each connector shall be a screw type with No. 10 post capable of accepting no less than 3
13 #12 AWG wires fitted with spade tips.
14
15 Cabinet doors shall be gasketed with a one-piece closed cell neoprene gasket and shall have
16 a stainless steel piano hinge.
17
18 One spare 12 position terminal block shall be installed in each terminal cabinet and amplifier cabinet.
19
20 Mounting shall be as noted in the contract.
21
22 Interconnect splice tower cabinets shall be Type F, with nominal dimensions of 22" high x 13"wide x
23 11" deep and constructed of cast aluminum and fitted with a Best internal lock.
77 South 4 1 and Burnett Avenue South
Traffic Improvements
City of Renton
r. V.CONTRACT SPECIFICATIONS CITY OF RENTON
aw
r
u.
o
Amendments to the
Standard Specifications
South 4th St.and Burnett Ave.South
Traffic Improvements
City of Renton
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
9 purposes, the date following each Amendment title indicates the implementation date of the
10 Amendment or the latest date of revision.
11
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. Is
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
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 1-07.13(1),
41 1-07.13(2) or 1-07.13(3), payment will be made in accordance with Section 1-04.4 using
42 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.
- 49
50 Payment will be limited to repair of damaged work only. No payment will be made for
51 delay or disruption of work.
52
53 For the purpose of providing a common proposal for all bidders, the Contracting Agency
54 has entered an amount for "Reimbursement For Third Party Damage" in the proposal to
55 become a part of the total bid by the Contractor.
- 56
2005 AMENDMENTS-UPDATE 405 1
1 1-07.16(1) Private/Public Property
2 This section is revised to read:
3
4 The Contractor shall not use Contracting Agency owned or controlled property other
5 than that directly affected by the contract work without the approval of the Engineer. If
6 the Engineer grants such approval, the Contractor shall then vacate the area when
7 ordered to do so by the Engineer. Approval to temporarily use the property shall not
8 create any entitlement to further use or to compensation for any conditions or
9 requirements imposed.
10
11 The Contractor shall protect private or public property on or in the vicinity of the work
12 site. The Contractor shall ensure that it is not removed, damaged, destroyed, or
13 prevented from being used unless the contract so specifies.
14
15 Property includes land, utilities, trees, landscaping, improvements legally on the right-of-
16 way, markers, monuments, buildings, structures, pipe, conduit, sewer or water lines,
17 signs, and other property of all description whether shown on the plans or not.
18
19 If the Engineer orders , or if otherwise necessary, the Contractor shall install protection,
20 acceptable to the Engineer, for property such as that listed in the previous paragraph.
21 The Contractor is responsible for locating and protecting all property that is subject to
22 damage by the construction operation.
23 -
24 If the Contractor (or agents/employees of the Contractor) damage, destroy, or interfere
25 with the use of such property, the Contractor shall restore it to original condition. The
26 Contractor shall also halt any interference with the property's use. If the Contractor
27 refuses or does not respond immediately, the Engineer may have such property -
28 restored by other means and subtract the cost from money that will be or is due the
29 Contractor. ..
30
31 The Contractor may access the worksite from adjacent properties. The Contractor shall
32 not use or allow others to use this access to merge with public traffic. During non-
33 working hours, the Contractor shall provide a physical barrier that is either locked or
34 physically unable to be moved without equipment. The access shall not go through any
35 existing structures. The access may go through fencing. The Contractor shall control or
36 prevent animals from entering the worksite to the same degree.that they were controlled
37 before the fence was removed. The Contractor shall prevent persons not involved in
38 the contract work from entering the worksite through the access or through trails and -
39 pathways intersected by the access. If the contract documents require that existing
40 trails or pathways be maintained during construction, the Contractor will insure the safe
41 passage of trail or pathway users. The Contractor shall effectively control airborne
42 particulates that are generated by use of the access. The location and use of the
43 access shall not adversely affect wetlands or sensitive areas in any manner. The
44 Contractor shall be responsible for obtaining all haul road agreements, permits and/or
45 easements associated with the access. The Contractor shall replace any fence, repair
46 any damage and restore the site to its original state when the access is no longer
47 needed. The Contractor shall bear all costs associated with this worksite access.
48
49 1-07.16(2) Vegetation Protection and Restoration
50 The new paragraph below is inserted to follow the third paragraph:
51
52 Any pruning activity required to complete the work as specified shall be performed by
53 persons qualified as a Certified Arborist at the direction of the Engineer.
54
55 In the fifth paragraph, "Guide for Plant Appraisal, Eighth Edition" is revised to read "Guide for
56 Plant Appraisal, Current Edition".
57
58 1-07.16(3) Fences, Mailboxes, Incidentals
59 The first sentence in the first paragraph is revised to read:
60 -
2005 AMENDMENTS-UPDATE 4-05 2
1 The Contractor shall maintain any temporary fencing to prevent pedestrians from
2 entering the worksite and to preserve livestock, crops, or property when working through
3 or adjacent to private property.
4
5 1-07.18 Public Liability and Property Damage Insurance
6 This section is revised to read:
7
8 The Contractor shall obtain and keep in force the following policies of insurance. The
9 policies shall be with companies or through sources approved by the State Insurance
10 Commissioner pursuant to Chapter 48.05, RCW. Unless otherwise indicated below, the
11 policies shall be kept in force from the execution date of the contract until the date of
_ 12 acceptance by the Secretary (Section 1-05.12).
13
14 1. Owners and Contractors Protective Insurance providing bodily injury and property
15 damage liability coverage with limits of $3,000,000 per occurrence and in the
16 aggregate for each policy period, written on Insurance Services Office (ISO) form
17 CG0009 together with Washington State Department of Transportation Amendatory
18 Endorsement No. CG 29 08, specifying the State of Washington as a named
19 insured.
20
21 The Contractor may choose to terminate this insurance after the date of Substantial
22 Completion as determined by the Engineer or, should Substantial Completion not
_ 23 be achieved, after the date of Physical Completion as determined by the Engineer.
24 In the event the Contractor elects to terminate this coverage, prior to acceptance of
25 the contract, the Contractor shall first obtain an endorsement to the Commercial
26 General Liability Insurance described below that establishes the Contracting
27 Agency on that policy as an additional insured.
28
29 2. Commercial General Liability Insurance written under ISO Form CG0001 or its
30 equivalent with minimum limits of $3,000,000 per occurrence and in the aggregate
31 for each policy period. This protection may be a CGL policy or any combination of
32 primary, umbrella or excess liability coverage affording total liability limits of not less
33 than $3,000,000. Products and completed operations coverage shall be provided
_ 34 for a period of one year following final acceptance of the work.
35
36 3. Commercial Automobile Liability Insurance providing bodily injury and property
37 damage liability coverage for all owned and nonowned vehicles assigned to or used
�- 38 in the performance of the work with a combined single limit of not less than
39 $1,000,000 each occurrence with the State named as an additional insured in
40 connection with the Contractor's Performance of the contract.
41
42 The Owners and Contractors Protective Insurance policy shall not be subject to a
43 deductible or contain provisions for a deductible. The Commercial General Liability
44 policy and the Commercial Automobile Liability Insurance policy may, at the discretion of
45 the Contractor, contain such provisions. If a deductible applies to any claim under these
46 policies, then payment of that deductible will be the responsibility of the Contractor,
47 notwithstanding any claim of liability against the Contracting Agency. However in no
48 event shall any provision for a deductible provide for a deductible in excess of
49 $50,000.00.
50
51 Prior to contract execution, the Contractor shall file with the Department of
52 Transportation, Contract Payment Section, P.O. Box 47420, Olympia, WA 98504-7420,
53 ACORD Form Certificates of Insurance evidencing the minimum insurance coverages
54 required under these specifications.
55
_ 56 All insurance policies and Certificates of Insurance shall include a requirement providing
57 for a minimum of 45 days prior written notice to the Contracting Agency of any
58 cancellation or reduction of coverage. All insurance coverage required by this section
59 shall be written and provided by "occurrence-based" policy forms rather than by "claims
- 60 made" forms.
2005 AMENDMENTS-UPDATE 4-05 3
2 Failure on the part of the Contractor to maintain the insurance as required shall
3 constitute a material breach of contract upon which the Contracting Agency may, after
4 giving five working days notice to the Contractor to correct the breach, immediately
5 terminate the contract or, at its discretion, procure or renew such insurance and pay any
6 and all premiums in connection therewith, with any sums so expended to be repaid to
7 the Contracting Agency on demand, or at the sole discretion of the Contracting Agency,
8 offset against funds due the Contractor from the Contracting Agency.
9
10 All costs for insurance, including any payments of deductible amounts, shall be
11 considered incidental to and included in the unit contract prices and no additional
12 payment will be made. �.
13
14 1-07.23(1) Construction Under Traffic
15 The first paragraph is supplemented with the following:
16 �
17 The Contractor shall enter interstate highways only through legal movements from
18 existing roads, streets, and through other access points specifically allowed by the
19 contract documents.
20
21 The fourth sentence in the second paragraph is revised to read:
22
23 Deficiencies not caused by the Contractor's operations shall be repaired by the .�
24 Contractor, when ordered by the Engineer, at the Contracting Agency's expense.
25
26 In the sixth paragraph, 3. "C", the first sentence is revised to read:
27 •
28 Temporary concrete barrier or other approved barrier installed on the traffic side of the
29 drop-off with2 feet between the drop-off and the back of the barrier and a new edge of
30 pavement stripe a minimum of 2 feet from the face of the barrier.
31
32 SECTION 1-09, MEASUREMENT AND PAYMENT
33 April 5, 2004
34 1-09.6 Force Account
35 On page 1-91, under "For Labor", the fourth and fifth sentences in the second paragraph
36 are deleted.
37 -n
38 1-09.7 Mobilization
39 Under the second paragraph, item 3 is revised to read:
40
41 When the substantial completion date has been established for the project, payment of
42 any amount bid for mobilization in excess of 10 percent of the total original contract
43 amount will be paid.
44 „
45 SECTION 1-10, TEMPORARY TRAFFIC CONTROL
46 August 2, 2004
47 Section 1-10 is revised in its entirety to read: -
48
49 1-10.1 General
50 The Contractor, utilizing contractor labor and contractor-provided equipment and
51 materials (except when such labor, equipment or materials are to be provided by the
52 Contracting Agency as specifically identified herein,) shall plan, manage, supervise and ,
54 Perform all temporary traffic control activities needed to support the work of the contract.
all
55 1-10.1(1) Materials
56 Materials shall meet the requirements of the following sections:
57
58 Stop/Slow Paddles 9-35.1 -
2005 AMENDMENTS-UPDATE 4-05 4
1 Construction Signs 9-35.2
2 Wood Sign Posts 9-35.3
3 Sequential Arrow Signs 9-35.4
4 Portable Changeable Message Signs 9-35.5
5 Barricades 9-35.6
6 Traffic Safety Drums 9-35.7
7 Barrier Drums 9-35.8
8 Traffic Cones 9-35.9
9 Tubular Markers 9-35.10
10 Warning Lights and Flashers 9-35.11
11 Truck-Mounted Attenuator 9-35.12
.. 12
13 1-10.1(2) Description
14 The Contractor shall provide flaggers, spotters and all other personnel required for labor
15 for traffic control activities and not otherwise specified as being furnished by the
- 16 Contracting Agency.
17
18 The Contractor shall perform all procedures necessary to support the contract work.
19
20 The Contractor shall provide signs and other traffic control devices not otherwise
21 specified as being furnished by the Contracting Agency. The Contractor shall erect and
22 maintain all construction signs, warning signs, detour signs, and other traffic control
23 devices necessary to warn and protect the public at all times from injury or damage as a
24 result of the Contractor's operations which may occur on or adjacent to highways,
25 roads, or streets. No work shall be done on or adjacent to the roadway until all
26 necessary signs and traffic control devices are in place.
27
28 The traffic control resources and activities described shall be used for the safety of the
29 public, of the Contractor's employees, and of the Contracting Agency's personnel and to
30 facilitate the movement of the traveling public. They may be used for the separation or
31 merging of public and construction traffic when such use is in accordance with a specific
32 approved traffic control plan.
33
34 Upon failure of the Contractor to immediately provide flaggers; erect, maintain, and
35 remove signs; or provide, erect, maintain, and remove other traffic control devices when
36 ordered to do so by the Engineer, the Contracting Agency may, without further notice to
37 the Contractor or the Surety, perform any of the above and deduct all of the costs from
38 the Contractor's payments.
39
40 The Contractor shall be responsible for providing adequate labor, sufficient signs, and
41 other traffic control devices, and for performing traffic control procedures needed for the
42 protection of the work and the public at all times regardless of whether or not the labor,
43 devices or procedures have been ordered by the Engineer, furnished by the Contracting
44 Agency, or paid for by the Contracting Agency.
45
46 Wherever possible when performing contract work, the Contractor's equipment shall
47 follow normal and legal traffic movements. The Contractor's ingress and egress of the
48 work area shall be accomplished with as little disruption to traffic as possible. Traffic
- 49 control devices shall be removed by picking up the devices in a reverse sequence to
50 that used for installation. This may require moving backwards through the workzone.
51 When located behind barrier or at other locations shown on approved traffic control
52 plans, equipment may operate in a direction opposite to adjacent traffic.
53
54 The Contractor is advised that the Contracting Agency may have entered into operating
55 agreements with one or more law enforcement organizations for cooperative activities.
56 Under such agreements, at the sole discretion of the Contracting Agency, law
57 enforcement personnel may enter the workzone for enforcement purposes and may
58 participate in the Contractor's traffic control activities. The responsibility under the
59 contract for all traffic control resides with the Contractor and any such participation by
60 law enforcement personnel in Contractor traffic control activities will be referenced in the
2005 AMENDMENTS-UPDATE 405 5
1 Special Provisions or will be preceded by an agreement and, if appropriate, a cost �.
2 adjustment. Nothing in this contract is intended to create an entitlement, on the part of
3 the Contractor, to the services or participation of the law enforcement organization.
4
5 1-10.2 Traffic Control Management
6
7 1-10.2(1) General
8 It is the Contractor's responsibility to plan, conduct and safely perform the work. The
9 Contractor shall manage temporary traffic control with its own staff. Traffic control
10 management responsibilities shall be formally assigned to one or more company
11 supervisors who are actively involved in the planning and management of field contract
12 activities. The Contractor shall provide the Engineer with a copy of the formal
13 assignment. The duties of traffic control management may not be subcontracted.
14
15 The Contractor shall designate an individual or individuals to perform the duties of the
16 primary Traffic Control Supervisor (TCS). The designation shall also identify an
17 alternate TCS who can assume the duties of the primary TCS in the event of that
18 person's inability to perform. The TCS shall be responsible for safe implementation of
19 approved Traffic Control Plans provided by the Contractor.
20 °
21 The designated individuals shall be certified as worksite traffic control supervisors by
22 one of the organizations listed in the Special Provisions. Possession of a current
23 flagging card by the TCS is mandatory. A traffic control management assignment and a .
24 TCS designation are required on all projects that will utilize traffic control.
25
26 The Contractor shall maintain 24-hour telephone numbers at which the Contractor's
27 assigned traffic control management personnel and the TCS can be contacted and be
28 available upon the Engineer's request at other than normal working hours. These
29 persons shall have the resources, ability and authority to expeditiously correct any
30 deficiency in the traffic control system.
31
32 1-10.2(1)A Traffic Control Management
33 The responsibilities of the Contractor's traffic control management personnel shall
34 include:
35
36 1. Overseeing and approving the actions of the Traffic Control Supervisor (TCS)
37 to ensure that proper safety and traffic control measures are implemented and
38 consistent with the specific requirements created by the Contractor's
39 workzones and the Contract. Some form of oversight must be in place and
40 effective even when the traffic control management personnel are not present
41 at the jobsite.
42
43 2. Providing the Contractor's designated TCS with approved Traffic Control Plans
44 (TCP's) which are compatible with the work operations and traffic control for
45 which they will be implemented. Having the latest adopted edition of the
46 Manual On Uniform Traffic Control Devices for Streets and Highways
47 (MUTCD,) including the Washington State Modifications to the MUTCD and
48 applicable standards and specifications available at all times on the project.
49
50 3. Discussing proposed traffic control measures and coordinating implementation
51 of the Contractor-adopted traffic control plan(s) with the Engineer.
52
53 4. Coordinating all traffic control operations, including those of subcontractors
54 and suppliers, with each other and with any adjacent construction or
55 maintenance operations.
56
57 5. Coordinating the project's activities (such as ramp closures, road closures, and -
58 lane closures) with appropriate police, fire control agencies, city or county
59 engineering, medical emergency agencies, school districts, and transit
60 companies.
2005 AMENDMENTS-UPDATE 4-05 6
r/
1
2 6. Overseeing all requirements of the contract which contribute to the
3 convenience, safety, and orderly movement of vehicular and pedestrian traffic.
4
5 7. Reviewing the TCS's diaries daily and being aware of "field" traffic control
6 operations.
7
8 8. Being present on-site a sufficient amount of time to adequately satisfy the
9 above-listed responsibilities.
10
11 Failure to carry out any of the above-listed responsibilities shall be a failure to comply
12 with the contract and may result in a suspension of work as described in Section 1-08.6.
13
14 1-10.2(1)B Traffic Control Supervisor
15 A Traffic Control Supervisor (TCS) shall be present on the project whenever flagging or
16 spotting or other traffic control labor is being utilized or less frequently, as authorized by
17 the Engineer.
18
- 19 The TCS shall personally perform all the duties of the TCS. During nonwork periods, the
20 TCS shall be available to the job site within a 45-minute time period after notification by
21 the Engineer.
22
23 The TCS's duties shall include:
24
25 1. Having a current set of approved traffic control plans (TCPs), applicable
26 contract provisions as provided by the Contractor, the latest adopted edition of
27 the MUTCD, including the Washington State Modifications to the MUTCD, the
28 book Quality Standards for Work Zone Traffic Control Devices, and applicable
29 standards and specifications. Is
30
31 2. Inspecting traffic control devices and nighttime lighting for proper location,
32 installation, message, cleanliness, and effect on the traveling public. Traffic
33 control devices shall be inspected each work shift except that Class A signs
34 and nighttime lighting need to be checked only once a week. Traffic control
35 devices left in place for 24 hours or more should also be inspected once during
36 the nonworking hours when they are initially set up (during daylight or
37 darkness, whichever is opposite of the working hours). The TCS shall correct,
38 or arrange to have corrected, any deficiencies noted during these inspections.
39
40 3. Preparing a daily traffic control diary on DOT Forms 421-040A and 421-040B,
41 which shall be submitted to the Engineer no later than the end of the next
42 working day to become a part of the project records. The Contractor may use
43 alternate forms if approved by the Engineer. Diary entries shall include, but not
44 be limited to:
45
46 a. Time of day when signs and traffic control devices are installed and
47 removed,
48 b. Location and condition of signs and traffic control devices,
49 c. Revisions to the traffic control plan,
50 d. Lighting utilized at night, and
51 e. Observations of traffic conditions.
52
53 4. Making minor revisions to the traffic control plan to accommodate site
54 conditions provided that the original intent of the traffic control plan is
55 maintained and the revision has the concurrence of both the Contractor and
- 56 the Engineer.
57
58 5. Attending traffic control coordinating meetings or coordination activities as
59 necessary for full understanding and effective performance.
60
2005 AMENDMENTS-UPDATE 4-05 7
1 6. Ensuring that all needed traffic control devices and equipment are available -.
2 and in good working condition prior to the need to install or utilize them.
3
4 The TCS may perform the work described by "Faaggers and Spotters" or "Other Traffic
5 Control Labor" provided that the duties of the TCS are accomplished.
6
7 1-10.2(2) Traffic Control Plans
8 The traffic control plan or plans appearing in the contract documents show a method of
9 handling traffic. All construction signs, flaggers, spotters and other traffic control devices
10 are shown on the traffic control plan(s) except for emergency situations. Where
11 mainline contract traffic control plans are developed with the intent of operating without
12 the use of flaggers or spotters, the plans shall note that intent. The use of flaggers or
13 spotters to supplement these traffic control plans will not be allowed except in a case
14 where no other means of traffic control can be used or in the event of an emergency. If
15 the Contractor proposes the use of flaggers or spotters with one of these plans, this will
16 constitute a modification requiring approval by the Engineer. The modified plans must
17 show locations for all the required advance warning signs and a safe, protected location
18 for the flagging station. If flagging is to be performed during hours of darkness, the plan
19 must include appropriate illumination for the flagging station.
20
21 When the Contractor's chosen method of performing the work in the contract requires
22 some form of temporary traffic control, the Contractor shall either: (1.) designate and
23 adopt, in writing, the traffic control plan or plans from the contract documents that ..
24 support that method; or (2.) submit a Contractor's plan that modifies, supplements or
25 replaces a plan from the contract documents. Any Contractor-proposed modification,
26 supplement or replacement shall show the necessary construction signs, flaggers,
27 spotters and other traffic control devices required to support the work. Any Contractor-
28 proposed traffic control plan shall conform to the established standards for plan
29 development as shown in the MUTCD, Part VI. The Contractor's submittal,-either
30 designating and adopting a traffic control plan from the contract documents or proposing
31 a Contractor-developed plan, shall be provided to the Engineer for approval at least ten
32 calendar days in advance of the time the signs and other traffic control devices are
33 scheduled to be installed and utilized. The Contractor shall be solely responsible for
34 submitting any proposed traffic control plan or modification, obtaining the Engineer's
35 approval and providing copies of the approved Traffic Control Plans to the Traffic
36 Control Supervisor.
37
38 1-10.2(3) Conformance to Established Standards -
39 Flagging, signs, and all other traffic control devices and procedures furnished or
40 provided shall conform to the standards established in the latest adopted edition of the
41 Manual On Uniform Traffic Control Devices for Streets and Highways (MUTCD)
42 published by the U.S. Department of Transportation and the Washington State
43 Modifications to the MUTCD. Judgment of the quality of devices furnished will be based
44 upon Quality Standards for Work Zone Traffic Control Devices, published by the
45 American Traffic Safety Services Association. Copies of the MUTCD may be purchased ry
46 from the Superintendent of Documents, U.S. Government Printing Office, Washington,
47 D.C. 20402. The Washington State Modifications to the MUTCD and Quality Standards
48 for Work Zone Traffic Control Devices may be obtained from the Department of
49 Transportation, Olympia, Washington 98504.
50
51 In addition to the standards of the MUTCD described above, the Contracting Agency
52 has scheduled the implementation of crashworthiness requirements for most workzone
53 devices. The National Cooperative Highway Research Project (NCHRP) Report 350 has
54 established requirements for crash testing. Workzone devices are divided into four
55 categories. Each of those categories and, where applicable, the schedule for
56 implementation is described below: .
57
58 Category 1 includes those items that are small and lightweight, channelizing, and
59 delineating devices that have been in common use for many years and are known to be
60 crashworthy by crash testing of similar devices or years of demonstrable safe y°
2005 AMENDMENTS-UPDATE 4-05 8
1 performance. These include cones, tubular markers, flexible delineator posts, and
2 plastic drums. All Category 1 devices used on the project shall meet the requirements of
3 NCHRP 350 as certified by the manufacturer of the device.
4
5 Category 2 includes devices that are not expected to produce significant vehicular
6 velocity change, but may otherwise be hazardous. Examples of this class are
7 barricades, portable sign supports and signs, intrusion alarms and vertical panels. Any
- 8 new Category 2 device purchased after October 1, 2000 shall meet the requirements of
9 NCHRP 350. Existing equipment, purchased prior to October 1, 2000, may be used on
10 the project until December 31, 2007. For the purpose of definition, a sign support and
11 sign shall be considered a single unit. A new sign may be purchased for an existing sign
12 support and the entire unit will be defined as "existing equipment."
13
14 Category 3 is for hardware expected to cause significant velocity changes or other
15 potentially harmful reactions to impacting vehicles. Barriers, fixed sign supports, crash
16 cushions, truck mounted attenuators (TMA's) and other work zone devices not meeting
17 the definitions of Category 1 or 2 are examples from this category. Many Category 3
18 devices are defined in the design of the project. Where this is the case, NCHRP 350
19 requirements have been incorporated into the design and the Contractor complies with
20 the requirements by constructing according to the plans and specifications. Where the
21 device is a product chosen by the Contractor, the device chosen must be compliant with
22 the requirements of NCHRP 350.
23
24 Category 4 includes portable or trailer-mounted devices such as Arrow Displays,
25 Temporary Traffic Signals, Area Lighting Supports, and Portable Changeable Message
26 Signs. There is presently no implementation schedule for mandatory crashworthiness
" 27 compliance for these devices.
28
29 The condition of signs and traffic control devices shall be new or"acceptable" as damned
30 in the book Quality Standards for Work Zone Traffic Control Devices, and will be
31 accepted based on a visual inspection by the Engineer. The Engineer's decision on the
32 condition of a sign or traffic control device shall be final. A sign or traffic control device
33 determined to be "not acceptable" shall be removed from the project and replaced within
34 12 hours.
35
36 1-10.3 Traffic Control Labor, Procedures and Devices
37
38 1-10.3(1) Traffic Control Labor
39 The Contractor shall furnish all personnel for flagging, spotting, for the execution of all
40 procedures related to temporary traffic control and for the setup, maintenance and
41 removal of all temporary traffic control devices and construction signs necessary to
42 control traffic during construction operations.
43
44 Workers engaged as flaggers or spotters shall wear reflective vests and hard hats.
45 During hours of darkness, white coveralls or white or yellow rain gear shall also be
46 worn. The vests and other apparel shall be in conformance with Section 1-07.8.
47
48 1-10.3(1)A Flaggers and Spotters
49 Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans
50 or where directed by the Engineer. Any flagger or spotter shall possess a current
51 flagging card issued by the State of Washington, Oregon, or Idaho. The flagging card
52 shall be immediately available and shown to the Contracting Agency upon request.
53
54 Flagging stations shall be shown on Traffic Control Plans at locations where
55 construction operations require stopping or diverting public traffic. Flagging stations
- 56 shall be staffed only when flagging is required. This staffing may be continuous or
57 intermittent, depending on the nature of the construction activity. Whenever a flagger is
58 not required to stop or divert traffic, the flagger shall move away from the flagging
59 station to a safer location. During hours of darkness, flagging stations shall be
60 illuminated in a manner that insures that flaggers can easily be seen but that does not
2005 AMENDMENTS-UPDATE 4-05 9
1 cause glare to the traveling public. Flaggers shall be equipped with portable two-way w
2 radios, with a range suitable for the project. The radios shall be capable of having direct
3 contact with project management (foremen, superintendents, etc.).
4
5 The Contractor shall furnish the MUTCD standard Stop/Slow paddles for all flagging
6 operations. The specification for Stop/Slow paddles (9-35.1) calls for 24" paddles and
7 all new paddles purchased for the project shall conform to those provisions. Previously
8 specified 18" paddles may be used at the request of the Contractor until December 31,
9 X005.
10
11 Spotting stations shall be shown on Traffic Control Plans at locations where a spotter
12 can detect errant drivers or other hazards and provide an effective warning to other ..
13 workers. Spotting stations will not be allowed at locations where the spotter will be in
14 unnecessary danger. The Contractor shall furnish noise-makers or other effective
15 warning devices for spotting operations.
16 -
17 1-10.3(1)6 Other Traffic Control Labor
18 In addition to flagging or spotting duties, the Contractor shall provide personnel for all
19 other traffic control procedures required by the construction operations and for the labor
20 to install, maintain and remove any traffic control devices shown on Traffic Control
21 Plans.
22
23 1-10.3(2) Traffic Control Procedures
24
25 1-10.3(2)A One-Way Traffic Control
26 The project work may require that traffic be maintained on a portion of the roadway
27 during the progress of the work using one-way traffic control. If this is the case, the
28 Contractor's operation shall be confined to one-half the roadway, permitting traffic on the
29 other half. If shown on an approved traffic control plan or directed by the Engineer, one-
30 way traffic control, in accordance with the MUTCD, shall be provided and shall also
31 conform to the following requirements:
32
33 In any one-way traffic control configuration, side roads and approaches will be closed or
34 controlled by a flagger or by appropriate approved signing. A side road flagger will
35 coordinate with end flaggers where there is line of sight and with the pilot car where the
36 end flaggers cannot be seen.
37
38 Queues of vehicles will be allowed to take turns passing through the workzone in the
39 single open lane. When one-way traffic control is in effect, contractor vehicles shall not
40 use the open traffic lane except while following the same rules and routes required of
41 the public traffic.
42
43 As conditions permit, the Contractor shall, at the end of each day, leave the work area in
44 such condition that it can be traveled without damage to the work, without danger to
45 traffic, and without one-way traffic control. If, in the opinion of the Engineer, one-way
46 traffic control cannot be dispensed with after working hours, then the operation will be
47 continued throughout the non-working hours.
48
49 1-10.3(2)6 Rolling Slowdown
50 For work operations on multi-lane roadways which necessitate short-term roadway
51 closures of 15 minutes or less, the Contractor shall implement a rolling slowdown.
52 Where included in an approved traffic control plan, a rolling slowdown shall be
53 accomplished using one traffic control vehicle with flashing amber lights for each lane to
54 be slowed down plus one control vehicle to serve as a chase vehicle for traffic ahead of
55 the blockade. The traffic control vehicles shall enter the roadway and form a moving
56 blockade to reduce traffic speeds and create a clear area in front of the moving _.
57 blockade to accomplish the work without a total stoppage of traffic.
58
2005 AMENDMENTS-UPDATE 405 10
I A portable changeable message sign shall be placed ahead of the starting point of the
2 traffic control to warn traffic of the slowdown. The sign shall be placed far enough
3 ahead of the work to avoid any expected backup of vehicles.
4
5 The location where the traffic control vehicles shall begin the slowdown and the speed
6 at which the moving blockade will be allowed to travel will be calculated to
7 accommodate the estimated time needed for closure. The chase control vehicle shall
8 follow the slowest vehicle ahead of the blockade. When the chase vehicle passes, the
9 Contractor may begin the work operation. In the event that the work operation is not
10 completed when the moving blockade reaches the site, all work except that necessary
11 to clear the roadway will cease immediately and the roadway shall be cleared and
12 reopened as soon as possible.
13
14 All ramps and entrances to the roadway between the moving blockade and work
15 operation shall be temporarily closed using flaggers. Radio communications between
- 16 the work operation and the moving blockade shall be established and utilized to adjust
17 the speed of the blockade to accommodate the closure time needed.
18
19 1-10.3(2)C Lane Closure Setup/Takedown
20 Where allowed by the contract and where shown on approved traffic control plans or
21 directed by the Engineer, the Contractor shall set up traffic control measures to close
22 one or more lanes of a multi-lane facility. When this is to occur, the following sequence
23 shall be followed:
24
25 1. Advance warning signs are set up on the shoulder of the roadway opposite the
26 lane to be closed,
27
28 2. Advance warning signs are set up on the same shoulder as the lane to be
29 closed,
30
31 3. A truck-mounted attenuator, with arrow board, is moved into place at the
32 beginning of the closure taper,
33
34 4. Channelization devices are placed to mark the taper and the length of the
35 closure as shown on the traffic control plan.
36
37 Once the lane is closed, the TMA/arrow board combination may be replaced
38 with an arrow board without attenuator.
39
40 If additional lanes are to be closed, this shall be done in sequence with previous lane
41 closures using the same sequence of activities. A truck-mounted attenuator with arrow
42 board is required during the process of closing each additional lane and may be
43 replaced with an arrow board without attenuator after the lane is closed. Each closed
44 lane shall be marked with a separate arrow board at all times.
45
46 Traffic control for lane closures shall be removed in the reverse order of its installation.
47
48 1-10.3(2)D Mobile Operations
49 Where construction operations are such that movement along the length of a roadway is
50 continuous or near-continuous to the extent that a stationary traffic control layout will not
51 be effective, the Contractor shall implement a moving, or mobile, traffic control scheme.
52 Such moving control shall always be conducted in the same direction as the adjacent
53 traffic.
54
55 Where shown on an approved traffic control plan or where directed by the Engineer,
56 mobile traffic control shall consist of portable equipment, moving with the operation. A
57 portable changeable message sign shall be established in advance of the operation, far
58 enough back to provide warning of both the operation and of any queue of traffic that
59 has formed during the operation. The advance sign shall be continuously moved to stay
60 near the back of the queue at all times. A truck-mounted attenuator, with arrow board,
2005 AMENDMENTS-UPDATE 405 11
1 shall be positioned and maintained at a fixed distance upstream of the work. A shadow
2 vehicle, with truck-mounted attenuator shall be positioned and maintained immediately
3 upstream of the work.
4
5 1-10.3(2)E Patrol & Maintain Traffic Control Measures
6 At all times, when temporary traffic control measures are in place, the Contractor shall
7 provide for patrolling and maintaining these measures. The work shall consist of
8 resetting mislocated devices, assuring visibility of all devices, cleaning and repairing
9 where necessary, providing maintenance for all equipment, including replacing batteries
10 and light bulbs as well as keeping motorized and electronic items functioning, and
11 adjusting the location of devices to respond to actual conditions, such as queue length,
12 unanticipated traffic conflicts and other areas where planned traffic control has proven
13 ineffective.
14
15 This work shall be performed by the Contractor, either by or under the direction of the
16 Traffic Control Supervisor. Personnel, with vehicles if necessary, shall be dispatched so
17 that all traffic control can be reviewed at least once per hour during working hours and
18 at least once during each non-working shift.
19
20 1-10.3(3) Traffic Control Devices
21
22 1-10.3(3)A Construction Signs
23 All construction signs required by approved traffic control plans, as well as any other
24 appropriate signs directed by the Engineer shall be furnished by the Contractor. The
25 Contractor shall provide the posts or supports and erect and maintain the signs in a
26 clean, neat, and presentable condition until the need for them has ended. Post
27 mounted signs shall be installed as shown in Standard Plans G-1 and G-4a. Sign
28 attachment to posts shall conform to the applicable detail shown in Standard Plan G-9b.
29 When the need for construction signs has ended, the Contractor, upon approval'sof the
30 Engineer, shall remove all signs, posts, and supports from the project and they shall
31 remain the property of the Contractor. -
32
33 No passing zones on the existing roadway that are marked with paint striping and which
34 striping is to be obliterated by construction operations shall be replaced by "Do Not ..
35 Pass" and "Pass With Care" signs. The Contractor shall provide and install the posts
36 and signs. The signs shall be maintained by the Contractor until they are removed or
37 until the contract is physically completed. When the project includes striping by the
38 Contractor, the signs and posts shall be removed by the Contractor when the no •
39 passing zones are reestablished by striping. The signs and posts will become the
40 property of the Contractor. When the Contractor is not responsible for striping and when
41 the striping by others is not completed when the project is physically completed, the
42 posts and signs shall be left in place and shall become the property of the Contracting -`
43 Agency.
44
45 All existing signs, new permanent signs installed under this contract, and construction
46 signs installed under this contract that are inappropriate for the traffic configuration at a
47 given time shall be removed or completely covered with metal, plywood, or an Engineer
48 approved product specifically manufactured for sign covering during periods when they
49 are not needed.
50
51 Construction signs will be divided into two classes. Class A construction signs are those
52 signs that remain in service throughout the construction or during a major phase of the
53 work. They are mounted on posts, existing fixed structures, or substantial supports of a
54 semi-permanent nature. Class A signs will be designated as such on the approved
55 Traffic Control Plan. "Do Not Pass" and "Pass With Care" signs are classified as Class
56 A construction signs. Sign and support installation for Class A signs shall be in
57 accordance with the Contract Plans or the Standard Plans. Class B construction signs
58 are those signs that are placed and removed daily, or are used for short durations which
59 may extend for one or more days. They are mounted on portable or temporary
60 mountings.
2005 AMENDMENTS-UPDATE 405 12
2 Where it is necessary to add weight to signs for stability, the only allowed method will be
3 a bag of sand that will rupture on impact. The bag of sand shall have a maximum
4 weight of 40 pounds, and shall be suspended no more than 1 foot from the ground.
-- 5
6 Signs, posts, or supports that are lost, stolen, damaged, destroyed, or which the
7 Engineer deems to be unacceptable while their use is required on the project shall be
8 replaced by the Contractor.
9
10 1-10.3(3)B Sequential Arrow Signs
11 Where shown on an approved traffic control plan or where ordered by the Engineer, the
12 Contractor shall provide, operate and maintain sequential arrow signs. In some
13 locations, the sign will be shown as a unit with an attenuator. In other locations, the
14 plan will indicate a stand-alone unit.
15
-- 16 1-10.3(3)C Portable Changeable Message Sign
17 Where shown on an approved traffic control plan or where ordered by the Engineer, the
18 Contractor shall provide, operate and maintain portable changeable message signs.
19 These signs shall be available, on-site, for the entire duration of their projected use.
- 20
21 1-10.3(3)D Barricades
22 Where shown on an approved traffic control plan or where ordered by the Engineer, the
_ 23 Contractor shall provide, install and maintain barricades. Barricades shall be kept in
24 good repair and shall be removed immediately when, in the opinion of the Engineer,
25 they are no longer functioning as designed.
26
27 Where it is necessary to add weight to barricades for stability, the only allowed method
28 will be a bag of sand that will rupture on impact. The bag of sand shall have a
29 maximum weight of 40 pounds, and shall be suspended no more than 1 foot from the
30 ground.
31
32 1-10.3(3)E Traffic Safety Drums
33 Where shown on an approved Traffic Control Plan, or where ordered by the Engineer,
34 the Contractor shall provide, install and maintain Traffic Safety Drums.
35
36 Used drums may be utilized, provided all drums used on the project are of essentially
37 the same configuration.
38
39 The drums shall be designed to resist overturning by means of a weighted lower unit
40 that will separate from the drum when impacted by a vehicle.
41
42 Drums shall be regularly maintained to ensure that they are clean and that the drum and
43 reflective material are in good condition. If the Engineer determines that a drum has
44 been damaged beyond usefulness, or provides inadequate reflectivity, a replacement
45 drum shall be furnished.
46
47 When the Engineer determines that the drums are no longer required, they shall be
48 removed from the project and shall remain the property of the Contractor.
49
50 1-10.3(3)F Barrier Drums
51 Where shown on approved Traffic Control Plans and as ordered by the Engineer, barrier
52 drums shall be placed on temporary concrete barrier at the following approximate
53 spacing:
54
55 Concrete Barrier Barrier Drum
56 Placement , Spacing in Feet
57 Tangents Y2 mile or less 1 2 times posted speed limit
58 Tangents greater than '/z mile 4 times posted speed limit
59 Tapers and Curves posted speed limit
60
2005 AMENDMENTS-UPDATE 4-05 13
1 Note 1 A minimum of 3 barrier drums shall be used. ..
2 Note 2 A minimum of 5 barrier drums shall be used.
3
4 Temporary concrete barrier reflectors may be excluded when using barrier drums.
5
6 Both legs of the barrier drums shall be completely filled with sand. The top oval should
7 not be filled.
8
9 Used barrier drums may be used, provided all barrier drums used on the project are of
10 essentially the same configuration.
11
12 Barrier drums shall be regularly maintained to ensure that they are clean and that the
13 barrier drum and reflective material are in good condition. If the Engineer determines
14 that a barrier drum has been damaged beyond usefulness, or provides inadequate
15 reflectivity, a replacement barrier drum shall be furnished.
16
17 When the Engineer determines that the drums are no longer required, they shall be
18 removed from the project and shall remain the property of the Contractor.
19
20 1-10.3(3)G Traffic Cones
21 Where shown on an approved traffic control plan or where ordered by the Engineer, the
22 Contractor shall provide, install and maintain traffic cones. Cones shall be kept in good
23 repair and shall be removed immediately when directed by the Engineer. Where wind or
24 moving traffic frequently displace cones, an effective method of stabilizing cones, such
25 as stacking two together at each location, shall be employed.
26
27 1-10.3(3)H Tubular Markers --
28 Where shown on an approved traffic control plan or where ordered by the Engineer, the
29 Contractor shall provide, install and maintain tubular markers. Tubular markers S44all be
30 kept in good repair and shall be removed immediately when directed by the Engineer.
31 Tubular markers are secondary devices and are not to be used as substitutes for cones
32 or other delineation devices without an approved traffic control plan.
33
34 Where the Traffic Control Plan shows pavement-mounted tubular markers, the adhesive
35 used to fasten the base to the pavement shall be suitable for the purpose, as approved
36 by the Engineer. During the removal of pavement-mounted tubular markers, care shall
37 be taken to avoid damage to the existing pavement. Any such damage shall be
38 repaired by the Contractor at no cost to the Contracting Agency. -
39
40 1-10.3(3)1 Warning Lights and Flashers
41 Where shown attached to traffic control devices on an approved traffic control plan or
42 where ordered by the Engineer, the Contractor shall provide and maintain flashing
43 warning lights. Lights attached to advance warning signs shall be Type B, high-intensity.
44 Lights attached to traffic safety drums, barricades or other signs shall be Type C,
45 steady-burning low intensity or, where attention is to be directed to a specific device,
46 Type A, flashing low-intensity units.
47
48 1-10.3(3)J Truck-Mounted Attenuator
49 Where shown on an approved traffic control plan or where ordered by the Engineer, the
50 Contractor shall provide, operate and maintain truck-mounted impact attenuators (TMA).
51 These attenuators shall be available, on-site, for the entire duration of their projected
52 use.
53 -
54 The TMA shall be positioned to separate and protect construction workzone activities
55 from normal traffic flow.
56
57 During use, the attenuator shall be in the full down-and-locked position. For stationary .�
58 operations, the truck's parking brake shall be set.
59
2005 AMENDMENTS-UPDATE 4-05 14
1 1-10.4 Measurement
2
3 1-10.4(1) Lump Sum Bid for Project (No Unit Items)
4 When the bid proposal contains the item Project Temporary Traffic Control", there will
5 be no measurement of unit items for work defined by Section 1-10 except as described
6 in Section 1-10.4(3). Also, except as described in Section 1-10.4(3), all of Sections 1-
7 10.4(2) and 1-10.5(2) is deleted.
8
9 No specific unit of measurement will apply to the lump sum item of "Project Temporary
10 Traffic Control."
11
12 1-10.4(2) Item Bids with Lump Sum for Incidentals
13 When the bid proposal does not contain the item "Project Temporary Traffic Control",
14 Sections 1-10.4(1) and 1-10.5(1) are deleted and the bid proposal will contain some or
15 all of the following items, measured as noted.
-- 16
17 No specific unit of measurement will apply to the lump sum item of "Traffic Control
18 Supervisor."
19
20 "Flaggers and Spotters will be measured by the hour. Hours will be measured for each
21 flagging or spotting station, shown on an approved Traffic Control Plan,
when that
22 station is staffed in accordance with Section 1-10.3(1)A. When a flagging station is
23 staffed on an intermittent basis, no deduction will be made in measured hours provided
24 that the person staffing the station is in a standby mode and is not performing other
25 duties.
26
27 "Other Traffic Control Labor" will be measured by the hour. With the exception of
28 patrolling and maintaining, hours will be measured for each person engaged in any one
29 of the following activities: w
30
- 31 0 Operating a pilot vehicle during one-way piloted traffic control.
32
33 0 Operating a traffic control vehicle or a chase vehicle during a rolling slowdown
34 operation.
35
36 0 Operating a vehicle or placing/removing traffic control devices during the setup
37 or takedown of a lane closure. Performing preliminary work to prepare for
-- 38 placing and removing these devices.
39
40 0 Operating any of the moving traffic control equipment, or adjusting signing
41 during a mobile operation as described in Section 1-10.3(2)D.
42
43 0 Patrolling and maintaining traffic control measures as described in Section 1-
44 10.3(2)E. The hours of one person will be measured for each patrol route
45 necessary to accomplish the review frequency required by the provision,
46 regardless of the actual number of persons per route.
47
48 0 Placing and removing Class B construction signs. Performing preliminary work
- 49 to prepare for placing and removing these signs.
50
51 0 Relocation of Portable Changeable Message Signs within the project limits.
52
53 0 Installing and removing Barricades, Traffic Safety Drums, Barrier Drums,
54 Cones, Tubular Markers and Warning Lights and Flashers to carry out
55 approved Traffic Control Plan(s). Performing preliminary work to prepare for
y 56 installing these devices.
57
58 Time spent on activities other than those listed will not be measured under this
59 item.
- 60
2005 AMENDMENTS-UPDATE 405 15
1 "Construction Signs, Class A" will be measured by the square foot of panel area for .r
2 each sign designated on an approved Traffic Control Plan as Class A or for each
3 construction sign installed as ordered by the Engineer and designated as Class A at the
4 time of the order. Class A signs may be used in more than one location and will be
5 measured for each new installation. Class B construction signs will not be measured.
6 Sign posts or supports will not be measured.
7
8 "Sequential Arrow Sign" will be measured by the hour for the time that each sign is
9 operating as shown on an approved Traffic Control Plan or as directed by the Engineer.
10 �
11 "Portable Changeable Message Sign" will be measured per each one time only for each
12 portable changeable message sign used on the project. The final pay quantity shall be
13 the maximum number of such signs in place at any one time as approved by the
14 Engineer.
15
16 "Operation of Portable Changeable Message Sign" will be m—s ur d by the hour for
17 each hour of operation. The hours of operation will be deterr,,-red by the Engineer.
18 Hours of operation in excess of those determined by the Engineer will be at the
19 Contractor's expense.
20
21 "Truck Mounted Impact Attenuator" will be measured per each one time only for each
22 truck with mounted impact attenuator used on the project. The final pay quantity shall
23 be the maximum number of truck-mounted impact attenuators in place at any one time.
24
25 "Operation of Truck Mounted Impact Attenuator" will be measured by the hour for each
26 truck mounted attenuator manned and operated. Manned and operated shall be when
27 the truck-mounted impact attenuator has an operator and is required to move, in
28 operating position, with the construction operation or when moving the TMA from one
29 position to another on the project.
30
31 No specific unit of measurement will apply to the force account item of "Repair Truck-
32 Mounted Impact Attenuator".
33
34 No specific unit of measurement will apply to the lump sum item of "Other Temporary .�
35 Traffic Control".
36
37 1-10.4(3) Reinstating Unit Items with Lump Sum Traffic Control
38 The contract provisions may establish the project as lump sum, in accordance with
39 Section 1-10.4(1) and also include one or more of the items included above in Section
40 1-10.4(2). When that occurs, the corresponding measurement provision in Section 1-
41 10.4(2) is not deleted and the work under that item will be measured as specified.
42
43 1-10.4(4) Owner-Provided Resources
44 The contract provisions may call for specific items of labor, materials or equipment,
45 noted in Section 1-10 as the responsibility of the Contractor, to be supplied by the
46 Contracting Agency. When this occurs, there will be no adjustment in measurement of
47 unit quantities.
48
49 1-10.5 Payment -
50
51 1-10.5(1) Lump Sum Bid for Project (No Unit Items)
52 "Project Temporary Traffic Control", lump sum.
53 The lump sum contract payment shall be full compensation for all costs incurred by the -
54 Contractor in performing the contract work defined in Section 1-10, except for costs
55 compensated by bid proposal items inserted through contract provisions as described in
56 Section 1-10.4(3).
57
58 1-10.5(2) Item Bids with Lump Sum for Incidentals
59 "Traffic Control Supervisor', lump sum.
2005 AMENDMENTS-UPDATE 4-05 16
�- 1 The lump sum contract payment shall be full compensation for all costs incurred by the
2 Contractor in performing the contract work defined in Section 1-10.2(1)B.
3
4 "Flaggers and Spotters", per hour.
5 The unit contract price, when applied to the number of units measured for this item in
6 accordance with Section 1-10.4(2), shall be full compensation for all costs incurred by
7 the Contractor in performing the contract work defined in Section 1-10.3(1)A.
8
9 "Other Traffic Control Labor", per hour.
10 The unit contract price, when applied to the number of units measured for this item in
11 accordance with Section 1-10.4(2), shall be full compensation for all labor costs incurred
12 `by the Contractor in performing the contract work specifically mentioned for this item in
13 Section 1-10.4(2).
14
15 "Construction Signs Class A", per square foot.
16 The unit contract price, when applied to the number of units measured for this item in
17 accordance with Section 1-10.4(2), shall be full compensation for all costs of labor,
18 materials and equipment incurred by the Contractor in performing the contract work
_ 19 described in Section 1-10.3(3)A. In the event that "Do Not Pass" and "Pass With Care"
20 signs must be left in place, a change order, as described in Section 1-04.4, will be
21 required.
22
�. 23 "Sequential Arrow Sign", per hour.
24 The unit contract price, when applied to the number of units measured for this item in
25 accordance with Section 1-10.4(2), shall be full compensation for all costs of labor,
26 materials and equipment incurred by the Contractor in performing the contract work
µ` 27 described in Section 1-10.3(3)B.
28
29 "Portable Changeable Message Sign", per each.
30 The unit contract price, when applied to the number of units measured for this item in
31 accordance with Section 1-10.4(2), shall be full compensation for all costs of labor,
32 materials and equipment incurred by the Contractor in procuring all portable changeable
33 message signs required for the project and for transporting these signs to and from the
_. 34 project.
35
36 "Operation of Portable Changeable Message Sign", per hour.
37 The unit contract price, when applied to the number of units measured for this item in
-- 38 accordance with Section 1-10.4(2), shall be full compensation for all costs of labor,
39 materials and equipment incurred by the Contractor in performing the contract work
40 described in Section 1-10.3(3)C except for costs compensated separately under the
41 items "Other Traffic Control Labor" and "Portable Changeable Message Sign".
42
43 "Truck Mounted Impact Attenuator", per each.
44 The unit contract price, when applied to the number of units measured for this item in
�. 45 accordance with Section 1-10.4(2), shall be full compensation for all costs of labor,
46 materials and equipment incurred by the Contractor in in performing the contract work
47 described in Section 1-10.3(3)J except for costs compensated separately under the
48 items "Operation of Truck-Mounted Impact Attenuator" and "Repair Truck-Mounted
-- 49 Impact Attenuator".
50
51 "Operation of Truck Mounted Impact Attenuator", per hour.
52 The unit contract price, when applied to the number of units measured for this item in
_. 53 accordance with Section 1-10.4(2), shall be full compensation for all costs of labor,
54 materials and equipment incurred by the Contractor in operating truck-mounted impact
55 attenuators on the project.
_. 56
57 'Repair Truck-Mounted Impact Attenuator", by force account.
58 All costs of repairing or replacing truck-mounted impact attenuators that are damaged
59 by the motoring public while in use as shown on an approved Traffic Control Plan will be
60 paid for by force account as specified in Section 1-09.6. To provide a common proposal
2005 AMENDMENTS-UPDATE 405 17
1 for all bidders, the Contracting Agency has estimated the amount of force account for -�
2 "Repair Truck-Mounted Impact Attenuator" and has entered the amount in the Proposal
3 to become a part of the total bid by the Contractor. Truck-mounted attenuators
4 damaged due to the Contractor's operation or damaged in any manner when not in use
5 shall be repaired or replaced by the Contractor at no expense to the Contracting
6 Agency.
7
8 "Other Temporary Traffic Control", lump sum.
9 The lump sum contract payment shall be full compensation for all costs incurred by the
10 Contractor in performing the contract work defined in Section 1-10, and which costs are
11 not compensated by one of the above-listed items.
12
13 1-10.5(3) Reinstating Unit Items with Lump Sum Traffic Control
14 The contract provisions may establish the project as lump sum, in accordance with
15 Section 1-10.4(1) and also reinstate the measurement of one or more of the items
16 described in Section 1-10.4(2). When that occurs, the corresponding payment provision
17 in Section 1-10.5(2) is not deleted and the work under that item will be paid as specified.
18
19 SECTION 1-99, APWA SUPPLEMENT
20 April 4, 2005
21 Section 1-04.2 (APWA Only) page 1-125
22 The second paragraph is revised to read:
23
24 Any inconsistency in the parts of the contract shall be resolved by following this order of
25 precedence (e.g., 1 presiding over 2, 2 over 3, 3 over 4, and so forth):
26
27 1. Addenda,
28 2. Proposal Form, •
29 3. Special Provisions,
30 4. Contract Plans,
31 5. Amendments to Division 1-99 APWA Supplement
32 6. Division 1-99 APWA Supplement
33 7. Amendments to the WSDOT/APWA Standard Specifications,
34 8. WSDOT/APWA Standard Specifications for Road, Bridge and Municipal
35 Construction
36 9. Contracting Agency's Standard Plans (if any)
37 10. WSDOT/APWA Standard Plans for Road, Bridge and Municipal Construction
38
39 Section 1-07.18.4 (APWA Only) Page 1-134 and 1-135
40 This section is revised to read:
41
42 When the Contractor delivers the executed contract for the work to the Contracting
43 Agency it shall be accompanied by a Certificate(s) of Insurance and endorsements for
44 each policy of insurance meeting the requirements set forth above. The certificate must -�
45 conform to the following requirements:
46
47 An ACORD certificate Form 25-S, showing the insuring company, policy effective dates,
48 limits of liability and the Schedule of Forms and Endorsements.
49
50 A copy of the endorsement naming Contracting Agency and any other entities required
51 by the Contract Provisions as Additional Insured(s), and stating that coverage is primary
52 and noncontributory, showing the policy number, and signed by an authorized
53 representative of the insurance company on Form CG2010 (ISO) or equivalent.
54
55 The certificate(s) shall not contain the following or similar wording regarding cancellation
56 notification to the Contracting Agency: "Failure to mail such notice shall impose no
57 obligation or liability of any kind upon the company."
58
2005 AMENDMENTS-UPDATE 405 18
�. 1 Section 1-10 Temporary Traffic Control (APWA Only) page 141
2 This section is revised to read:
3
4 1-10.1(2) Description (APWA only)
-- 5 The third paragraph is revised to read:
6
7 The Contractor shall provide flaggers, signs, and other traffic control devices not
8 otherwise specified as being furnished by the Contracting Agency. The Contractor
9 shall erect and maintain all construction signs, warning signs, detour signs, and
10 other traffic control devices necessary to warn and protect the public at all times
11 from injury or damage as a result of the Contractor's operations which may occur
.. 12 on highways, roads, streets, sidewalks, or paths. No work shall be done on or
13 adjacent to any traveled way until all necessary signs and traffic control devices are
14 in place
15
� 16 SECTION 2-02, REMOVAL OF STRUCTURES AND OBSTRUCTIONS
17 April 5, 2004
18 2-02.3(3) Removal of Pavement, Sidewalks, and Curbs
19 The section title is revised to read:
20
21 2-02.3(3) Removal of Pavement, Sidewalks, Curbs, and Gutters
�. 22
23 The first sentence is revised to read:
24
25 In removing pavement, sidewalks, curbs, and gutters, the Contractor shall:
26
27 Item 3 is revised to read:
28 ,.
29 3. Make a vertical saw cut between any existing pavement, sidewalk, curb, or gutter
30 that is to remain and the portion to be removed.
31
32 2-02.5 Payment
33 The second paragraph is revised to read:
34
35 If pavements, sidewalks, curbs, or gutters lie within an excavation area, their removal
36 will be paid for as part of the quantity removed in excavation.
37
38 SECTION 2-03, ROADWAY EXCAVATION AND EMBANKMENT
39 January 5, 2004
40 2-03.3(14)D Compaction and Moisture Control Tests
41 This section is revised to read:
42
43 Maximum density and optimum moisture content shall be determined by one of the
44 following methods:
45
46 1. materials with less than 30 percent by weight retained on the U.S. No. 4 sieve
- 47 shall be determined using FOP for AASHTO T 99 Method A.
48
49 2. materials with 30 percent or more by weight retained on the U.S. No. 4 sieve
50 and less than 30 percent retained on the 3/4 inch sieve shall be determined by
51 WSDOT Test Method No. 606 or FOP for AASHTO T 180 Method D. The
52 determination of which test procedure to use will be made solely by the
53 Contracting Agency.
54
55 3. materials with 30 percent or more retained on the 3/4 inch sieve shall be
56 determined by WSDOT Test Method No. 606.
57
2005 AMENDMENTS-UPDATE 4-05 19
1 In place density will be determined using Test Methods WSDOT FOP for AASHTO T �.
2 310 and WSDOT SOP for T 615.
3
4 SECTION 2-09, STRUCTURE EXCAVATION
5 April 5, 2004
6 2-09.4 Measurement
7 In the third paragraph, the width for pipes 18 inches and over is revised to (1.5 x I.D.) + 18
8 inches.
9
10 SECTION 2-10, DITCH EXCAVATION
11 April 5, 2004 --
12 2-10.1 Description
13 The second paragraph is supplemented with the following:
14
15 Ditches 8 or more feet wide at the bottom shall be constructed in accordance with the
16 requirements of Section 2-03.3(14)M.
17 �.
18 SECTION 4-04, BALLAST AND CRUSHED SURFACING
19 January 5, 2004
20 4-04.3(5) Shaping and Compaction
21 In the first paragraph, the first sentence is revised to read:
22
23 Immediately following spreading and final shaping, each layer of surfacing shall be
24 compacted to at least 95 percent of the standard density determined by the
25 requirements of Section 2-03.3(14)D before the next succeeding layer of surfacing or
26 pavement is placed. "
27 --
28 SECTION 5-01, CEMENT CONCRETE PAVEMENT REHABILITATION
29 August 2, 2004
30 5-01.3(6) Dowel Bar Retrofit
31 The sixth paragraph is revised to read:
32
33 All slot surfaces shall be cleaned to bare concrete by sand blasting or pressure
34 washing. The cleaning shall remove all slurry, parting compound, and other foreign
35 materials prior to installation of the dowel. If a pressure washer is used to clean the slots
36 the pressure at the nozzle shall not exceed 4000 psi. Any damage to the concrete shall
37 be repaired by the Contractor at no cost to the Contracting Agency. All washwater shall _.
38 be cleaned from the slots prior to placement of any slot patching material. Traffic shall
39 not be allowed on slots where concrete has been removed.
40
41 5-01.5 Payment
42 The paragraph following ""Sealing Transverse and Longitudinal Joints", per linear foot" is
43 revised to read:
44
45 The unit contract price per linear foot for "Sealing Transverse and Longitudinal Joints",
46 shall be full payment for all costs to complete the work as specified, including removing
47 incompressible material, preparing and sealing existing transverse and longitudinal
48 joints where existing transverse and longitudinal joints are cleaned and for all incidentals .�
49 required to complete the work as specified.
50
51 SECTION 5-04, HOT MIX ASPHALT
52 April 4, 2005 .
53 5-04.3(7)A Mix Design
54 The first paragraph 1. General", is revised to read:
55
2005 AMENDMENTS-UPDATE 405 20
1 1. General. Prior to the production of HMA, the Contractor shall determine a design
2 aggregate structure and asphalt binder content in accordance with WSDOT
3 Standard Operating Procedure 732. Once the design aggregate structure and
4 asphalt binder content have been determined, the Contractor shall provide test data
5 demonstrating that the design meets the requirements of Sections 9-03.8(2) and 9-
6 03.8(6) on WSDOT HMA Mix Design Submittal form 350-042. In no case shall the
7 paving begin before the determination of anti-strip requirements has been made.
8
9 5-04.3(8)A Acceptance Sampling and Testing - HMA Mixture
10 In Item 2 (Aggregates) the second sentence is revised to read:
11
12 The acceptance criteria for aggregate properties of sand equivalent, fine aggregate
13 angularity and fracture will be their conformance to the requirements of Section 9-
14 03.8(2).
15
16 In item 3, C. (Test Results), the second and third paragraphs are revised to read:
17
18 Sublot sample test results (gradation and asphalt binder content) may be challenged by
19 the Contractor. For HMA mixture accepted by statistical evaluation with a mix design
20 that did not meet the verification tolerances, the test results in the test section including
21 the percent air voids (Va) may be challenged. To challenge test results, the Contractor
22 shall submit a written challenge within five working days after receipt of the specific test
23 results. A split of the original acceptance sample will be sent for testing to either the
24 Region Materials Lab or the State Materials Lab as determined by the Project Engineer.
25 The split of the sample with challenged results will not be tested with the same
26 equipment or by the same tester that ran the original acceptance test. The challenge
27 sample will be tested for a complete gradation analysis and for asphalt binder content.
28
29 The results of the challenge sample will be compared to the original results of the
30 acceptance sample test and evaluated according to the following criteria:
- 31
32 Deviation
33 U.S. No. 4 sieve and larger Percent passing t4.0
34 U.S. No. 8 sieve Percent passing t2.0
35 U.S. No. 200 sieve Percent passing t0.4
36 Asphalt binder % Percent binder content t0.3
37 Va % Percent Va t0.7
-- 38
39 Item 3, D. (Test Methods) is revised to read:
40
41 D. Test Methods
42 Testing of HMA for compliance of volumetric properties (VMA, VFA and Va) will be
43 by WSDOT Standard Operating Procedure SOP 731. Testing for compliance of
44 asphalt binder content will be by WSDOT FOP for AASHTO T 308. Testing for
45 compliance of gradation will be by WAQTC FOP for AASHTO T 27/T 11.
46
47 In item 3,E (Test Section - HMA Mixture) the first sentence in the third paragraph is revised
48 to read:
49
50 For a test section to be acceptable, with or without a verified mix design, the pay factor
51 (PFi) for each of gradation, asphalt binder, VMA, VFA and Va shall be 0.95 or greater,
52 and the remaining test requirements in Section 9-03.8(2) (dust/asphalt ratio, sand
53 equivalent, fine aggregate angularity and fracture) shall conform to the requirements of
54 that Section.
55
- 56 5-04.3(13) Surface Smoothness
57 In the first paragraph, the second sentence is revised to read:
58
59 The completed surface of the wearing course shall not vary more than 1/8 inch from the
60 lower edge of a 10-foot straightedge placed on the surface parallel to the centerline.
2005 AMENDMENTS-UPDATE 4-05 21
2 5-04.4 Measurement
3 The first sentence is revised to read:
4
5 HMA CL. PG _, HMA for CL. PG and Commercial HMA will be
6 measured by the ton in accordance with Section 1-09.2, with no deduction being made
7 for the weight of asphalt binder, blending sand, mineral filler, or any other component of
8 the mixture.
9
10 SECTION 5-05, CEMENT CONCRETE PAVEMENT
11 December 6, 2004
12 5-05.3(1) Concrete Mix Design for Paving
13 Number 1. Materials, is revised to read:
14
15 1. Materials. Materials shall conform to Section 5-05.2. Fine aggregate shall conform
16 to Section 9-03.1(2), Class 1. Coarse aggregate shall conform to Section 9-03.1(4)
17 AASHTO grading No. 467. An alternate combined gradation may be proposed,
18 which has a maximum aggregate size equal to or greater than a 2-inch square
19 sieve. The combined aggregate gradation shall conform to Section 9-03.1(5).
20
21 Fly ash, if used, shall not exceed 35 percent by weight of the total cementitious
22 material, shall conform to Section 9-23.9 and shall be limited to Class F with a
23 maximum CaO content of 15 percent by weight.
24
25 Ground granulated blast furnace slag, if used, shall not exceed 25 percent by
26 weight of the total cementitious material and shall conform to Section 9-23.10.
27 When both ground granulated blast furnace slag and fly ash are included in the
28 concrete mix, the total weight of both these materials is limited to 35 percent by
29 weight of the total cementitious material. As an alternative to the use of fly ash,
30 ground granulated blast furnace slag and cement as separate components, a
31 blended hydraulic cement that meets the requirements of Section 9-01.2(4)
32 Blended Hydraulic Cements may be used.
33 •-
34 The water/cement ratio shall be calculated on the total weight of cementitious
35 material. The following are considered cementitious materials: Portland cement,
36 fly ash, ground granulated blast furnace slag and microsilica. The minimum
37 cementitious material for any mix design shall be 564 pounds per cubic yard.
38
39 SECTION 6-02, CONCRETE STRUCTURES
40 April 4, 2005
41 6-02.2 Materials
42 This section is supplemented with the following:
43 --
44 Microsilica Fume 9-23.11
45
46 6-02.3(2) Proportioning Materials
47 This section is revised to read: `
48
49 The total water soluble Chloride ion (Cl-) content of the mixed concrete shall not exceed
50 0.06 percent by weight of cementitious material for prestressed concrete nor 0.10
51 percent by weight of cementitious material for reinforced concrete. An initial evaluation
52 may be obtained by testing individual concrete ingredients for total chloride ion content
53 per AASHTO T 260 and totaling these to determine the total water soluble Chloride ion
54 (Cl-) or the total water soluble Chloride ion (Cl-) in accordance with ASTM C 1218. -
55
56 Unless otherwise specified, the Contractor shall use Type I or II Portland cement in all
57 concrete as defined in Section 9-01.2(1).
58
2005 AMENDMENTS-UPDATE 405 22
- 1 The use of fly ash is required for Class 4000D and 4000P concrete. The use of fly ash
2 and ground granulated blast furnace slag is optional for all other classes of concrete.
3
4 Fly ash, if used, shall not exceed 35 percent by weight of the total cementitious material
5 and shall conform to Section 9-23.9. Ground granulated blast furnace slag, if used,
6 shall not exceed 25 percent by weight of the total cementitious material and shall
7 conform to Section 9-23.10. When both ground granulated blast furnace slag and fly
8 ash are included in the concrete mix, the total weight of both these materials is limited to
9 35 percent by weight of the total cementitious material.
10
11 The water/cement ratio shall be calculated on the total weight of cementitious material.
12 The following are considered cementitious materials: Portland cement, fly ash, ground
13 granulated blast furnace slag and microsilica.
14
15 As an alternative to the use of fly ash, ground granulated blast furnace slag and cement
16 as separate components, a blended hydraulic cement that meets the requirements of
17 Section 9-01.2(4) Blended Hydraulic Cements may be used.
18
19 6-02.3(2)A Contractor Mix Design
20 The seventh paragraph is revised to read:
21
22 A high-range water reducer (superplasticizer) may be used in all mix designs.
23 Microsilica fume may be used in all mix designs. The use of a high-range water reducer
24 or microsilica fume shall be submitted as a part of the Contractor's concrete mix design.
25
26 6-02.3(4) Ready-Mix Concrete
27 This section is revised to read:
28
29 All concrete, except commercial concrete and lean concrete shall be batched.in a
30 prequalified manual, semi-automatic, or automatic plant as described in Section 6-
31 02.3(4)A. The Engineer is not responsible for any delays to the Contractor due to
32 problems in getting the plant certified.
33
-. 34 6-02.3(4)A Qualification of Concrete Suppliers
35 The first paragraph is revised to read:
36
37 Prequalification may be obtained through an inspection conducted by the Plant
- 38 Manager, defined as the person directly responsible for the daily plant operation, using
39 the NRMCA or WSDOT checklist, through certification by NRMCA, or by an
40 independent evaluation certified by a professional engineer using NRMCA or
41 Contracting Agency guidelines. Information concerning NRMCA certification may be
42 obtained from the National Ready Mix Concrete Association at 900 Spring Street, Silver
43 Springs, MD 20910. The Contracting Agency and the NRMCA certification have similar
44 requirements for plant and delivery equipment. Whereas Plant Manager certification
45 shall be done prior to the start of a project and every six months throughout the life of
46 the project, the NRMCA certification shall be good for a two year period.
47
48 If prequalification is done by the Plant Manager the following shall be performed:
- 49
50 1. The checklist cover page shall be signed by the Plant Manager and notarized.
51
52 2. The signed and notarized cover page shall be submitted to the Project Engineer
53 with the concrete mix design (WSDOT Form 350-040), water meter verification,
54 truck list, and admixture dispensing certification.
55
56 3. The checklists shall be maintained by the Plant Manager and are subject to review
57 at any time by the Contracting Agency.
58
59 4. The water meter shall be verified every six months.
60
2005 AMENDMENTS-UPDATE 405 23
1 In the first sentence of the eighth paragraph, "Engineer" is revised to "Plant Manager". -p
2
3 6-02.3(5)A General
4 In the fourth paragraph, item 2 is revised to read:
5
6 2. An individual strength test averaged with the two preceding individual strength tests
7 meets or exceeds specified strength (for the same class and exact mix I.D. of
8 concrete on the same contract).
9
10 6-02.3(5)C Conformance to Mix Design
11 This section is revised to read:
12 .�
13 Cement, coarse and fine aggregate weights shall be within the following tolerances of
14 the mix design:
15
16 Batch Volumes less than or equal to 4 cubic yards
17 Cement +5% _1%
18 Aggregate +10% -2%
19
20 Batch Volumes more than 4 cubic yards
21 Cement +5% _1%
22 Aggregate +2% -2%
23 -
24 If the total cementitious material weight is made up of different components, these
25 component weights shall be within the following tolerances:
26
27 1. Portland cement weight plus 5% or minus 1 percent of that specified in the
28 mix design.
29 2. Fly ash weight plus or minus 5 percent of that specified in the mix design.
30 3. Microsilica weight plus or minus 10 percent of that specified in the mix
31 design.
32
33 Water shall not exceed the maximum water specified in the mix design.
34
35 6-02.3(6)A Weather and Temperature Limits to Protect Concrete
36 The section "Cold Weather Protection" is revised to read:
37
38 The Contractor is solely responsible for protecting concrete from inclement weather
39 during the entire curing period. The Contractor shall provide a written procedure for
40 cold weather concreting to the Engineer for review and approval. The procedure shall
41 detail how the Contractor will prevent the concrete temperature from falling below 50° F.
42 Extra protection shall be provided for areas especially vulnerable to freezing (such as
43 exposed top surfaces, corners and edges, thin sections, and concrete placed into steel
44 forms). Permission given by the Engineer to place concrete during cold weather will in
45 no way ensure acceptance of the work by the Contracting Agency. Should the concrete .
46 placed under such conditions prove unsatisfactory in any way, the Engineer shall still
47 have the right to reject the work although the plan and the work were carried out with
48 the Engineer's permission.
49
50 If weather forecasts predict air temperatures below 35° F during the seven days just
51 after the concrete placement, the Contractor may place the concrete only if his
52 approved cold weather concreting plan is implemented.
53
54 The Contractor shall provide and maintain a maturity meter in the concrete at a location
55 specified by the Engineer for each concrete placement. During curing, data from the
56 maturity meter shall be readily available to the Engineer. The Contractor shall record -
57 and provide time and temperature data on hourly intervals.
58
59 The Contractor shall not mix nor place concrete while the air temperature is below 35° F,
60 unless the water or aggregates (or both) are heated to at least 70° F. The aggregate
2005 AMENDMENTS-UPDATE 4-05 24
- 1 shall not exceed 150° F. If the water is heated to more than 150° F, it shall be mixed with
2 the aggregates before the cement is added. Any equipment and methods shall heat the
3 materials evenly. Concrete placed in shafts and piles is exempt from such preheating
4 requirements.
- 5
6 The Contractor may warm stockpiled aggregates with dry heat or steam, but not by
7 applying flame directly or under sheet metal. If the aggregates are in bins, steam or
w- 8 water coils or other heating methods may be used if aggregate quality is not affected.
9 Live steam heating is not permitted on or through aggregates in bins. If using dry heat,
10 the Contractor shall increase mixing time enough to permit the super-dry aggregates to
11 absorb moisture.
12
13 Any concrete placed in air temperatures below 35° F shall be immediately protected. In
14 addition to the monitoring of the concrete temperature with a maturity meter the
15 Contractor shall provide recording thermometers or other approved devices to monitor
16 the surface temperature of the concrete. The concrete surface temperature shall be
17 maintained at or above 50° F and the relative humidity shall be maintained above
18 80 percent. These conditions shall be maintained for a minimum of seven days or for
19 the cure period required by Section 6-02.3(11), whichever is longer. If artificial heat is
-. 20 used to maintain the temperature inside an enclosure, moisture shall be added to the
21 enclosure to maintain the humidity as stated above. The Contractor shall stop adding
22 moisture 24 hours before removing the heat.
" 23
24 If at any period during curing the concrete temperature falls below 50° F on the maturity
25 meter or recording thermometer, no curing time is awarded for that day and the required
26 curing time will be extended day for day where the temperature falls below 50° F. Should the
- 27 Contractor fail to adequately protect the concrete and the temperature of the concrete falls
28 below 35° F during curing, the Engineer may reject it.
29
30 6-02.3(11) Curing Concrete
31 In the first paragraph, item 3 is supplemented with the following:
32
33 When continuous moisture or wet curing is required, the Contractor shall keep the
34 concrete surfaces wet with water during curing.
35
36 In the second paragraph, the first sentence is revised to read:
37
- 38 The Contractor may provide continuous moisture by watering a covering of heavy
39 quilted blankets, by keeping concrete surfaces wet with water continuously and
40 covering with a white reflective type sheeting, or by wetting the outside surfaces of
41 wood forms.
42
43 6-02.3(17)K Concrete Forms on Steel Spans
44 The following new paragraph is inserted between the second and third paragraphs:
45
46 The compression member or bottom connection of cantilever formwork support brackets
47 shall bear either within six inches maximum vertically of the bottom flange or within six
48 inches maximum horizontally of a vertical web stiffener. The Contractor shall also
49 furnish and install temporary struts and ties to prevent rotation of the steel girder. Partial
50 depth cantilever formwork support brackets that do not conform to the above
51 requirements shall not be used, unless the Contractor submits details showing the
52 additional formwork struts and ties used to brace the steel girder against web distortion
53 caused by the partial depth bracket, and receives the Engineer's approval of the
54 submittal.
55
. 56 6-02.3(17)0 Early Concrete Test Cylinder Breaks
57 The third sentence in the first paragraph is revised to read:
58
59 The Contractor shall retain a testing laboratory to perform this work.
- 60
2005 AMENDMENTS-UPDATE 4-05 25
1 The first paragraph is supplemented with the following:
2
3 Testing laboratories' equipment shall be calibrated within one year prior to testing and
4 testers must be ACI certified.
5
6 The first sentence in the fifth paragraph is revised to read:
7
8 The Contractor shall furnish the Engineer with all test results, proof of equipment
9 calibration, and tester's certification.
10
11 The sixth paragraph is deleted.
12
13 6-02.3(19)A Elastomeric Bearing Pads
14 This section including title is revised to read:
15
16 6-02.3(19)A Vacant
17
18 6-02.3(19)B Bridge Bearing Assemblies
19 Item 4 is deleted.
20
21 6-02.3(20) Grout for Anchor Bolts and Bridge Bearings
22 The eighth paragraph is supplemented with the following:
23
24 The grout pad may be loaded when a minimum of 4000 psi compressive strength is
25 attained.
26
27 6-02.3(21) Drainage of Box Girder Cells '-
28 This section is supplemented with the following:
29
30 All drainage holes shall be screened in accordance with the Plan details.
31
32 6-02.3(22) Drainage of Substructure
33 The second sentence in the first paragraph is supplemented with the following:
34
35 Weep holes shall be covered with geotextile meeting the requirements of Section 9-
36 33.2, Table 2 Class C before backfilling. Geotextile screening shall be bonded to the
37 concrete with an approved adhesive.
38
39 6-02.3(24)C Placing and Fastening
40 The fifteenth paragraph beginning with "Reinforcing steel bars shall not vary..." is
41 supplemented with the following:
42
43 Drilled Shafts top of rebar cage elevation +6 in./-3 in.
44
45 6-02.3(24)E Welding Reinforcing Steel .,
46 The ninth paragraph is revised to read:
47
48 The minimum preheat and interpass temperature for welding Grade 60 reinforcing bars
49 shall be in accordance with AWS D1.4 Table 5.2 and mill certification of carbon
50 equivalence, per lot of reinforcing. Preheating shall be applied to the reinforcing bars
51 and other splice members within 6 inches of the weld, unless limited by the available
52 lengths of the bars or splice member.
53
54 The twelfth paragraph is revised to read:
55
56 Under supervision of the State Materials and Fabrication Inspector, the welder shall
57 weld three test joints of the largest size reinforcing bar to be weld spliced, per type of
58 joint shown in the Plans. Two of the test welds shall be test loaded to no less than 125
59 percent of the minimum specified yield strength of the bar. The remaining test weld
60 shall be mechanically cut perpendicular to the direction of the welding and
2005 AMENDMENTS-UPDATE 4-05 26
1 macroetched. The macroetch specimen for Flare V groove welds will be inspected for
2 the weld size and effective throat as shown in the Plans. Indirect butt splices shall be
3 cut mechanically at two locations to provide a transverse cross-section of each of the
4 bars spliced in the test assembly. The sections shall show the full cross-section of the
5 weldment, the root of the weld, and any reinforcement. The etched cross-section shall
6 have complete penetration and complete fusion with the base metal and between
7 successive passes in the weld. Groove welds of direct butt splices and flare-groove
8 welds shall not have reinforcement exceeding 1/8 inch in height measured from the
9 main body of the bar and shall have a gradual transition to the base metal surface. No
10 cracks will be allowed in either the weld metal or heat-affected zone. All craters shall be
11 filled to the full cross-section of the weld. Weld metal shall be free from overlay.
- 12 Undercutting deeper than 1/32 inch will not be allowed except at points where welds
13 intersect the raised pattern of deformations where undercutting less than 1/16 inch deep
14 will be acceptable. The sum of diameters of piping porosity in groove welds shall not
15 exceed 1/8 inch in any linear inch of weld or exceed 9/16 inch in any 6-inch length of
16 weld. Corrections to welds with shielded metal arc, gas metal arc, or flux-cored arc
17 welding processes shall be made in accordance with Engineer's approval.
18
�. 19 6-02.3(25) Prestressed Concrete Girders
20 The fourth paragraph is replaced with the following:
21
22 The various types of girders are:
23
24 Prestressed Concrete Girder- Refers to prestressed concrete girders of all
25 types, including prestressed concrete I girders, prestressed concrete wide flange I
26 girders, bulb tee girders, deck bulb tee girders, thin flange deck bulb tee girders,
27 precast prestressed concrete members, spliced prestressed concrete girders, and
28 prestressed concrete tub girders.
29 M
30 Prestressed Concrete I Girder - Refers to a prestressed concrete girder with a
31 flanged I shaped cross section, requiring a cast-in-place concrete deck to support
32 traffic loads. WSDOT standard girders in this category include Series W42G,
33 W50G, W58G, and W74G.
- 34
35 Prestressed Concrete Wide Flange 1 Girder - Refers to a prestressed concrete
36 girder with an I shaped cross section with wide top and bottom flanges, requiring a
37 cast-in-place concrete deck to support traffic loads. WSDOT standard girders in
- 38 this category include Series WF42G, WF50G, WF58G, WF74G, W83G, and W95G.
39
40 Bulb Tee Girder - Refers to a prestressed concrete girder, with a wide top flange
41 requiring a cast-in-place concrete deck to support traffic loads. WSDOT standard
42 girders in this category include Series W32BTG, W38BTG, W50BTG, and W62BTG.
43
44 Deck Bulb Tee Girder - Refers to a bulb tee girder with a top flange designed to
- 45 support traffic loads, and designed to be mechanically connected at the flange
46 edges to adjacent girders at the job site. Except where specific requirements are
47 otherwise specified for these girders, deck bulb tee girders shall conform to all
48 requirements specified for bulb tee girders. WSDOT standard girders in this
49 category include Series W35DG, W41 DG, W53DG, and W65DG.
50
51 Thin Flange Deck Bulb Tee Girder- Refers to a bulb tee girder with a top flange
52 width equal to the girder spacing and requiring a cast-in-place concrete deck to
53 support traffic loads. Except where specific requirements are otherwise specified
54 for these girders, thin flange deck bulb tee girders shall conform to all requirements
55 specified for bulb tee girders. WSDOT standard girders in this category include
56 Series W32TFG, W38TFG, W50TFG, W62TFG, and W74TFG.
57
58 Precast Prestressed Member (PCPS Member) - Refers to a precast prestressed
59 slab, precast prestressed ribbed section, or a deck double tee girder. PCPS
60 members are designed to be mechanically connected at the flange or member
2005 AMENDMENTS-UPDATE 405 27
1 edges to adjacent PCPS members at the job site. Except where specific �.
2 requirements are otherwise specified for these girders, PCPS members shall
3 conform to all requirements specified for deck bulb tee girders.
4
5 Double Tee Girder — Refers to a hybrid PCPS member that is similar to a deck
6 double tee girder, except that the top surface is a thin top flange requiring a cast-in-
7 place concrete deck to support traffic loads. Double tee girders shall conform to all
8 requirements specified for bulb tee girders and PCPS members.
9
10 Spliced Prestressed Concrete Girder — Refers to prestressed concrete girders
11 initially fabricated in segments to be longitudinally spliced together with cast-in-
12 place concrete closures at the job site. Except where specific requirements are
13 otherwise specified for these girders, spliced prestressed concrete girders shall
14 conform to all requirements specified for prestressed concrete girders. Anchorages
15 shall conform to Sections 6-02.3(26)6, 6-02.3(26)C, and 6-02.3(26)D. Ducts shall
16 conform to the Section 6-02.3(26)E requirements for internal embedded installation,
17 and shall be round, unless the Engineer approves use of elliptical shaped ducts.
18 Duct-wedge plate transitions shall conform to Section 6-02.3(26)E. Prestressing
19 reinforcement shall conform to Section 6-02.3(26)F. WSDOT standard girders in
20 this category include Series WF74PTG, W83PTG, and W95PTG.
21
22 Prestressed Concrete Tub Girder — Refers to prestressed concrete trapezoidal
23 box or bathtub girders including those fabricated in segments to be spliced together ..
24 with cast-in-place concrete closures at the job site. Except where specific
25 requirements are otherwise specified for these girders, prestressed concrete tub
26 girders shall conform to all requirements specified for prestressed concrete girders
27 and spliced prestressed concrete girders. WSDOT standard girders in this
28 category include Series U**G* or Series OF**G*, where U specifies webs without
29 flanges, OF specifies webs with flanges, ** specifies the girder height in inches, and
30 * specifies the bottom flange width in feet.
31
32 6-02.3(25)A Shop Plans
33 The second, third and fourth paragraphs are revised to read:
34 --
35 Shop plans shall show the size and location of all cast-in holes for installation of deck
36 formwork hangers and/or temporary bracing. Holes for formwork hangers shall match
37 approved deck formwork plans designed in accordance with Section 6-02.3(16). There
38 shall be no field-drilled holes in prestressed concrete girders. Post-tensioning ducts in
39 spliced prestressed concrete girders shall be located so their center of gravity is in
40 accordance with the Plans.
41
42 The Contractor shall have the option to furnish Series W74G prestressed concrete
43 girders with minor dimensional differences from those shown in the Plans. The 2 5/8-
44 inch top flange taper may be reduced to 1 5/8 inches and the bottom flange width may
45 be increased to 2 feet 2 inches. Other dimensions of the girder shall be adjusted as �.
46 necessary to accommodate the above mentioned changes. Reinforcing steel shall be
47 adjusted as necessary. The overall height and top flange width shall remain
48 unchanged.
49
50 If the Contractor elects to provide a prestressed concrete girder with an increased web
51 thickness, shop plans along with supporting design calculations shall be submitted to
52 the Engineer for approval prior to girder fabrication. The girder shall be designed for at
53 least the same load carrying capacity as the girder shown in the Plans. The load
54 carrying capacity of the mild steel reinforcement shall be the same as that shown in the
55 Plans.
56 -
57 The sixth paragraph is revised to read:
58
59 The Contractor shall provide five copies of the shop plans to the Engineer for approval,
60 except as otherwise noted. Shop drawings for spliced prestressed concrete girders
2005 AMENDMENTS-UPDATE 4-05 28
1 shall conform to Section 6-02.3(26)A, and seven copies of the shop drawings shall be
2 submitted to the Engineer for approval. The shop drawings for spliced prestressed
3 concrete girders shall include all details related to the post-tensioning operations in the
4 field, including details of hardware required, tendon geometry, blockout details, and
5 details of additional or modified steel reinforcing bars required in cast-in-place closures.
6 Approval of shop plans means only that the Engineer accepts the methods and
7 materials. Approval does not imply correct dimensions.
8
9 6-02.3(25)B Casting
10 The first paragraph is revised to read:
11
-. 12 Before casting girders, the Contractor shall have possession of an approved set of shop
13 drawings. Side forms shall be steel except that cast-in-place concrete closure forms for
14 spliced prestressed concrete girders, interior forms of prestressed concrete tub girders,
15 and end bulkhead forms of prestressed concrete girders may be plywood. Interior voids
16 for precast prestressed slabs with voids shall be formed by either wax soaked
17 cardboard or expanded polystyrene forms. The interior void forms shall be secured in
18 the position as shown in the Plans and shall remain in place.
19
�. 20 The fourth paragraph is revised to read:
21
22 Air-entrainment is not required in the concrete placed into prestressed precast concrete
23 girders, including cast-in-place concrete closures for spliced prestressed concrete
24 girders, unless otherwise noted. The Contractor shall use air-entrained concrete in the
25 top two inches, minimum, of the roadway deck flange of deck bulb-tee girders, deck
26 double tee girders, and precast prestressed ribbed sections. All concrete for precast
27 prestressed slabs shall be air entrained, except for slabs where the Engineer approves
28 use of air-entrained concrete in the top two inches, only. Maximum and minimum air
29 content shall be as specified in Section 6-02.3(2)A.
30
- 31 The sixth paragraph is revised to read:
32
33 The Contractor may form circular block-outs in the girder top flanges to receive
34 falsework hanger rods. These block-outs shall:
35
36 1. Not exceed 1 inch in diameter;
37
38 2. Be spaced no more than 72 inches apart longitudinally on the girder;
39
40 3. Be located 3 inches or more from the outside edge of the top flange on Series
41 W42G, W50G, and W58G girders, 6 inches or more for Series W74G girders,
42 and 7 inches or more for Series WF42G, WF50G, WF58G, WF74G, WF74PTG,
43 W83G, W83PTG, W95G, W95PTG, W32BTG, W38BTG, W50BTG, W62BTG
44 girders and other bulb tee girders.
45
46 6-02.3(25)C Prestressing
47 The sixth paragraph is revised to read:
48
49 Post-tensioning of spliced prestressed concrete girders shall conform to Section 6-
50 02.3(26)G, and the following requirements:
51
52 1. Before tensioning, the Contractor shall remove all side forms from the cast-in-
53 place concrete closures. From this point until 48 hours after grouting the
54 tendons, the Contractor shall keep all construction and other live loads off the
55 superstructure and shall keep the falsework supporting the superstructure in
56 place.
57
58 2. Once the post-tensioning steel is installed, no welds or welding grounds shall
59 be attached to metal forms, structural steel, or steel reinforcing bars of the
60 structural member.
2005 AMENDMENTS-UPDATE 4-05 29
1 -»
2 3. The Contractor shall not tension the post-tensioning reinforcement until the
3 concrete in the cast-in-place closures reaches the minimum compressive
4 strength specified in the Plans (or 5,000 psi if the concrete strength is not
5 specified in the Plans). This strength shall be measured with concrete
6 cylinders made of the same concrete and cured under the same conditions as
7 the cast-in-place closures.
8
9 4. All post-tensioning shall be completed before placing the sidewalks and
10 barriers on the superstructure.
11
12 6-02.3(25)D Curing .�
13 The fourth paragraph is revised to read:
14
15 Curing of cast-in-place concrete closures for spliced prestressed concrete girders shall
16 conform to Section 6-02.3(11).
17
18 6-02.3(25)E Contractors Control Strength
19 The sixth through eleventh paragraphs are revised to read:
20
21 For precast prestressed members, a test shall consist of four cores measuring 3 inches
22 in diameter by 6 inches in height (for slabs) and by the thickness of the web (for ribbed
23 sections). Two cores shall be taken from each side of the member and on each side of ..
24 the member's span midpoint, at locations approved by the Engineer. The core locations
25 for precast prestressed slabs shall be near mid-depth of the slab, within the middle third
26 of the span length, and shall avoid all prestressing strands and steel reinforcing bars.
27 The core locations for precast prestressed ribbed sections shall be immediately beneath
28 the top flange, within the middle third of the span length, and shall avoid all prestressing
29 strands and steel reinforcing bars. •
30
31 For prestressed concrete tub girders, a test shall consist of four cores measuring 3
32 inches in diameter by the thickness of the web, taken from each web approximately
33 three feet to the left and to the right of the center of the girder span. The cores shall
34 avoid all prestressing strands and steel reinforcing bars.
35
36 For all other prestressed concrete girders, a test shall consist of three cores measuring
37 3 inches in diameter by the thickness of the web and shall be removed from just below
38 the top flange; one at the midpoint of the girder's length and the other two approximately -
39 3 feet to the left and approximately 3 feet to the right.
40
41 The cores shall be taken in accordance with AASHTO T 24 and shall be tested in
42 accordance with WSDOT FOP for AASHTO T 22. The Engineer may accept the girder
43 if the average compressive strength of the four cores from the precast prestressed
44 member, or prestressed concrete tub girder, or of the three cores from any other
45 prestressed concrete girder, is at least 85 percent of the specified compressive strength .�.
46 with no one core less than75 percent of specified compressive strength.
47
48 If the girder is cored to determine the release strength, the required patching and curing
49 of the patch shall be done prior to shipment. If there are more than three holes or if they
50 are not in a neutral location, the prestress steel shall not be released until the holes are
51 patched and the patch material has attained a minimum compressive strength equal to
52 the required release compressive strength or 4,000 psi, whichever is larger.
53
54 The Contractor shall coat cored holes with an epoxy bonding agent and patch the holes
55 using the same type concrete as that in the girder, or a mix approved during the annual
56 plant review and approval. The epoxy bonding agent shall meet the requirements of
57 Section 9-26.1 for Type ll, Grade 2 epoxy. The girder shall not be shipped until tests
58 show the patch material has attained a minimum compressive strength of 4,000 psi.
59
2005 AMENDMENTS-UPDATE 405 30
1 6-02.3(25)F Prestress Release
2 The third paragraph is revised to read:
3
4 The Contractor may request permission to release the prestressing reinforcement at a
5 minimum concrete compressive strength less than specified in the Plans. This request
6 shall be submitted to the Engineer for approval in accordance with Section 6-01.9 and
7 shall be accompanied with calculations showing the adequacy of the proposed release
8 concrete compressive strength. The release strength shall not be less than 3,500 psi,
9 except that the release strength for spliced prestressed concrete girders shall not be
10 less than 4,000 psi. The calculated release strength shall meet the requirements
11 outlined in the Washington State Department of Transportation Bridge Design Manual
12 for tension and compression at release. The proposed minimum concrete compressive
13 strength at release will be evaluated by the Contracting Agency. Fabrication of girders
14 using the revised release strength shall not begin until the Contracting Agency has
15 provided written approval of the revised release compressive strength. If a reduction of
16 the minimum concrete compressive strength at release is allowed, the Contractor shall
17 bear any added cost that results from the change.
18
19 6-02.3(25)G Protection of Exposed Reinforcement
20 The second paragraph is revised to read:
21
22 Grouting of post-tensioning ducts for spliced prestressed concrete girders shall conform
23 to Section 6-02.3(26)H.
24
25 6-02.3(25)H Finishing
26 The fourth paragraph is revised to read:
27
28 On the deck bulb tee girder section and all precast prestressed members, the
29 Contractor shall test the roadway deck surface portion for flatness. This test shall occur
30 after floating but while the concrete remains plastic. Testing shall be done with a 10-foot
31 straightedge parallel to the girder centerline and with a flange width straightedge at right
32 angles to the girder centerline. The Contractor shall fill depressions, cut down high
33 spots, and refinish to correct any deviation of more than 1/4 inch within the straightedge
- 34 length. This section of the roadway surface shall be finished to meet the requirements
35 for finishing roadway slabs, as defined in Section 6-02.3(10) except that, if approved by
36 the Engineer, a coarse stiff broom may be used to provide the finish in lieu of a metal
37 tined comb.
W 38
39 6-02.3(25)1 Tolerances
40 The title, first paragraph, and items 7, 10, and 21 following the first paragraph are revised to
41 read:
42
43 6-02.3(25)1 Fabrication Tolerances
44 The girders shall be fabricated as shown in the Plans and shall meet the dimensional
45 tolerances listed below. Construction tolerances of cast-in-place closures for spliced
46 prestressed concrete girders shall conform to the tolerances specified for spliced
47 prestressed concrete girders. Actual acceptance or rejection will depend on how the
48 Engineer believes a defect outside these tolerances will affect the structure's strength or 49 appearance:
50
51 7. Flange Depth:
52 For I and Wide Flange I girders: ± 1/4 inch
53 For bulb tee and deck bulb tee girders: + 1/4 inch, - 1/8 inch
54 For PCPS members: + 1/4 inch, - 1/8 inch
55
_ 56 10. Longitudinal Position of the Harping Point:
57 Single harping point ± 18 inches
58
59 Multiple bundled strand groups
60 First bundled strand group ± 6 inches
2005 AMENDMENTS-UPDATE 405 31
1, Second bundled strand group ± 18 inches ..
2 Third bundled strand group ± 30 inches
3
4 21. Differential Camber Between Girders in a Span (measured in place at the job
5 site):
6
7 For I, Wide Flange I, bulb tee, and
8 spliced prestressed concrete girders: 1/8 inch per 10 feet of beam
9 length.
10 For deck bulb tee girders: Cambers shall be equalized by
11 an approved method when the
12 differences in cambers between
13 adjacent girders or stages
14 measured at mid-span exceeds
15 1/4 inch.
16 For PCPS members: ± 1/4 inch per ten feet of member
17 length measured at midspan, but
18 not greater than ± 1/2 inch total.
19 For prestressed
20 concrete tub girders: ± 1/4 inch per ten feet of member
21 length measured at midspan, but
22 not greater than ± 1/2 inch total.
23 -�
24 6-02.3(25)J Horizontal Alignment
25 The fourth paragraph is revised to read:
26
27 The maximum deviation of the side of the precast prestressed slab, or the edge of the
28 roadway deck slab of the deck double tee girder or the precast prestressed ribbed
29 section, measured from a chord that extends end to end of the member, shall bEP± 1/8
30 inch per 10 feet of member length, but not greater than 1/2 inch total.
31
32 6-02.3(25)L Handling and Storage
33 The first and second paragraphs are revised to read:
34
35 During handling and storage, each girder shall always be kept plumb and upright, and
36 each precast prestressed member and prestressed concrete tub girder shall always be
37 kept in the horizontal position as shown in the Plans. It shall be lifted only by the lifting
38 devices (strand lift loops or high-strength threaded steel bars) at either end. For strand
39 lift loops, a minimum 2 inch diameter straight pin of a shackle shall be used through the
40 loops. For high-strength threaded steel bars, the lifting hardware that connects to the
41 bars shall be designed, detailed, and furnished by the Contractor. Series W42G,
42 WF42G, W50G, WF50G, W58G, and WF58G girders, and Series W32BTG, W38BTG,
43 W50BTG, W62BTG, and W74G girders up to 145 feet in length, can be picked up at a
44 minimum angle of 60 degrees from the top of the girder. All other prestressed girders
45 shall be picked up within 10 degrees of perpendicular to the top of the girder.
46
47 For some girders, straight temporary top flange strands may be specified in the Plans.
48 Pretensioned top temporary strands for full length prestressed concrete girders shall be
49 unbonded over all but the end 10 feet of the girder length. As an alternative for full
50 length prestressed concrete girders, temporary top strands may be post-tensioned prior
51 to shipment. When temporary top strands are specified for spliced prestressed
52 concrete girders, the temporary top strands shall be post-tensioned prior to lifting the ..
53 assembled girder. When the post-tensioned alternative is used, the Contractor shall be
54 responsible for properly sizing the anchorage plates, and the reinforcement adjacent to
55 the anchorage plates, to prevent bursting or splitting of the concrete in the top flange.
56 Temporary strands shall be cut or released in accordance with Section 6-02.3(25)N. -
57
58 6-02.3(25)M Shipping
59 The third and fourth paragraphs are revised to read:
60
2006 AMENDMENTS-UPDATE 405 32
1 No double tee girder, deck double tee girder, precast prestressed slab or precast
2 prestressed ribbed section shall be shipped for at least three days after concrete
3 placement. No deck bulb tee girder or prestressed concrete tub girder shall be shipped
4 for at least seven days after concrete placement, except that deck bulb tee girders or
5 prestressed concrete tub girders may be shipped three days after concrete placement
6 when U(bd) is less than or equal to 5.0, where L equals the shipping length of the
7 girder, b equals the girder top flange width (for deck bulb tee girders) or the bottom
8 flange width (for prestressed concrete tub girders), and d equals the girder depth, all in
9 feet. No other girder shall be shipped for at least ten days after concrete placement.
10
11 Girder support during shipping shall be located as follows unless otherwise shown in the
12 Plans:
13
14 Centerline Support Within
15 Type of Girder This Distance From Either End
- 16
17 Precast Prestressed Members 2 feet
18 Series W42G, WF42G, W50G and WF50G 3 feet
19 All bulb tee and
20 deck bulb tee girders, except as noted 3 feet
21 Series W58G, WF58G, and W62BTG 4 feet
22 Series W74G and WF74G 5 feet
23 Series W83G and W95G 8 feet
24 Series WF74PTG, W83PTG, and W95PTG segments 4 feet
25 Prestressed concrete tub girder segment 4 feet
26
~ 27 The sixth, seventh and eighth paragraphs are revised to read:
28
29 If the Contractor elects to assemble spliced prestressed concrete girders .into
30 components of two or more segments prior to shipment, the Contractor shall submit
31 shipment support location working drawings with supporting calculations to the Engineer
32 in accordance with Section 6-01.9. The calculations shall show that concrete stresses
33 in the assembled girders will not exceed those listed below.
34
35 Lateral bracing for shipping is not required for prestressed concrete tub girders and
36 precast prestressed members. Other prestressed concrete girders of lengths equal or
37 shorter than the following will not require lateral bracing for shipping:
38
39 Maximum Length Not Requiring
40 Type of Girder Bracing for Shipping
41
42 Series W42G, WF42G, W32BTG, and W38BTG 80 feet
43 Series W50G and WF50G 100 feet
44 Series W58G, WF58G, W50BTG, and W62BTG 105 feet
45 All deck bulb tee girders 120 feet
46 Series W74G and WF74G 130 feet
47
48 For all girders exceeding these lengths, and all Series WF74PTG, W83G, W83PTG,
49 W95G, and W95PTG girders, the Contractor shall provide bracing to control lateral
50 bending during shipping, unless the Contractor furnishes calculations in accordance
51 with Section 6-01.9 demonstrating that bracing is not necessary. External bracing shall
52 be attached securely to the top flange of the girder. The Contractor is cautioned that
53 more conservation guidelines for lateral bracing may be required for some delivery
54 routes. The Contractor shall submit a bracing plan, with supporting calculations, to the
55 Engineer for approval in accordance with Section 6-01.9. The Contractor shall not
56 begin shipping the girders until receiving the Engineer's approval of the bracing plan,
57 and shall perform all bracing operations at no additional cost to the Contracting Agency.
58
59 Criteria for Checking Girder Stresses
60 At the Time of Lifting or Transporting and Erecting
2005 AMENDMENTS-UPDATE 405 33
1 -
2 Stresses at both support and harping points shall be satisfied based on these
3 criteria:
4
5 1. Allowable compression stress, fc = 0.60f'cm
6 a. f'cm = compressive strength at time of lifting or transporting verified
7 by test but shall not exceed design compressive strength (f'c) at 28
8 days in psi + 1,000 psi
9 2. Allowable tension stress, ksi
10 a. With no bonded reinforcement = 3 times square root (f'cm) <_ 0.20 ksi
11 b. With bonded reinforcement to resist total tension force in the concrete
12 computed on the basis of an uncracked section 6.0 times square root -�
13 (f'cm). The allowable tensile stress in the reinforcement is 30 ksi
14 (AASHTO M-31, Gr. 60)
15 3. Prestress losses
16 a. 1 day to 1 month = computed losses
17 b. 1 month to 1 year= 75 percent of computed final losses
18 c. 1 year or more = computed final losses
19 4. Impact on dead load
20 a. Lifting from casting beds = 0 percent
21 b. Transporting and erecting = 20 percent
22
23 6-02.3(25)N Prestressed Concrete Girder Erection
24 The fifth paragraph is revised to read:
25
26 The concrete in piers and crossbeams shall reach at least 80 percent of design strength
27 before girders are placed on them. The Contractor shall hoist girders only by the lifting
28 devices at the ends, always keeping the girders plumb and upright. Once erected, the
29 girders shall be braced to prevent tipping until the intermediate diaphragms are cast and
30 cured. When temporary strands in the top flange are used, they shall be cut after
31 the girders are braced and before the intermediate diaphragms are cast. The
32 Contractor shall place the cast-in-place deck on the girders within 30 calendar days of
33 cutting the temporary strands, except as otherwise approved by the Engineer.
34 .�
35 For situations where the Contractor proposes to delay placing the cast-in-place deck on
36 the girders beyond 30 calendar days after cutting the temporary strands, the Contractor
37 shall submit supporting girder camber calculations to the Engineer for approval in
38 accordance with Section 6-01.9. The Contractor shall not cut the temporary strands
39 until receiving the Engineer's approval of the girder camber calculations.
40
41 The seventh paragraph is deleted
42 `
43 The eighth paragraph is revised to read:
44
45 The Contractor shall check the horizontal alignment of both the top and bottom flanges
46 of each girder after girder erection but before placing concrete in the bridge diaphragms
47 as described in Section 6-02.3(25)J.
48
49 6-02.3(25)0 Deck Bulb Tee Girder Flange Connection
50 This section is revised to read:
51
52 The Contractor shall submit a method of equalizing deck bulb tee girder (and precast
53 prestressed member) deflections to the Engineer for approval in accordance with
54 Section 6-01.9, except that the submittal shall be made a minimum of 60 days prior to
55 field erection of the deck bulb tee girder. Deflection equalizing methods approved for
56 previous Contracting Agency contracts will be acceptable providing the bridge -
57 configuration is similar and the previous method was satisfactory. A listing of the
58 previous Contracting Agency contract numbers for which the method was used shall be
59 included with the submittal. The weld-ties may be used as a component of the
60 equalizing system provided the Contractor's procedure outlines how the weld-ties are to
2005 AMENDMENTS-UPDATE 4-05 34
1 be used, and that the Contractor's submittal includes a list and description of previous
2 bridge projects where the Contractor has successfully used weld-ties as a component of
3 the equalizing system.
4
5 The concrete diaphragms for deck bulb tee girders shall attain a minimum compressive
6 strength of 2,500 psi before any camber equalizing equipment is removed.
7
8 On deck bulb tee girders, girder deflection shall be equalized utilizing the approved
9 method before girders are weld-tied and before keyways are filled. Keyways between
10 tee girders shall be filled flush with the surrounding surfaces with nonshrink grout. This
11 nonshrink grout shall have a compressive strength of 5,000 psi before the equalizing
12 equipment is removed. Compressive strength shall be determined by fabricating and
13 testing cubes in accordance with WSDOT Test Method 813 and testing in accordance
14 with WSDOT FOP for AASHTO T-106.
15
- 16 Welding ground shall be attached directly to the steel plates being welded when welding
17 the weld-ties on bulb tee girders.
18
19 No construction equipment shall be placed on the structure, other than equalizing
- 20 equipment, until the girders have been weld-tied and the keyway grout has attained a
21 compressive strength of 5,000 psi.
22
23 6-02.3 26 Cast-in-Place Prestressed Concrete
24 6-02.3 26�C Bearing Type Anchorages
25 Item 6 in the first paragraph is revised to read:
26
27 6. For transverse post-tensioning of roadway slabs, the bearing stress shall not
28 exceed 0.9f'c at P;ak of all strands (before seating) or 4,000 psi at service load after
29 all losses.
30
31 6-02.3(26)H Grouting
32 The first sentence in the sixth paragraph is revised to read:
33
34 The Contractor shall proportion the mix to produce a grout with a flow of 11 to 20
35 seconds as determined by WSDOT Test Method for ASTM C 939, Flow of Grout for
36 Preplaced Aggregate Concrete (Flow Cone Method).
37
38 The third sentence in the seventh paragraph is revised to read:
39
40 Cubes shall be made in accordance with WSDOT Test Method T 813 and stored in
41 accordance with WSDOT FOP for AASHTO T 23.
42
43 6-02.3(27) Concrete for Precast Units
44 This section is supplemented with the following:
45
46 Self compacting concrete (SCC) may be used for precast concrete barrier covered
47 under Section 6-10 and drainage items covered under Section 9-12. If self compacting
48 concrete has been approved for use the requirements of Section 6-02.3(4)C
49 consistency shall not apply. Self compacting concrete is concrete that is able to flow
50 under its own weight and completely fill the formwork, even in the presence of dense
51 reinforcement, without the need of any vibration, while maintaining homogeneity. When
52 using SCC modified testing procedures for air content and compressive strength will be
53 used. The modification shall be that molds will be filled completely in one continuous lift
54 without any rodding, vibration, tamping or other consolidation methods other than lightly
55 taping around the exterior of the mold with a rubber mallet to allow entrapped air
w 56 bubbles to escape. In addition the fabricators QC testing shall include Slump Flow Test
57 results, which do not indicate segregation. As part of the plants approval for use of SCC
58 the plant fabricator shall cast one barrier, or drainage item and have that barrier or
59 drainage item sawed in half for examination by the Contracting Agency to determine
60 that segregation has not occurred.
2005 AMENDMENTS-UPDATE 4-05 35
1 -»
2 SECTION 6-03, STEEL STRUCTURES
3 August 2, 2004
4 6-03.3(14) Edge Finishing
5 The first and second paragraphs are revised to read:
6
7 All rolled, sheared, and thermal cut edges shall be true to line and free of rough corners
8 and projections. Corners along exposed edges shall be rounded to a minimum radius ..
9 of 1/16 inch.
10
11 Sheared edges on plates more than 5/8 inch thick shall be planed, milled, ground, or
12 thermal cut to a depth of at least 1/8 inch.
13
14 6-03.3(33) Bolted Connections
15 In Table 4 the entries under Bolt Length, the following is revised:
16
17 L< 4D
18 4D<L<8D
19 8D<L<12D
20
21 6-03.3(39) Swinging the Span
22 The second paragraph is revised to read: �.
23
24 After the falsework is released (spans swung free) the masonry plates, shoes, and
25 keeper plates are grouted, and before any load is applied, the Engineer will (or, if the
26 Contractor is specified as responsible for surveying, the Contractor shall) measure
27 elevations at the tenth points along the tops of girders and floorbeams.
28 is
29 The Engineer will compare steel mass camber elevations with the elevations measured
30 above, and will furnish the Contractor with new dead-load camber dimensions.
31
32 SECTION 6-05, PILING
33 December 6, 2004
34 6-05.3(9)A Pile Driving Equipment Approval
35 The first sentence of the second paragraph is revised to read:
36
37 The Contractor shall submit a wave equation analysis for all pile driving systems used to
38 drive piling with required ultimate bearing capacities of greater than 300 tons.
39
40 Under the second paragraph the default values and definition for "R„it' are revised as
41 follows:
42
43 Ruit is the resistance of the pile used in the wave equation analyses. If the ultimate
44 bearing capacity equals the maximum driving resistance, a setup factor of 1.3 may be
45 used in the wave equation analysis to account for pile setup. To use a setup factor in
46 the wave equation analysis, Ruit in the analysis is the ultimate bearing capacity divided
47 by 1.3. If the maximum driving resistance exceeds the ultimate bearing capacity, no
48 setup factor should be used, and Rust is equal to the maximum driving resistance of the
49 pile.
510 SECTION 6-06, BRIDGE RAILINGS
52 January 5, 2004
53 6-06.2 Materials --
54 This section is revised to read:
55
56 Materials shall meet the requirements of the following sections:
57
2005 AMENDMENTS-UPDATE 405 36
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
-` 14 6-09.2 Materials
15 This first paragraph is supplemented with the following:
16
17 Microsilica Fume 9-23.11
18
19 The first sentence of the fifth paragraph is revised to read:
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:
34
35 Concrete barrier installed in conjunction with retaining walls, noise barriers, light
36 standard foundations, and sign bridge foundations, regardless of the barrier shape, shall
37 be cast-in-place using stationary 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
47 slip-form method.
48
49
50 6-10.4 Measurement
51 This section is supplemented with the following:
52
53 Concrete barrier transition Type 2 to bridge f-shape will be measured by the linear foot
54 installed.
55
56 Single slope concrete barrier light standard foundation will be measured by the unit for
57 each light standard foundation installed.
2005 AMENDMENTS-UPDATE 405 37
1
2 Traffic barrier, traffic pedestrian barrier, and pedestrian barrier will be measured as
3 specified for cast-in-place concrete barrier.
4
5 6-10.5 Payment
6 The following bid items are inserted to precede "Single Slope Concrete Barrier", per linear
7 foot.
8
9 "Traffic Barrier", per linear foot.
10 "Traffic Pedestrian Barrier", per linear foot.
11 "Pedestrian Barrier" per linear foot.
12 The unit contract price per linear foot for "Traffic Barrier", "Traffic Pedestrian Barrier", ..
13 and "Pedestrian Barrier" shall be full pay for constructing the barrier on top of the bridge
14 deck, and associated bridge approach slabs, curtain walls and wingwalls, excluding the
15 steel reinforcing bars that extend from the bridge deck, bridge approach slab, curtain
16 walls, and wingwalls.
17
18 The new bid items listed below are inserted to precede "Cast-In-Place Conc. Barrier Light
19 Standard Section", per each.
20
21 "Conc. Barrier Transition Type 2 to Bridge F-Shape", per linear foot.
22 The unit contract price per linear foot for "Conc. Barrier Transition Type 2 to Bridge F-
23 Shape" shall be full pay for performing the work as specified, excluding bridge traffic .
24 barrier modifications necessary for this installation.
25 "Single Slope Conc. Barrier Light Standard Foundation", per each.
26
27 SECTION 6-11, PRECAST CONCRETE RETAINING WALL STEMS
28 April 5, 2004
M
29 This section including title is revised to read:
30
31 SECTION 6-11, REINFORCED CONCRETE WALLS
32 6-11.1 Description -
33 This work consists of constructing reinforced concrete retaining walls, including those
34 shown in the Standard Plans, L walls, and counterfort walls.
35
36 6-11.2 Materials
37 Materials shall meet the requirements of the following sections:
38
39 Cement 9-01
40 Aggregates for Portland Cement Concrete 9-03.1
41 Gravel Backfill 9-03.12
42 Premolded Joint Filler 9-04.1(2)
43 Steel Reinforcing Bar 9-07.2 --
44 Epoxy-Coated Steel Reinforcing Bar 9-07.3
45 Concrete Curing Materials and Admixtures 9-23
46 Fly Ash 9-23.9
47 Water 9-25
48
49 Other materials required shall be as specified in the Special Provisions.
50 _.
51 6-11.3 Construction Requirements
52
53 6-11.3(1) Submittals
54 The Contractor shall submit all excavation shoring plans to the Engineer for approval in
55 accordance with Section 2-09.3(3)D.
56
57 The Contractor shall submit all falsework and formwork plans to the Engineer for
58 approval in accordance with Sections 6-02.3(16) and 6-02.3(17).
2005 AMENDMENTS-UPDATE 4-05 38
2 If the Contractor elects to fabricate and erect precast concrete wall stem panels, the
3 following information shall be submitted to the Engineer for approval in accordance with
4 Sections 6-01.9 and 6-02.3(28)A:
5
6 1. Working drawings for fabrication of the wall stem panels, showing dimensions,
7 steel reinforcing bars, joint and joint filler details, surface finish details, lifting
8 devices with the manufacturer's recommended safe working capacity, and
9 material specifications.
10
11 2. Working drawings and design calculations for the erection of the wall stem
12 panels showing dimensions, support points, support footing sizes, erection
13 blockouts, member sizes, connections, and material specifications.
14
15 3. Design calculations for the precast wall stem panels, the connection between
16 the precast panels and the cast-in-place footing, and all modifications to the
17 cast-in-place footing details as shown in the Plans or Standard Plans.
18
19 The Contractor shall not begin excavation and construction operations for the retaining
`- 20 walls until receiving the Engineer's approval of the above submittals.
21
22 6-11.3(2) Excavation and Foundation Preparation
23 Excavation shall conform to Section 2-09.3(3), and to the limits and construction stages
24 shown in the Plans. Foundation soils found to be unsuitable shall be removed and
25 replaced in accordance with Section 2-09.3(1)C.
26
27 6-11.3(3) Precast Concrete Wall Stem Panels
28 The Contractor may fabricate precast concrete wall stem panels for construction of
29 Standard Plan Retaining Wall Types 1 through 6 and 1 SW through 6SW. Precast
30 concrete wall stem panels may be used for construction of non-Standard Plan retaining
31 walls if allowed by the Plans or Special Provisions. Precast concrete wall stem panels
32 shall conform to Section 6-02.3(28), and shall be cast with Class 4000 concrete.
33
34 The precast concrete wall stem panels shall be designed in accordance with the
35 requirements for Load Factor Design in the following codes:
36
37 1. For all loads except as otherwise noted -AASHTO Standard Specifications for
38 Highway Bridges, latest edition and current interims. The seismic design shall
39 use the acceleration coefficient and soil profile type as specified in the Plans.
40
41 2. For all wind loads - AASHTO Guide Specifications for Structural Design of
42 Sound Barriers, latest edition and current interims.
43
44 The precast concrete wall stem panels shall be fabricated in accordance with the
45 dimensions and details shown in the Plans, except as modified in the shop drawings as
46 approved by the Engineer.
47
48 The precast concrete wall stem panels shall be fabricated full height, and shall be
49 fabricated in widths of 8 feet, 16 feet, and 24 feet.
50
51 The construction tolerances for the precast concrete wall stem panels shall be as
52 follows:
53
54 Height +/4 inch
55 Width +% inch
56 Thickness +%4 inch
57 -1/8 inch
58 Concrete cover for steel reinforcing bar +3/8 inch
59 -1/8 inch
60 Width of precast concrete wall stem panel joints ±%4 inch ,
2005 AMENDMENTS-UPDATE 4-05 39
1 Offset of precast concrete wall stem panels +'/4 inch ...
2 (Deviation from a straight line extending 5 feet on each side of the panel joint)
3
4 The precast concrete wall stem panels shall be constructed with a mating shear key
5 between adjacent panels. The shear key shall have beveled corners and shall be 1-1/2
6 inches in thickness. The width of the shear key shall be 3-1/2 inches minimum and 5-
7 1/2 inches maximum. The shear key shall be continuous and shall be of uniform width
8 over the entire height of the wall stem.
9
10 The Contractor shall provide the specified surface finish as noted, and to the limits
11 shown, in the Plans to the exterior concrete surfaces. Special surface finishes achieved
12 with form liners shall conform to Sections 6-02.2 and 6-02.3(14) as supplemented in the
13 Special Provisions. Rolled on textured finished shall not be used. Precast concrete wall
14 stem panels shall be cast in a vertical position if the Plans call for a form liner texture on
15 both sides of the wall stem panel.
16
17 The precast concrete wall stem panel shall be rigidly held in place during placement and
18 curing of the footing concrete.
19
20 The precast concrete wall stem panels shall be placed a minimum of one inch into the
21 footing to provide a shear key. The base of the precast concrete wall stem panel shall
22 be sloped '/2 inch per foot to facilitate proper concrete placement.
23 --
24 To ensure an even flow of concrete under and against the base of the wall panel, a form
25 shall be placed parallel to the precast concrete wall stem panel, above the footing, to
26 allow a minimum one foot head to develop in the concrete during concrete placement.
27
28 The steel reinforcing bars shall be shifted to clear the erection blockouts in the precast
29 concrete wall stem panel by 1-1/2 inches minimum.
30
31 All precast concrete wall stem panel joints shall be constructed with joint filler installed
32 on the rear (backfill) side of the wall. The joint filler material shall extend from two feet
33 below the final ground level in front of the wall to the top of the wall. The joint filler shall
34 be a nonorganic flexible material and shall be installed to create a waterproof seal at
35 panel joints.
36
37 The soil bearing pressure beneath the falsework supports for the precast concrete wall
38 stem panels shall not exceed the maximum design soil pressure shown in the Plans for
39 the retaining wall.
40
41 6-11.3(4) Cast-In-Place Concrete Construction
42 Cast-in-place concrete for concrete retaining walls shall be formed, reinforced, cast,
43 cured, and finished in accordance with Section 6-02, and the details shown in the Plans
44' and Standard Plans. All cast-in-place concrete shall be Class 4000.
45 -
46 The Contractor shall provide the specified surface finish as noted, and to the limits
47 shown, in the Plans to the exterior concrete surfaces. Special surface finishes achieved
48 with formliners shall conform to Sections 6-02.2 and 6-02.3(14) as supplemented in the
49 Special Provisions.
50
51 Cast-in-place concrete for adjacent wall stem sections (between vertical expansion
52 joints) shall be formed and placed separately, with a minimum 12 hour time period
53 between concrete placement operations.
54
55 Premolded joint filler, 1/2 thick, shall be placed full height of all vertical wall stem
56 expansion joints in accordance with Section 6-01.14.
57
58 6-11.3(5) Backfill, Weepholes and Gutters
59 Unless the Plans specify otherwise, backfill and weepholes shall be placed in
60 accordance with Standard Plan D-4 and Section 6-02.3(22). Gravel backfill for drain -
2005 AMENDMENTS-UPDATE 4-05 40
1 shall be compacted in accordance with Section 2-09.3(1)E. Backfill within the zone
2 defined as bridge approach embankment in Section 1-01.3 shall be compacted in
3 accordance with Method C of Section 2-03.3(14)C. All other backfill shall be compacted
4 in accordance with Method B of Section 2-03.3(14)C, unless otherwise specified.
5
6 Cement concrete gutter shall be constructed as shown in the Standard Plans.
7
8 6-11.3(6) Traffic Barrier and Pedestrian Barrier
9 When shown in the Plans, traffic barrier and pedestrian barrier shall be constructed in
10 accordance with Sections 6-02.3(11)A and 6-10.3(2), and the details shown in the Plans
11 and Standard Plans.
12
13 6-11.4 Measurement
14 Concrete Class 4000 for retaining wall will be measured as specified in Section 6-02.4.
15
16 Steel reinforcing bar for retaining wall and epoxy-coated steel reinforcing bar for
17 retaining wall will be measured as specified in Section 6-02.4.
18
19 Traffic barrier and pedestrian barrier will be measured as specified in Section 6-10.4 for
20 cast-in-place concrete barrier.
21
22 6-11.5 Payment
23 Payment will be made in accordance with Section 1-04.1 for each of the following bid
24 items when they are included in the proposal:
25
26 "Conc. Class 4000 For Retaining Wall", per cubic yard.
° 27 All costs in connection with furnishing and installing weep holes and premolded
28 joint filler shall be included in the unit contract price per cubic yard for "Conc. Class
29 4000 for Retaining Wall".
30
31 "St. Reinf. Bar For Retaining Wall", per pound.
32 "Epoxy-Coated St. Reinf. Bar For Retaining Wall", per pound.
33
34 "Traffic Barrier", per linear foot.
35 "Pedestrian Barrier", per linear foot.
36 The unit contract price per linear foot for "_ Barrier" shall be full pay for
37 constructing the barrier on top of the retaining wall, except that when these bid
38 items are not included in the proposal, all costs in connection with performing the
39 work as specified shall be included in the unit contract price per cubic yard for
40 "Conc. Class 4000 For Retaining Wall", and the unit contract price per pound for
41 "_ Bar For Retaining Wall".
- 42
43 SECTION 6-12, NOISE BARRIER WALLS
44 April 5, 2004
45 6-12.1 Description
46 This work consists of constructing cast-in-place concrete, precast concrete, masonry, and
47 timber noise barrier walls, including those shown in the Standard Plans.
- 48
49 6-12.2 Materials
50 Materials shall meet the requirements of the following sections:
51
52 Cement 9-01
53 Aggregates for Portland Cement Concrete 9-03.1
54 Gravel Backfrll 9-03.12
55 Premolded Joint Filler 9-04.1(2)
56 Bolts, Nuts, and Washers 9-06.5(1)
57 Steel Reinforcing Bar 9-07.2
58 Epoxy-Coated Steel Reinforcing Bar 9-07.3
59 Paints 9-08
2005 AMENDMENTS-UPDATE 4-05 41
1 Concrete Curing Materials and Admixtures 9-23 ..
2 Fly Ash 9-23.9
3 Water 9-25
4
5 Other materials required shall be as specified in the Special Provisions.
6
7 6-12.3 Construction Requirements
8
9 6-12.3(1) Submittals
10 All noise barrier walls not constructed immediately adjacent to the roadway, and which
11 require construction of access for work activities, shall have a noise barrier wall access plan.
12 The Contractor shall submit the noise barrier wall access plan to the Engineer for approval in
13 accordance with Section 6-01.9. The noise barrier wall access plan shall include, but not be
14 limited to, the locations of access to the noise barrier wall construction sites, and the
15 method, materials, and equipment used to construct the access, remove the access, and
16 recontour and reseed the disturbed ground.
17
18 For construction of all noise barrier walls with shafts, the Contractor shall submit a shaft
19 construction plan to the Engineer for approval in accordance with Section 6-01.9, including
20 but not limited to the following information:
21
22 1. List and description of equipment to be used to excavate and construct the shafts,
23 including description of how the equipment is appropriate for use in the expected
24 subsurface conditions.
25
26 2. The construction sequence and order of shaft construction.
27
28 3. Details of shaft excavation methods, including methods to clean the shaft
29 excavation.
30
31 4. Details and dimensions of the shaft, and casing if used.
32
33 5. The method used to prevent ground caving (temporary casing, slurry, or other
34 means). w
35
36 6. Details of concrete placement including procedures for deposit through a conduit,
37 tremie, or pump.
38
39 7. Method and equipment used to install and support the steel reinforcing bar cage.
40
41 For construction of precast concrete noise barrier walls, the Contractor shall submit shop
42 drawings for the precast concrete panels to the Engineer in accordance with Section 6-
43 02.3(28)A. In addition to the items listed in Section 6-02.3(28)A, the precast concrete panel
44 shop drawings shall include the following:
45
46 1. Construction sequence and method of forming the panels.
47
48 2. Details of additional reinforcement provided at lifting and support locations.
49
50 3. Method and equipment used to support the panels during storage, transporting,
51 and erection.
52
53 4. Erection sequence, including the method of lifting the panels, placing and adjusting
54 the panels to proper alignment and grade, and supporting the panels during bolting,
55 grouting, and backfilling operations.
56
57 The Contractor shall not begin noise barrier wall construction activities, including access
58 construction and precast concrete panel fabrication, until receiving the Engineer's approval
59 of all appropriate and applicable submittals.
60
2005 AMENDMENTS-UPDATE 4-05 42
1 6-12.3(2) Work Access and Site Preparation
2 The Contractor shall construct work access in accordance with the work access plan as
3 approved by the Engineer. The construction access roads shall minimize disturbance to the
4 existing vegetation, especially trees. Only trees and shrubs in direct conflict with the
- 5 approved construction access road alignment shall be removed. Only one access road into
6 the noise barrier wall from the main roadway and one access road from the noise barrier wall
7 to the main roadway shall be constructed at each noise barrier wall.
8
9 Existing vegetation that has been identified by the Engineer shall be protected in accordance
10 with Sections 1-07.16 and 2-01, and the Special Provisions.
11
12 6-12.3(3) Shaft Construction
13 The Contractor shall excavate and construct the shafts in accordance with the shaft
14 construction plan as approved by the Engineer.
15
16 The shafts shall be excavated to the required depth as shown in the Plans. The excavation
17 shall be completed in a continuous operation using equipment capable of excavating through
18 the type of material expected to be encountered.
19
y 20 If the shaft excavation is stopped, the Contractor shall secure the shaft by installing a safety
21 cover over the opening. The Contractor shall ensure the safety of the shaft and surrounding
22 soil and the stability of the side walls. A temporary casing, slurry, or other methods approved
23 by the Engineer shall be used as necessary to ensure such safety and stability.
24
25 When caving conditions are encountered, the Contractor shall stop further excavation until
26 implementing the method to prevent ground caving as specified in the shaft construction
°- 27 plan approved by the Engineer.
28
29 When obstructions are encountered, the Contractor shall notify the Engineer promptly. An
30 obstruction is defined as a specific object (including, but not limited to, boulders, logs, and
- 31 man made objects) encountered during the shaft excavation operation which prevents or
32 hinders the advance of the shaft excavation. When efforts to advance past the obstruction to
33 the design shaft tip elevation result in the rate of advance of the shaft drilling equipment
34 being is significantly reduced relative to the rate of advance for the rest of the shaft
35 excavation, then the Contractor shall remove the obstruction under the provisions of Section
36 6-12.5 as supplemented in the Special Provisions. The method of removal of such
37 obstructions, and the continuation of excavation shall be as proposed by the Contractor and
r 38 approved by the Engineer.
39
40 The Contractor shall use appropriate means to clean the bottom of the excavation of all
41 shafts. No more than two inches of loose or disturbed material shall be present at the
42 bottom of the shaft just prior to beginning concrete placement.
43
44 The Contractor shall not begin placing steel reinforcing bars and concrete in the shaft until
45 receiving the Engineer's approval of the shaft excavation.
46
47 The steel reinforcing bar cage shall be rigidly braced to retain its configuration during
48 handling and construction. The Contractor shall not place individual or loose bars. The
49 Contractor shall install the steel reinforcing bar cage as specified in the shaft construction
50 plan as approved by the Engineer. The Contractor shall maintain the minimum concrete
51 cover shown in the Plans.
52
53 If casings are used, the Contractor shall remove the casing during concrete placement. A
54 minimum five feet head of concrete shall be maintained to balance soil and water pressure
55 at the bottom of the casing. The casing shall be smooth. Where the top of the shaft is
- 56 above the existing ground, the Contractor shall case the top of the hole prior to placing the
57 concrete.
58
59 Concrete for shafts shall conform to Class 4000P. The Contractor shall place concrete in the
60 shaft immediately after completing the shaft excavation and receiving the Engineer's
2005 AMENDMENTS-UPDATE 4-05 43
1 approval of the excavation. The Contractor shall place the concrete in one continuous
2 operation to the elevation shown in the Plans, using a method to prevent segregation of
3 aggregates. The Contractor shall place the concrete as specified in the approved shaft
4 construction plan. If water is present, concrete shall be placed in accordance with Section 6-
5 02.3(6)8. '
6
7 6-12.3(4) Trench, Grade Beam, or Spread Footing Construction
8 Where the noise barrier wall foundations exist below the existing groundline, excavation
9 shall conform to Section 2-09.3(4), and to the limits and construction stages shown in the
10 Plans. Foundation soils found to be unsuitable shall be removed and replaced in
11 accordance with Section 2-09.3(1)C.
12 —.
13 Where the noise barrier wall foundations exist above the existing groundline, the Contractor
14 shall place and compact backfill material in accordance with Section 2-03.3(14)C.
15
16 Concrete for trench, grade beam, or spread footing foundations shall conform to Class 4000.
17
18 Cast-in-place concrete shall be formed, placed, and cured in accordance with Section 6-02,
19 except that concrete for trench foundations shall be placed against undisturbed soil. .-
20
21 The excavation shall be backfilled in accordance with item 1 of the Compaction subsection
22 of Section 2-09.3(1)E.
23 .�
24 The steel reinforcing bar cage and the noise barrier wall anchor bolts shall be installed and
25 rigidly braced prior to grade beam and spread footing concrete placement to retain their
26 configuration during concrete placement. The Contractor shall not place individual or loose
27 steel reinforcing bars and anchor bolts, and shall not install anchor bolts during or after
28 concrete placement.
29
30 6-12.3(5) Cast-In-Place Concrete Panel Construction
31 Construction of cast-in-place concrete panels for noise barrier walls shall conform to Section
32 6-11.3(4). For noise barrier walls with traffic barrier, the construction of the traffic barrier
33 shall also conform to Section 6-10.3(2).
34
35 The top of the cast-in-place concrete panels shall conform to the top of wall profile shown in
36 the Plans. Where a vertical step is constructed to provide elevation change between
37 adjacent panels, the dimension of the step shall be 2 feet. Each horizontal run between
38 steps shall be a minimum of 48 feet.
39
40 6-12.3(6) Precast Concrete Panel Fabrication and Erection
41 The Contractor shall fabricate and erect the precast concrete panels in accordance with
42 Section 6-02.3(28), and the following requirements:
43
44 1. Concrete shall conform to Class 4000.
45 .�
46 2. Except as otherwise noted in the Plans and Special Provisions, all concrete
47 surfaces shall receive a Class 2 finish in accordance with Section 6-02.3(14)B.
48
49 3. The precast concrete panels shall be cast in accordance with Section 6-02.3(28)B.
50 The Contractor shall cast the precast concrete panels horizontally, with the traffic
51 side surface cast against the form liner on the bottom. The Contractor shall fully
52 support the precast concrete panel to avoid bowing and sagging surfaces.
53
54 After receiving the Engineer's approval of the shop drawings, the Contractor shall
55 cast one precast concrete panel to be used as the sample panel. The Contractor
56 shall construct the sample panel in accordance with the procedure and details
57 specified in the shop drawings approved by the Engineer. The Contractor shall
58 make the sample panel available to the Engineer for approval.
59
2005 AMENDMENTS-UPDATE 4-05 44
1 Upon receiving the Engineer's approval of the sample panel, the Contractor shall
2 continue production of precast concrete panels for the noise barrier wall. All
3 precast concrete panels will be evaluated against the sample panel for the quality
4 of workmanship exhibited. The sample panel shall be retained at the fabrication
5 site until all precast concrete panels have been fabricated and have received the
6 Engineer's approval. After completing precast concrete panel fabrication, the
7 Contractor may utilize the sample panel as a production noise barrier wall panel.
8
9 4. In addition to the fabrication tolerance requirements of Section 6-02.3(28)F, the
10 precast concrete panels for noise barrier walls shall not exceed the following scalar
11 tolerances:
12
13 Length and Width: ± 1/8 inch per five feet, not to exceed 1/4 inch total.
14
15 Thickness: + 1/4 inch.
16
17 The difference obtained by comparing the measurement of the diagonal of the
18 face of the panels shall not be greater than 1/2 inch.
19
20 Dimension tolerances for the traffic barrier portion of precast concrete panels
21 formed with traffic barrier shapes shall conform to Section 6-10.3(2).
22
23 5. After erection, the precast concrete panels shall not exceed the joint space
24 tolerances shown in the Plans. The panels shall not exceed 3/8 inch out of plumb
25 in any direction.
26
27 The Contractor shall seal the joints between precast concrete panels with a backer
28 rod and sealant system as specified. The Contractor shall seal both sides of the
29 joint full length.
30
31 The top of precast concrete panels shall conform to the top of wall profile shown in the
32 Plans. Where a vertical step is constructed to provide elevation change between
33 adjacent panels, the dimension of the step shall be 2 feet. Each horizontal run between
34 steps shall be a minimum of 48 feet.
35
36 6-12.3(7) Masonry Wall Construction
37 Construction requirements for masonry noise barrier wall panels shall be as specified in the
- 38 Special Provisions.
39
40 6-12.3(8) Fabricating and Erecting Timber Noise Barrier Wall Panels
41 Construction requirements for timber noise barrier wall panels shall be as specified in the
42 Special Provisions.
43
44 6-12.3(9) Access Doors and Concrete Landing Pads
45 The Contractor shall install access doors and door frames as shown in the Plans and
46 Standard Plans. The Contractor shall install the access doors to open toward the roadway
47 side. The door frames shall be set in place with grout conforming to Section 6-02.3(20), with
48 the grout completely filling the void between the door frame and the noise barrier wall panel.
- 49
50 The Contractor shall apply two coats of paint, as specified in the Special Provisions, to all
51 exposed metal surfaces of access doors and frames, except for stainless steel surfaces.
52 Each coat shall be 3 mils minimum wet film thickness.
53
54 The Contractor shall construct a concrete landing pad on the roadway side of each access
55 door location as shown in the Plans. The concrete shall conform to Section 6-02.3(2)B.
56
57 6-12.3(10) Finish Ground Line Dressing
58 The Contractor shall contour and dress the ground line on both sides of the noise barrier
59 wall, providing the minimum cover over the foundation as shown in the Plans. The
2005 AMENDMENTS-UPDATE 4-05 45
1 Contractor shall contour the ground adjacent to the barrier to ensure good drainage away ,
2 from the barrier.
3
4 After the access roads are no longer needed for noise barrier wall construction activities, the
5 Contractor shall restore the area to the original condition. The Contractor shall recontour the -w
6 access roads to match into the surrounding ground and shall reseed all disturbed areas in
7 accordance with the Section 8-01 and the Special Provisions, and the noise barrier wall
8 access plan as approved by the Engineer.
9
10 6-12.4 Measurement
11 Noise barrier wall will be measured by the square foot area of one face of the completed wall
12 panel in place. Except as otherwise noted, the bottom limit for measurement will be the top
13 of the trench footing, spread footing, or shaft cap. For Noise Barrier Type 5, the bottom
14 measurement limit will be the optional construction joint at the base of the traffic barrier. For
15 Noise Barrier Type 7, the bottom measurement limit will be base of the traffic barrier. For
16 Noise Barrier Types 8, 11, 12, 14, 15, and 20, the bottom measurement limit will be the base -
17 of the wall panel.
18
19 Noise barrier wall access door will be measured once for each access door assembly with
20 concrete landing pad furnished and installed.
21
22 6-12.5 Payment
23 Payment will be made in accordance with Section 1-04.1 for each of the following bid items
24 when they are included in the proposal:
25
26 "Noise Barrier Wall Type_", per square foot.
27 The unit contract price per square foot for "Noise Barrier Wall Type shall be full pay
28 for constructing the noise barrier walls as specified, including constructing and removing
29 access roads, excavating and constructing foundations and grade beams, constructing
30 cast-in-place concrete, and masonry wall panels, fabricating and erecting precast
31 concrete, and timber wall panels, applying sealer, and contouring the finish ground line
32 adjacent to the noise barrier walls.
33
34 "Noise Barrier Wall Access Door", per each.
35 The unit contract price per each for "Noise Barrier Wall Access Door" shall be full pay for
36 furnishing and installing the access door assembly as specified, including painting the
37 installed access door assembly and constructing the concrete landing pad.
38
39 SECTION 6-13, STRUCTURAL EARTH WALLS
40 April 4, 2005
41 6-13.1 Description
42 This work consists of constructing structural earth walls (SEW).
43
44 6-13.2 Materials
45 Materials shall meet the requirements of the following sections:
46
47 Cement 9-01
48 Aggregates for Portland Cement Concrete 9-03.1
49 Gravel Backfill 9-03.12(2)
50 Premolded Joint Filler 9-04.1(2)
51 Steel Reinforcing Bar 9-07.2
52 Epoxy-Coated Steel Reinforcing Bar 9-07.3
53 Concrete Curing Materials and Admixtures 9-23
54 Fly Ash 9-23.9
55 Water 9-25
56
57 Other materials required shall be as specified in the Special Provisions.
58
2005 AMENDMENTS-UPDATE 4-05 46
1 6-13.3 Construction Requirements
2 Proprietary structural earth wall systems shall be as specified in the Special Provisions.
3
4 6-13.3(1) Quality Assurance
- 5 The structural earth wall manufacturer shall provide a qualified and experienced
6 representative to resolve wall construction problems as approved by the Engineer. The
7 structural earth wall manufacturer's representative shall be present at the beginning of wall
8 construction activities, and at other times as needed throughout construction.
9 Recommendations made by the structural earth wall manufacturer's representative and
10 approved by the Engineer shall be followed by the Contractor.
11
12 The completed wall shall meet the following tolerances:
13
14 1. Deviation from the design batter and horizontal alignment, when measured along a
15 ten foot straight edge, shall not exceed the following:
16
17 a. Welded wire faced structural earth wall: 2 inches
18
19 b. Precast concrete panel and
20 concrete block faced structural earth wall: 3/4 inch
21
22 2. Deviation from the overall design batter of the wall shall not exceed the following
23 per ten feet of wall height:
24
25 a. Welded wire faced structural earth wall: 1.5 inches
26
- 27 b. Precast concrete panel and
28 concrete block faced structural earth wall: 1/2 inch
29 ,.
30 3. The maximum outward bulge of the face between welded wire faced structural
31 earth wall reinforcement layers shall not exceed two inches. The maximum
32 allowable offset in any precast concrete facing panel joint shall be 3/4 inch. The
33 maximum allowable offset in any concrete block joint shall be 3/8 inch.
34
35 4. The base of the structural earth wall excavation shall be within three inches of the
36 staked elevations, unless otherwise approved by the Engineer.
37
38 5. The external structural earth wall dimensions shall be placed within two inches of
39 that staked on the ground.
40
41 6. The backfill reinforcement layers shall be located horizontally and vertically within
42 one inch of the locations shown in the structural earth wall working drawings as
43 approved by the Engineer.
44
45 At least five working days prior to the Contractor beginning any structural earth wall work at
46 the site, a structural earth wall preconstruction conference shall be held to discuss
47 construction procedures, personnel, and equipment to be used, and other elements of
48 structural earth wall construction. Those attending shall include:
49
50 1. (representing the Contractor) The superintendent, on site supervisors, and all
51 foremen in charge of excavation, leveling pad placement, concrete block and soil
52 reinforcement placement, and structural earth wall backfill placement and
53 compaction.
54
55 2. (representing the Structural Earth Wall Manufacturer) The qualified and
56 experienced representative of the structural earth wall manufacturer as specified at
57 the beginning of this Section.
58
2005 AMENDMENTS-UPDATE 405 47
1 3. (representing the Contracting Agency) The Project Engineer, key inspection
2 personnel, and representatives from the WSDOT Construction Office and Materials
3 Laboratory Geotechnical Services Branch.
4
5 6-13.3(2) Submittals _v
6 The Contractor, or the supplier as the Contractor's agent, shall furnish to the Engineer a
7 Manufacturer's Certificate of Compliance in accordance with Section 1-06.3, certifying that
8 the structural earth wall materials conform to the specified material requirements. This
9 includes providing a Manufacturer's Certificate of Compliance for all concrete admixtures,
10 cement, fly ash, steel reinforcing bars, reinforcing strips, reinforcing mesh, tie strips,
11 fasteners, welded wire mats, backing mats, construction geotextile for wall facing, drainage
12 geosynthetic fabric, block connectors, and joint materials. The Manufacturer's Certificate of _.
13 Compliance for geogrid reinforcement shall include the information specified in Section 9-
14 33.4(4) for each geogrid roll, and shall specify the geogrid polymer types for each geogrid
15 roll.
16
17 A copy of all test results, performed by the Contractor or the Contractor's supplier, which are
18 necessary to assure compliance with the specifications, shall submitted to the Engineer
19 along with each Manufacturer's Certificate of Compliance.
20 _.
21 Before fabrication, the Contractor shall submit a field construction manual for the structural
22 earth walls, prepared by the wall manufacturer, to the Engineer for approval in accordance
23 with Section 6-01.9. This manual shall provide step-by-step directions for construction of the ,...
24 wall system.
25
26 The Contractor, or the supplier as the Contractor's agent, shall submit detailed design
27 calculations and working drawings to the Engineer for approval in accordance with Section
28 6-01.9.
29
30 The design calculation and working drawing submittal shall include detailed design
31 calculations and all details, dimensions, quantities, and cross-sections necessary to
32 construct the wall. The calculations shall include a detailed explanation of any symbols and
33 computer programs used in the design of the walls. All computer output submitted shall be
34 accompanied by supporting hand calculations detailing the calculation process.
35
36 The design calculations shall be based on the current AASHTO Standard Specifications for
37 Highway Bridges including current interims, and also based on the following:
38 -
39 1. The factor of safety for overturning and sliding are 2.0 and 1.5 respectively for
40 AASHTO Load Group 1, and 1.5 and 1.1 respectively for AASHTO Load Group VII.
41
42 2. The wall surcharge conditions (backfill slope) shown in the Plans.
43
44 3. If a highway is adjacent to and on top of the wall, a two foot surcharge shall be
45 used in the design.
46
47 4. If the Plans detail a traffic barrier on top of the wall, the barrier and wall shall be
48 capable of resisting a 10,000 pound horizontal load applied at the top of the barrier.
49
50 5. The geotechnical design parameters for the wall shall be as specified in the Special
51 Provisions.
52
53 A minimum of six sets of working drawings shall be fully detailed and shall include, but not
54 be limited to, the following items:
55
56 1. A plan and elevation sheet or sheets for each wall, containing the following: �.
57
58 a. An elevation view of the wall which shall include the following:
59
2005 AMENDMENTS-UPDATE 4-05 48
1 i. the elevation at the top of the wall, at all horizontal and vertical
2 break points, and at least every 50 feet along the wall;
3
4 ii. elevations at the base of welded wire mats or the top of leveling
5 pads and foundations, and the distance along the face of the wall
6 to all steps in the welded wire mats, foundations and leveling
7 pads;
8
9 iii. the designation as to the type of panel, block, or module;
10
11 iv. the length, size, and number of geogrids or mesh or strips, and
- 12 the distance along the face of the wall to where changes in
13 length of the geogrids or mesh or strips occur; or
14
15 v. the length, size, and wire sizes and spacings of the welded wire
16 mats and backing mats, and the distance along the face of the
17 wall to where changes in length, size, and wire sizes and
18 spacings of the welded wire mats and backing mats occur; and
19
20 vi. the location of the original and final ground line.
21
22 b. A plan view of the wall which shall indicate the offset from the construction
23 centerline to the face of the wall at all changes in horizontal alignment; the
24 limit of the widest module, geogrid, mesh, strip or welded wire mat, and
25 the centerline of any drainage structure or drainage pipe which is behind
26 or passes under or through the wall.
- 27
28 c. General notes, if any, required for design and construction of the wall.
29
30 d. All horizontal and vertical curve data affecting wall construction.
31
32 e. A listing of the summary of quantities provided on the elevation sheet of
33 each wall for all items including incidental items.
34
35 f. Cross-section showing limits of construction. In fill sections, the cross-
36 section shall show the limits and extent of select granular backfill material
37 placed above original ground.
38
39 g. Limits and extent of reinforced soil volume.
40
41 2. All details including steel reinforcing bar bending details. Bar bending details shall
42 be in accordance with Section 9-07.1.
43
44 3. All details for foundations and leveling pads, including details for steps in the
45 foundations or leveling pads, as well as allowable and actual maximum bearing
46 pressures forAASHTO Load Groups I and VII.
47
48 4. All modules and facing elements shall be detailed. The details shall show all
49 dimensions necessary to construct the element, all steel reinforcing bars in the
50 element, and the location of reinforcement element attachment devices embedded
51 in the precast concrete facing panel or concrete block.
52
53 5. All details for construction of the wall around drainage facilities, sign, signal,
54 luminaire, and noise barrier wall foundations, and structural abutment and
55 foundation elements shall be clearly shown.
56
57 6. All details for connections to traffic or pedestrian barriers, coping, parapets, noise
58 barrier walls, and attached lighting shall be shown.
59
2005 AMENDMENTS-UPDATE 4-05 49
1 7. All details for the traffic or pedestrian barrier attached to the top of the wall (if shown
2 in the Plans) including interaction with bridge approach slabs.
3
4 The Contractor shall not begin wall construction (including precast concrete facing panel
5 fabrication) until receiving the Engineer's written approval of the material certifications and
6 test results, design calculations and working drawing submittals.
7
8 6-13.3(3) Excavation and Foundation Preparation
9 Excavation shall conform to Section 2-09.3(4) and to the limits and construction stages
10 shown in the Plans. Foundation soils found to be unsuitable shall be removed and replaced
11 in accordance with Section 2-09.3(1)C. The foundation for the structure shall be graded
12 level for a width equal to or exceeding the length of reinforcing as shown in the structural
13 earth wall working drawings as approved by the Engineer and, for walls with geogrid
14 reinforcing, in accordance with Section 2-12.3. Prior to wall construction, the foundation, if
15 not in rock, shall be compacted as approved by the Engineer.
16
17 At the foundation level of the bottom course of precast concrete facing panels and concrete
18 blocks, an unreinforced concrete leveling pad shall be provided as shown in the Plans. The
19 leveling pad shall be cured a minimum of 12 hours and have a minimum compressive
20 strength of 1500 psi before placement of the precast concrete facing panels or concrete
21 blocks.
22
23 6-13.3(4) Precast Concrete Facing Panel and Concrete Block Fabrication
24 Concrete for precast concrete facing panels shall meet the following requirements:
25
26 1. Have a minimum 28 day compressive strength of 4,000 pounds per square inch,
27 unless otherwise specified in the Special Provisions for specific proprietary wall
28 systems.
29 Is
30 2. Contain a water-reducing admixture meeting AASHTO M 194 Type A, D, F, or G.
31
32 3. Be air-entrained, 6 percent± 1 1/2 percent.
33
34 4. Have a maximum slump of four inches, or six inches if a Type F or G water reducer ..
35 is used.
36
37 Concrete for dry cast concrete blocks shall meet the following requirements:
38
39 1. Have a minimum 28 day compressive strength of 4,000 psi.
40
41 2. Conform to ASTM C 1372, except as otherwise specified.
42
43 3. The lot of blocks produced for use in this project shall conform to the following
44 freeze-thaw test requirements when tested in accordance with ASTM C 1262.
45 Minimum acceptable performance shall be defined as weight loss at the conclusion
46 of 150 freeze-thaw cycles not exceeding one percent of the block's initial weight for
47 a minimum of four of the five block specimens tested.
48
49 4. The concrete blocks shall have a maximum water absorption of one percent above -�
50 the water absorption content of the lot of blocks produced and successfully tested
51 for the freeze-thaw test specified in item 3 above.
52
53 Precast concrete facing panels and concrete blocks will be accepted based on successful
54 compressive strength tests and visual inspection. The precast concrete facing panels and
55 concrete blocks shall be considered acceptable regardless of curing age when compressive
56 test results indicate that the compressive strength conforms to the 28-day requirements and
57 when the visual inspection is satisfactorily completed. Testing and inspection of precast
58 concrete facing panels shall conform to Section 6-02.3(28). Testing and inspection of dry
59 cast concrete blocks shall conform to ASTM C 140.
60
2005 AMENDMENTS-UPDATE 405 50
1 All precast concrete facing panels shall be five feet square, except:
2
3 1. for partial panels at the top, bottom, and ends of the wall, and
4
5 2. as otherwise shown in the Plans.
6
7 All precast concrete facing panels shall be manufactured within the following tolerances:
8
9 1. All dimensions ± 3/16 inch.
10
11 2. Squareness, as determined by the difference between the two diagonals, shall not
12 exceed 1/2 inch.
13
14 3. Surface defects on smooth formed surfaces measured on a length of 5 feet shall
15 not exceed 1/8 inch. Surface defects on textured-finished surfaces measured on a
16 length of five feet shall not exceed 5/16 inch.
17
18 All concrete blocks shall be manufactured within the following tolerances:
19
20 1. Vertical dimensions shall be + 1/16 inch of the plan dimension, and the rear height
21 shall not exceed the front height.
22
23 2. The dimensions of the grooves in the top and bottom faces of the concrete blocks
24 shall be formed within the tolerances specified by the proprietary wall manufacturer,
25 for the fit required for the block connectors.
26
27 3. All other dimensions shall be± 1/4 inch of the plan dimension.
28
29 Tie attachment devices, except for geosynthetic reinforcement, shall be set in place to the
30 dimensions and tolerances shown in the Plans prior to casting.
31
32 The forms forming precast concrete facing panels, including the forms for loop pockets and
33 access pockets, and the forms forming the concrete blocks, shall be removed in accordance
34 with the recommendations of the wall manufacturer, without damaging the concrete.
35
36 The concrete surface for the precast concrete facing panel shall have the finish shown in the
37 Plans for the front face and an unformed finish for the rear face. The rear face of the precast
38 concrete facing panel shall be roughly screeded to eliminate open pockets of aggregate and
39 surface distortions in excess of 1/4 inch.
40
41 The concrete surface for the front face of the concrete block shall be flat, and shall be a
42 conventional "split face" finish in accordance with the wall manufacturer's specifications.
43 The concrete surface of all other faces shall be Class 2 in accordance with Section 6-
44 02.3(14)6. The finish and appearance of the concrete blocks shall also conform to ASTM C
45 1372. The color of the concrete block shall be concrete gray, unless otherwise shown in the
46 Plans.
47
48 The date of manufacture, production lot number, and the piece-mark, shall be clearly marked
- 49 on the rear face of each precast concrete facing panel, and marked or tagged on each pallet
50 of concrete blocks.
51
52 All precast concrete facing panels and concrete blocks shall be handled, stored, and shipped
53 in accordance with Sections 6-02.3(28)G and 6-02.3(28)H to prevent chipping, cracks,
54 fractures, and excessive bending stresses.
55
56 Precast concrete facing panels in storage shall be supported on firm blocking located
57 immediately adjacent to tie strips to avoid bending the tie strips.
58
2005 AMENDMENTS-UPDATE 405 51
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
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 below. -..
13 All other concrete blocks shall be connected with block connectors or pins placed into the
14 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
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 gc C ;yntnetic 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
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
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
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 w.
46 shimming, or other method as recommended by the structural earth wall manufacturer's
47 representative and as approved by the Engineer, to bring the blocks into a level plane.
48
49 For concrete block wall systems receiving a cap block top course, the cap blocks shall be
50 bonded to the lower course with mortar, or with an adhesive capable of bonding the concrete
51 block courses together.
52
53 6-13.3(6) Welded Wire Faced Structural Earth Wall Erection
54 The Contractor shall erect the welded wire wall reinforcement in accordance with the wall
55 manufacturer's field construction manual and as approved by the Engineer. Construction
56 geotextile for wall facing shall be placed between the backfill material within the reinforced
57 zone and the coarse granular material immediately behind the welded wire wall facing, as
58 shown in the Plans and the structural earth wall wfjrking drawings as approved by the
59 Engineer.
60
2005 AMENDMENTS-UPDATE 4-05 52
1 6-13.3(7) Backfill
2 Backfill placement shall closely follow erection of each course of welded wire mats and
3 backing mats, precast concrete facing panels, or concrete blocks. Backfill shall be placed in
4 such a manner as to avoid any damage or disturbance to the wall materials or misalignment
— 5 of the welded wire mats and backing mats, precast concrete facing panels, or concrete
6 blocks. Backfill shall be placed in a manner that segregation does not occur.
7
8 The Contractor shall place wall backfill over geosynthetic reinforcement, or construction
9 geotextile for wall facing, in accordance with Section 2-12.3 and as follows:
10
11 1. The Contractor shall ensure that six inches minimum of backfill shall be between
- 12 the geogrid reinforcement, or construction geotextile for wall facing, and any
13 construction vehicle or equipment tires or tracks at all times.
14
15 Misalignment or distortion of the precast concrete facing panels or concrete blocks due to
16 placement of backfill outside the limits of this specification shall be corrected in a manner as
17 approved by the Engineer.
18
19 The moisture content of the backfill material prior to and during compaction shall be
20 uniformly distributed throughout each layer of material. The moisture content of all backfill
21 material shall conform to Sections 2-03.3(14)C and 2-03.3(14)D.
22
23 Backfill shall be compacted in accordance with Method C of Section 2-03.3(14)C, except as
24 follows:
25
26 1. The maximum lift thickness after compaction shall not exceed ten inches.
27
28 2. The Contractor shall decrease this lift thickness, if necessary, to obtain the
29 specified density.
30
° 31 3. The Contractor shall not use sheepsfoot rollers or rollers with protrusions for
32 compacting backfill reinforced with geosynthetic layers, or for compacing the first lift
33 of backfill above the construction geosynthetic for wall facing for each layer of
34 welded wire mats. Rollers shall have sufficient capacity to achieve compaction
35 without causing distortion to the face of the wall in accordance with the tolerances
36 specified in Section 6-13.3(1).
37
38 4. The Contractor shall compact the zone within three feet of the back of the wall
39 facing panels without causing damage to or distortion of the wall facing elements
40 (welded wire mats, backing mats, construction geotextile for wall facing, precast
41 concrete facing panels, and concrete blocks) by using light mechanical tampers as
-° 42 approved by the Engineer. No soil density tests will be taken within this area.
43
44 5. For wall systems with geosynthetic reinforcement, the minimum compacted backfill
45 lift thickness of the first lift above each geosynthetic reinforcement layer shall be six
46 inches.
47
48 At the end of each day's operation, the Contractor shall shape the last level of backfill to
49 permit runoff of rainwater away from the wall face. In addition, the Contractor shall not allow
50 surface runoff from adjacent areas to enter the wall construction site.
51
52 Wall materials damaged or disturbed during backfill placement shall be either removed and
53 replaced, or adjusted and repaired, by the Contractor as approved by the Engineer at no
54 additional expense to the Contracting Agency.
55
56 6-13.3(8) Guardrail Placement
57 Where guardrail posts are required, the Contractor shall not begin installing guardrail posts
58 until completing the structural earth wall to the top of wall elevation shown in the Plans. The
59 Contractor shall install the posts in a manner that prevents movement of the precast
2005 AMENDMENTS-UPDATE 405 53
1 concrete facing panels or concrete blocks, and prevents ripping, tearing, or pulling of the wall
2 reinforcement.
3
4 The Contractor may cut welded wire reinforcement of welded wire faced structural earth
5 walls to facilitate placing the guardrail posts, but only in the top two welded wire
6 reinforcement layers and only with the approval of the Engineer in a manner that prevents
7 bulging of the wall face and prevents ripping or pulling of the welded wire reinforcement.
8 Holes through the welded wire reinforcement shall be the minimum size necessary for the
9 post. The Contractor shall demonstrate to the Engineer prior to beginning guardrail post
10 installation that the installation method will not rip, tear, or pull the wall reinforcement.
11
12 The Contractor shall place guardrail posts between the reinforcing strips, reinforcing mesh,
13 and tie strips of the non-geosynthetic reinforced precast concrete panel or concrete block
14 faced structural earth walls. Holes through the reinforcement of geosynthetic reinforced
15 walls, if necessary, shall be the minimum size necessary for the guardrail post.
16 --
17 6-13.3(9) SEW Traffic Barrier and SEW Pedestrian Barrier
18 SEW traffic barrier and SEW pedestrian barrier shall be constructed in accordance with
19 Sections 6-02.3(11)A and 6-10.3(2), and the details in the Plans and in the structural earth
20 wall working drawings as approved by the Engineer:
21
22 6-13.4 Measurement
23 Structural earth wall will be measured by the square foot of completed wall in place. The �.
24 bottom limits for vertical measurement will be the bottom of the bottom mat, for welded wire
25 faced structural earth walls, or the top of the leveling pad (or bottom of wall if no leveling pad
26 is present) for precast concrete panel or concrete block faced structural earth walls. The top
27 limit for vertical measurement will be the top of wall as shown in the Plans. The horizontal ..
28 limits for measurement are from the end of the wall to the end of the wall.
29 0
30 Backfill for structural earth wall including haul will be measured by the cubic yard in place
31 determined by the limits shown in the Plans.
32
33 SEW traffic barrier, and SEW pedestrian barrier will be measured as specified in Section 6-
34 10.4 for cast-in-place concrete barrier. ,-
35
36 Structure excavation Class B, structure excavation Class B including haul, and shoring or
37 extra excavation Class B, will be measured in accordance with Section 2-09.4.
38 -
39 6-13.5 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:
42
43 "Structural Earth Wall", per square foot.
44 All costs in connection with furnishing materials for, and constructing, structural earth
45 walls, including constructing leveling pads when specified, shall be included in the unit .„
46 contract price per square foot for"Structural Earth Wall".
47
48 "Backfill for Structural Earth Wall Incl. Haul", per cubic yard.
49 All costs in connection with furnishing and placing backfill for structural earth wall,
50 including hauling and compacting the backfill, and furnishing and placing the wall facing
51 backfill for welded wire faced structural earth walls, shall be included in the unit contract
52 price per cubic yard for"Backfill for Structural Earth Wall Incl. Haul".
53
54 "SEW Traffic Barrier", per linear foot.
55 "SEW Pedestrian Barrier", per linear foot.
56 The unit contract price per linear foot for "SEW Barrier" shall be full pay for �.
57 constructing the barrier on top of the structural earth wall, except that when these bid
58 items are not included in the proposal, all costs in connection with performing the work
59 as specified shall be included in the unit contract price per square foot for "Structural
60 Earth Wall".
2005 AMENDMENTS-UPDATE 4-05 54
1
2 "Structure Excavation Class B", per cubic yard.
3 "Structure Excavation Class B Incl. Haul", per cubic yard.
4 "Shoring Or Extra Excavation Class B", per square foot.
- 5
6 SECTION 6-14, GEOSYNTHETIC RETAINING WALLS
7 April 4, 2005
8 6-14.1 Description
9 This work consists of constructing geosynthetic retaining walls, including those shown in the
10 Standard Plans.
11
12 6-14.2 Materials
13 Materials shall meet the requirements of the following sections:
14
15 Gravel Borrow For Geosynthetic Retaining Wall 9-03.14(4)
16 Construction Geosynthetic 9-33
17
18 The requirements specified in Section 2-12.2 for geotextiles shall also apply to geosynthetic
19 and geogrid materials used for permanent and temporary geosynthetic retaining walls.
20
21 Other materials required shall be as specified in the Special Provisions.
22
23 6-14.3 Construction Requirements
24 Temporary geosynthetic retaining walls are defined as those walls and wall components
25 constructed and removed or abandoned before the physical completion date of the project or
- 26 as shown in the Plans. All other geosynthetic retaining walls shall be considered as
27 permanent.
28 +
29 6-14.3(1) Quality Assurance
30 The Contractor shall complete the base of the retaining wall excavation to within plus or
31 minus three inches of the staked elevations unless otherwise directed by the Engineer. The
32 Contractor shall place the external wall dimensions to within plus or minus two inches of that
33 staked on the ground. The Contractor shall space the reinforcement layers vertically and
34 place the overlaps to within plus or minus one inch of that shown in the Plans.
35
36 The completed wall(s) shall meet the following tolerances:
37
38 Permanent Wall Temporary Wall
39
40 Deviation from the design
41 batter and horizontal alignment
42 for the face when measured
43 along a ten foot straight edge at
44 the midpoint of each wall layer
45 shall not exceed: 3 inches 5 inches
46
47 Deviation from the overall
48 design batter per ten feet of wall
49 height shall not exceed: 2 inches 3 inches
50
51 Maximum outward bulge of
52 the face between backfill
53 reinforcement layers shall
54 not exceed: 4 inches 6 inches
55
56 6-14.3(2) Submittals
57 A minimum of 14 calendar days prior to beginning construction of each wall the Contractor
58 shall submit detailed plans for each wall in accordance with Section 6-01.9. As a minimum,
59 the submittals shall include the following:
2005 AMENDMENTS-UPDATE 405 55
2 1. Detailed wall plans showing the actual lengths proposed for the geosynthetic
3 reinforcing layers and the locations of each geosynthetic product proposed for use
4 in each of the geosynthetic reinforcing layers.
5 -�
6 2. The Contractor's proposed wall construction method, including proposed forming
7 systems, types of equipment to be used and proposed erection sequence.
8
9 3. Manufacturer's Certificate of Compliance, samples of the retaining wall
10 geosynthetic and sewn seams for the purpose of acceptance as specified.
11
12 4. Details of geosynthetic retaining wall corner construction, including details of the .�
13 positive connection between the wall sections on both sides of the corner.
14
15 5. Details of terminating a top layer of retaining wall geosynthetic and backfill due to a
16 changing retaining wall profile.
17
18 Approval of the Contractor's proposed wall construction details and methods shall not relieve
19 the Contractor of their responsibility to construct the walls in accordance with the
20 requirements of these Specifications.
21
22 6-14.3(3) Excavation and Foundation Preparation
23 Excavation shall conform to Section 2-09.3(4), and to the limits and construction stages �.
24 shown in the Plans. Foundations soils found to be unsuitable shall be removed and
25 replaced in accordance with Section 2-09.3(1)C.
26
27 The Contractor shall direct all surface runoff from adjacent areas away from the retaining
28 wall construction site.
29
30 6-14.3(4) Erection and Backfill
31 The Contractor shall begin wall construction at the lowest portion of the excavation and shall
32 place each layer horizontally as shown in the Plans. The Contractor shall complete each
33 layer entirely before beginning the next layer.
34 ,
35 Geotextile splices shall consist of a sewn seam or a minimum 1'-0" overlap. Geogrid splices
36 shall consist of adjacent geogrid strips butted together and fastened using hog rings, or other
37 methods approved by the Engineer, in such a manner to prevent the splices from separating
38 during geogrid installation and backfilling. Splices exposed at the wall face shall prevent loss
39 of backfill material through the face. The splicing material exposed at the wall face shall be
40 as durable and strong as the material to which the splices are tied. The Contractor shall
41 offset geosynthetic splices in one layer from those in the other layers such that the splices
42 shall not line up vertically. Splices parallel to the wall face will not be allowed, as shown in
43 the Plans.
44
45 The Contractor shall stretch out the geosynthetic in the direction perpendicular to the wall
46 face to ensure that no slack or wrinkles exist in the geosynthetic prior to backfilling.
47
48 For geogrids, the length of the reinforcement required as shown in the Plans shall be defined
49 as the distance between the geosynthetic wrapped face and the last geogrid node at the end
50 of the reinforcement in the wall backfill.
51
52 The Contractor shall place fill material on the geosynthetic in lifts such that six inches
53 minimum of fill material is between the vehicle or equipment tires or tracks and the
54 geosynthetic at all times. The Contractor shall remove all particles within the backfill material
55 greater than three inches in size. Turning of vehicles on the first lift above the geosynthetic
56 will not be permitted. The Contractor shall not end dump fill material directly on the
57 geosynthetic without the prior approval of the Engineer.
58
2005 AMENDMENTS-UPDATE 4-05 56
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 as
14 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.
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 of
50 1:1 or steeper, this change in top of wall profile shall be considered to be a corner.
51
52 6-14.3(5) Guardrail Placement
53 The Contractor shall install guardrail posts as shown in the Plans after completing the wall,
54 but before the permanent facing is installed. The Contractor shall install the posts in a
55 manner that prevents bulging of the wall face and prevents ripping, tearing, or pulling of the
56 geosynthetic reinforcement. Holes through the geosynthetic reinforcement shall be the
57 minimum size necessary for the post. The Contractor shall demonstrate to the Engineer
58 prior to beginning guardrail post installation that the installation method will not rip, tear, or
59 pull the geosynthetic reinforcement.
60
2005 AMENDMENTS-UPDATE 4-05 57
1 6-14.3(6) Permanent Facing
2 The Contractor shall apply a permanent facing to the surface of all permanent geosynthetic
3 retaining walls as shown in the Plans. Shotcrete facing, if shown in the Plans, shall conform
4 to Section 6-18. Concrete fascia panel, if shown in the Plans, shall conform to Section 6-
5 15.3(9).
6
7 6-14.3(7) Geosynthetic Retaining Wall Traffic Barrier and Geosynthetic
8 Retaining Wall Pedestrian Barrier
9 Geosynthetic wall traffic barrier (single slope and f-shape) and geosynthetic retaining wall
10 pedestrian barrier shall be constructed in accordance with Sections 6-02.3(11)A and 6-
11 10.3(2), and the details in the Plans.
12 ..
13 6-14.4 Measurement
14 Permanent geosynthetic retaining wall and temporary geosynthetic retaining wall will be
15 measured by the square foot of face of completed wall.
16
17 Borrow for geosynthetic retaining wall backfill will be measured as specified in Section 2-
18 03.4.
19
20 Shotcrete facing and concrete fascia panel will be measured by the square foot surface area
21 of the completed facing or fascia panel, measured to the neat lines of the facing or panel as
22 shown in the Plans.
23 �.
24 Geosynthetic wall single slope traffic barrier, geosynthetic wall f-shape traffic barrier, and
25 geosynthetic retaining wall pedestrian barrier will be measured as specified in Section 6-10.4
26 for cast-in-place concrete barrier.
27
28 Structure excavation Class B, structure excavation Class B including haul, and shoring or
29 extra excavation Class B, will be measured in accordance with Section 2-09.4. M
30
31 6-14.5 Payment
32 Payment will be made in accordance with Section 1-04.1 for each of the following bid items
33 when they are included in the proposal:
34 .-
35 "Geosynthetic Retaining Wall", per square foot.
36 "Temporary Geosynthetic Retaining Wall", per square foot.
37 All costs in connection with constructing the temporary or permanent geosynthetic
38 retaining wall as specified shall be included in the unit contract price per square foot for
39 "Geosynthetic Retaining Wall" and "Temporary Geosynthetic Retaining Wall", including
40 compaction of the backfill material and furnishing and installing the temporary forming
41 system.
42
43 "Borrow for Geosynthetic Wall Incl. Haul", per ton or per cubic yard.
44 All costs in connection with furnishing and placing backfill material for temporary or
45 permanent geosynthetic retaining walls as specified shall be included in the unit contract ,.
46 price per ton or per cubic yard for"Borrow for Geosynthetic Wall Incl. Haul".
47
48 "Concrete Fascia Panel", per square foot.
49 All costs in connection with constructing the concrete fascia panels as specified shall be
50 included in the unit contract price per square foot for "Concrete Fascia Panel", including
51 all steel reinforcing bars, premolded joint filler, polyethylene bond breaker strip, joint
52 sealant, pvc pipe for weep holes, exterior surface finish, and pigmented sealer (when
53 specified).
54
55 Shotcrete facing will be paid for in accordance with Section 6-18.5.
56
57 "Geosynthetic Wall Single Slope Traffic Barrier", per linear foot.
58 "Geosynthetic Wall F-Shape Traffic Barrier', per linear foot.
59 "Geosynthetic Retaining Wall Pedestrian Barrier", per linear foot.
2005 AMENDMENTS-UPDATE 4-05 58
1 The unit contract price per linear foot for "Geosynthetic Wall Single Slope Traffic
2 Barrier", "Geosynthetic Wall F-Shape Traffic Barrier", and "Geosynthetic Retaining Wall
3 Pedestrian Barrier" shall be full pay for constructing the barrier on top of the
4 geosynthetic retaining wall.
5
6 "Structure Excavation Class B", per cubic yard.
7 "Structure Excavation Class B Incl. Haul", per cubic yard.
8 "Shoring Or Extra Excavation Class B", per square foot.
9
10 SECTION 6-15, SOIL NAIL WALLS
11 April 5, 2004
-. 12 6-15.1 Description
13 This work consists of constructing soil nail walls.
14
15 6-15.2 Materials
16 Materials shall meet the requirements of the following section:
17
18 Prefabricated Drainage Mat 9-33.2(3)
19
20 Other materials required, including materials for soil nails, shall be as specified in the Special
21 Provisions.
22
23 6-15.3 Construction Requirements
24
25 6-15.3(1) General Description
- 26 Soil nailing shall consist of excavating to the layer limits shown in the Plans, drilling holes at
27 the specified angle into the native material, placing and grouting epoxy coated or
28 encapsulated steel reinforcing bars (soil nails) in the drilled holes, placing prefabricated
29 drainage material and steel reinforcement, and applying a shotcrete facing over the steel
30 reinforcement. After completing the wall to full height, the Contractor shall construct the
31 concrete fascia panels as shown in the Plans.
32
33 All proprietary items used in the soil nailed structure shall be installed in accordance with the
34 manufacturer's recommendations. In the event of a conflict between the manufacturer's
35 recommendations and these specifications, these specifications shall prevail.
36
-- 37 6-15.3(2) Contractor's Experience Requirements
38 The Contractor or Subcontractor performing this work shall have completed at least five
39 projects, within the last five years, involving construction of retaining walls using soil nails or
40 ground anchors or shall have completed the construction of two or more projects totaling at
41 least 15,000 square feet of retaining wall with a minimum total of 500 soil nails or ground
42 anchors.
43
44 The Contractor shall assign an engineer with at least three years of experience in the design
45 and construction of permanently anchored or nailed structures to supervise the work. The
46 Contractor shall not use consultants or manufacturer's representatives in order to meet the
47 requirements of this section. Drill operators and on-site supervisors shall have a minimum of
48 one year experience installing permanent soil nails or ground anchors.
49
50 Contractors or Subcontractors that are specifically prequalified in Class 36 work will be
51 considered to have met the above experience requirements.
52
53 6-15.3(3) Submittals
54 Work shall not begin on any soil nail wall system until the Engineer has approved all of the
55 required submittals. The Contractor shall submit the following information in accordance
56 with Section 6-01.9 not less than 30 calendar days prior to the start of wall excavation.
57
2005 AMENDMENTS-UPDATE 405 59
1 1. A brief description of each project satisfying the Contractors Experience
2 Requirements with the Owner's name and current phone number (this item is
3 not required if the Contractor or Subcontractor is prequalified in Class 36).
4
5 2. A list identifying the following personnel assigned to this project and their --
6 experience with permanently anchored or nailed structures:
7
8 a. Supervising Engineer
9
10 b. Drill Operators
11
12 c. On-site Supervisors who will be assigned to the project. ,
13
14 3. The proposed detailed construction procedure which includes:
15
16 a. Proposed method(s) of excavation of the soil and/or rock.
17
18 b. A plan for the removal and control of groundwater encountered during
19 excavation, drilling, and other earth moving activities. Include a list of the
20 equipment used to remove and control groundwater.
21
22 c Proposed drilling methods and equipment.
23
24 d. Proposed hole diameter(s).
25
26 e. Proposed method of soil nail installation.
27
28 f. Grout mix design and procedures for placing the grout.
29
30 g. Shotcrete mix design with compressive strength test results.
31
32 h. Procedures for placing the shotcrete (include placement in conditions
33 when ground water is encountered).
34
35 i. Encapsulation system for additional corrosion protection selected for the
36 soil nails and anchorages requiring encapsulation.
37
38 4. Detailed working drawings of the method proposed for the soil nail testing which
39 includes:
40
41 a. All necessary drawings and details to clearly describe the proposed
42 system of jacking support, framing, and bracing to be used during testing.
43
44 b. Calibration data for each load cell, test jack, pressure gauge, stroke
45 counter on the grout pump, and master gauge to be used. The calibration
46 tests shall have been performed by an independent testing laboratory, and
47 tests shall have been performed within 60 calendar days of the date
48 submitted. Testing or work shall not commence until the Engineer has
49 approved the load cell, jack, pressure gage, and master pressure gauge .�
50 calibrations.
51
52 5. Certified mill test results and typical stress-strain curves along with samples from
53 each heat, properly marked, for the soil nail steel. The typical stress-strain curve
54 shall be obtained by approved standard practices. The guaranteed ultimate
55 strength, yield strength, elongation, and composition shall be specified.
56
57 6-15.3(4) Preconstruction Conference
58 A soil nail preconstruction conference shall be held at least five working days prior to the
59 Contractor beginning any permanent soil nail work at the site to discuss construction
60 procedures, personnel and equipment to be used. The list of materials specified on the
2005 AMENDMENTS-UPDATE 405 60
I Record of Materials Form (ROM) for this item of work will also be discussed. Those
2 attending shall include:
3
4 1. (representing the Contractor) The superintendent, on site supervisors, and all
5 foremen in charge of excavating the soil face, drilling the soil nail hole, placing the
6 soil nail and grout, placing the shotcrete facing, and tensioning and testing the soil
7 nail.
8
9 2. (representing the Contracting Agency) The Project Engineer, key inspection
10 personnel, and representatives from the WSDOT Construction Office and Materials
11 Laboratory Geotechnical Services Branch.
12
13 If the Contractor's key personnel change, or if the Contractor proposes a significant revision
14 of the approved permanent soil nail installation plan, an additional conference shall be held
15 before any additional permanent soil nail operations are performed.
16
17 6-15.3(5) Earthwork
18 The ground contour above the wall shall be established to its final configuration and
19 backslope as shown in the Plans prior to beginning excavation of the soil for the first row of
20 soil nails. All excavation shall conform to Section 2-03.
21
22 The excavation shall proceed from the top down in a horizontal lift sequence with the ground
23 level excavated no more than 3 feet below the elevation of the row of nails to be installed in
24 that lift. The excavated vertical wall face should not be left open more than 24 hours for any
25 reason. A lift shall not be excavated until the nail installation and reinforced shotcrete
26 placement for the preceding lift has been completed and accepted. After a lift is excavated,
27 the cut surface shall be cleaned of all loose materials, mud, rebound, and other foreign
28 matter that could prevent or reduce shotcrete bond.
29 ,.
30 The accuracy of the ground cut shall be such that the required thickness of shotcrete can be
31 placed within a tolerance of plus or minus 2 inches from the defined face of the wall, and
32 overexcavation does not damage overlying shotcrete sections by undermining or other
33 causes.
34
35 The Contractor should review the geotechnical recommendations report prepared for this
36 project for further information on the soil conditions at the location of each wall. Copies of
37 the geotechnical recommendations report are available for review by prospective bidders at
38 the location identified in the Special Provisions.
39
40 6-15.3(6) Soil Nailing
41 The Contractor shall not handle and transport the encapsulated soil nails until the
42 encapsulation grout has reached sufficient strength to resist damage during handling. The
43 Contractor shall handle the encapsulated soil nails in such a manner to prevent large
44 deflections or distortions during handling. When handling or transporting encapsulated soil
45 nails, the Contractor shall provide slings or other equipment necessary to prevent damage to
46 the soil nails and the corrosion protection. The Engineer may reject any encapsulated nail
47 which is damaged during transportation or handling. Damaged or defective encapsulation
48 shall be repaired in accordance with the manufacturer's recommendations and as approved
49 by the Engineer.
50
51 Soil nails shall be handled and sorted in such a manner as to avoid damage or corrosion.
52 Prior to inserting a soil nail in the drilled hole, the Contractor and the Engineer will examine
- 53 the soil nail for damage. If, in the opinion of the Engineer, the epoxy coating or bar has been
54 damaged, the nail shall be repaired. If, in the opinion of the Engineer, the damage is beyond
55 repair, the soil nail shall be rejected.
56
57 If, in the opinion of the Engineer, the epoxy coating can be repaired, the Contractor shall
58 patch the coating with an Engineer approved patching material.
59
2005 AMENDMENTS-UPDATE 405 61
1 Nail holes shall be drilled at the locations shown in the Plans or as staked by the Engineer.
2 The nails shall be positioned plus or minus 6 inches from the theoretical location shown in
3 the Plans. The Contractor shall select the drilling method and the grouting pressure used for
4 the installation of the soil nail. The drill hole shall be located so that the longitudinal axis of
5 the drill hole and the longitudinal axis of the nail are parallel. At the point of entry the soil nail
6 shall be installed within plus or minus three degrees of the inclination from horizontal shown
7 in the Plans, and the nail shall be within plus or minus three degrees of a line drawn
8 perpendicular to the face of the wall unless otherwise shown in the Plans.
9
10 Water or other liquids shall not be used to flush cuttings during drilling, but air may be used.
11 After drilling, the nail shall be installed and fully grouted before placing the shotcrete facing.
12 The nail shall be inserted into the drilled hole with centralizers to the desired depth in such a
13 manner as to prevent damage to the drilled hole, sheathing or epoxy during installation. The
14 centralizers shall provide a minimum of 0.5 inches of grout cover over the soil nail and shall
15 be spaced no further than eight feet apart. When the soil nail cannot be completely inserted
16 into the drilled hole without difficulty, the Contractor shall remove the nail from the drilled hole
17 and clean or redrill the hole to permit insertion. Partially inserted soil nails shall not be driven
18 or forced into the hole. Subsidence, or any other detrimental impact from drilling shall be
19 cause for immediate cessation of drilling and repair of all damages in a manner approved by
20 the Engineer at no additional cost to the Contracting Agency.
21
22 If caving conditions are encountered, no further drilling will be allowed until the Contractor
23 selects a method to prevent ground movement. The Contractor may use temporary casing.
24 The Contractor's method to prevent ground movement shall be approved by the Engineer.
25 The casings for the nail holes, if used, shall be removed as the grout is being placed.
26
27 Where necessary for stability of the excavation face, a sealing layer of shotcrete may be
28 placed before drilling is started, or the Contractor shall have the option of drilling and
29 grouting of nails through a stabilizing berm of native soil at the face of the excavation,. The
30 stabilizing berm shall extend horizontally from the soil face and from the face of the shotcrete
31 a minimum distance of one foot, and shall be cut down from that point at a safe slope, no
32 steeper than 1 H:1 V unless approved by the Engineer. The berm shall be excavated to final
33 grade after installation and full length grouting of the nails. Nails damaged during berm
34 excavation shall be repaired or replaced by the Contractor, to the satisfaction of the
35 Engineer, at no added cost to the Contracting Agency.
36
37 If sections of the wall are constructed at different times than the adjacent soil nail sections,
38 the Contractor shall use stabilizing berms, temporary slopes, or other measures, as
39 approved by the Engineer, to prevent sloughing or failure of the adjacent soil nail sections.
40
41 If cobbles and boulders are encountered at the soil face during excavation, the Contractor
42 shall remove all cobbles and boulders that protrude from the soil face into the design wall
43 section and fill the void with shotcrete. All shotcrete used to fill voids created by removal of
44 cobbles and boulders shall be incidental to shotcrete facing.
45
46 The grout equipment shall produce a grout free of lumps and undispersed cement. A
47 positive displacement grout pump shall be used. The pump shall be equipped with a
48 pressure gauge near the discharge end to monitor grout pressures. The pressure gauge
49 shall be capable of measuring pressures of at least 150 psi or twice the actual grout --
50 pressures used by the Contractor, whichever is greater. The grouting equipment shall be
51 sized to enable the grout to be pumped in one continuous operation. The mixer shall be
52 capable of continuously agitating the grout.
53
54 The grout shall be injected from the lowest point of the drilled hole. The grout shall be
55 pumped through grout tubes after insertion of the soil nail. The quantity of the grout and the
56 grout pressures shall be recorded. The grout pressures and grout takes shall be controlled
57 to prevent excessive ground heave.
58
2005 AMENDMENTS-UPDATE 405 62
1 6-15.3(7) Shotcrete Facing
2 Prior to placing any shotcrete on an excavated layer, the Contractor shall vertically center
3 prefabricated drainage mat between the columns of nails as shown in the Plans. The
4 prefabricated drainage mat shall be installed in accordance with the manufacturer's
5 recommendations. The permeable drain side shall be placed against the exposed soil face.
6 The prefabricated drainage mat shall be installed after each excavation lift and shall be
7 hydraulically connected with the prefabricated drainage mat previously placed, such that the
8 vertical flow of water is not impeded. The Contractor shall tape all joints in the prefabricated
9 drainage mat to prevent shotcrete intrusion during shotcrete application.
10
11 The Contractor shall place steel reinforcing bars and welded wire fabric, and apply the
12 shotcrete facing in accordance with Section 6-18 and the details shown in the Plans.
13
14 The shotcrete shall be constructed to the minimum thickness as shown in the Plans. Costs
15 associated with additional thickness of shotcrete due to overexcavation or irregularities in the
- 16 cut face shall be borne by the Contractor.
17
18 Each soil nail shall be secured at the shotcrete facing with a steel plate as shown in the
19 Plans. The plate shall be seated on a wet grout pad of a pasty consistency similar to that of
20 mortar for brick-laying. The nut shall then be sufficiently tightened to achieve full bearing
21 surface behind the plate. After the shotcrete and grout have had time to gain the specified
22 strength, the nut shall be tightened with at least 100 foot-pounds of torque.
23
24 6-15.3(8) Soil Nail Testing and Acceptance
25 Both verification and proof testing of the nails is required. The Contractor shall supply all
26 materials, equipment, and labor to perform the tests. The Contractor shall submit all test
27 data to the Engineer.
28
29 The testing equipment shall include a dial gauge or vernier scale capable of measuring to
30 0.001 inch of the ground anchor movement. A hydraulic jack and pump shall be used to
31 apply the test load. The movement-measuring device shall have a minimum travel equal to
32 the theoretical elastic elongation of the total nail length plus 1 inch. The dial gauge or
33 vernier scale shall be aligned so that its axis is within 5 degrees from the axis of the nail and
34 shall be monitored with a reference system that is independent of the jacking system and
35 excavation face.
36
37 The jack and pressure gauge shall be calibrated by an independent testing laboratory as a
- 38 unit. Each load cell, test jack and pressure gauge, grout pump stroke counter, and master
39 gauge, shall be calibrated as specified in Section 6-15.3(3) item 4b. Additionally, the
40 Contractor shall not use load cells, test jacks and pressure gauges, grout pump stroke
41 counters, and master gauges, greater than 60 calendar days past their most recent
� 42 calibration date, until such items are re-calibrated by an independent testing laboratory.
43
44 The pressure gauge shall be graduated in 100 psi increments or less. The pressure gauge
45 will be used to measure the applied load. The pressure gauge shall be selected to place the
46 maximum test load within the middle two-thirds of the range of the gauge. The ram travel of
47 the jack shall not be less than the theoretical elastic elongation of the total length at the
48 maximum test load plus 1 inch. The jack shall be independently supported and centered
49 over the nail so that the nail does not carry the weight of the jack. The Contractor shall have
50 a second calibrated jack pressure gauge at the site. Calibration data shall provide a specific
51 reference to the jack and the pressure gauge.
52
53 The loads on the nails during the verification and proof tests shall be monitored to verify
54 consistency of load — defined as maintaining the test load within five percent of the specified
55 value. Test loads less than 20,000 pounds shall be monitored by the jack pressure gauge.
- 56 Test loads equal to or greater than 20,000 pounds shall be monitored with an electric or
57 hydraulic load cell. The Contractor shall provide the load cell, the readout device, and a
58 recent calibration curve. The load cell shall be selected to place the maximum test load
59 within the middle two-thirds of the range of the load cell. The stressing equipment shall be
2005 AMENDMENTS-UPDATE 4-05 63
1 placed over the nail in such a manner that the jack bearing plates, load cell and stressing
2 anchorage are in alignment.
3
4 Nails to be tested shall be initially grouted no closer to the excavation face than the
5 dimension shown in the Plans. After placing the grout, the nail shall remain undisturbed until -�
6 the grout has reached a strength sufficient to provide resistance during testing. Grouting to
7 the excavation face shall be completed after successful testing has been performed. Test
8 nails which are not part of the permanent wall may be left in the ground, provided the drill
9 holes for the nails are completely filled with grout or non-structural filler after testing.
10
11 Load testing shall be performed against a temporary bearing yoke or reaction frame which
12 bears directly against the existing soil or the shotcrete facing. Temporary bearing pads shall
13 be kept a minimum of 12 inches from the edges of the drilled hole unless a rigid steel plate is
14 used to distribute the stress around the drilled hole. If a steel plate is used, it shall be a
15 minimum of 3 feet square and of sufficient thickness that it will distribute the load evenly to
16 the soil. Where the reaction frame bears directly against the shotcrete, the reaction frame
17 shall be designed to prevent fracture of the shotcrete. No part of the reaction frame shall
18 bear within 12 inches of the edge of the test nail blockout unless otherwise approved by the
19 Engineer.
20
21 6-15.3(8)A Verification Testing
22 Verification testing shall be performed on nails installed within the pattern of production nails
23 to verify the Contractor's procedures, hole diameter, and design assumptions. No drilling or
24 installation of production nails will be permitted in any ground/rock unit unless successful
25 verification testing of anchors in that unit has been completed and approved by the Engineer,
26 using the same equipment, methods, nail inclination, nail length, and hole diameter as
27 planned for the production nails. Changes in the drilling or installation method may require �»
28 additional verification testing as determined by the Engineer and shall be done at no
29 additional expense to the Contracting Agency. Verification tests may be performed poor to
30 excavation for the soil nail wall.
31
32 Successful verification tests are required within the limits as specified in the Special
33 Provisions. Test nail locations within these limits shall be at locations selected by the
34 Engineer.
35
36 The design details of the verification testing, including the system for distributing test load
37 pressures to the excavation surface and appropriate nail bar size and reaction plate, shall be
38 developed by the Contractor, subject to approval by the Engineer. The intent is to stress the --
39 bond between the grout and the surrounding soil/rock to at least twice the design load
40 transfer.
41
42 The bar shall be proportioned such that the maximum stress at 200 percent of the test load
43 does not exceed 80 percent of the yield strength of the steel. The jack shall be positioned at
44 the beginning of the test such that unloading and repositioning of the jack during the test will
45 not be required. The verification tests shall be made by incrementally loading the nails in
46 accordance with the following schedule of hold time:
47
48 AL 1 minute
49 0.25TL 10 minutes ..
50 0.50TL 10 minutes
51 0.75TL 10 minutes
52 1.00TL 10 minutes
53 1.25TL 10 minutes
54 1.50TL 60 minutes
55 1.75TL 10 minutes
56 2.00TL 10 minutes
57 AL = Nail Alignment Load
58 TL= Nail Test Load
59
2005 AMENDMENTS-UPDATE 4-05 64
1 The test load shall be determined by the following equation = Test Load (TL) = Bond
2 Length (BL) X Design Load Transfer (DLT).
3
4 The load shall be applied in increments of 25 percent of the test load. Each load increment
5 shall be held for at least 10 minutes. Measurement of nail movement shall be obtained at
6 each load increment. The load-hold period shall start as soon as the load is applied and the
7 nail movement with respect to a fixed reference shall be measured and recorded at 1
8 minute, 2, 3, 5, 6, 10, 20, 30, 50, and 60 minutes.
9
10 The Engineer will evaluate the results of each verification test and make a determination of
11 the suitability of the test and of the Contractor's proposed production nail design and
12 installation system. Tests which fail to meet the design criteria will require additional
13 verification testing or an approved revision to the Contractor's proposed production nail
14 design and installation system. If a nail fails in creep, retesting will not be allowed.
15
-- 16 A verification tested nail with a 60 minute load hold at 1.50TL is acceptable if:
17
18 1. The nail carries the test load with a creep rate that does not exceed 0.08 inch per
19 log cycle of time and is at a linear or decreasing creep rate.
20
21 2. The total movement at the test load exceeds 80 percent of the theoretical elastic
22 elongation of the non-bonded length.
23
24 Furthermore, a pullout failure shall not occur for the verification test anchor at the 2.OTL
25 maximum load. Pullout failure load is defined as the load at which attempts to increase the
26 test load result only in continued pullout movement of the test nail without a sustainable
27 increase in the test load.
28
29 The nails used for verification tests shall be sacrificial and shall not be used for production.
30 The Contractor shall cut and remove the exposed end of all soil nails used for verification
31 tests a minimum of two feet inside the finished groundline.
32
33 6-15.3(8)B Proof Testing
- 34 Proof tests shall be performed on production nails at the locations selected by the Engineer.
35 Up to five percent of the production nails will be tested. Prior to testing, only the bond length
36 (BL) portion of the nail shall be grouted. The Contractor shall maintain the side-wall stability
37 of the drill hole for the non-grouted portion during the test. Once proof testing is completed,
- 38 the remainder of the proof tested nail shall be grouted. The bond length shall be determined
39 from the Nail Schedule and Test Nail Detail shown in the Plans.
40
41 Proof tests shall be performed by incrementally loading the nail in accordance with the
42 schedule below. The anchor movement shall be measured and recorded to the nearest
43 0.001 inch with respect to an independent fixed reference point in the same manner as for
44 the verification tests at the alignment load and at each increment of load. The load shall be
45 monitored in accordance with Section 6-15.3(8). The scheduling of hold times shall be as
46 follows:
47
48 AL 1 minute
49 0.25TL 5 minutes
50 0.50TL 5 minutes
51 0.75TL 5 minutes
52 1.00TL 5 minutes
53 1.25TL 5 minutes
54 1.50TL 10 minutes
55 AL = Nail Alignment Load
56 TL = Nail Test Load
W 57
58 The maximum load in a proof test shall be held for 10 minutes. The load hold period shall
59 start as soon as the maximum load is applied and the nail movement with respect to an
60 independent fixed reference shall be measured and recorded at 1, 2, 3, 4, 5, 6, and 10
2005 AMENDMENTS-UPDATE 405 65
1 minutes. The nail movement between 1 minute and 10 minutes shall not exceed 0.04
2 inches. If the nail movement between 1 and 10 minutes exceeds 0.04 inches, the maximum
3 load shall be held an additional 50 minutes. If the load hold is extended, the nail movement
4 shall be recorded at 20, 30, 50, and 60 minutes. If a nail fails in creep, retesting will not be
5 allowed.
6
7 A proof tested nail is acceptable if:
8
9 1. The nail carries the maximum load with less than 0.04 inches of movement w
10 between 1 minute and 10 minutes, unless the load hold extended to 60 minutes, in
11 which case the nail would be acceptable if the creep rate does not exceed 0.08
12 inches per log cycle of time.
13
14 2. The total movement at the maximum load exceeded 80 percent of the theoretical
15 elastic elongation of the non-bonded length.
16
17 3 The creep rate is not increasing with time during the load hold period.
18
19 Due to the requirement for a non-bonded zone for testing purposes, the Contractor shall
20 develop an installation method which will assure the stability of the non-bonded portion of
21 the hole during testing and will allow for the non bonded zone to be grouted against the
22 ground after testing.
23 ,.
24 If a proof test fails, the Engineer may direct the Contractor to replace some or all of the
25 installed production nails between the failed test and an adjacent proof test nail that has met
26 the test criteria. The Engineer may also require additional proof testing. All additional proof
27 tests, and all installation of additional or modified nails, shall be performed at no additional ..
28 expense to the Contracting Agency.
29
30 6-15.3(9) Concrete Fascia Panels
31 The Contractor shall construct the concrete fascia panels in accordance with Section 6-02
32 and the details in the Plans. The concrete fascia panels shall be cured in accordance with
33 the Section 6-02.3(11) requirements specified for retaining walls. The Contractor shall
34 provide the specified surface finish as noted, and to the limits shown, in the Plans to the ..
35 exterior concrete surface. When noted in the Plans, the Contractor shall apply pigmented
36 sealer to the limits shown in the Plans.
37
38 Asphalt or cement concrete gutter shall be constructed as shown in the Plans and as
39 specified in Section 8-04.
40
41 6-15.4 Measurement
42 Prefabricated drainage mat will be measured by the square yard of material furnished and
43 installed.
44
45 Soil nails will be measured per each for each soil nail installed and accepted. r
46
47 The soil nail verification testing program will not be measured but will be paid for on a lump
48 sum basis.
49
50 Shotcrete facing and concrete fascia panel will be measured by the square foot surface area
51 of the completed facing or fascia panel, measured to the neat lines of the facing or panel as
52 shown in the Plans.
53
54 6-15.5 Payment
55 Payment will be made in accordance with Section 1-04.1 for each of the following bid items
56 when they are included in the proposal:
57
58 "Soil Nail — Epoxy Coated", per each.
59 "Soil Nail — Encapsulated", per each.
2005 AMENDMENTS-UPDATE 4-05 66
1 All costs in connection with furnishing and installing the soil nails as specified shall be
2 included in the unit contract price per each for "Soil Nail - _", including all drilling,
3 grouting, centralizers, bearing plates, welded shear connectors, nuts, proof testing, and
4 other work required for installation of each soil nail.
5
6 "Prefabricated Drainage Mat", per square yard.
7
8 "Soil Nail Verification Test", lump sum.
9
10 "Concrete Fascia Panel", per square foot.
11 All costs in connection with constructing the concrete fascia panels as specified shall be
12 included in the unit contract price per square foot for "Concrete Fascia Panel", including
13 all steel reinforcing bars, premolded joint filler, polyethylene bond breaker strip, joint
14 sealant, pvc pipe for weep holes, exterior surface finish, and pigmented sealer (when
15 specified).
16
17 Shotcrete facing will be paid for in accordance with Section 6-18.5.
18
19 Unless otherwise specified, all costs in connection with excavation in front of the back
- 20 face of the shotcrete facing shall be included in the unit contract price per cubic yard for
21 "Roadway Excavation" or "Roadway Excavation Incl. Haul' as specified in Section 2-
22 03.5.
23
24 SECTION 6-16, SOLDIER PILE AND SOLDIER PILE TIEBACK WALLS
25 April 4, 2005
- 26 6-16.1 Description
27 This work consists of constructing soldier pile walls and soldier pile tieback walls.
28 M
29 6-16.2 Materials
30 Materials shall meet the requirements of the following sections:
31
32 Controlled Density Fill 2-09.3(1)E
. 33 Cement 9-01
34 Aggregates for Portland Cement Concrete 9-03.1
35 Gravel Backfill 9-03.12
36 Premolded Joint Filler 9-04.1(2)
37 Welded Shear Studs 9-06.15
38 Steel Reinforcing Bar 9-07.2
39 Epoxy-Coated Steel Reinforcing Bar 9-07.3
40 Paints 9-08
41 Timber Lagging 9-09.2
42 Preservative Treatment for Timber Lagging 9-09.3(1)
43 Soldier Piles 9-10.5
- 44 Concrete Curing Materials and Admixtures 9-23
45 Fly Ash 9-23.9
46 Water 9-25
47 Prefabricated Drainage Mat 9-33.2(3)
48
49 Other materials required shall be as specified in the Special Provisions.
50
51 6-16.3 Construction Requirements
52
53 6-16.3(1) Quality Assurance
54 The steel soldier piles shall be placed so that the center line of the pile at the top is within 1
. 55 inch of the plan location. The steel soldier pile shall be plumb, to within 0.5 percent of the
56 length based on the total length of the pile.
57
2005 AMENDMENTS-UPDATE 405 67
1 Welding, repair welding, and welding inspection shall conform to the Section 6-03.3(25)
2 requirements for welding, repair welding, and welding inspection for all other steel
3 fabrication.
4
5 6-16.3(2) Submittals
6 The Contractor shall submit shop plans as specified in Section 6-03.3(7) for all structural
7 steel, including the steel soldier piles and the permanent ground anchors to the Engineer for
8 approval.
9
10 The Contractor shall submit the permanent ground anchor grout mix design and the
11 procedures for placing the grout to the Engineer for approval.
12
13 The Contractor shall submit forming plans for the concrete fascia panels, as specified in
14 Sections 6-02.3(16) and 6-02.3(17), to the Engineer for approval.
15
16 1. Where the lateral pressure from concrete placement, as specified in Section 6-
17 02.3(17)J, is less than or equal to the design earth pressure, the Contractor may tie
18 forms directly to the soldier piles.
19
20 2. Where the lateral pressure from concrete placement, as specified in Section 6-
21 02.3(17)J, is greater than the design earth pressure, the Contractor shall follow one
22 of the following procedures:
23
24 a. Tie the forms to strongbacks behind the lagging, or use some other
25 system that confines the pressure from concrete placement between the
26 lagging and the form panels, in addition to the ties to the soldier piles.
27
28 b. Reduce the rate of placing concrete to reduce the pressure from concrete
29 placement to less than or equal to the design earth pressure in addition to
30 the ties to the soldier piles.
31
32 c. Follow a procedure with a combination of a. and b.
33
34 3. The Contractor shall design the forms for an appropriate rate of placing concrete so
35 that no cold joints occur, considering the wall thickness and height, and volume of
36 concrete to be placed.
37
38 The Contractor shall submit four copies of a shaft installation plan in accordance with
39 Section 6-01.9 not less than 30 calendar days prior to the beginning of shaft construction. In
40 preparing the submittal, the Contractor shall reference the available subsurface data
41 provided in the contract test hole boring logs and the geotechnical report(s) prepared for this
42 project. This plan shall provide at least the following information: `
43
44 1. An overall construction operation sequence and the sequence of shaft construction.
45
46 2. List, description, and capacities of proposed equipment including but not limited to
47 cranes, drills, augers, bailing buckets, final cleaning equipment, and drilling units.
48 The narrative shall describe why the equipment was selected, and describe
49 equipment suitability to the anticipated site and subsurface conditions. The --
50 narrative shall include a project history of the drilling equipment demonstrating the
51 successful use of the equipment on shafts of equal or greater size in similar
52 soil/rock conditions.
53
54 3. Details of shaft excavation methods including proposed drilling methods, methods
55 for cleanout of the shafts, disposal plan for excavated material and drilling slurry (if
56 applicable), and a review of method suitability to the anticipated site and
57 subsurface conditions.
58
59 4. Details of the method(s) to be used to ensure shaft stability (i.e., prevention of
60 caving, bottom heave, etc. using temporary casing, slurry, or other means) during -
2005 AMENDMENTS-UPDATE 405 68
1 excavation and concrete placement. This shall include a review of method
2 suitability to the anticipated site and subsurface conditions. If temporary casings
3 are proposed, casing dimensions and detailed procedures for casing installation
4 and removal shall be provided. If slurry is proposed, detailed procedures for
5 mixing, using, maintaining, and disposing of the slurry shall be provided. A detailed
6 mix design, and a discussion of its suitability to the anticipated subsurface
7 conditions shall also be provided for the proposed slurry.
8
9 5. Details of soldier pile placement including internal support bracing and
10 centralization methods.
11
12 6. Details of concrete placement including proposed operational procedures for
13 pumping and/or tremie methods.
14
15 7. Details of the device used to prevent unauthorized entry into a shaft excavation.
16
17 8. The method to be used to form the horizontal construction joint at the top elevation
18 specified for concrete Class 4000P in the shaft.
19
-` 20 Work shall not begin until the appropriate submittals have been approved in writing by the
21 Engineer.
22
_ 23 6-16.3(3) Shaft Excavation
24 Shafts shall be excavated to the required depth as shown in the Plans. The minimum
25 diameter of the shaft shall be as shown in the Plans. The excavation shall be completed in a
26 continuous operation using equipment capable of excavating through the type of material
27 expected to be encountered.
28
29 The Contractor may use temporary telescoping casing to construct the shafts.
30
31 If the shaft excavation is stopped the shaft shall be secured by installation of a safety cover.
32 It shall be the Contractor's responsibility to ensure the safety of the shaft and surrounding
33 soil and the stability of the side walls. A temporary casing, slurry, or other methods specified
_ 34 in the shaft installation plan as approved by the Engineer shall be used if necessary to
35 ensure such safety and stability.
36
37 Where caving in conditions are encountered, no further excavation will be allowed until the
�- 38 Contractor has implemented the method to prevent ground caving as submitted in
39 accordance with item 4 of the Shaft Installation Plan and as approved by the Engineer.
40
41 No more than 2 inches of loose or disturbed material, for soldier piles with permanent ground
42 anchors, nor more than 12 inches of loose or disturbed material, for soldier piles without
43 permanent ground anchors, shall be present at the bottom of the shaft just prior to beginning
44 concrete placement.
_ 45
46 The excavated shaft shall be inspected and approved by the Engineer prior to proceeding
47 with construction.
48
49 When obstructions are encountered, the Contractor shall notify the Engineer promptly. An
50 obstruction is defined as a specific object (including, but not limited to, boulders, logs, and
51 man made objects) encountered during the shaft excavation operation which prevents or
52 hinders the advance of the shaft excavation. When efforts to advance past the obstruction to
- 53 the design shaft tip elevation result in the rate of advance of the shaft drilling equipment
54 being significantly reduced relative to the rate of advance for the rest of the shaft excavation,
55 then the Contractor shall remove the obstruction under the provisions of Section 6-16.5 as
56 supplemented in the Special Provisions. The method of removal of such obstructions, and
57 the continuation of excavation shall be as proposed by the Contractor and approved by the
58 Engineer.
59
2005 AMENDMENTS-UPDATE 4-05 69
1 Excavation of shafts shall not commence until a minimum of 12 hours after the shaft backfill
2 for the adjacent shafts has been placed.
3
4 The temporary casings for the shafts shall be removed. A minimum 5 foot head of concrete
5 shall be maintained to balance the soil and water pressure at the bottom of the casing. The
6 casing shall be smooth.
7
8 6-16.3(4) Installing Soldier Piles
9 Soldier piles, if spliced, shall conform to all requirements of Section 6-05.3(6).
10
11 The prefabricated steel soldier piles shall be lowered into the drilled shafts and secured in
12 position. Concrete cover over the soldier pile shall be 1 inch minimum. .�.
13
14 The steel soldier piles and attachments shall be shop painted after fabrication to the limits
15 shown in the Plans with one coat of inorganic zinc primer. Application of the one coat of
16 primer shall be in accordance with Section 6-07. The welded shear studs may be attached
17 before or after painting. Paint damaged by welding shear studs in place does not require
18 repair.
19
20 6-16.3(5) Backfilling Shaft
21 The excavated shaft shall be backfilled with either controlled density fill (CDF), lean
22 concrete, or concrete Class 4000P, as shown in the Plans.
23
24 Placement of the shaft backfill shall commence immediately after completing the shaft
25 excavation and receiving the Engineer's approval of the excavation. Concrete Class 4000P
26 and lean concrete shall be placed in one continuous operation to the elevation shown in the
27 Plans. CDF shall be placed in one continuous operation to the top of the shaft. Vibration of
28 shaft backfill is not required.
29
30 If water is not present, the shaft backfill shall be deposited by a method which prevents
31 segregation of aggregates. The shaft backfill shall be placed such that the free-fall is vertical
32 down the shaft without hitting the sides of the soldier pile or the excavated shaft. The
33 Contractor's method for depositing the shaft backfill shall have approval of the Engineer prior
34 to the placement of the shaft backfill. . .
35
36 If water is present, the shaft backfill shall be deposited in accordance with Section 6-
37 02.3(6)B.
38
39 6-16.3(6) Installing Timber Lagging and Permanent Ground Anchors
40 The excavation and removal of CDF and lean concrete for the lagging installation shall
41 proceed in advance of the lagging. The bottom of the excavation in front of the wall shall be
42 level. Excavation shall conform to Section 2-03.
43
44 For walls without permanent ground anchors, the bottom of excavation shall be not more
45 than three feet below the bottom level of the timber lagging already installed. For walls with ,-
46 permanent ground anchors, the bottom of excavation shall be not more than 3 feet below
47 tieback anchor level until all permanent ground anchors at that level are installed and
48 stressed. Installing, stressing, and testing the permanent ground anchors shall be in
49 accordance with Section 6-17 and the construction sequence specified in the Plans.
50
51 Unless otherwise specified, timber lagging in walls with concrete fascia panels shall be
52 untreated. Timber lagging for all other walls shall be treated.
53
54 The lagging shall be installed from the top of the pile proceeding downward. The timber
55 lagging shall make direct contact with the soil. Voids shall be filled with gravel backfill for
56 walls, which shall be considered incidental to the installation of the timber lagging.
57
58 Where timber lagging and backfill are above the existing or excavated groundline, the
59 lagging and backfill shall be placed concurrently. The backfill layers shall be placed in
2005 AMENDMENTS-UPDATE 405 70
- 1 accordance with Section 2-03.3(14) except that all layers shall be compacted to 90 percent
2 of maximum density.
3
4 6-16.3(7) Prefabricated Drainage Mat
5 For walls with concrete fascia panels, prefabricated drainage mat shall be installed full height
6 of the concrete fascia panel and full width between soldier pile flanges, unless otherwise
7 shown in the Plans.
8
9 The prefabricated drainage mat shall be attached to the lagging in accordance with the
10 manufacturer's recommendations. The fabric side shall face the lagging. Splicing of the
11 prefabricated drainage mat shall be in accordance with the manufacturer's
12 recommendations.
13
14 The Contractor shall ensure the hydraulic connection of the prefabricated drainage mat to
15 the previously installed material so that the vertical flow of water is not impeded.
- 16
17 The Contractor shall tape all joints in the prefabricated drainage mat to prevent concrete
18 intrusion during concrete fascia panel construction.
19
20 6-16.3(8) Concrete Fascia Panel
21 The Contractor shall construct the concrete fascia panels as shown in the Plans, and in
22 accordance with the forming plan as approved by the Engineer. The concrete fascia panels
23 shall be cured in accordance with the Section 6-02.3(11) requirements specified for retaining
24 walls.
25
26 The Contractor shall provide the specified surface finish as noted, and to the limits shown, in
- 27 the Plans to the exterior concrete surface. When noted in the Plans, the Contractor shall
28 apply pigmented sealer to the limits shown in the Plans.
29
30 Asphalt or cement concrete gutter shall be constructed as shown in the Plans.
31
32 6-16.4 Measurement
33 Soldier pile shaft construction will be measured by the linear foot of shaft excavated below
34 the top of ground line for the shaft, defined as the highest existing ground point within the
35 shaft diameter.
36
37 Furnishing soldier pile will be measured by the linear foot of pile assembly specified in the
38 Proposal, including adjustments to the Plan quantity made in accordance with Section 1-
39 04.4.
40
41 Timber lagging will be measured by the thousand board feet measure (MBM) installed. The
42 quantity will be computed using the nominal thickness and width dimensions of the timber
43 lagging members, and the center to center spacing of the soldier piles as the length
44 dimension.
45
46 Prefabricated drainage mat will be measured by the square yard of material furnished and
47 installed.
48
49 Concrete fascia panel will be measured by the square foot surface area of the completed
50 fascia panel, measured to the neat lines of the panel as shown in the Plans.
51
52 6-16.5 Payment
» 53 Payment will be made in accordance with Section 1-04.1 for each of the following bid items
54 when they are included in the proposal:
55
56 "Shaft- Diameter", per linear foot.
57 All costs in connection with constructing soldier pile shafts shall be included in the unit
58 contract price per linear foot for "Shaft - Diameter", including shaft excavation,
59 temporary casing if used, CDF, lean concrete, concrete Class 4000P, and installing the
60 soldier pile assembly.
2005 AMENDMENTS-UPDATE 405 71
2 "Furnishing Soldier Pile -_", per linear foot.
3 All costs in connection with furnishing soldier pile assemblies shall be included in the
4 unit contract price per linear foot for"Furnishing Soldier Pile -_", including fabricating
5 and painting the pile assemblies. Payment will be made based on the quantity specified
6 in the Proposal unless changes are made to this quantity in accordance with Section 1-
7 04.4, in which case the quantity specified in the Proposal will be adjusted by the amount
8 of the change and will be paid for in accordance with Section 1-04.4.
9
10 "Timber Lagging", per MBM.
11 All costs in connection with furnishing and installing timber lagging shall be included in
12 the unit contract price per MBM for "Timber Lagging", including preservative treatment
13 when specified, and filling voids behind the lagging with gravel backfill for wall.
14
15 "Prefabricated Drainage Mat", per square yard.
16
17 "Concrete Fascia Panel", per square foot.
18 All costs in connection with constructing the concrete fascia panels as specified shall be
19 included in the unit contract price per square foot for "Concrete Fascia Panel", including
20 all steel reinforcing bars, premolded joint filler, polyethylene bond breaker strip, joint
21 sealant, pvc pipe for weep holes, exterior surface finish, and pigmented sealer (when
22 specified).
23
24 Unless otherwise specified, all costs in connection with non-shaft excavation, including .-
25 all excavation required for placement of timber lagging, shall be included in the unit
26 contract price per cubic yard for "Roadway Excavation" or "Roadway Excavation Incl.
27 Haul" as specified in Section 2-03.5. --
28
29 SECTION 6-17, PERMANENT GROUND ANCHORS
30 April 5, 2004
31 6-17.1 Description
32 This work consists of constructing permanent ground anchors.
33
34 6-17.2 Materials
35 Materials required, including materials for permanent ground anchors, shall be as specified
36 in the Special Provisions.
37
38 6-17.3 Construction Requirements
39 The Contractor shall select the ground anchor type and the installation method, and
40 determine the bond length and anchor diameter. The Contractor shall install ground anchors
41 that will develop the load indicated in the Plans and verified by tests specified in Sections 6-
42 17.3(8)A, 6-17.3(8)B, and 6-17.3(8)C.
43
44 6-17.3(1) Definitions
45 Anchor Devices: The anchorhead wedges or nuts which grip the prestressing steel.
46
47 Bearing Plate: The steel plate which evenly distributes the ground anchor force to the
48 structure.
49
50 Bond Length: The length of the ground anchor which is bonded to the ground and transmits
51 the tensile force to the soil or rock.
52
53 Ground Anchor: A system, referred to as a tieback or as an anchor, used to transfer tensile
54 loads to soil or rock. A ground anchor includes all prestressing steel, anchorage devices,
55 grout, coatings, sheathings and couplers if used.
56
57 Maintaining Consistency of Load: Maintaining the test load within five percent of the
58 specified value.
59
2005 AMENDMENTS-UPDATE 405 72
1 Minimum Guaranteed Ultimate Tensile Strength (MUTS): The minimum guaranteed
2 breaking load of the prestressing steel as defined by the specified standard.
3
4 Tendon Bond Length: The length of the tendon which is bonded to the anchor grout.
5
6 Tendon Unbonded Length: The length of the tendon which is not bonded to the anchor
7 grout.
8
9 Total Anchor Length: The unbonded length plus the tendon bond length.
10
11 6-17.3(2) Contractor Experience Requirements
w 12 The Contractor or Subcontractor performing this work shall have installed permanent ground
13 anchors for a minimum of three years. Prior to the beginning of construction, the Contractor
14 shall submit a list containing at least five projects on which the Contractor has installed
15 permanent ground anchors. A brief description of each project and a reference shall be
w 16 included for each project listed. As a minimum, the reference shall include an individual's
17 name and current phone number.
18
19 The Contractor shall assign an engineer to supervise the work with at least three years of
20 experience in the design and construction of permanently anchored structures. The
21 Contractor shall not use consultants or manufacturer's representatives in order to meet the
22 requirements of this section. Drill operators and on-site supervisors shall have a minimum of
23 one year experience installing permanent ground anchors.
24
25 Contractors or Subcontractors that are specifically prequalified in Class 36 work will be
26 considered to have met the above experience requirements.
27
28 The Contractor shall allow up to 15 calendar days for the Engineer's review of the
29 qualifications and staff as noted above. Work shall not be started on any anchored wall
30 system nor materials ordered until approval of the Contractor's qualifications are given.
31
32 6-17.3(3) Submittals
33 The Contractor shall submit working drawings and structural design calculations in
34 accordance with Section 6-01.9 for the ground anchor system or systems intended for use.
35
36 The Contractor shall submit a detailed description of the construction procedure proposed
37 for use to the Engineer for approval.
38
39 The Contractor shall submit a ground anchor schedule giving:
40
41 1. Ground anchor number
42 2. Ground anchor design load
43 3. Type and size of tendon
44 4. Minimum total bond length
45 5. Minimum anchor length
46 6. Minimum tendon bond length
47 7. Minimum unbonded length
48
49 The Contractor shall submit working drawings of the ground anchor tendon and the
50 corrosion protection system. Include details of the following:
51
52 1. Spacers and their location
53 2. Centralizers and their location
54 3. Unbonded length corrosion protection system, including the permanent rubber seal
55 between the trumpet and the tendon unbonded length corrosion protection.
56 4. Bond length corrosion protection system
57 5. Anchorage and trumpet
58 6. Anchorage corrosion protection system
59 7. Anchors using non-restressable anchorage devices
60
2005 AMENDMENTS-UPDATE 4-05 73
1 The Contractor shall submit shop plans as specified in Section 6-03.3(7) for all structural
2 steel, including the permanent ground anchors to the Engineer for review and approval.
3
4 The Contractor shall submit the grout mix designs and the procedures for placing the grout
5 to the Engineer for approval. The Contractor shall also submit the methods and materials
6 used in filling the annulus over the unbonded length of the anchor.
7
8 The Contractor shall submit five copies of detailed working drawings in accordance with
9 Section 6-01.9 for the method proposed to be followed for the permanent ground anchor
10 testing to the Engineer for approval prior to the tests. This shall include all necessary
11 drawings and details to clearly describe the method proposed.
12
13 The Contractor shall submit to the Engineer calibration data for each load cell, test jack,
14 pressure gauge and master pressure gauge to be used. The calibration tests shall have
15 been performed by an independent testing laboratory and tests shall have been performed
16 within 60 calendar days of the date submitted. The Engineer shall approve or reject the -
17 calibration data after receipt of the data. Testing shall not commence until the Engineer has
18 approved the load cell,jack, pressure gauge and master pressure gauge calibrations.
19
20 Work shall not begin until the appropriate submittals have been approved in writing by the
21 Engineer.
22
23 6-17.3(4) Preconstruction Conference
24 A permanent ground anchor preconstruction conference shall be held at least five working
25 days prior to the Contractor beginning any permanent ground anchor work at the site to
26 discuss construction procedures, personnel, and equipment to be used. The list of materials
27 specified on the Record of Materials Form (ROM) for this item of work will also be discussed.
28 Those attending shall include:
29
30 1. (representing the Contractor) The superintendent, on site supervisors, and all
31 foremen in charge of drilling the ground anchor hole, placing the permanent ground
32 anchor and grout, and tensioning and testing the permanent ground anchor.
33
34 2. (representing the Contracting Agency) The Project Engineer, key inspection
35 personnel, and representatives from the WSDOT Construction Office and Materials
36 Laboratory Geotechnical Services Branch.
37
38 If the Contractor's key personnel change, or if the Contractor proposes a significant revision
39 of the approved permanent ground anchor installation plan, an additional conference shall
40 be held before any additional permanent ground anchor operations are performed.
41
42 6-17.3(5) Tendon Fabrication
43 The tendons can be either shop or field fabricated. The tendon shall be fabricated as shown
44 in the approved shop plans.
45 -.
46 The Contractor shall select the type of tendon to be used. The tendon shall be sized so the
47 design load does not exceed 60 percent of the minimum guaranteed ultimate tensile strength
48 of the tendon. In addition, the tendon shall be sized so the maximum test load does not
49 exceed 80 percent of the minimum guaranteed ultimate tensile strength of the tendon.
50
51 The Contractor shall be responsible for determining the bond length and tendon bond length
52 necessary to develop the design load indicated in the Plans in accordance with Sections 6-
53 17.3(8)A, 6-17.3(8)B, and 6-17.3(8)C. The minimum bond length shall be ten feet in rock
54 and 15 feet in soil.
55
56 When the Plans require the tendon bond length to be encapsulated, the tendon bond length
57 portion of the tendon shall be corrosion protected by encapsulating the tendon in a grout-
58 filled PE or PVC tube as specified in Section 6-17.2 as supplemented in the Special
59 Provisions. The tendons can be grouted inside the encapsulation prior to inserting the
60 tendon-in the drill hole or after the tendon has been placed in the drill hole. Expansive
2005 AMENDMENTS-UPDATE 4-05 74
1 admixtures can be mixed with the encapsulation grout if the tendon is grouted inside the
2 encapsulation while outside the drill hole. The tendon shall be centralized within the bond
3 length encapsulation with a minimum of 0.20 inches of grout cover. Spacers shall be used
4 along the tendon bond length of multi-element tendons to separate the elements of the
5 tendon so the prestressing steel will bond to the encapsulation grout.
6
7 Centralizers shall be used to provide a minimum of 0.5 inches of grout cover over the tendon
8 bond length encapsulation. Centralizers shall be securely attached to the encapsulation and
9 the center-to-center spacing shall not exceed ten feet. In addition, the upper centralizer shall
10 be located a maximum of five feet from the top of the tendon bond length and the lower
11 centralizer shall be located a maximum of one foot from the bottom of the tendon bond
- 12 length.
13
14 The centralizer shall be able to support the tendon in the drill hole and position the tendon so
15 a minimum of 0.5 inches of grout cover is provided and shall permit free flow of grout.
16
17 Centralizers are not required on encapsulated, pressure-injected ground anchor tendons if
18 the ground anchor is installed in coarse grained soils (more than 50 percent of the soil larger
19 than the number 200 sieve) using grouting pressures greater than 150 psi.
20
21 Centralizers are not required on encapsulated, hollow-stem-augered ground anchor tendons
22 if the ground anchor is grouted through and the hole is maintained full of a stiff grout (eight-
23 inch slump or less) during extraction of the auger.
24
25 The minimum unbonded length of the tendon shall be the greater of 15 feet or that indicated
26 in the Plans.
- 27
28 Corrosion protection of the unbonded length shall be provided by a sheath completely filled
29 with corrosion inhibiting grease or grout. If grease is used under the sheath, provisions shall
30 be made to prevent the grease from escaping at the ends of the sheath. The grease shall
31 completely coat the tendon and fill the voids between the tendon and the sheath. The
32 working drawings shall show how the Contractor will provide a transition between the tendon
33 bond length and the unbonded tendon length corrosion protection.
34
35 If the sheath is not fabricated from a smooth tube, a separate bondbreaker shall be provided.
36 The bondbreaker shall prevent the tendon from bonding to the anchor grout surrounding the
37 tendon unbonded length.
38
39 The total anchor length shall not be less than that indicated in the Plans or the approved
40 working drawings.
41
42 Anchorage devices shall be capable of developing 95 percent of the minimum guaranteed
43 ultimate tensile strength of the prestressing steel tendon. The anchorage devices shall
44 conform to the static strength requirements of Section 3.1 of the Post Tensioning Institute
45 "Specification for Unbonded Single Strand Tendons, First Edition - 1993".
46
47 Non-restressable anchorage devices may be used except where indicated in the Plans.
48
-- 49 Restressable anchorages shall be provided on those ground anchors that require reloading.
50 The post-tensioning supplier shall provide a restressable anchorage compatible with the
51 post-tensioning system provided.
52
53 The bearing plates shall be sized so the bending stresses in the plate do not exceed the
54 yield strength of the steel when a load equal to 95 percent of the minimum guaranteed
55 ultimate tensile strength of the tendon is applied, and the average bearing stress on the
56 concrete does not exceed that recommended in Section 3.1.3 of the Post Tensioning
57 Institute, "Specification For Unbonded Single Strand Tendons, First Edition - 1993".
58
59 The trumpet shall have an inside diameter equal to or larger than the hole in the bearing
60 plate. The trumpet shall be long enough to accommodate movements of the structure during
2005 AMENDMENTS-UPDATE 405 75
1* testing and stressing. For strand tendons with encapsulation over the unbonded length, the
2 trumpet shall be long enough to enable the tendon to make a transition from the diameter or
3 the tendon in the unbonded length to the diameter of the tendon at the anchorhead without
4 damaging the encapsulation. Trumpets filled with corrosion-inhibiting grease shall have a
5 permanent rubber seal, as approved by the Engineer, provided between the trumpet and the
6 tendon unbonded length corrosion protection. Trumpets filled with grout shall have a
7 temporary seal provided between the trumpet and the tendon unbonded length corrosion
8 protection or the trumpet shall overlap the tendon unbonded length corrosion protection.
9
10 6-17.3(6) Tendon Storage And Handling
11 Tendons shall be handled and stored in such a manner as to avoid damage or corrosion.
12 Damage to the prestressing steel as a result of abrasions, cut, nicks, welds and weld splatter
13 will be cause for rejection by the Engineer. The prestressing steel shall be protected if
14 welding is to be performed in the vicinity. Grounding of welding leads to the prestressing
15 steel is forbidden. Prestressing steel shall be protected from dirt, rust, and deleterious
16 substances. A light coating of rust on the steel is acceptable. If heavy corrosion or pitting is
17 noted, the Engineer will reject the affected tendons.
18
19 The Contractor shall use care in handling and storing the tendons at the site. Prior to
20 inserting a tendon in the drill hole, the Contractor and the Engineer will examine the tendon
21 for damage to the encapsulation and the sheathing. If, in the opinion of the Engineer, the
22 encapsulation is damaged, the Contractor shall repair the encapsulation in accordance with
23 the tendon supplier's recommendations and as approved by the Engineer. If, in the opinion
24 of the Engineer, the smooth sheathing has been damaged, the Contractor shall repair it with
25 ultra high molecular weight polyethylene (PE) tape. The tape shall be spiral wound around
26 the tendon so as to completely seal the damaged area. The pitch of the spiral shall ensure a
27 double thickness at all points. -
28
29 6-17.3(7) Installing Permanent Ground Anchors
30 The Contractor shall select the drilling method, the grouting procedure, and the grouting
31 pressure used for the installation of the ground anchor.
32
33 When caving conditions are encountered, no further drilling will be allowed until the
34 Contractor selects a method to prevent ground movement. The Contractor may use a
35 temporary casing. The Contractor's method to prevent ground movement shall be approved
36 by the Engineer. The casings for the anchor holes, if used, shall be removed. The drill hole
37 shall be located so the longitudinal axis of the drill hole and the longitudinal axis of the
38 tendon are parallel. The ground anchor shall not be drilled in a location that requires the
39 tendon to be bent in order to enable the bearing plate to be connected to the supported
40 structure. At the point of entry the ground anchor shall be installed within plus or minus three
41 degrees of the inclination from horizontal shown in the Plans or the approved working
42 drawings. The ground anchors shall not extend beyond the right of way limits. -
43
44 The tendon shall be inserted into the drill hole to the desired depth. When the tendon cannot
45 be completely inserted without difficulty, the Contractor shall remove the tendon from the drill
46 hole and clean or redrill the hole to permit insertion. Partially inserted tendons shall not be
47 driven or forced into the hole.
48
49 The Contractor shall use a grout conforming to Section 6-17.2 as supplemented in the
50 Special Provisions.
51
52 The grout equipment shall produce a grout free of lumps and undispersed cement. A
53 positive displacement grout pump shall be used. The pump shall be equipped with a
54 pressure gauge near the discharge end to monitor grout pressures. The pressure gauge
55 shall be capable of measuring pressures of at least 150 psi or twice the actual grout
56 pressures used by the Contractor, whichever is greater. The grouting equipment shall be
57 sized to enable the grout to be pumped in one continuous operation. The mixer shall be
58 capable of continuously agitating the grout.
59
2005 AMENDMENTS-UPDATE 4-05 76
1 The grout shall be injected from the lowest point of the drill hole. The grout may be pumped
2 through grout tubes, casing, or drill rods. The grout can be placed before or after insertion of
3 the tendon. The quantity of the grout and the grout pressures shall be recorded. The grout
4 pressures and grout takes shall be controlled to prevent excessive heave in soils or
5 fracturing of rock formations.
6
7 After grouting, the tendon shall not be loaded for a minimum of 3 days.
8
9 No grout shall be placed above the top of the bond length during the time the bond length
10 grout is placed. The grout at the top of the drill hole shall not contact the back of the
11 structure or the bottom of the trumpet. Except as otherwise noted, only nonstructural filler
12 shall be placed above the bond length grout prior to testing and acceptance of the anchor.
13 The Contractor may place structural grout above the bond length grout prior to testing and
14 acceptance of the anchor subject to the following conditions:
15
16 1. The anchor unbonded length shall be increased by eight feet minimum.
17
18 2. The grout in the unbonded zone shall not be placed by pressure grouting methods.
19
20 The corrosion protection surrounding the unbonded length of the tendon shall extend up
21 beyond the bottom seal of the trumpet or one foot into the trumpet if no trumpet seal is
22 provided. If the protection does not extend beyond the seal or sufficiently far enough into the
23 trumpet, the Contractor shall extend the corrosion protection or lengthen the trumpet.
24
25 The corrosion protection surrounding the no load zone length of the tendon shown in the
26 Plans shall not contact the bearing plate or the anchorhead during testing and stressing. If
27 the protection is too long, the Contractor shall trim the corrosion protection to prevent
28 contact.
29
30 The bearing plate and anchorhead shall be placed so the axis of the tendon and the drill hole
31 are both perpendicular to the bearing plate within plus or minus three degrees and the axis
32 of the tendon passes through the center of the bearing plate.
33
34 The trumpet shall be completely filled with corrosion inhibiting grease or grout. Trumpet
35 grease can be placed anytime during construction. Trumpet grout shall be placed after the
36 ground anchor has been tested. The Contractor shall demonstrate to the Engineer that the
37 procedure selected by the Contractor for placement of either grease or grout produces a
38 completely filled trumpet.
39
40 All anchorages permanently exposed to the atmosphere shall be covered with a corrosion
41 inhibiting grease-filled or grout-filled cover. The Contractor shall demonstrate to the
42 Engineer that the procedures selected by the Contractor for placement of either grease or
43 grout produces a completely filled cover. If the Plans require restressable anchorages,
44 corrosion inhibiting grease shall be used to fill the anchorage cover and trumpet.
45
46 6-17.3(8) Testing And Stressing
47 Each ground anchor shall be tested. The test load shall be simultaneously applied to the
48 entire tendon. Stressing of single elements of multi-element tendons will not be permitted.
49 Test data will be recorded by the Engineer.
50
51 The testing equipment shall consist of a dial gauge or vernier scale capable of measuring to
52 0.001 inches shall be used to measure the ground anchor movement. The movement-
53 measuring device shall have a minimum travel equal to the theoretical elastic elongation of
54 the total anchor length plus 1 inch. The dial gauge or vernier scale shall be aligned so that
55 its axis is within 5 degrees from the axis of the tieback. A hydraulic jack and pump shall be
56 used to apply the test load. The jack and pressure gauge shall be calibrated by an
57 independent testing laboratory as a unit. Each load cell, test jack and pressure gauge, and
58 master pressure gauge, shall be calibrated as specified in Section 6-17.3(3). Additionally,
59 the Contractor shall not use load cells, test jacks and pressure gauges, and master pressure
2005 AMENDMENTS-UPDATE 405 77
1 gauges, greater than 60 calendar days past their most recent calibration date, until such
2 items are re-calibrated by an independent testing laboratory.
3
4 The pressure gauge shall be graduated in 100-psi increments or less. The pressure gauge
5 will be used to measure the applied load. The pressure gauge shall be selected to place the
6 maximum test load within the middle two-thirds of the range of the gauge. The ram travel of
7 the jack shall not be less than the theoretical elastic elongation of the total anchor length at
8 the maximum test load plus one inch. The jack shall be independently supported and
9 centered over the tendon so that the tendon does not carry the weight of the jack. The
10 Contractor shall have a second calibrated jack pressure gauge at the site. Calibration data
11 shall provide a specific reference to the jack and the pressure gauge.
12
13 The loads on the tiebacks during the performance and verificat n tests shall be monitored to
14 verify consistency of load as defined in Section 6-17.3(1). Test loads less than 20,000
15 pounds shall be monitored by the jack pressure gauge. Test loads equal to or greater than
16 20,000 pounds shall be monitored with an electric or hydraulic load cell. The Contractor
17 shall provide the load cell and a readout device. The load cell shall be selected to place the
18 maximum test load within the middle two-thirds of the range of the load cell. The stressing
19 equipment shall be placed over the ground anchor tendon in such a manner that the jack,
20 bearing plates, load cell and stressing anchorage are in alignment.
21
22 6-17.3(8)A Verification Testing
23 Verification tests shall be performed to verify the design of the anchor system. These
24 ground anchor test results shall verify the Contractor's design and be approved by the
25 Engineer prior to ordering anchor material for the tieback retaining walls. The tests shall be
26 performed on sacrificial test anchors. A minimum of two successful verification tests shall be
27 conducted. The locations shall be close to the anchor location of the production anchors.
28 The test locations shall be selected by the Contractor and approved by the Engineer.
29
30 The drilling method, anchor diameter, and depth of anchorage for the test anchor shall be
31 identical as for the production anchors. The no-load zone shall be backfilled prior to
32 withdrawing the casing.
33
34 The anchor tested shall be loaded to 200 percent of the design load (DL). The prestressing
35 tendon shall be proportioned such that the maximum stress does not exceed 80 percent of
36 the ultimate strength of the steel. The jack shall be positioned at the beginning of the test
37 such that unloading and repositioning of the jack during the test will not be required.
38 -�
39 The verification tests shall be made by incrementally loading the anchors in accordance with
40 the following schedule.
41
42 AL -Anchor Alignment Load -'
43 DL-Anchor Design Load
44
45 Load Hold Time
46
47 AL 1 Min.
48 0.25DL 10 Min.
49 0.50DL 10 Min.
50 0.75DL 10 Min.
51 1.00DL 10 Min.
52 1.25DL 10 Min.
53 1.50DL 60 Min.
54 1.75DL 10 Min.
55 2.00DL 10 Min.
56 AL 1 Min.
57
58 The test load shall be applied in increments of 25 percent of the design load. Each load
59 increment shall be held for at least 10 minutes. Measurement of anchor movement shall be
60 obtained at each load increment. The load-hold period shall start as soon as the test load is
2005 AMENDMENTS-UPDATE 405 78
1 applied and the anchor movement, with respect to a fixed reference, shall be measured and
2 recorded at 1 minute, 2, 3, 4, 5, 6, 10, 15, 20, 25, 30, 45, and 60 minutes.
3
4 The verification test will be considered successful if the anchor meets the criteria for a
5 performance tested ground anchor in Section 6-17.3(9), and in addition, a pull-out failure
6 does not occur at the 2.ODL maximum load.
7
8 The Engineer will give the Contractor a written order concerning ground anchor construction
9 within seven working days after completion of the verification tests. This written order will
10 either confirm the bond lengths as shown in the Contractor's plans for ground anchors or
11 reject the anchors based upon the result of the verification tests.
.. 12
13 6-17.3(8)6 Performance Testing
14 Performance tests shall be done in accordance with the following procedures. Five percent
15 of the ground anchors or a minimum of three ground anchors, whichever is greater, shall be
16 performance tested. The Engineer shall select the ground anchors to be performance
17 tested. The first production anchor shall be performance tested.
18
19 The performance test shall be made by incrementally loading and unloading the ground
20 anchor in accordance with the following schedule. The load shall be raised from one
21 increment to another immediately after a deflection reading.
22
23 Performance Test Schedule
24
25 Load Load
26
27 AL AL
28 0.25DL 0.25DL
29 AL 0.50DL
30 0.25DL 0.75DL
31 0.50DL 1.00DL
32 AL 1.25DL
33 0.25DL AL
_ 34 0.50DL 0.25DL
35 0.75DL 0.50DL
36 AL 0.75DL
37 0.25DL 1.00DL
38 0.50DL 1.25DL
39 0.75DL 1.50DL
40 1.00DL AL
41 Jack to lock-off load
42
43 Where: AL- is the alignment load DL- is the anchor design load.
44
45 The maximum test load in a performance test shall be held for ten minutes. The load-hold
46 period shall start as soon as the maximum test load is applied and the anchor movement,
47 with respect to a fixed reference, shall be measured and recorded at 1 minute, 2, 3, 4, 5, 6,
48 and 10 minutes. If the anchor movement between one minute and ten minutes exceeds
49 0.04 inches, the maximum test load shall be held for an additional 50 minutes. If the load
50 hold is extended, the anchor movement shall be recorded at 15 minutes, 20, 25, 30, 45, and
51 60 minutes. If an anchor fails in creep, retesting will not be allowed. All anchors not
52 performance tested shall be proof tested.
53
54 6-17.3(8)C Proof Testing
55 Proof tests shall be performed by incrementally loading the ground anchor in accordance
56 with the following schedule. The load shall be raised from one increment to another
57 immediately after a deflection reading. The anchor movement shall be measured and
58 recorded to the nearest 0.001 inches with respect to an independent fixed reference point at
59 the alignment load and at each increment of load. The load shall be monitored with a
2005 AMENDMENTS-UPDATE 4-05 79
1 pressure gauge. At load increments other than the maximum test load, the load shall be .�
2 held just long enough to obtain the movement reading.
3
4 Proof Test Schedule
5
6 Load Load
7
8 AL 1.00DL
9 0.25DL 1.25DL
10 0.50DL 1.50DL
11 0.75DL Jack to lock-off load
12
13 Where: AL- is the alignment load
14 DL- is the anchor design load
15
16 The maximum test load in a proof test shall be held for ten minutes. The load-hold period
17 shall start as soon as the maximum test load is applied and the anchor movement with
18 respect to a fixed reference shall be measured and recorded at 1 minute, 2, 3, 4, 5, 6, and
19 10 minutes. If the anchor movement between one minute and ten minutes exceeds 0.04
20 inches, the maximum test load shall be held of an additional 50 minutes. If the load hold is
21 extendea, the anchor movements shall be recorded at 15 minutes, 20, 25, 30, 45, and 60
22 minutes. If an anchor fails in creep, retesting will not be allowed.
23
24 6-17.3(9) Permanent Ground Anchor Acceptance Criteria
25 A performance or proof tested ground anchor with a ten minute load hold is acceptable if the:
26
27 1. Ground anchor carries the maximum test load with less than 0.04 inches of
28 movement between one minute and ten minutes; and
29
30 2. Total movement at the maximum test load exceeds 80 percent of the theoretical
31 elastic elongation of the tendon unbonded length.
32
33 A verification, performance or proof tested ground anchor with a 60-minute load hold is
34 acceptable if the:
35
36 1. Ground anchor carries the maximum test load with a creep rate that does not
37 exceed 0.08 inches/log cycle of time and is a linear or decreasing creep rate.
38
39 2. Total movement at the maximum test load exceeds 80 percent of the theoretical
40 elastic elongation of the tendon unbonded length.
41
42 If the total movement of the ground anchors at the maximum test load does not exceed 80
43 percent of the theoretical elastic elongation of the tendon unbonded length, the Contractor
44 shall replace the ground anchor at no additional cost to the Contracting Agency. Retesting of
45 a ground anchor will not be allowed.
46
47 Ground anchors which have a creep rate greater than 0.08 inches/log cycle of time can be
48 incorporated in the finished work at a load equal to one-half its failure load. The failure load
49 is the load carried by the anchor after the load has been allowed to stabilize for ten minutes.
50
51 When a ground anchor fails, the Contractor shall modify the design, the construction
52 procedures, or both. These modifications may include, but are not limited to, installing
53 replacement ground anchors, modifying the installation methods, increasing the bond length
54 or changing the ground anchor type. Any modification which requires changes to the
55 structure shall have prior approval of the Engineer. Any modifications of design or
56 construction procedures shall be at the Contractor's expense.
57
58 Upon completion of the test, the load shall be adjusted to the lock-off load indicated in the
59 Plans and transferred to the anchorage device. The ground anchor may be completely
60 unloaded prior to lock-off. After transferring the load and prior to removing the jack a lift-off
2005 AMENDMENTS-UPDATE 4-05 80
1 reading shall be made. The lift-off reading shall be within ten percent of the specified lock-off
2 load.
3
4 If the load is not within ten percent of the specified lock-off load, the anchorage shall be reset
5 and another lift-off reading shall be made. This process shall be repeated until the desired
6 lock-off load is obtained.
7
8 6-17.4 Measurement
9 Permanent ground anchors will be measured per each for each permanent ground anchor
10 installed and accepted.
11
12 Permanent ground anchor performance tests will be measured per each for each anchor
13 performance tested.
14
15 The permanent ground anchor verification testing program will not be measured but will be
16 paid for on a lump sum basis.
17
18 6-17.5 Payment
19 Payment will be made in accordance with Section 1-04.1 for each of the following bid items
w 20 when they are included in the proposal:
21
22 "Permanent Ground Anchor, per each.
23 All costs in connection with furnishing and installing permanent ground anchors shall be
24 included in the unit contract price per each for "Permanent Ground Anchor", including
25 proof testing of the installed anchor as specified.
26
27 "Permanent Ground Anchor Performance Test", per each.
28 "Permanent Ground Anchor Verification Test", lump sum.
29
30 SECTION 6-18, SHOTCRETE FACING
31 April 5, 2004
32 6-18.1 Description
33 This work consists of constructing shotcrete facing as shown in the Plans. Shotcrete
34 constructed as concrete slope protection shall be constructed in accordance with Section 8-
35 16.
36
37 6-18.2 Materials
38 Materials shall meet the requirements of the following sections:
39
40 Cement 9-01
41 Aggregates for Portland Cement Concrete 9-03.1
42 Premolded Joint Filler 9-04.1(2)
43 Steel Reinforcing Bar 9-07.2
44 Epoxy-Coated Steel Reinforcing Bar 9-07.3
45 Concrete Curing Materials and Admixtures 9-23
46 Fly Ash 9-23.9
47 Water 9-25
48
49 Other materials required, including materials for shotcrete, shall be as specified in the
50 Special Provisions.
51
52 6-18.3 Construction Requirements
53
54 6-18.3(1) Submittals
55 The Contractor shall submit the following information to the Engineer at least 14 calendar
56 days prior to beginning construction of the shotcrete facing:
57
58 1. The shotcrete mix design with compressive strength test results.
59 2. Method and equipment used to finish and cure the shotcrete facing.
2005 AMENDMENTS-UPDATE 4-05 81
1 3. Documentation of the experience of the nozzle operators in applying shotcrete. ..
2
3 The Contractor shall not begin construction of the shotcrete facing until receiving the
4 Engineer's approval of the above submittals.
5
6 6-18.3(2) Mix Design
7 Shotcrete shall be proportioned to produce a 4,000 psi compressive strength at 28 days.
8 The Contractor shall submit the shotcrete mix design, proposed method of placement, and
9 evidence that the proposed design and placement method will produce the desired "
10 compressive strength at 28 days, to the Engineer at least 14 calendar days prior to the
11 anticipated beginning of shotcrete placement. Shotcrete placement will not be allowed until
12 the Engineer has approved the mix design and method of placement.
13
14 Admixture shall be used only after receiving permission from the Engineer. If admixtures are
15 used to entrain air, to reduce water-cement ratio, to retard or accelerate setting time, or to
16 accelerate the development of strength, the admixtures shall be used at the rate specified by -
17 the manufacturer and approved by the Engineer.
18
19 6-18.3(3) Testing
20 The Contractor shall make shotcrete test panels for evaluation of shotcrete quality, strength,
21 and aesthetics. Both preproduction and production test panels, shall be prepared. All cores
22 obtained for the purpose of shotcrete strength testing shall have the following minimum
23 dimensions,
24
25 a. The core diameter shall be at least 3 times the maximum aggregate size, but not
26 less than 2 inches.
27
28 b. The core height shall be a minimum of 1.5 times the core diameter.
29
30 The Contractor shall remove at least three cores from each 36-inch by 36-inch shotcrete test
31 panel in accordance with AASHTO T 24. Cores removed from the panel shall be
32 immediately wrapped in wet burlap and sealed in a plastic bag. Cores shall be clearly
33 marked to identify from where they were taken and whether they are for pre-production or
34 production testing. If for production testing, the section of the wall represented by the cores
35 shall be clearly marked on the cores. Cores shall be delivered to the Engineer within 2
36 hours of coring. The remainder of the panels shall remain the property of the Contractor.
37
38 6-18.3(3)A Pre-production Testing
39 At least one 36-inch by 36-inch panel for each mix design shall be prepared for evaluation
40 and testing of the shotcrete quality and strength. One 48-inch by 48-inch qualification panel
41 shall be prepared for evaluation and approval of the proposed method for shotcrete
42 installation, finishing, and curing. Both the 36-inch and the 48-inch panels shall be
43 constructed using the same methods and initial curing proposed to construct the shotcrete
44 facing, except that the 36-inch panel shall not include w`-e reinforcement. The 36-inch panel
45 shall be constructed to the minimum thickness necessary to obtain the required core
46 samples. The 48-inch panel shall be constructed to the same thickness as proposed for the
47 production facing. Production shotcrete work shall not begin until satisfactory test results are
48 obtained and the panels are approved by the Engineer.
49
50 6-18.3(3)B Production Testing
51 The Contractor shall make at least one 36-inch by 36-inch panel for each section of facing
52 shot, or as many as directed by the Engineer. A section is defined as one day's placement.
53 The production panels shall be constructed using the same methods and initial curing used
54 to construct the shotcrete wall, but without wire reinforcement. The panels shall be
55 constructed to the minimum thickness necessary to obtain the required core samples. If the
56 production shotcrete is found to be unsuitable based on the results of the test panels, the
57 section(s) of the wall represented by the test panel(s) shall be repaired or replaced to the
58 satisfaction of the Engineer at no cost to the Contracting Agency.
59
2005 AMENDMENTS-UPDATE 405 82
1 6-18.3(4) Qualifications of Contractor's Personnel
2 All nozzle operators shall have had at least one year of experience in the application of
3 shotcrete. Each nozzle operator will be qualified, by the Engineer, to place shotcrete, after
4 successfully completing one test panel for each shooting position and surface type which will
5 be encountered.
6
7 Qualification will be based on a visual inspection of the shotcrete density, void structure, and
8 finished appearance along with a minimum 7-day compressive strength of 2,500 psi
9 determined from the average test results from two cores taken from each test panel.
10
11 The Contractor shall notify the Engineer not less than 2 days prior to the shooting of a
12 qualification panel. The mix design for the shotcrete shall be the same as that slated for the
13 wall being shot.
14
15 Shotcrete shall be placed only by personnel qualified by the Engineer.
- 16
17 If shotcrete finish Alternative B or C is specified, evidence shall be provided that all shotcrete
18 crew members have completed at least three projects in the last five years where such
19 finishing, or sculpturing and texturing of shotcrete was performed.
20
21 6-18.3(5) Placing Wire Reinforcement
22 Reinforcement of the shotcrete shall be placed as shown in the Plans. The wire
23 reinforcement shall be securely fastened to the steel reinforcing bars so that it will be 1 to 1.5
24 inches from the face of the shotcrete at all locations, unless otherwise shown in the Plans.
25 Wire reinforcement shall be lapped 1.5 squares in all directions, unless otherwise shown in
26 the Plans.
27
28 6-18.3(6) Alignment Control
29 The Contractor shall install non-corroding alignment wires and thickness control pins to
30 establish thickness and plane surface. The Contractor shall install alignment wires at
31 corners and offsets not established by formwork. The Contractor shall ensure that the
32 alignment wires are tight, true to line, and placed to allow further tightening. The Contractor
33 shall remove the alignment wires after facing construction is complete.
34
35 6-18.3(7) Shotcrete Application
36 A clean, dry supply of compressed air sufficient for maintaining adequate nozzle velocity for
37 all parts for the work and for simultaneous operation of a blow pipe for cleaning away
38 rebound shall be maintained at all times. Thickness, method of support, air pressure, and
39 rate of placement of shotcrete shall be controlled to prevent sagging or sloughing of freshly-
40 applied shotcrete.
41
42 The shotcrete shall be applied from the lower part of the area upwards. Surfaces to be shot
43 shall be damp, but free of standing water.
44
45 The nozzles shall be held at an angle approximately perpendicular to the working face and
46 at a distance that will keep rebound at a minimum and compaction will be maximized.
47 Shotcrete shall emerge from the nozzle in a steady uninterrupted flow. If, for any reason, the
48 flow becomes intermittent, the nozzle shall be diverted from the work until a steady flow
49 resumes.
50
51 Surface defects shall be repaired as soon as possible after initial placement of the shotcrete.
52 All shotcrete which lacks uniformity; which exhibits segregation, honeycombing, or
53 lamination; or which contains any dry patches, slugs, voids, or sand pockets, shall be
54 removed and replaced with fresh shotcrete by the Contractor, to the satisfaction of the
55 Engineer at no cost to the Contracting Agency.
56
57 Construction joints in the shotcrete shall be uniformly tapered over a minimum distance of
58 twice the thickness of the shotcrete layer. The surface of the joints shall be cleaned and
59 thoroughly wetted before adjacent shotcreting is performed. Shotcrete shall be placed in a
60 manner which provides a finish with uniform texture and color across the construction joint.
2005 AMENDMENTS-UPDATE 4-05 83
1
2 The shotcrete shall be cured by applying a clear curing compound in accordance with
3 Section 9-23.2. The curing compound shall be applied immediately after final gunning. The
4 air in contact with shotcrete surfaces shall be maintained at temperatures above 50F for a
5 minimum of 7 days. Curing compounds shall not be used on any surfaces against which
6 additional shotcrete or other cementitious finishing materials are to be bonded unless
7 positive measures such as sandblasting, are taken to completely remove the curing
8 compounds prior to the application of such additional materials.
9
10 If field inspection or testing, by the Engineer, indicates that any shotcrete produced, fails to
11 meet the requirements, the Contractor shall immediately modify procedures, equipment, or
12 system, as necessary, and as approved by the Engineer to produce specification material.
13 All substandard shotcrete already placed shall be repaired by the Contractor, to the
14 satisfaction of the Engineer, at no additional cost to the Contracting Agency. Such repairs
15 may include removal and replacement of all affected materials.
16
17 6-18.3(8) Shotcrete Finishing
18 When the shotcrete facing is an interim coating to be covered by a subsequent shotcrete
19 coating or a cast-in-place concrete fascia later under the same contract, the Contractor shall
20 strike off the surface of the shotcrete facing with a roughened surface as specified in Section
21 6-02.3(12). The grooves of the roughened surface shall be either vertical or horizontal.
22
23 When the shocrete facing provides the finished exposed final surface, the shotcrete face KK.
24 shall be finished using the alternative aesthetic treatment shown in the Plans. The
25 alternatives are as follows:
26
27 Alternative A
28 After the surface has taken its initial set (crumbling slightly when cut), the surface shall
29 be broom finished to secure a uniform surface texture.
30
31 Alternative B -
32 Shotcrete shall be applied in a thickness a fraction beyond the alignment wires and
33 forms. The shotcrete shall stiffen to the point where the surface does not pull or crack
34 when screeded with a rod or trowel. Excess material shall be trimmed, sliced, or
35 scraped to true lines and grade. Alignment wires shall be removed and the surface
36 shall receive a steel trowel finish, leaving a smooth uniform texture and color. Once the
37 shotcrete has cured, pigmented sealer shall be applied to the shotcrete face. The
38 shotcrete surface shall be completed to within a tolerance of '/2 inch of true line and
39 grade.
40
41 Alternative C
42 Shotcrete shall be hand-sculptured, colored, and textured to simulate the relief, jointing,
43 and texture of the natural backdrop surrounding the facing. The ends and base of the
44 facing shall transition in appearance as appropriate to more nearly match - -� color and
45 texture of the adjoining roadway fill slopes. This may be achieved by brow.:. tasting fine
46 and coarse aggregates, rocks, and other native materials into the final surface of the
47 shotcrete while it is still wet, allowing sufficient embedment into the shotcrete to become
48 a permanent part of the surface.
49 -4
50 6-18.4 Measurement
51 Shotcrete facing will be measured by the square foot surface area of the completed facing
52 measured to the neat lines of the facing as shown in the Plans.
53
54 6-18.5 Payment
55 Payment will be made in accordance with Section 1-04.1 for each of the following bid items
56 when they are included in the proposal:
57
58 "Shotcrete Facing", per square foot.
59
2005 AMENDMENTS-UPDATE 4-05 84
1 All costs in connection with constructing shotcrete facing as specified shall be included
2 in the unit contract price per square foot for "Shotcrete Facing" including all steel
3 reinforcing bars, premolded joint filler, polyethylene bond breaker strip, joint sealant, pvc
4 pipe for weep holes, exterior surface finish, and pigmented sealer (when specified).
a 5
6 SECTION 7-05, MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS
7 August 2, 2004
8 7-05.5 Payment
9 The sentence following "Catch Basin Type 2_ In. Diam.", per each" is deleted.
10
11 The following is inserted after"Concrete Inlet", per each":
12
13 All costs associated with furnishing and installing gravel backfill for bedding manholes,
14 inlets and catch basins shall be included in the unit contract price for the item installed.
15
16 The following is inserted after"Precast Concrete Drywell", per each.
17
18 "Combination Inlet", per each.
19 All costs associated with furnishing and installing gravel backfill for bedding manholes,
20 inlets, and catch basins shall be in the unit contract price for the item installed.
21
22 SECTION 7-12, VALVES FOR WATER MAINS
23 April 5, 2004
24 7-12.3 Construction Requirements
25 In the third paragraph the reference to Section 7-10 is revised to Section 7-09.
26
27 In the fourth paragraph the reference to Section 7-11 is revised to Section 7-09.
28
29 SECTION 7-14, HYDRANTS
30 April 5, 2004
31 7-14.3(1) Setting Hydrants
32 In the third paragraph the reference to Section 7-11 is revised to Section 7-09.
33
34 7-14.3(6) Hydrant Extensions
35 The reference to Section 7-11 is revised to Section 7-09.
36
37 SECTION 7-15, SERVICE CONNECTIONS
38 April 5, 2004
39 7-15.3 Construction Requirements
40 In the second paragraph the reference to Section 7-10 is revised to Section 7-09.
41
42 SECTION 7-17, SANITARY SEWERS
43 April 5, 2004
44 7-17.3(2)B Exfiltration Test
45 In the third paragraph, "Maximum leakage (in gallons per hour)" = 0.28 x 4H x D x L
46 �6_ 100 .
47 7-17.3(2)C Infiltration Test
48 In the second paragraph, "Maximum leakage (in gallons per hour)" = 0.16 x �H x D x L
49 T2_ 100 .
50
51 7-17.3(2)E Low Pressure Air Test for Sanitary Sewers Constructed of Air-
52 Permeable Materials
53 In the seventh paragraph, the statement "If CT —1, then time = KT" is revised to "If CT < 1,
54 then time = KT."
55
2005 AMENDMENTS-UPDATE 4-05 85
1 In the seventh paragraph, the statement "If CT - 1.75, then time = KT/1.75" is revised to "If CT
2 > 1.75, then time = KT/1.75."
3
4 SECTION 8-01, EROSION CONTROL AND WATER POLLUTION CONTROL
5 August 2, 2004
6 8-01.3(1)B Erosion and Sediment Control (ESC) Lead
7 This section is revised t.. read:
8
9 The Contractor shall identify the ESC Lead at the preconstruction discussions. The
10 ESC Lead shall have, for the life of the contract, a current Certificate of Training in
11 Construction Site Erosion and Sediment Control from a course approved by WSDOT's
12 Statewide Erosion Control Coordinator.
13
14 The ESC Lead shall implement the Temporary Erosion and Sediment Control (TESC)
15 plan. Implementation shall include, but is not limited to:
16
17 1. Installing and maintaining all temporary erosion and sediment control Best
18 Management Practices (BMPs) included in the TESC plan to assure continued
19 performance of their intended function. Damaged or inadequate TESC BMPs
20 shall be corrected immediately.
21
22 2. Inspecting all on-site erosion and sediment control BMPs at least once every
23 five working days and each working day there is a runoff event. Inspections
24 shall occur within 24 hours of the runoff event. A TESC Inspection Report shall
25 be prepared for each inspection and shall be included in the TESC file. A copy
26 of each TESC Inspection Report shall be submitted to the Engineer no later
27 than the end of the next working day following the inspection. The report shall
28 include, but not be limited to:
29
30 a. When, where and how BMPs were installed, maintained, modified,
31 and removed;
32 b. Observations of BMP effectiveness and proper placement;
33 c. Recommendations for improving future BMP performance with
34 upgraded or replacement BMPs when inspections reveal TESC plan
35 inadequacies.
36
37 3. Updating and maintaining a TESC file on site that includes, but is not limited to:
38
39 a. TESC Inspection Reports.
40 b. Temporary Erosion and Sediment Control (TESC) plan narrative.
41 c. National Pollutant Discharge Elimination System construction permit
42 (Notice of Intent).
43 d. Other applicable permits.
44
45 Upon request, the file shall be provided to the Engineer for review.
46
47 SECTION 8-04, CURBS, GUTTERS, AND SPILLWAYS
48 December 6, 2004 --
49 8-04.3(1)A Extruded Cement Concrete Curb
50 The second and third paragraphs are revised to read:
51
52 The pavement shall be dry and cleaned of loose and deleterious material prior to curb
53 placement. Cement concrete curbs shall be anchored to the existing pavement by
54 placing steel tie bars 1 foot on each side of every joint.
55
56 Tie bars shall meet the dimensions shown in the Standard Plans.
57
2005 AMENDMENTS-UPDATE 405 86
1 SECTION 8-07, PRECAST TRAFFIC CURB AND BLOCK TRAFFIC CURB
2 August 2, 2004
3 8-07.1 Description
4 This section is revised to read:
5
6 This work shall consist of furnishing and installing precast traffic curb, block traffic curb,
7 sloped mountable curb, or dual faced sloped mountable curb of the design and type
8 specified in the plans in accordance with these Specifications and in conformity to the
9 Standard Plans and the locations indicated in the plans or as directed by the Engineer.
10
11 8-07.3(1) Installing Curbs
12 This section is supplemented with the following:
13
14 For sloped mountable curb installed in curves, the units shall be either curved blocks
15 precast to the radii shown in the plans or tangent blocks sawn to the dimensions shown
16 in the Standard Plans to conform to the specified radii.
17
18 8-07.3(2) Painting of Curbs
19 The first sentence is revised to read:
20
21 Concrete curbing shall be painted with two full coats of paint conforming to Section 9-
22 34.2, as shown in the Plans or as designated by the Engineer.
23
24 8-07.4 Measurement
25 This section is supplemented with the following:
26
27 Sloped mountable curb will be measured by the linear foot along the front face of the
28 curb. Dual faced sloped mountable curb will be measured by the linear foot of tapered
29 block and nosing block installed. Measurement of both faces shall not be allowed.
30
31 8-07.5 Payment
32 This section is supplemented with the following:
33
34 "Precast Sloped Mountable Curb", per linear foot.
35 "Precast Dual Faced Sloped Mountable Curb", per linear foot.
36
37 SECTION 8-08, RUMBLE STRIPS
38 April 4, 2005
39 8-08.1 Description
40 This section is revised to read:
41
42 This work shall consist of constructing centerline and shoulder rumble strips by grinding
43 hot mix asphalt or cement concrete pavement. The work shall include cleanup and
44 disposal of cuttings and other resultant debris. The Standard Plans show the patterns
45 and construction details for the centerline rumble strip and the four types of shoulder
46 rumble strips.
47
48 8-08.4 Measurement
49 The first sentence is revised to read:
50
51 Centerline and shoulder rumble strips will be measured to the nearest 0.01-mile along
52 the mainline roadway for centerline or each shoulder.
53
54 8-08.5 Payment
55 The second paragraph is revised to read:
56
2005 AMENDMENTS-UPDATE 4-05 87
1 Layout of the rumble strip pattern on the centerline or shoulders for grinding purposes is
2 the responsibility of the Contractor. All costs involved in this work shall be included in the
3 appropriate bid item.
4
5 This section is supplemented with the following:
6
7 "Centerline Rumble Strip", per mile
8
9 SECTION 8-12, CHAIN LINK FENCE AND WIRE FENCE
10 August 2, 2004
11 8-12.3(1)A Posts
12 The seventh paragraph is revised to read:
13
14 Pullposts shall be spaced at 1,000-foot maximum intervals for Type 1, 3, and 6 fence,
15 and at 500-foot maximum intervals for Type 4 fence.
16
17 SECTION 8-14, CEMENT CONCRETE SIDEWALKS
18 April 4, 2005
19 8-14.3(3) Placing and Finishing Concrete
20 The fourth paragraph is revised to read:
21
22 Sidewalk ramps shall be of the type specified in the Plans. The detectable warning
23 pattern shall have the truncated dome shape shown in the Standard Plans and may be
24 installed using a manufactured material before or after the concrete has cured, or by
25 installing masonry or ceramic tiles. Embossing or stamping the wet concrete to achieve
26 the truncated dome pattern or using a mold into which a catalyst hardened material is
27 applied shall not be allowed. Acceptable manufacturers' products are shown on the
28 Qualified Products List.
29
30 When masonry or ceramic tiles are used to create the detectable warning pattern, the
31 Contractor shall block out the detectable warning pattern area to the depth required for
32 installation of the tiles and finish the construction of the concrete ramp. After the
33 concrete has set and the forms have been removed, the Contractor shall install the tiles
34 using standard masonry practices.
35
36 The two-foot wide detectable warning pattern area on the ramp shall be yellow and shall
37 match Federal Standard 595a, color number 33538. When painting the detectable
38 warning pattern is required, paint shall conform to section 9-34.2(1).
39
40 8-14.3(5) Ramp Detectable Warning Retrofit
41 This section is supplemented with the following:
42
43 Where shown in the plans, the Contractor shall retrofit existing cement concrete .
44 sidewalk ramps by installing a detectable warning pattern having the truncated dome
45 shape shown in the Standard Plans. The warning pattern shall be the width of the ramp
46 and cover the bottom two feet of the ramp. The truncated dome pattern shall be
47 perpendicular to the long axis of the ramp.
48
49 The Contractor shall use one of the detectable warning pattern products listed in the
50 Qualified Products List or submit another manufacturer's product for approval by the
51 Engineer. The warning pattern shall be capable of being bonded to an existing cement
52 concrete surface. The surface of the warning pattern, excluding the domes, shall not be
53 more than 3/8 inch above the surface of the concrete after installation.
54 -
55 8-14.4 Measurement
56 This section is supplemented with the following:
57
2005 AMENDMENTS-UPDATE 4-05 88
1 Ramp detectable warning retrofit will be measured by the square foot of truncated dome
2 material installed on the existing ramp.
3
4 8-14.5 Payment
5 The following new bid item is inserted after "Cement Conc. Sidewalk Ramp Type _" per
6 each.
7
8 "Ramp Detectable Warning Retrofit", per square foot.
9
10 SECTION 8-15, RIPRAP
11 April 5, 2004
12 8-15.3(6) Quarry Spalls
13 The second sentence is revised to read:
14
15 After placement, the quarry spalls shall be compacted to be uniformly dense and
16 unyielding.
17
18 8-15.5 Payment
19 In the second paragraph, the first sentence is revised to read:
20
21 The unit contract price per ton or per cubic yard for the class or kind of riprap specified
22 above shall be full pay for furnishing all labor, tools, equipment, and materials required
23 to construct the riprap protection, except for excavation.
24
25 SECTION 8-17, IMPACT ATTENUATOR SYSTEMS
26 April 5, 2004
27 This section is revised to read:
28
29 8-17.1 Description
30 This work shall consist of furnishing, constructing, repairing, and removing permanent
31 and temporary impact attenuator systems selected from the approved list shown in the
_. 32 Plans.
33
34 8-17.2 Materials
35 Sand for inertial barrier systems shall not contain more than 5% water by weight.
36 Commercial grade urea shall be thoroughly mixed with the sand in an amount equal to 5
37 percent, by weight, of the sand.
38
39 Undamaged sand barrel impact attenuators that have been previously utilized may be
40 utilized in a temporary impact attenuator array only, if inspected and approved by the
41 Engineer prior to use.
42
43 8-17.3 Construction Requirements
44 The assembly and installation of all attenuator systems, except those utilizing sand
45 barrels, shall be supervised at all times by either a manufacturer's representative or an
46 installer who has been trained and certified by the manufacturer of the system. If the
47 supervision is provided by a trained installer, a copy of the installer certification shall be
48 provided to the Engineer prior to installation.
49
50 Assembly and installation shall be in accordance with the manufacturer's
51 recommendations. This work shall include the connection to a concrete barrier, bridge
52 abutment or a transition section identified in the Plans, construction of a steel reinforced
53 concrete pad or concrete backup, and anchorage to the pavement, if required by the
54 manufacturer's assembly and installation procedures.
55
56 The Contractor shall have a complete set of replacement parts on the jobsite for each
57 type of temporary impact attenuator in use on the project and shall repair all damaged
58 impact attenuators immediately.
2005 AMENDMENTS-UPDATE 405 89
1 --
2 When the Engineer determines that a temporary impact attenuator is no longer needed,
3 then the Contractor shall remove that attenuator from the project. The removed
4 equipment shall remain the property of the Contractor.
5
6 8-17.4 Measurement
7 Temporary and permanent impact attenuators will be measured per each for each
8 installation.
9
10 Resetting impact attenuators will be measured per each for each installation that is
11 adjusted or reset to a new location on the project. The Contracting Agency will not
12 measure resetting impact attenuators when it is for the benefit of the Contractor's
13 operations.
14
15 8-17.5 Payment
16 Payment will be made in accordance with Section 1-04.1, for the following bid items
17 when they are included in the proposal:
18
19 `Temporary Impact Attenuator", per each.
20 The unit contract price for "Temporary Impact Attenuator" shall be full pay for all "
21 work associated with the installation, maintenance, and the final removal of the
22 temporary impact attenuator.
23
24 "Permanent Impact Attenuator", per each.
25 The unit contract price for "Permanent Impact Attenuator" shall be full pay for all
26 work associated with furnishing, installing and all other costs involved with
27 installing the impact attenuator in accordance with the manufacturer's -
28 recommendations.
29
30 "Resetting Impact Attenuator", per each.
31 The unit contract price for"Resetting Impact Attenuator" shall be full pay for all work
32 associated with the removing, transporting, and resetting an impact attenuator.
33
34 If an impact attenuator is damaged, it will be repaired in accordance with Section 1- _.
35 07.13(4) under the bid item "Reimbursement For Third Party Damage". No
36 payment will be made for repair of impact attenuators damaged by the Contractor's
37 operations.
38
39 SECTION 8-18, MAILBOX SUPPORT
40 August 2, 2004
41 8-18.2 Materials
42 This section is revised to read:
43
44 Materials shall meet the requirements of the following sections:
45
46 Steel Posts 9-32.1
47 Bracket, Platform, and Anti-Twist Plate 9-32.2
48 Type 2 Mailbox Support 9-32.7 -�
49 Timber Sign Posts 9-28.14(1)
50 Fasteners 9-32.5
51 Snow Guard 9-32.6
52 Concrete Base 9-32.8
53 Steel pipe 9-32.9
54 U-Channel Post 9-32.10
55
56 Mailboxes will be furnished by others.
57
58 8-18.3 Construction Requirements
59 This section is supplemented with the following:
2005 AMENDMENTS-UPDATE 405 90
1
2 8-18.3(1) Type 3 Mailbox Support
3 The concrete base shall be constructed using commercial concrete, with the pipe set to
4 the dimensions shown in the Standard Plans. The base shall be crowned so as to shed
5 water. The concrete may be mixed on the jobsite as specified in Section 6-02.3(4)B.
6
7 The U-channel post may be driven in place provided the method of driving does not
8 damage the post.
9
10 With the Engineer's consent, a Type 3 Mailbox Support design, made of steel or other
11 durable material, that meets the NCHRP 350 crash test criteria may be used in place of
12 the design shown in the Standard Plans. In which case, the manufacturer's
13 recommendations concerning installation shall be followed; however, the mailbox itself
14 shall be positioned on the roadway according to the dimensions shown in the Standard
15 Plans.
16
17 SECTION 8-19, REDIRECTIONAL LAND FORM
18 April 5, 2004
19 This section is deleted, and the section title is revised to VACANT.
20
21 SECTION 8-20,ILLUM[NATION, TRAFFIC SIGNAL SYSTEMS, AND ELECTRICAL
22 April 5, 2004
23 8-20.3(5) Conduit
24 The third sentence in the seventeenth paragraph is revised to read:
25
26 Grout shall obtain a minimum of 4000 psi compressive strength at 7 days.
27
28 8-20.3(6) Junction Boxes, Cable Vaults, and Pull boxes
29 This section is supplemented with the following:
30
31 Where conduit and junction boxes are placed in barrier, the Prime Contractor shall
32 coordinate the work of the Contractor constructing the barrier and the electrical
33 Contractor so that each junction box placed in the barrier is placed in correct alignment
34 with respect to the barrier, with the face of the box flush or uniformly chamfered within '/2
35 inch of the barrier surface. If any point on the surface of the junction box placed in
- 36 barrier is recessed more than 1/2 inch from the surface of the barrier, the Contractor
37 shall install a box extension meeting the Engineer's approval and grout around the
38 extension or remove and replace the entire section of barrier.
39
40 8-20.3(9) Bonding, Grounding
41 The first paragraph is revised to read:
42
43 All metallic appurtenances containing electrical conductors (luminaires, light standards,
44 cabinets, metallic conduit, non-metallic conduit, etc.) shall be made mechanically and
45 electrically secure to form a continuous systems which shall be effectively grounded.
46 Where metallic conduit systems are employed, the conduit system constitutes the
47 equipment grounding conductor. Where nonmetallic conduit is installed, the installation
48 shall include an equipment ground conductor, in addition to the conductors noted in the
49 contract. Bonding jumpers and equipment grounding conductors shall be installed in
50 accordance with Section 9-29.3. The equipment ground conductor between the
51 isolation switch and the sign lighter fixtures may be No. 14 AWG stranded copper
52 conductor. Where parallel circuits are enclosed in a common conduit, the equipment
53 grounding conductor shall be sized by the rating of the largest overcurrent device
54 serving any circuit contained within the conduit.
55
56 8-20.3(11) Testing
57 The fourth paragraph is revised to read:
58
2005 AMENDMENTS-UPDATE 4-05 91
1 When the project includes a traffic signal system, the Contractor shall conduct tests ..
2 noted in Section 8-20.3(14)D. The Contractor shall provide the Engineer a minimum of
3 five days advance written notice of the proposed traffic signal turn-on date and time.
4 The traffic signal turn-on procedure shall not begin until all required channelization,
5 pavement markings, illumination, signs, and sign lights are substantially complete and
6 operational unless otherwise allowed by the Engineer. The Contractor shall provide
7 traffic control to stop all traffic from entering the intersection. The Contracting Agency
8 electronics technician will program the controller and enter the timing data, then turn
9 ;the traffic signal system to its flash mode to verify proper flash indications. The
10 Contracting Agency electronics technician will then conduct functional tests to
11 demonstrate that each part of the traffic signal system functions as specified. The
12 'Contractor shall conduct functional tests to demonstrate that each part of the
13 illumination system, or other electrical system, functions as specified. These
14 demonstration shall be conducted in the presence of a Contracting Agency electronic
15 technician, the Contracting Agency electrical inspector, and Regional Traffic Engineer or
16 his/her designee. The Contracting Agency electronics technician will then turn the traffic -a
17 signal to stop-and-go operation for no less than one full cycle. Based on the results of
18 the turn-on, the Engineer will direct the Contracting Agency electronics technician to
19 either turn the traffic signal on to normal stop-and-go operation, to turn the signal to
20 flash mode for a period not to exceed five calendar days, or to turn the signal off and
21 require the Contractor to cover all signal displays and correct all deficiencies.
22
23 SECTION 8-22, PAVEMENT MARKING
24 April 4, 2005
25 8-22.1 Description
26 Transverse Markings
27 This section is revised to read:
28
29 Crosswalk Line
30 A series of SOLID WHITE lines, 24 inches wide and 8 feet long, conforming to
31 details in the Standard Plans.
32
33 Stop Line -
34 A SOLID WHITE line, 18 inches wide unless noted otherwise in the Contract.
35
36 Symbol Markings
37 This section is supplemented with the following:
38
39 Access Parking Space Symbol with Background
40 A WHITE marking with, a BLUE background and WHITE border conforming to
41 details in the Standard Plans that is used to a designate restricted parking stall on
42 cement concrete pavement surfaces.
43
44 Yield Line Symbol
45 A series of WHITE markings conforming to details in the Standard Plans forming a
46 transverse line across a vehicle path and used to designate the point when vehicles
47 shall yield before entering a traffic lane.
48
49 Yield Ahead Symbol
50 A WHITE marking conforming to details in the Standard Plans that is used in
51 advance of a yield line.
52
53 Speed Bump Symbol
54 WHITE marking used to identify a speed bump placed in a traffic lane.
55
56 8-22.3(2) Preparation of Roadway Surfaces
57 This section is revised to read:
58
2005 AMENDMENTS-UPDATE 405 92
11 For the application of paint the pavement surface temperature and ambient temperature
2 shall be 50° F and rising. New and existing HMA pavement shall be dry, clean and free
3 of contaminants such as surface oils. Portland cement concrete pavement shall have a
4 minimum compressive strength of 2500 psi and shall be dry, clean and free of
5 contaminants. Contaminants shall be removed by approved mechanical means.
6
7 For the application of plastic pavement marking material surface temperature and
8 ambient temperature shall be 50° F and rising. New and existing HMA pavement shall
9 be dry, clean, and free of contaminants such as surface oils and existing pavement
10 marking materials. Portland cement concrete pavement shall also be free of
11 contaminants including curing agents. Contaminants shall be removed by approved
12 mechanical means.
13
14 Pavement surfaces shall be prepared for plastic marking application in accordance with
15 the previous paragraph and the pavement marking material manufacturer's
- 16 recommendations. Manufacturers of Type D material also require a pavement cure
17 period prior to application. Typically, Type D material applied on hot mix asphalt
18 pavement requires a pavement cure period of 21 days. Typically, Type D material
19 applied on portland cement concrete pavement requires a pavement cure period of 28
20 days. These cure periods may be reduced if the manufacturer performs a successful
21 bond test.
22
23 Existing pavement marking material shall be removed, measured, and paid for in
24 accordance with the provisions in this section of the Standard Specifications.
25
26 8-22.3(3) Marking Application
- 27 The first paragraph is revised to read:
28
29 Lane line and right edge line shall be white in color. Center line and left edge line shall
30 be yellow in color. All temporary pavement markings shall be retroreflective. Paint and
31 sprayed or extruded plastic material shall be applied with a top dressing of glass
32 breads. Two applications of paint will be required to complete all paint markings. The
33 time period between paint applications will vary depending on the type of pavement and
34 paint (low VOC waterborne, high VOC solvent, or low VOC solvent) as follows:
35
36 Pavement Type Paint Type Time Period
37 Bituminous Surface Treatment Low VOC Waterborne 4 hours min., 48
38 hours max.
39 Hot Mix Asphalt Pavement Low VOC Waterborne 4 hours min., 30
40 days max.
41 Cement Concrete Pavement Low VOC Waterborne 4 hours min., 30
42 days max.
43 Bituminous Surface Treatment High and Low VOC Solvent 40 min. min., 48
44 hrs. max.
45 Hot Mix Asphalt Pavement High and Low VOC Solvent 40 min. min., 30
46 days max.
47 Cement Concrete Pavement High and Low VOC Solvent 40 min. min., 30
48 days max.
49
50 The first sentence of the second paragraph is revised to read:
51
52 Where paint is applied on centerline on two-way roads with bituminous surface
53 treatment or centerline rumble strips, the second paint application shall be applied in the
54 opposite direction as the first application.
55
56 The ninth and tenth paragraphs are revised to read:
57
58 Profiles are defined as that portion of the plastic line that is applied at a greater
59 thickness than the base line thickness. Profiles shall be applied using the extruded
60 method in the same application as the base line. See the Standard Plans for details.
2005 AMENDMENTS-UPDATE 4-05 93
1 4W
2 Embossed plastic lines are defined as a plastic line applied with a transverse groove.
3 Embossed plastic lines may be applied with profiles. See the Standard Plans for details.
4
5 The last paragraph is revised to read:
6
7 When two or more spray applications are required to meet thickness requirements for
8 Type A and Type D materials, top dressing with glass beads is only allowed on the last
9 application. Any loose beads, dirt or other debris shall be swept or blown off the line
10 prior to application of each successive application. Successive applications shall be
11 applied squarely on top of the preceding application.
12
13 8-22.4 Measurement
14 The sixth paragraph is revised to read:
15
16 Diagonal and chevron-shaped lines used to delineate medians, gore areas, and parking
17 stalls are constructed of painted or plastic 4 inch and 8 inch wide lines in the color and
18 pattern shown in the Standard Plans. These lines will be measured as painted or plastic
19 line or wide line by the linear foot of line installed. Crosswalk line will be measured by
20 the square foot of marking installed. "
21
22 The seventh paragraph is revised to read:
23
24 Traffic arrows, traffic letters, access parking space symbols, HOV symbols, railroad
25 crossing symbols, drainage markings, bicycle lane symbols, aerial surveillance full, and
26 1/2 markers, yield line symbols, yield ahead symbols, and speed bump symbols will be
27 measured per each. Type 1 through 6 traffic arrows will be measured as one unit each,
28 regardless of the number of arrow heads.
29
30 The ninth paragraph is revised to read:
31
32 Removal of traffic arrows, traffic letters, access parking space symbol, HOV lane
33 symbol, railroad crossing symbol, bicycle lane symbols, drainage markings, aerial
34 surveillance full and 1/2 markers, yield line symbol, yield ahead symbol, and speed
35 bump symbol will be measured per each. Removal of crosswalk lines will be measured
36 by the square foot of lines removed.
37
38 8-22.5 Payment
39 The following items are deleted:
40
41 "Painted HOV Lane Symbol Type "
42 "Plastic HOV Lane Symbol Type
43
44 This section is supplemented with the following:
45
46 "Painted Access Parking Space Symbol with Background", per each.
47 "Plastic Access Parking Space Symbol with Background", per each.
48 "Painted HOV Lane Symbol", per each.
49 "Plastic HOV Lane Symbol", per each. -
50 "Painted Yield Line Symbol", per each.
51 "Plastic Yield Line Symbol", per each.
52 "Painted Yield Ahead Symbol", per each.
53 "Plastic Yield Ahead Symbol", per each.
54 "Painted Speed Bump Symbol", per each.
55 "Plastic Speed Bump Symbol", per each.
56
2005 AMENDMENTS-UPDATE 4-05 94
1 SECTION 9-01, PORTLAND CEMENT
2 December 6, 2004
3 9-01.2(1) Portland Cement
- 4 This section is revised to read:
5
6 Portland cement shall conform to the requirements for Types I, II, or III cement of the
7 Standard Specifications for Portland Cement, AASHTO M 85 or ASTM C 150, except
8 that the content of alkalis shall not exceed 0.75 percent by weight calculated as Na20
9 plus 0.658 K20and except that the content of Tricalcium aluminate (C3A) shall not
10 exceed 8 percent by weight calculated as 2.650A1203 minus 1.692Fe203. The total
11 amount of processing additions used shall not exceed 1% of the weight of portland
12 cement clinker. The type and amount of processing additions used shall be shown on
13 mill test reports.
14
15 The time of setting shall be determined by the Vicat Test method, AASHTO T 131 or
16 ASTM C 191.
17
18 9-01.2(4) Blended Hydraulic Cement
19 This section is revised to read:
20
21 Blended hydraulic cement shall be either Type IP (MS), Type I (SM) (MS) or Type I (PM)
22 (MS) cement conforming to AASHTO M 240 and meet the following additional
23 requirements:
24
25 1. Type IP(MS) Portland - Pozzolan Cement with moderate sulfate resistance.
26
27 This product shall be limited to Portland Cement and Pozzolan. Pozzolan shall
28 be limited to fly ash or ground granulated blast furnace slag. Fly ash is limited
29 between 15 percent and 35 percent by weight of the cementitious material.
30 Ground granulated blast furnace slag is limited between 15 percent and 25
31 percent by weight of the cementitious material.
32
33 2. Type I(SM) (MS) Slag Modified Portland Cement with moderate sulfate
34 resistance.
35
36 This product shall be limited to Portland Cement and ground granulated blast
37 furnace slag. The addition of ground granulated blast furnace slag shall be
38 limited to a maximum of 25 percent by weight of the cementitious material.
39
40 3. Type I(PM)(MS) Pozzolan — Modified Portland Cement with moderate sulfate
41 resistance.
42
43 The product shall be limited to Portland Cement and pozzolan. The pozzolan
44 shall be limited to fly ash or ground granulated blast furnace slag at a
45 maximum of 15 percent by weight of the cementitious material.
46
47 The source and weight of the fly ash or ground granulated blast furnace slag shall be
48 certified on the cement mill test certificate and shall be reported as a percent by weight
49 of the total cementitious material. The fly ash or ground granulated blast furnace slag
50 constituent content in the finished cement will not vary morethan plus or minus 5
51 percent by weight of the finished cement from the certified value.
52
53 Fly ash shall meet the requirements of Section 9-23.9 of these Standard Specifications.
54
55 Ground granulated blast furnace slag shall meet the requirements of Section 9-23.10 of
56 these Standard Specifications.
57
2005 AMENDMENTS-UPDATE 4-05 95
1 SECTION 9-02, BITUMINOUS MATERIALS
2 August 2, 2004
3 9-02.1(3) Rapid-Curing (RC) Liquid Asphalt
4 The column headings MC-70, MC-250, MC-800, and MC-3000 are revised to RC-70, RC-
5 250, RC-800, and RC-3000 respectively.
6
7 The RC-250 requirement for "Residue of 680°F distillation % volumn by difference" is revised
8 from 67 to 65.
9
10 9-02.1(4)A Performance Grade (PG) Asphalt Cement
11 This section including title is revised to read:
12
13 9-02.1(4)A Performance Graded Asphalt Binder
14
PG58 PG64 PG70 PG76
Performance Grade
-22 -28 734 1 -22 1 -28 1 -34 -22 -28 1 -34 -22 1 -28
Original Binder
Flash point temp,
AASHTO T48 Minimum 230
°C
Viscosity,AASHTO T316
Maximum 3 Pa-s, test 135
temp, 'C
Dynamic shear, AASHTO
T315 G'/sins, minimum 58 64 70 76
1.00 kPa Test temp. @
10 rad/s, °C
Rolling Thin Film Oven Residue (AASHTO T240)
Mass Change, Maximum, 1.00
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
°C
Dynamic shear, AASHTO
T315 G'sins, maximum 22 19 16 25 22 19 28 25 22 31 28
5000 kPa Test temp. @
10 rad/s, °C
Creep stiffness, AASHTO
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,
°C
15
16 All Performance Grade asphalt binders not included in this char' shall be determined by
17 Table 1-Performance Graded Asphalt Binder Specification in AASHTO M320.
18
2005 AMENDMENTS-UPDATE 4-05 96
1 SECTION 9-03, AGGREGATES
2 April 4, 2005
3 9-03.1(4)C Grading
4 The third paragraph is revised to read:
5
6 In individual tests, a variation of four under the minimum percentages or over the
7 maximum percentages will be permitted, provided the average of three consecutive
8 tests is within the specification limits. Coarse aggregate shall contain no piece of greater
9 size than two times the maximum sieve size for the specified grading measured along
10 the line of greatest dimension.
11
12 9-03.8(2) HMA Test Requirements
13 Number 1 is revised to read:
14
15 Vacant.
16
17 The last paragraph of this section is revised to read:
18
19 When material is being produced and stockpiled for use on a specific contract or for a
20 future contract, the fine aggregate angularity, fracture, and sand equivalent
21 requirements shall apply at the time of stockpiling. When material is used from a
22 stockpile that has not been tested as provided above, the specifications for fine
23 aggregate angularity, fracture, and sand equivalents shall apply at the time of its
24 introduction to the cold feed of the mixing plant.
25
26 9-03.12(4) Gravel Backfill for Drains
27 The percent Passing for Sieve size 3/8" square is revised from "10 -40" to "0 -40".
28
29 9-03.12(5) Gravel Backfill for Drywells
30 The percent passing for sieve size 1" square is revised to "50-100".
31
32 9-03.14 Borrow
33 This section is supplemented with the following:
34
35 9-03.14(1) Gravel Borrow
36 Ballast may be substituted for gravel borrow for embankment construction.
37
38 9-03.14(4) Gravel Borrow for Geosynthetic Retaining Wall
39 All backfill material used in the reinforced soil zone of the geosynthetic retaining wall
40 shall conform to requirements of Section 9-03.14(1) and shall be free draining, free from
41 organic or otherwise deleterious material. The material shall be substantially free of
42 shale or other soft, poor durability particles, and shall not contain recycled materials,
43 such as glass, shredded tires, portland cement concrete rubble, or asphaltic concrete
44 rubble. The backfill material shall meet the following requirements:
45
46 Property Test Method Allowable Test Value
47 Los Angeles Wear,
48 500 rev. AASHTO T 96 35 percent max.
49 Degradation WSDOT Test Method 113 15 min.
50 pH AASHTO T 289-91 *'
51
52 "" 4.5 to 9 for permanent walls and 3 to 10 for temporary walls
53
54 Wall backfill material satisfying these gradation, durability and chemical requirements
55 shall be classified as nonaggressive.
56
57 9-03.21(2) Recycled Hot Mix Asphalt
58 The Maximum Bitumen Content (Percent)for Gravel Borrow is revised from "0"to "1.2".
59
2005 AMENDMENTS-UPDATE 405 97
1 SECTION 9-04, JOINT AND CRACK SEALING MATERIALS
2 April 5, 2004
3 9-04.2(2) Two Component Poured Rubber Joint Sealer
4 The section title is revised to read:
5
6 9-04.2(2) Poured Rubber Joint Sealer
7
8 SECTION 9-05, DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS
9 April 5, 2004
10 9-05.4(3) Protective Treatment
11 Treatments 3, 4, and 6 are revised to read:
12
13 This treatment is no longer available.
14
15 9-05.4(4) Asphalt Coatings and Paved Inverts
16 The second paragraph under item 2 is revised to read:
17
18 The paved invert for Treatment 2 shall consist of bituminous material applied in such a
19 manner that c-ie or more smooth pavements will be formed in the invert filling the
20 corrugations for at least 40 percent of the circumference. The pavement shall have a
21 minimum thickness of 1/8 inch above the crest of the corrugations except where the
22 upper edges intercept the corrugation. The pavements shall be applied following the
23 coating with asphalt . Treatment 5 may be substituted for Treatment 2, at the option of
24 the Contractor.
25
26 9-05.10 Steel Storm Sewer Pipe
27 The first sentence is revised to read:
28
29 Steel storm sewer pipe shall conform to the requirements of Section 9-05.4 for steel
30 culvert pipe, except that protective coating shall be Treatment 1 or 5, and be
31 constructer' of either helically corrugated lock seam or helically corrugated continuous
32 welded steel pipe.
33
34 9-05.11 Aluminum Storm Sewer Pipe
35 The first sentence is revised to read: .�
36
37 Aluminum storm sewer pipe shall conform to the requirements of Section 9-05.5 for
38 aluminum culvert pipe, except that the protective coating shall be Treatment 1 or 5, and -
39 the pipe shall be constructed of helically corrugated lock seam aluminum pipe.
40
41 9-05.16 Grate Inlets and Drop Inlets
42 The first and second paragraphs are revised to read:
43
44 Steel in grates, angles, and anchors for grate inlets shall conform to ASTM A 36, except
45 structural tube shall conform to ASTM A 500, Grade B, and structural shapes may
46 conform to ASTM A 992. After fabrication, the steel shall be galvanized in accordance
47 with AASHTO M 111, or galvanized with a hot-sprayed (plasma flame applied) 6 mil
48 minimum thickness plasma coating.
49
50 Steel grating shall be fabricated by weld connections. Welds, welding procedures, and
51 welding materials shall conform with the AWS D1.1/D1 A M, latest edition, Structural
52 Welding Code.
53
2005 AMENDMENTS-UPDATE 405 98
1 SECTION 9-06, STRUCTURAL STEEL AND RELATED MATERIALS
2 January 5, 2004
3 9-06.16 Roadside Sign Structures
4 The third paragraph is revised to read:
5
6 Posts for multiple post sign structures shall conform to either ASTM A 36 or ASTM A
7 992. Posts conforming to either ASTM A 588 or ASTM A 572 Grade 50 may be used as
8 an acceptable alternate to the ASTM A 36 and ASTM A 992 posts. All steel not
9 otherwise specified shall conform to either ASTM A 36 or ASTM A 992.
10
11 9-06.18 Metal Railings
12 The first paragraph is revised to read:
13
14 Metal bridge railing shall conform to the type and material specifications set forth in the
- 15 Plans and Special Provisions. Steel used for metal railings, when galvanized after
16 fabrication in accordance with AASHTO M 111, shall have a controlled silicon content of
17 either 0.00 to 0.04 percent or 0.15 to 0.25 percent. Mill test certificates verifying the
18 silicon content of the steel shall be submitted to both the galvanizer and the Engineer
19 prior to beginning galvanizing operations.
20
21 SECTION 9-07, REINFORCING STEEL
22 April 4, 2005
23 9-07.3 Epoxy Coated Steel Reinforcing Bars
24 This section is revised to read:
25
26 Epoxy coated rebar shall be coated according to AASHTO M 284 with the additional
27 following modifications:
28
29 1. The list of steel reinforcing bars acceptable for coating shall include ASTM A
30 706.
31
32 2. The Contractor shall furnish a written certification that properly identifies the
33 material, the number of each batch of coating material used, quantity
34 represented, date of manufacture, name and address of manufacturer, and a
35 statement that the supplied coating material meets the requirements of
- 36 AASHTO M 284.
37
38 3. Prior to coating the bars, the Contractor shall submit to the Engineer for
39 review, the coating material manufacturer's recommendation on the proper use
40 and application requirements of the coating material. For Pre Approved Epoxy
41 Coating Facilities this information will be available to the Fabrication Inspector
42 upon request.
43
44 4. A certification stating that all bars have been coated in accordance with the
45 coating material manufacturer's recommendations and these Specifications
46 shall be furnished with each shipment. This certification shall include for each
47 bar size the preheat temperatures, cure times, thickness checks, holidays
48 detected, and test results. Two copies of these certifications shall be furnished
49 to the Engineer.
50
51 5. The Contractor shall give advance notice to the Engineer of the coating
52 schedule in the coating plant so that Contracting Agency inspection may be
53 provided. The Engineer may inspect the coated bars at the coating plant for
54 approval.
55
56 6. The patching material, compatible with the coating material and inert in
57 concrete, shall be supplied with each shipment.
58
2005 AMENDMENTS-UPDATE 405 99
1 7. For projects where epoxy coated steel reinforcing bars are used in the top mat
2 of bridge decks only, the maximum amount of damage to the coating shall not
3 exceed 0.25 percent of the surface area of each bar.
4
5 8. The thickness of epoxy coating shall be 10 mils plus or minus 2 mils.
6
7 9. Samples, when required, shall be shipped to the Washington State Department
8 of -Transportation, Materials Laboratory, 1655 South 2nd Ave, Tumwater,
9 Washington 98504.
10
11 9-07.10 Prestressing Reinforcement Strand
12 The fourth paragraph is revised to read:
13
14 For every 5 reels furnished, one sample, not less than 5 feet long, shall be sent to the
15 Engineer for testing. Samples of the furnished reels with Manufacturer's Certificate of
16 Compliance, a mill certificate, and test report may be shipped directly by the
17 manufacturer to the Engineer. An independent inspector, approved by the Contracting
18 Agency, shall be present during sampling and shall provide a written certification to the
19 Engineer.
20
21 9-07.11 Prestressing Reinforcement Bar
22 The sixth paragraph is revised to read:
23 -„
24 For each heat of steel for high-strength steel bar, the Contractor shall submit two
25 samples, each not less than 5 feet long, to the Engineer for testing.
26
27 SECTION 9-08, PAINTS -
28 April 5, 2004
29 9-08.2 Paint Formulas — General
30 The following paint formulas and associate specifications are deleted:
31
32 Formula A-6-86 Zinc Dust Zinc Oxide Primer
33 Formula H-2-83-White Masonry Paint for Precast Curbs -
34 Formula H-3-83 Yellow Masonry Paint for Precast Curbs
35
36 SECTION 9-09, TIMBER AND LUMBER
37 January 5, 2004
38 9-09.2 Grade Requirements
39 Under "Structures", the last sentence is revised to read:
40
41 Timber lagging for soldier pile walls shall be Douglas Fir-Larch, grade No. 2 or better or
42 Hem-Fir No. 1.
43
44 SECTION 9-10, PILING
45 April 5, 2004
46 9-10.5 Steel Piling
47 This section is revised to read:
48
49 The material for steel piling and pile splices shall conform to ASTM A 36 or ASTM A 992,
50 except the material for steel pipe piling and splices shall conform to the requirements of
51 ASTM A 252, Grade 2. Steel soldier piles, and associated steel bars and plates, shall
52 conform to ASTM A 36 or ASTM A 992, except as otherwise noted in the Plans. All steel
53 piling may be accepted by the Engineer based on the Manufacturer's Certification of
54 Compliance.
55
2005 AMENDMENTS-UPDATE 4-05 100
1 SECTION 9-14, EROSION CONTROL AND ROADSIDE PLANTING
2 August 2, 2004
3 9-14.4(1) Straw
4 The first sentence is revised to read:
5
6 All straw material shall be in an air dried condition free of noxious weeds and other
7 materials detrimental to plant life.
a 8
9 9-14.4(8) Compost
10 The fourth paragraph is revised to read:
11
12 Compost production and quality shall comply with the Chapter 173-305 Section 220
13 WAC.
14
15 Under the fifth paragraph, item 1 is revised to read:
16
17 1. Compost material shall be tested in accordance with AASHTO Test Method T87
18 and Section 7 of AASHTO T88.
19
20 Compost Type 1 shall meet the following:
21
22 100% shall pass through a 2" sieve
23 90% to 100% shall pass through a 1" sieve.
24 70% to 100% shall pass through a 3/" sieve.
25 40% to 75% shall pass through a W sieve.
- 26 Maximum particle length of 6 inches.
27
28 Compost Type 2 shall meet the following:
29
30 100% shall pass through a 3" sieve
31 90% to 100% shall pass through a 1" sieve.
32 70% to 100% shall pass through a %" sieve.
33 40% to 60% shall pass through a W sieve.
34 Maximum particle length of 6 inches.
35
36 In the seventh paragraph, the first sentence is revised to read:
37
38 Approval of sources for composted products shall be based on the following submittals
39 by the Contractor:
40
41 This section is supplemented with the following:
42
43 Acceptance will be based upon a satisfactory Test Report from the State Materials Lab
44 indicating that the lot (or lots) of compost meets the specification requirements.
45
46 SECTION 9-15, IRRIGATION SYSTEM
47 January 5, 2004
48 9-15.2 Drip Tubing
49 The second sentence is revised to read:
50
51 Drip tubing shall have a minimum wall thickness of 0.045 inch.
52
53 SECTION 9-16, FENCE AND GUARDRAIL
54 April 4, 2005
55 9-16.1 Chain Link Fence and Gates
56 All sub-sections under Section 9-16.1 are deleted and replaced with the following:
57
2005 AMENDMENTS-UPDATE 405 101
1 9-16.1(1) General
2 All material used in the construction of chain link fence and gates shall be new. Iron or
3 steel material shall be galvanized unless specified otherwise. Material upon which
4 serious abrasions of galvanizing occur shall not be acceptable.
5
6 9-16.1(1)A Post Material for Chain Link Fence
7 Except as noted otherwise, post material shall conform to the requirements of AASHTO
8 M 181, Type I (zinc-coated steel), Grade 1 or 2, and shall be understood to include all
9 round and roll-formed material (brace rails, top rails, line posts, brace posts, end posts,
10 corner posts and pull posts).
11
12 Grade 1 post material shall conform to the weight per linear foot, minimum wall
13 thickness and detail requirements of Standard Plan L-2. Grade 1 post material that
14 exceeds the maximum wall thickness requirement of Standard Plan L-2 may be
15 accepted, provided it does not interfere with the proper construction of the fence.
16
17 Grade 2 post material shall meet the organic exterior coatings requirements of AASHTO
18 M 181 (Section 33) and the additional requirement that the interior coated surface shall
19 be capable of resisting 300 hours of exposure to salt fog with a maximum of 5% red rust
20 when tested in accordance with ASTM B 117.
21
22 Round Post Material
23 Round post material shall be Grade 1 or 2.
24
25 Roll Form Material
26 Roll-formed post material shall be Grade 1. Roll-formed end, corner, and pull
27 posts shall have integral fastening loops to connect to the fabric for the full 4
28 length of each post. Top rails and brace rails shall be open rectangular
29 sections with internal flanges as shown in Standard Plan L-2.
30
31 9-16.1(1)B Chain Link Fence Fabric
32 Chain link fabric shall consist of 11 gage wire for Types 3, 4, and 6 fence, and 9 gage
33 wire for Type 1 fence. The fabric shall be zinc-coated steel wire conforming to AASHTO
34 M 181, Class C.
35
36 The wire shall be woven into approximately 2-inch diamond mesh. The width and top
37 and bottom finish of the fabric shall be as specified in AASHTO M 181.
38 --
39 9-16.1(1)C Tension Wire
40 Tension wire shall meet the requirements of AASHTO M 181. Tension wire galvanizing
41 shall be Class 1.
42
43 9-16.1(1)D Fittings and Hardware
44 Except where indicated, fittings shall be malleable cast iron or pressed steel and shall
45 conform to the requirements of ASTM F626 or AASHTO M232, whichever is applicable.
46 Fittings for any particular fence shall be those furnished by the manufacturer of the
47 fence.
48
49 Tension truss rods shall be 3/8 inch round galvanized rods with drop forged turnbuckles
50 or other approved type of adjustment. Couplings for tubular sections shall be outside
51 sleeve type and shall be at least 6 inches long.
52
53 Eye bolts for attaching tension wire shall be 3/8 inch diameter and of sufficient length to `
54 fasten to the type of post being used.
55
56 Tension bars shall be 3/16 inch by 3/4 inch nominal and cross sectional area shall be
57 0.141 in2 +/- 5%.
58
59 Hog rings shall be 12 gage galvanized steel wire. Tie wire shall be 9 gage galvanized
60 steel wire or 9 gage aluminum wire meeting the requirements of ASTM F626.
2005 AMENDMENTS-UPDATE 405 102
1
2 9-16.1(E) Chain Link Gates
3 Gate frames shall be constructed of not less that 11/2 inch (I.D.) hot-dipped galvanized
4 pipe conforming to AASHTO M 181 Type I, Grade 1 or 2 as specified in Section 9-
5 16.1(1)A. The corners of the gate frame shall be fastened together and reinforced with
6 a malleable iron or pressed steel fitting designed for the purpose, or they may be
7 welded. Welding shall conform to the requirements of Section 6-03.3(25). All welds
8 shall be ground smooth and painted with an A-9-73 or A-11-99 primer meeting the
9 requirements of Section 9-08.2. The paint shall be applied in one or more coats to
10 provide a minimum dry film thickness of 3.5 mils.
11
12 Chain link fence fabric for filling the gate frame shall meet the requirements of Section
13 9-16.1(1)B for the fence type being furnished.
14
15 Cross trussing shall be 5/16 inch steel adjustable rods galvanized in accordance with
16 Section 9-16.1(1)D.
17
18 Each gate shall be furnished complete with necessary hinges, latch, and drop bar
19 locking device designed for the type of gate posts and gate used on the project. Gates
20 shall have positive type latching devices with provisions for padlocking. Hinges, latches,
21 and locking devices shall be galvanized in accordance with Section 9-16.1(1)D.
22
23 Gate frames constructed of steel sections, other than pipe, that are fabricated in such a
24 manner as to form a gate of equal or better rigidity may be used provided they are
25 approved by the Engineer.
26
27 9-16.1(1)F Concrete
28 All concrete for chain link fence shall be as specified in Section 6-02.3(2)B.
29
30 9-16.1(2) Approval
31 Approval of materials for chain link fence shall be by evaluation of independent test
32 results from a certified testing laboratory or by QPL. Independent test results for
33 evaluation shall be submitted to the State Materials Engineer in Tumwater WA.
34
35 9-16.2 Wire Fence and Gates
36 All sub-sections under Section 9-16.2 are deleted and replaced with the following:
37
38 9-16.2(1) General
39 All materials used in the construction of the wire fence shall be new. All iron or steel
40 material shall be galvanized. Material upon which serious abrasions of galvanizing
41 occur will not be acceptable.
42
43 9-16.2(1)A Steel Post Material
44 0 Round Post Material
45 Round post material shall conform to AASHTO M 181, Type I, Grade 1.
46
47 0 Angle Post Material (Channel, T, U, Y, or Other Approved Style)
48 All angle post material shall be hot-dipped galvanized in accordance with the
49 requirements of AASHTO M 111 grade 75. Galvanizing shall be 1.7 oz/ftz of
50 surface area. Angle post used for end, corner, gate and pull post and brace shall
51 have a minimum weight of 3.1 lb/ft.
52
53 Posts shall be not less than 7 feet in length. A tolerance of -5% on the weight of
54 individual posts, braces or anchor plates will be permitted. One type of line post shall
55 be used throughout the project. Line posts shall be studded, slotted, or properly
56 adapted for attaching either wire or mesh in a manner that will not damage the
57 galvanizing of posts, wire or mesh during the fastening. Line posts shall have a
58 minimum weight of 1.33 lbs/ft and shall be provided with a tapered galvanized steel
59 anchor plate. The anchor plate shall be securely attached and have a surface area of
60 20 +/-2 in2, a minimum weight of 0.67 pounds and 1.7 oz/ftz galvanizing.
2005 AMENDMENTS-UPDATE 4-05 103
2 9-16.2(1)B Wood Fence Posts and Braces
3 Douglas fir, Western red cedar, hemlock, or larch shall be used in the construction of
4 wood fence posts and braces. The material shall be of good quality and approved by
5 the Engineer before use. Peeler cores shall not be used for round posts. Wood fencing
6 materials shall have sufficient sapwood in the outer periphery to obtain the specified
7 penetration of preservative. Western red cedar will not require preservative treatment.
8 Fencing materials shall be cut to the correct length before pressure treatment.
9
10 Line posts shall be 3 inch minimum diameter round posts or nominal 3 inch by 3 inch
11 square sawed posts. If the posts are to be pointed for driving, they shall be pointed
12 before treatment. Line posts shall be at least 7 feet in length. ...
13
14 Pull posts and brace posts shall be 6 inch diameter round posts or nominal 6 inch by 6
15 inch material not less than 7 feet in length.
16
17 End, gate, and corner posts, and posts at an intersectng fence shall be 6 inch diameter
18 round posts or nominal 6 inch by 6 inch material not less than 7 feet 10 inches in length.
19
20 All sawed posts and timbers shall meet the requirements in the table under Section 9-
21 09.2.
22
23 The preservatives used to pressure treat wood fencing materials shall meet the -
24 requirements of Section 9-09.3.
25
26 The retention and penetration of the preservative shall be as follows:
27 -
Minimum Retention in Pounds Per Cubic Foot
Preservative Sawed Posts Round Posts
Creosote 10.00 8.00
Pentachloro henol 0.50 0.40
ACA 0.40 0.40
ACZA 0.40 0.40
CCA 0.40 0.40
28
29 Minimum Penetration
30
31 for material 5" or less - 0.40 inches penetration and 90% of sapwood
32 for material 5" or greater- 0.50 inches penetration and 90% of sapwood
33
34 9-16.2(1)C Brace Wire .-.
35 Brace wire shall be 9 gage wire galvanized to meet the requirements of AASHTO M
36 279, Type Z, Class 1.
37
38 9-16.2(1)D Staples and Wire Clamps
39 The staples used to attach the wire fencing to wood posts shall be 9 gage wire, 1 1/2
40 inches long, galvanized to meet the requirements of AASHTO M 279, Type Z, Class 1.
41
42 The wire clamps used to attach the wire fencing to steel posts shall be 11 gage wire,
43 galvanized to meet the requirements of AASHTO M 279, Type Z, Class 1.
44
45 9-16.2(1)E Barbed Wire -
46 Barbed wire shall conform to the requirements of AASHTO M 280, Type Z and shall
47 consist of two strands of 12 1/2 gage wire, twisted with four point 14 gage barbs with
48 barbs spaced 5 inches apart (Design 12-4-5-14R). Galvanizing shall be Class 3.
49
2005 AMENDMENTS-UPDATE 4-05 104
1 9-16.2(1)F Wire Mesh
2 Wire mesh shall conform to the requirements of AASHTO M 279, Type Z and shall
3 consist of eight horizontal wires with vertical stays spaced 6 inches apart. The top and
4 bottom wires shall be 10 gage, and the intermediate wires and vertical stays shall be 12
5 1/2 gage. The mesh shall have a total width of 32 inches (Design 832-6-12 1/2).
6 Galvanizing shall be Class 3.
7
8 The zinc coated wire as represented by the test specimens shall be capable of being
9 wrapped in a close helix at a rate not exceeding 15 turns/minute around a cylindrical
10 steel mandrel having a diameter the same as the specimen being tested, without
11 cracking or flaking the zinc coating to such an extent that any zinc can be removed by
12 rubbing with the bare fingers.
13
14 9-16.2(1)G Vertical Cinch Stays
15 Vertical cinch stays shall be 10 gage galvanized wire meeting the requirements of
16 AASHTO M 279, Type Z, Class 1.
17
18 9-16.2(1)H Miscellaneous Hardware
19 Bolts, nuts, hinges, latches and other miscellaneous hardware shall be galvanized in
20 accordance with AASHTO M 232.
21
22 9-16.2(1)1 Wire Gates
23 Gate frames shall be constructed of galvanized pipe with a nominal diameter of not less
24 than 1 inch. The pipe shall conform to the requirements of AASHTO M 181 Type I,
25 Grade 1. Wire gates shall be not less than 48 inches in height and shall be designed to
26 fit openings of the width called for in the Plans or as indicated by the bid items. Each
27 gate shall be provided with two upright braces of the same material as the frame,
28 spaced at 1/3 points in the gate. All gates shall be provided with adjustable 5/16 inch
29 diameter galvanized diagonal truss rods from corner to corner. Galvanizing shall be in
30 accordance with Section 9-16.2(1)H.
- 31
32 The gate frame shall be provided with wire mesh conforming to the requirements
33 specified in Section 9-16.2(1)F, except that it shall consist of 10 horizontal wires and
34 have a total width of 47 inches.
r 35
36 Each gate shall be furnished complete with necessary galvanized hinges and latch
37 designed for use with the type of gate posts used on the project. The hinges shall be so
38 designed as to be securely attached to the gate post and to enable the gate to be swing
39 back against the fence. Double gates shall be hinged in the same manner as single
40 gates and shall be provided with an approved galvanized drop bar locking device.
41 Galvanizing for hinges, latches, and locking devices shall be in accordance with Section
42 9-16.2(1)H.
43
44 9-16.2(1)) Concrete
45 All concrete for wire fence shall be as specified in Section 6-02.3(2)B.
46
47 9-16.2(2) Approval
48 Approval of materials for wire fence shall be by evaluation of independent test results
49 from a certified testing laboratory or by QPL. Independent test results for evaluation
50 shall be submitted to the State Materials Engineer in Tumwater WA.
51
52 9-16.3(1) Rail Element
53 The third paragraph is revised to read:
54
55 The 6-inch channel rails and splice plates shall conform to ASTM A 36, except that the
56 channel rails may conform to ASTM A 992. All fabrication shall be complete before
57 galvanizing.
58
59 9-16.3(2) Posts and Blocks
60 The first sentence of the first paragraph is revised to read:
2005 AMENDMENTS-UPDATE 405 105
2 Posts and blocks may be of creosote treated timber, pentachlorophenol treated timber,
3 waterborne chromated copper arsenate (CCA), ammoniacal copper arsenate (ACA), or
4 ammoniacal copper zinc arsenate (ACZA), treated timber or galvanized steel; except
5 only treated timber posts and blocks may be used for weathering steel beam guardrail. �.rt
6
7 In the second paragraph, the treatment for Pentachlorophenol is revised from 060 lbs. pcf to
8 0.60 lbs. pcf.
9
10 The fourth paragraph is revised to read:
11
12 Steel posts, blocks, and base plates, where used, shall conform to either ASTM A 36 or
13 ASTM A 992, and shall be galvanized in accordance with AASHTO M 111. Welding
14 shall conform to Section 6-03.3(25). All fabrication shall be completed prior to
15 galvanizing.
16
17 9-16.3(4) Hardware
18 This section is revised to read:
19
20 Bolts, unless otherwise specified, shall comply with ASTM A 307 Grade A specifications.
21 High strength bolts shall conform to the requirements of AASHTO M 164. Nuts, unless
22 otherwise specified, shall comply with ASTM A 563 Grade A specifications. Washers,
23 unless otherwise specified, shall meet ASTM F 844 specifications. The Contractor shall
24 submit a manufacturer's certificate of compliance for high strength bolts, nuts, and
25 washers prior to installing any of the hardware. A307 Bolts will be accepted by field
26 verification and documentation that bolt heads are stamped 307A.
27
28 9-16.3(5) Anchors
29 The sixth paragraph is revised to read:
30
31 The anchor plate, W200 x 27 and metal plates shall be fabricated of steel conforming to
32 the specifications of ASTM A 36, except that the W200 x 27 may conform to ASTM A
33 992.
34
35 SECTION 9-17, FLEXIBLE GUIDE POSTS
36 January 5, 2004
37 9-17.3 Field Tests
38 In the last paragraph, the last sentence is revised to read:
39
40 At least 70 percent of the guide posts must pass each criteria in the 55 miles per hour
41 series of impacts to be acceptable
42
43 SECTION 9-23, CONCRETE CURING MATERIALS AND ADMIXTURES
44 April 4, 2005
45 This section is supplemented with the following new sub-sections:
46
47 9-23.10 Ground Granulated Blast Furnace Slag
48 Ground granulated blast furnace slag shall meet the requirements of AASHTO M 302,
49 Grade 100 or Grade 120. The grade of the ground granulated blast furnace slag, the
50 source, and type of manufacturing facility shall be certified on the cement mill test
51 certificate.
52
53 9-23.11 Microsilica Fume
54 Microsilica Fume shall conform to the requirements of AASHTO M 307. The optional
55 physical requirement for Reactivity with Cement Alkalies set forth in Table 3 will be
56 required when Microsilica Fume is being used as an ASR mitigation measure.
57
2005 AMENDMENTS-UPDATE 405 106
1 SECTION 9-28, SIGNING MATERIALS AND FABRICATION
2 August 2, 2004
3 9-28.1 General
4 The third sentence in the first paragraph is deleted.
5
6 9-28.8 Sheet Aluminum Signs
7 The sheet thickness chart is revised to read:
8
9 Maximum Horizontal Dimension Sheet Aluminum Thickness
10 Overlay panels 0.050 inch
- 11 Up to 20 inches 0.063 inch
12 20 inches to 36 inches, inclusive 0.080 inch
13 Over 36 inches (Permanent Signs) 0.125 inch
14
w 15 The fourth paragraph is revised to read:
16
17 Before placing aluminum in contact with untreated steel, the steel surfaces shall be
18 protected by proper cleaning and painting with one coat of Zinc Primer A-9-73 or A-11-
19 99 and two coats of aluminum paint D-1-57.
20
21 9-28.10 Plywood Signs
22 This section is deleted.
23
24 9-28.11 Hardware
25 The entry for hardware item "Angle and "Z" Bar' in the table in this section is revised to read:
26
27 Angle and "Z" Bar ASTM B 221 6061-T6 Aluminum
28 ASTM A 36 or ASTM A 992 Steel
29
30 9-28.14(2) Steel Structures and Posts
31 This section is revised to read:
32
g 33 Truss chords, struts, and diagonals, end posts, and end post struts and diagonals for
34 sign bridge structures and cantilever sign structures shall conform to either ASTM A 36
35 or ASTM A 53 Grade B Type E or S. The nominal pipe diameter and the pipe wall
36 thickness shall be as shown in the Plans or Standard Plans. All other structural steel for
37 sign bridge structures and cantilever sign structures shall conform to either ASTM A 36
38 or ASTM A 992. Truss member connection hardware shall conform to Section 9-
39 06.5(3).
40
41 Pipe members for bridge mounted sign brackets shall conform to ASTM A 53 Grade B
42 Type E or S, and shall be Schedule 40 unless otherwise specified. All other structural
43 steel for bridge mounted sign brackets shall conform to either ASTM A 36 or ASTM A
44 992. U bolts, and associated nuts and washers, shall be stainless steel conforming to
45 Section 9-28.11, and shall be fabricated hot.
46
47 Anchor rods for sign bridge and cantilever sign structure foundations shall conform to
48 ASTM F 1554 Grade 105, including Supplemental Requirements S2, S3, and S5. Nuts
49 and washers for sign bridge and cantilever sign structure foundations shall conform to
50 AASHTO M 291 Grade DH and AASHTO M 293, respectively.
51
52 Steel sign structures and posts shall be galvanized after fabrication in accordance with
53 AASHTO M 111, unless noted otherwise in the Plans. All bolts, nuts, and washers shall
54 be galvanized after fabrication in accordance with AASHTO M 232. Unless otherwise
55 specified in the Plans or Special Provisions, metal surfaces shall not be painted.
56
57 Except as otherwise noted, steel used for sign structures and posts shall have a
58 controlled silicon content of either 0.00 to 0.04 percent or 0.15 to 0.25 percent. If the
59 Plans or Special Provisions specify painting of the galvanized steel surfaces, then the
2005 AMENDMENTS-UPDATE 405 107
1 controlled silicon content requirement does not apply for those steel members. Mill test
2 certificates verifying the silicon content of the steel shall be submitted to both the
3 galvanizer and the Engineer prior to beginning galvanizing operations.
4
5 Minor fabricating and modifications necessary for galvanizing will be allowed if not
6 detrimental to the end product as determined by the Engineer. If such modifications are
7 contemplated, the Contractor shall submit to the Engineer, for approval, six copies of
8 the proposed modifications, prior to fabrication.
9 .�.
10 SECTION 9-29, ILLUMINATION, SIGNALS, ELECTRICAL
11 April 4, 2005
12 9-29.3 Conductors, Cable
13 Under the second paragraph, item 5 is revised to read:
14
15 5. Pole and bracket cable shall be a two-conductor cable rated for 600 volts. The �.
16 individual conductors shall be one red and one black 19-strand No. 10 AWG
17 copper, assembled parallel. The conductor insulation shall be 45-mil polyvinyl
18 chloride or a 600 volt rated cross-linked polyethylene. The Jacketing shall be
19 polyethylene or polyvinyl chloride not less than 45-mils thick. If luminaires with -
20 remote ballasts are specified in the contract, this same cable shall be used
21 between luminaire and ballast for both timber and ornamental pole construction. If
22 the luminaire requires fixture wire temperatures greater than 75°C, the outer jacket .
23 shall be stripped for that portion of the cable inside the luminaire. The single
24 conductors shall then be sheathed with braided fiberglass sleeving of the
25 temperature rating recommended by the luminaire manufacturer.
26
27 9-29.6 Light and Signal Standards
28 The first paragraph is supplemented with the following:
29
30 Fabrication of light and signal standards shall conform to the applicable requirements of
31 Section 6-03.3(14).
32
33 9-29.6(1) Light and Signal Standards
34 This section including title is revised to read:
35
36 9-29.6(1) Steel Light and Signal Standards
37 Steel plates and shapes for light and signal standards shall conform to ASTM A 36,
38 except that structural shapes may conform to ASTM A 992. Shafts for light and signal
39 standards, except Type PPB signal standards, shall conform to ASTM A 572 Grade 50.
40 Shafts and caps for Type PPB signal standards, slipfitters for type PS I, FB, and RM
41 signal standards, and all pipes shall conform to ASTM A 53 Grade B. Base plates for
42 light standards shall conform to ASTM A 572, Grade 50, except as otherwise noted in
43 the Standard plans for fixed base light standards. Base plates for signal standards shall
44 conform to ASTM A 36. Connecting bolts shall conform to AASHTO M 164. Fasteners .
45 for handhole covers, bands on lighting brackets, and connector attachment brackets
46 shall conform to ASTM F 593.
47
48 Light and signal standards shall be hot-dipped galvanized in accordance with AASHTO
49 M 111 and AASHTO M 232.
50
51 Steel used for light and signal standards shall have a controlled silicon content of either
52 0.00 to 0.04 percent or 0.15 to 0.25 percent. Mill test certificates verifying the silicon
53 content of the steel shall be submitted to both the galvanizer and the Engineer prior to
54 beginning galvanizing operations.
55
56 9-29.6(2) Slip Base Hardware
57 This section is revised to read:
58
2005 AMENDMENTS-UPDATE 4-05 108
1 Slip plates and anchor plates for light standards and for Type FB and RM signal
2 standards shall conform to the requirements of ASTM A 572 Grade 50. The keeper
3 plate shall be 28 gage, conforming to ASTM A 653 coating designation G 90. Clamping
4 bolts for slip base assemblies and slip base adapters shall conform to AASHTO M 164.
5 Studs and bolts for slip base adapters shall conform to AASHTO M 164. Nuts shall
6 conform to AASHTO M 291 Grade DH. Hardened washers shall conform to AASHTO M
7 293. Plate washers shall conform to ASTM A 36.
8
9 ;Galvanized bolts shall meet standard specification 9-06.5(4).
10
11 9-29.10 Luminaires
12 Under the first paragraph, the third sentence in item D is revised to read:
13
14 All internal luminaire assemblies shall be assembled on or fabricated from either
15 stainless steel or galvanized steel.
16
17 9-29.13 Traffic Signal Controllers
18 This section is supplemented with the following:
19
- 20 All Traffic Signal Control Equipment Shall be Tested As Follows.
21
22 The supplier shall:
23
24 1. Seven days prior to shipping, arrange appointment for controller cabinet
25 assembly, and testing at the WSDOT Materials Laboratory or the facility
26 designated in the Special Provisions.
27
28 2. Assembly shall be defined as but not limited to tightening all screws, nuts
29 and bolts, verifying that all wiring is clear of moving parts and properly
30 secured, installing all pluggables, connecting all cables, Verify that all
- 31 contract required documents are present, proper documentation is
32 provided, and all equipment required by the contract is installed.
33
34 3. The assembly shall be done at the designated WSDOT facility in the
35 presence of WSDOT personnel.
36
37 4. The supplier shall demonstrate that all of the functions required by this
38 specification and the contract Plans and Special Provisions perform as
39 intended. Demonstration shall include but not be limited to energizing the
40 cabinet and verifying that all 8 phases, 4 pedestrian movements, 4
41 overlaps (as required by the Contract Provisions) operate per Washington
42 State Standard Specifications Section 9-29.13. The supplier shall place
43 the controller in minimum recall with interval timing set at convenient value
44 for testing purposes. Upon a satisfactory demonstration the controller
45 assembly will then be accepted by WSDOT for testing.
46
47 5. If the assembly, and acceptance for testing is not complete within 5
48 working days of delivery, the Project Engineer may authorize the return of
49 the assembly to the supplier, with collect freight charges to the supplier.
50
51 6. The Contractor will be notified when the testing is complete, and where
52 the assembly is to be picked-up for delivery to the project.
53
54 7. The supplier has 5 working days to repair or replace any components that
55 fail during the testing process at no cost to the Contracting Agency. A
56 failure shall be defined as a component that no longer functions as
57 intended under the conditions required or does not meet the requirements
58 of the Contract Specifications and is at the soul discretion of WSDOT.
59
2005 AMENDMENTS-UPDATE 4-05 109
1 8. Any part or component of the controller assembly, including the cabinet
2 that is rejected shall not be submitted for use by WSDOT or any City or
3 County in the State of Washington.
4
5 9-29.13(6) Radio Interference. Suppressers .
6 In the first paragraph, the second sentence is revised to read:
7
8 Interference suppressers shall be of a design which will minimize interference in both
9 broadcast and aircraft frequencies, and shall provide a minimum attenuation of 50
10 decibels over a frequency range of 200 kilohertz to 75 megahertz when used in
11 connection with normal installations
12
13 9-29.13(7) Traffic-Actuated Controllers
14 In the first paragraph, item 3 is revised to read:
15
16 3. A minimum of four overlaps.
17
18 9-29.13(7)B Auxiliary Equipment for NEMA Controllers
19 Under the first paragraph, item 2 is supplemented with the following: .-
20
21 The controller cabinet shall have all cabinet wiring installed for eight vehicle phases,
22 four pedestrian phases, four emergency pre-empts, four overlaps (OLA, B, C, D).
23 w
24 Under the first paragraph, item 7 is revised to read:
25
26 7. A "Display Panel" when noted in the contract. The display panel shall depict a
27 generic eight-phase operation. The panel shall be mounted on the inside of the
28 front cabinet door and the mounting shall be of a design that allows positioning of
29 the panel in four orientations 90 degrees from each other. The mounting shall be
30 removable without use of any tools. Incandescent red, yellow, green, walk and don't
31 walk indicator lights shall be provided for each phase. The indicator lights shall be
32 connected to the associated field terminals. The connecting cable shall be long
33 enough to allow for any mounting orientation. No diodes will be allowed in the
34 display panel. A means of disconnecting all wiring entering the panel shall be
35 provided. Switches shall be provided on the panel with labels and functions as
36 follows:
37
38 a. Display On — Signal indicator lamps will display the operation of the
39 intersection.
40
41 b. Test—All indicator lamps shall be energized.
42
43 c. Display Off—all signal indicator lamps shall be de-energized.
44
45 A "Detector Panel", as specified in Standard Specification Section 9-29.12(7)D, �»
46 shall be installed. The panel shall be mounted on the inside of the front cabinet
47 door. The detector panel shall be constructed as a single unit. Detector switches
48 with separate operate, test, and off positions shall be provided for each field
49 detector input circuit. A high intensity light emitting diode (LED) shall be provided
50 for each switch. The lamp shall energize upon vehicle, pedestrian or test switch
51 actuation. The test switch shall provide a spring loaded momentary contact that will
52 place a call into the controller. When in the OFF position, respective detector
53 circuits will be disconnected. In the operate position, each respective detector
54 circuit shall operate normally. Switches shall be provided on the panel with labels
55 and functions as follows:
56
57 a. Display On — Detector indicator lights shall operate consistent with their
58 respective switches.
59
60 b. Display Off—detector indicator lights shall be de-energized.
2005 AMENDMENTS-UPDATE 4-05 110
1
2 A means of disconnecting all wiring entering the panel shall be provided. The
3 disconnect shall include a means to jumper detection calls when the display panel
4 is disconnected. All switches on the panel shall be marked with its associated plan
- 5 detector number. All markers shall be permanent.
6
7 9-29.13(7)D NEMA Controller Cabinets
8 This section is revised to read:
9
10 Each traffic-actuated NEMA controller shall be housed in a weatherproof cabinet
11 conforming to the following requirements:
12
- 13 1. Construction shall be of 0.073-inch minimum thickness series 300 stainless
14 steel or 0.125 minimum thickness 5052 H32 ASTM B209 alloy aluminum. The
15 stainless steel shall be annealed or one-quarter-hardness complying with
p 16 ASTM A666 stainless steel sheet. Cabinets may be finished inside with an
17 approved finish coat of exterior white enamel. If no other coating is specified
18 in the Contract Provisions the exterior of all cabinets shall be bare metal. All
19 controller cabinets shall be furnished with front and rear doors.
20
21 2. The cabinet shall contain shelving, brackets, racks, etc., to support the
22 controller and auxiliary equipment. All equipment shall set squarely on shelves
u 23 or be mounted in racks and shall be removable without turning, tilting, or
24 rotating or relocating one device to remove another. A 24 slot rack or racks
25 shall be installed. The rack(s) shall be wired for 2 channel loop detectors and
26 as follows. Slots 1 & 2 phase 1 loop detectors. Slots 3, 4, & 5 phase 2 loop
27 detectors. Slots 6 & 7 phase 3 loop detectors. Slots 8, 9, & 10 phase 4 loop
28 detectors. Slots 11 & 12 phase 5 loop deterctors. Slots 13, 14, & 15 phase 6
29 loop detectors. Slots 16 & 17 phase 7 loop detectors. Slots 18, 19 & 20 phase
30 8 loop detectors. Slot 21 upper phase 1 loop detector. Slot 21 lower phase 5
31 detector. Slot 22 wired for a 2 channel discriminator channels A, C. Slot 23
32 wired for a 2 channel discriminator, channels B, D. Slot 24 wired for a 4
33 channel discriminator, wired for channel A, B, C, D. All loop detector slots shall
34 be wired for presence/ pulse detection/ extension. If an external power supply
35 is required in order for the entire racks(s) to be powered it shall be installed.
36 All rack(s) slots shall be labeled with engraved identification strips.
37
38 3. Additional detection utilizing the "D" connector shall be installed in accordance
39 with the contract. The cabinet shall be of adequate size to properly house the
40 controller and all required appurtenances and auxiliary equipment in an upright
41 position with a clearance of at least 3 inches from the vent fan and filter to
- 42 allow for proper air flow. In no case shall more than 70 percent of the cabinet
43 volume be used. There shall be at least a 2-inch clearance between shelf
44 mounted equipment and the cabinet wall or equipment mounted on the cabinet
45 wall.
46
47 4. The cabinet shall have an air intake vent on the lower half of the front door,
48 with a 12 inch by 16 inch by 1 inch removable throw away filter, secured in
49 place with a spring-loaded framework.
50
51 5. The cabinet door(s) shall be provided with:
52
53 a. Spring loaded construction core locks capable of accepting a Best
54 type CX series six segment (core installed by others) shall be
55 installed in each door with the exception of the police panel door.
56 Cabinet doors shall each have a three point latch system.
57
58 b. A police panel assembly shall be installed in the front door and shall
59 have a stainless steel hinge pin and a police panel lock. Two police
2005 AMENDMENTS-UPDATE 4-05 111
1 keys with shafts a minimum of 1 3/4 inches long shall be provided
2 with each cabinet.
3
4 c. All doors and police panel door shall have one piece closed cell,
5 neoprene gaskets. -�
6
7 d. A two position doorstop assembly. Front and rear interior light control
8 switches.
9
10 9-29.13(7)E Type 170E, 170E-HC-11, 2070, 2070 Lite, ATC Controller Cabinets
11 This section is revised to read:
12
13 The above controllers shall be housed in a Models 332, Double 332, 336, 336S, 303
14 ITS/ATC cabinets, or as specified in the contract. Each door shall be furnished with a
15 construction core lock conforming to Standard Specifications 9-29.13 (7)D 5a, b and c
16 above. A police panel with door, stainless steel hinge pin and lock shall be provided.
17 Two police keys with shafts a minimum of 1 3/4" long shall be provided with each
18 cabinet. Each of these cabinets shall be furnished with auxiliary equipment described in
19 Standard Specification 9-29.13(7)C. Type 334 cabinets for traffic data station controller
20 furnished shall meet current Caltrans 170E specifications, as stated in Standard
21 Specification 9-29.13(7) and as follows. Camera control and DMS local control cabinets
22 shall contain the equipment shown in the Plans. The cabinet shall have the same
23 external physical dimensions and appearance of Model 334 cabinets.
24
25 1. The cabinet shall be fabricated of stainless steel or sheet aluminum in
26 accordance with Section 9-29.13(7)D, Item number 1. Painted steel, painted or
27 anodized aluminum is not allowed.
28
29 2. Cabinet doors shall have a three-point latch and two-position stop assembly
30 with spring loaded construction core lock capable of accepting a Best lock
31 company type, with 6-pin CX series core. The Contractor shall supply
32 construction cores. Upon contract completion, the Contractor shall deliver two
33 master keys to the Engineer.
34
35 3. Field wire terminals shall be labeled in accordance with the Field Wiring Chart.
36
37 4. A shatterproof fluorescent interior cabinet lights with self-starting ballast shall
38 be furnished, one fixture mounted on the rear rack near the top and the second
39 mounted at the top of the front rack. Door switches shall automatically turn on
40 both lights when either door is opened.
41
42 5. One controller unit shelf, which attaches to the front rails of the EIA rack, shall
43 be provided in lieu of the two controller unit support angles. The shelf shall be
44 fabricated from aluminum and shall be installed such that it does not interfere
45 with access to any terminal block. The shelf shall contain a rollout flip-top -
46 drawer for storage of wiring diagrams and manuals.
47
48 A disposable paper filter element of at least 180 square inches shall be provided in lieu
49 of a metal filter. �.
50
51 All traffic data and ramp meter cabinets shall include the following accessories:
52
53 1. Each cabinet shall be equipped with a fully operable controller equipped as
54 specified in the Contract Provisions.
55
56 2. Two input files, except on Type 303 and 336 cabinet shall be supplied, each
57 using 133 millimeters of rack height.
58
59 3. Power Distribution Assembly shall be PDA#3 as detailed in the January 1989
60 Caltrans 170 specification, with all current amendments.
2005 AMENDMENTS-UPDATE 4-05 112
1
2 The PDA#3 shall contain three Model 200 Load Switches.
3
4 A transient voltage protection device shall be provided, which plugs into the
5 controller unit receptacle and in turn accepts the controller plug and meets the
6 electrical requirements of Section 9-29.13(7)B(3) item e.
7
8 A second transfer relay, Model 430, shall be mounted on the rear of the PDA
9 #3 and wired as shown in the Plans.
10
11 4. Police Panel shall contain only one DPDT toggle switch. The switch shall be
M 12 labeled POLICE CONTROL, ON-OFF.
13
14 5. Display Panel
15
4 16 A. General
17 Each cabinet shall be furnished with a display panel. The panel shall be
18 mounted, showing and providing detection for inputs and specified
19 controller outputs, at the top of the front rack above the controller unit.
20 The display panel shall be fabricated from brushed aluminum and
21 constructed according to the detail in the Plans.
22
23 B. Text
24 All text on the display panel shall be black in color and silk screened
25 directly to the panel except the Phenolic detector and cabinet nameplates.
26 A nameplate for each loop shall be engraved with a 1/4 inch nominal text
27 according to the ITS Field Wiring Charts. The nameplates shall be
28 permanently affixed to the display panel.
29
30 C. LEDs
31 The LEDs for the display panel shall meet the following specifications:
32
33 Case size T 1-3/4
34 Viewing angle 500 minimum
35 Brightness 8 Milli candelas
36
37 LEDs with RED, YELLOW or GREEN as part of their labels shall be red,
38 yellow or green in color. All other LEDs shall be red. All LEDs shall have
39 tinted diffused lenses.
40
41 D. Detector Display Control Switch
42 Each display panel shall be equipped with one detector display control
43 switch on the panel with labels and functions as follows:
44
45 ON
46 Detector display LEDs shall operate consistent with their separate
47 switches.
48
49 OFF
50 All detector indicator LEDs shall be de-energized. Detector calls shall
51 continue to reach the controller.
52
53 TEST
54 All detector indicator LEDs shall illuminate and no calls shall be
55 placed to the controller.
56
57 E. Advance Warning Sign Control Switch
58 Each display panel shall be equipped with one advance warning sign
59 control switch on the panel with labels and functions as follows:
60
2005 AMENDMENTS-UPDATE 4-05 113
1 AUTOMATIC
2 Sign Relay shall energize upon ground true call from controller.
3
4 SIGN OFF
5 Sign Relay shall de-energize.
6
7 SIGN ON
8 Sign Relay shall energize.
9
10 F. Sign Relay
11 The sign relay shall be plugged into a socket installed on the rear of the
12 display panel. The relay shall be wired as shown in the Plans. The relay ..
13 coil shall draw (or sink) 50 milliamperes ± 10% from the 170E controller
14 and have a DPDT contact rating not less than 10 amperes. A 11\14004
15 diode shall be placed across the relay coil to suppress voltage spikes.
16 The anode terminal shall be connected to terminal #7 of the relay as
17 labeled in the Plans. The relay shall energize when the METERING
18 indicator LED is lit.
19
20 G. Detector Input Indicators `
21 One display LED and one spring-loaded two-position SPST toggle switch
22 shall be provided for each of the 40 detection inputs. These LEDs and
23 switches shall function as follows:
24
25 TEST
26 When the switch is in the test position, a call shall be placed to the
27 controller and energize the associated LED. The switch shall
28 automatically return to the run position when it is released.
29
30 RUN
31 In the run position the LEDs shall illuminate for the duration of each
32 call to the controller.
33
34 H. Controller Output Indicators
35 The display panel shall contain a series of output indicator LEDs mounted
36 below the detection indicators. The layout shall be according to the detail
37 in the Plans. These LEDs shall illuminate upon a ground true output from
38 the controller via the C5 connector.
39
40 The output indicator LEDs shall have resistors in series to drop the voltage
41 from 24 volts DC to their rated voltage and limit current below their rated
42 current. The anode connection of each LED to +24 VDC shall be wired
43 through the resistor.
44
45 I. Connectors
46 Connection to the display panel shall be made by three connectors, one
47 pin (labeled P2) and one socket (labeled P1) and one labeled C5. The P1
48 and P2 connectors shall be 50-pin cannon D series, or equivalent 50 pin
49 connectors and shall be compatible such that the two connectors can be
50 connected directly to one another to bypass the input detection. Wiring for
51 the P1, P2 and C5 connectors shall be as shown in the Plans.
52
53 The Contractor shall install wire connectors P1, P2, C1P, C2, C4, C5 and
54 C6 according to the pin assignments shown in the Plans.
55
56 6. Model 204 Flasher Unit
57 Each Model 334 ramp meter cabinet shall be supplied with one Model 204 sign
58 flasher unit mounted on the right rear side panel. The flasher shall be powered
59 from T1-2. The outputs from the flasher shall be wired to T1-5 and T1-6.
60
2005 AMENDMENTS-UPDATE 4-05 114
1 7. Fiber Optic Patch Panel
2 The Contractor shall provide and install a rack-mounted fiber optic patch panel
3 as identified in the Plans.
4
5 Cabinet Wiring
6 1. Terminal blocks TB1 through TB9 shall be installed on the Input Panel.
7 Layout and position assignment of the terminal blocks shall be as noted in
8 the Plans.
9
10 Terminals for field wiring in traffic data and/or ramp metering controller
11 cabinet shall be labeled, numbered and connected in accordance with the
12 following:
13
14 Terminal Terminal and Connection
15 Block Pos. Wire Numbers Identification
16 TBS 501-502 AC Power, Neutral
17 T1-2 641 Sign on
18 T1-4 643 Sign off
19 T1-5 644 Flasher Output NC
20 T1-6 645 Flasher Output NO
21 T4-1 631 Lane 3 - Red
22 T4-2 632 Lane 3 -Yellow
23 T4-3 633 Lane 3 - Green
24 T4-4 621 Lane 2 - Red
25 T4-5 622 Lane 2 - Yellow
26 T4-6 623 Lane 2 - Green
27 T4-7 611 Lane 1 - Red
28 T4-8 612 Lane 1 - Yellow
29 T4-9 613 Lane 1 - Green
30
31 Loop lead-in cables shall be labeled and connected to cabinet terminals
32 according to the ITS Field Wiring Chart. This chart will be provided by the
33 Engineer within 20 days of the Contractor's request.
34
- 35 9-29.16(2)A Optical Units
36 Under the first paragraph, number 4 (warranty) is deleted.
37
38 9-29.19 Pedestrian Push Buttons
39 The third paragraph is deleted
40
41 9-29.21 Flashing Beacon
42 This section is revised to read:
43
44 Flashing beacons shall be installed as detailed in the Plans, as specified in the Special
45 Provisions, and as described below:
46
47 Controllers for flashing beacons shall be as specified in Section 9-29.15.
48
49 Beacons shall consist of single section, 8-inch or 12-inch traffic signal heads, three
50 or four-way adjustable, meeting all of the applicable requirements of Section 9-
51 29.16. Displays (red or yellow) may be either LED type or incandescent. 12 inch
52 yellow displays shall be dimmed 50% after dark.
53
54 Mounting brackets, mountings, and installation shall meet all applicable
55 requirements of Section 9-29.17.
56
57 Lenses shall be either red or amber, glass or polycarbonate as noted in the Plans
58 or as determined by the Engineer.
59
2005 AMENDMENTS-UPDATE 4-05 115
1 9-29.24 Service Cabinets
2 Under the first paragraph, item F is revised to read:
3
4 F. The minimum ;ze of control circuit conductors used in service cabinets shall be
5 No. 14 AWG stranded copper.
6
7 All electrical contactors shall have the loadside terminals toward the front (door
8 side) of the service cabinet.
9
10 Under the first paragraph, the fourth sentence of item I is revised to read:
11
12 No electrical devices shall be connected to the dead front panel. -,
13
14 9-29.25 Amplifier, Transformer, and Terminal Cabinets
15 Under the first paragraph, the fourth sentence of item 3 is revised to read:
16
17 The Contractor shall supply construction cores with two master keys. The keys shall be
18 delivered to the Engineer.
19
20 SECTION 9-30, WATER DISTRIBUTION MATERIALS
21 August 2, 2004
22 9-30.6(1) Saddles �.
23 The first sentence is revised to read:
24
25 Saddles shall be ductile iron, bronze, brass, or stainless steel.
26 .-
27 9-30.6(2) Corporation Stops
28 The first sentence is revised to read:
29
30 Corporation stops shall be made of bronze or brass alloy. -
31
32 9-30.6(4) Service Fittings
33 The first sentence is revised to read:
34
35 Fittings used for service connections shall be made of bronze or brass alloy.
36
37 SECTION 9-32, MAILBOX SUPPORT
38 August 2, 2004
39 9-32.2 Bracket, Platform and Anti-Twist Plate
40 This section is revised to read:
41
42 The bracket, platform, and anti-twist plate shall be 16 gage sheet steel, conforming to
43 ASTM A 36.
44
45 9-32.4 Wood Posts
46 This section is revised to read:
47
48 Wood posts shall meet the requirements of Section 9-28.14(1) or western red cedar.
49
50 Section 9-32 is supplemented with the following: -
51
52 9-32.8 Concrete Base
53 The concrete in the concrete base shall meet or exceed the requirements of Section 6-
54 02.3(2)B.
55
56 9-32.9 Steel pipe
57 The requirements for commercially available, Schedule 40, galvanized steel pipe,
58 elbows, and couplings shall be met for all parts not intended to be bent or welded.
2005 AMENDMENTS-UPDATE 4-05 116
1 Welded and bent parts shall be galvanized after fabrication in accordance with AASHTO
2 M 111.
3
4 9-32.10 U-Channel Post
- 5 U-channel posts shall meet the requirements of ASTM A 29, weigh a minimum of 3
6 pounds per linear foot, and shall be galvanized according to AASHTO M 111.
7
8 SECTION 9-33, CONSTRUCTION GEOTEXTILE
- 9 April 5, 2004
10 This section including title is revised to read:
11
12 SECTION 9-33, CONSTRUCTION GEOSYNTHETIC
13 April 5, 2004
14 9-33.1 Geosynthetic Material Requirements
15 The term geosynthetic shall be considered to be inclusive of geotextiles, geogrids, and
16 prefabricated drainage mats.
17
18 Geotextiles, including geotextiles attached to prefabricated drainage core to form a
19 prefabricated drainage mat, shall consist only of long chain polymeric fibers or yarns
20 formed into a stable network such that the fibers or yarns retain their position relative to
21 each other during handling, placement, and design service life. At least 95 percent by
22 weight of the material shall be polyolefins or polyesters. The material shall be free from
23 defects or tears. The geotextile shall also be free of any treatment or coating which
24 might adversely alter its hydraulic or physical properties after installation.
25
26 Geogrids shall consist of a regular network of integrally connected polymer tensile
27 elements with an aperture geometry sufficient to permit mechanical interlock with the
28 surrounding backfill. The long chain polymers in the geogrid tensile elements, not
29 including coatings, shall consist of at least 95 percent by mass of the material of
30 polyolefins or polyesters. The material shall be free of defects, cuts, and tears.
31
32 Prefabricated drainage core shall consist of a three dimensional polymeric material with
33 a structure that permits flow along the core laterally, and which provides support to the
34 geotextiles attached to it.
35
36 The geosynthetic shall conform to the properties as indicated in Tables 1 through 8 in
37 Section 9-33.2, and additional tables as required in the Special Provisions for each use
38 specified in the Plans. Specifically, the geosynthetic uses included in this section and
39 their associated tables of properties are as follows:
40
41 Applicable
42 Geotextile Application Property Tables
43 Underground Drainage, Low Survivability,
44 Classes A, B, and C Tables 1 and 2
45
46 Underground Drainage, Moderate Survivability,
- 47 Classes A, B, and C Tables 1 and 2
48
49 Separation Table 3
50
51 Soil Stabilization Table 3
52
53 Permanent Erosion Control, Moderate Survivability,
54 Classes A, B, and C Tables 4 and 5
55
56 Permanent Erosion Control, High Survivability
57 Classes A, B, and C Tables 4 and 5
58
2005 AMENDMENTS-UPDATE 4-05 117
1 Ditch Lining Table 4
2
3 Temporary Silt Fence Table 6
4
5 Permanent Geosynthetic Retaining Wall Tables 7 and 9
6
7 Temporary Geosynthetic Retaining Wall Tables 7 and 10
8
9 Prefabricated Drainage Mat Table 8
10
11 Tables 9 and 10 will be included in the Special Provisions.
12
13 Geogrid and geotextile reinforcement in geosynthetic retaining walls shall conform to the
14 properties specified in Table 9 for permanent walls, and Table 10 for temporary walls.
15
16 For geosynthetic retaining walls that use geogrid reinforcement, the geotextile material
17 placed at the wall face to retain the backfill material as shown in the Plans shall conform
18 to the properties for Construction Geotextile for Underground Drainage, Moderate
19 Survivability, Class A.
20
21 Thread used for sewing geotextiles shall consist of high strength polypropylene,
22 polyester, or polyamide. Nylon threads will not be allowed. The thread used to sew
23 permanent erosion control geotextiles, and to sew geotextile seams in exposed faces of
24 temporary or permanent geosynthetic retaining walls, shall also be resistant to
25 ultraviolet radiation. The thread shall be of contrasting color to that of the geotextile
26 itself.
27
28 9-33.2 Geosynthetic Properties
29
30 9-33.2(1) Geotextile Properties
31 Table 1: Geotextile for underground drainage strength properties for survivability.
32
33 Geotextile Property Requirements'
34 Low Moderate
35 Survivability Survivability
36 Geotextile Property Test Method 2 Woven/Nonwoven Woven/Nonwovan
37 Grab Tensile Strength, ASTM D4632 180 lbs./115 lbs. min. 250 lbs./160 lbs. min.
38 min. in machine and
39 x-machine direction
40
41 Grab Failure Strain, in ASTM D4632 <50%/>50% <50%/>50%
42 machine and x-machine
43 direction
44
45 Seam Breaking Strength ASTM D46323 160 lbs./100 lbs. min. 220 lbs./140 lbs. min.
46
47 Puncture Resistance ASTM D4833 67 lbs./40 lbs. min. 80 lbs./50 lbs. min.
48
49 Tear Strength, min. in ASTM D4533 67 lbs/40 lbs. min. 80 lbs./50 lbs. min.
50 machine and x-machine
51 direction
52
53 Ultraviolet (UV) ASTM D4355 50% strength 50% strength
54 Rediation stability retained min., retained min.,
55 after 500 hrs. in after 500 hrs. in
56 weatherometer weatherometer
57
58 Table 2: Geotextile for underground dra`°,age filtration properties.
59
60 Geotext,e Property Requirements'
2005 AMENDMENTS-UPDATE 4-05 118
1 Geotextile Property Test Method Class A Class B Class C
2 AOS ASTM D4751 .43 mm max. .25 mm max. .18 mm max.
3 (#40 sieve) (#60 sieve) (#80 sieve)
4
5 Water Permittivity ASTM D4491 .5 sec' min. .4 sec' min. .3 sec' min.
6
7 Table 3: Geotextile for separation or soil stabilization.
8
9 Geotextile Property Requirements'
10 Separation Soil Stabilization
11 Geotextile Property Test Method z Woven/Nonwoven Woven/Nonwovan
12 AOS ASTM D4751 .60 mm max. .43 mm max.
13 (#30 sieve) (#40 sieve)
14
15 Water Permittivity ASTM D4491 .02 sec min. .10 sec' min.
16
17 Grab Tensile Strength, ASTM D4632 250 lbs./160 lbs. min. 315 lbs./200 lbs. min.
18 min. in machine and
19 x-machine direction
20
21 Grab Failure Strain, in ASTM D4632 <50%/>50% <50%/>50%
22 machine and x-machine
23 direction
24
25 Seam Breaking Strength ASTM D46322 220 lbs./140 lbs. min. 270 lbs./180 lbs. min.
26
µ 27 Puncture Resistance ASTM D4833 80 lbs./50 lbs. min. 112 lbs./79 lbs. min.
28
29 Tear Strength, min. in ASTM D4533 80 lbs/50 lbs. min. 112 lbs./79 lbs. min.
30 machine and x-machine
31 direction
32
33 Ultraviolet (UV) ASTM D4355 50% strength 50% strength
34 Rediation stability retained min., retained min.,
35 after 500 hrs. in after 500 hrs. in
36 weatherometer weatherometer
37
38 Table 4: Geotextile for permanent erosion control and ditch lining.
39
40 Geotextile Property Requirements'
41 Permanent Erosion Control Ditch Lining
42 Moderate High
43 Servicability Servicability
44 Geotextile Property Test Method 2 Woven/Nonwoven Woven/Nonwovan Woven/Nonwovan
45 AOS ASTM D4751 See Table 5 See Table 5 .60 mm max(#30 sieve)
46
47 Water Permittivity ASTM D4491 See Table 5 See Table 5 .02 sec'min.
48
49 Grab Tensile Strength, ASTM D4632 250 lbs./160 lbs.min. 315 Ibs.1200 lbs.min. 250 lbs./160 lbs.min.
50 min.in machine and
51 x-machine direction
52
53 Grab Failure Strain,in ASTM D4632 15%-50%/?50% 15%-50%/>50% <50%/>50%
54 machine and x-machine
55 direction
56
57 Seam Breaking Strength ASTM D46322 220 lbs./140 lbs.min. 270 IbsJ180 lbs.min. 220 lbs./140 lbs.min.
58
59 Burst Strength ASTM D3785 400 pse/190 psi min. 500 psi/320 psi min.
60
2005 AMENDMENTS-UPDATE 4-05 119
1 Puncture Resistance ASTM D4833 80 lbs./50 lbs.min. 112 lbs./79 lbs. min. 80 lbs./50 lbs. min. rr,
2
3 Tear Strength,min.in ASTM D4533 80 lbs/50 lbs.min. 112 lbs./79 lbs.min. 80 lbs./50 lbs.min.
4 machine and x-machine
5 direction
6
7 Ultraviolet(UV) ASTM D4355 70%strength 70%strength 70%strength
8 Rediation stability retained min., retained min., retained min.,
9 after 500 hrs. in after 500 hrs. in after 500 hrs. in
10 weatherometer weatherometer weatherometer
11
12 Table 5: Filtration properties for geotextile for permanent erosion control. .,
13
14 Geotextile Property Requirements'
15 Geotextile Property Test Method2 Class A Class B Class C
16 AOS ASTM D4751 .43 mm max. .25 mm max. .22 mm max.
17 (#40 sieve) (#60 sieve) (#70 sieve)
18
19 Water Permittivity ASTM D449' .7 sec min. .4 sec' min. .2 sec' min.
20
21 Table 6: Geotextile for temporary silt fence.
22
23 Geotextile Property Requirements'
24 Supported
25 Between
26 Unsupported Posts with Wire or
27 Geotextile Property Test Methods Between Posts Polymeric Mesh
28 AOS ASTM D4751 .60 mm max. for slit .60 mm max. for slit
29 film wovens film wovens
30 (#30 sieve) (#30 sieve)
31 .30 mm max. for all .30 mm max. for all
32 other geotextile other geotextile
33 types (#50 sieve) types (#50 sieve)
34 .15 mm min. .15 mm min. .�
35 (#100 sieve) (#100 sieve)
36
37 Water Permittivity ASTM D4491 .02 sec' min. .02 sec' min.
38
39 Grab Tensile Strength, ASTM D4632 180 lbs. min. in 100 lbs. min.
40 min. in machine and machine direction,
41 x-machine direction 100 lbs. min. in
42 x-machine direction
43
44 Grab Failure Strain, in ASTM D4632 30% max. at 180 lbs.
45 machine and x-machine or more
46 direction
47
48 Ultraviolet (UV) ASTM D4355 70% strength 70% strength
49 Rediation stability retained min., retained min.,
50 after 500 hrs. in after 500 hrs. in
51 weatherometer weatherometer
52
53 'All geotextile properties in Tables 1 through 6 are minimum average roll values (i.e., the
54 test result for any sampled roll in a lot shall meet or exceed the values shown in the
55 table).
56
57 2The test procedures used are essentially in conformance with the most recently N
58 approved ASTM geotextile test procedures, except for geotextile sampling and
59 specimen conditioning, which are in accordance with WSDOT Test Methods 914 and
2005 AMENDMENTS-UPDATE 405 120
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 sampling
12 and specimen conditioning, which are in accordance with WSDOT Test Methods 914
13 and 915, respectively.
14
15 Table 7: Minimum properties required for geotextile reinforcement used in geosynthetic
16 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.
(No. 20 Sieve)
Grab Tensile Strength, min. in ASTM D4632 200 Ibs/120 Ibs min.
machine and x-machine
direction
Grab Failure Strain, ASTM D4632 < 50% / > 50%
in machine and x-machine
direction
3 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
Stability and polyethyelene) and
50% (for polyester)
Strength Retained min.,
after 500 Hr. in
weatherometer
18
19 1Applies only to seams perpendicular to the wall face.
20
21 The ultraviolet (UV) radiation stability, ASTM D4355, shall be a minimum of 70%
22 strength retained after 500 hours in the weatherometer for polypropylene and
23 polyethylene geogrids and geotextiles, and 50% strength retained after 500 hours in the
24 weatherometer for polyester geogrids and geotextiles.
25
26 9-33.2(3) Prefabricated Drainage Mat
27 Prefabricated drainage mat shall have a single or double dimpled polymeric core with a
28 geotextile attached and shall meet the following requirements:
29
2005 AMENDMENTS-UPDATE 4-05 121
1. Table 8: Minimum properties required for prefabricated drainage mats. .�
2
3 Property Test Method Prefabricated Drainage
4 Material/Geotextile
5 Property Requirements
6
7 Width 12 inches min.
8 Thickness ASTM D 5199 0.4 inches min.
9 '-
10 Compressive Strength at
11 Yield ASTM D 1621 100 psi min.
12
13 In Plan Flow Rate ASTM D 4716
14 Gradient = 0.1,
15 Pressure = 5.5 psi 5.0 gal. /min./ft.
16 .�
17 Gradient = 1.0,
18 Pressure = 14.5 psi 15.0 gal. /min./ft.
19
20 Geotextile -AOS ASTM D 4751 #60 US Sieve max.
21
22 Geotextile - Permittivity ASTM D 4491 > 0.4 SEC -�
23
24 Geotextile - Grab Strength ASTM D 4632 Nonwoven - 110 lb. min.
25
26 Prefabricated drainage mats will be accepted based on the manufacturer's certificate of
27 compliance that the material furnished conforms to these specifications. The Contractor -
28 shall submit the manufacturer's certificate of compliance to the Engineer in accordance
29 with Section 1-06.3.
30
31 9-33.3 Aggregate Cushion of Permanent Erosion Control Geotextile
32 Aggregate cushion for permanent erosion control geotextile, Class A shall meet the
33 requirements of Section 9-03.9(2). Aggregate cushion for permanent erosion control
34 geotextile, Class B or C shall meet the requirements of Section 9-03.9(3) and 9-03.9(2).
35
36 9-33.4 Geosynthetic Approval and Acceptance
37
38 9-33.4(1) Source Approval --
39 The Contractor shall submit to the Engineer the following information regarding each
40 geosynthetic proposed for use:
41
42 Manufacturer's name and current address,
43 Full product name,
44 Geotextile structure, including fiber/yarn type,
45 Geosynthetic polymer type(s) (for temporary and permanent geosynthetic retaining
46 walls), and
47 Proposed geotextile use(s).
48
49 If the geosynthetic source has not been previously evaluated, or is not listed in the
50 current WSDOT Qualified Products List (QPL), a sample of each proposed geosynthetic
51 shall be submitted to the State Materials Laboratory in Tumwater for evaluation. After
52 the sample and required information for each geosynthetic type have arrived at the
53 State Materials Laboratory in Tumwater, a maximum of 14 calendar days will be
54 required for this testing. Source approval will be based on conformance to the
55 applicable values from Tables 1 through 8 in Section 9-33.2 and additional tables as
56 specified in the Special Provisions. Source approval shall not be the basis of
57 acceptance of specific lots of material unless the lot sampled can be clearly identified
58 and the number of samples tested and approved meet the requirements of WSDOT Test
59 Method 914.
60 -
2005 AMENDMENTS-UPDATE 4-05 122
1 Geogrid and geotextile products that are qualified for use in permanent geosynthetic
2 retaining walls and reinforced slopes (Classes 1, 2, or both) are listed in the current
3 WSDOT QPL.
4
5 For geogrid and geotextile products proposed for use in permanent geosynthetic
6 retaining walls or reinforced slopes that are not listed in the current QPL, the Contractor
7 shall submit test information and the calculations used in the determination of Ta,
8 performed in accordance with WSDOT Standard Practice T925 to the State Materials
9 Laboratory in Tumwater for evaluation. The Contracting Agency will require up to 30
10 calendar days after receipt of the information to complete the evaluation.
11
p 12 9-33.4(3) Acceptance Samples
13 Samples will be randomly taken by the Engineer at the job site to confirm that the
14 geosynthetic meets the property values specified.
15
16 Approval will be based on testing of samples from each lot. A "lot" shall be defined for
17 the purposes of this specification as all geosynthetic rolls within the consignment (i.e.,
18 all rolls sent the project site) that were produced by the same manufacturer during a
19 continuous period of production at the same manufacturing plant and have the same
20 product name. After the samples have arrived at the State Materials Laboratory in
21 Tumwater, a maximum of 14 calendar days will be required for this testing.
22
23 If the results of the testing show that a geosynthetic lot, as defined, does not meet the
24 properties required for the specified use as indicated in Tables 1 through 8 in Section 9-
25 33.2, and additional tables as specified in the Special Provisions, the roll or rolls which
26 were sampled will be rejected. Geogrids and geotextiles for temporary geosynthetic
27 retaining walls shall meet the requirements of Table 7, and Table 10 in the Special
28 Provisions. Geogrids and geotextiles for permanent geosynthetic retaining wall shall
29 meet the requirements of Table 7, and Table 9 in the Special Provisions, and both
30 geotextile and geogrid acceptance testing shall meet the required ultimate tensile
31 strength T., as provided in the current QPL for the selected product(s). If the selected
32 product(s) are not listed in the current QPL, the result of the testing for T.„ shall be
33 greater than or equal to T„„ as determined from the product data submitted and
34 approved by the State Materials Laboratory during source approval.
35
36 Two additional rolls for each roll tested which failed from the lot previously tested will
37 then be selected at random by the Engineer for sampling and retesting. If the retesting
38 shows that any of the additional rolls tested do not meet the required properties, the
39 entire lot will be rejected. If the test results from all the rolls retested meet the required
40 properties, the entire lot minus the roll(s) that failed will be accepted. All geosynthetic
41 that has defects, deterioration, or damage, as determined by the Engineer, will also be
42 rejected. All rejected geosynthetic shall be replaced at no additional expense to the
43 Contracting Agency.
44
45 9-33.4(4) Acceptance by Certificate of Compliance
46 When the quantities of geosynthetic proposed for use in each geosynthetic application
47 are less than or equal to the following amounts, acceptance shall be by Manufacturer's
48 Certificate of Compliance:
49
50 Application Geotextile Quantity
51 Underground Drainage 600 sq. yards
52 Soil Stabilization and Separation 1,800 sq. yards
53 Permanent Erosion Control 1,200 sq. yards
54 Temporary Silt Fence All quantities
55 Temp. or Perm. Geosynthetic Retaining Wall Not required
56 Prefabricated Drainage Mat All quantities
57
58 The Manufacturer's Certificate of Compliance shall include the following information
59 about each geosynthetic roll to be used:
60
2005 AMENDMENTS-UPDATE 4-05 123
1 Manufacturer's name and current address, ...
2 Full product name,
3 Geosynthetic structure, including fiber/yarn type,
4 Polymer type (for all temporary and permanent geosynthetic retaining walls only),
5 Geosynthetic roll number,
6 Proposed geosynthetic use(s), and
7 Certified test results.
8
9 9-33.4(5) Approval of Seams
10 If the geotextile seams are to be sewn in the field, the Contractor shall provide a section of
11 sewn seam which can be sampled by the Engineer before the geotextile is installed.
12
13 The seam sewn for sampling shall be sewn using the same equipment and procedures as
14 will be used to sew the production seams. If production seams will be sewn in both the
15 machine and cross-machine directions, the Contractor must provide sewn seams for
16 sampling which are oriented in both the machine and cross-machine directions. The seams -~
17 sewn for sampling must be at least 2 yards in length in each geotextile direction. If the
18 seams are sewn in the factory, the Engineer will obtain samples of the factory seam at
19 random from any of the rolls to be used. The seam assembly description shall be submitted
20 by the Contractor to the Engineer and will be included with the seam sample obtained for
21 testing. This description shall include the seam type, stitch type, sewing thread type(s), and
22 stitch density.
23
24 SECTION 9-34, PAVEMENT MARKING MATERIAL
25 August 2, 2004
26 9-34.5 Temporary Pavement Marking Tape
27 This section is supplemented with the following:
28
29 Pavement marking masking tape shall conform to ASTM D 4592 Type 1 (removable),
30 except that material shall be black, non-retroreflective and non-glaring.
31
32 SECTION 9-35, TEMPORARY TRAFFIC CONTROL MATERIALS
33 August 2, 2004 --
34 Temporary traffic control materials in this section consist of various traffic communication,
35 channelization and protection items described in Section 1-10 and listed below:
36 -
37 Stop/Slow Paddles
38 Construction Signs
39 Wood Sign Posts
40 Sequential Arrow Signs
41 Portable Changeable Message Signs
42 Barricades
43 Traffic Safety Drums ..
44 Barrier Drums
45 Traffic Cones
46 Tubular Markers
47 Warning Lights and Flashers
48 Truck-Mounted Attenuator
49
50 The basis for acceptance of temporary traffic control devices and materials shall be visual
51 inspection by the Engineer's representative. No sampling or testing will be done except that
52 deemed necessary to support the visual inspection. Requests for Approval of Material and
53 Qualified Products List submittals are not required. Certification for crashworthiness
54 according to NCHRP 350 will be required as described in Section 1-10.2(3). -
55
56 "MUTCD," as used in this section, shall refer to the current edition of the Manual on Uniform
57 Traffic Control Devices for Streets and Highways. In the event of conflicts between the
58 MUTCD and the contract provisions, then the provisions shall govern.
2005 AMENDMENTS-UPDATE 4-05 124
1
2 9-35.1 Stop/Slow Paddles
3 Paddles shall conform to the requirements of the MUTCD, except that the minimum width
4 shall be 24 inches.
5
6 9-35.2 Construction Signs
7 Construction signs shall conform to the requirements of the MUTCD and shall meet the
8 requirements of NCHRP Report 350 for Category 2 devices. Except as noted below, any
9 sign/sign stand combination that satisfies these requirements will be acceptable.
10
11 Where aluminum sheeting is used to fabricate signs, it shall have a minimum thickness of
12 0.080 inches and a maximum thickness of 0.125 inches.
13
14 All orange background signs shall be fabricated with Type X reflective sheeting. All post-
15 mounted signs with Type X sheeting shall use a nylon washer between the twist fasteners
16 (screw heads, bolts or nuts) and the reflective sheeting.
17
18 Soft, fabric, roll-up signs will not be acceptable. Any fabric sign which otherwise meets the
19 requirements of this section and was purchased prior to July 1, 2004, may be utilized until
20 December 31, 2007. If a fabric sign is used, it shall have been fabricated with Type VI
21 reflective sheeting.
22
23 9-35.3 Wood Sign Posts
24 Use the charts below to determine post size for construction signs.
25
26 One Post Installation
27
28 Post Size Min. Sign Sq. Ft. Max. Sign Sq. Ft.
29 4x4 - 16.0
30 46 17.0 20.0
31 6x6 21.0 25.0
32 6x8 26.0 31.0
33
34 Two Post Installation
35
36 (For signs 5 feet or greater in width)
37
38 Post Size Min. Sign Sq. Ft. Max. Sign Sq. Ft.
39 4x4 - 16.0
40 46 17.0 36.0
41 6x6 37.0 46.0
42 6x8 47.0 75.0
43
44 *The Engineer shall determine post size for signs greater than 75 square feet.
45
46 Sign posts shall conform to the grades and usage listed below. Grades shall be
47 determined by the current standards of the West Coast Lumber Inspection Bureau
48 (WCLIB) or the Western Wood Products Association (WWPA).
49
50 4 x 4 Construction grade (Light Framing,
51 Section 122-b WCLIB) or (Section
52 40.11 WWPA)
53 4 x 6 No. 1 and better, grade (Structural
54 Joists and Planks, Section 123-b
55 WCLIB) or (Section 62.11 WWPA)
56 6 x 6, 6 x 8, 8 x 10 No. 1 and better, grade (Posts and
57 Timbers, Section 131-b WCLIB) or
58 (Section 80.11 WWPA)
59 6 x 10, 6 x 12 No. 1 and better, grade (Beams and
60 Stringers, Section 130-b WCLIB) or
2005 AMENDMENTS-UPDATE 405 125
1 (Section 70.11 WWPA)
2
3 9-35.4 Sequential Arrow Signs
4 Sequential Arrow Signs shall meet the requirements of the MUTCD supplemented with the
5 following: �-
6
7 Sequential arrow signs furnished for this project shall be Type C.
8 The color of the light emitted shall be yellow.
9 The dimming feature shall be automatic, reacting to changes in light without a
10 requirement for manual adjustment.
11
12 9-35.5 Portable Changeable Message Signs
13 Portable Changeable Message Signs (PCMS) shall meet the requirements of the MUTCD
14 and the following:
15
16 The PCMS shall employ one of the following technologies:
17
18 1. Fiber optic/shutter
19 2. Light emitting diode
20 3. Light emitting diode/shutter
21 4. Flip disk
22
23 Regardless of the technology, the PCMS shall meet the following general requirements:
24
25 0 Be light emitting and must not rely solely on reflected light. The emitted light shall
26 be generated using fiber optic or LED technology.
27
28 0 Have a display consisting of individually controlled pixels no larger than 2 1/2 inch
29 by 2 1/2 inch. If the disp!ay is composed of individual character modules, the space
30 between modules must be minimized so alphanumeric characters of any size
31 specified below can be displayed at any location within the matrix.
32
33 0 When activated, the pixels shall display a yellow or orange image. When not
34 activated, the pixels shall display a flat black image that matches the background of
35 the sign face.
36
37 0 Be capable of displaying alphanumeric characters that are a minimum of 18 inches
38 in height. The width of alphanumeric characters shall be appropriate for the font. -�
39 The PCMS shall be capable of displaying three lines of eight characters per line
40 with a minimum of one pixel separation between each line.
41
42 0 The PCMS message, using 18-inch characters, shall be legible by a person with
43 20/20 corrected vision from a distance of not less than 800 feet centered on an axis
44 perpendicular to the sign face.
45
46 0 The sign display shall be covered by a stable, impact resistant polycarbonate face.
47 The sign face shall be non-glare from all angles and shall not degrade due to
48 exposure to ultraviolet light.
49
50 0 Be capable of simultaneously activating all pixels for the purpose of pixel
51 diagnostics. Any sign that employs flip disk or shutter technology shall be
52 programmable to activate the disks/shutters once a day to clean the electrical
53 components. This feature shall not occur when the sign is displaying an active
54 message.
55
56 The light source shall be energized only when the sign is displaying an active .
57 message.
58
59 The PCMS panels and related equipment shall be permanently mounted on a trailer with all
60 controls and power generating equipment.
2005 AMENDMENTS-UPDATE 4-05 126
1'
2 The PCMS shall be operated by a controller that provides the following functions:
3
4 1. Select any preprogrammed message by entering a code.
5 2. Sequence the display of at least five messages.
6 3. Blank the sign.
7 4. Program a new message, which may include animated arrows and chevrons.
8 5. Mirror the message currently being displayed or programmed.
w 9
10 9-35.6 Barricades
11 Barricades shall conform to the requirements of the MUTCD supplemented by the further
12 requirements of Standard Plan H-2.
13
14 9-35.7 Traffic Safety Drums
15 Traffic safety drums shall conform to the requirements of the MUTCD and the following:
16
17 The drums shall have the following additional physical characteristics:
18
19 Material Fabricated from low-density polyethylene that meets the
W 20 requirements of ASTM D 4976 and is UV stabilized.
21
22 Overall Width 18-inch minimum in the direction(s)of traffic flow.
23
24 Shape Rectangular, hexagonal, circular, or flat-sided semi-circular.
25
26 Color The base color of the drum shall be fade resistant safety
27 orange.
28
29 The traffic safety drums shall be designed to accommodate at least one portable light unit.
30 The method of attachment shall ensure that the light does not separate from the drum upon
31 impact.
32
33 Drums and light units shall meet the crashworthiness requirements of NCHRP 350 as
34 described in Section 1-10.2(3).
35
36 When recommended by the manufacturer, drums shall be treated to ensure proper adhesion
37 of the reflective sheeting.
38
39 9-35.8 Barrier Drums
40 Barrier drums shall be small traffic safety drums, manufactured specifically for traffic control
41 purposes to straddle a concrete barrier and shall be fabricated from low-density polyethylene
42 that meets the requirements of ASTM D 4976 and is UV stabilized.
43
44 The barrier drums shall meet the following general specifications:
45
46 Total height 22 in., ± 1 in.
47 Cross-section hollow oval
48 10 in. X 14 in., ± 1 in.
49 Formed support legs length 13 in., ± 1 in.
50 Space between legs 6 % in. min.
51 (taper to fit conc. barrier)
52 Weight 33 lb. ±4 lb.
53 with legs filled with sand.
54 Color Fade resistant safety orange.
55
56 Barrier drums shall have three 4-inch reflective white stripes, (one complete and two partial).
57 Stripes shall be fabricated from Type III or Type IV reflective sheeting.
58
59 When recommended by the manufacturer, barrier drums shall be treated to ensure proper
60 adhesion of the reflective sheeting.
2005 AMENDMENTS-UPDATE 4-05 127
2 9-35.9 Traffic Cones
3 Cones shall conform to the requirements of the MUTCD, except that the minimum height
4 shall be 28 inches.
5
6 9-35.10 Tubular Markers
7 Tubular markers shall conform to the requirements of the MUTCD, except that the minimum
8 height shall be 28 inches.
9
10 Pavement-mounted tubular markers shall consist of a surface-mounted assembly which
11 uses a separate base with a detachable tubular marker held in place by means of a locking
12 device.
13
14 9-35.11 Warning Lights and Flashers
15 Warning lights and flashers shall conform to the requirements of the MUTCD.
16
17 9-35.12 Truck-Mounted Attenuator
18 The Truck-Mounted Attenuator (TMA) shall be selected from 'he approved units listed on the
19 Qualified Products List. The TMA shall be mounted on a icle with a minimum weight of
20 15,000 pounds and a gximum weight in acco, ve with the manufacturer's `-
21 recommendations. Ballast ad to obtain the minimum .. .;fight requirement, or any other
22 object that is placed on the v;,Iicle shall be securely anchored such that it will be retained on
23 the vehicle during an impact. The Contractor shall provide certification that the unit complies
24 with NCHRP 230 or 350 requirements. Units fabricated after 1998 must comply with
25 NCHRP 350 requirements.
26
27 The TMA shall have an adjustable height so that it can be placed at the correct elevation
28 during usage and to a safe height for transporting. If needed, the Contractor shall install
29 additional lights to provide fully visible brake lights at all times.
30
31 The TMA unit shall have a chevron pattern on the rear of the unit. The standard chevron
32 pattern shall consist of 4-inch yellow stripes, alternating non-reflective black and reflective
33 yellow sheeting, slanted at 45 degrees in an inverted "V" with the "Vat the center of the unit.
34
2005 AMENDMENTS-UPDATE 405 128
APPENDIX A-WAGE RATES CITY OF RENTON
APPENDIX A
HOURLY MINIMUM WAGE RATES
South Renton Burnett Park Neighborhood Street Improvements
City of Renton
i
1
I
1
1
1
1
1
1
1
1
i
1
1
1
1
State of Washington
DEPARTMENT OF LABOR AND INDUSTRIES
Prevailing Wage Section-Telephone(360)902-5335
PO Box 44540,Olympia,WA 98504-4540
Washington State Prevailing Wage Rates For Public Works Contracts
The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits.
On public works projects,workers'wage and benefit rates must add to not less than this total. A brief
description of overtime calculation requirements is provided on the Benefit Code Key.
KING COUNTY
Effective 03-03-05
(See Benefit Code Key)
Over
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
CABINET MAKERS(IN SHOP)
JOURNEY LEVEL $16.67 1
CARPENTERS
ACOUSTICAL WORKER $39.11 1M 5D
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
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
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
CEMENT MASONS
JOURNEY LEVEL $40.01 1M 5D
DIVERS 8 TENDERS
DIVER $80.62 1M 5D 8A
DIVER TENDER 541.72 1M 5D
DREDGE WORKERS
ASSISTANT ENGINEER $39.52 1B 5D 8L
ASSISTANT MATE(DECKHAND) $38.76 1B 5D 8L
BOATMEN $39.52 1B 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
ELECTRICIANS-INSIDE
CABLE SPLICER $49.51 1D 6H
CABLE SPLICER(TUNNEL) $53.31 1D 6H
CERTIFIED WELDER $47.79 1D 6H
CERTIFIED WELDER(TUNNEL) $51.41 1D 6H
CONSTRUCTION STOCK PERSON $24.33 1D 6H
JOURNEY LEVEL $46.06 1D 6H
JOURNEY LEVEL(TUNNEL) $49.51 1D 6H
ELECTRICIANS-POWERLINE CONSTRUCTION
CABLE SPLICER $50.84 4A 5A
CERTIFIED LINE WELDER $46.37 4A 5A
GROUNDPERSON $33.64 4A 5A
HEAD GROUNDPERSON $35.46 4A 5A
Pagel
Revised 5/5/2005
KING COUNTY ,
Effective 03-03-05
(See Benefit Code Key) '
Over
Pk-'\/AILING Time Holiday Note
Classification WAGE Code Code Code
HEAVY LINE EQUIPMENT OPERATOR $46.37 4A 5A
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
POWDERPERSON $35.46 4A 5A
ELECTRONIC&TELECOMMUNICATION TECHNICIANS
JOURNEY LEVEL $12.07 1
ELEVATOR CONSTRUCTORS
MECHANIC $52.27 4A 6Q
MECHANIC IN CHARGE $57.41 4A 6Q
FENCE ERECTORS
FENCE-RECTOR $18.71 1
FENCE LABORER $12.77 1
FLAGGERS
JOURNEY LEVEL $27.93 IN 5D
GLAZIERS
JOURNEY LEVEL $39.96 2E 5G
HEAT&FROST INSULATORS AND ASBESTOS WORKERS
MECHANIC $41.93 1F 5E
HOD CARRIERS&MASON TENDERS '
JOURNEY LEVEL $33.09 1N 5D
INLAND BOATMEN
CAPTAIN $35.14 1K 5B
COOK $30.11 1K 5B ,
DECKHAND $29.09 1K 5B
ENGINEER/DECKHAN' $31.66 1K 5B
MATE,LAUNCH OPER, OR $33.24 1K 5B
INSULATION APPLICATORS
JOURNEY LEVEL $38.95 1M 5D
IRONWORKERS
JOURNEY LEVEL $43.12 1B 5A
LABORERS
ASPHALT RA $33.09 IN 5D
BALLAST REL FOR MACHINE $32.61 IN 5D
BATCH WEIGHMAN $27.93 IN 5D
BRUSH CUTTER $32.61 IN 5D
BRUSH HOG FEEDER $32.61 IN 5D '
BURNERS $32.61 IN 5D
CARPENTER TENDER $32.61 IN 5D
CASSION WORKER $33.45 1N 5D
CEMENT DUMPER/PAVING $33.09 IN 5D
CEMENT FINISHER TENDER $32.61 1 N 5D
CHANGE-HOUSE MAN OR DRY SHACKMAN $32.61 1N 5D
CHIPPING GUN(OVER 30 LBS) $33.09 IN 5D
CHIPPING GUN(UNDER 30 LBS) $32.61 IN 5D
CHOKER SETTER $32.61 1 N 5D
CHUCKTENDER $32.61 1N 5D
CLEAN-UP LABORER $32.61 IN 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
DEMOLITION,WRECKING&MOVING(INCLUDING CHARRED $32.61 1 N 5D
DITCH DIGGER $32.61 IN 5D
DIVER $33.45 IN 5D
DRILL OPERATOR(HYDRAULIC,DIAMOND) $33.09 IN 5D
Page 2
KING COUNTY
Effective 03-03-05
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
DRILL OPERATOR,AIRTRAC $33.45 IN 5D
DUMPMAN $32.61 1N 5D
EPDXY TECHNICIAN $32.61 1N 5D
EROSION CONTROL WORKER $32.61 1 N 5D
FALLER/BUCKER,CHAIN SAW $33.09 1N 5D
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 1N 5D
FORM SETTER $32.61 1 N 5D
GABION BASKET BUILDER $32.61 1N 5D
GENERAL LABORER $32.61 IN 5D
GRADE CHECKER&TRANSIT PERSON $33.09 1 N 5D
GRINDERS $32.61 1N 5D
GROUT MACHINE TENDER $32.61 1 N 5D
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 IN 5D
HIGH SCALER $33.45 IN 5D
HOD CARR[ER/MORTARMAN $33.09 IN 5D
JACKHAMMER $33.09 IN 5D
LASER BEAM OPERATOR $33.09 IN 5D
MANHOLE BUILDER-MUDMAN $33.09 IN 5D
MATERIAL YARDMAN $32.61 IN 5D
MINER $33.45 1N 5D
NOZZLEMAN,CONCRETE PUMP,GREEN CUTTER WHEN USING HIGH $33.09 1N 5D
PRESSURE AIR&WATER ON CONCRETE&ROCK,SANDBLAST,
GUNITE,SHOTCRETE,WATER BLASTER
PAVEMENT BREAKER $33.09 IN 5D
PILOT CAR $27.93 1 N 5D
PIPE POT TENDER $33.09 IN 5D
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 IN 5D
POTTENDER $32.61 1N 5D
POWDERMAN $33.45 IN 5D
POWDERMAN HELPER $32.61 IN 5D
POWERJACKS $33.09 IN 5D
RAILROAD SPIKE PULLER(POWER) $33.09 IN 5D
RE-TIMBERMAN $33.45 IN 5D
RIPRAP MAN $32.61 1 N 5D
RODDER $33.09 1N 5D
SCAFFOLD ERECTOR $32.61 IN 5D
SCALE PERSON $32.61 1 N 5D
SIGNALMAN $32.61 1 N 5D
SLOPER(OVER 20") $33.09 1 N 5D
SLOPER SPRAYMAN $32.61 1 N 5D
SPREADER(GLARY POWER OR SIMILAR TYPES) $33.09 1 N 5D
SPREADER(CONCRETE) $33.09 IN 5D
STAKE HOPPER $32.61 IN 5D
STOCKPILER $32.61 IN 5D
TAMPER&SIMILAR ELECTRIC,AIR&GAS $33.09 IN 5D
TAMPER(MULTIPLE&SELF PROPELLED) $33.09 IN 5D
TOOLROOM MAN(AT JOB SITE) $32.61 IN 5D
TOPPER-TAILER $32.61 IN 5D
TRACK LABORER $32.61 1 N 5D
Page 3
KING COUNTY ,
Effective 03-03-05
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
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 IN 5D
WELDER $32.61 IN 5D
WELL-POINT LABORER $33.09 IN 5D
LANDSCAPE CONSTRUCTION
IRRIGATION OR LAWN SPRINKLER INSTALLERS $11.07 1
LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS $10.63 1
LANDSCAPING OR PLANTING LABORERS $8.42 1
LATHERS
JOURNEY LEVEL $39.63 1M 5D
PAINTERS
JOURNEY LEVEL $30.76 2B 5A
PLASTERERS
JOURNEY LEVEL $39.93 1R 5A
PLUMBERS&PIPEFITTERS
JOURNEY LEVEL $51.01 1G 5A
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
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
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 1T 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
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
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
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
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
Page 4
KING COUNTY
Effective 03-03-05
*****************************************************************************************************************
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
DECK ENGINEER/DECK 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
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
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
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
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
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
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
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
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
Page 5
KING COUNTY j
Effective 03-03-05
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
TRANSPORTERS,ALL TRACK OR TRUCK TYPE $40.34 1T 5D 8L
TRENCHING MACHINES $39.49 1T 5D 8L
TRUCK CRANE OILER/DRIVER(UNDER 100 TON) $39.49 1T 5D 8L
TRUCK CRANE OILER/DRIVER(100 TON&OVER) $39.88 1T 5D 8L
TRUCK MOUNT PORTABLE CONVEYER $39.88 1T 5D 8L
WHEEL TRACTORS,FARMALL TYPE $37.26 1T 5D 8L
YO YO PAY DOZER $39.88 1T 5D 8L
POWER LINE CLEARANCE TREE TRIMMERS
JOURNEY LEVEL IN CHARGE $33.06 4A 5A
SPRAY PERSON $31.34 4A 5A
TREE EQUIPMENT OPERATOR $31.76 4A 5A
TREE TRIMMER $29.48 4A 5A
TREE TRIMMER GROUNDPERSON $21.94 4A 5A
RF=RIGERATION&AIR CONDITIONING MECHANICS
MECHANIC $48.21 1G 5A
ROOFERS
JOURNEY LEVEL $34.53 1R 5A
USING IRRITABLE BITUMINOUS MATERIALS $37.53 1R 5A
SHEET METAL WORKERS
JOURNEY LEVEL(FIELD OR SHOP) $46.74 11 6L
SOFT FLOOR LAYERS
JOURNEY LEVEL $32.24 1B 5A
SOLAR CONTROLS FOR WINDOWS
JOURNEY LEVEL $12.44 1 5S
SPRINKLER FITTERS(FIRE PROTECTION)
JOURNEY LEVEL $49.19 1B 5C
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
SPEC APPARATUS INSTALLER II $27.74 2B 5A
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 $20.05 213 5A
TELEVISION SYSTEM TECHNICIAN $23.82 2B 5A
TELEVISION TECHNICIAN $21.45 2B 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 1T 5D 8L
ASPHALT MIX(OVER 16 YARDS) $37.47 1T 5D 8L
DUMP TRUCK $36.89 1T 5D 8L
DUMP TRUCK&TRAILER $37.47 1T 5D 8L
OTHER TRUCKS $37.47 1T 5D 8L
TRANSIT MIXER $23.45 1
WELL DRILLERS&IRRIGATION PUMP INSTALLERS
IRRIGATION PUMP INSTALLER $17.71 1
Page 6
ow
„M KING COUNTY
Effective 03-03-05
(See Benefit Code Key)
r Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
OILER $12.97 1
WELL DRILLER $17.68 1
�s
aw
40
4w
w
s
r
+ter
.. Page 7
BENEFIT CODE KEY-EFFECTIVE 03-03-05
f#iff#RRiiiRff Rif#i#ffifRRRRRRiRiifRf#iRi#t#i#t##it#RiiRRRRiRRf Rf#if►Rini#iRR#####i#ikkt##kki#itiiR►RRiRRRffffRRRtRifff#
OVERTIME CODES
OVERTIME CALCULATIONS ARE BASED ON THE HOURLY RATE ACTUALLY PAID TO THE WORKER. ON PUBLIC
WORKS PROJECTS,THE HOURLY RATE MUST BE NOT LESS THAN THE PREVAILING RATE OF WAGE MINUS THE
HOURLY RATE OF THE COST OF FRINGE BENEFITS ACTUALLY PROVIDED FOR THE WORKER.
.r 1. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT ONE
AND ONE-HALF,TIMES THE HOURLY RATE OF WAGE.
A. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL ALSO BE PAID AT ONE AND ONE-HALF
TIMES THE HOURLY RATE OF WAGE.
B. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF
WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF
WAGE.
C. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
D. THE FIRST EIGHT (8) HOURS ON SATURDAYS OF A FIVE - EIGHT HOUR WORK WEEK AND THE FIRST EIGHT (8)
a HOURS WORKED ON A FIFTH CALENDAR DAY,EXCLUDING SUNDAY,IN A FOUR-TEN HOUR SCHEDULE,SHALL BE
PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF EIGHT(8)
HOURS PER DAY ON SATURDAY; ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS IN A FIFTH CALENDAR
WEEKDAY OF A FOUR - TEN HOUR SCHEDULE; ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY
MONDAY THROUGH FRIDAY,AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE
THE HOURLY RATE OF WAGE.
E. ALL HOURS WORKED IN EXCESS OF 10 PER DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. THE
FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF
WAGE. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON SATURDAY, AND ALL HOURS WORKED ON
SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
F. THE FIRST EIGHT(8)HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF
�r WAGE. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON SATURDAY, AND ALL HOURS WORKED ON
SUNDAYS AND HOLIDAYS(EXCEPT LABOR DAY)SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL
HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE.
G. THE FIRST TEN (10) HOURS WORKED ON SATURDAYS AND THE FIRST TEN (10) HOURS WORKED ON A FIFTH
CALENDAR WEEKDAY IN A FOUR -TEN HOUR SCHEDULE, SHALL BE PAID AT ONE AND ONE-HALF TIMES THE
HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH
SATURDAY,AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY
RATE OF WAGE.
H. ALL HOURS WORKED ON SATURDAYS(EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER
CONDITIONS OR EQUIPMENT BREAKDOWN)SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF
WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF
WAGE.
1 1. ALL HOURS WORKED ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF THE HOURLY RATE OF WAGE.
WORK PERFORMED ON SUNDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. WORK PERFORMED
ON A HOLIDAY SHALL BE PAID ONE AND ONE-HALF TIMES THEIR HOURLY RATE FOR ACTUAL HOURS WORKED
PLUS EIGHT(8)HOURS OF STRAIGHT TIME FOR THE HOLIDAY.
J. THE FIRST EIGHT(8)HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF
WAGE. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON SATURDAY, AND ALL HOURS WORKED ON
SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
K. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY
RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
L. ALL HOURS WORKED ON SATURDAYS,SUNDAYS AND HOLIDAYS(EXCEPT THANKSGIVING DAY AND CHRISTMAS
' DAY) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON
THANKSGIVING DAY AND CHRISTMAS DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
M. ALL HOURS WORKED ON SATURDAYS(EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER
CONDITIONS)SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED
' ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
N. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS) SHALL BE PAID AT ONE AND ONE-HALF TIMES
THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE
THE HOURLY RATE OF WAGE.
BENEFIT CODE KEY-EFFECTIVE 03-03-05
-2-
1. P. ALL HOURS WORKED ON SATURDAYS(EXCEPT MAKEUP DAYS)AND SUNDAYS SHALL BE PAID AT ONE AND ONE- '
HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE
HOURLY RATE OF WAGE.
Q. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF
WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT CHRISTMAS DAY) SHALL BE PAID AT
DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON CHRISTMAS DAY SHALL BE PAID AT TWO AND
ONE-HALF TIMES THE HOURLY RATE OF WAGE.
R. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE.
T. ALL HOURS WORKED ON SATURDAYS, EXCEPT MAKE-UP DAYS, SHALL BE PAID AT ONE AND ONE-HALF TIMES
THE HOURLY RATE OF WAGE. ALL HOURS WORKED AFTER 6:OOPM SATURDAY TO 6:OOAM MONDAY AND ON
HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
U. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF
WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS(EXCEPT LABOR DAY)SHALL BE PAID AT TWO TIMES
THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE
HOURLY RATE OF WAGE.
Ov. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS(EXCEPT MAKE-UP DAYS)SHALL BE PAID AT ONE AND ONE-
HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES
THE HOURLY RATE OF WAGE.
2. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT ONE
AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ,
A. THE FIRST SIX(6)HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF
WAGE. ALL HOURS WORKED IN EXCESS OF SIX(6)HOURS ON SATURDAY AND ALL HOURS WORKED ON SUNDAYS
AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE.
B. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
C. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE.
D. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY
RATE OF WAGE. THE FIRST EIGHT (8) HOURS WORKED ON HOLIDAYS SHALL BE PAID AT STRAIGHT TIME IN
ADDITION TO THE HOLIDAY PAY. ALL HOURS WC ED IN EXCESS OF EIGHT(8)HOURS ON HOLIDAYS SHALL BE
PAID AT ONE AND ONE-HALF TIMES THE HOURLY -E OF WAGE.
E. ALL HOURS WORKED ON SATURDAYS OR HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE-
HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS OR ON LABOR DAY SHALL BE
PAID AT TWO TIMES THE HOURLY RATE OF WAGE.
F. THE FIRST EIGHT(8)HOURS WORKED ON HOLIDAYS SHALL BE PAID AT THE STRAIGHT HOURLY RATE OF WAGE
IN ADDITION TO THE HOLIDAY PAY. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS ON HOLIDAYS SHALL
BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
G. ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS
WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE
INCLUDING HOLIDAY PAY.
H. ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS
WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
I. ALL HOURS WORKED ON SATURDAYS AND HOLIDAYS(EXCEPT LABOR DAY)SHALL BE PAID AT ONE AND ONE-
HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND ON LABOR DAY SHALL BE
PAID AT TWO TIMES THE HOURLY RATE OF WAGE.
.I. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS
WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE,
INCLUDING THE HOLIDAY PAY. ALL HOURS WORKED ON UNPAID HOLIDAYS SHALL BE PAID AT TWO TIMES THE
HOURLY RATE OF WAGE.
K. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE IN ADDITION TO
THE HOLIDAY PAY.
M. ALL HOURS WORKED ON SATURDAYS,SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE
OF WAGE.
BENEFIT CODE KEY-EFFECTIVE 03-03-05
-3-
2. O. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY
RATE OF WAGE.
4. A. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID
AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS
r SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
HOLIDAY CODES
r
5. A. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,FRIDAY
AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(7).
B. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,FRIDAY
AFTER THANKSGIVING DAY,THE DAY BEFORE CHRISTMAS,AND CHRISTMAS DAY(8).
C. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY. INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8).
D. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE
FRIDAY AND SATURDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8).
E. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
PRESIDENTIAL ELECTION DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS
DAY(9).
G. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE
LAST WORK DAY BEFORE CHRISTMAS DAY,AND CHRISTMAS DAY(7).
H. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, THE DAY AFTER
THANKSGIVING DAY,AND CHRISTMAS(6).
1. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND
CHRISTMAS DAY(6).
N. HOLIDAYS: NEW YEAR'S DAY,PRESIDENTS'DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,VETERANS'
DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(9).
O. PAID HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY,AND CHRISTMAS DAY(6).
P. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,FRIDAY
AND SATURDAY AFTER THANKSGIVING DAY,THE DAY BEFORE CHRISTMAS,AND CHRISTMAS DAY(9).
Q. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,
AND CHRISTMAS DAY(6).
R. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,
DAY AFTER THANKSGIVING DAY,ONE-HALF DAY BEFORE CHRISTMAS DAY,AND CHRISTMAS DAY.(7 1/2).
S. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY,AND CHRISTMAS DAY(7).
T. PAID HOLIDAYS: SEVEN(7)PAID HOLIDAYS.
1 V. PAID HOLIDAYS: SIX(6)PAID HOLIDAYS.
W. PAID HOLIDAYS: NINE(9)PAID HOLIDAYS.
X. HOLIDAYS: AFTER 520 HOURS - NEW YEAR'S DAY, THANKSGIVING DAY AND CHRISTMAS DAY. AFTER 2080
HOURS - NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY,CHRISTMAS DAY AND A FLOATING HOLIDAY(8).
Y. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, PRESIDENTIAL ELECTION
DAY,THANKSGIVING DAY,THE FRIDAY FOLLOWING THANKSGIVING DAY,AND CHRISTMAS DAY(8).
Z. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY,
THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8).
BENEFIT CODE KEY-EFFECTIVE 03-03-05
-4-
6. A. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8).
B. PAID HOLIDAYS: NEW YEAR'S EVE DAY,NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,
THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,CHRISTMAS EVE'S DAY,AND CHRISTMAS DAY(9).
C. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY,THE DAY AFTER THANKSGIVING DAY,THE LAST WORK DAY BEFORE CHRISTMAS DAY,AND
CHRISTMAS DAY(9). '
D. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,CHRISTMAS DAY,THE DAY BEFORE OR THE DAY
AFTER CHRISTMAS DAY(9).
H. HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR
DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8).
1. PAID HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING
DAY,FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(7).
L. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,
THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY, AND
CHRISTMAS DAY.(8)
Q. ;D HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING
Y,THE DAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY. UNPAID HOLIDAY_ PRESIDENTS'DAY.
S. PAID HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING
DAY,THE FRIDAY AFTER THANKSGIVING DAY,CHRISTMAS EVE DAY,AND CHRISTMAS DAY(8).
T. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR '
DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,THE LAST WORKING DAY BEFORE
CHRISTMAS DAY,AND CHRISTMAS DAY(9).
U. HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY,
LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE
CHRISTMAS DAY,CHRISTMAS DAY(9).
V. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING y
DAY,DAY AFTER THANKSGIVING DAY,CHRISTMAS EVE DAY,CHRISTMAS DAY, EMPLOYEE'S BIRTHDAY,
AND ONE DAY OF THE EMPLOYEE'S CHOICE(10).
W. PAID HOLIDAYS: NEW YEAR'S DAY,DAY BEFORE NEW YEAR'S DAY,PRESIDENTS DAY,MEMORIAL DAY,
INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,DAY AFTER THANKSGIVING DAY,CHRISTMAS
DAY,DAY BEFORE CHRISTMAS DAY(10).
X. PAID HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE OR AFTER NEW YEAR'S DAY, PRESIDENTS DAY,
MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING
DAY,CHRISTMAS DAY,DAY BEFORE OR AFTER CHRISTMAS DAY,EMPLOYEE'S BIRTHDAY(11).
NOTE CODES
8. A. THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE-HALF TIMES THE DIVERS RATE OF PAY. IN ADDITION TO
THE HOURLY WAGE AND FRINGE BENEFITS,THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET
OR MORE:
OVER 50'TO 100'-$1.00 PER FOOT FOR EACH FOOT OVER 50 FEET
OVER 100'TO 175'-$2.25 PER FOOT FOR EACH FOOT OVER 100 FEET
OVER 175'TO 250'-$5.50 PER FOOT FOR EACH FOOT OVER 175 FEET
OVER 250'-DIVERS MAY NAME THEIR OWN PRICE,PROVIDED IT IS NO LESS THAN THE SCALE LISTED
FOR 250 FEET
C. THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE-HALF TIMES THE DIVERS RATE OF PAY. IN ADDITION TO
THE HOURLY WAGE AND FRINGE BENEFITS,THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET
OR MORE:
OVER 50'TO 100'-$1.00 PER FOOT FOR EACH FOOT OVER 50 FEET
OVER 100'TO 150'-$1.50 PER FOOT FOR EACH FOOT OVER 100 FEET
OVER 150'TO 200'-S2.00 PER FOOT FOR EACH FOOT OVER 150 FEET
OVER 200'-DIVERS MAY NAME THEIR OWN PRICE
'` BENEFIT CODE KEY-EFFECTIVE 03-03-05
-5-
8. D. WORKERS WORKING WITH SUPPLIED AIR ON HAZMAT PROJECTS RECEIVE AN ADDITIONAL$1.00 PER HOUR.
r
L. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - LEVEL A: $0.75.
LEVEL B:$0.50, AND LEVEL C:$0.25.
r M. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS:LEVELS A&B: $1.00.
LEVELS C&D:$0.50.
N. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - LEVEL A: $I.00.
LEVEL B:$0.75,LEVEL C:$0.50, AND LEVEL D:$0.25.
1
1
i
1
t
1
1
1
1
1
1
1
APPENDIX B- STANDARD PLANS CITY OF RENTON
rr.
APPENDIX B
STANDARD PLANS
t
South Renton Bumett Park Neighborhood Street Improvements
City of Renton
3
U 00 a
u �` m Ow C 8 W 0`a
Vu
WO = Ww UW add �d in =.1 m mJ
V LL F w <cJi ti.- 2 V O O Ir
o o � o g Woo �jduo e 5 Z� Qr. °
U W C U SE cc S f{
u.
(� W
@ozx' °.
O=
O z
WO' r U
-9 12K
z ° °i
0 o
U U 0 h
Z b UW 0.
m
oy F< H
U= Z3 Z
n 00 p 0
O O = �0 Z
W �m Z ��� P
aK ILJ T— U
r• V Y � - �v =� i I p SS`F
W (. Z
Z 2e 04C F O 'NIW.l o 0
Fu J 2,) ► i () Z (>
- 0
U>ywj %Ww LL Q
W v
u, I�
J >
w m o
M
%O OV Wm F
Z
N q0 0 0
yoI �.Q' w� z
OLLF L � a� O
�UU b
d
CWTV F �J W
m
v??
z°s
ZOw
m J
CK
Z�
F<J �< JIL M
Yak b � s zW
-�
z Q m Y I t' W� z�°zl° I MIL Ozz
Bw W W z 5 m
2 C K'• w W <
i 2U
O 'cz°i N i3 W Wu°-io W b�
W W W LA N
v •► Zq z° r� W LL
1 (�¢ z q
�-- V m� 7Q
Ow `
m F5
a
~ O
1 w OwU w N m
t
fwna zomo h N,
w N mV Z�
Auw w - m ww O
' Lug H� >
< F
W j° ZW!
yFO i
w
Q W W
.85 NI V
K W Jy( WrL („)� z4j"
IK W LLLL 4s ul
Kzwo
0
O Z
W mO
b Jj i� q O
m '
N
\ ;a � i '
r mo \ =Q > 71
_1
a N N
Ver
mz p —q ' N ?a Lo
G R
o-
n�1 :F
a v
4'-(r
O n m > "'• _ A MIN.
g z�
z � ? a.
a
m z N ��
z M D my sA
AooCA m15 / H 9 y �N5
ZmN '.--..» ._�"_,/ p `vz yr
T�.-, vti.. ;,,, .YS N r n T s x
�1>m y.�1, _. am-� mZ
r2Z r -n yy zsE ?'' �>9m� LO T.
Om
k`
moo
'>
fN
m �
m
mA m
> y
m m
my S�
y I`
z IC
Np
ffot
mn 00 Ix 9 m
go 501
wm IX >m r O z m
�c m m I
4 ,IX 4 fAn v
R I m
CA 40
m -Ai s 0 q p
0 z Z M z = m Z --
0 4
T
O O D zp VR
9
Fz
2
\ N
=mm -------
r oGI A� N
mcm mco �$ O /
zcOm —go d me m /
zaz a1 m0 / °m
z 290
< a i2 O
m [ Io
m
A m
0 I
m 3
A a6.1 l =
'`nom v
m
m .. `� wg i�6 m m�
°o
ro u y° � S M01 �m
0
N `o'yD x
�m o u S3 FA — - A
J $ °-
"' fA $ mo Q0 ?g
a a my ya y ga adm o r
z m O �m m wS o an
x ^ _ _ g v
r N b °0
CA
c m ��
> m Z A o c�ti o a v 33 g
N z 7 9
IIN Y $ ,
LANE LINE
MARKING 70_8"
STANDARD VEHICLE WHEEL PATH
>Fm
< <43' 4.5' 3,.
MIN. MIN. MIN.
0, ACP CLASS*
MIN. MIN.
6" CRUSHED SURFACING
j 2" CLASS 'B' TOP COURSE
I '
2" SAWCUT AND REMOVE EDGE OF PAVEMENT,
OR GRIND, SEAL WITH EDGE OF CURB do GUTTER,
AR4000W OR CENTER OF LANE LINE
2.5'
MIN.
CRUSHED ROCK, FLOWABLE FILL
OR AS REQUIRED BY ENGINEER
- *MINIMUM ACP CLASS 'E' or 'B' SHALL BE:
PRINCIPAL/MINOR/COLLECTOR ARTERIAL STREETS do INDUSTRIAL
ACCESS STREETS — 6" ACP CLASS 'E' or 'B'.
RESIDENTIAL ACCESS STREETS — 2" ACP CLASS 'E' or 'B'.
NOTE-
UPON REQUEST OF ENGINEER, NEW ROADWAY PAVEMENT
SECTION MAY BE DESIGNED USING AN APPROVED METHOD FOR TYPICAL LONGIIVDWAL PATCH AND OVERLAY
DETERMINING PAVEMENT THICKNESS.
FOR FLEME PAVEMENT
o ADOPTED
CITY Cr xrNm
5 STANDAW PLUM
oz ►rooFXn►ass acw oc
N T tST DM 02/2005
ocv cz DWG. NAME: HR-05 SP PAGE:H032
DATE REVISION BY PR
1' 1' 2.5' 1' 1' I
MIN MIN MIN MIN MIN
i
2" CLASS 'B'—/ FACE OF CURB OR
EDGE OF PAVEMENT
CENTER LINE OR
*2" TO 6" CLASS 'E' LANE LINE
OR CLASS 'B'
a - -- -
6.5' MIN.
2" DEPTH OF
GRIND OR SAWCUT AND REMOVE
6.5' MIN.
1' 1' 2.5 --{ 1' 1'
MIN IMIN MIN MIN MIN
2" CLASS .'B' A S*
\—ACP C L S
6" CRUSHED SURFACING TOP COURSE
CRUSHED ROCK, FLOWABLE FILL
OR AS REQUIRED BY ENGINEER
TYPICAL TRANSVERSE PATCH
* FOR MINIMUM STANDARDS, SEE DWG# HR-05, FOR FLE}®LE PAVEMENT
SP PAGE H032
S p ADOPTED
C17Y OF RUMN
G STANDARD F'1,AN3
N t 0 ISf DATE:02/2005
�M o2 Mooff m MOTES ocv o0
°'/z°°4 u°oFiEn"°hs DWG. NAME: HR-23 SP PAGE:H032A
I DATE I REVISION BY PR
:'1
K r-
ASPHALT COCICRETE OVERLAY SAW CUT SHALL BE VERTICAL
` 2 ANN AND IN STRAIGHT LINES AS
CDdENT DIRECTED BY THE ENGINEER
REMOVE LOOSENED TRIM CONCRETE EXISTING CONCRETE
ASPHALT VERTICALLY PAVEMENT
_ EPDXY COATED DOWEL. BARS
DOWEL
"- ON ALL FOUR SIDES
DO ' MIN
1 LONG 6
4p
A_
X
2
3 -
CEN
TER -
18 _
O I
.� BAR -
EXISTING RIGID BASE* 2' MN ,' ?<. `�„ r•:c - " 12' F�--
COMPACTED TRENCH BACKFAL COMPACTED CRUSHED SURFACING
AS DIRECTED BY THE ENGINEER TOP COURSE
z
Y
}
CUT AND PANEL REPLACEMENT DETERMINATION:
FULL CEMENT CONCRETE PANEL REPLACEMENT: FOR CEMENT CONCRETE SURFACE STREETS, THE
MINIMUM RESTORATION SHALL BE FULL PANEL REPLACEMENT, IF ONE OR MORE OF THE
FOLLOWING CONDITIONS EXIST:
Less than ten (10) yrs old Ten (10) yrs or older Additional
Requirements
row
Local Access without No No
Bus Route
Local Access with Bus Yes Yes
Route
Plus one Panel beyond
F^ '
Intersection (AN Yes Yes the curb return
t
Strees
Yes
4076 Rerr►ovd Yes
Excellent Condition
(based on visuol and/or Yes Yes
4
non—destructive testing) - �
Principol. Minor, Yes, If twenty—four (24) Yes, If twenty—four (24)
Collector Arterial and square feet or more of square feet or more of
all streets in CBD and any pond needs to be any pond needs to be
all bus route patched patched
~ NG EXISTING RIGID BASE AT THE DISCRETION OF
- �CDF BACKFlLL MAY BE USED IN LIEU OF RESTORt
THE ENGINEER.
TYPICAL PATCH FOR RIGID PAVEMENT
PAVEMENT PATCHING
AND RESTORATION DETAIL
ADOPTED .V--
r 7 �;,,� ♦ cm or MN"
STANDARD PLOIS
t O M DATE:12/96
�wr •uur- uv_o9 CP PAGE:0033
m
m
D D D D
D . D D D D• p.
D.
CA
CA
0 CO)
rn
n M m m s
D
D
m O Q v
Z
D '
°t D CT
D D D
D D D• .D D D p D°. D
m
v
m o m
<
m
X
r-
z m
'0 z 0 o
v
v
Z D
r
� U) m
r oo U'
1n
v >
< rn
0v
mO
C) r
n �
CA G)
m � w ry
Z
m o o= _ -+� m O
-t �m m �m x co m m mm Gv_) ��
QA � -jam p w O
M;u� _ MM
<
P D
m� = m* m
m N ;o D Z
Z 0 rD-m m z
o D m m
0 --1 c c ? z
0
D
9 n (7 � •m-1 n
>�g r m O
BLIP m Fri O x <
= m z
$ � m
X -!n p7 rn
K r0 G)
O
r O =
° m
y Z Vd � m o
CT r o m CO cn D
D 4 D
; m t 0 mil /A��Q m �_ m O v
3 z m m v W �
0 O m r m D T
W cn '0 ��� - U) � r
O r, 2 rn n y Cm) D OO co
D .�.� m "'-�'izm � C X Z
Z Z _ Z ZO D 0M r O
yZ o° m Z Z D -.q o
o o f'rl n
O
S � o OD _ m
CA
w m
O
F W
O
E- Q
W
Q �
\ U�
rn
oz Ln
W E-
U Q W a
-a W 1 Q w
\ a E- d
U1 ao AQ
o � z
W H J L Q U) N
–i U _J �_ +J co a
LL-
J
�- X
O LLJ W W
Li J � W w O� ! VO Q
z IL
CD
U) J ♦ ���'
N 7j 0
0
m
a_
Q
m
00
\
z
\ o
I >
w
00
I I �
W
z
W J
W
Q CD f—
Z_ — w
00 p
cn
\ C�
o v LL
Q
O
J
d.
\
00
\
�..rr ��.r rr� wr.r rrnrrr V r Y...r.. rrro boom" womwo Sr rrre rill wmmmr .rmor +.■.rr ran
wrwmmr �w11 +rrr111 rrrr �wrri �r ��r ��rii
D
r� CJl
e
CID
r�
O
Z
v
w
a
D
0
lU
Z ra
m b
C
� d
I rxj
cn Cn
rn -9 z -3 a
'< O
da ob a
3 'te a
r� d C/
Ul Z o z
� CD z
m t7
u a
D C'
0
m
O
N
I
ENNAE: %II[FI PLOT W PI! FIX SPACE: TA "-N
CO
O
O co
� rn Z
I0
'''O''1 n
N
rn
— - O
� Zc
C Cn -�
C D �
rn
r rn
Z -0
G) _
O
r-
rn
0
r�
IIIIVINII MlnAl•1�lll V� 1111111'M
o � �
D
D
D O O
m � ♦ 3
i
v -3 z d
dd o °
ro � d
z
Ln Z z '-'
O
rn Z
� d
D t1l
0 n
m y
C-
0
C^I
N
�.R11Mw14�.-��.-♦'♦.Fti...n♦..e.♦♦:..r Y1MM+NN�+..1.r•...n P+..♦..�., .._... .... ..-..-.. _.. .. .. .. .
'ummE. xw. PLOT DALE• PLOT SOAK pvm SPACE. STA .qe!Ik W:
PPP-$$-TTTT
N3 "° n CITY OF S. 4th STREET BURNETT AVE. S 3/15/05
RENTON TRAFFIC IMPROVEMENT PROJECT
�u
LA �y A�,, VICINITY ���p
Planning/Building/Public Works Dept. INDEX AND YICINII I MAP �1
NO. REVISION BY DATE APPR '^ Gregg Zimmerman P.E., Administrator
1 11
4y�
D
WHITWORTH AVE S
T D
z1
� ga (p z
N z MORRIS AVE S o
Ln
$ M
3 N
N�
D SMITHERS AVE S
-�
O = n m� LOGAN AVE S
m 0 ° Z
m D
m
°o
� BURNETT AVE S
a n BURNETT AVE S
WILLIAMS AVE S y
z
4i
s� WELLS AVE S
s
MAIN AVE S
m
m
03
z �
■�
m o
m Fn
N 1 � 5 n 0
m m m
rn 7n
to z X1 00
m� I � C n c:
� ° m � � 1/
� � � r m
X n � O O
� m
m
0 m z
0 0
_n
rn
Ut z m o
r TT
I —1 N m m t m `� m v
i 1 i i iREL. i RE-
0000000000 �i x
c � m
o'Drn VrnN wN 19 m
m
0 0000000000 0
00000000
w w w w w u w w w 00 0
w � w
rn rn rn rn rn rn rn rn rn rn m rn
1 1 1 1 1 1 1 1 1 1 !'�— 1 mF, Z
0000000000 o�n c� '
m �� ,����wN� f $
z 0000000000 o o p
m —NFFFFFF E m
v � x
"FA01 � o m
D iov�o�sc<zzz0 v
g ^� °=gam D 0 = r
p m
D z Z
r m � m ^
U)
1 1 1 1 1 1 1 1 1 1
v v v v v
�rr- r-r-
m m m m A
0000000000 0
.p�;,•.vr. xms. .-t L. -a SME, W-.-- I.. v,e R m
i...- ilr-om rm.-mw i...-.. l..... ....... '".---. 49-- r "New... .s.... ..--Mw mm m. ON...I. y.-.Y .....M ..... O.... ......Y
PPP-SS-TTTT
°° " n CITY OF S. 4th STREET BURNETT AVE. S 3/1
--QRL RENTON TRAFFlC IMPROVEMENT PROJECT
�-
YJL ��� ' DATUM Planning/Building/Public Works Dept. DEMOL.I I ION PIJV`I
C1
NO. REVISION BY DATE APPR -•^ �* Gregg Z'immermon P.E., Administrator
s 11
0
°
0
qi \
LZ-04+0l, 0d I
It
r
11+25.41 I 0 I \ �„ 50-
k/,� g \��
6
CU*AW CUTW
-' '--'_.-.Sj._. ...___S• -- .\ 5.\. _.._......,5.,_.. SS'-'__./ .i:i .. .SV-' .S> q _ ` - ..._ SS '>S._. _...... yg......... SS _
_» '
r:
\ �
1!.,, S
w
SA S
cM�$I�\
,38.99
EGIN SW ---
.J ° \ SAWCUT
., P
J
N J
' sq1 n
AV ge
0 (M a
--SS SS ¢ ro
I a
Bl/RNETT.4V19V1�
m o X 0 m
�(qj/ d
.� 7- 7
1 ,.I
ro. W _
7
A
DO
E m^ 2
'`11� a� m / ,. sa •� \•�\ �..�-� Hsi is �'C
Q)
>r V o
u,nw \ C7
v
m � Z r, 1h Pcc a 1z+9a'# \�\ 22�
"+ •\ `` Imp
imro [ \,\u)
2L Cj)
ft' - \ •f L
AL TLDF
2 CL
C )vZ \ ° °3
CD
A
O Ss
i 0 ym?
MINA
Z.
Or-
,
W O C t G 1
n 3+9
P7
s
° { .07 \ �\
z
8 r D II !'
y Oy
Nd
■ Y
- a 00" X00 @O 00 000 O 00 O O
60 0 wo K{ 58TWo o y
a mmpo C mm x E !� O ro O Z sD ` p ro 2`
0 ��z 2 W w< ° oO r4i Aro C m zmci
O
m O 1OZ i
"o D n
°
p fi�X rr,, C g1y rny+� Zy-z>I O y ZZ p� m m S >y / p O pp
H
Z �s c G p
O Z Z 0 0 F1 2 Z x pO
0 0 y ro A
'p 9
p
O.pf��'rop C1;/IC
o m W y au z'^z 1n y 1' m 0 y i ;o m-
z ra g ; $ ro > 9m0b^p� ° oo0 $ ° `�4�;fi g
O > 2 2 Qq+(_i z Z o�mvmi l' S �*i mz� m F DZ yO pL .
c r=
p m ii >
s m
W' 'e +rsi.rr Vrerer.rr esr�eu �ie�e� en�r.rr IMMONO r Wawa-o "Nomura r
e.—�w,�"-'+w err .""fir
PPP-SS-TTTT
weedw S. 4th STREET BURNETT AVE. S
CITY OF TRAFFIC IMPROVEMENT PROJECT 3/1�
RENTON
� DAM ROADWAY AND DRAINAGE P:
N0. REVISION �K ae.o Plonning/Building/Public Works Dept. ^�
BY DATE APPR � act arrrerar Gregg Zimmerman P.E., Administrator y
11
z
V 4
Oo V 0/I M 4 Id!2 VrNNA
C
N. Ga V•� m
�a So rw 1 11
Fn
z
m
�WV zz
rW.twO W A mNO
5rtrV + mEm nim�
v g
N•
o N N�OT82 a '"
+W N�
Qr+NrD 0
\ U r V�WOO OIO' y
N W mel Ol N N 2
LZ'04+Ot Od I o M
m
n \
z \ c m
n ,
S. _ I +NyyO' + N W y W d W p n
- 1 Oi ±a •0� m O Oi!R 0�
`• w p'pO O O ar ,•�N.w�V1 ,O N
+ c g \ m
p, PT- 11+78.78 = a4x
> s - C----SD_ v
m
z
----SS----SS-- $ ---5.10" $$- $$- -c -f...\$ m --$$--g`-SS----sS----SS----SS----SS-
J �•y '� n
CO� i
Ramm o Pz
i .. . ---SD-
44 I'
4 W
pcnUGOm 4NmU W ...IS rN aIIN R '.`Iry.
b�ta �. •. V ar m _ . 'n, t,.c.c.�"2 tti0`��m mr``��n
•. I m�_.v � � O �m
�o�nm�L v �• -. O. guu� �m�
g
\\��t PC - 11+88.7
-- ^�--45---
m m $ �W P �i n m BAT*W AVM 3
---ss-- -ss----ssi- —r fl
---$S- S-�Q--ss----° ss- a!$$— - S - -- ---SS----SS----SS----SS----SS----SS
\ 8 g a
50 4 \\ / er
P LA -z
Cy, N I `\ ory�nmz io N @ ', n0�^ • ® _ N;v,i'Jn10.B
0.,z;�z°i o p \ •"f'"•'• 1 X`R eNU�`sue ICJ, \� -en,cs � „,a � \.
•ti o'^mam V � \� \7T* � a a �4z mnR�An
mc:.�' �m3, OI ✓/ 4?,S „5 _,m2 01o�nnzim
vN V," }•:-"� O \ `C � 0 A (� 1 2 amtn•.nail
/� �� m �,;° a�• 14 C �
YJ W m_z
m w D PC P Z O
12f93.5 1P
C.
tJt V
y c>iyi� cgF 4,m OD
7.80'
m �i Qi
nY4 O °N C C g N �3VN r m°Nq�u n>$4u��Uu;n4umc`;."n,mw s 2 .'®. A QO IAz° zza Im�LZmu—
m m n0+\
m
♦♦�� r y4 Nmm A r E zW n
VI m S; yyyi fn O _ E t01 n I W m00
Z— N \
`
D my= � c3�mjij5 �� .. I °iwrn I` \' �UUlYYYlll
Y' DCSm 4Vi0 3. 4�w�N„ \ \t
gz Z
M z
m $ p o >\ ^\
z m N'+
9 qc
N p 1
i^
00 O 0000 O O O
$ � +
ILI z zuzi
ay xa a Zc�
r I 0, zv Z.
;
a D �rn orn y Yl� �A f•1�D
G Z m�
v N N E bN Em ;u N
0
2 N � o 0 8� rn• r-
m mo Sj s o D 0r > gz °
o m � mA �g s so
z °�= o g °J {Fns °
'U
A
N r+�
$
:3
nATL• aor 9cyE PV— V1. .nn upi Co.
600-0 lvm� mw i irrN/ ammr+w 40"WWAO r—~ am-ftoYD W,mmrr WIN- Y Ift.—A0 Mr--w r+.-�► �r+r�r �i11 �r�r�
_ I PPP-88-TTTT
NS CITY OF S. 4th STREET BURNETT AVE. S 3/15/05
v.-. AL � RENTON TRAFFIC IMPROVEMENT PROJECT
LA Planningg/Building/Publte Works Dept. CHANNELIZATION PLAN C3
NO. REVISION BY DATE APPR + -+ Gregg Zimmar mon P.E., Administrator
4 11
of t W
°m i '1 1
D m;� f
0 X m� lzm mmp Z \ 1
my °o >Q* m
Vow >Z0
� o u
m> fn o -4 yx p5p
MA P y r Dr Drnn
m aD 0= o zV
a; my y ~ \
0,0 2 y ya O° 4
m x A
B °� f m0 mg
OA yr m \ 11
0 11-Zi ? Rim
a my c yo Dm \\ @'\a 1/7
I
o <y y 90
f o m
a nm P mz
o mp m
m m; yN
y a0 ti yo °_'� �-
rD- N s O O D \ / _ I II ;. l7u '-SO-
r zZ y I.
rn =0 0
im z -`;- q - \ S-_..er-SS----- ,.> ...._ SS,-...._.....
v x
y i 0 nom
0 9
D ZO -
y
v t , r
OOOO O O O Y �;
.. fYf ll1
os 0a oz
D D D _.__._._ ..�`.��._.._.___ ... 5. -.... _._
T 0 0 0 'aZ 'OZ ��,
o $ F ; s zs �JK =.j;
8 ry y T. 7mmc /m7�C 7 _. � of \ .A i1 (\t
m In
o
n:13
m o A o W
m Fn
m z v
m p /J
m j > N
z
r
cn
\V �
z m y ° `\ \\
a O �� j. V
y. \\
m
3 0
I
� s
N
O
O
O
N
O
O
�..._ _ �. •a eau wrr-- 9w _ m
'�rw�• Ilfl�ll�ll� YI•�r +rn.r lu..•r ur0111,r iil•r.f nI DIY "M.MIr •rrwo r w««rr t••.••1 �r••r w•..••f ...�•� ��.
PPP-SS-TTTT
_
�. .�. NS .• CITY OF S. 4th STREET BURNETT AVE. S 3/15/05
►L _zM RENTON TRAFFIC IMPROVEMENT PROJECT �.
DATUMp��, SIGNAL PLAN C4
N0. REVISION BY DA7E APPR AVIIIPM
mrnMman PE,MminN4obOi
6 it
w OD J W N A
m rnmmmmmmmm m mmmmm n
xQxx xxxxxxxSc'x x xx moo
*6*te N*4, _ .. n.
VI N N •N N N Vt N N • • VI N N C D \ . 1 tt I^ I
<<<o<<<<<<n n << m ��� ��
r
NO
000 0
Z
n m �PC a 11+, 6.73 1 1) \/)
'v ,�t, N 317 •gi-1 \' F/ \;T -\ 'G\ m I t�� `I \_.
co X
l
,>
q3 In
NFL S \ \ - A \
N m N _o BURN TT \
_ \ VEND \
/ •e,'* :.
0
N\\A m \ m �'
t C.
S` m �.t .. -. Y, \ / �(; '• III i \J. __{y.._
n
C.
t0 01 J 0+N A W N O ;�� \/ RC
I n
mmmmmmmmmr�r*�mmmmmmmmmmmm�, � i ° , K.
X xXXX XXXX XXXX XXXX x x XX NpOo D L+ \ S -
-' N W;'N N N N W N m O£ I / I J�,\ V/W rt r
VIN IT N N fs is
N p • ll
W W W S rv- �Ii \ • A
W ' I J /
my \ \
N w �m 'I \ •
AD
N Vl � � m • //\ G
pp"� Z
Oo C O •�.I / II \ �\
m• D m \
-i
n'A
z I •
Arm I I
m s U I ,
,0 or Z hl •
oO j
•
FD?D + \ O
I
NFA VI n O co 0
z5
NN• C ,; ! T
ono
u � L
i I
I I a
wo° v I I -o II �.
n & J
a•m 2 i:�:J
'
m V zm 9m m .-0 -Im.Z m Z pgp Z fp�Z�pSp p�oV O>g po-5�{I�I..7��V2 V'0 (jI�OD Z mph p�om�*Am1
y OpAOZ ZD(V(-- O � �OCI� Cy CNy Z�DC COm;Ni m�VmDDV ZcmZy NCCDIV-
DV° yND Imn^O <?�O ZOO Z°og �D�ZZN, ..y�m°ND j! > -4zz Z O)N
mom gFF, 0��� o;� o;}- RFN�v �� NAmM,—M. ocOm,,z m��� i N� r-
.�II -{ m ppC pp r p r -{ Qn,
AAA m�N Vf�*ly A.��� ?Z ?Z OEA����� NmVIZZ°N mZ.AtQf �A�Ny C WN ° N
O-Z H COOT V1Z VI-1� V)Z,-m C�ZZ C Vl n DZ Z; y n 2
yz m z- m m' 2> n_MO z (40 z o z c;Z aN rn
wWWWWW WW NNN NN NN NN N _� O S m ZZ9 .?g mZ. aj rz Ny� �On1*11"•�O O�v��� r�is Zp° � AWD D
A 0lUA W N tO COJ O)N A W N O Z r
M 'n m- ..{ NmZ Z. rn m r_ zvr� N 02= ° L� �°� In o < z
rczzzzzzzmmmmmmmmm z aO Dl�77 cng pN�6^ D o a os �^_5c�mxIr� zymp c mcnz m Z Q
ODDDDm mm XXXxX XXXX .0 F, PImA ;m �ZN 'OOum1 Dm�r Dm1- ?D pZDD Dy mO D I�*Z>mycy) �X S_ yZy maZ
yNNVIN=' 'Ff mzm A.�.{{ ON p2A A r0� r0� NCO Or IZ*1ZIn� �r +I' N n r Z N- N N N to
-1-�-1-� N •�NN W-W I ° :I7 Zm' r O m0 m m +�i cn p 2yy< F v
N NNNt�WW NNV� N C_D mD ZA DO OcD am.r am. my-m D � ZvZ2 CZm yyZZ nZ �m2 � W? r
P; A.laI�.TDI'0�<9<'CC0'0�9<•O�V«<�< �\ AZ -iZ $+ON m=Z Dm D � �;�x m�D�N ZmZNZ D ZO�O�N A>mZo WN {
(7(500 A ZV D D < r r O r�m NDmO D m A O Oorn Ul
« «<0c<<0 0 m 2 Z yD ZZ ZZ Z I ° mm- f N � �m0 �F I CN A.
m �p pp� n >� zvy -�o pOmz =,m =,m � 6_g;�r2nn nL� Sz'valw irrv�cail ;ZN am 0
�N N �O mmA Z r C�my -1m0 -4-2m{e m�(CS`�OZ°�I- . •gmDm ZO mm49r �fi A W N � 2
W °N OZ WA Cy0 �m ym �ZOZmD�D VI CVCyJ�O�fXrl# so2m�= N°rZ (C�ZO II NZp Z
♦ w w •
0.5;0 2� m0 aD Om Zm D� i �F N> mmzr=I gfZ�T AND N ra
N y, m pj Vl Z.T.) mrz Z O °
» g= ) f� >m g� y`<y'O �`� �� -Ai°cciC, >Z� c�oZCS� rogov i$A cz co M
N W A A N N N A W W W A 000 y :1*1 T
C7 Ac Z { � ZO$ �_ �Z ��a�mmO4 Ngmv��rorz m 1*� j� E"� ° I o-I O
N�N O my C2 DD 02•y tA� NN yQO Z`"i Fn L7 N� mf >ZZ ZZv� t9 •4 l9 R Z
. Z �m w ZZ nDm �- u NzZ zg o rZOm� z Z m J 0 N n
o Fi = gZ �`l� q`m a �zvi2 �-mz
Arm v Oyy CO =° °m 20m D ZD z-pQ DW � r�a D�Ofn Orms mDf 1• M
--IN 1 <Z O m 0 Om� °f2•1 N yV ON Z Z D 4j m fXZN V) yONZ V' Z�N D
°zy m�aZ vo o� z$�F-OEM o• �-* n g0 n�^-'a a
z� Fn �" �"� �• !°o ; -Dln' 2N 0,P o=-'-
I' Mr. Z ; z Z m
m� zz �z Zb" g �F� s Ni " �W � �� U)
1n O N _
*Ib�� Z m Z Z
N0 VI G7 m v_`c�i� °mm z51 v`� 9P zF `Ora T' 6jr
ram- m VmZmm C. .zTG czi xr Fi �mg r�+�
n�In n r2n o<NO-o�°5 zr9i 1I,R• g i
0RP S ' r�z5: oz AD° Z> 00 m5mm z m
4-1 I 0 mczioZ0 O Fzo �Fi z �Fi D �� D
O� C O� B 1 e r G� " x12mmto m> o�x � �Z Nyr � � �
o<o r z m mm 4< aping Nyy y Smcn Oy Z •
frl Z 0 N N N ° Z 2 M°FoO OD HIS ,^ Zt'" DOCV'Z Yin �� P
mo ° i 8 rrm m m mZOm�c " zv Fo A?`s2 °g c
y\ o Z Z N y F m W b� C �N -i Z� D�'1 D V) ON�s �� m Z
0 c rgr ° ° c> c� z Az z g D o-1 O go F'�'9 �5 Sz�a DD f
O m m N O y r Z O D ZO 11
' !*12 C Z Z O fll O p ZO z 0 O V)CZ` V)2 mD�D a F �mZ mF
NFo o m o m m mp �c�.Q o0 'v i o m �Zm� °om m
r�* Rm7 `n FR M5 5 v F v to Fi A V1 Z{/) o o -P M
pO A z 2 x mX x o Fmmmz Nm 0 T t z2Zp �0 CZm m = 1
m m m>O D Ogg Z O F Z A x Z N D
g
z "� �0, v mC c ; cNOi0x9 Q:j m m
..... ? <° Z 0
8;0• 22 LJLJ
; 29 9 A y 1n U
v 4' Z
or —., m
armor "mum~ van~ +r.nl
�►' """'Mf w1.1wr +1�1rr •rnr .w.�1r .1...7Y1 1r...r1r ,.....r ....r
PPP—SS—TTTT
Py "s "1>INC1M11�1.1 F® CITY OF S. 4th STREET BURNETT AVE. S 3/,a/OS
�� =��� RENTON TRAFFIC IMPROVEMENT PROJECT
�:, 1q/P1,wro w«a. WIRING DIAGRAM
��O.N. DATUM �n p� p�,�,
N0. REV6pW
By Q�IE APPR •�•� ••••1.... Or.po"'ZIinB�1d1msrman PE AnahaLor C5
s „
17(I I IJ I�I<Iml N [�1<Iml N
N N N_N r O�O>Ot O�W r Irn��J�IOl rI D
III( D I l f Z Ill ;
N
IN I�I.w NI�I m I�IAIWJNI WI
I i11_ I o I I iI I g
fmc�om N V I I I 0
fmoOA FmoOm p
1111111 N GJ<m
z IJII � (�1<IAiN
rn rn rn rn m r rnlmlm`rnI�I
m m
INIIWINI+ N A W N+ 2 mIT�T�p��p�l r
n W N+ m
1 1 1 1 g I .I_ L L I g L LI.L .I o
f m o O m N :E m o 0 m rn
F m o 0 m u
_._... 1.1 l_( I
11lrl � z lilill z li����I
Oi 0
r II�" III1II _ oz
N1N�OfIA pal m IT�A�WINI�I m I�I�Im of m N N N N N D
N N11flN m m m m p� r
N?W N+ 2 (PA W N+ 2
I III t o l l' I I ( o ITI ITo
f mo Om f moOm w FmoO� ao
W N F m o 0 m W
1%i�il � �ilill � lilihl
I�I �wIN AI
N
m Im�P1U ISI m I�Iml�l�l�� m
f f I T I o 1 11 f l o f l f 1 I g
f moOm .*moom A .fmoOm N
v
1i lrlrl�li
f m o O m m o 0 m F m o 0 m m c)o m m O o m `<m o O m f m o O m m
111111J1111111111111 A JL 1111111. � 11111IJI111111J11111 � I1 LII I I 1 1 11_1_ � '
N N N1IIN N A A?1IIA A = mICO m m Z 100 m m OU m Oml T Obi Obi Z Omi Om1 Obi Of m-
> O>1 OI y; T1
IN I?.1 I+�o--I. m-m.�.I D N,IA.IW�fJ(.�I I(n�?�W�N+1NIAIWIN�_'I I(li?�W�N��NIA GINI.f. r N
III 77 i l l( I I J 111 ( III N I (JJJ J«l 1 111 I 111
f m o 0 m E m o O m f m o O m F m o 0 m�E m o O m f m o O m f m o O m
0
Z
m
m
INJiN.N. N f�...1 (ATN� A NN� aro NN�1 �
m<o m<o m<o m<o
( I I mo -� I_I
WO o m J v V 1 v v 'O Or
� � N m J ONiI O p Jlm m N Z
>10
o ° JII � to N a
G) .I I. ; to
m G o A 3 0 o I o
a o X i .._ .0 .p fc>m g
pp Fom Z
m � � { �
A P a � J-4 4 m Rl J J m fF*1
NN O m _ m00 pp m m
P m v
m A f-:ll 1 Z cT N+ m
w N $ 1 t I l IyITm illy III m y i .
+ 2 �Irnl m �fI m ._.� w g�=o I�I°fj s�z�O m I�I.rn� m .1Ja m
m m I I 11 I
3 o c X mO w o mo mo w
„ D
m Z
XW �, I_L.I I1 1 0
s 7
Z W 0 f o m f o m m f o m f o m F o m
1 L l I7'lrl
8^ r r 1 II II
$ " O m m N N E O U�N[:I O m NINI� O m NIN�I O m ININ1Nl O
n O N ° I L.L. v 0 J l ll I ; P 1 1111 I._( m 1 1 ( m ° 1 111 1�.1..1 1 rl
3 [zIo1z�o m IJzll mlz)ol 11=10�
A o o o n
o m 0 1+21 O o O
m m O rn O O
D D F
J m Z Z m m
S1
+ 0
n
D
f m m<0 00<O m<O m<O m O f o m m O F OX m O f o m m O F o m f m o O X 'E m o O m m o o n f m o O m F m m 4 m
I l L_ l 11J I �L 111 l l ll 11f l 1.1 ll _ I 1 111 JJ _ I 11
............. ...
Nz n --I
o
1p 1D 10��OWDj t0 t0 t0 t0 tD(D f0 10 t0 N J J J J J V V J J J V J J J J J J JIv O�O�O�OI I1p�O�O>mom T O�(OI N OI O�O�Of Olm T O�O�O>7�O�a.O�Of p�O�Ol O��NIII OI OI O�III}O�01 p� (n N N(/�N(l�N_N In U SIT Lo N N O
2IIro m m m m OI AFB}A NI{N N m mIm{(m m O�OI Of Of�O�A A�A�A�A N N N NI f m1.m ml S2 J�J J��II�I m��J���0�lT:-- T T N.P A�A A��W W W�W W N4N�N NIN . +.I_f. N�N IN�f.-m 4 l_�l_ J.{II.J .o �2' �
+IO N +V11N+MINI-.(TINI+ J�OII(TIN+J�m�N�N J�0111(/�N+J (n Nll NA WN NA wN+(JiA WNL IT>WIIN N>WN fnA WILN- (TN WN- I1�A4WN+ N ObmJO�(TA WNI+N+ 2= m
A«lm mC a <m all m a<m m� Wme m"o mma a� mma w� mma �" °D m ,a m a �''O1 m e mr .e m e mr a N m a mr z= o o mm !n
mD m V T A N'0 mm Oopm WW Oip01 ?OA NpN m m O m Z 01 A O m Z U A O p Z W N O N Z 6 mAMD ZVI
�O ION r0 spy m NN t0 tO(A A N N x A N to x N N x N Cn x o I r m N m
VO W mR
0 o EMERGENCY VEHICLE .. _. _. .._ _... .... _ __. _.. _... _. N >D m
= PEDESTRIAN SIGNAL HEADS VEHICLE SIGNAL HEADS COORDINATION o 0 0
-__...PREEMPTION ._... _.. .. -.-._ .. ... -._.. .l_L+. i� D
m —♦
o �
Z
N
Ylr�-- w..r� �11.�i Y�.�r `.... .Ir.... Wr�Nir «....� ...� r.....lY r..�f .�....�'�..w �..► ...� N� m
PPP-SS-TTTT
NS CITY OF�� CI OF S. 4th STREET BURNETT AVE. S E/15/06
PROJECT
TRAFFIC IMPROVEMENT
G =� RENTON
NO.
REVOM BY �� � DATUM P � ILLUMINATION PLAN C6
s
1I7 yr Rr .._
r-
,
. ITT AVENIE a
sS_._� -1 ----
ti _
FTr
t6
i , l
Y
m �". ' I I I
I
� > z
w � �
v
i I
8 b N ;1
3 g i I1 j
-n >
co
0
0
D D
W m
5 Q$ co
3 z OO
00
X X
N N
z z
C) 0
A N
Z
D D
V N N
5 c c
'zz
a a
M m
M m
z z
d v
NzN z
--1 y
D D
F F
z z
m m
f F
� 8
x
== v
rn In
M-
pur m° "YI Sam
rnrr r....,. cur•. r+r.r Y"+ri+ �Yrr�.� �...� +�...r +.r...."r �r �..i.+.� in...rr r.u.wr un.� A.rrr 4w/W ww"""r vmmmW
PPP—SS—TTTT
Pa. " �8 CITY OF S. 4th STREET BURNETT AVE. S 3/15/05
RENTON TRAFFlC IMPROVEMENT PROJECT
...aLK = DATUM q P � SIGNAL DETAILS ". G�
NO. REVISION W DATE A" •�• wsww�v
m
>,00 to 1 f 1 I
gip$ { 1 I W 7�? 0
40 m I r 1 i
I n C —
N —
a,n W
w (7 ��,yj -1-4
3 N -
a D + L ------�
m Am m
0 J 0
m 0 m
m ° A,°. z
Tq
=v 4
r �r
� w = -4
M
3 W°o a
7 -n > I t
x ? m w —_-----_---_J
A < N
O O N o ;,
d n z
b -DI D o i
m z z
N N L
8 0 m z
r7
c Q
m
'/•pf• � s� � .'C tC� � q 4 � � . . � � �� A N @v� 2 '" � 7C 7C 0� � m 10 g N N N p. 39 9 O f D p O
4 r: m 7 n u• c•.
IAZZ °n Qty �, _c.a3 fs � a —" � rn
a c°. "
g,0. d 0:t N r 2 a,
4
t n 1 3 "` m
m
a + :w °o �^ ° vow
y, 3 fl a `o :E a g .•R f
n '
I U N f
TJ Y -7
O ➢
z Lo _.
r m
°
Z C, m
IO = ---------- = r-----�
m n z - I; N t
1Q
D m =�
r F; I z '' z
O G) h `� !-- --- --t l___�j
0 Z -
m D -
1 1
L�
N
m o �
o < _
<
m om D
O = Fz °
z r- D o
m cA 0 m /
0 G O Z o
o Z D >////
m y
F m
N y W oN _
D
T
T m ry
Z 1 D
D D \\\ ^ o
----------------- $ z
O A A
- - - I—
m p Z
mfno ° z r
--------------- ---------- �u CPO 0
m 0 m�
D �c� C �a mNC \/ z A
Z O n
j®��= Z Cx
m Z ` D O m m mp O m O m
(n - Ap0� pC-mim n O
Z W Z Ol M>OZ \�\
Z O% 0 r Z Z.l➢1 r y
➢
O ° moo
Z C >
V) o
Z _
C) W N
Q �a$mesis � O ��a of (n
F 1 Tiflj�l( m
D Z n u
N
O _
III III I I D o >
D m
� mm pUl am nor s0 FWe� AM —Wk C&
iwrr i+..r � 'rrnrr wlr•iw�r r�r �ti no-w~ err r r® ��� �� ww�•1 wnrif rrrtl M�wYY r»0 ww r!!•i
PPP—SS—TTTT
.M. NS " �'�'�" s8 CITY OF S. 4th STREET BURNETT AVE. S s/�s/os
"'� Pr. RENTON TRAFFlC IMPROVEMENT PROJECT
LA �M' DATUM wr
w� �« SIGNAL DETAILS C7
ff"rff e »
r--------- , N
to I I I I
♦ ♦ i o n < m I j .
1h
ono Im o 1 1 rao -=i I �� RI �i 1 1
za m, c I L_-__.-_---
{ -"1 L.
� ----------- W
dj�• ~ { i -�rl N � -
" o X Iw m m ©I
v 3 � rD �
A a ()
o _
r-- �
o fn
m ♦ I --- { a
L^__----_ _1
N O
O O
n Z ;u
�
D o m z z I 0
N
_
r
3 m O Z N w _
c/) = o
m {� y
fron V C
} a
a 0 6 .f 9 tr < C
sn as
q¢t m fin+ t► A.z A .+ x w 3 3 n, : n �• " r" 2 I-----------
-�
a 6 a M N
3 g ° ° m Iv i
70 � w ey7 " » Nn � a_
Jf 0 Olj d Y � � p � n �. w p � 5. �'q !' L--___-• - ._-J
< C + n C '4 Y v w m
o o
D D fl n. w p v .A E
-� - w c
x a
j U y f
M S
o D
g
D %n
�+
z -
Z Z m I i m .
jO n I ry-------1 N
> Z { I I
m < I
D m
F O
j O �-4 a_----__-- L---
0 z
m D —
D =
f- v
E
N 11
N A
N �
m°
a �
o< _
< o
m o m w
o = FD D mee
Z
m 0=
_I m z s \ \\
z V) O m o
O Z D ~ N Z
D °
\ _
r m
D v co °N �\
l _
yr m im y
0
I co In
C)
D
D D 1��� m z
----------------- \\ z
O A
M o Z
---------------
. ---------- m mF o
o, O m� 5 °
D -0 �C-u C mss \/ z
®O9N
N �z D A0 m om 0 4t
00-� -� o� gzam ox
Z D w I Z �� m==y
° F4 H O
Q m.' 0
Z C A
V) 0
Z
G7 W N
D Z < j j < I o
o m
j jjl jjj j l D ° p
D
"s"m -OF SCAM pw"— w -M.h SC
+� For CC IIS R OFA M k AIM
_ PPP-SS-TTTT
... NS CIT
�t Y OF S. 4th STREET BURNETT AVE. S 3/15/05
.�.. P1. RENTON TRAFFIC IMPROVEMENT PROJECT
.�aLc.N. a DATUM Pboe� amy/Puwre pp�. SIGNAL STANDARD CHART n
NO. REVISION 8Y WE WM w� wsrw.v (irpq nwrinon P.E.,Adrnblhtroi<or C8
9 11
D O
D.TO1
O o O O I>- o x m
O> (n A W N O K
06) Or mD
oK: Mr- m
m m O
?
P v + + + > 0 Cn .D.Z7
co N o m fn O
N ° D ��o Z o
;. o � w
$ w Y m m z
x > �O
D F
D
x x x x Z 2rn TYp/
c O O
a a a TYPE D z m c? pi
(n Z Z
D p -` o
O r P
Gt 61 ILi 8 > Z: O e Z N
p D _ ° D z o oe m
sn ffi Ir m 0 3'_6�
N 1
td m 2 y
S7 8�-0�� D 0 D _ y
Y 45 to t— p m
z O O
6 a > O O
OD p CD
Z cn m
D Da m
r D
z Ln Z7 r
o D Oy o X
T Z N o Z s
O =
a > r-
;o N N s pU n
cn
N o G7
co v)
D
>>
D
U o r �Z x
r
ti N iN >
D zz n U) X
m; m m m
D m zz p cil
n
x D o N G7
N Z z D Z
m 3 D n oo m N N X
00 � m , bz x N
o .. M m ITS n A o N
3 D >rl r z o� x X
z; u
N a 0 ; > A g < Ii N
2 K: z r > 0)x
° D > o; �� > Z
0 0 o e
D < m m II II Q7 m
3 m M m a
x
Lo
M � a
3 z "a m r
C D
m v QT Y co "I
v Z N CO Z D
O O
1 0 �
N Z
S S ? Q7
N m
rrn U O
S ix Z -
N N �
v
rf:)0
� n
D > m - x c� m m c
a O ON O �.o-.o a o-o m
rx-avvxA
m om 12" m oo zmmmm�i M
m o ti� A0Nn��nm D
w nAi rZI o 3.-6�� m. oczi mmzz�r�*r�+�
O r >0 Cm"00,
c m zc Ina zz
n p = 0 6-� p o-v m°m I m
m m z c n a
3 3 0 X m o° ov o
o �z Q z1
T D 12'-0" yD D -mml
x cl) or N z
Fq
A C Zo j m
10 N
3W f0 �"n� D O�.. �.
' `N V/ 2 m NNNNN N �WN AZ
" 101 W m m
3 0 Z m D I I I I i I I m M
Ln
n
000000 o 0 m
° m �roA rD o-1 1 1 1 1 1 1 m p
N C
r m A y W
N
FA 0. mw <0 Z C mo
D �O-Ong-O"-Oi.-Oi.mQ OV Oi0 Vm C7 Vl n
z u M .2 '� - > A W D
Q v�'o«rn3 0 0 0
mom m o c m � m O M o r..P,E, m m�N�!w3�v,00 1es Z °tin o �1"-2" r�
y n 9.m (n .�.I
o m� -' O
&K,
4 y m ° o
& Spa S m C 2" CL.
9° Z
I o•o o N_. - S
0 ^'c>_g� D � v! I' Q w
z O O N H 3 D U) c Z <7
T-I O 3 a(A O � Q N
N Q
o r
O O
a: ow O a ° �7 N V 1
fri O�O® A 00 -m r Z ° O Z1 r ± °
0 CD rri C7
A o na m 1n X m D
D
a O = r p' W
C 2 1/2" CL c m
C
Lrl
N FOUNDATION DEPTH ti
(PER SPECIFICATIONS) "'
Paso. nm■we PP■■rm ■k m mm m
._ Pa•an wa wm o•d
PPP—SS—TTTT
... ... `'��" 66 CITY OF S. 4th STREET BURNETT AVE. S 3/15/05
Ns
•>•�rL RENTO TRAFFIC IMPROVEMENT PROJECT m
w
_IA DATUM TRAFFIC DETAILS
Pb db Wort■ Dsst, C9
N0. REVISION BY DATE AM w� � �° �s9Y�an P.F.lldmtnisholor 10 11,
A
I • i i i I •1 I
I
�; e � • � � I � i O ■
t - m y •
>
it m • •• I I F T•
�+ H M •.
r r l ;o D I m k ••
D DI W -p •mi •♦
• _0 •■ ••
I
C7 m '" • I —�{ 0 Z z ••
lz 0 7 >
r--o
f T r (n Z I 00
c b • 'tI (n v i m to
I
y z I z
Z
-4 N x
- u z °
° s� a D w
Z 2ZmO W s
Np s W
g�. _
v #
0 +n
i z (n j I'6 a •
iE fT1 n��� i =fi 6'4"
>'m�m _.... O�
Ca
O D z ------ Zj 18"-24..
�
N m Z n ossiiilA
Mn
♦ ♦ � �Z J, � aq �";`. to r I
A Jz�
m
N m A
a C
ip
N V
M
S �
m W D
ff X m
0
s m
s
mw m
wo—or ""I...r wommow
_ I PPP—SS—TTTT
�• .M. NS .i!'1�11�IM>» �d CITY OF S. 4th STREET BURNETT AVE. S 3/15/05
��� RENTON TRAFFIC IMPROVEMENT PROJECT NM.
'-A .I —� DATUM p ROADWAY AND DRAINAGE DETAILS C10
..N.0.N No. nE\sro er aAt: AMR :: : a. ma FE AawNktINN tt tt
A
u u m
QQ O
x
>0 6
y7( � 0 n
O fT1
S rf. 4 Z <
y M z
D 0 A
cn rn
N OS Z n
z ;
Ln
tin v
n am
W w N ry/p�� l O / ••� c!L-
Cy .TCI >Im.1
D wM °y a O A \O m Z
V/ O _ m ti
Z 3 W� g ° L
$ \i m Q N
SP
0
• oi� is� - R��� �� °Q{ I i1
� O
vw o
0 0
a ?•g �� R 3 °mom r
1 All An
°i oS off$ � 9C U1 � y1 �r-
'o x ■ .. C 9\ rq p C
x
Him
e • Sim "8"IIY' MMMI -
ego
Ea � °°• _ ..� � it�c„
uo :� 2'•0"MIN
rIA
No�� � '.•� _� ,% !w lulc C7 °u,� - �A X01. z
� 888
c7 I gt "d3 e s g 2F° >
'r s SS x e a
1 Am
•
D
Z q 938° 8 S
o
N
ryp i�
5
dJ 513 � S =7a
u -s s 3 �
1 _R$g6 Z7 z z m
g 33 90 I D
I
♦ ♦ 3 ggo . raq=,$ PH- C I 6-N
.4
a
m v g I i
o m / t
m U) C7
o m = Z
N m
° -
A C 25) r a
SD O� �
gay • �- m