Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutContract Award Date: 9/26/2005 CAG 05-144
Awarded to: Dennis R. Craig Construction, Inc.
1 P.O. Box 595
R E N T O N Redmond, WA 98073-0595
Amount. $459,508.35
�Y
Bidding Requirements, City of Renton
Forms, Contract Forms, Conditions of • .
the Contract, Plans and Specifications �-
�'NTO
.1-
y.
s
1W
" Benson Road South - Main Avenue to S 26th St.
(Downtown Curb Ramps, Maplewood Sidewalks, Highland Sidewalks)
TRANSPORTATION IMPROVEMENT BOARD (TIB) FUNDED PROJECT
ir.
City of Renton = L-.- •••
1055 South Grady Way �i'�f' AS
Renton, WA 98055 '
� - I
Its General Bid Information: (425)430-7200 ;�, s0,o
City Contact: Jason Fritzler (425)430-7243
Consultant Contact: Kevin Dusenberry (425)974-8047 • ss/pNA�ENU���I
(Entranco) `•.,,���,,..•
EXPIRES: 10/22 051
Irr
i
CITY OF RENTON
RENTON, WASHINGTON
CONTRACT DOCUMENTS
for the
i
Benson Road South - Main Avenue to S 26th St.
- (Downtown Curb Ramps, Maplewood Sidewalks, Highland Sidewalks)
i
Project No. CAG-05-144
August 2005
BIDDING REQUIREMENTS
CONTRACT FORMS
CONDITIONS OF THE CONTRACT
SPECIFICATIONS
PLANS
i
i
CITY OF RENTON
1055 South Grady Way
Renton, WA 98055
i
CITY OF RENTON
Table of Contents
I. CALL FOR BIDS
II.INTRODUCTION
I. INSTRUCTIONS TO BIDDERS
2. SUMMARY OF FAIR PRACTICES POLICY,CITY OF RENTON
3. SUMMARY OF AMERICANS WITH DISABILITIES ACT POLICY, CITY OF
RENTON
4. SCOPE OF WORK
III.PROJECT PROPOSAL
1. BIDDER'S CHECKLIST
2. PROPOSAL
3. SCHEDULE OF PRICES
4. ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA
5. BID BOND FORM
6. NON-COLLUSION/ANTITRUST/MINMUM WAGE
7. SUBCONTRACTOR LIST FORM
' IV. CONTRACT DOCUMENT FORMS
I. BOND TO THE CITY OF RENTON
2. CONTRACT AGREEMENT
1 3. CITY OF RENTON INSURANCE INFORMATION FORM
4. CITY OF RENTON STANDARD ENDORSEMENT FORM
' V. CONTRACT SPECIFICATIONS
1. AMENDMENTS TO THE STANDARD SPECIFICATIONS
2. SPECIAL PROVISIONS
APPENDIX A-HOURLY MINIMUM WAGE RATES
APPENDIX B-STANDARD PLANS
VI. CONTRACT PLANS
I. CALL FOR BIDS CITY OF RENTON
I
CALL FOR BIDS
BENSON ROAD SOUTH-MAIN AVENUE TO S.26TH ST.
(DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS,HIGHLANDS SIDEWALKS)
CITY OF RENTON
AUGUST 2005
' CITY OF RENTON
CALL FOR BIDS
Benson Road South - Main Avenue to S 26th St.
(Downtown Curb Ramps, Maplewood Sidewalks, Highland Sidewalks)
Sealed bids will be received until 2:30 p.m. September 13,2005 at the City Clerk's office,7'h floor and
will be opened and publicly read in conference room 521 on the 5`h floor,Renton City Hall, 1055 South
I Grady Way, Renton WA 98055.
The work to be performed within 45 Working days from the date of commencement under this contract
shall include, but not be limited to:
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 but is not limited to the construction of sidewalk curb and gutter,curb ramps,
reinforced concrete barriers, drainage installation,traffic markings,traffic control,roadway
excavation and haul,removal of structures and obstructions,roadside cleanup and other work
necessary to complete the Work as specified and as shown in the Contract Documents.
The Work locations include three sections along Benson Road South, select locations within
Downtown area, select locations within the Maplewood Community, and select locations within the
Highlands Community.
The City reserves the right to reject any and/or all bids and to waive any and/or all informalities. The
engineers estimate is in the range of$500,000 to$600,000.
Approved plans and specifications and contract forms may be obtained from the City of Renton,
Planning/Building/Public Works Department, sixth floor Customer Service Counter, 1055 South 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 non-refundable. No telephone orders will
be accepted.
Questions regarding this call for bids or the planholders 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, Jason Fritzler, at 1055 South Grady Way,
Renton,WA 98055 or(425)430-7243.
A certified check or bid bond in the amount of five percent(5%)of the total of each bid must accompany
each bid.
The City's Fair Practices,Non-Discrimination, and Americans with Disability Act Policies shall apply.
,. Bonnie Walton,City Clerk
Published:
Daily Journal of Commerce August 26`h,2005
Daily Journal of Commerce August 30`',2005
Daily Journal of Commerce September 6`h,2005
..
II. INTRODUCTION CITY OF RENTON
II
INTRODUCTION
a
BENSON ROAD SOUTH-MAIN AVENUE TO S.26TH ST.
(DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS,HIGHLANDS SIDEWALKS)
CITY OF RENTON
AUGUST 2005
INSTRUCTIONS TO BIDDERS
r1. 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.
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.
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.
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.
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.
1 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
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.
' 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.
BENSON ROAD SOUTH-MAIN AVENUE TO S.26TH ST.
(DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS,HIGHLANDS SIDEWALKS)
CITY OF RENTON
AUGUST 2005
13. The contractor, prior to the start of construction, shall provide the City of Renton a detailed bar chart
y 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.
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
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
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.
' 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.
19. Employment of Resident Employees
The CONTRACTOR and subcontractors shall employ Washington State residents in accordance with
the requirements of RCW 39.16.
20. Pollution Control Requirements
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
BENSON ROAD SOUTH-MAIN AVENUE TO S.26TH ST.
(DOWNTOWN CURB RAMPS.MAPLEWOOD SIDEWALKS,HIGHLANDS SIDEWALKS)
CITY OF RENTON
AUGUST 2005
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.
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 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
1 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
detected and the measurement and payment provisions of Section 1-09.14,Measurement
and Payment(added herein)shall govern.
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
1 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.
' 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
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?
❑ Have you bid on ALL ITEMS and ALL SCHEDULES?
❑ Have you submitted the Subcontractors List(If required)
❑ Have you reviewed the Prevailing Wage Requirements?
❑ Have you certified receipt of addenda,if any?
I
BENSON ROAD SOUTH-MAIN AVENUE TO S.26 TH ST.
(DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS,HIGHLANDS SIDEWALKS)
' CITY OF RENTON
AUGUST 2005
CITY OF RENTON
SUMMARY OF FAIR PRACTICES POLICY
ADOPTED BY RESOLUTION NO. 3229
It is the policy of the City of Renton to promote and provide equal treatment and service to all citizens
and to ensure equal employment opportunity to all persons without regard to race, color, national
origin, ethnic background, gender, marital status, religion, age or disability, when the City of Renton
can reasonably accommodate the disability, of employees and applicants for employment and fair,
' non-discriminatory treatment to all citizens. All departments of the City of Renton shall adhere to the
following guidelines:
(1) EMPLOYMENT PRACTICES - The City of Renton will ensure all employment
' related activities included recruitment, selection, promotion, demotion, training,
retention and separation are conducted in a manner which is based on job-related
criteria which does not discriminate against women, minorities and other protected
classes. Human resources decisions will be in accordance with individual
performance, staffing requirements, governing civil service rules, and labor contract
agreements.
(2) COOPERATION WITH HUMAN RIGHTS ORGANIZATIONS -The City of Renton
will cooperate fully with all organizations and commissions organized to promote fair
practices and equal opportunity in employment.
(3) AFFIRMATIVE ACTION PLAN - The City of Renton Affirmative Action Plan and
Equal Employment Program will be maintained and administered to facilitate
equitable representation with the City work force and to assure equal employment
opportunity to all. It shall be the responsibility of elected officials, the Mayor, the
Affirmative Action Officer, department administrators, managers, supervisors,
Contract Compliance Officers and all employees to carry out the policies, guidelines
and corrective measures set forth in the Affirmative Action Plan and Equal
Employment Program.
(4) CONTRACTORS' OBLIGATIONS - Contractors, sub-contractors, consultants and
suppliers conducting business with the City of Renton shall affirm and subscribe to
the Fair Practices and Non-discrimination policies set forth by the law and in the
City's Affirmative Action Plan and Equal Employment Program.
Copies of this policy shall be distributed to all City employees, shall appear in all operational
documentation
of the City,including bid calls, and shall be prominently displayed in appropriate city facilities.
CONCURRED IN by the City Council of the City of RENTON,Washington,this 7thday of October, 1996.
CITY OF RENTON: RENTON CITY COUNCIL:
v<avor Council President
\-kttest:
U
City Cler
BENSON ROAD SOUTH-MAIN AVENUE TO S.26TH ST.
(DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS,HIGHLANDS SIDEWALKS)
CITY OF RENTON
++ AUGUST 2005
it
CITY OF RENTON
SVAOaRY OFAA ENCANS VrrHDM R>T.=ACT POLICY
ADOPTED BYPSMLU170NN0. 3007
The policy of the City of Renton is to promote and afford equal ti=1inent and:service to all citizens and to assure
employment opportunity to persons with disabilities, when the City of Renton can reasonably accommodate the
disability, This policy shall be based on the principles of equal employment opportunity, the Americans With
Disabilities.Act and other applicable guidelines as set faith in federal, state and local laws. All
departaien■rs of the City
of Renton shall adhere to the following guidelines:
(1) EMPLOYMENT PRACTICES - All activities relating to employment such as
recruitment,selection,promotion,termination and training shall be conducts in a non-
discriminatory manner. Personnel decisions will be based on.individual performance,
staffing requires, and in accordance with the Americans With Disabilities Act and
to other applicable laws and regulations.
(2) COOPERATION__WITH HUMAN RIGHTS ORGANIZATIONS The City of
Renton will cooperate fully with all orgaaizations and commissions organized to
MAt promote fair practices and equal opportunity for persons with disabilities m
employment and receipt of City services,activities and programs.
(3) AMERICANS WITH DISABILTITES 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 ofRenton, Washington,
this 4th day of October 1993:.
C RENTON RENTON CITY COUNCIL:
' Mayor Cbwcil President
Attest.-
City cleric VU
i
1
1
BENSON ROAD SOUTH-MAIN AVENUE TO S.26TH ST.
(DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS,HIGHLANDS SIDEWALKS)
CITY OF RENTON
AUGUST 2005
CITY OF RENTON
Benson Road South - Main Avenue to S 26th St.
(Downtown Curb Ramps, Maplewood Sidewalks, Highland Sidewalks)
SCOPE OF WORK
The work involved under the terms of this contract document shall be full and complete installation of the
facilities, as shown on the plans and as described in the construction specifications, to include but not be
limited to:
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 but is not limited to the construction of sidewalk curb and gutter, curb ramps,
reinforced concrete barriers, drainage installation, traffic markings, traffic control, roadway excavation
and haul, removal of structures and obstructions, roadside cleanup and other work necessary to complete
the Work as specified and as shown in the Contract Documents. The Work locations include three
sections along Benson Road South, select locations within Downtown area, select locations within the
Maplewood Community, and select locations within the Highlands Community.
' 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.A total of 45 working days will be allowed for the completion of this project.
1
BENSON ROAD SOUTH-MAIN AVENUE TO S.26TH ST.
(DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS,HIGHLANDS SIDEWALKS)
CITY OF RENTON
AUGUST 2005
III. Project Proposal CITY OF RENTON
PROJECT: Benson Road South - Main Avenue to S 26th St. (Downtown Curb Ramps,
Maplewood Sidewalks, Highland Sidewalks)
CAG NO.: 05-144
COMPANY: BID AMOUNT:
ADDRESS: TEL. NO.:
III
PROJECT PROPOSAL
BENSON ROAD SOUTH-MAIN AVENUE TO S.26TH ST.
(DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS,HIGHLANDS SIDEWALKS)
CITY OF RENTON
AUGUST 2005
r- 1. BIDDER'S CHECKLIST
r
1. PROJECT PROPOSAL COVER SHEET
2. BIDDER'S CHECKLIST
3. PROPOSAL FORM
r
4. SCHEDULE OF PRICES
.. 5. ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA
6. BID BOND FORM
r
7. NON-CULLUSION/ANTITRUST/MINIMUM
8. SUBCONTRACTOR LIST FORM
r
'w Above documents must be executed by the Contractor, President and Vice-President or Secretary if
corporation by-laws permit. All pages must be signed. In the event another person has been duly
authorized to execute contracts, a copy of the corporation minutes establishing this authority must be
r. attached to the bid document.
�w
r
r
ow
wo
.r
r.
BENSON ROAD SOUTH-MAIN AVENUE TO S.26T"ST.
(DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS,HIGHLANDS SIDEWALKS)
CITY OF RENTON
AUGUST 2005
ow
CITY OF RENTON
BENSON ROAD SOUTH- MAIN AVENUE TO S 26TH ST.
(DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS,HIGHLAND SIDEWALKS)
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.)
r
Printed Name:
r
Signature:
Address:
Names of Members of Partnership:
aw
■„ OR
.. Name of President of Corporation
Name of Secretary of Corporation
.r Corporation Organized under the laws of
With Main Office in State of Washington at
� V
BENSON ROAD SOUTH-MAIN AVENUE TO S.267 ST.
r (DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS,HIGHLANDS SIDEWALKS)
CITY OF RENTON
AUGUST 2005
i
09/29/2005 08:28 FAX 425 430 7376 RENTON TRANS. SYS. T . 002
p �
Cr a^t C6n5lyucfim � Tin c, ..
ATTACHMENT A '
SCHEDULE OF PRICES
ALL ENTRIES SHALL BE WRITTEN IN INK OR TYPED TO VALIDATE BID
(Note: Unit prices for all hems,all extentlons,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 stall prevail.)
ITEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE
:AM OUNT
NO. QUANTITY (Unit Prices to be Written in Words Dollars ;Cts. FD rs Cts.
SCHEDULE r - North of South 26th Street
1 1 Mobilization 1.09.7
� LS
per L-� words) igures) (figures)
I
2 1 Contr ctor Supplied Surveying I 1-05 7c�
LS $ O 5�
per LS (words) (figures) (figures)
s
3 1 Adjust Itlity Vault to Grade / 1-07 ev
$ '/1� ��X/. C7 J C/.
EA
per EA (words) (figures) (figures)
4
Traffic Control
1-10
LS $
�
5
per d�IJLL (words (figures) (figures)
5 1 Roadsi3Oe Cleanup 2-01
I LS $
per LS (words) (figures) (figures)
6 1 Removal Structure and Obstruction 2-02 ,a
LS
iper LS (words) (figures) (figures)
I 7 20 Gravel B ow Incl.Haul
2-03
TON $ X1.0 - / �U
per TON (words) (figures) (figures)
Fa 80 Road=Excavation Including Haul 2-03 ` � /
CY $ �x'>v/,
per CY (words) (figures) (figures)
9 10 Unsuita oundati Excavation Incl.Haul I 2-03 --Z-/ Jr d 3z7e
CY $
per CY (words) (figures) (figures)
10 50 Crushed Surfacing Top Course 4
' - - �,
CY $ ) � V-D526 AV
per C (words) (figures) (figures)
Misc. and/or Driveway Asphalt Concrete Class B.
I11 21 5-04 J
TON
per TON ' --- (words) (figures) (figures)
Corrugated Polyethelyene Storm Sewer Pipe 12-In. Diam.
12 195 7-04
LF g
— per LF (words) (figures) (figures)
1
09/29/2005 08:29 FAX 425 430 7376 RENTON TRANS. SYS. T Z003
13 1 Adjust Catch Basin
7-OS �
EA
er EA
P (words) (figures) (figures)
14 1 Catch asin Type 1
7-05
EA $ '-Ue- 7�V
per EA (words) (figures) (figures)
Curb Cover with Frame I
15 - - - - _--
� ---
J 7-05
EA
per EA �5 (words) (figures) (figures)
16 1 Temp.Water Pollution/Eros. Control - — -� -
801
LS $
per LS J (words) (figures) (fi ures)
17 0.03 Seeding, Fertilizing,and Mulching
-_ J 8-02 J
ACRE 'Ile
per ACRE- (words)— (figures) (figures)
----- -
18 215 Cement Conc.Sidewalk 8-14 —
u`S a5
SY $ 1JL� 90-
per S (words) (figures) (figures)
19 1 Curb Ramp -"-
8-14
EA he
per EA PLC/
P (words) (figures) (figures)
9 )
20 110 Plastic Crosswalk Line - -
SF
per SF (words) (figures) (figures)
21 359 Cement Concrete Barrier Curb and Gutter
i 8-04
I LF $
per LF (words) (figures) (figures)
Total Schedule A:
(fi ures
L
09/29/2005 08:29 FAX 425 430 7376 RENTON TRANS. SYS. T U004
SCHEDULE Ridge
Mobilization j
1-09.7
LS $ V f AONI r �?�
per LS (words) (figures) igures)
2 1 Contractor Supplied Su�rveeyQing j 1-05
LS $ 17761 -t,
per LS - (words) (figures) (figures)
Traff ic Control
3 1 -- _� 1-10
LS $ � � 7 /G-�
per L ords) (figures) (figures)
Roadside Cleanup - --
4 1 2-01
LS $
per LS (words) (figures) (figures) '
Removal of Structures and Obstructions -
5 1 J 2-02
LS is
02
per LS
P (words) (figures) (figures)
6 20 Gravel Borrow Incl.Haul —
2-03
aU �
TON $ l 9-COO J17)0 QZ-rLIQ�
+� per TON (words) (figures) tfigutesT
�7 120 Roadway Excavation Incl. Haul
2-03
��, - a �
CY $ A�Ai /iti 1� f/7t7
per CY (words) (figures) (figures)
8 10 Unsuitable Foundation Excavation Incl. Haul
2-03
CY $
I per CY (words) (figures) (figures)
r.r 9 5o Crushed Surfacing Top Course
4-04
--:-.6
TON $ / do
� �r,/���/�jp� c/��Gy!-JAS
per TON (words) (figures) (figures)
ow Misc.and/or Driveway Asphalt Concrete Class B.
10 35' 5-04
TON per ON 1lrp LL.s`^�/ �ZD��LG�7.C5
(words) (figures) (figures)
7-1-1 6o Corrugated Polyethylene Storm Sewer Pipe 12-In. Diam.
_ 7-04 �
LF $ Rr- / �[���5 /D
. —� f'1L�lc e z2LZ
per LF V (words) (figu es) figures)
12 2 Adjust Catch Basin -^ —
/�/��y 7-05
EA s
per EA (words) (figures) (igures)
Catch Basin Type 1
7-05
EA S
$
per EA (words) (figures) (figures)
s _ -
09/29/2005 08:29 FAX 425 430 7376 RENTON TRANS. SYS. T fa:1j005
Catch Basin Type 2-48"
14 1 7-05
EA $ y
r per EA
(words) (figures) ( gures)
Curb.Cover with Frame
i 15 2
7-05
EA i/�
rr "7'7
per EA ( rds) figures) (figures)
' 16 3 Solid Locking Cover
r 7-05 �
EA $ )L
5
per EA
(words) (figures) ( gures)
r 17 1 Temp. Water Pollution/Eros. Control
8-01
LS $ °
per L (words) (figures (figures)
W Seeding, Fertilizing, and Mulching
18 0.02 _ 8-04 1
ACRE $ 5
per ACRE (words) figu es) (figures)
19 590 Cement Concrete Barrier Curb and Gutter
a-oa
r LF $ c110 oa
per LF (words) (fig res) � (f gures)
20 320 Cement Conc. Sidewalk
8-14
SY $ S °�
per SY
(words) (figures) fi ures)
Curb mp
21 2 - --- - �8- �
EA $ 9L J"
per EA (words) (figures) ( ures
Total Schedule B:
(fi ures)
r
f
it
r'
r
1�
09/29/2005 08:30 FAX 425 430 7376. RENTON TRANS. SYS. T IA006
r
Eagle Ridge 1 Mobilization
1-09.7
i LS $
per LS Nures)
_
( dI s) (figures)
.w
2 1 Contractor Supplied Surveying
_ 1.05
LS $ �d
per LS t!f�1�2 2gale's
V / (words) (figures) (figures)
3 1 Traffic Control
_J 1-10
LS
` 9, rds) (figures) (figures)
4 1 Roadside Cleanup -—
2-01
LS $ 9-Jfp _--� / c
per LS /�'� 9O�-
(words) (figures) (figures)
5 1 Removal of Structures and Obstructions
2.02
LS y�( oa erd
per LS
(words) (figures) (figures
6 20 Gravel Borrow Incl.-Raul
TON $ f ef �9= /llD lY1Q5 2 per TON
(words) (figures) (figures)
w 7 60 Roadway Excavation Incl. Haul
---- 2-03
per CY (words) (fig es) ( gures
8 10
Unsuitable Foundation Excavation Incl. Haul
-_
2-03
CY $
12i'a.2 ��J17L 4/ 1 �< `r6 `�
per CY ! ! —� (words) (figures) - - (}figures)
9 20 Crushed urfacing Top Course
_ _ ..__. _ 4-04
TON $ cyL
per O
(words) (figures) (fi ures
10 10 Misc.and/or Driveway Asphalt Concrete Class B.
5-04
TON $
per TON
(words) (figures) figures)
11 W 255 Vertical rb Wall -
- 6-02
SF
per SF
(words) (figures) (figures)
12 150 Corrugated Polyethylene Storm Sewer Pipe 12-In. Diam. -
7-04
per LF (words) (figures) (figures)
13 1 Catc asin Type 1 -
EA 4A per (words
) (figures) (figures)
09/29/2005 08:30 FAX 425 430 7376 RENTON TRANS. SYS. T Q007
I14 2 Curb Cover with Frame
-_ 7-05
.. per E -e7
— �5 (words
7-05
) figures (fi ures)
15
Solid Locking Cover T - --
1 -i--
EA °D
per EA (words) (figures) (figures)
- - -- -
Temp. Water Pollution/Eros. Control -
- 8-01 )
LS
per LS
- (words) ('gures) figures)
17 240
- -
Cement Concrete Barrier Curb and Gutter - _— -_---
-- —--- - -
per LF
(words) Mires) (figures)
Monument Case and Cover _ -- — - —
18 1 8-13 --
per EA
(words) (figures) (figures)
Cement Conc. Sidewalk
i 9 135 B-14 -
SY $
- per SY (words) (figures) (igures)
Total Schedule C:
f ures
09/29/2005 08:30 FAX 425 430 7376 RENTON TRANS. SYS. T 0 008
SCHEDULE Maplewood
1 1 Mobilization
1-09.7
I LS $ -
r S
w ds
p ` ( ) (figures) (figures)
2 1 Contractor Supplied Surveying
I 1-05
LS $ AIA, Oro J �e
' per L5� /,_ (words)
Mures) (fig res)
I 3 1 Property Restoration
1-09.6 2000 2000
FA $Two Thousand Dollars&00 Cents
per FA
Ow. (words) (figures)
(figures)
4 1 Traffic Control
1-10
_ LS $
per LS
( � S (words) res fig res)
5 1 Roadside Cleanup
2-01
r LS $ ad
per LS„ s (words) figures) (figures)
6 1 Removal of Structure and Obstruction
2-02
I LS $
per LSD_^ (words) (figures) (figures)
+rf 7 20 Gravel Borrow Incl. Haul
I 2-03
TON $��f,e,-TON
/ �/� � �LG�,��
a j�"-"`' (words) (figure g), (figures)
I B 670 Roadway Excavation Intl_ Haul
2-03
CY $ �D
00 per CY (words) (figures) (fig es)
9 50 Unsuitable Foundation Excavation Incl.Haul
2 03 ��
�r CY $ 9L / / dG
1 per CY (words) (figures) (figures)
10 1.000 Shoring or Extra Excavation Class B
2
T -os
I SF $ g` �l - � J
p"r (words) (figures) (figures)
11 90 Crushed Surfacing Top Course
T —
4-04
TON $ gC �� -216
per ON (words) (figures) (figures)
12 75 Misc_and/or Driveway Asphalt Concrete Class B.
5-04
TON $ 0d !a
per TON (words) (figures) (fi ures)
13 3 Catch B in Type 2-48 in. Diam. ---
7-05
EA
per EA (words) (figu es) figures)
Temp Water of ution/Eros.Control ---
14 1 B-01
LS $
per LS
(words) (figures) ( gures) -
09/29/2005 08:30 FAX 425 430 7376 RENTON TRANS. SYS. T 8009
i 15 0.14 Seeding, Fertilizing, and Mulching
8-02
ACRE $�Q�.,c /�7��/,s �9� ��/l�P
per ACRD ' (words) figures)
(figures)
16 1,290
Cement Concrete Barrier Curb and Gutter
� -
per LF
(words) (figu es) {fi ures)
17 230
Cement Conc.Approach 3 Day --- --
8-06
SY
per SY" (words) figures) (figures)
- -- -920 -
Cement Conc. Sidewalk -
— -` — --
8
i -� -14
SY $ .��Ld K � -- J Jai
per SY �f
- (words) (figures) (figures)
19 2
Curb 9.aTp - — -— — - --
� 8-14
EA �^ `�L(J dD
per LA
words) (figures (fi ures)
Total Schedule D:
(fi ures)
09/29/2005 08:31 FAX 425 430 7376 RENTON TRANS. SYS. T U010
W Mobilization
1 t _ t-09.7
LS
per ! (w ds) Mures) (figures)
-
2 1 Contractor Supplied Surveying
LS $
kle
eo °�O o0
per LS, (words gur s) (figures)
Traffi`cYControl-
- - -
3
LS $ ZPA
per L (words) (fi res)
9�- �GLO L�LLr9�`Z� (fig es)
------ ----
4 1 Roa8side Cleanup -
-- 2-01
LS $ eb
per LSV (words) figures (figures)
5 1 Removal of Structure and Obstruction
+ 2-02
Ls $ !1�
per LS (words) (figures) (figures)
Gravel Borrow Incl. Haul --- ---
f 6 20 2-03
TON $
per TON (words) (figures) (figure )
r7 440 Roadw Excavation Incl. Haul
- --.-� 2-03
CY $ /L1��fi // 11tLP�9�--�r�1rf� (✓�i�q��--
per (5y (words) (figu es) (fig res) '
8 10
Unsuitable Foundation Excavation Incl. Haul -
2-03
CY
:per2CL�Y (words)) (figures) (figures)
9 130 Crush urtacing Top Course -J
- - - --
4-04
TON $ %t-
per TON (words) (figures) ( ures)
-- - - - -
I 10 90 Mis and/or Driveway Asphalt Concrete Class B. -
5-04
TON $ Jy�
p er TON J (words) (figures) (fi res
9 )
Adjust Manhole to Grade - -- - -
11 2 - - - -- �— 7 05
EA $ I
per EA (words) (figures) (figures)
12 1 Te .Water Pollution/Eros o trol - -
i 8-01
Ls $ -
L
per LS
(words)) (figures) (fi ures
1
13 0.15 eedin , Fertilizing, and Mulching
-- - ---- 8-02 J
ACRE ` - -
IIp r AC E (words) (figures) (figures)
09/29/2005 08:31 FAX 425 430 7376 RENTON TRANS. SYS. T la011
14 360 Cement Concrete Barrier Curb and Gutter
—�- 8-04 q
s per LF
(words) (figu es) (figur s)
15 180 Cement Conc.Approach 3 Day
8-06
i! SY $ °IO / Q. 0 dtl
per S
(words) (figures) (f gures)
' 16 1,200 Cement C c. Sidewalk
s-14
ISY $
per SY- (words) (figur s) (fig res)
17 15 Curb mp
I _ 8-1
EA 1 4
pe A '
(words) (figures) (figures)
M Relocate Existing Sign and Post
118 1
8-21
' i EA "d
per EA (words) ( 9 i ures
) (figures)
Total Schedule E:
(fi ures
09/29/2005 08:31 FAX 425 430 7376 RENTON TRANS. SYS. T 2012
Downtown Ramps
Mobilization
6. 1 109.7
LS
per LS X],t / �, ord figures) ( ures)
PP Y �I.�CJG 4lbr' - - --- -
2 1 Con or Su lied Sury ing 1-05
LS
(words) (figure ) (fig res)
3 1 raffic Control `— _ 1-10
LS
p (words) (figures) (figures)
4 1 R"Al dside Cleanup 2-01
LS $ ge 9"
per LS (words) (figures) (figures)
5 1
Re mov f Structure and Obstruction _� 2-02
� ea
LS $
per � �,n/ (w(fids) (figures) (figur s)
6 1 Adjust Catch Basin_ 7-05
t�
EA $ y
per EA (words) (figures) (figures)
7 1 Temp. Water Pollution/Eros.Control 8-01
- -
LS $
"of-
per LS (words) (figures) (figures)
t3 1 Monument Case and Cover 8-13
� J �
EA $ k J1,41
per EA (words) gures) (figures)
-- - --------- -- --
9 21 Curb Ramp a 14
f / 5;�
EA
PE r (words) ( gures) (ig res)
Relocate Existing Sign and Post -
1 0 1 s-21
EA
per (words) (figures) (figures)
Total Schedule F:
(figures)
09/29/2005 08:31 FAX 425 430 7376 RENTON TRANS. SYS. T QOt3
PROJECTTOTAL
Total Schedule A: 8
(figures)
Total Schedule B: �o
rr
(figures)
Total Schedule C:
(figures)
Total Schedule D:
(figures)
Total Schedule E: 34
s
(figures)
Total Schedule F:
(fi ures)
TOTAL. PROJECT COST:
� .
(figures)
s
ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA
ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA:
NO. DATE
.r NO. DATE
NO. DATE
r
..
SIGNED
TITLE
NAME OF COMPANY
go
ADDRESS
wo CITY/STATE/ZIP
TELEPHONE
CITY OF RENTON STATE CONTRACTORS
BUSINESS LICENSE# LICENSE#
BENSON ROAD SOUTH-MAIN AVENUE TO S.26T"ST.
(DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS,HIGHLANDS SIDEWALKS)
CITY OF RENTON
AUGUST 2005
w
.. BID BOND FORM
Herewith find deposit in the form of a certified check, cashier's check, cash, or bid bond in the amount
of$ which amount is not less than five percent of the total bid.
Signature
Know All Men by These Presents:
That we, as Principal, and
as Surety, are held and firmly bound unto the City of Renton,
as Obligee, in the penal sum of Dollars, for the
payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators,
successors and assigns,jointly and severally,by these presents.
r
The condition of this obligation is such that if the Obligee shall make any award to the Principal for
according to the terms of the proposal or bid made by the Principal
.. therefor, and the Principal shall duly make and enter into a contract with the Obligee in accordance
with the terms of said proposal or bid and award and shall give bond for the faithful performance
thereof, with Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure to
,. do so,pay and forfeit to the Obligee the penal amount of the deposit specified in the call for bids,then
this obligation shall be null and void; otherwise it shall be and remain in full force and_effect and the
Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damages,the amount of
.. this bond.
SIGNED, SEALED AND DATED THIS DAY OF 200_.
Principal
Surety
r Received return of deposit in the sum of$
r
r
BENSON ROAD SOUTH-MAIN AVENUE TO S.26TH ST.
4r (DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS,HIGHLANDS SIDEWALKS)
CITY OF RENTON
AUGUST 2005
or
CITY OF RENTON
Combined Affidavit and Certification form:
Non-Collusion,Anti-Trust,and Minimum Wage
(Non-Federal Aid)
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
therein named, and further, that the deponent has not directly induced or solicited any other Bidder on the
foregoing work or equipment to put in a sham bid, or any other person or corporation to refrain from bidding, and
that deponent has not in any manner sought by collusion to secure to himself or to any other person any advantage
over other Bidder or Bidders.
AND
CERTIFICATION RE: ASSIGNMENT OF
ANTI-TRUST CLAIMS TO PURCHASER
Vendor and purchaser recognize that in actual economic practice overcharges resulting from anti-trust violations
are in fact usually borne by the purchaser. Therefor, vendor hereby assigns to purchaser any and all claims for
such over-charges as to goods and materials purchased in connection with this order or contract, except as to
overcharges resulting from anti-trust violations commencing after the date of the bid, quotation, or other event
establishing the price under this order or contract. In addition, vendor warrants and represents that such of his
suppliers and subcontractors shall assign any and all such claims to purchaser, subject to the aforementioned
exception.
AND
MINIMUM WAGE AFFIDAVIT FORM
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
performance of such work;not less than the prevailing rate of wage or not less than the minimum rate of wages as
specified in the principal contract: that I have read the above and foregoing statement and certificate, know the
contents thereof and the substance as set forth therein is true to my knowledge and belief.
FOR: NON COLLUSION AFFIDAVIT, ASSIGNMENT OF ANTI-TRUST CLAIMS TO
PURCHASER AND MINIMUM WAGE AFFIDAVIT
Benson Road South-Main Avenue to S 26th St.
(Downtown Curb Ramps,Maplewood Sidewalks,Hiizhland Sidewalks)
Name of Project
Name of Bidder's Firm
Signature of Authorized Representative of Bidder
Subscribed and sworn to before me on this day of ,200_.
L
Notary Public in and for the State of Washington
Notary(Print)
My appointment expires:
BENSON ROAD SOUTH-MAIN AVENUE TO S.26TH ST.
L (DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS,HIGHLANDS SIDEWALKS)
CITY OF RENTON
AUGUST 2005
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.
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 price.
Name: Title:
Signature:
B. The following subcontractor(s) subcontract amount exceeds 10 percent of the contract
+�• price: (list subcontractor and bid item)
Bid Item(s)
r
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
.r
Bid Item(s)
"W Subcontractor Name
Address
Phone No. State Contractor's License No
BENSON ROAD SOUTH-MAIN AVENUE TO S.26TH ST.
aw (DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS,HIGHLANDS SIDEWALKS)
CITY OF RENTON
AUGUST 2005
Im
IV. CONTRACT DOCUMENT FORMS CITY OF RENTON
INFORMATION ONLY
Iv
CONTRACT DOCUMENT FORMS
DOCUMENTS IN THE FOLLOWING FORM MUST BE EXECUTED AND SUBMITTED BY THE
SUCCESSFUL BIDDER WITHIN TEN(10)DAYS FOLLOWING THE NOTICE OF AWARD.
BENSON ROAD SOUTH-MAIN AVENUE TO S.26TH ST.
(DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS,HIGHLANDS SIDEWALKS)
CITY OF RENTON
AUGUST 2005
CONTRACTS OTHER THAN FEDERAL-AID FHWA CAG-05-144
THIS AGREEMENT, made and entered into this day of�, 200 6—. by and
between THE CITY OF RENTON, Washington, a municipal corporation of the State of Washington,
hereinafter referred to as "CITY" and Dennis R. Craig Construction,Inc.,hereinafter referred to as
"CONTRACTOR."
i
WITNESSETH:
1) The Contractor shall within the time stipulated, (to-wit: within 45 working days from date
of commencement hereof as required by the Contract, of which this agreement is a component
part)perform all the work and services required to be performed, and provide and furnish all of
the labor, materials, appliances, machines, tools, equipment, utility and transportation services
necessary to perform the Contract, and shall complete the construction and installation work in a
workmanlike manner, in connection with the City's Project (identified as No. CAG 05-144 for
improvement by construction and installation of:
Work as described in"Scope of Work"included in bid documents.
All the foregoing shall be timely performed, furnished, constructed, installed and completed in
strict conformity with the plans and specifications, including any and all addenda issued by the
City and all other documents hereinafter enumerated, and in full compliance with all applicable
codes, ordinances and regulations of the City of Renton and any other governmental authority
having jurisdiction thereover. It is further agreed and stipulated that all of said labor,materials,
appliances, machines, tools, equipment and services shall be furnished and the construction
installation performed and completed to the satisfaction and the approval of the City's Public
Works Director as being in such conformity with the plans, specifications and all requirements
' of or arising under the Contract. The Contractor agrees to use recycled materials whenever
practicable.
2) The aforesaid Contract, entered into by the acceptance of the Contractor's bid and signing of this
agreement, consists of the following documents, all of which are component parts of said
Contract and as fully a part thereof as if herein set out in full, and if not attached, as if hereto
attached.
a) This Agreement
b) Instruction to Bidders
c) Bid Proposal
d) Specifications
e) Maps and Plans
f) Bid
g) Advertisement for Bids
h) Special Provisions,if any
i) Technical Specifications,if any
p
BENSON ROAD SOUTH-MAIN AVENUE TO S.26TH ST.
(DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS,HIGHLAND SIDEWALKS)
CITY OF RENTON
AUGUST 2005
i
CAG-05-144
3) If the Contractor refuses or fails to prosecute the work or any part thereof, with such diligence
as will insure its completion within the time specified in this Contract, or any extension in
writing thereof, or fails to complete said work with such time, or if the Contractor shall be
adjudged a bankrupt, or if he should make a general assignment for the benefit of his creditors,
or if a receiver shall be appointed on account of the Contractor's insolvency, or if he or any of
his subcontractors should violate any of the provisions of this Contract, the City may then serve
written notice upon him and his surety of its intention to terminate the Contract, and unless
within ten (10) days after the serving of such notice, such violation or non-compliance of any
provision of the Contract shall cease and satisfactory arrangement for the correction thereof be
made, this Contract, shall, upon the expiration of said ten (10) day period, cease and terminate
in every respect. In the event of any such termination, the City shall immediately serve written
t
notice thereof upon the surety and the Contractor and the surety shall have the right to take over
and perform the Contract,provided,however, that if the surety within fifteen(15) days after the
serving upon it of such notice of termination does not perform the Contract or does not
commence performance thereof within thirty(30) days from the date of serving such notice,the
City itself may take over the work under the Contract and prosecute the same to completion by
Contract or by any other method it may deem advisable, for the account and at the expense of
the Contractor, and his surety shall be liable to the City for any excess cost or other damages
occasioned the City thereby. In such event, the City, if it so elects, may, without liability for so
doing, take possession of and utilize in completing said Contract such materials, machinery,
appliances,equipment,plants and other properties belonging to the Contractor as may be on site
of the project and useful therein.
4) The foregoing provisions are in addition to and not in limitation of any other rights or remedies
available to the City.
5) Contractor agrees and covenants to hold and save the City, its officers, agents, representatives
and employees harmless and to promptly indemnify same from and against any and all claims,
actions, damages, liability of every type and nature including all costs and legal expenses
incurred by reason of any work arising under or in connection with the Contract to be performed
hereunder, including loss of life, personal injury and/or damage to property arising from or out
of any occurrence, omission or activity upon, on or about the premises worked upon or in any
way relating to this Contract. This hold harmless and indemnification provision shall likewise
apply for or on account of any patented or unpatented invention, process, article or appliance
manufactured for use in the performance of the Contract, including its use by the City, unless
otherwise specifically provided for in this Contract.
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 costs, expenses
and reasonable attorney's fees incurred or paid by the City in connection with such litigation.
Futhermore, Contractor agrees to pay all costs, expenses and reasonable attorney's fees that may
be incurred or paid by City in the enforcement of any of the covenants, provisions and
' agreements hereunder.
Nothing herein shall require the Contractor to indemnify the City against and hold harmless the
' City, from claims, demands or suits based solely upon the conduct of the City, its officers or
employees and provided further that if claims or suits are caused by or result from the
concurrent negligence of(a) the Contractor's agents or employees and (b) the City, its agents,
' officers and employees, and involves 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
' BENSON ROAD SOUTH-MAIN AVENUE TO S.267 ST.
(DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS,HIGHLAND SIDEWALKS)
CITY OF RENTON
AUGUST 2005
CAG-05-144
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.
7) The Contractor shall commence performance of the Contract no later than 10 calendar days after
Contract final execution, and shall complete the full performance of the Contract not later than
45 working days from the date of commencement. For each and every working day
of delay after the established day of completion, it is hereby stipulated and agreed that the
damages to the City occasioned by said delay will be the sum of per Section 1-08.9 of Standard
Specifications as liquidated damages (and not as a penalty) for each such day, which shall be
paid by the Contractor to the City.
to
8) Neither the final certificate of payment not any provision in the Contract nor partial or entire use
of any installation provided for by this Contract shall relieve the Contractor of liability in
respect to any warranties or responsibility for faulty materials or workmanship. The Contractor
shall be under the duty to remedy any defects in the work and pay for any damage to other work
resulting therefrom which shall appear within the period of one (1) year from the date of final
acceptance of the work, unless a longer period is specified. The City will give notice of
observed defects as heretofore specified with reasonable promptness after discovery thereof, and
Contractor shall be obligated to take immediate steps to correct and remedy any such defect,
fault or breach at the sole cost and expense of Contractor.
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
quantities and costs,progress schedules, payrolls, reports, estimates,records and miscellaneous
data pertaining to the Contract as may be requested by the City from time to time.
10) The Contractor shall furnish a surety bond or bonds as security for the faithful performance of
the Contract, including the payment of all persons and firms performing labor on the
construction project 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 State of Washington.
BENSON ROAD SOUTH-MAIN AVENUE TO S.26TH ST.
(DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS,HIGHLAND SIDEWALKS)
CITY OF RENTON
' AUGUST 2005
CAG-05-144
11) The Contractor shall verify, when submitting first payment invoice and annually thereafter,
possession of a current City of Renton business license while conducting work for the City. The
Contractor shall require, and provide verification upon request, that all subcontractors
participating in a City project possess a current City of Renton business license. The Contractor
shall provide, and obtain City approval of, a traffic control plan prior to conducting work in City
right-of-way. J
12) The total amount of this contract is the sum of5 � \
UUMMS
which includes Washington State Sales Tax. Payments will be made to Contractor as specified
in the "Special Provisions" of this Contract. See Attachment A
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.
CITY OF RENT�ON
� /
t 'W
Pr ffet4@wnrr Mayor Kathy Keolker—Wheeler
ATTEST
MW
Secretary Bonnie I. Walton City Clerk
D anis R. Craig Constructior> Inc.
® Firm Name
check one
❑ Individual ❑ Partnership MCorporation Incorporated in /q f'7 y
Attention:
If business is a CORPORATION, name of the corporation should be listed in full and both President
and Secretary must sign the contract, OR if one signature is permitted by corporation by-laws, a copy
of the by-laws shall be furnished to the City and made a part of the contract document.
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.
BENSON ROAD SOUTH-MAIN AVENUE TO S.26TH ST.
(DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS,HIGHLAND SIDEWALKS)
CITY OF RENTON
AUGUST 2005
i
BOND TO THE Cfl'Y OF RENTON CAG-05-144
Bond No. 104600785
KNOW ALT,ME.N BY THESE PRESENTS:
That we, the undersigned Dennis R. Craig Construction, Inc_
T�avelers Casualty and Surety
as principal, and - ompany o mere a corporation organized and existing
under the laws of the State of Connecticut as a surely corporation, and qualified
under the laws of the State of Washington to become surety upon bon(ls of contractors with municipal
corporations, as surety are jointly and severally held and firmly bound to the City of Renton ill the
Penal sutn of$459,508.35 _-_for the payment of which sum on demand we hind ourselves acid our
successors,Heirs, administrators or person representatives, as the case maybe.
This obligation is entered into in Pursuance of the statutes of the State of Washington, the Ordinance
of the City of Renton.
Dated at Bothell ,Washington, ttiis 29th day ol-September , 20()5
Nevertheless, the conditions or the above obligation are such that:
WHEREAS, under and pursuant to Public Works Construction Contract C'AQ)5-144 providing for
construction of Benson Road South-Main Avenue tc► S 26th St. %D wntown Curb Ramps,
Maplewood Sidewalks,Highland Sidewalks)
(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 undcrt.alw to perform
the work therein provided for ill the.malincr aid within the time,set.forth;
NOW, TBEREFORE, if the principal shall faithfully perform all of the provisions of said colttra.ct in
the manner and within the time therein set forth, or within such extensions of time as may be graited
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 tho
carrying on of said work, and shall hold said City of Renton harmless from any loss or damage
occasioned to any person or properly by reason of any carelessness or negligence on the Part of said
principal, or any subcontractor in the performance of said work, and shall indernni fy 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 oh'
Renton,then and in that event this obligation shall be void;but otherwise it shall be and remaui in gull
force;and effect..
Dennis R. Craig Construction, Inc. Travelers Casualty and Surety Company
Principal Suretyo America
(—,),&EY (,1�( L ��.
Signa re Signature
Viki Baum, Attorney—in—Fact
Title Ti0e,
LW SON ItOAD SOUT14-MATH AVANIJP'I'c)s.26'-".1'
(DOWNTOWN CURB RAMPS,MAPL EWOOD SJI)EWALKS,EIGULAND SIDEWALKS)
(:TTYf F4.VND)N
AAt J I7s'r 200 j
F STPAUL
TRAVELERS
IMPORTANT DISCLOSURE NOTICE OF TERRORISM
INSURANCE COVERAGE
On Nov. 26, 2002, President Bush signed into law the Terrorism
Risk Insurance Act of 2002 (the "Act"). The Act establishes a
short-term program under which the federal govemment will share
in the payment of covered losses caused by certain acts of
international terrorism. We are providing you with this notice to
inform you of the key features of the Act, and to let you know what
effect, if any, the Act will have on your premium.
Under the Act, insurers are required to provide coverage for
certain losses caused by international acts of terrorism as defined
in the Act. The Act further provides that the federal government
will pay a share of such losses. Specifically, the federal
government will pay 90 percent of the amount of covered losses
caused by certain acts of terrorism, which is in excess of an
insurer's statutorily established deductible for that year. The Act
also caps the amount of terrorism-related losses for which the
federal government or an insurer can be responsible at
$100 billion, provided that the insurer has met its deductible.
Please note that passage of the Act does not result in any change
in coverage under the attached policy or bond (or the policy or
bond being quoted). Please also note that no separate additional
premium charge has been made for the terrorism coverage
required by the Act. The premium charge that is allocable to such
coverage is inseparable from and imbedded in your overall
premium, and is no more than one percent of your premium.
ILT-1018(9/04)
4
` TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA
TRAVELERS CASUALTY AND SURETY COMPANY
FARMINGTON CASUALTY COMPANY
Hartford,Connecticut 06183-9062
POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEYS)-IN-FACT
KNOW ALL PERSONS BY THESE PRESENTS, THAT TRAVELERS CASUAL TY AND SURETY COMPANY OF
AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY,
corporations duly organized under the laws of the State of Connecticut, and having their principal offices in the City of Hartford,
County of Hartford, State of Connecticut, (hereinafter the "Companies") hath made, constituted and appointed, and do by these
presents make, constitute and appoint: Darlene Jakielski, Julie M. Glover, M.J. Cotton,Nancy J. Osborne, S.M. Scott, Steven
K Bush, Michael A. Murphy, Jim W. Doyle,Lawrence J. Newton,Andy D.Prill,Jim S. Kuich,John C. Beeson,Vild Baum,
of Bothell, Washington, their true and lawful Attorney(s)-in-Fact, with full power and authority hereby conferred to sign, execute
and acknowledge, at any place within the United States, the following instrument(s): by his/her sole signature and act, any and all
bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional
undertaking and any and all consents incident thereto and to bind the Companies, thereby as fully and to the same extent as if the
same were signed by the duly authorized officers of the Companies, and all the acts of said Attorneys)-in-Fact, pursuant to the
authority herein given,are hereby ratified and confirmed.
This appointment is made under and by authority of the following Standing Resolutions of said Companies, which Resolutions are
now in full force and effect:
VOTED: That the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President,any Vice President,any
Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact
and Agents to act for and on behalf of the company and may give such appointee such authority as his or her certificate of authority may prescribe
to sign with the Company's name and seal with the Company's seal bonds,recognizances,contracts of indemnity,and other writings obligatory in
the nature of a bond,recognizance,or conditional undertaking,and any of said officers or the Board of Directors at any time may remove any such
appointee and revoke the power given him or her.
VOTED: That the Chairman,the President, any Vice Chairman,any Executive Vice President, any Senior Vice President or any Vice President
may delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is
in writing and a copy thereof is filed in the office of the Secretary.
VOTED: That any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional
undertaking shall be valid and binding upon the Company when(a)signed by the President,any Vice Chairman,any Executive Vice President,any
Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer,the Corporate Secretary or any
Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary,or(b)duly executed(under seal,if
required)by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or
by one or more Company officers pursuant to a written delegation of authority.
This Power of Attorney and Certificate of Authority is signed and sealed by facsimile (mechanical or printed)under and by
authority of the following Standing Resolution voted by the Boards of Directors of TRAVELERS CASUALTY AND SURETY
COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY
COMPANY,which Resolution is now in full force and effect:
VOTED: That the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice
President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any
power of attorney or to any certificate relating thereto appointing Resident Vice Presidents,Resident Assistant Secretaries or Attorneys-in-Fact for
purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such power of attorney
or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and
certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or
undertaking to which it is attached.
(02-05)Unlimited
IuaP!SOJd 931n JOiu@S
eaeuiwaS se[ouo!N
Ag PAY } F�9 �QP�r r9,o '`tF1,`••�,,...,,T9..
$ + z v NN00
O Z 8 6 I, 4HOd1NVH = :00 s
0 4L r }�!j1
1��nStl�= 7s°NY Al�dC� 2u;;Ove ..
"InP11M1N
SO
OZ' a;3gma:ldas
Io,ssp gI 6 Z sigl palsQ 'IMPoauu03Io alelS `pzo3lz H JO XliO aql ui`fuedutoO aql jo aorjO OMOH aql is palsaS pus paOiS
-aoz03 ui mou azs`Swoglny jo alsoUiazaO 3111 ui IMOJ
las ss szoloaziQ 3o spzeog 311130 suoilnlosa2l 2uipusIS ail lsgl `wolu-13, n;pus 'paslonaz uaaq lou seg pus aozo; [ti suieutaz
,iluoglny;o allot moD pus X0uz0uy jo zQmOd pogoeus pus 2uiO2az0j agl legl AMBUD Aga= OQ `lnoiloauuOD JO alelS au;
3o suopmodz0o 3lools`AwdWOO A.L'IVI1SVD NOj,-WPMVJ Pus AAIWROO AlaHaS GW A.L'IVIISVO SHa'IgAVH.L
`VDina V 30 AXVdIV03 A.Lg2IRS aXV A.L'IVRSVO SHa'IaAVHZ 30 luaptsazd aatA JOraZS `pau2iszapun aql `I
g.I.dOI.�.L2ig0
Ilneaz;al 0 aiievi
oilgnd AlelON 90OZ 'OE aunt sajidxa uoissiwwoo Aw
lrw�� �
;owaqj suor;niosag 2uipuE;S aq;zapun ooijjo zau/sm jo,4uopns
Xq suoilszodzoo Zip jo 3tegaq uo luaunulsui piss ail palnoaxa aqs/ag legl pus `.sluas olszodim eons am luaumzlsui piss agl o;paxtje
slsas aql legl`suoiImodioo piss jo sims gill senou)l aqs/aq lsgl `luaumtlsui anogs aql palnoaxa gorgnn put'ut paquosap suorlszodtoo
aql `Awd oa A.L'IvIISvO NO, -9ma%myj Put' AwdIAIOO AZa2IIIs aw A.L'Ivflsva sua iaAvH.L `VOIHawy
AO A WROD AlaHaS GNV AL'IVI1SV3 SHa'IaAVHZ 30;uaptsajd aatA.totuaS si aqs/aq legl lus pus asodap pip `moms
,ilnp oui fq 2ui3q `ognn `umou)l oui of KOSdROH.L 'M ao-HoaO amuo Xlluuoszad aui azojaq SOOZ `Iizdy 30 ,asp tuSZ situ UO
;uaPisaad aoin aoivas
uosdwoyl 'N►96aoa0 �P ''= 9� NNOO m t Nn o a
x
,(g O Z 8 61 y W o �CUD .y.Q
�
dnsvo S°NY AL1dC '"nnn 11m n
(IUOAIIJ H 30 A.IdMOO
AKVdNOO A.L'IVRSVO KOZOMMHV3 pzo37-IgH'SS{
AKVdWO0 A.LaUaS GKV AITVf1SVO Slla'IaAVHI
VORIMV 30 AKVdNO3 AiminS aNy A.L7vIisvD sua iAAd2LL JMLLOaRMOO 30 d.LVIS
'SOOZ`itzdV jo fup glgZ sMI paxTu olazaq oq of slugs olezodz0o ziagl pus luaptsa.td aOiA iotuaS zmp Xq pougis
oq of luoumulsui snll pasneo ansq AKVdNOO A,L'IVflSVD KO,L9NlW VA Put' AAIV&KO3 AJ aUfIS (lKV A,L'IVI'SVO
S2Hg'IgAFHLL `VOIHaWV 30 ANVaNOO AlaHaS QAIV A.L'IVIISVO SHa'IaAV2I.L `90a-daHM SSaNLIM M
BOND TO THE Cl'1'Y OF RENTON CAG-05-144
Bond No. 104600785
KNOW ALT,MFN BY THESE PRESENTS:
.. That we,the undersigned Dennis R. Craig Construction, Inc.
,. Travelers Casualt and Surety
as principal, and , ompany o mere a corporation organized and existing
under the laws of the State of Connecticut as a surely corporation, and qualified
under the laws of the State of Washington to become surety upon bontLs 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$459,508.'35 _-_for the payment of which sum on demand we bind ourselves and our
successors,licirs, adminisrators or person representatives, as the case may be,
This obligation is entered into in Pursuance of the statutes of the State of Washington, the Ordil).a.ltce.
of the City of Renton.
Bothell 29th day ol,September Tatcd at hg , l 2005
Nevertheless, the conditions of the alcove obligation arc such that:
.r
WHEREAS, under and pursuant to Public Works Construction Contract c'AC:_115-144 providing liar
.. constructiotl of Benson Road South-Main Avenue to S 26`s St. lDorwntown Curb Ralllps,
Maplewood Sidewalks,Highland Sidewalks)
(project muse)
r the principal is required to furnish a bond for the faithful performance of the umtract; and
WHEREAS, the principa]l has accepted, or is about to accept, the contract, and undertake, to perform
r the work therein provided for in the.manner and within the titu(,sot.forth;
NOW, 'THEREFORE, if the principal shall faithfully perform all of the provisions of said contract.in
�. the i11 timer 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 sha11 supply said principal or subcontractors with provisions and supplies for tho.
carrying on of said work, and shall hold said City of Renton harmless from any loss or daillage
occasioned to airy person or properly by reason of any carelessness or negligence on the part of Said
principal, orally subcontractor in the performance of said work, and shall indemnify and hold the City
Aw of Renton hmliless 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 cr workmanship provided or
performed under the contract within a period of one year after its acceptance thereof by the City of
Renton,then turd in that event this obligation shall be void;but otherwise it shall be and remain in full
" force told effect..
Dennis R. Craig Construction, Inc. Travelers Casualty and Surety Company
+w Prilicinal Suretyo America
do g all.tre Signahire
Viki Baum, Attorney-in-Fact
,.� Title Ti[1e
bl;NSoN IZOAI)Sot l'1'1{-MAIN AVP.NIJP.'lt)s.2(;'*"ST
(DOWNTOWN CURD RAMPS,MAPLLWOf>L)SIDEWALKS,HIGHLAND SIDLWAIx1s)
CITY OF R.MN'tt�N
AIKO ST2005
R STPAUL
TRAVELERS
' IMPORTANT DISCLOSURE NOTICE OF TERRORISM
INSURANCE COVERAGE
' On Nov. 26, 2002, President Bush signed into law the Terrorism
Risk Insurance Act of 2002 (the "Act"). The Act establishes a
short-term program under which the federal government will share
in the payment of covered losses caused by certain acts of
international terrorism. We are providing you with this notice to
inform you of the key features of the Act, and to let you know what
effect, if any, the Act will have on your premium.
Under the Act, insurers are required to provide coverage for
certain losses caused by international acts of terrorism as defined
in the Act. The Act further provides that the federal government
will pay a share of such losses. Specifically, the federal
government will pay 90 percent of the amount of covered losses
caused by certain acts of terrorism, which is in excess of an
insurer's statutorily established deductible for that year. The Act
also caps the amount of terrorism-related losses for which the
federal government or an insurer can be responsible at
4 b $100 billion, provided that the insurer has met its deductible.
Please note that passage of the Act does not result in any change
in coverage under the attached policy or bond (or the policy or
bond being quoted). Please also note that no separate additional
premium charge has been made for the terrorism coverage
required by the Act. The premium charge that is allocable to such
coverage is inseparable from and imbedded in your overall
premium, and is no more than one percent of your premium.
ILT-1018(9/04)
TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA
++ TRAVELERS CASUALTY AND SURETY COMPANY
FARMINGTON CASUALTY COMPANY
Hartford,Connecticut 06183-9062
..
POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEY(S)-IN-FACT
r
KNOW ALL PERSONS BY THESE PRESENTS, THAT TRAVELERS CASUALTY AND SURETY COMPANY OF
AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY,
40 corporations duly organized under the laws of the State of Connecticut, and having their principal offices in the City of Hartford,
County of Hartford, State of Connecticut, (hereinafter the "Companies") hath made, constituted and appointed, and do by these
presents make, constitute and appoint: Darlene Jakielski, Julie M. Glover, M.J. Cotton,Nancy J. Osborne, S.M. Scott, Steven
K Bush, Michael A. Murphy,Jim W. Doyle,Lawrence J. Newton,Andy D.Prill,Jim S. Kuich,John C. Beeson,Viki Baum,
' of Bothell,Washington, their true and lawful Attorneys)-in-Fact, with full power and authority hereby conferred to sign, execute
and acknowledge, at any place within the United States, the following instrument(s): by his/her sole signature and act, any and all
bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional
undertaking and any and all consents incident thereto and to bind the Companies, thereby as fully and to the same extent as if the
same were signed by the duly authorized officers of the Companies, and all the acts of said Attomey(s)-in-Fact, pursuant to the
authority herein given,are hereby ratified and confirmed.
1O This appointment is made under and by authority of the following Standing Resolutions of said Companies, which Resolutions are
now in full force and effect:
VOTED: That the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President,any Vice President,any
Second Vice President, the Treasurer, any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact
and Agents to act for and on behalf of the company and may give such appointee such authority as his or her certificate of authority may prescribe
to sign with the Company's name and seal with the Company's seal bonds,recognizances,contracts of indemnity,and other writings obligatory in
a the nature of a bond,recognizance,or conditional undertaking,and any of said officers or the Board of Directors at any time may remove any such
appointee and revoke the power given him or her.
VOTED: That the Chairman, the President, any Vice Chairman,any Executive Vice President, any Senior Vice President or any Vice President
may delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is
in writing and a copy thereof is filed in the office of the Secretary.
VOTED: That any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional
undertaking shall be valid and binding upon the Company when(a)signed by the President,any Vice Chairman,any Executive Vice President,any
Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer,the Corporate Secretary or any
Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary,or(b)duly executed(under seal,if
required)by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or
r
by one or more Company officers pursuant to a written delegation of authority.
This Power of Attorney and Certificate of Authority is signed and sealed by facsimile (mechanical or printed)under and by
authority of the following Standing Resolution voted by the Boards of Directors of TRAVELERS CASUALTY AND SURETY
.. COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY
COMPANY,which Resolution is now in full force and effect:
VOTED: That the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice
"r' President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any
power of attorney or to any certificate relating thereto appointing Resident Vice Presidents,Resident Assistant Secretaries or Attorneys-in-Fact for
purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such power of attorney
or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and
certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or
undertaking to which it is attached.
�r
(02-05)Unlimited
rrl
1
luapisaad eOlA aoivaS 1
ejeuiwag se10401N
AU
Q~ay * F,q� O Ply T 99 µ.A`r'P`�•'..«. T
♦
'NNOO dc5 a m cJJt'f d'NnNSOflO N 1..
P9�
Z 8 6 I > '4FJOd1itlH cuoauvi
� IAi /"
0°-
or s
1
YllSy`� co,A'Y Ali �gmm�nMMNU\�` 1
'SO OZ' zagma:jdas
3o Sup gl6Z sell POW(I 'Inoiloauuoa JO alt,lS `PaopjuHIo XIIa oip ui`Xut,duTOa aql Jo OODJO auTOH QIU is palt,aS Pue pauo'S 1
.0010;ul mou= f ljoglnV jo oluoTiTino aq;uT qvo;
lag s2 `sioloanQ jo spreog oqi;o suminlosag guzpuelS aql NMI `OlOUT.T MRU put, 'pwlonai uaaq Iou st,q put, aozol M4 ut sureuTai
filuoglny 3o alt,oT�aa Put'fau.TOITV 3o iaeeod pogot,llt, pue Sutoga.To; aqI lugl A_g,L2Iga AggdaH OQ `Inozloauuoa jo owTS aql 1
jo suo.jujodioo xools`AAI aNOa AZ'IVfISVa KO.L-9NaWDIV3 Put,AMVdNOa A.La HfIS QlV A.L'IVfISVa SHIarI�Addl
`V,3lUa A V JO A VdWOa AlaUaS QIV A•L'IVfISVa SHIa'IaAV HZ 3O Iuapisaad aa�A .TOraaS `pau�tsiapun aql `I
lineai;al'a aijuvj �, 1
oilgnd AjelON 90OZ 'Oe aunt sajidxa uoissiwwoo Aw
lil O
�oaTagl suorinlosag 2ulputIS oql Tapun ooTjjo iaq/sTTl;o 6luogins ,
Xq suorisiodioo aql;o jlegaq uo luaumiisui plus aql palnoaxa aqs/oq wql put, `'sleas alt,iodzoo gons ass luaumrisut pies aqI of paxWg
sleas aqi Isgl`.suorlmodioo plus;o sleas aqI snnoux aqs/aq lt,gl `luaum.Tisut anogs oql palnoaxa gorgnn pTrs uT paquosap suorlt,iodioo
3q, )Lxvdwoa A.LrIvflsva NOjOmmT H'3 Puu AKydwoa A.Lauas cLKV AirIvflsva SHIariaAviu `vDraa lv
dO AWdW03 AZmins (INV A.L'lVfISVa SllarlaAVU,jo luapisa.Td aaiA.TOtuaS st aqs/aq It,gl :piss pus asodop p!p `uioms
Xlnp ouT Xq 2uioq `ogAi `umoug auT oI KOSdIVOill 'M aOHIOa-9 mum Xllsuosiod aui a.Tojaq SOOZ `IudV 3o Xup g1SZ snu uO
v\\N! 1
;uap!saad aoin aoivaS
uosdwoq-L 'M 96aoa0 q _ Z NNOO m °l NNOO
a =a aaQ t
�(g � Z 8 6 I� y r 'OkfOdlHtlH �, G n y
SONY A1�dC ��nnrnnai9n Q�t�'
Q2IO2LLuvH JO A.LMOa
AIVdNOa AJrI 'flSda NOlOM9'Q V9 RIOTimH'SS{
ANddNOa A.La-&as aKv Ai ivf1Sda SHIarIHAVHI
dal2i�'AO ANVdb�IOa Aimas�'AZ IvflsVa SHIa'I3Ad2LL Lf1aLLa�NNOa 30 dLdLS
SOOZ`IijdV 30 xt,P giSZ sr iiagi iq pau�iszg A l
oq of luoumiisut sigl pasnuo ansq AIVd kO3 AZ'IVflSVa AIO.L-gMIVH LI Put, AAIVdIAIOa AZa2IfIS (IV A.L'IVfISVa
SU'A'IaAVHLL `V.L)JUa V JO AIVdIAlOa A.LMIS UNIV A.L'IVfISVa SUa'IaAV-aL `JOaHaHM SSaNLIM NU
o1�Y o� City of Renton
Human Resources & Risk Management Department
Insurance Information Form
FOR: BENSON ROAD SOUTH-MAIN AVENUE TO S 26TH ST. (DOWNTOWN CURB RAMPS,
MAPLEWOOD SIDEWALKS,HIGHLAND SIDEWALKS)
PROJECT NUMBER: CAG 05-144 STAFF CONTACT: JASON FRITZLER
Certificate of Insurance indicates the coverages/limits specified in ❑ Yes ❑ No
contract?
Are the following coverages and/or conditions in effect? ❑ Yes ❑ No
The Commercial General Liability policy form is an ISO 1993 ❑ Yes ❑ No
Occurrence Form or Equivalent?
(If no, attach a copy of the policy with required coverages clearly
identified)
CG 0043 Amendatory Endorsement provided?* ❑ Yes ❑ No
General Aggregate provided on a"per project basis(CG2503)?* ❑ Yes ❑ No
s Additional Insured wording provided?* ❑ Yes ❑ No
Coverage on a primary basis and non-contributing basis?* ❑ Yes ❑ No
Waiver of Subrogation Clause applies?* ❑ Yes ❑ No
Severability of Interest Clause(Cross Liability)applies? ❑ Yes ❑ No
Notice of Cancellation/Non-Renewal amended to 45 days?* ❑ Yes ❑ No
*To be shown on certificate of insurance*
AM BEST'S RATING FOR CARRIER
GL 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
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.
w
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
4P ATTACHED TO CERTIFICATE OF INSURANCE
BENSON ROAD SOUTH-MAIN AVENUE TO S_26TH ST.
!p (DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS,HIGHLAND SIDEWALKS)
CITY OF RENTON
AUGUST 2005
�r
ENDORSEMENT 1
+• In consideration of the premium charged,it is hereby agreed and understood that Policy Number issued by
Insurance Company, is amended to include the following terms and conditions as respects Contract
Number issued by the(OWNER).
ar
1. ADDITIONAL INSURED. The OWNER their elected or appointed officers, officials, employees,
subconsultants, and volunteers are included as additionally insured with regard to damages and defense of
claims arising from: (a)activities performed by or on behalf of the NAMED INSURED;or(b)products and
No completed operations of the NAMED INSURED, or (c) premises owned, leased or used by the NAMED
INSURED.
.p 2. CONTRIBUTION NOT REQUIRED. As respects: (a)work performed by the NAMED INSURED for or
on behalf of the OWNER; or (b)products sold by the NAMED INSURED to the OWNER; or(c) premises
leased by the NAMED INSURED from the OWNER, the insurance afforded by this policy shall be primary
# insurance as respects the OWNER, or any other insured, its elected or appointed officers, officials,
employees, subconsultants or volunteers; or stand in an unbroken chain of coverage excess of the NAMED
INSURED'S scheduled underlying primary coverage. In either event, any other insurance maintained by the
OWNER, or any other insured, its elected or appointed officers, officials, employees, subconsultants or
volunteers shall be in excess of this insurance and shall not contribute with it.
3. SEVERABILITY OF INTEREST. The inclusion of more than one Insured under this policy shall not
,., affect the rights of any Insured as respects any claim, suit or judgment made or brought by or for any other
Insured or by or for any employee of any other Insured. This policy shall protect each Insured in the same
manner as through a separate policy had been issued to each, except that nothing herein shall operate to
increase the company's liability beyond the amount or amounts for which the company would have been
go liable had only one insured been named.
4. CANCELLATION NOTICE. The insurance afforded by this policy shall not be suspended, voided,
canceled, reduced in coverage or in limits except after FORTY-FIVE (45) days' prior written notice by
certified mail return receipt requested has been given to the OWNER. Such notice shall be addressed to (a)
the OWNER and(b)the CONTRACTOR.
5. CLAIM REPORTING. The OWNER has no obligation to report occurrences unless a claim has been filed
with the OWNER.
6. AGGREGATE LIMIT. The General Aggregate Limit under Limits of Insurance applies separately to the
above named contract for the above named OWNER.
Date Authorized Representative
+�r
Signature
rr
i
BENSON ROAD SOUTH-MAIN AVENUE TO S.26TH ST.
+fir (DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS,HIGHLAND SIDEWALKS)
CITY OF RENTON
AUGUST 2005
rr
CITY OF RENTON
CONSTRUCTION CONTRACTS
+r INSURANCE AND RELATED REQUIREMENTS
MINIMUM INSURANCE COVERAGES AND REQUIREMENTS
The(CONTRACTOR)shall obtain and maintain the minimum insurance coverages set forth below. By requiring
such minimum insurance, CITY OF RENTON shall not be deemed or construed to have assessed the risks that
may be applicable to the(CONTRACTOR) under Contract Number CAG 05-144. The (CONTRACTOR) shall
assess its own risks and if it deems appropriate and/or prudent,maintain higher limits and/or broader coverages.
Coverages
(1) Commercial General Liability-ISO 1993 Form or equivalent. Coverage to include:
• Premises and Operations
• • Explosion,Collapse and Underground Hazards
• Products/Completed Operations
• Contractual Liability (including Amendatory Endorsement CG 0043 which includes defense
coverage assumed under contract)
• Broad Form Property Damage
• Independent Contractors
• Personal/Advertising Injury
'� • Stop Gap Liability
(2) Automobile Liability including all
• Owned Vehicles
• Non-Owned Vehicles
• Hired Vehicles
r
(3) Workers'Compensation
• Statutory Benefits (Coverage A)- Show WA L&I Number
•
(4) Umbrella Liability
• Excess of Commercial General Liability and Automobile Liability. Coverage should be as
broad as primary.
(5) Professional Liability - (whenever the work under this Contract includes Professional Liability,
.�. including Advertising activities) the (CONTRACTOR) shall maintain professional liability covering
wrongful acts, errors and/or omissions of the (CONTRACTOR) for damage sustained by reason of or in
the course of operations under this Contract.
vyr
(6) Pollution Liability - the City may require this coverage whenever work under this Contract involves
pollution risk to the environment. This coverage is to include sudden and gradual coverage for third
party liability including defense costs and completed operations.
•r
ar
BENSON ROAD SOUTH-MAIN AVENUE TO S.26TH ST.
(DOWNTOWN CURB RAMPS.MAPLEWOOD SIDEWALKS,HIGHLAND SIDEWALKS)
CITY OF RENTON
AUGUST 2005
LIMITS REQUIRED
.. The(CONTRACTOR)shall carry the following limits of liability as required below:
Commercial General Liability
rre
General Aggregate* $ 2,000,000
Products/Completed Operations Aggregate $ 2,000,000
Each Occurrence Limit $ 1,000,000
Personal/Advertising Injury $ 1,000,000
Fire Damage(Any One Fire) $ 50,000
Medical Payments(Any One Person) $ 5,000
op Stop Gap Liability $ 1,000,000
*General Aggregate to apply per project(ISO Form CG2503 or equivalent)
Automobile Liability
Bodily Injury/Property Damage $ 1,000,000
s (Each Accident)
Workers'Compensation
+r
Coverage A(Workers'Compensation)- Show WA L&I Number
Umbrella Liability
W
Each Occurrence Limit $ 1,000,000
General Aggregate Limit $ 1,000,000
■r Products/Completed Operations Aggregate $ 1,000,000
Professional Liability(If required)
to Each Occurrence/Incident/Claim $ 1,000,000
Aggregate $ 2,000,000
W (The City may require the CONTRACTOR keep this policy in effect
for up to two (2)years after completion of the project)
Pollution Liability(If required) To apply on a per project basis
Per Loss $ 1,000,000
Aggregate $ 1,000,000
.r
r
BENSON ROAD SOUTH-MAIN AVENUE TO S.26TH ST.
wr (DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS,HIGHLAND SIDEWALKS)
CITY OF RENTON
AUGUST 2005
VW
ADDITIONAL REQUIREMENTS
•� (CONTRACTOR) shall Name CITY OF RENTON, and its officers, officials, agents, employees and volunteers
as Additional Insureds(ISO Form CG 2010 or equivalent). (CONTRACTOR) shall provide CITY OF RENTON
Certificates of Insurance and copies of policies, if requested, prior to commencement of work. Further, all
policies of insurance described above shall:
1) Be on a primary basis nor contributory with any other insurance coverages and/or self-insurance carried
by CITY OF RENTON.
s
2) Include a Waiver of Subrogation Clause.
3) Severability of Interest Clause(Cross Liability)
4) Policy may not be non-renewed, cancelled or materially changed or altered unless forty-five (45) days
.re
prior written notice is provided to CITY OF RENTON. Notification shall be provided to CITY OF
RENTON by certified mail.
The (CONTRACTOR) shall promptly advise the CITY OF RENTON in the event any general aggregates are
reduced for any reason, and shall reinstate the aggregate and the (CONTRACTOR'S)expense to comply with the
minimum limits and requirements as stated above and shall furnish to the CITY OF RENTON a new certificate
of insurance showing such coverage is in force.
•
The CITY OF RENTON may require the CONTRACTOR to keep Professional Liability coverage in effect for
two(2)years after completion of the project.
�r
sir
i
+o
so
BENSON ROAD SOUTH-MAIN AVENUE TO S.26T"ST.
+� (DOWNTOWN CURB RAMPS.MAPLEWOOD SIDEWALKS,HIGHLAND SIDEWALKS)
CITY OF RENTON
AUGUST 2005
V. CONTRACT SPECIFICATIONS CITY OF RENTON
v
CONTRACT SPECIFICATIONS
BENSON ROAD SOUTH-MAIN AVENUE TO S.26TH ST.
(DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS,HIGHLANDS SIDEWALKS)
CITY OF RENTON
AUGUST 2005
�r
1 CONTENTS
2
+�r 3
4
5 INTRODUCTION---------------------------------------------------------------------------------------1
6 AMENDMENTS TO THE STANDARD SPECIFICATIONS
7 SECTION 1-07, LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC ---1
8 SECTION 1-09, MEASUREMENT AND PAYMENT--------------------------------------------9
.r. 9 SECTION 1-10, TEMPORARY TRAFFIC CONTROL---------------------------------------10
10 SECTION 1-99, APWA SUPPLEMENT---------------------------------------------------------23
11 SECTION 2-02, REMOVAL OF STRUCTURES AND OBSTRUCTIONS---------------25
12 SECTION 2-03, ROADWAY EXCAVATION AND EMBANKMENT -----------------------25
r 13 SECTION 2-09, STRUCTURE EXCAVATION-------------------------------------------------25
14 SECTION 2-10, DITCH EXCAVATION----------------------------------------------------------26
15 SECTION 4-04, BALLAST AND CRUSHED SURFACING---------------------------------26
16 SECTION 5-01, CEMENT CONCRETE PAVEMENT REHABILITATION---------------26
17 SECTION 5-04, HOT MIX ASPHALT------------------------------------------------------------28
ar
18 SECTION 5-05, CEMENT CONCRETE PAVEMENT----------------------------------------30
19 SECTION 6-01, GENERAL REQUIREMENTS FOR STRUCTURES -------------------30
ow 20 SECTION 6-02, CONCRETE STRUCTURES-------------------------------------------------31
21 SECTION 6-03, STEEL STRUCTURES--------------------------------------------------------47
.' 22 SECTION 6-05, PILING ----------------------------------------------------------------------------47
23 SECTION 6-06, BRIDGE RAILINGS------------------------------------------------------------48
�+► 24 SECTION 6-07, PAINTING ------------------------------------------------------------------------48
25 SECTION 6-09, MODIFIED CONCRETE OVERLAYS--------------------------------------48
r.. 26 SECTION 6-10, CONCRETE BARRIER--------------------------------------------------------49
27 SECTION 6-11, REINFORCED CONCRETE WALLS---------------------------------------50
28 SECTION 6-12, NOISE BARRIER WALLS----------------------------------------------------53
29 SECTION 6-13, STRUCTURAL EARTH WALLS---------------------------------------------58
,r 30 SECTION 6-14, GEOSYNTHETIC RETAINING WALLS -----------------------------------66
31 SECTION 6-15, SOIL NAIL WALLS -------------------------------------------------------------70
+rr
32 SECTION 6-16, SOLDIER PILE AND SOLDIER PILE TIEBACK WALLS--------------79
BENSON ROAD SOUTH-MAIN AVENUE TO S.26Tx ST.
(DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS,HIGHLANDS SIDEWALKS)
CITY OF RENTON
rl� AUGUST 2005
PAGE
1 SECTION 6-17, PERMANENT GROUND ANCHORS --------------------------------------84
2 SECTION 6-18, SHOTCRETE FACING--------------------------------------------------------93
3 SECTION 7-05, MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS ---------97
4 SECTION 7-12, VALVES FOR WATER MAINS-----------------------------------------------97
5 SECTION 7-14, HYDRANTS----------------------------------------------------------------------97 1
6 SECTION 7-15, SERVICE CONNECTIONS---------------------------------------------------97
7 SECTION 7-17, SANITARY SEWERS----------------------------------------------------------97
8 SECTION 8-01, EROSION CONTROLAND WATER POLLUTION CONTROL------98
9 SECTION 8-02, ROADSIDE RESTORATION-- ---------------------------------------------99
10 SECTION 8-04, CURBS, GUTTERS, AND SPILLWAYS --------------------------------- 101
11 SECTION 8-07, PRECAST TRAFFIC CURB AND BLOCK TRAFFIC CURB-------- 101
12 SECTION 8-08, RUMBLE STRIPS ------------------------------------------------------------ 101
13 SECTION 8-12, CHAIN LINK FENCE AND WIRE FENCE ------------------------------ 102
14 SECTION 8-14, CEMENT CONCRETE SIDEWALKS ------------------------------------ 102
15 SECTION 8-15, RIPRAP------------------------------------------------------------------------- 103
16 SECTION 8-17, IMPACT ATTENUATOR SYSTEMS-------------------------------------- 103
17 SECTION 8-18, MAILBOX SUPPORT------------------------------------------------------- 104
18 SECTION 8-19, REDIRECTIONAL LAND FORM------------------------------------------ 105
19 SECTION 8-20,ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND ELECTRICAL105
20 SECTION 8-22, PAVEMENT MARKING------------------------------------------------------ 106
21 SECTION 8-23, TEMPORARY PAVEMENT MARKINGS -------------------------------- 109
22 SECTION 9-01, PORTLAND CEMENT------------------------------------------------------- 109
23 SECTION 9-02, BITUMINOUS MATERIALS------------------------------------------------ 110
24 SECTION 9-03, AGGREGATES-----------------------------------------------------------------111
25 SECTION 9-04, JOINT AND CRACK SEALING MATERIALS -------------------------- 114
26 SECTION 9-05, DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS------- 114
27 SECTION 9-06, STRUCTURAL STEEL AND RELATED MATERIALS---------------- 117 40
28 SECTION 9-07, REINFORCING STEEL----------------------------------------------------- 117
29 SECTION 9-08, PAINTS-------------------------------------------------------------------------- 118
30 SECTION 9-09, TIMBER AND LUMBER----------------------------------------------------- 119
31 SECTION 9-10, PILING -------------------------------------------------------------------------- 119
32 SECTION 9-12, MASONRY UNITS------------------------------------------------------------ 119
33 SECTION 9-13, RIPRAP, QUARRY SPALLS, SLOPE PROTECTION, AND ROCK120
BENSON ROAD SOUTH-MAIN AVENUE TO S.26* ST.
(DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS,HIGHLANDS SIDEWALKS)
CITY OF RENTON
AUGUST 2005
., PAGE
1 SECTION 9-14, EROSION CONTROLAND ROADSIDE PLANTING ---------------- 120
2 SECTION 9-15, IRRIGATION SYSTEM------------------------------------------------------ 122
3 SECTION 9-16, FENCE AND GUARDRAIL------------------------------------------------- 122
4 SECTION 9-17, FLEXIBLE GUIDE POSTS ------------------------------------------------- 127
5 SECTION 9-20, CONCRETE PATCHING MATERIAL ------------------------------------ 127
6 SECTION 9-23, CONCRETE CURING MATERIALS AND ADMIXTURES----------- 128
7 SECTION 9-28, SIGNING MATERIALS AND FABRICATION--------------------------- 128
8 SECTION 9-29, ILLUMINATION, SIGNALS, ELECTRICAL----------------------------- 129
9 SECTION 9-30, WATER DISTRIBUTION MATERIALS----------------------------------- 137
10 SECTION 9-32, MAILBOX SUPPORT------------------------------------------------------- 138
11 SECTION 9-33, CONSTRUCTION GEOSYNTHETIC------------------------------------ 139
- 12 SECTION 9-34, PAVEMENT MARKING MATERIAL-------------------------------------- 146
13 SECTION 9-35, TEMPORARY TRAFFIC CONTROL MATERIALS-------------------- 147
�., 14
r
r
BENSON ROAD SOUTH-MAIN AVENUE TO S.26TH ST.
(DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS,HIGHLANDS SIDEWALKS)
CITY OF RENTON
I' AUGUST 2005
ow
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.
w 4
5 AMENDMENTS TO THE STANDARD SPECIFICATIONS
6
7 The following Amendments to the Standard Specifications are made a part of this contract
ow 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 INTRODUCTION
16 The following Amendments and Special Provisions shall be used in conjunction with the
17 2004 Standard Specifications for Road, Bridge, and Municipal Construction.
• 18
19 This project is designed in metric units. Among the Special Provisions contained in this
20 project are revisions to sections within Divisions 1, 6, 7 and 9 that provide conversion
ow 21 methods and charts needed to administer this project utilizing the 2004 Standard
22 Specifications.
23
24 AMENDMENTS TO THE STANDARD SPECIFICATIONS
.. 25
26 The following Amendments to the Standard Specifications are made a part of this contract
27 and supersede any conflicting provisions of the Standard Specifications. For informational
28 purposes, the date following each Amendment title indicates the implementation date of the
" 29 Amendment or the latest date of revision.
30
31 Each Amendment contains all current revisions to the applicable section of the Standard
32 Specifications and may include references which do not apply to this particular project.
33
34 SECTION 1-07, LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC
35 August 1, 2005
36 1-07.1 Laws to be Observed
37 The first, second, and fourth paragraphs are revised to read:
38
4' 39 The Contractor shall always comply with all Federal, State, tribal or local laws,
40 ordinances, and regulations that affect work under the contract. The Contractor shall
41 indemnify, defend, and save harmless the State (including the Governor, Commission,
r, 42 Secretary, and any agents, officers, and employees) against any claims that may arise
43 because the Contractor (or any employee of the Contractor or subcontractor or
44 materialperson) violated a legal requirement.
45
%V 46 The Contractor shall be responsible for the safety of all workers and shall comply with
47 all appropriate state safety and health standards, codes, rules, and regulations,
48 including, but not limited to, those promulgated under the Washington Industry Safety
49 and Health Act RCW Chapter 49.17 (WISHA) and as set forth in Title 296 WAC
50 (Department of Labor and Industries). The Contractor shall likewise be obligated to
51 comply with all federal safety and health standards, codes, rules, and regulations that
52 may be applicable to the contract work.
53
54 Without usurping the authority of other agencies, the Contracting Agency will cooperate
55 with them in their efforts to enforce legal requirements. Upon awareness of a violation
56 of a legal requirement, the Engineer will notify the Contractor in an effort to achieve
.r 57 compliance. The Engineer may also notify the agency responsible for enforcement if
BENSON ROAD SOUTH-MAIN AVENUE TO S.20 ST.
(DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS,HIGHLANDS SIDEWALKS)
CITY OF RENTON
low AUGUST 2005
AMENDMENTS 2005-AUG 1
+w
1 the Engineer deems that action is necessary to achieve compliance with legal 10
2 requirements. The Engineer will also assist the enforcement agency to obtain
3 Contractor compliance to the extent such assistance is consistent with the provisions of
4 the contract.
5
6 1-07.5 Fish and Wildlife and Ecology Regulations
7 The section title is revised to read:
8
9 1-07.5 Environmental Regulations
10
11 1-07.5(1) General
12 This section is revised to read:
13
14 Throughout the work, the Contractor shall comply with all current rules of the resource
15 agencies having jurisdiction over the affected areas. Some, though not all, of these
16 rules are summarized below. Any of these agencies may, without prejudice to the
17 Contracting Agency, add rules as needed to protect game, fish, or the environment.
18
19 The following restrictions apply to all work:
20
21 No work shall occur within the jurisdictional areas unless authorized in the contract
22 provisions and associated environmental permits.
23 at
24 No materials shall be placed below the ordinary high water line except as may be
25 specified in the contract.
26
27 No equipment shall enter waters of the State, except as may be specified in the IN
28 contract.
29
30 1-07.5(2) State Department of Fish and Wildlife
31 Item 7 is deleted.
32
33 1-07.5(3) State Department of Ecology
34 This section is revised to read:
35
36 In doing the work, the Contractor shall:
37
38 1. Get a waste discharge permit from the Ecology Department before:
39
40 a. Washing aggregate; or
41 b. Discharging water from pit sites or excavations into a ground or
42 surface waterway when the water contains turbidity, silt, or foreign
43 materials.
44
45 2. Give the Project Engineer a copy of each waste discharge permit before the
46 work begins.
47
48 3. Control drainage and erosion in a manner that reduces waterway pollution.
49 r
50 4. Perform work in such a manner that all materials and substances not
51 specifically identified in the contract documents to be placed in the water do
52 not enter waters of the State, including wetlands.
53
54 5. Use equipment that is free of external petroleum-based products.
55
56 6. Remove accumulations of soil and debris from drive mechanisms (wheels,
57 tracks, tires) and undercarriage of equipment prior to using equipment below
58 the ordinary high water line.
59
BENSON ROAD SOUTH-MAIN AVENUE TO S.20 ST.
(DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS,HIGHLANDS SIDEWALKS)
CITY OF RENTON
AUGUST 2005
AMENDMENTS 2005-AUG 2
1 7. Clean loose dirt and debris from all materials placed below the ordinary high
"" 2 water line. No materials shall be placed below the ordinary high water line
3 without the Engineer's approval.
4
,,. 5 8. Notify the Engineer and Ecology Department immediately should oil,
6 chemicals, or sewage spill into waters of the State.
7
8 1-07.7(2) Load Limit Restrictions
aw 9 Item 1 is supplemented with the following:
10
11 If the Contractor desires to utilize work methods resulting in load that exceed any of the
12 restrictions described above, the Contractor shall submit calculations and other
13 supporting information (as specified in Section 6-01.6 for bridges under construction) to
14 the Engineer for approval in accordance with Sections 6-01.6 and 6-01.9. The Engineer
15 will review the calculations and supporting information to determine if the loading meets
,., 16 the criteria specified in Section 6-01.6. The Contractor shall not place or operate
17 construction vehicles or equipment on or over the structure until receiving the
18 Engineer's approval of the submittal.
19
• 20 1-07.11(10)6 Required Records and Retention
21 The third and fourth paragraphs are revised to read:
22
23 Monthly Employment Utilization Reports
"" 24 WSDOT Form #820-010 or substitute form as approved by the Contracting Agency.
25 This form is required for all federally assisted projects if the contract is equal to or
26 greater then $10,000 and for every associated subcontract equal to or greater than
,,. 27 $10,000. These monthly reports are to be maintained in the respective Contractor or
28 subcontractor's records.
29
30 In addition, for contracts with a value of $100,000 or more, the Contractor shall submit
+• 31 copies of the completed WSDOT form 820-010 or approved substitute to the
32 Contracting Agency by the fifth of each month throughout the term of the contract. The
33 Contractor shall also collect and submit these forms monthly from every subcontractor
34 who holds a subcontract with a value of $100,000 or more.
35
36 Failure to submit the required reports by their due dates may result in the withholding of
37 progress estimate payments.
38
39 1-07.13(4) Repair of Damage
40 This section is revised to read:
41
••� 42 The Contractor shall promptly repair all damage to either temporary or permanent work
43 as directed by the Engineer. For damage qualifying for relief under Sections 1-07.13(1),
44 1-07.13(2) or 1-07.13(3), payment will be made in accordance with Section 1-04.4 using
45 the estimated bid item "Reimbursement for Third Party Damage".
46
47 In the event the Contracting Agency pays for damage to the Contractor's work or for
48 damage to the Contractor's equipment caused by third parties, any claim the Contractor
49 had or may have had against the third party shall be deemed assigned to the
50 Contracting Agency, to the extent of the Contracting Agency's payment for such
51 damage.
52
•. 53 Payment will be limited to repair of damaged work only. No payment will be made for
54 delay or disruption of work.
55
56 For the purpose of providing a common proposal for all bidders, the Contracting Agency
57 has entered an amount for "Reimbursement For Third Party Damage" in the proposal to
58 become a part of the total bid by the Contractor.
59
1W
BENSON ROAD SOUTH-MAIN AVENUE TO S.20 ST.
(DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS,HIGHLANDS SIDEWALKS)
rr
CITY OF RENTON
AUGUST 2001
AMENDMENTS 2005-AUG 3
+A
1 1-07.14 Responsibility for Damage
2 The first paragraph is revised to read:
3
4 The State, Governor, Commission, Secretary, and all officers and employees of the 0
5 State, including but not limited to those of the Department, will not be responsible in any
6 manner: for any loss or damage that may happen to the work or any part; for any loss of
7 material or damage to any of the materials or other things used or employed in the
8 performance of work; for injury to or death of any persons, either workers or the public; 0
9 or for damage to the public for any cause which might have been prevented by the
10 Contractor, or the workers, or anyone employed by the Contractor.
11
12 The first sentence of the third paragraph is revised to read: 0
13
14 Subject to the limitations in this section, the Contractor shall indemnify, defend, and
15 save harmless the State, Governor, Commission, Secretary, and all officers and
16 employees of the State from all claims, suits, or actions brought for injuries to, or death
17 of, any persons or damages resulting from construction of the work or in consequence
18 of any negligence regarding the work, the use of any improper materials in the work,
19 caused in whole or in part by any act or omission by the Contractor or the agents or
20 employees of the Contractor during performance or at any time before final acceptance.
21 In addition to any remedy authorized by law, the State may retain so much of the money
22 due the Contractor as deemed necessary by the Engineer to ensure indemnification
23 until disposition has been made of such suits or claims. rr
24
25 This section is supplemented with the following:
26
27 The Contracting Agency will forward to the Contractor all claims filed against the State
28 according to RCW 4.92.100 that are deemed to have arisen in relation to the
29 Contractor's work or activities under this contract, and, in the opinion of the Contracting
30 Agency, are subject to the defense, indemnity, and insurance provisions of these
31 Standard Specifications. Claims will be deemed tendered to the Contractor and insurer,
32 who has named the State as a named insured or an additional insured under the
33 contract's insurance provisions, once the claim has been forwarded via certified mail to
34 the Contractor. The Contractor shall be responsible to provide a copy of the claim to the as
35 Contractor's designated insurance agent who has obtained/met the contract's insurance
36 provision requirements.
37
38 Within 60 calendar days following the date a claim is sent by the Contracting Agency to
39 the Contractor, the Contractor shall notify the Claimant and WSDOT (Risk Management
40 Office, PO Box 47418, Olympia, WA 98504-7418) of the following:
41
42 a. whether the claim is allowed or is denied in whole or in part, and, if so, the
43 specific reasons for the denial of the individual claim, and if not denied in full,
44 when payment has been or will be made to the claimant(s) for the portion of
45 the claim that is allowed, or
46
47 b. if resolution negotiations are continuing. In this event, status updates will be
48 reported no longer than every 60 calendar days until the claim is resolved or a
49 lawsuit is filed.
50
51 If the Contractor fails to provide the above notification within 60 calendar days, then the
52 Contractor shall yield to the Contracting Agency sole and exclusive discretion to allow
53 all or part of the claim on behalf of the Contractor, and the Contractor shall be deemed
54 to have WAIVED any and all defenses, objections, or other avoidances to the
55 Contracting Agency's allowance of the claim, or the amount allowed by the
56 Contracting Agency, under common law, constitution, statute, or the contract and .,
57 these Standard Specifications. If all or part of a claim is allowed, the Contracting
58 Agency will notify the Contractor via certified mail that it has allowed all or part of the
59 claim and make appropriate payments to the claimant(s) with State funds.
60 r
BENSON ROAD SOUTH-MAIN AVENUE TO S.20 ST.
(DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS,HIGHLANDS SIDEWALKS)
CITY OF RENTON
AUGUST 2005
AMENDMENTS 2005-AUG 4
1 Payments of State funds by the Contracting Agency to claimant(s) under this section will
us 2 be made on behalf of the Contractor and at the expense of the Contractor, and the
3 Contractor shall be unconditionally obligated to reimburse the Contracting Agency for
4 the "total reimbursement amount", which is the sum of the amount paid to the
Im 5 claimant(s), plus all costs incurred by the Contracting Agency in evaluating the
6 circumstances surrounding the claim, the allowance of the claim, the amount due to the
7 claimant, and all other direct costs for the Contracting Agency's administration and
8 payment of the claim on the Contractor's behalf. The Contracting Agency will be
�* 9 authorized to withhold the total reimbursement amount from amounts due the
10 Contractor, or, if no further payments are to be made to the Contractor under the
11 contract, the Contractor shall directly reimburse the Contracting Agency for the amounts
12 paid within 30 days of the date notice that the claim was allowed was sent to the
13 Contractor. In the event reimbursement from the Contractor is not received by the
14 Contracting Agency within 30 days, interest shall accrue on the total reimbursement
15 amount owing at the rate of 12 per cent per annum calculated at a daily rate from the
,,. 16 date the contractor was notified that the claim was allowed. The Contracting Agency's
17 costs to enforce recovery of these amounts are additive to the amounts owing.
18
19 1-07.15(1) Spill Prevention, Control and Countermeasures Plan
+� 20 This section is revised to read:
21
22 The Contractor shall prepare a project specific spill prevention, control and
23 countermeasures (SPCC) plan to be used for the duration of the project. The plan shall
"W 24 be submitted to the Engineer prior to the commencement of any on site construction
25 activities. The Contractor shall maintain a copy of the plan at the work site, including
26 any necessary updates as the work progresses. If hazardous materials are
to 27 encountered during construction, the Contractor shall do everything possible to control
28 and contain the material until appropriate measures can be taken. Hazardous material,
29 as referred to within this specification, is defined in RCW 70.105.010 under "Hazardous
30 Substances". Occupational safety and health requirements that may pertain to SPCC
+� 31 planning are contained in but not limited to WAC 296-824 and WAC 296-843.
32
33 The SPCC plan shall address the following project-specific information:
34
35 1. SPCC Plan Elements
36
37 A. Site Information
38 Identify general site information useful in construction planning,
39 recognizing potential sources of spills, and identifying personnel
40 responsible for managing and implementing the plan.
41
•• 42 B. Project Site Description
43 Identify staging, storage, maintenance, and refueling areas and their
44 relationship to drainage pathways, waterways, and other sensitive
45 areas. Specifically address:
" 46
47 the Contractor's equipment maintenance, refueling, and
48 cleaning activities.
49 the Contractor's on site storage areas for hazardous
50 materials.
51
52 C. Spill Prevention and Containment
rr 53 For each of the locations identified in B, above, specifically address:
54
55 1. Spill prevention and containment measures to be used at
56 each location.
" 57 2. The method of collecting and treating, or disposing of runoff
58 from each location.
59 3. The method of diverting project runoff from each location.
r 60
BENSON ROAD SOUTH-MAIN AVENUE TO S.20 ST.
(DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS.HIGHLANDS SIDEWALKS)
low CITY OF RENTON
AUGUST 2005
AMENDMENTS 2005-AUG 5
r
1 D. Spill Response '
2 Outline spill response procedures including assessment of the
3 hazard, securing spill response and personal protective equipment,
4 containing and eliminating the spill source, and mitigation, removal W
5 and disposal of the material.
6
7 E. Standby, On-Site, Material and Equipment
8 The plan shall identify the equipment and materials the Contractor will ,r
9 maintain on site to carry out the preventive and responsive measures
10 for the items listed.
11
12 F. Reporting
13 The plan shall list all federal, state and local agency telephone
14 numbers the Contractor must notify in the event of a spill.
15
16 G. Program Management wo
17 Identify site security measures, inspection procedures and personnel
18 training procedures as they relate to spill prevention, containment,
19 response, management and cleanup.
20
21 H. Preexisting Contamination
22 If preexisting contamination in the project area is described elsewhere
23 in the plans or specifications, the SPCC plan shall indicate measures it
24 the Contractor will take to conduct work without allowing release or
25 further spreading of the materials.
26 r
27 I. Work Below the Ordinary High Water Line
28 Identify equipment that will be used below the ordinary high water
29 line. Outline daily inspection and cleanup procedures that ensure
30 equipment is free of all external petroleum-based products. Identify ,
31 refueling procedures for equipment that cannot be moved from below
32 the ordinary high water line.
33
34 2. Attachments .n
35
36 A. Site plan showing the locations identified in (1. B. and 1. C.) noted
37 previously.
38
39 B. Spill and Incident Report Forms, if any, that the Contractor will be
40 using.
41 Implementation Requirements
42 The Contractor shall implement prevention and containment measures identified in the
43 SPCC plan prior to performing any of the following:
44
45 Placing materials or equipment in staging or storage areas
46 Equipment refueling
47 Equipment washing
48 Stockpiling contaminated materials
49
50 Payment
51 The lump sum contract price for the "SPCC Plan" shall be full pay for:
52
53 1. All costs associated with creating the SPCC plan.
54
55 2. All costs associated with providing and maintaining on site standby materials
56 and equipment described in the SPCC plan.
57
58 3. All costs associated with implementing the prevention and containment
59 measures identified in the approved SPCC plan.
60
BENSON ROAD SOUTH-MAIN AVENUE TO S.261"ST. ""
(DOWNTOWN CURB RAMPS.MAPLEWOOD SIDEWALKS,HIGHLANDS SIDEWALKS)
CITY OF RENTON
AUGUST 2005
AMENDMENTS 2005-AUG 6
1 As to other costs associated with spills the contractor may request payment as provided
2 for in the Contract. No payment shall be made if the spill was caused by or resulted
3 from the Contractor's operations, negligence or omissions.
4
,. 5 1-07.16(1) Private/Public Property
6 This section is revised to read:
7
8 The Contractor shall not use Contracting Agency owned or controlled property other
w 9 than that directly affected by the contract work without the approval of the Engineer. If
10 the Engineer grants such approval, the Contractor shall then vacate the area when
11 ordered to do so by the Engineer. Approval to temporarily use the property shall not
12 create any entitlement to further use or to compensation for any conditions or
13 requirements imposed.
14
15 The Contractor shall protect private or public property on or in the vicinity of the work
.r 16 site. The Contractor shall ensure that it is not removed, damaged, destroyed, or
17 prevented from being used unless the contract so specifies.
18
19 Property includes land, utilities, trees, landscaping, improvements legally on the right-of-
20 way, markers, monuments, buildings, structures, pipe, conduit, sewer or water lines,
21 signs, and other property of all description whether shown on the plans or not.
22
.. 23 If the Engineer orders , or if otherwise necessary, the Contractor shall install protection,
24 acceptable to the Engineer, for property such as that listed in the previous paragraph.
25 The Contractor is responsible for locating and protecting all property that is subject to
26 damage by the construction operation.
�,. 27
28 If the Contractor (or agents/employees of the Contractor) damage, destroy, or interfere
29 with the use of such property, the Contractor shall restore it to original condition. The
30 Contractor shall also halt any interference with the property's use. If the Contractor
'• 31 refuses or does not respond immediately, the Engineer may have such property
32 restored by other means and subtract the cost from money that will be or is due the
33 Contractor.
34
35 The Contractor may access the worksite from adjacent properties. The Contractor shall
36 not use or allow others to use this access to merge with public traffic. During non-
37 working hours, the Contractor shall provide a physical barrier that is either locked or
38 physically unable to be moved without equipment. The access shall not go through any
39 existing structures. The access may go through fencing. The Contractor shall control or
40 prevent animals from entering the worksite to the same degree that they were controlled
41 before the fence was removed. The Contractor shall prevent persons not involved in
+�• 42 the contract work from entering the worksite through the access or through trails and
43 pathways intersected by the access. If the contract documents require that existing
44 trails or pathways be maintained during construction, the Contractor will insure the safe
45 passage of trail or pathway users. The Contractor shall effectively control airborne
""' 46 particulates that are generated by use of the access. The location and use of the
47 access shall not adversely affect wetlands or sensitive areas in any manner. The
48 Contractor shall be responsible for obtaining all haul road agreements, permits and/or
49 easements associated with the access. The Contractor shall replace any fence, repair
50 any damage and restore the site to its original state when the access is no longer
51 needed. The Contractor shall bear all costs associated with this worksite access.
52
• 53 1-07.16(2) Vegetation Protection and Restoration
54 The new paragraph below is inserted to follow the third paragraph:
55
56 Any pruning activity required to complete the work as specified shall be performed by
57 persons qualified as a Certified Arborist at the direction of the Engineer.
58
59 In the fifth paragraph, "Guide for Plant Appraisal, Eighth Edition" is revised to read "Guide for
,! 60 Plant Appraisal, Current Edition".
BENSON ROAD SOUTH-MAIN AVENUE TO S.26�ST.
(DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS,HIGHLANDS SIDEWALKS)
CITY OF RENTON
AUGUST 2005
AMENDMENTS 2005-AUG 7
r�r
1 �
2 1-07.16(3) Fences, Mailboxes, Incidentals
3 The first sentence in the first paragraph is revised to read:
4
5 The Contractor shall maintain any temporary fencing to prevent pedestrians from
6 entering the worksite and to preserve livestock, crops, or property when working through
7 or adjacent to private property.
8
9 1-07.18 Public Liability and Property Damage Insurance
10 This section is revised to read:
11
12 The Contractor shall obtain and keep in force the following policies of insurance. The rr
13 policies shall be with companies or through sources approved by the State Insurance
14 Commissioner pursuant to Chapter 48.05, RCW. Unless otherwise indicated below, the
15 policies shall be kept in force from the execution date of the contract until the date of
16 acceptance by the Secretary (Section 1-05.12).
17
18 1. Owners and Contractors Protective Insurance providing bodily injury and property
19 damage liability coverage with limits of $3,000,000 per occurrence and in the
20 aggregate for each policy period, written on Insurance Services Office (ISO) form
21 CG0009 together with Washington State Department of Transportation Amendatory
22 Endorsement No. CG 29 08, specifying the State of Washington as a named
23 insured. rr
24
25 The Contractor may choose to terminate this insurance after the date of Substantial
26 Completion as determined by the Engineer or, should Substantial Completion not
27 be achieved, after the date of Physical Completion as determined by the Engineer.
28 In the event the Contractor elects to terminate this coverage, prior to acceptance of
29 the contract, the Contractor shall first obtain an endorsement to the Commercial
30 General Liability Insurance described below that establishes the Contracting
31 Agency on that policy as an additional insured.
32
33 2. Commercial General Liability Insurance written under ISO Form CG0001 or its
34 equivalent with minimum limits of $3,000,000 per occurrence and in the aggregate
35 for each policy period. This protection may be a CGL policy or any combination of
36 primary, umbrella or excess liability coverage affording total liability limits of not less
37 than $3,000,000. Products and completed operations coverage shall be provided
38 for a period of one year following final acceptance of the work. �+
39
40 3. Commercial Automobile Liability Insurance providing bodily injury and property ;
41 damage liability coverage for all owned and nonowned vehicles assigned to or used
42 in the performance of the work with a combined single limit of not less than
43 $1,000,000 each occurrence with the State named as an additional insured in
44 connection with the Contractor's Performance of the contract.
45
46 The Owners and Contractors Protective Insurance policy shall not be subject to a
47 deductible or contain provisions for a deductible. The Commercial General Liability
48 policy and the Commercial Automobile Liability Insurance policy may, at the discretion of
49 the Contractor, contain such provisions. If a deductible applies to any claim under these
50 policies, then payment of that deductible will be the responsibility of the Contractor,
51 notwithstanding any claim of liability against the Contracting Agency. However in no
52 event shall any provision for a deductible provide for a deductible in excess of
53 $50,000.00.
54
55 Prior to contract execution, the Contractor shall file with the Department of
56 Transportation, Contract Payment Section, P.O. Box 47420, Olympia, WA 98504-7420,
57 ACORD Form Certificates of Insurance evidencing the minimum insurance coverages
58 required under these specifications.
59
rr
BENSON ROAD SOUTH-MAIN AVENUE TO S.20 ST. ;
(DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS,HIGHLANDS SIDEWALKS)
CITY OF RENTON
AUGUST 2005
AMENDMENTS 2005-AUG 8
1 All insurance policies and Certificates of Insurance shall include a requirement providing
2 for a minimum of 45 days prior written notice to the Contracting Agency of any
3 cancellation or reduction of coverage. All insurance coverage required by this section
4 shall be written and provided by "occurrence-based" policy forms rather than by "claims
,,. 5 made" forms.
6
7 Failure on the part of the Contractor to maintain the insurance as required shall
8 constitute a material breach of contract upon which the Contracting Agency may, after
+� 9 giving five working days notice to the Contractor to correct the breach, immediately
10 terminate the contract or, at its discretion, procure or renew such insurance and pay any
11 and all premiums in connection therewith, with any sums so expended to be repaid to
12 the Contracting Agency on demand, or at the sole discretion of the Contracting Agency,
13 offset against funds due the Contractor from the Contracting Agency.
14
15 All costs for insurance, including any payments of deductible amounts, shall be
,,. 16 considered incidental to and included in the unit contract prices and no additional
17 payment will be made.
18
19 1-07.20 Patented Devices, Materials, and Processes
20 This section is revised to read:
21
22 The Contractor shall assume all costs arising from the use of patented devices,
23 materials, or processes used on or incorporated in the work, and agrees to indemnify,
24 defend, and save harmless the State, Governor, Commission, Secretary, and their duly
25 authorized agents and employees from all actions of any nature for, or on account of the
26 use of any patented devices, materials, or processes.
,,. 27
28 1-07.23(1) Construction Under Traffic
29 The first paragraph is supplemented with the following:
30
.r 31 The Contractor shall enter interstate highways only through legal movements from
32 existing roads, streets, and through other access points specifically allowed by the
33 contract documents.
34
35 The fourth sentence in the second paragraph is revised to read:
36
37 Deficiencies not caused by the Contractor's operations shall be repaired by the
38 Contractor, when ordered by the Engineer, at the Contracting Agency's expense.
39
40 In the sixth paragraph, 3. "C", the first sentence is revised to read:
41
+.. 42 Temporary concrete barrier or other approved barrier installed on the traffic side of the
43 drop-off with 2 feet between the drop-off and the back of the barrier and a new edge of
44 pavement stripe a minimum of 2 feet from the face of the barrier.
45
46 1-07.26 Personal Liability of Public Officers
47 This section is revised to read:
48
,,r, 49 Neither the Governor, the Commission, the Secretary, the Engineer, nor any other
50 officer or employee of the State shall be personally liable for any acts or failure to act in
51 connection with the contract, it being understood that in such matters, they are acting
52 solely as agents of the State.
53
54 SECTION 1-09, MEASUREMENT AND PAYMENT
55 August 1, 2005
56 1-09.1 Measurement of Quantities
57 The third paragraph is supplemented with the following:
58
•
BENSON ROAD SOUTH-MAIN AVENUE TO S.20 ST.
(DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS,HIGHLANDS SIDEWALKS)
,ow CITY OF RENTON
AUGUST 2005
AMENDMENTS 2005-AUG 9
r
1 Hour - measured for each hour that work is actually performed. Portions of an hour will
2 be rounded up to a half hour.
3
4 1-09.6 Force Account
5 On page 1-91, under "For Labor", the fourth and fifth sentences in the second paragraph
6 are deleted.
7
8 1-09.7 Mobilization
9 Under the second paragraph, item 3 is revised to read:
10
11 When the substantial completion date has been established for the project, payment of
12 any amount bid for mobilization in excess of 10 percent of the total original contract mr
13 amount will be paid.
14
15 SECTION 1-10, TEMPORARY TRAFFIC CONTROL
16 August 1, 2005 "rr
17 Section 1-10 is revised in its entirety to read:
18 rr
19 1-10.1 General
20 The Contractor, utilizing contractor labor and contractor-provided equipment and
21 materials (except when such labor, equipment or materials are to be provided by the
22 Contracting Agency as specifically identified herein), shall plan, manage, supervise and rr
23 perform all temporary traffic control activities needed to support the work of the contract.
24
25 1-10.1(1) Materials
26 Materials shall meet the requirements of the following sections:
27
28 Stop/Slow Paddles 9-35.1
29 Construction Signs 9-35.2
30 Wood Sign Posts 9-35.3
31 Sequential Arrow Signs 9-35.4
32 Portable Changeable Message Signs 9-35.5
33 Barricades 9-35.6 ■r
34 Traffic Safety Drums 9-35.7
35 Barrier Drums 9-35.8
36 Traffic Cones 9-35.9
37 Tubular Markers 9-35.10
38 Warning Lights and Flashers 9-35.11
39 Truck-Mounted Attenuator 9-35.12 f
40
41 1-10.1(2) Description
42 The Contractor shall provide flaggers, spotters and all other personnel required for labor
43 for traffic control activities and not otherwise specified as being furnished by the ,
44 Contracting Agency.
45
46 The Contractor shall perform all procedures necessary to support the contract work.
47
48 The Contractor shall provide signs and other traffic control devices not otherwise
49 specified as being furnished by the Contracting Agency. The Contractor shall erect and
50 maintain all construction signs, warning signs, detour signs, and other traffic control ,
51 devices necessary to warn and protect the public at all times from injury or damage as a
52 result of the Contractor's operations which may occur on or adjacent to highways,
53 roads, or streets. No work shall be done on or adjacent to the roadway until all
54 necessary signs and traffic control devices are in place.
55
56 The traffic control resources and activities described shall be used for the safety of the
57 public, of the Contractor's employees, and of the Contracting Agency's personnel and to ,
58 facilitate the movement of the traveling public. Traffic control resources and activities
BENSON ROAD SOUTH-MAIN AVENUE TO S.26"'ST.
(DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS,HIGHLANDS SIDEWALKS)
CITY OF RENTON
AUGUST 2005
AMENDMENTS 2005-AUG 10
1 may be used for the separation or merging of public and construction traffic when such
2 use is in accordance with a specific approved traffic control plan.
3
4 Upon failure of the Contractor to immediately provide flaggers; erect, maintain, and
r., 5 remove signs; or provide, erect, maintain, and remove other traffic control devices when
6 ordered to do so by the Engineer, the Contracting Agency may, without further notice to
7 the Contractor or the Surety, perform any of the above and deduct all of the costs from
8 the Contractor's payments.
aw 9
10 The Contractor shall be responsible for providing adequate labor, sufficient signs, and
11 other traffic control devices, and for performing traffic control procedures needed for the
12 protection of the work and the public at all times regardless of whether or not the labor,
" 13 devices or procedures have been ordered by the Engineer, furnished by the Contracting
14 Agency, or paid for by the Contracting Agency.
15
16 Wherever possible when performing contract work, the Contractor's equipment shall
17 follow normal and legal traffic movements. The Contractor's ingress and egress of the
18 work area shall be accomplished with as little disruption to traffic as possible. Traffic
19 control devices shall be removed by picking up the devices in a reverse sequence to
r 20 that used for installation. This may require moving backwards through the workzone.
21 When located behind barrier or at other locations shown on approved traffic control
22 plans, equipment may operate in a direction opposite to adjacent traffic.
23
"W 24 The Contractor is advised that the Contracting Agency may have entered into operating
25 agreements with one or more law enforcement organizations for cooperative activities.
26 Under such agreements, at the sole discretion of the Contracting Agency, law
VW 27 enforcement personnel may enter the workzone for enforcement purposes and may
28 participate in the Contractor's traffic control activities. The responsibility under the
29 contract for all traffic control resides with the Contractor and any such participation by
30 law enforcement personnel in Contractor traffic control activities will be referenced in the
VW 31 Special Provisions or will be preceded by an agreement and, if appropriate, a cost
32 adjustment. Nothing in this contract is intended to create an entitlement, on the part of
33 the Contractor, to the services or participation of the law enforcement organization.
34
35 1-10.2 Traffic Control Management
36
37 1-10.2(1) General
38 It is the Contractor's responsibility to plan, conduct and safely perform the work. The
39 Contractor shall manage temporary traffic control with his or her own staff. Traffic
40 control management responsibilities shall be formally assigned to one or more company
41 supervisors who are actively involved in the planning and management of field contract
.r 42 activities. The Contractor shall provide the Engineer with a copy of the formal
43 assignment. The duties of traffic control management may not be subcontracted.
44
45 The Contractor shall designate an individual or individuals to perform the duties of the
46 primary Traffic Control Supervisor (TCS). The designation shall also identify an
47 alternate TCS who can assume the duties of the primary TCS in the event of that
48 person's inability to perform. The TCS shall be responsible for safe implementation of
VW 49 approved Traffic Control Plans provided by the Contractor.
50
51 The designated individuals shall be certified as worksite traffic control supervisors by
52 one of the organizations listed in the Special Provisions. Possession of a current
+• 53 flagging card by the TCS is mandatory. A traffic control management assignment and a
54 TCS designation are required on all projects that will utilize traffic control.
55
56 The Contractor shall maintain 24-hour telephone numbers at which the Contractor's
57 assigned traffic control management personnel and the TCS can be contacted and be
58 available upon the Engineer's request at other than normal working hours. These
59 persons shall have the resources, ability and authority to expeditiously correct any
aw 60 deficiency in the traffic control system.
BENSON ROAD SOUTH-MAIN AVENUE TO S.20 ST.
(DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS,HIGHLANDS SIDEWALKS)
,r CITY OF RENTON
AUGUST 2005
AMENDMENTS 2005-AUG 11
r
1 W
2 1-10.2(1)A Traffic Control Management
3 The responsibilities of the Contractor's traffic control management personnel shall
4 include:
5
6 1. Overseeing and approving the actions of the Traffic Control Supervisor (TCS)
7 to ensure that proper safety and traffic control measures are implemented and
8 consistent with the specific requirements created by the Contractor's
9 workzones and the Contract. Some form of oversight shall be in place and
10 effective even when the traffic control management personnel are not present
11 at the jobsite.
12
13 2. Providing the Contractor's designated TCS with approved Traffic Control Plans
14 (TCPs) which are compatible with the work operations and traffic control for
15 which they will be implemented. Having the latest adopted edition of the
16 Manual On Uniform Traffic Control Devices for Streets and Highways
17 (MUTCD,) including the Washington State Modifications to the MUTCD and
18 applicable standards and specifications available at all times on the project.
19
20 3. Discussing proposed traffic control measures and coordinating implementation
21 of the Contractor-adopted traffic control plan(s) with the Engineer.
22
23 4. Coordinating all traffic control operations, including those of subcontractors
24 and suppliers, with each other and with any adjacent construction or
25 maintenance operations.
26
27 5. Coordinating the project's activities (such as ramp closures, road closures, and
28 lane closures) with appropriate police, fire control agencies, city or county
29 engineering, medical emergency agencies, school districts, and transit
30 companies.
31
32 6. Overseeing all requirements of the contract that contribute to the convenience,
33 safety, and orderly movement of vehicular and pedestrian traffic. ,
34
35 7. Reviewing the TCS's diaries daily and being aware of field traffic control
36 operations. ,
37
38 8. Being present on-site a sufficient amount of time to adequately satisfy the
39 above-listed responsibilities.
40
41 Failure to carry out any of the above-listed responsibilities shall be a failure to comply
42 with the contract and may result in a suspension of work as described in Section 1-08.6.
43
44 1-10.2(1)6 Traffic Control Supervisor
45 A Traffic Control Supervisor (TCS) shall be present on the project whenever flagging or
46 spotting or other traffic control labor is being utilized or less frequently, as authorized by
47 the Engineer. '
48
49 The TCS shall personally perform all the duties of the TCS. During nonwork periods,
50 the TCS shall be available to the job site within a 45-minute time period after notification
51 by the Engineer.
52
53 The TCS's duties shall include:
54
55 1. Having a current set of approved traffic control plans (TCPs), applicable '
56 contract provisions as provided by the Contractor, the latest adopted edition of
57 the MUTCD, including the Washington State Modifications to the MUTCD, the
58 book Quality Guidelines for Work Zone Traffic Control Devices, and applicable ,
59 standards and specifications.
60
BENSON ROAD SOUTH-MAIN AVENUE TO S.26"'ST. '
(DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS,HIGHLANDS SIDEWALKS)
CITY OF RENTON
AUGUST 2005
AMENDMENTS 2005-AUG 12
1 2. Inspecting traffic control devices and nighttime lighting for proper location,
2 installation, message, cleanliness, and effect on the traveling public. Traffic
3 control devices shall be inspected at least once per hour during working hours
4 except that Class A signs and nighttime lighting need to be checked only once
5 a week. Traffic control devices left in place for 24 hours or more shall also be
6 inspected once during the nonworking hours when they are initially set up
7 (during daylight or darkness, whichever is opposite of the working hours). The
8 TCS shall correct, or arrange to have corrected, any deficiencies noted during
9 these inspections.
10
11 3. Preparing a daily traffic control diary on each day that traffic control is
12 performed using DOT Forms 421-040A and 421-04013, and submitting them to
13 the Engineer no later than the end of the next working day. The Contractor
14 may use alternate forms if approved by the Engineer. Diary entries shall
15 include, but not be limited to:
�r 16
17 a. Time of day when signs and traffic control devices are installed and
18 removed,
19 b. Location and condition of signs and traffic control devices,
20 c. Revisions to the traffic control plan,
21 d. Lighting utilized at night, and
22 e. Observations of traffic conditions.
23
24 4. Making minor revisions to the traffic control plan to accommodate site
25 conditions provided that the original intent of the traffic control plan is
26 maintained and the revision has the concurrence of both the Contractor and
.r 27 the Engineer.
28
29 5. Attending traffic control coordinating meetings or coordination activities as
30 necessary for full understanding and effective performance.
■. 31
32 6. Ensuring that all needed traffic control devices and equipment are available
33 and in good working condition prior to the need to install or utilize them.
34
35 The TCS may perform the work described in Section 1-10.3(1)A Flaggers and Spotters
36 or in Section 1-10.3(1)6 Other Traffic Control Labor and be compensated under those
37 bid items, provided that the duties of the TCS are accomplished.
38
39 1-10.2(2) Traffic Control Plans
40 The traffic control plan or plans appearing in the contract documents show a method of
41 handling traffic. All construction signs, flaggers, spotters and other traffic control
42 devices are shown on the traffic control plan(s) except for emergency situations. Where
43 mainline contract traffic control plans are developed with the intent of operating without
44 the use of flaggers or spotters, the plans shall contain a note that states, "NO
45 FLAGGERS OR SPOTTERS". The use of flaggers or spotters to supplement these
46 traffic control plans will not be allowed except in a case where no other means of traffic
47 control can be used or in the event of an emergency. If the Contractor proposes the use
48 of flaggers or spotters with one of these plans, this will constitute a modification
49 requiring approval by the Engineer. The modified plans shall show locations for all the
50 required advance warning signs and a safe, protected location for the flagging station. If
51 flagging is to be performed during hours of darkness, the plan shall include appropriate
52 illumination for the flagging station.
+� 53
54 When the Contractor's chosen method of performing the work in the contract requires
55 some form of temporary traffic control, the Contractor shall either: (1.) designate and
56 adopt, in writing, the traffic control plan or plans from the contract documents that
57 support that method; or (2.) submit a Contractor's plan that modifies, supplements or
58 replaces a plan from the contract documents. Any Contractor-proposed modification,
59 supplement or replacement shall show the necessary construction signs, flaggers,
., 60 spotters and other traffic control devices required to support the work. Any Contractor-
BENSON ROAD SOUTH-MAIN AVENUE TO S.20 ST.
(DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS,HIGHLANDS SIDEWALKS)
CITY OF RENTON
AUGUST 2005
AMENDMENTS 2005-AUG 13
w
1 proposed traffic control plan shall conform to the established standards for plan
2 development as shown in the MUTCD, Part VI. The Contractor's submittal, either
3 designating and adopting a traffic control plan from the contract documents or proposing
4 a Contractor-developed plan, shall be provided to the Engineer for approval at least ten
5 calendar days in advance of the time the signs and other traffic control devices are 0
6 scheduled to be installed and utilized. The Contractor shall be solely responsible for
7 submitting any proposed traffic control plan or modification, obtaining the Engineer's
8 approval and providing copies of the approved Traffic Control Plans to the Traffic
9 Control Supervisor.
10
11 1-10.2(3) Conformance to Established Standards
12 Flagging, signs, and all other traffic control devices and procedures furnished or do
13 provided shall conform to the standards established in the latest WSDOT adopted
14 edition of the Manual On Uniform Traffic Control Devices for Streets and Highways
15 (MUTCD,) published by the U.S. Department of Transportation and the Washington
16 State Modifications to the MUTCD. Judgment of the quality of devices furnished will be
17 based upon Quality Guidelines for Work Zone Traffic Control Devices, published by the
18 American Traffic Safety Services Association. Copies of the MUTCD and Quality
19 Guidelines for Work Zone Traffic Control Devices may be purchased from the American
20 Traffic Safety Services Association, 15 Riverside Parkway, Suite 100, Fredericksburg,
21 Virginia 22406-1022. The Washington State Modifications to the MUTCD may be
22 obtained from the Department of Transportation, Olympia, Washington 98504.
23
24 In addition to the standards of the MUTCD described above, the Contracting Agency
25 has scheduled the implementation of crashworthiness requirements for most workzone
26 devices. The National Cooperative Highway Research Project (NCHRP) Report 350
27 has established requirements for crash testing. Workzone devices are divided into four
28 categories. Each of those categories and, where applicable, the schedule for
29 implementation is described below:
30
31 Category 1 includes those items that are small and lightweight, channelizing, and
32 delineating devices that have been in common use for many years and are known to be
33 crashworthy by crash testing of similar devices or years of demonstrable safe ,
34 performance. These include cones, tubular markers, flexible delineator posts, and
35 plastic drums. All Category 1 devices used on the project shall meet the requirements
36 of NCHRP 350 as certified by the manufacturer of the device. '
37
38 Category 2 includes devices that are not expected to produce significant vehicular
39 velocity change, but may otherwise be hazardous. Examples of this class are
40 barricades, portable sign supports and signs, intrusion alarms and vertical panels. All
41 new Category 2 devices purchased after October 1, 2000 shall meet the requirements
42 of NCHRP 350. Existing equipment, purchased prior to October 1, 2000, may be used
43 on the project until December 31, 2007. For the purpose of definition, a sign support '
44 and sign shall be considered a single unit. A new sign may be purchased for an existing
45 sign support and the entire unit will be defined as "existing equipment."
46
47 Category 3 is for hardware expected to cause significant velocity changes or other
48 potentially harmful reactions to impacting vehicles. Barriers, fixed sign supports, crash
49 cushions, truck mounted attenuators (TMA's) and other work zone devices not meeting
50 the definitions of Category 1 or 2 are examples from this category. Many Category 3
51 devices are defined in the design of the project. Where this is the case, NCHRP 350
52 requirements have been incorporated into the design and the Contractor complies with
53 the requirements by constructing devices according to the plans and specifications.
54 Where the device is a product chosen by the Contractor, the device chosen must be '
55 compliant with the requirements of NCHRP 350.
56
57 Category 4 includes portable or trailer-mounted devices such as arrow displays,
58 temporary traffic signals, area lighting supports, and portable changeable message
59 signs. There is presently no implementation schedule for mandatory crashworthiness
60 compliance for these devices.
BENSON ROAD SOUTH-MAIN AVENUE TO S.26-ST.
(DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS,HIGHLANDS SIDEWALKS)
CITY OF RENTON
AUGUST 2005
AMENDMENTS 2005-AUG 14 ,
1
2 The condition of signs and traffic control devices shall be acceptable or marginal as
3 defined in the book Quality Guidelines for Work Zone Traffic Control Devices, and will
4 be accepted based on a visual inspection by the Engineer. The Engineer's decision on
5 the condition of a sign or traffic control device shall be final. A sign or traffic control
6 device determined to be unacceptable shall be removed from the project and replaced
7 within 12 hours of notification.
8
+� 9 1-10.3 Traffic Control Labor, Procedures and Devices
10
11 1-10.3(1) Traffic Control Labor
12 The Contractor shall furnish all personnel for flagging, spotting, for the execution of all
13 procedures related to temporary traffic control and for the setup, maintenance and
14 removal of all temporary traffic control devices and construction signs necessary to
15 control traffic during construction operations.
16
17 Workers engaged as flaggers or spotters shall wear reflective vests and hard hats.
18 During hours of darkness, white coveralls or white or yellow rain gear shall also be
19 worn. The vests and other apparel shall be in conformance with Section 1-07.8.
r 20
21 1-10.3(1)A Flaggers and Spotters
22 Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans
23 or where directed by the Engineer. All flaggers and spotters shall possess a current
24 flagging card issued by the State of Washington, Oregon, Montana, or Idaho. The
25 flagging card shall be immediately available and shown to the Contracting Agency upon
26 request.
27
28 Flagging stations shall be shown on Traffic Control Plans at locations where
29 construction operations require stopping or diverting public traffic. Flagging stations
30 shall be staffed only when flagging is required. This staffing may be continuous or
31 intermittent, depending on the nature of the construction activity. Whenever a flagger is
32 not required to stop or divert traffic, the flagger shall move away from the flagging
33 station to a safer location. During hours of darkness, flagging stations shall be
34 illuminated in a manner that insures that flaggers can easily be seen but that does not
35 cause glare to the traveling public. Flaggers shall be equipped with portable two-way
36 radios, with a range suitable for the project. The radios shall be capable of having direct
37 contact with project management (foremen, superintendents, etc.).
38
39 The Contractor shall furnish the MUTCD standard Stop/Slow paddles for all flagging
40 operations. The specification for Stop/Slow paddles in Section 9-35.1 requires 24"
41 paddles and all new paddles purchased for the project shall conform to those
+. 42 provisions. Previously specified 18" paddles may be used at the request of the
43 Contractor until December 31, 2005.
44
45 Spotting stations shall be shown on Traffic Control Plans at locations where a spotter
46 can detect errant drivers or other hazards and provide an effective warning to other
47 workers. Spotting stations will not be allowed at locations where the spotter will be in
48 unnecessary danger. The Contractor shall furnish noise-makers or other effective
49 warning devices for spotting operations. The duties of a spotter shall not include
50 flagging.
51
52 1-10.3(1)6 Other Traffic Control Labor
err 53 In addition to flagging or spotting duties, the Contractor shall provide personnel for all
54 other traffic control procedures required by the construction operations and for the labor
55 to install, maintain and remove any traffic control devices shown on Traffic Control
56 Plans.
57
58 1-10.3(2) Traffic Control Procedures
59
BENSON ROAD SOUTH-MAIN AVENUE TO S.26"'ST.
(DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS,HIGHLANDS SIDEWALKS)
CITY OF RENTO\
AUGUST 2005
AMENDMENTS 2005-AUG 15
r
1 1-10.3(2)A One-Way Traffic Control
]-
2 The project work may require that traffic be maintained on a portion of the roadway
3 during the progress of the work using one-way traffic control. If this is the case, the
4 Contractor's operation shall be confined to one-half the roadway, permitting traffic on the
5 other half. If shown on an approved traffic control plan or directed by the Engineer, one-
6 way traffic control, in accordance with the MUTCD, shall be provided and shall also
7 conform to the following requirements:
8 so
9 In any one-way traffic control configuration, side roads and approaches will be closed or
10 controlled by a flagger or by appropriate approved signing. A side road flagger will
11 coordinate with end flaggers where there is line of sight and with the pilot car where the
12 end flaggers cannot be seen. 0
13
14 Queues of vehicles will be allowed to take turns passing through the workzone in the
15 single open lane. When one-way traffic control is in effect, Contractor vehicles shall not
16 use the open traffic lane except while following the same rules and routes required of
17 the public traffic.
18
19 As conditions permit, the Contractor shall, at the end of each day, leave the work area in
20 such condition that it can be traveled without damage to the work, without danger to
21 traffic, and without one-way traffic control. If, in the opinion of the Engineer, one-way
22 traffic control cannot be dispensed with after working hours, then the operation will be
23 continued throughout the non-working hours.
24
25 1-10.3(2)B Rolling Slowdown
26 For work operations on multi-lane roadways that necessitate short-term roadway
27 closures of 15 minutes or less, the Contractor may implement a rolling slowdown.
28 Where included in an approved traffic control plan, a rolling slowdown shall be
29 accomplished using one traffic control vehicle with flashing amber lights for each lane to
30 be slowed down plus one control vehicle to serve as a chase vehicle for traffic ahead of
31 the blockade. The traffic control vehicles shall enter the roadway and form a moving
32 blockade to reduce traffic speeds and create a clear area in front of the moving
33 blockade to accomplish the work without a total stoppage of traffic. ,
34
35 A portable changeable message sign shall be placed ahead of the starting point of the
36 traffic control to warn traffic of the slowdown. The sign shall be placed far enough '
37 ahead of the work to avoid any expected backup of vehicles.
38
39 The location where the traffic control vehicles shall begin the slowdown and the speed
40 at which the moving blockade will be allowed to travel will be calculated to '
41 accommodate the estimated time needed for closure. The chase control vehicle shall
42 follow the slowest vehicle ahead of the blockade. When the chase vehicle passes, the
43 Contractor may begin the work operation. In the event that the work operation is not
44 completed when the moving blockade reaches the site, all work except that necessary '
45 to clear the roadway shall cease immediately and the roadway shall be cleared and
46 reopened as soon as possible.
47 ,
48 All ramps and entrances to the roadway between the moving blockade and work
49 operation shall be temporarily closed using flaggers. Radio communications between
50 the work operation and the moving blockade shall be established and utilized to adjust
51 the speed of the blockade to accommodate the closure time needed.
52
53 1-10.3(2)C Lane Closure Setup/Takedown
54 Where allowed by the contract and where shown on approved traffic control plans or
55 directed by the Engineer, the Contractor shall set up traffic control measures to close ,
56 one or more lanes of a multi-lane facility. When this is to occur, the following sequence
57 shall be followed:
58 '
59 1. Advance warning signs are set up on the shoulder of the roadway opposite the
60 lane to be closed,
BENSON ROAD SOUTH-MAIN AVENUE TO S.20 ST.
(DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS,HIGHLANDS SIDEWALKS)
CITY OF RENTON
AUGUST 2005
AMENDMENTS 2005-AUG 16 '
1
2 2. Advance warning signs are set up on the same shoulder as the lane to be
3 closed,
4
�., 5 3. A truck-mounted attenuator, with arrow board, is moved into place at the
6 beginning of the closure taper,
7
8 4. Channelization devices are placed to mark the taper and the length of the
9 closure as shown on the traffic control plan.
10
11 Once the lane is closed, the TMA/arrow board combination may be replaced
12 with an arrow board without attenuator.
" 13
14 If additional lanes are to be closed, this shall be done in sequence with previous lane
15 closures using the same sequence of activities. A truck-mounted attenuator with arrow
16 board is required during the process of closing each additional lane and may be
17 replaced with an arrow board without attenuator after the lane is closed. Each closed
18 lane shall be marked with a separate arrow board at all times.
19
20 Traffic control for lane closures shall be removed in the reverse order of its installation.
21
22 1-10.3(2)D Mobile Operations
23 Where construction operations are such that movement along the length of a roadway is
24 continuous or near-continuous to the extent that a stationary traffic control layout will not
25 be effective, the Contractor shall implement a moving, or mobile, traffic control scheme.
26 Such moving control shall always be conducted in the same direction as the adjacent
27 traffic.
28
29 Where shown on an approved traffic control plan or where directed by the Engineer,
30 mobile traffic control shall consist of portable equipment, moving with the operation. A
31 portable changeable message sign shall be established in advance of the operation, far
32 enough back to provide warning of both the operation and of any queue of traffic that
33 has formed during the operation. The advance sign shall be continuously moved to stay
34 near the back of the queue at all times. A truck-mounted attenuator, with arrow board,
35 shall be positioned and maintained at a fixed distance upstream of the work. A shadow
36 vehicle, with truck-mounted attenuator shall be positioned and maintained immediately
37 upstream of the work.
38
39 1-10.3(2)E Patrol & Maintain Traffic Control Measures
40 At all times, when temporary traffic control measures are in place, the Contractor shall
41 provide for patrolling and maintaining these measures. The work shall consist of
.r 42 resetting mislocated devices, assuring visibility of all devices, cleaning and repairing
43 where necessary, providing maintenance for all equipment, including replacing batteries
44 and light bulbs as well as keeping motorized and electronic items functioning, and
45 adjusting the location of devices to respond to actual conditions, such as queue length,
46 unanticipated traffic conflicts and other areas where planned traffic control has proven
47 ineffective.
48
49 This work shall be performed by the Contractor, either by or under the direction of the
50 Traffic Control Supervisor. Personnel, with vehicles if necessary, shall be dispatched so
51 that all traffic control can be reviewed at least once per hour during working hours and
52 at least once during each non-working day.
�.r 53
54 1-10.3(3) Traffic Control Devices
55
56 1-10.3(3)A Construction Signs
57 All construction signs required by approved traffic control plans, as well as any other
58 appropriate signs directed by the Engineer shall be furnished by the Contractor. The
59 Contractor shall provide the posts or supports and erect and maintain the signs in a
,r 60 clean, neat, and presentable condition until the need for them has ended. Post
BENSON ROAD SOUTH-MAIN AVENUE TO S.20 ST.
(DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS,HIGHLANDS SIDEWALKS)
i
CITY OF RENTON
AUGUST 2005
AMENDMENTS 2005-AUG 17
1 mounted signs shall be installed as shown in Standard Plans G-1 and G-4a. Sign
2 attachment to posts shall conform to the applicable detail shown in Standard Plan G-9b.
3 When the need for construction signs has ended, the Contractor, upon approval of the
4 Engineer, shall remove all signs, posts, and supports from the project and they shall
5 remain the property of the Contractor.
6
7 No passing zones on the existing roadway that are marked with paint striping and which
8 striping is to be obliterated by construction operations shall be replaced by "Do Not so
9 Pass" and "Pass With Care" signs. The Contractor shall provide and install the posts
10 and signs. The signs shall be maintained by the Contractor until they are removed or
11 until the contract is physically completed. When the project includes striping by the
12 Contractor, the signs and posts shall be removed by the Contractor when the no
13 passing zones are reestablished by striping. The signs and posts will become the
14 property of the Contractor. When the Contractor is not responsible for striping and
15 when the striping by others is not completed when the project is physically completed,
16 the posts and signs shall be left in place and shall become the property of the
17 Contracting Agency.
18
19 All existing signs, new permanent signs installed under this contract, and construction
20 signs installed under this contract that are inappropriate for the traffic configuration at a
21 given time shall be removed or completely covered with metal, plywood, or an Engineer
22 approved product specifically manufactured for sign covering during periods when they
23 are not needed.
24
25 Construction signs will be divided into two classes. Class A construction signs are those ,
26 signs that remain in service throughout the construction or during a major phase of the
27 work. They are mounted on posts, existing fixed structures, or substantial supports of a
28 semi-permanent nature. Class A signs will be designated as such on the approved
29 Traffic Control Plan. "Do Not Pass" and "Pass With Care" signs are classified as Class ,
30 A construction signs. Sign and support installation for Class A signs shall be in
31 accordance with the Contract Plans or the Standard Plans. Class B construction signs
32 are those signs that are placed and removed daily, or are used for short durations which
33 may extend for one or more days. They are mounted on portable or temporary '
34 mountings.
35
36 Where it is necessary to add weight to signs for stability, the only allowed method will be ,
37 a bag of sand that will rupture on impact. The bag of sand shall have a maximum
38 weight of 40 pounds, and shall be suspended no more than 1 foot from the ground.
39
40 Signs, posts, or supports that are lost, stolen, damaged, destroyed, or which the
41 Engineer deems to be unacceptable while their use is required on the project shall be
42 replaced by the Contractor.
43
44 1-10.3(3)B Sequential Arrow Signs '
45 Where shown on an approved traffic control plan or where ordered by the Engineer, the
46 Contractor shall provide, operate and maintain sequential arrow signs. In some
47 locations, the sign will be shown as a unit with an attenuator. In other locations, the
48 plan will indicate a stand-alone unit.
49
50 1-10.3(3)C Portable Changeable Message Sign
51 Where shown on an approved traffic control plan or where ordered by the Engineer, the ,
52 Contractor shall provide, operate and maintain portable changeable message signs.
53 These signs shall be available, on-site, for the entire duration of their projected use.
54
55 1-10.3(3)D Barricades
56 Where shown on an approved traffic control plan or where ordered by the Engineer, the
57 Contractor shall provide, install and maintain barricades. Barricades shall be kept in
58 good repair and shall be removed immediately when, in the opinion of the Engineer,
59 they are no longer functioning as designed. '
60
BENSON ROAD SOUTH-MAIN AVENUE TO S.20 ST. ,
(DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS,HIGHLANDS SIDEWALKS)
CITY OF RENTON
AUGUST 2005
AMENDMENTS 2005-AUG 18 '
1 Where it is necessary to add weight to barricades for stability, the only allowed method
2 will be a bag of sand that will rupture on impact. The bag of sand shall have a
3 maximum weight of 40 pounds, and shall be suspended no more than 1 foot from the
4 ground.
+� 5
6 1-10.3(3)E Traffic Safety Drums
7 Where shown on an approved Traffic Control Plan, or where ordered by the Engineer,
8 the Contractor shall provide, install and maintain traffic safety drums.
r. 9
10 Used drums may be utilized, provided all drums used on the project are of essentially
11 the same configuration.
12
13 The drums shall be designed to resist overturning by means of a weighted lower unit
14 that will separate from the drum when impacted by a vehicle.
15
r 16 Drums shall be regularly maintained to ensure that they are clean and that the drum and
17 reflective material are in good condition. If the Engineer determines that a drum has
18 been damaged beyond usefulness, or provides inadequate reflectivity, a replacement
19 drum shall be furnished.
20
21 When the Engineer determines that the drums are no longer required, they shall be
22 removed from the project and shall remain the property of the Contractor.
23
24 1-10.3(3)F Barrier Drums
25 Where shown on approved Traffic Control Plans and as ordered by the Engineer, barrier
26 drums shall be placed on temporary concrete barrier at the following approximate
.. 27 spacing:
28
29 Concrete Barrier Barrier Drum
30 Placement I Spacing in Feet
31 Tangents 1/2 mile or less , 2 times posted speed limit
32 Tangents greater than 1/2 mile 4 times posted speed limit
33 Tapers and Curves posted speed limit
34
35 Note 1 A minimum of 3 barrier drums shall be used.
36 Note 2 A minimum of 5 barrier drums shall be used.
37
38 Temporary concrete barrier reflectors may be excluded when using barrier drums.
39
40 Both legs of the barrier drums shall be completely filled with sand. The top oval should
41 not be filled.
42
43 Used barrier drums may be used, provided all barrier drums used on the project are of
44 essentially the same configuration.
45
46 Barrier drums shall be regularly maintained to ensure that they are clean and that the
47 barrier drum and reflective material are in good condition. If the Engineer determines
48 that a barrier drum has been damaged beyond usefulness, or provides inadequate
,■, 49 reflectivity, a replacement barrier drum shall be furnished.
50
51 When the Engineer determines that the drums are no longer required, they shall be
52 removed from the project and shall remain the property of the Contractor.
53
54 1-10.3(3)G Traffic Cones
55 Where shown on an approved traffic control plan or where ordered by the Engineer, the
56 Contractor shall provide, install and maintain traffic cones. Cones shall be kept in good
57 repair and shall be removed immediately when directed by the Engineer. Where wind or
58 moving traffic frequently displace cones, an effective method of stabilizing cones, such
59 as stacking two together at each location, shall be employed.
,r 60
BENSON ROAD SOUTH-MAIN AVENUE TO S.26'ST.
(DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS,HIGHLANDS SIDEWALKS)
III CITY OF RENTON
AUGUST 2005
AMENDMENTS 2005-AUG 19
t
1 1-10.3(3)H Tubular Markers
2 Where shown on an approved traffic control plan or where ordered by the Engineer, the
3 Contractor shall provide, install and maintain tubular markers. Tubular markers shall be
4 kept in good repair and shall be removed immediately when directed by the Engineer.
5 Tubular markers are secondary devices and are not to be used as substitutes for cones
6 or other delineation devices without an approved traffic control plan.
7
8 Where the Traffic Control Plan shows pavement-mounted tubular markers, the adhesive
9 used to fasten the base to the pavement shall be suitable for the purpose, as approved
10 by the Engineer. During the removal of pavement-mounted tubular markers, care shall
11 be taken to avoid damage to the existing pavement. Any such damage shall be
12 repaired by the Contractor at no cost to the Contracting Agency.
13
14 1-10.3(3)1 Warning Lights and Flashers
15 Where'shown attached to traffic control devices on an approved traffic control plan or
16 where ordered by the Engineer, the Contractor shall provide and maintain flashing
17 warning lights. Lights attached to advance warning signs shall be Type B, high-intensityy.
18 Lights attached to traffic safety drums, barricades or other signs shall be Type C,
19 steady-burning low intensity or, where attention is to be directed to a specific device,
20 Type A, flashing low-intensity units.
21 '
22 1-10.3(3)J Truck-Mounted Attenuator
23 Where shown on an approved traffic control plan or where ordered by the Engineer, the
24 Contractor shall provide, operate and maintain truck-mounted impact attenuators (TMA).
25 These attenuators shall be available, on-site, for the entire duration of their projected
26 use. ,
27
28 The TMA shall be positioned to separate and protect construction workzone activities
29 from normal traffic flow. ,
30
31 During use, the attenuator shall be in the full down-and-locked position. For stationary
32 operations, the truck's parking brake shall be set.
33
34 1-10.4 Measurement
35
36 1-10.4(1) Lump Sum Bid for Project (No Unit Items)
ry Traffic Control", there will
37 When the bid proposal contains the item "Project Tempora
38 be no measurement of unit items for work defined by Section 1-10 except as described
39 in Section 1-10.4(3). Also, except as described in Section 1-10.4(3), all of Sections 1-
40 10.4(2) and 1-10.5(2) is deleted. '
41
42 No specific unit of measurement will apply to the lump sum item of "Project Temporary
43 Traffic Control." ,
44
45 1-10.4(2) Item Bids with Lump Sum for Incidentals
46 When the bid proposal does not contain the item "Project Temporary Traffic Control",
47 Sections 1-10.4(1) and 1-10.5(1) are deleted and the bid proposal will contain some or
48 all of the following items, measured as noted.
49
50 No specific unit of measurement will apply to the lump sum item of "Traffic Control
51 Supervisor." '
52
53 "Flaggers and Spotters" will be measured by the hour. Hours will be measured for each
54 flagging or spotting station, shown on an approved Traffic Control Plan, when that
55 station is staffed in accordance with Section 1-10.3(1)A. When a flagging station is
56 staffed on an intermittent basis, no deduction will be made in measured hours provided
57 that the person staffing the station is in a standby mode and is not performing other
58 duties. '
59
BENSON ROAD SOUTH-MAIN AVENUE TO S.2C ST. '
(DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS,HIGHLANDS SIDEWALKS)
CITY OF RENTON
AUGUST 2005
AMENDMENTS 2005-AUG 20
1 "Other Traffic Control Labor" will be measured by the hour. With the exception of
2 patrolling and maintaining, hours will be measured for each person engaged in any one
3 of the following activities:
4
.. 5 0 Operating a pilot vehicle during one-way piloted traffic control.
6
7 0 Operating a traffic control vehicle or a chase vehicle during a rolling slowdown
8 operation.
■. 9
10 0 Operating a vehicle or placing/removing traffic control devices during the setup
11 or takedown of a lane closure. Performing preliminary work to prepare for
.. 12 placing and removing these devices.
13
14 0 Operating any of the moving traffic control equipment, or adjusting signing
15 during a mobile operation as described in Section 1-10.3(2)D.
r. 16
17 0 Patrolling and maintaining traffic control measures as described in Section 1-
18 10.3(2)E. The hours of one person will be measured for each patrol route
19 necessary to accomplish the review frequency required by the provision,
20 regardless of the actual number of persons per route.
21
22 0 Placing and removing Class B construction signs. Performing preliminary work
r 23 to prepare for placing and removing these signs.
24
25 0 Relocation of Portable Changeable Message Signs within the project limits.
26
r 27 Installing and removing Barricades, Traffic Safety Drums, Barrier Drums,
28 Cones, Tubular Markers and Warning Lights and Flashers to carry out
29 approved Traffic Control Plan(s). Performing preliminary work to prepare for
30 installing these devices.
.r 31
32 Time spent on activities other than those listed will not be measured under this
33 item.
34
35 "Construction Signs, Class A" will be measured by the square foot of panel area for
36 each sign designated on an approved Traffic Control Plan as Class A or for each
37 construction sign installed as ordered by the Engineer and designated as Class A at the
,., 38 time of the order. Class A signs may be used in more than one location and will be
39 measured for each new installation. Class B construction signs will not be measured.
40 Sign posts or supports will not be measured.
41
42 "Sequential Arrow Sign" will be measured by the hour for the time that each sign is
43 operating as shown on an approved Traffic Control Plan or as directed by the Engineer.
44
45 "Portable Changeable Message Sign" will be measured per each one time only for each
46 portable changeable message sign used on the project. The final pay quantity shall be
47 the maximum number of such signs in place at any one time as approved by the
48 Engineer.
49
50 "Operation of Portable Changeable Message Sign" will be measured by the hour for
51 each hour of operation. The hours of operation will be determined by the Engineer.
52 Hours of operation in excess of those determined by the Engineer will be at the
+ 53 Contractor's expense.
54
55 "Truck Mounted Impact Attenuator" will be measured per each one time only for each
56 truck with mounted impact attenuator used on the project. The final pay quantity shall
57 be the maximum number of truck-mounted impact attenuators in place at any one time.
58
59 "Operation of Truck-Mounted Impact Attenuator" will be measured by the hour for each
.. 60 truck-mounted attenuator manned and operated. Manned and operated shall be when
BENSON ROAD SOUTH-MAIN AVENUE TO S.20 ST.
(DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS,HIGHLANDS SIDEWALKS)
+n CITY OF RENTON
AUGUST 2005
AMENDMENTS 2005-AUG 21
r
1 the truck-mounted impact attenuator has an operator and is required to move, in
2 operating position, with the construction operation or when moving the TMA from one
3 position to another on the project.
4
5 No specific unit of measurement will apply to the force account item of "Repair Truck-
6 Mounted Impact Attenuator".
7
8 No specific unit of measurement will apply to the lump sum item of "Other Temporary
9 Traffic Control".
10
11 1-10.4(3) Reinstating Unit Items with Lump Sum Traffic Control
12 The contract provisions may establish the project as lump sum, in accordance with .r
13 Section 1-10.4(1) and also include one or more of the items included above in Section
14 1-10.4(2). When that occurs, the corresponding measurement provision in Section 1-
15 10.4(2) is not deleted and the work under that item will be measured as specified.
16
17 1-10.4(4) Owner-Provided Resources
18 The contract provisions may call for specific items of labor, materials or equipment,
19 noted in Section 1-10 as the responsibility of the Contractor, to be supplied by the
20 Contracting Agency. When this occurs, there will be no adjustment in measurement of
21 unit quantities.
22
23 1-10.5 Payment
24
25 1-10.5(1) Lump Sum Bid for Project (No Unit Items)
26 "Project Temporary Traffic Control", lump sum.
27 The lump sum contract payment shall be full compensation for all costs incurred by the
28 Contractor in performing the contract work defined in Section 1-10, except for costs
29 compensated by bid proposal items inserted through contract provisions as described in ,
30 Section 1-10.4(3).
31
32 1-10.5(2) Item Bids with Lump Sum for Incidentals
33 "Traffic Control Supervisor", lump sum. '
34 The lump sum contract payment shall be full compensation for all costs incurred by the
35 Contractor in performing the contract work defined in Section 1-10.2(1)B.
36 '37 "Flaggers and Spotters", per hour.
38 The unit contract price, when applied to the number of units measured for this item in
39 accordance with Section 1-10.4(2), shall be full compensation for all costs incurred by
40 the Contractor in performing the contract work defined in Section 1-10.3(1)A. '
41
42 "Other Traffic Control Labor", per hour.
43 The unit contract price, when applied to the number of units measured for this item in
44 accordance with Section 1-10.4(2), shall be full compensation for all labor costs incurred '
45 by the Contractor in performing the contract work specifically mentioned for this item in
46 Section 1-10.4(2).
47 '
48 "Construction Signs Class A", per square foot.
49 The unit contract price, when applied to the number of units measured for this item in
50 accordance with Section 1-10.4(2), shall be full compensation for all costs of labor,
51 materials and equipment incurred by the Contractor in performing the contract work ,
52 described in Section 1-10.3(3)A. In the event that "Do Not Pass" and "Pass With Care"
53 signs must be left in place, a change order, as described in Section 1-04.4, will be
54 required. When the bid proposal contains the item "Sign Covering", then covering those
55 signs indicated in the contract will be measured and paid according to Section 8-21. ,
56
57 "Sequential Arrow Sign", per hour.
58 The unit contract price, when applied to the number of units measured for this item in '
59 accordance with Section 1-10.4(2), shall be full compensation for all costs of labor,
BENSON ROAD SOUTH-MAID AVENUE TO S.2617 ST.
(DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS,HIGHLANDS SIDEWALKS)
CITY OF RENTON
AUGUST 2005
AMENDMENTS 2005-AUG 22
1 materials and equipment incurred by the Contractor in performing the contract work
2 described in Section 1-10.3(3)6.
3
4 "Portable Changeable Message Sign", per each.
.. 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 of labor,
7 materials and equipment incurred by the Contractor in procuring all portable changeable
8 message signs required for the project and for transporting these signs to and from the
9 project.
10
11 "Operation of Portable Changeable Message Sign", per hour.
12 The unit contract price, when applied to the number of units measured for this item in
13 accordance with Section 1-10.4(2), shall be full compensation for all costs of labor,
14 materials and equipment incurred by the Contractor in performing the contract work
15 described in Section 1-10.3(3)C except for costs compensated separately under the
r. 16 items "Other Traffic Control Labor" and "Portable Changeable Message Sign".
17
18 "Truck-Mounted Impact Attenuator", per each.
19 The unit contract price, when applied to the number of units measured for this item in
20 accordance with Section 1-10.4(2), shall be full compensation for all costs of labor,
21 materials and equipment incurred by the Contractor in performing the contract work
22 described in Section 1-10.3(3)J except for costs compensated separately under the
23 items "Operation of Truck-Mounted Impact Attenuator" and "Repair Truck-Mounted
24 Impact Attenuator".
25
26 "Operation of Truck-Mounted Impact Attenuator", per hour.
27 The unit contract price, when applied to the number of units measured for this item in
28 accordance with Section 1-10.4(2), shall be full compensation for all costs of labor,
29 materials and equipment incurred by the Contractor in operating truck-mounted impact
30 attenuators on the project.
31
32 "Repair Truck-Mounted Impact Attenuator", by force account.
33 All costs of repairing or replacing truck-mounted impact attenuators that are damaged
34 by the motoring public while in use as shown on an approved Traffic Control Plan will be
35 paid for by force account as specified in Section 1-09.6. To provide a common proposal
36 for all bidders, the Contracting Agency has estimated the amount of force account for
37 "Repair Truck-Mounted Impact Attenuator" and has entered the amount in the Proposal
38 to become a part of the total bid by the Contractor. Truck-mounted attenuators
39 damaged due to the Contractor's operation or damaged in any manner when not in use
40 shall be repaired or replaced by the Contractor at no expense to the Contracting
41 Agency.
42
43 "Other Temporary Traff ic Control", lump sum.
44 The lump sum contract payment shall be full compensation for all costs incurred by the
45 Contractor in performing the contract work defined in Section 1-10, and which costs are
46 not compensated by one of the above-listed items.
47
48 1-10.5(3) Reinstating Unit Items with Lump Sum Traffic Control
49 The contract provisions may establish the project as lump sum, in accordance with
50 Section 1-10.4(1) and also reinstate the measurement of one or more of the items
51 described in Section 1-10.4(2). When that occurs, the corresponding payment provision
52 in Section 1-10.5(2) is not deleted and the work under that item will be paid as specified.
53
54 SECTION 1-99, APWA SUPPLEMENT
55 August 1, 2005
56 1-01.3 Definitions (APWA only) page 1-119
57 The first paragraph under "Add the following:" is revised to read:
58
BENSON ROAD SOUTH-MAIN AV ENIIE TO S.20 ST.
(DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS,HIGHLANDS SIDEWALKS)
CITY OF RENTON
AUGUST 2005
AMENDMENTS 2005-AUG 23
1 All references in the Standard Specifications to the terms "State", "Governor",
2 "Department of Transportation", "Washington State Transportation Commission",
3 "Commission", "Secretary of Transportation", "Secretary", "Headquarters", and "State
4 Treasurer" shall be revised to read "Contracting Agency".
5
6 Section 1-04.2 (APWA Only) page 1-125
7 The second paragraph is revised to read:
8j
9 Any inconsistency in the parts of the contract shall be resolved by following this order of
10 precedence (e.g., 1 presiding over 2, 2 over 3, 3 over 4, and so forth):
11
12 1. Addenda,
13 2. Proposal Form,
14 3. Special Provisions,
15 4. Contract Plans,
16 5. Amendments to Division 1-99 APWA Supplement
17 6. Division 1-99 APWA Supplement
18 7. Amendments to the WSDOT/APWA Standard Specifications,
19 8. WSDOT/APWA Standard Specifications for Road, Bridge and Municipal
20 Construction
21 9. Contracting Agency's Standard Plans (if any)
22 10. WSDOT/APWA Standard Plans for Road, Bridge and Municipal Construction
23i
24 Section 1-07.18.4 (APWA Only) Page 1-134 and 1-135
25 This section is revised to read:
26
27 When the Contractor delivers the executed contract for the work to the Contracting +�
28 Agency it shall be accompanied by a Certificate(s) of Insurance and endorsements for
29 each policy of insurance meeting the requirements set forth above. The certificate must
30 conform to the following requirements:
31
32 An ACORD certificate Form 25-S, showing the insuring company, policy effective dates,
33 limits of liability and the Schedule of Forms and Endorsements.
34 r
35 A copy of the endorsement naming Contracting Agency and any other entities required
36 by the Contract Provisions as Additional Insured(s), and stating that coverage is primary '
37 and noncontributory, showing the policy number, and signed by an authorized
38 representative of the insurance company on Form CG2010 (ISO) or equivalent.
39
40 The certificate(s) shall not contain the following or similar wording regarding cancellation
41 notification to the Contracting Agency: "Failure to mail such notice shall impose no '
42 obligation or liability of any kind upon the company."
43
44 Section 1-10 Temporary Traffic Control (APWA Only) page 141 '
45 This section is revised to read:
46
47 1-10.1(2) Description (APWA only)
48 The third paragraph is revised to read:
49
50 The Contractor shall provide flaggers, signs, and other traffic control devices not
51 otherwise specified as being furnished by the Contracting Agency. The Contractor '
52 shall erect and maintain all construction signs, warning signs, detour signs, and
53 other traffic control devices necessary to warn and protect the public at all times
54 from injury or damage as a result of the Contractor's operations which may occur
55 on highways, roads, streets, sidewalks, or paths. No work shall be done on or '
56 adjacent to any traveled way until all necessary signs and traffic control devices are
57 in place
58
BENSON ROAD SOUTH-MAIN AVENUE TO S.261"ST.
(DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS,HIGHLANDS SIDEWALKS)
CITY OF RENTON
AUGUST 2005
AMENDMENTS 2005-AUG 24
1 SECTION 2-02, REMOVAL OF STRUCTURES AND OBSTRUCTIONS
2 August 1, 2005
3 2-02.3(3) Removal of Pavement, Sidewalks, and Curbs
4 The section title is revised to read:
5
6 2-02.3(3) Removal of Pavement, Sidewalks, Curbs, and Gutters
7
8 The first sentence is revised to read:
9
10 In removing pavement, sidewalks, curbs, and gutters, the Contractor shall:
11
-' 12 Item 3 is revised to read:
13
14 3. Make a vertical saw cut between any existing pavement, sidewalk, curb, or gutter
15 that is to remain and the portion to be removed.
16
17 2-02.4 Measurement
18 This section is supplemented with the following:
19
20 No specific unit of measurement shall apply to the lump sum item of removal of
21 structures and obstruction.
22
23 2-02.5 Payment
24 The second paragraph is revised to read:
25
,. 26 If pavements, sidewalks, curbs, or gutters lie within an excavation area, their removal
27 will be paid for as part of the quantity removed in excavation.
28
29 SECTION 2-03, ROADWAY EXCAVATION AND EMBANKMENT
30 January 5, 2004
31 2-03.3(14)D Compaction and Moisture Control Tests
32 This section is revised to read:
33
34 Maximum density and optimum moisture content shall be determined by one of the
35 following methods:
36
37 1. materials with less than 30 percent by weight retained on the U.S. No. 4 sieve
38 shall be determined using FOP for AASHTO T 99 Method A.
39
40 2. materials with 30 percent or more by weight retained on the U.S. No. 4 sieve
41 and less than 30 percent retained on the 3/4 inch sieve shall be determined by
42 WSDOT Test Method No. 606 or FOP for AASHTO T 180 Method D. The
43 determination of which test procedure to use will be made solely by the
" 44 Contracting Agency.
45
46 3. materials with 30 percent or more retained on the 3/4 inch sieve shall be
47 determined by WSDOT Test Method No. 606.
48
49 In place density will be determined using Test Methods WSDOT FOP for AASHTO T
50 310 and WSDOT SOP for T 615.
• 51
52 SECTION 2-09, STRUCTURE EXCAVATION
53 August 1, 2005
54 2-09.3(1)E Backfilling
55 The first paragraph under Timing is revised to read:
56
BENSON ROAD SOUTH-MAIN AVENUE TO S.26m ST.
(DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS.HIGHLANDS SIDEWALKS)
r CITY OF RENTON
AUGUST 2005
AMENDMENTS 2005-AUG 25
1 Backfill shall not be placed against any concrete structure until the concrete has
2 attained 90 percent of its design strength and a minimum age of 14 days, except that
3 reinforced concrete retaining walls 15 feet in height or less may be backfilled after the
4 wall has attained 90 percent of its design compressive strength and curing requirements
5 of Section 6-02.3(11) are met. Footings and columns may be backfilled as soon as
6 forms have been removed, so long as the backfill is brought up evenly on all sides.
7
8 2-09.3(3)A Preservation of Channel
9 This section is revised to read:
10
11 When foundations or substructures are to be built in or next to running streams, the
12 Contractor shall:
13
14 1. Excavate inside cofferdams, caissons, or sheet piling unless dredging or open
15 pit excavation is permitted.
16
17 2. Backfill foundations placed inside cofferdams and behind sheet piling prior to
18 removing cofferdams or sheet piling. This backfill shall be level with the
19 original stream bed and shall prevent scouring.
20
21 3. Remove any excavation material that may have been deposited in or near the
22 stream so that the watercourse is free from obstruction.
23
24 4. Maintain water depth and horizontal clearances required for traffic to pass on
25 navigable streams, furnishing any channel signals or lights required during
26 construction.
27
28 5. Place riprap around the outside of cofferdams, as specified, to repair local
29 scour.
30
31 2-09.4 Measurement
32 In the third paragraph, the width for pipes 18 inches and over is revised to (1.5 x I.D.) + 18
33 inches. '
34
35 SECTION 2-10, DITCH EXCAVATION
36 April 5, 2004
37 2-10.1 Description
38 The second paragraph is supplemented with the following:
39
40 Ditches 8 or more feet wide at the bottom shall be constructed in accordance with the
41 requirements of Section 2-03.3(14)M.
42
43 SECTION 4-04, BALLAST AND CRUSHED SURFACING
44 January 5, 2004
45 4-04.3(5) Shaping and Compaction ,
46 In the first paragraph, the first sentence is revised to read:
47
48 Immediately following spreading and final shaping, each layer of surfacing shall be
49 compacted to at least 95 percent of the standard density determined by the ,
50 requirements of Section 2-03.3(14)D before the next succeeding layer of surfacing or
51 pavement is placed.
52
53 SECTION 5-01, CEMENT CONCRETE PAVEMENT REHABILITATION ,
54 August 1, 2005
55 5-01.2 Materials
56 This section is supplemented with the following new subsection:
57
BENSON ROAD SOUTH-MAIN AVENUE TO S.20 ST.
(DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS.HIGHLANDS SIDEWALKS)
CITY OF RENTON
AUGUST 2005
AMENDMENTS 2005-AUG 26 '
1 Concrete Patching Material
2 Concrete Patching Material shall be used for partial depth spall repair, panel
3 replacement and dowel bar retrofit.
4
5 5-01.3(1)A Concrete Mix Design for Concrete Patching Materials
6 This section is revised to read:
7
8 1. Materials. The prepackaged concrete patching material shall conform to Section 9-
■• 9 20. The aggregate extender shall conform to Section 9-03.1(4), AASHTO Grading
10 No. 7 or 8.
11
12 2. Submittals and Acceptance. The Contractor shall use the Manufacturer's
13 recommended proportions for the mix design to be submitted to the Engineer for
14 the concrete patching material. The Contractor's submittal shall include the mix
15 proportions of the prepackaged mix, water, aggregated extender, and the proposed
16 sources for all aggregates. Acceptance shall be based on field verification of the
17 prepackaged patching material, and that the amount of added water and aggregate
18 extender complies with the mix design.
19
+�• 20 5-01.3(4) Replace Portland Cement Concrete Panel
21 The fourteenth paragraph is revised to read:
22
23 The Contractor shall smooth the surfacing below the removed panel and compact it to
24 the satisfaction of the Engineer. Crushed surfacing base course, or hot mix asphalt may
25 be needed to bring the surfacing to grade prior to placing the new concrete.
26
27 If the material under the removed panel is uncompactable and the Engineer requires it,
28 the Contractor shall excavate the subgrade two feet, place a soil stabilization
29 construction geotextile meeting the requirements of Section 9-33, and backfill with
30 crushed surfacing base course. This work may include:
�. 31
32 1. Furnishing and hauling crushed surfacing base course to the project site.
33 2. Excavating uncompactable material.
34 3. Furnishing and placing a soil stabilization construction geotextile.
35 4. Backfilling and compacting crushed surfacing base course (excluding
36 compacting the surface immediately below the removed panel, if
37 compactable).
r, 38 5. Removing, hauling and restocking any unused crushed surfacing base course.
39
40 5-01.3(6) Dowel Bar Retrofit
41 The sixth paragraph is revised to read:
irr 42
43 All slot surfaces shall be cleaned to bare concrete by sand blasting or pressure
44 washing. The cleaning shall remove all slurry, parting compound, and other foreign
45 materials prior to installation of the dowel. If a pressure washer is used to clean the
46 slots the pressure at the nozzle shall not exceed 4000 psi. Any damage to the concrete
47 shall be repaired by the Contractor at no cost to the Contracting Agency. All washwater
48 shall be cleaned from the slots prior to placement of any slot patching material. Traffic
49 shall not be allowed on slots where concrete has been removed.
50
51 This section is supplemented with the following:
52
,. 53 Opening to traffic shall meet the requirements of Section 5-05.3(17).
54
55 5-01.3(9) Portland Cement Concrete Pavement Grinding
56 The third, fourth, and fifth paragraphs are deleted.
57
58 Section 5-01.3 is supplemented with the following new section:
59
BENSON ROAD SOUTH-MAIN AVENUE TO S.20 ST.
(DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS.HIGHLANDS SIDEWALKS)
r CITY OF RENTON
AUGUST 2005
AMENDMENTS 2005-AUG 27
1 5-01.3(11) Concrete Slurry ■r
2 All concrete slurry and grinding residue shall be removed from the roadway on a
3 continual basis immediately behind the grinding or cutting operations. Slurry shall not
4 be allowed to drain across open traffic lanes and shoulders. Slurry shall not be allowed
5 to drain into any waterway, placed on the roadway slope within 200 feet of any
6 waterway, or other areas as designated by the Engineer. Prior to commencing grinding
7 or cutting operations, the Contractor shall submit to the Engineer for approval a plan to
8 prevent contaminants, such as grinding slurry or concrete debris, from entering ditches,
9 culverts, or other waterways, including wetlands or aquifers.
10
11 Concrete slurry shall be collected from the roadway and disposed of by the Contractor
12 off the project site. The Contractor shall provide a copy of the permit for an approvedr
13 waste site for the disposal of the slurry prior to the start of the grinding.
14
15 Opening to traffic shall meet the requirements of Section 5-05.3(17).
16
17 5-01.5 Payment
18 The paragraph following the item "Sealing Transverse and Longitudinal Joints" is revised to
19 read: to
20
21 The unit contract price per linear foot for "Sealing Transverse and Longitudinal Joints",
22 shall be full payment for all costs to complete the work as specified, including removing
23 incompressible material, preparing and sealing existing transverse and longitudinal
24 joints where existing transverse and longitudinal points are cleaned and for all incidentals
25 required to complete the work as specified.
26
27 The paragraph following "Replace Cement Concrete Panel" is revised to read:
28
29 The unit contract price per square yard shall be full payment for all costs to complete the
30 work as specified, including saw cutting full depth, removal and disposal of the existing
31 panels off of the State's right-of-way, preparing the surfacing below the new panel,
32 provide, place and compact the crushed surfacing or hot mix asphalt, furnishing and
33 placing polyethylene film, furnishing and placing the portland cement concrete, drilling
34 the holes, providing, and anchoring the dowel bars and tie bars, and for all incidentals rr
35 required to complete the work as specified.
36
37 This section is supplemented with the following:
38
39 "Replace Uncompactable Material", by force account as provided in Section 1-09.6
40 Payment for "Replace Uncompactable Material" will be by force account as provided in
41 Section 1-09.6. For the purpose of providing a common proposal for bidders, the
42 Contracting Agency has entered an amount in the proposal to become a part of the total
43 bid by the Contractor.
44 '45 SECTION 5-04, HOT MIX ASPHALT
46 August 1, 2005
47 5-04.3(7)A Mix Design
"1 ,
48 The first paragraph . General", is revised to read:
49
50 1. General. Prior to the production of HMA, the Contractor shall determine a design '
51 aggregate structure and asphalt binder content in accordance with WSDOT
52 Standard Operating Procedure 732. Once the design aggregate structure and
53 asphalt binder content have been determined, the Contractor shall provide test data
54 demonstrating that the design meets the requirements of Sections 9-03.8(2) and 9-
55 03.8(6) on WSDOT HMA Mix Design Submittal form 350-042. In no case shall the
56 paving begin before the determination of anti-strip requirements has been made.
57
58 5-04.3(8)A Acceptance Sampling and Testing - HMA Mixture
59 In Item 2 (Aggregates) the second sentence is revised to read:
BENSON ROAD SOUTH-MAIN AVENUE TO S.20 ST. '
(DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS,HIGHLANDS SIDEWALKS)
CITY OF RENTON
AUGUST 2005
AMENDMENTS 2005-AUG 28
1
'W 2 The acceptance criteria for aggregate properties of sand equivalent, fine aggregate
3 angularity and fracture will be their conformance to the requirements of Section 9-
4 03.8(2).
5
6 In item 3, C. (Test Results), the second and third paragraphs are revised to read:
7
8 Sublot sample test results (gradation and asphalt binder content) may be challenged by
+� 9 the Contractor. For HMA mixture accepted by statistical evaluation with a mix design
10 that did not meet the verification tolerances, the test results in the test section including
11 the percent air voids (Va) may be challenged. To challenge test results, the Contractor
12 shall submit a written challenge within five working days after receipt of the specific test
13 results. A split of the original acceptance sample will be sent for testing to either the
14 Region Materials Lab or the State Materials Lab as determined by the Project Engineer.
15 The split of the sample with challenged results will not be tested with the same
,. 16 equipment or by the same tester that ran the original acceptance test. The challenge
17 sample will be tested for a complete gradation analysis and for asphalt binder content.
18
19 The results of the challenge sample will be compared to the original results of the
20 acceptance sample test and evaluated according to the following criteria:
21
22 Deviation
23 U.S. No. 4 sieve and larger Percent passing ±4.0
24 U.S. No. 8 sieve Percent passing ±2.0
25 U.S. No. 200 sieve Percent passing ±0.4
26 Asphalt binder% Percent binder content±0.3
■. 27 Va % Percent Va ±0.7
28
29 Item 3, D. (Test Methods) is revised to read:
30
31 D. Test Methods
32 Testing of HMA for compliance of volumetric properties (VMA, VFA and Va) will be
33 by WSDOT Standard Operating Procedure SOP 731 . Testing for compliance of
34 asphalt binder content will be by WSDOT FOP for AASHTO T 308. Testing for
35 compliance of gradation will be by WAQTC FOP for AASHTO T 27/T 11.
36
37 In item 3,E (Test Section - HMA Mixture) the first sentence in the third paragraph is revised
38 to read:
39
40 For a test section to be acceptable, with or without a verified mix design, the pay factor
41 (PFi) for each of gradation, asphalt binder, VMA, VFA and Va shall be 0.95 or greater,
�► 42 and the remaining test requirements in Section 9-03.8(2) (dust/asphalt ratio, sand
43 equivalent, fine aggregate angularity and fracture) shall conform to the requirements of
44 that Section.
45
46 5-04.3(13) Surface Smoothness
47 In the first paragraph, the second sentence is revised to read:
48
49 The completed surface of the wearing course shall not vary more than 1/8 inch from the
50 lower edge of a 10-foot straightedge placed on the surface parallel to the centerline.
51
52 5-04.4 Measurement
53 The first sentence is revised to read:
54
55 HMA CL. PG , HMA for CL. PG and Commercial HMA will be
56 measured by the ton in accordance with Section 1-09.2, with no deduction being made
57 for the weight of asphalt binder, blending sand, mineral filler, or any other component of
58 the mixture.
59
BENSON ROAD SOUTH-MAIN AVENUE TO S.20 ST.
(DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS,HIGHLANDS SIDEWALKS)
CITY OF RENTON
i
AUGUST 2005
AMENDMENTS 2005-AUG 29
r
1 5-04.5 Payment ■►
2 The statement for the pay item " Pavement Repair Excavation Incl. Haul" is revised to read:
3
4 The unit contract price per square yard for "Pavement Repair Excavation Incl. Haul" `t
5 shall be full payment for all costs incurred to perform the work described in Section 5-
6 04.3(5)E with the exception, however, that all costs involved in the placement of HMA
7 shall be included in the unit contract price per ton for "HMA for Pavement Repair Cl.
8 PG _", per ton.
9
10 SECTION 5-05, CEMENT CONCRETE PAVEMENT
11 August 1, 2005
■r
12 5-05.3(7) Placing, Spreading, and Compacting Concrete
13 The second paragraph is revised to read:
14
15 The average density of the cores shall be at least 97 percent of the approved mix
16 design density with no cores having a density of less than 96 percent.
17
18 5-05.3(1) Concrete Mix Design for Paving
19 Number 1. Materials, is revised to read:
20
21 1. Materials. Materials shall conform to Section 5-05.2. Fine aggregate shall
22 conform to Section 9-03.1(2), Class 1. Coarse aggregate shall conform to Section
23 9-03.1(4) AASHTO grading No. 467. An alternate combined gradation may be
24 proposed, which has a maximum aggregate size equal to or greater than a 2-inch
25 square sieve. The combined aggregate gradation shall conform to Section 9- as
26 03.1(5).
27
28 Fly ash, if used, shall not exceed 35- percent by weight of the total cementitious >
29 material, shall conform to Section 9-23.9 and shall be limited to Class F with a
30 maximum CaO content of 15 percent by weight.
31
32 Ground granulated blast furnace slag, if used, shall not exceed 25 percent by
33 weight of the total cementitious material and shall conform to Section 9-23.10. as
34 When both ground granulated blast furnace slag and fly ash are included in the
35 concrete mix, the total weight of both these materials is limited to 35 percent by
36 weight of the total cementitious material. As an alternative to the use of fly ash,
37 ground granulated blast furnace slag and cement as separate components, a �
38 blended hydraulic cement that meets the requirements of Section 9-01.2(4)
39 Blended Hydraulic Cements may be used.
40
41 The water/cement ratio shall be calculated on the total weight of cementitious
42 material. The following are considered cementitious materials: Portland cement,
43 fly ash, ground granulated blast furnace slag and microsilica. The minimum
44 cementitious material for any mix design shall be 564 pounds per cubic yard.
45
46 SECTION 6-01, GENERAL REQUIREMENTS FOR STRUCTURES
47 August 1, 2005
48 6-01.6 Load Restrictions on Bridges Under Construction
49 The second paragraph is revised to read:
50
51 If necessary and safe to do so, and if the Contractor requests it in writing, the Engineer
52 may approve traffic on a bridge prior to completion. The maximum distributed load at
53 each construction equipment support shall not exceed the design load by more than 33
54 percent. The written request shall: r
55
56 1. Describe the extent of the structure completion at time of the proposed
57 equipment loading;
58
BENSON ROAD Sc H?TH-MAIN AVENUE TO S.20 ST.
(DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS,HIGHLANDS SIDEWALKS)
CITY OF RENTON
AUGUST 2005
AMENDMENTS 2005-AUG 30
1 2. Describe the loading magnitude, arrangement, movement, and position of
2 traffic (equipment) on the bridge, including but not limited to the following:
3
4 a. Location of construction equipment, including outriggers, spreader
.,, 5 beams and supports for each, relative to the bridge framing plan
6 (bridge girder layout);
7
8 b. Mechanism of all load transfer(load path) to the bridge;
rr 9
10 3. Provide stress calculations under the design criteria specified in the AASHTO
11 Standard Specifications for Highway Bridges, current edition, prepared by (or
12 under the direction of) a professional engineer, licensed under Title 18 RCW
" 13 state of Washington, and carrying the professional engineer's signature and
14 seal, including but not limited to the following:
15
,. 16 a. Supporting calculations showing that the flextural and shear stresses
17 in the main load carrying members due to the construction load are
18 within the allowable stresses;
19
aw 20 b. Supporting calculations showing that the flexural and shear stresses
21 in the bridge deck due to the construction load are within the
22 allowable stresses;
23
24 4. Provide supporting material properties, catalogue cuts, and other information
25 describing the construction equipment and all associated outriggers, spreader
26 beams, and supports; and
,., 27
28 5. State that the Contractor assumes all risk for damage.
29
30 SECTION 6-02, CONCRETE STRUCTURES
�• 31 August 1, 2005
32 6-02.2 Materials
i 33 This section is supplemented with the following:
34
35 Microsilica Fume 9-23.11
36
37 6-02.3(2) Proportioning Materials
38 This section is revised to read:
39
40 The total water soluble Chloride ion (Cl-) content of the mixed concrete shall not exceed
�+ 41 0.06 percent by weight of cementitious material for prestressed concrete nor 0.10
42 percent by weight of cementitious material for reinforced concrete. An initial evaluation
43 may be obtained by testing individual concrete ingredients for total chloride ion content
44 per AASHTO T 260 and totaling these to determine the total water soluble Chloride ion
45 (Cl-) or the total water soluble Chloride ion (Cl-) in accordance with ASTM C 1218.
46
47 Unless otherwise specified, the Contractor shall use Type I or II Portland cement in all
48 concrete as defined in Section 9-01.2(1).
49
50 The use of fly ash is required for Class 4000D and 4000P concrete. The use of fly ash
51 and ground granulated blast furnace slag is optional for all other classes of concrete.
52
53 Fly ash, if used, shall not exceed 35 percent by weight of the total cementitious material
54 and shall conform to Section 9-23.9. Ground granulated blast furnace slag, if used,
55 shall not exceed 25 percent by weight of the total cementitious material and shall
56 conform to Section 9-23.10. When both ground granulated blast furnace slag and fly
57 ash are included in the concrete mix, the total weight of both these materials is limited to
58 35 percent by weight of the total cementitious material.
,. 59
BENSON ROAD SOUTH-MAIN AVENUE TO S.20 ST.
(DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS,HIGHLANDS SIDEWALKS)
CITY OF RENTON
AUGUST 2005
AMENDMENTS 2005-AUG 31
nr
1 The water/cement ratio shall be calculated on the total weight of cementitious material.
2 The following are considered cementitious materials: Portland cement, fly ash, ground
3 granulated blast furnace slag and microsilica.
4
5 As an alternative to the use of fly ash, ground granulated blast furnace slag and cement
6 as separate components, a blended hydraulic cement that meets the requirements of
7 Section 9-01.2(4) Blended Hydraulic Cements may be used.
8
9 6-02.3(2)A Contractor Mix Design
10 The seventh paragraph is revised to read:
11
12 A high-range water reducer (superplasticizer) may be used in all mix designs.
13 Microsilica fume may be used in all mix designs. The use of a high-range water reducer
14 or microsilica fume shall be submitted as a part of the Contractor's concrete mix design.
15
16 6-02.3(4) Ready-Mix Concrete
17 This section is revised to read:
18
19 All concrete, except commercial concrete and lean concrete shall be batched in a
20 prequalified manual, semi-automatic, or automatic plant as described in Section 6-
21 02.3(4)A. The Engineer is not responsible for any delays to the Contractor due to
22 problems in getting the plant certified.
23 rr
24 6-02.3(4)A Qualification of Concrete Suppliers
25 The first paragraph is revised to read:
26
27 Prequalification may be obtained through an inspection conducted by the Plant +�
28 Manager, defined as the person directly responsible for the daily plant operation, using
29 the NRMCA or WSDOT checklist, through certification by NRMCA, or by an
30 independent evaluation certified by a professional engineer using NRMCA or
31 Contracting Agency guidelines. Information concerning NRMCA certification may be
32 obtained from the National Ready Mix Concrete Association at 900 Spring Street, Silver
33 Springs, MD 20910. The Contracting Agency and the NRMCA certification have similar
34 requirements for plant and delivery equipment. Whereas Plant Manager certification
35 shall be done prior to the start of a project and every six months throughout the life of
36 the project, the NRMCA certification shall be good for a two year period.
37
38 If prequalification is done by the Plant Manager the following shall be performed:
39
40 1. The checklist cover page shall be signed by the Plant Manager and notarized.
41
42 2. The signed and notarized cover page shall be submitted to the Project
43 Engineer with the concrete mix design (WSDOT Form 350-040), water meter
44 verification, truck list, and admixture dispensing certification. ,
45
46 3. The checklists shall be maintained by the Plant Manager and are subject to
47 review at any time by the Contracting Agency.
48
49 4. The water meter shall be verified every six months.
50
51 In the first sentence of the eighth paragraph, "Engineer" is revised to "Plant Manager".
52
53 6-02.3(5)A General
54 In the fourth paragraph, item 2 is revised to read:
55
56 2. An individual strength test averaged with the two preceding individual strength tests
57 meets or exceeds specified strength (for the same class and exact mix I.D. of
58 concrete on the same contract).
59
BENSON ROAD SOUTH-MAIN AVENUE,TO S.26"ST.
(DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS,HIGHLANDS SIDEWALKS)
CITY OF RENTON
AUGUST 2005
AMENDMENTS 2005-AUG 32
1 6-02.3(5)C Conformance to Mix Design
2 This section is revised to read:
3
4 Cement, coarse and fine aggregate weights shall be within the following tolerances of
5 the mix design:
6
7 Batch Volumes less than or equal to 4 cubic yards
8 Cement +5% -1%
9 Aggregate +10% -2%
10
11 Batch Volumes more than 4 cubic yards
12 Cement +5% _1%
13 Aggregate +2% -2%
14
15 If the total cementitious material weight is made up of different components, these
16 component weights shall be within the following tolerances:
17
18 1. Portland cement weight plus 5% or minus 1 percent of that specified in the
19 mix design.
+�► 20 2. Fly ash weight plus or minus 5 percent of that specified in the mix design.
21 3. Microsilica weight plus or minus 10 percent of that specified in the mix
22 design.
23
24 Water shall not exceed the maximum water specified in the mix design.
25
26 6-02.3(6)A Weather and Temperature Limits to Protect Concrete
27 The section "Cold Weather Protection" is revised to read:
28
29 The Contractor is solely responsible for protecting concrete from inclement weather
30 during the entire curing period. The Contractor shall provide a written procedure for
■• 31 cold weather concreting to the Engineer for review and approval. The procedure shall
32 detail how the Contractor will prevent the concrete temperature from falling below 50° F.
33 Extra protection shall be provided for areas especially vulnerable to freezing (such as
34 exposed top surfaces, corners and edges, thin sections, and concrete placed into steel
35 forms). Permission given by the Engineer to place concrete during cold weather will in
36 no way ensure acceptance of the work by the Contracting Agency. Should the concrete
37 placed under such conditions prove unsatisfactory in any way, the Engineer shall still
38 have the right to reject the work although the plan and the work were carried out with
39 the Engineer's permission.
40
41 If weather forecasts predict air temperatures below 352 F during the seven days just
w 42 after the concrete placement, the Contractor may place the concrete only if his
43 approved cold weather concreting plan is implemented.
44
45 The Contractor shall provide and maintain a maturity meter in the concrete at a location
46 specified by the Engineer for each concrete placement. During curing, data from the
47 maturity meter shall be readily available to the Engineer. The Contractor shall record
48 and provide time and temperature data on hourly intervals.
49
50 The Contractor shall not mix nor place concrete while the air temperature is below 35° F,
51 unless the water or aggregates (or both) are heated to at least 70° F. The aggregate
52 shall not exceed 150° F. If the water is heated to more than 150° F, it shall be mixed with
w 53 the aggregates before the cement is added. Any equipment and methods shall heat the
54 materials evenly. Concrete placed in shafts and piles is exempt from such preheating
55 requirements.
56
57 The Contractor may warm stockpiled aggregates with dry heat or steam, but not by
58 applying flame directly or under sheet metal. If the aggregates are in bins, steam or
59 water coils or other heating methods may be used if aggregate quality is not affected.
60 Live steam heating is not permitted on or through aggregates in bins. If using dry heat,
BENSON ROAD SOUTH-MAIN AVENUE TO S.20 ST.
(DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS,HIGHLANDS SIDEWALKS)
CITY OF RENTON
AUGUST 2005
AMENDMENTS 2005-AUG 33
r�
1 the Contractor shall increase mixing time enough to permit the super-dry aggregates to 0
2 absorb moisture.
3
4 Any concrete placed in air temperatures below 352 F shall be immediately protected. In
5 addition to the monitoring of the concrete temperature with a maturity meter the
6 Contractor shall provide recording thermometers or other approved devices to monitor
7 the surface temperature of the concrete. The concrete surface temperature shall be
8 maintained at or above 502 F and the relative humidity shall be maintained above
9 80 percent. These conditions shall be maintained for a minimum of seven days or for
10 the cure period required by Section 6-02.3(11), whichever is longer. If artificial heat is
11 used to maintain the temperature inside an enclosure, moisture shall be added to the 1
12 enclosure to maintain the humidity as stated above. The Contractor shall stop adding
13 moisture 24 hours before removing the heat.
14
15 If at any period during curing the concrete temperature falls below 50° F on the maturity
16 meter or recording thermometer, no curing time is awarded for that day and the required +�
17 curing time will be extended day for day where the temperature falls below 502 F. Should the
18 Contractor fail to adequately protect the concrete and the temperature of the concrete falls
19 below 352 F during curing, the Engineer may reject it. as
20
21 Section 6-02.3(6) is supplemented with the following:
22
23 6-02.3(6)D Protection Against Vibration it
24 Freshly placed concrete shall not be subjected to excessive vibration and shock waves
25 during the curing period until it has reached a 2000 psi minimum compressive strength
26 for concrete Class 4000 and lower strength classes of concrete. For higher strength
27 classes of concrete, the minimum compressive strength for ending the vibration
28 restriction shall be the concrete Class designation (specified in psi) divided by two.
29
30 After the first 5 hours from the time the concrete has been placed and consolidated, the
31 Contractor shall keep all vibration producing operations at a safe horizontal distance
32 from the freshly placed concrete by following either the prescriptive safe distance
33 method or the monitoring safe distance method. These requirements for the protection
34 of freshly placed concrete against vibration shall not apply for plant cast concrete, pile
35 driving, shaft installation or soldier pile shaft installation operations, nor shall they apply
36 to the vibrations caused by the traveling public. See Section 6-05.3(11)H, Shaft Special
37 Provisions, and Section 6-16 respectively for pile driving, shaft installation, and soldier
38 pile shaft installation operations.
39
40 Prescriptive Safe Distance Method
41 After the concrete has been placed and consolidated, the Contractor shall keep all
42 vibration producing operations at a safe horizontal distance from the freshly placed
43 concrete as follows:
44
MINIMUM SAFE HORIZONTAL DISTANCE
COMPRESSIVE
STRENGTH, f 'c
EQUIPMENT EQUIPMENT
CLASS L«' CLASS H 13'
< 1000 psi 75 feet 125 feet
1000 psi to < 1400 psi 30 feet 50 feet
1400 psi to 2000 psi 15 feet 25 feet
45
46 �'� The safe horizontal distance shall be reduced to 10 feet for small rubber
47 tire construction equipment like backhoes under 50,000 pounds, concrete
48 placing equipment, and legal highway vehicles if such equipment travels ]
49 at speeds of:
50
51 <_ 5 mph on relatively smooth roadway surfaces or
52 <_ 3 mph on rough roadway surfaces (i.e. with potholes)
BENSON ROAD SOUTH-MAIN AVENUE TO S.26"'ST.
(DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS,HIGHLANDS SIDEWALKS)
CITY OF RENTON
AUGUST 2005
AMENDMENTS 2005-AUG 34
{
1
Im 2 (2) Equipment Class L (Low Vibration) shall include tracked dozers under
3 85,000 pounds, track vehicles, trucks (unless excluded above), hand
4 operated jack hammers, cranes, auger drill rig, caisson drilling, vibratory
aw 5 roller compactors under 30,000 pounds.
6
7 (3) Equipment Class H (High Vibration) shall include machine operated
8 impact tools, pavement breakers, and other large pieces of equipment.
r 9
10 After the concrete has reached a minimum compressive strength specified above,
11 the safe horizontal distance restrictions would no longer apply.
12
4W 13 Monitoring Safe Distance Method
14 The Contractor may monitor the vibration producing operations in order to decrease
15 the safe horizontal distance requirements of the prescriptive safe distance method.
16 If this method is chosen, all construction operations that produce vibration or shock
17 waves in the vicinity of freshly placed concrete shall be monitored by the Contractor
18 with monitoring equipment sensitive enough to detect a minimum peak particle
19 velocity (PPV) of 0.10 inches per second. Monitoring devices shall be placed on or
+� 20 adjacent to the freshly placed concrete when the measurements are taken. During
21 the time subsequent to the concrete placement, the Contractor shall cease all
22 vibration or shock producing operations in the vicinity of the newly placed concrete
23 when the monitoring equipment detects excessive vibration and shock waves
24 defined as exceeding the following PPV's:
25
MINIMUM MAXIMUM PPV
,r COMPRESSIVE
STRENGTH, f 'c
< 1000 psi 0.10 in /sec
1000 psi to < 1400 psi 1.0 in /sec
1400 psi to 2000 psi 2.0 in /sec
26
27 After the concrete has reached a minimum compressive strength specified above,
28 the safe horizontal distance restrictions would no longer apply.
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
•r 36 The first sentence in the second paragraph 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 covering
ow 40 with a white reflective type sheeting, or by wetting the outside surfaces of wood forms.
41
42 The third paragraph is revised to read:
43 When curing Class 4000D, two coats of curing compound that complies with Section 9-
44 23.2 shall be applied immediately (not to exceed 15 min.) after tining any portion of the
45 deck. The surface shall be covered with presoaked heavy quilted blankets or burlap as
46 soon as the concrete has set enough to allow covering without damaging the finish.
+� 47 Soaker hoses are required and shall be placed on top of burlap or blankets and shall be
48 charged with water frequently to keep the entire deck covering wet during the course of
49 curing
50
51 The second sentence in the fourth paragraph is revised to read:
52
53 The compound shall be applied immediately after finishing.
54
BENSON ROAD SOUTH-MAIN AVENUE TO S.20 ST.
(DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS,HIGHLANDS SIDEWALKS)
CITY OF RENTON
AUGUST 2005
AMENDMENTS 2005-AUG 35
0"
1 The first sentence in the seventh paragraph is revised to read:
2
3 The Contractor shall cover the top surfaces with white, reflective sheeting, leaving it in
4 place for at least ten days.
5
6 6-02.3(17)F Bracing
7 The table following the third paragraph of the sub section Temporary Bracing For Bridge
8 Girders is supplemented with the following:
9
10 Girder Series Distance In Inches
11 Prestressed concrete tub girders with webs with flanges 30
12 WF42G, WF50G, WF58G, WF74G, W83G, and W95G 70 .r
13 W32BTG, W3813TG, and W62BTG 70
14 WF74PTG, W83PTG, and W95PTG 72
15
16 6-02.3(17)K Concrete Forms on Steel Spans
17 The following new paragraph is inserted between the second and third paragraphs:
18
19 The compression member or bottom connection of cantilever formwork support brackets as
20 shall bear either within six inches maximum vertically of the bottom flange or within six
21 inches maximum horizontally of a vertical web stiffener. The Contractor shall also
22 furnish and install temporary struts and ties to prevent rotation of the steel girder. Partial
23 depth cantilever formwork support brackets that do not conform to the above III
24 requirements shall not be used, unless the Contractor submits details showing the
25 additional formwork struts and ties used to brace the steel girder against web distortion
26 caused by the partial depth bracket, and receives the Engineer's approval of the
27 submittal.
28
29 6-02.3(17)0 Early Concrete Test Cylinder Breaks
30 The third sentence in the first paragraph is revised to read: r
31
32 The Contractor shall retain a testing laboratory to perform this work.
33
34 The first paragraph is supplemented with the following: as
35
36 Testing laboratories' equipment shall be calibrated within one year prior to testing and
37 testers shall be either ACI certified or qualified in accordance with AASHTO R 18.
38
39 The first sentence in the fifth paragraph is revised to read:
40
41 The Contractor shall furnish the Engineer with all test results, proof of equipment
42 calibration, and tester's certification.
43
44 The sixth paragraph is deleted.
45
46 6-02.3(19)A Elastomeric Bearing Pads
47 This section including title is revised to read:
48
49 6-02.3(19)A Vacant
50
51 6-02.3(19)B Bridge Bearing Assemblies
52 Item 4 is deleted.
53
54 6-02.3(20) Grout for Anchor Bolts and Bridge Bearings
55 The eighth paragraph is supplemented with the following:
56
57 The grout pad may be loaded when a minimum of 4000 psi compressive strength is
58 attained.
59
BENSON ROAD SOUTH-MAIN AVENUE TO S.26-ST.
(DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS,HIGHLANDS SIDEWALKS)
CITY OF RENTON
AUGUST 2005
AMENDMENTS 2005-AUG 36
1 6-02.3(21) Drainage of Box Girder Cells
2 This section is supplemented with the following:
3
4 All drainage holes shall be screened in accordance with the Plan details.
r 5
6 6-02.3(22) Drainage of Substructure
7 The second sentence in the first paragraph is supplemented with the following:
8
.r 9 Weep holes shall be covered with geotextile meeting the requirements of Section 9-
10 33.2, Table 2 Class C before backfilling. Geotextile screening shall be bonded to the
11 concrete with an approved adhesive.
12
13 6-02.3(24)C Placing and Fastening
14 The fifteenth paragraph beginning with "Reinforcing steel bars shall not vary..." is
15 supplemented with the following:
16
17 Drilled Shafts top of rebar cage elevation +6 in./-3 in.
18
19 6-02.3(24)E Welding Reinforcing Steel
20 The ninth paragraph is revised to read:
21
22 The minimum preheat and interpass temperature for welding Grade 60 reinforcing bars
23 shall be in accordance with AWS D1.4 Table 5.2 and mill certification of carbon
24 equivalence, per lot of reinforcing. Preheating shall be applied to the reinforcing bars
25 and other splice members within 6 inches of the weld, unless limited by the available
26 lengths of the bars or splice member.
27
28 The twelfth paragraph is revised to read:
29
30 Under supervision of the State Materials and Fabrication Inspector, the welder shall
r. 31 weld three test joints of the largest size reinforcing bar to be weld spliced, per type of
32 joint shown in the Plans. Two of the test welds shall be test loaded to no less than 125
33 percent of the minimum specified yield strength of the bar. The remaining test weld
34 shall be mechanically cut perpendicular to the direction of the welding and
35 macroetched. The macroetch specimen for Flare V groove welds will be inspected for
36 the weld size and effective throat as shown in the Plans. Indirect butt splices shall be
37 cut mechanically at two locations to provide a transverse cross-section of each of the
w 38 bars spliced in the test assembly. The sections shall show the full cross-section of the
39 weldment, the root of the weld, and any reinforcement. The etched cross-section shall
40 have complete penetration and complete fusion with the base metal and between
41 successive passes in the weld. Groove welds of direct butt splices and flare-groove
it 42 welds shall not have reinforcement exceeding 1/8 inch in height measured from the
43 main body of the bar and shall have a gradual transition to the base metal surface. No
44 cracks will be allowed in either the weld metal or heat-aff ected zone. All craters shall be
45 filled to the full cross-section of the weld. Weld metal shall be free from overlay.
46 Undercutting deeper than 1/32 inch will not be allowed except at points where welds
47 intersect the raised pattern of deformations where undercutting less than 1/16 inch deep
48 will be acceptable. The sum of diameters of piping porosity in groove welds shall not
.r 49 exceed 1/8 inch in any linear inch of weld or exceed 9/16 inch in any 6-inch length of
50 weld. Corrections to welds with shielded metal arc, gas metal arc, or flux-cored arc
51 welding processes shall be made in accordance with Engineer's approval.
52
.. 53 6-02.3(25) Prestressed Concrete Girders
54 The fourth paragraph is replaced with the following:
55
56 The various types of girders are:
• 57
58 Prestressed Concrete Girder — Refers to prestressed concrete girders of all
59 types, including prestressed concrete I girders, prestressed concrete wide flange 1
4W 60 girders, bulb tee girders, deck bulb tee girders, thin flange deck bulb tee girders,
BENSON ROAD SOUTH-MAIN AVENUE TO S.20 ST.
(DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS,HIGHLANDS SIDEWALKS)
CITY OF RENTON
�r AUGUST 2005
AMENDMENTS 2005-AUG 37
�r
1 precast prestressed concrete members, spliced prestressed concrete girders, and
2 prestressed concrete tub girders.
3
4 Prestressed Concrete I Girder — Refers to a prestressed concrete girder with a
5 flanged I shaped cross section, requiring a cast-in-place concrete deck to support
6 traffic loads. WSDOT standard girders in this category include Series W42G,
7 W50G, W58G, and W74G.
8
9 Prestressed Concrete Wide Flange I Girder — Refers to a prestressed concrete
10 girder with an I shaped cross section with wide top and bottom flanges, requiring a
11 cast-in-place concrete deck to support traffic loads. WSDOT standard girders in
12 this category include Series WF42G, WF50G, WF58G, WF74G, W83G, and W95G. Vill
13
14 Bulb Tee Girder — Refers to a prestressed concrete girder, with a wide top flange
15 requiring a cast-in-place concrete deck to support traffic loads. WSDOT standard
16 girders in this category include Series W32BTG, W3813TG, and W6213TG.
17
18 Deck Bulb Tee Girder — Refers to a bulb tee girder with a top flange designed to
19 support traffic loads, and designed to be mechanically connected at the flange
20 edges to adjacent girders at the lob site. Except where specific requirements are
21 otherwise specified for these girders, deck bulb tee girders shall conform to all
22 requirements specified for bulb tee girders. WSDOT standard girders in this
23 category include Series W35DG, W41 DG, W53DG, and W65DG. >r
24
25 Thin Flange Deck Bulb Tee Girder — Refers to a bulb tee girder with a top flange
26 width equal to the girder spacing and requiring a cast-in-place concrete deck to
27 support traffic loads. Except where specific requirements are otherwise specified
28 for these girders, thin flange deck bulb tee girders shall conform to all requirements
29 specified for bulb tee ggirders. WSDOT standard girders in this category include
30 Series W32TFG, W38 G, W50TFG, and W62TFG.
31
32 Precast Prestressed Member (PCPS Member) — Refers to a precast prestressed
33 slab, precast prestressed ribbed section, or a deck double tee girder. PCPS
34 members are designed to be mechanically connected at the flange or member
35 edges to adjacent PCPS members at the job site. Except where specific
36 requirements are otherwise specified for these girders, PCPS members shall
37 conform to all requirements specified for deck bulb tee girders.
38 '
39 Spliced Prestressed Concrete Girder — Refers to prestressed concrete girders
40 initially fabricated in segments to be longitudinally spliced together with cast-in-
41 place concrete closures at the job site. Except where specific requirements are
42 otherwise specified for these girders, spliced prestressed concrete girders shall
43 conform to all requirements specified for prestressed concrete girders. Anchorages
44 shall conform to Sections 6-02.3(26)B, 6-02.3(26)C, and 6-02.3(26)D. Ducts shall
45 conform to the Section 6-02.3(26)E requirements for internal embedded installation,
46 and shall be round, unless the Engineer approves use of elliptical shaped ducts.
47 Duct-wedge plate transitions shall conform to Section 6-02.3(26)E. Prestressing
48 reinforcement shall conform to Section 6-02.3(26)F. WSDOT standard girders in
49 this category include Series WF74PTG, W83PTG, and W95PTG. �r
50
51 Prestressed Concrete Tub Girder — Refers to prestressed concrete trapezoidal
52 box or bathtub girders including those fabricated in segments to be spliced together
53 with cast-in-place concrete closures at the job site. Except where specific
54 requirements are otherwise specified for these girders, prestressed concrete tub
55 girders shall conform to all requirements specified for prestressed concrete girders
56 and spliced prestressed concrete girders. WSDOT standard girders in this
57 category include Series U**G* or Series OF**G*, where U specifies webs without
58 flanges, OF specifies webs with flanges, ** specifies the girder height in inches, and
59 * specifies the bottom flange width in feet.
60
BENSON ROAD SOUTH-MAIN AVENUE TO S.20 ST.
(DOWNTOWN CURB RAMPS.MAPLEWOOD SIDEWALKS,HIGHLANDS SIDEWALKS)
CITY OF RENTON r
AUGUST 2005
AMENDMENTS 2005-AUG 38
1 6-02.3(25)A Shop Plans
'� 2 The second, third and fourth paragraphs are revised to read:
3
4 Shop plans shall show the size and location of all cast-in holes for installation of deck
me 5 formwork hangers and/or temporary bracing. Holes for formwork hangers shall match
6 approved deck formwork plans designed in accordance with Section 6-02.3(16). There
7 shall be no field-drilled holes in prestressed concrete girders. Post-tensioning ducts in
8 spliced prestressed concrete girders shall be located so their center of gravity is in
r 9 accordance with the Plans.
10
11 The Contractor shall have the option to furnish Series W74G prestressed concrete
r.r 12 girders with minor dimensional differences from those shown in the Plans. The 2 5/8-
13 inch top flange taper may be reduced to 1 5/8 inches and the bottom flange width may
14 be increased to 2 feet 2 inches. Other dimensions of the girder shall be adjusted as
15 necessary to accommodate the above mentioned changes. Reinforcing steel shall be
.,� 16 adjusted as necessary. The overall height and top flange width shall remain
17 unchanged.
18
19 If the Contractor elects to provide a prestressed concrete girder with an increased web
.. 20 thickness, shop plans along with supporting design calculations shall be submitted to
21 the Engineer for approval prior to girder fabrication. The girder shall be designed for at
22 least the same load carrying capacity as the girder shown in the Plans. The load
23 carrying capacity of the mild steel reinforcement shall be the same as that shown in the
24 Plans.
25
26 The sixth paragraph is revised to read:
27
28 The Contractor shall provide five copies of the shop plans to the Engineer for approval,
29 except as otherwise noted. Shop drawings for spliced prestressed concrete girders
30 shall conform to Section 6-02.3(26)A, and seven copies of the shop drawings shall be
�+ 31 submitted to the Engineer for approval. The shop drawings for spliced prestressed
32 concrete girders shall include all details related to the post-tensioning operations in the
33 field, including details of hardware required, tendon geometry, blockout details, and
34 details of additional or modified steel reinforcing bars required in cast-in-place closures.
35 Approval of shop plans means only that the Engineer accepts the methods and
36 materials. Approval does not imply correct dimensions.
37
,,W 38 6-02.3(25)B Casting
39 The first paragraph is revised to read:
40
41 Before casting girders, the Contractor shall have possession of an approved set of shop
aw 42 drawings. Side forms shall be steel except that cast-in-place concrete closure forms for
43 spliced prestressed concrete girders, interior forms of prestressed concrete tub girders,
44 and end bulkhead forms of prestressed concrete girders may be plywood. Interior voids
45 for precast prestressed slabs with voids shall be formed by either wax soaked
46 cardboard or expanded polystyrene forms. The interior void forms shall be secured in
47 the position as shown in the Plans and shall remain in place.
48
49 The fourth paragraph is revised to read:
50
51 Air-entrainment is not required in the concrete placed into prestressed precast concrete
52 girders, including cast-in-place concrete closures for spliced prestressed concrete
•• 53 girders.
54
55 The sixth paragraph is revised to read:
56
57 The Contractor may form circular block-outs in the girder top flanges to receive
58 falsework hanger rods. These block-outs shall:
59
AW 60 1. Not exceed 1 inch in diameter;
BENSON ROAD SOUTH-MAIN AVENUE TO S.20 ST.
(DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS,HIGHLANDS SIDEWALKS)
CITY OF RENTON
AUGUST 2005
AMENDMENTS 2005-AUG 39
r
1 �
2 2. Be spaced no more than 72 inches apart longitudinally on the girder;
3 ;
4 3. Be located 3 inches or more from the outside edge of the top flange on Series
5 W42G, W50G, W58G, girders, and all prestressed concrete tub girders with
6 webs with flanges, 6 inches or more for Series W74G girders, and 7 inches or
7 more for Series WF42G, WF50G, WF58G, WF74G, WF74PTG, W83G,
8 W83PTG, W95G, W95PTG, W32BTG, W38BTG, W62BTG girders and other 10
9 bulb tee girders.
10
11 6-02.3(25)C Prestressing
12 The sixth paragraph is revised to read: + ►
13
14 Post-tensioning of spliced prestressed concrete girders shall conform to Section 6-
15 02.3(26)G, and the following requirements:
16
17 1. Before tensioning, the Contractor shall remove all side forms from the cast-in-
18 place concrete closures. From this point until 48 hours after grouting the
19 tendons, the Contractor shall keep all construction and other live loads off the
20 superstructure and shall keep the falsework supporting the superstructure in
21 place.
22
23 2. Once the post-tensioning steel is installed, no welds or welding grounds shall 16
24 be attached to metal forms, structural steel, or steel reinforcing bars of the
25 structural member.
26
27 3. The Contractor shall not tension the post-tensioning reinforcement until the so
28 concrete in the cast-in-place closures reaches the minimum compressive
29 strength specified in the Plans (or 5,000 psi if the concrete strength is not
30 specified in the Plans). This strength shall be measured with concrete
31 cylinders made of the same concrete and cured under the same conditions as
32 the cast-in-place closures.
33
34 4. All post-tensioning shall be completed before placing the sidewalks and
35 barriers on the superstructure.
36
37 6-02.3(25)D Curing
38 The fourth paragraph is revised to read:
39
40 Curing of cast-in-place concrete closures for spliced prestressed concrete girders shall
41 conform to Section 6-02.3(11).
42
43 6-02.3(25)E Contractors Control Strength
44 The sixth through eleventh paragraphs are revised to read:
45 40
46 For precast prestressed members, a test shall consist of four cores measuring 3 inches
47 in diameter by 6 inches in height (for slabs) and by the thickness of the web (for ribbed
48 sections). Two cores shall be taken from each side of the member and on each side of
49 the member's span midpoint, at locations approved by the Engineer. The core locations
50 for precast prestressed slabs shall be near mid-depth of the slab, within the middle third
51 of the span length, and shall avoid all prestressing strands and steel reinforcing bars.
52 The core locations for precast prestressed ribbed sections shall be immediately beneath
53 the top flange, within the middle third of the span length, and shall avoid all prestressing
54 strands and steel reinforcing bars.
55 ,56 For prestressed concrete tub girders, a test shall consist of four cores measuring 3
57 inches in diameter by the thickness of the web, taken from each web approximately
58 three feet to the left and to the right of the center of the girder span. The cores shall
59 avoid all prestressing strands and steel reinforcing bars.
60
BENSON ROAD SOUTH-MAIN AVENUE TO S.20 ST.
(DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS,HIGHLANDS SIDEWALKS)
CITY OF RENTON
AUGUST 2005
AMENDMENTS 2005-AUG 40
UW 1 For all other prestressed concrete girders, a test shall consist of three cores measuring
2 3 inches in diameter by the thickness of the web and shall be removed from just below
3 the top flange; one at the midpoint of the girder's length and the other two approximately
4 3 feet to the left and approximately 3 feet to the right.
„r 5
6 The cores shall be taken in accordance with AASHTO T 24 and shall be tested in
7 accordance with WSDOT FOP for AASHTO T 22. The Engineer may accept the girder
8 if the average compressive strength of the four cores from the precast prestressed
.. 9 member, or prestressed concrete tub girder, or of the three cores from any other
10 prestressed concrete girder, is at least 85 percent of the specified compressive strength
11 with no one core less than75 percent of specified compressive strength.
12
"" 13 If the girder is cored to determine the release strength, the required patching and curing
14 of the patch shall be done prior to shipment. If there are more than three holes or if they
15 are not in a neutral location, the prestress steel shall not be released until the holes are
16 patched and the patch material has attained a minimum compressive strength equal to
17 the required release compressive strength or 4,000 psi, whichever is larger.
18
19 The Contractor shall coat cored holes with an epoxy bonding agent and patch the holes
20 using the same type concrete as that in the girder, or a mix approved during the annual
21 plant review and approval. The epoxy bonding agent shall meet the requirements of
22 Section 9-26.1 for Type II, Grade 2 epoxy. The girder shall not be shipped until tests
23 show the patch material has attained a minimum compressive strength of 4,000 psi.
24
25 6-02.3(25)F Prestress Release
26 The third paragraph is revised to read:
27
28 The Contractor may request permission to release the prestressing reinforcement at a
29 minimum concrete compressive strength less than specified in the Plans. This request
30 shall be submitted to the Engineer for approval in accordance with Section 6-01.9 and
or 31 shall be accompanied with calculations showing the adequacy of the proposed release
32 concrete compressive strength. The release strength shall not be less than 3,500 psi,
33 except that the release strength for spliced prestressed concrete girders shall not be
34 less than 4,000 psi. The calculated release strength shall meet the requirements
35 outlined in the Washington State Department of Transportation Bridge Design Manual
36 for tension and compression at release. The proposed minimum concrete compressive
37 strength at release will be evaluated by the Contracting Agency. Fabrication of girders
38 using the revised release strength shall not begin until the Contracting Agency has
39 provided written approval of the revised release compressive strength. If a reduction of
40 the minimum concrete compressive strength at release is allowed, the Contractor shall
41 bear any added cost that results from the change.
wr 42
43 6-02.3(25)G Protection of Exposed Reinforcement
44 The second paragraph is revised to read:
45
46 Grouting of post-tensioning ducts for spliced prestressed concrete girders shall conform
47 to Section 6-02.3(26)H.
48
o, 49 6-02.3(25)H Finishing
50 The fourth paragraph is revised to read:
51
52 On the deck bulb tee girder section and all precast prestressed members, the
.• 53 Contractor shall test the roadway deck surface portion for flatness. This test shall occur
54 after floating but while the concrete remains plastic. Testing shall be done with a 10-foot
55 straightedge parallel to the girder centerline and with a flange width straightedge at right
56 angles to the girder centerline. The Contractor shall fill depressions, cut down high
1W 57 spots, and refinish to correct any deviation of more than 1/4 inch within the straightedge
58 length. This section of the roadway surface shall be finished to meet the requirements
59 for finishing roadway slabs, as defined in Section 6-02.3(10) except that, if approved by
nr
BENSON ROAD SOUTH-MAIN AVENUE TO S.20 ST.
(DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS,HIGHLANDS SIDEWALKS)
CITY OF RENTON
AUGUST 2005
AMENDMENTS 2005-AUG 41
i
I
1 the Engineer, a coarse stiff broom may be used to provide the finish in lieu of a metal NO
2 tined comb.
3
4 6-02.3(25)1 Tolerances
5 The title, first paragraph, and items 7, 10, and 21 following the first paragraph are revised to
6 read:
7
8 6-02.3(25)1 Fabrication Tolerances
9 The girders shall be fabricated as shown in the Plans and shall meet the dimensional
10 tolerances listed below. Construction tolerances of cast-in-place closures for spliced
11 prestressed concrete girders shall conform to the tolerances specified for spliced
12 prestressed concrete girders. Actual acceptance or rejection will depend on how the +w
13 Engineer believes a defect outside these tolerances will affect the structure's strength or
14 appearance:
15
16 7. Flange Depth: •
17 For I and Wide Flange I girders: ± 1/4 inch
18 For bulb tee and deck bulb tee girders: + 1/4 inch, - 1/8 inch
19 For PCPS members: + 1/4 inch, - 1/8 inch
20
21 10. Longitudinal Position of the Harping Point:
22 Single harping point ± 18 inches
23
24 Multiple bundled strand groups
25 First bundled strand group ± 6 inches
26 Second bundled strand group ± 18 inches
27 Third bundled strand group ±30 inches
28
29 21. Differential Camber Between Girders in a Span (measured in place at the job ,
30 site):
31
32 For I, Wide Flange I, bulb tee, and
33 spliced prestressed concrete girders: 1/8 inch per 10 feet of beam
34 length.
35 For deck bulb tee girders: Cambers shall be equalized by
36 an approved method when the
37 differences in cambers between
38 adjacent girders or stages
39 measured at mid-span exceeds
40 1/4 inch.
41 For PCPS members: ± 1/4 inch per ten feet of member
42 length measured at midspan, but
43 not greater than ± 1/2 inch total.
44 For prestressed ,
45 concrete tub girders: ± 1/4 inch per ten feet of member
46 length measured at midspan, but
47 not greater than± 1/2 inch total.
48
49 6-02.3(25)) Horizontal Alignment
50 The fourth paragraph is revised to read:
51
52 The maximum deviation of the side of the precast prestressed slab, or the edge of the
53 roadway deck slab of the deck double tee girder or the precast prestressed ribbed
54 section, measured from a chord that extends end to end of the member, shall be ± 1/8
55 inch per 10 feet of member length, but not greater than 1/2 inch total.
56
57 6-02.3(25)K Girder Deflection
58 The second and third paragraphs are revised to read:
59
BENSON ROAD SOUTH-MAIN AVENUE TO S.20 ST. '
(DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS.HIGHLANDS SIDEWALKS)
CITY OF RENTON
AUGUST 2005
AMENDMENTS 2005-AUG 42
1 The "D" dimensions shown in the Plans are computed girder deflections at midspan
"` 2 based on a time lapse of 40 and 120 days after release of the prestressing strands. A
3 positive (+) "D" dimension indicates upward deflection.
4
,w 5 The Contractor shall control the deflection of prestressed concrete girders that are to
6 receive a cast-in-place slab by scheduling fabrication between 40 and 120 days of
7 girder erection.
8
9 The fifth paragraph is revised to read:
10
11 All costs, including roadway slab form adjustments required to maintain specified steel
12 reinforcing bar clearances and deck profiles, and any additional Contracting Agency
13 engineering expenses, in connection with accommodating excess girder deflection shall
14 be at the Contractor's expense.
15
r, 16 6-02.3(25)L Handling and Storage
17 The first and second paragraphs are revised to read:
18
19 During handling and storage, each girder shall always be kept plumb and upright, and
aw 20 each precast prestressed member and prestressed concrete tub girder shall always be
21 kept in the horizontal position as shown in the Plans. It shall be lifted only by the lifting
22 devices (strand lift loops or high-strength threaded steel bars) at either end. For strand
23 lift loops, a minimum 2 inch diameter straight pin of a shackle shall be used through the
24 loops. For high-strength threaded steel bars, the lifting hardware that connects to the
25 bars shall be designed, detailed, and furnished by the Contractor. Series W42G,
26 WF42G, W50G, WF50G, W58G, and WF58G girders, and Series W32BTG, W38BTG,
27 W62BTG, and W74G girders up to 145 feet in length, can be picked up at a minimum
28 angle of 60 degrees from the top of the girder. All other prestressed girders shall be
29 picked up within 10 degrees of perpendicular to the top of the girder.
30
r 31 For some girders, straight temporary top flange strands may be specified in the Plans.
32 Pretensioned top temporary strands for full length prestressed concrete girders shall be
33 unbonded over all but the end 10 feet of the girder length. As an alternative for full
34 length prestressed concrete girders, temporary top strands may be post-tensioned prior
35 to shipment. When temporary top strands are specified for spliced prestressed
36 concrete girders, the temporary top strands shall be post-tensioned prior to lifting the
37 assembled girder. When the post-tensioned alternative is used, the Contractor shall be
38 responsible for properly sizing the anchorage plates, and the reinforcement adjacent to
39 the anchorage plates, to prevent bursting or splitting of the concrete in the top flange.
40 Temporary strands shall be cut or released in accordance with Section 6-02.3(25)N.
41
,rr 42 6-02.3(25)M Shipping
43 The third and fourth paragraphs are revised to read:
44
45 No double tee girder, deck double tee girder, precast prestressed slab or precast
46 prestressed ribbed section shall be shipped for at least three days after concrete
47 placement. No deck bulb tee girder or prestressed concrete tub girder shall be shipped
48 for at least seven days after concrete placement, except that deck bulb tee girders or
.. 49 prestressed concrete tub girders may be shipped three days after concrete placement
50 when U(bd) is less than or equal to 5.0, where L equals the shipping length of the
51 girder, b equals the girder top flange width (for deck bulb tee girders) or the bottom
52 flange width (for prestressed concrete tub girders), and d equals the girder depth, all in
+rr 53 feet. No other girder shall be shipped for at least ten days after concrete placement.
54
55 Girder support during shipping shall be located as follows unless otherwise shown in the
56 Plans:
57
58 Centerline Support Within
59 Type of Girder This Distance From Either End
,W 60
BENSON ROAD SOUTH-MAIN AVENUE TO S.20 ST.
(DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS,HIGHLANDS SIDEWALKS)
CITY OF RENTON
AUGUST 2005
AMENDMENTS 2005-AUG 43
r
1 Precast Prestressed Members 2 feet
2 Series W42G, WF42G, W50G and WF50G 3 feet
3 All bulb tee and
4 deck bulb tee girders, except as noted 3 feet
5 Series W58G, WF58G, and W62BTG 4 feet '
6 Series W74G and WF74G 5 feet
7 Series W83G and W95G 8 feet
8 Series WF74PTG, W83PTG, and W95PTG segments 8 feet
9 Prestressed concrete tub girder segment 4 feet
10
11 The sixth, seventh and eighth paragraphs are revised to read:
12
13 If the Contractor elects to assemble spliced prestressed concrete girders into
14 components of two or more segments prior to shipment, the Contractor shall submit
15 shipment support location working drawings with supporting calculations to the Engineer
16 in accordance with Section 6-01.9. The calculations shall show that concrete stresses
17 in the assembled girders will not exceed those listed below.
18
19 Lateral bracing for shipping is not required for prestressed concrete tub girders and
20 precast prestressed members. Other prestressed concrete girders of lengths equal or
21 shorter than the following will not require lateral bracing for shipping:
22
23 Maximum Length Not Requiring
24 Type of Girder Bracing for Shipping
25
26 Series W42G, WF42G, W3213TG, and W38BTG 80 feet
27 Series W50G and WF50G 100 feet
28 Series W58G, WF58G, and W62BTG 105 feet
29 All deck bulb tee girders 120 feet
30 Series W74G and WF74G 130 feet
31
32 For all girders exceeding these lengths, and all Series WF74PTG, W83G, W83PTG,
33 W95G, and W95PTG girders, the Contractor shall provide bracing to control lateral ,
34 bending during shipping, unless the Contractor furnishes calculations in accordance
35 with Section 6-01.9 demonstrating that bracing is not necessary. External bracing shall
36 be attached securely to the top flange of the girder. The Contractor is cautioned that
37 more conservation guidelines for lateral bracing may be required for some delivery
38 routes. The Contractor shall submit a bracing plan, with supporting calculations, to the
39 Engineer for approval in accordance with Section 6-01.9. The Contractor shall not
40 begin shipping the girders until receiving the Engineer's approval of the bracing plan,
41 and shall perform all bracing operations at no additional cost to the Contracting Agency.
42
43 Criteria for Checking Girder Stresses
44 At the Time of Lifting or Transporting and Erecting ,
45
46 Stresses at both support and harping points shall be satisfied based on these
47 criteria:
48
49 1. Allowable compression stress, fc = 0.60f'cm
50 a. f'cm = compressive strength at time of lifting or transporting verified
51 by test but shall not exceed design compressive strength (f'c) at 28
52 days in psi + 1,000 psi
53 2. Allowable tension stress, ksi
54 a. With no bonded reinforcement = 3 times square root (f'cm) <_ 0.20 ksi
55 b. With bonded reinforcement to resist total tension force in the concrete
56 computed on the basis of an uncracked section 6.0 times square root
57 (f'cm). The allowable tensile stress in the reinforcement is 30 ksi
58 (AASHTO M-31, Gr. 60) '
59 3. Prestress losses
60 a. 1 day to 1 month = computed losses
BENSON ROAD SOUTH-MAIN AVENUE TO S.20 ST.
(DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS,HIGHLANDS SIDEWALKS)
CITY OF RENTON
AUGUST 2005
AMENDMENTS 2005-AUG 44
1 b. 1 month to 1 year= 75 percent of computed final losses
" ' 2 c. 1 year or more = computed final losses
3 4. Impact on dead load
4 a. Lifting from casting beds = 0 percent
55 b. Transporting and erecting = 20 percent
7 6-02.3(25)N Prestressed Concrete Girder Erection
8 The fifth paragraph is revised to read:
.r 9
10 The concrete in piers and crossbeams shall reach at least 80 percent of design strength
11 before girders are placed on them. The Contractor shall hoist girders only by the lifting
12 devices at the ends, always keeping the girders plumb and upright. Once erected, the
13 girders shall be braced to prevent tipping until the intermediate diaphragms are cast and
14 cured. When temporary strands in the top flange are used, they shall be cut after
15 the girders are braced and before the intermediate diaphragms are cast. The
„r 16 Contractor shall place the cast-in-place deck on the girders within 30 calendar days of
17 cutting the temporary strands, except as otherwise approved by the Engineer.
18
19 For situations where the Contractor proposes to delay placing the cast-in-place deck on
• 20 the girders beyond 30 calendar days after cutting the temporary strands, the Contractor
21 shall submit supporting girder camber calculations to the Engineer for approval in
22 accordance with Section 6-01.9. The Contractor shall not cut the temporary strands
23 until receiving the Engineer's approval of the girder camber calculations.
24
25 The seventh paragraph is deleted
26
1W 27 The eighth paragraph is revised to read:
28
29 The Contractor shall check the horizontal alignment of both the top and bottom flanges
30 of each girder after girder erection but before placing concrete in the bridge diaphragms
�+ 31 as described in Section 6-02.3(25)J.
32
33 6-02.3(25)N Prestressed Concrete Girder Erection
34 The tenth paragraph is revised to read:
35
36 For precast prestressed concrete slabs, the Contractor shall place the 1'/4 inch diameter
37 vertical dowel bars at the top of the pier walls as shown in the Plans. The Contractor
-, 38 shall either form the hole or core drill the hole following the alternatives shown in the
39 Plans. The portion of the dowel bar in the top of the pier walls shall be set with either
40 grout that complies with Section 9-26.3 or type II epoxy bonding agent conforming to
41 Section 9-26.1 following placement of each precast prestressed slab.
r 42
43 6-02.3(25)0 Deck Bulb Tee Girder Flange Connection
44 This section is revised to read:
45
46 The Contractor shall submit a method of equalizing deck bulb tee girder (and precast
47 prestressed member) deflections to the Engineer for approval in accordance with
48 Section 6-01.9, except that the submittal shall be made a minimum of 60 days prior to
49 field erection of the deck bulb tee girder. Deflection equalizing methods approved for
50 previous Contracting Agency contracts will be acceptable providing the bridge
51 configuration is similar and the previous method was satisfactory. A listing of the
52 previous Contracting Agency contract numbers for which the method was used shall be
.. 53 included with the submittal. The weld-ties may be used as a component of the
54 equalizing system provided the Contractor's procedure outlines how the weld-ties are to
55 be used, and that the Contractor's submittal includes a list and description of previous
56 bridge projects where the Contractor has successfully used weld-ties as a component of
57 the equalizing system.
58
59 The concrete diaphragms for deck bulb tee girders shall attain a minimum compressive
60 strength of 2,500 psi before any camber equalizing equipment is removed.
BENSON ROAD SOUTH-MAIN AVENUE TO S.20 ST.
(DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS,HIGHLANDS SIDEWALKS)
rrr
CITY OF RENTON
AUGUST 2005
AMENDMENTS 2005-AUG 45
r
1 3
2 On deck bulb tee girders, girder deflection shall be equalized utilizing the approved
3 method before girders are weld-tied and before keyways are filled. Keyways between
4 tee girders shall be filled flush with the surrounding surfaces with nonshrink grout,
5 except that keyways for deck bulb tee girders receiving a cast-in-place concrete deck
6 slab need not be filled with grout. This nonshrink grout shall have a compressive
7 strength of 5,000 psi before the equalizing equipment is removed. Compressive
8 strength shall be determined by fabricating and testing cubes in accordance with
9 WSDOT Test Method 813 and testing in accordance with WSDOT FOP for AASHTO T-
10 106.
11
12 Welding ground shall be attached directly to the steel plates being welded when welding r
13 the weld-ties on bulb tee girders.
14
15 No construction equipment shall be placed on the structure, other than equalizing
16 equipment, until the girders have been weld-tied and the keyway grout has attained a
17 compressive strength of 5,000 psi.
18
19 6-02.3(26) Cast-in-Place Prestressed Concrete
20 6-02.3 26 C Bearing Type Anchorages
21 Item 6 in the first paragraph is revised to read:
22
23 6. For transverse post-tensioning of roadway slabs, the bearing stress shall not rrr
24 exceed 0.9f'c at Pack of all strands (before seating) or 4,000 psi at service load after
25 all losses.
26
27 6-02.3(26)E Ducts
28 The first paragraph under Ducts for Internal Embedded Installation is revised to read:
29
30 For longitudinal tendons, the Contractor shall encase each tendon in a semi-rigid,
31 galvanized, ferrous metal duct. Semi-rigid ducts shall be corrugated, and their minimum
32 wall thickness shall be either 26 gage for ducts less than or equal to 2-5/8 inches in
33 diameter, or 24 gage for ducts greater than 2-5/8 inches in diameter. For prestressing
34 steel bars preassembled with their ducts, the minimum duct thickness shall be 31 gage. ■r►
35 For transverse tendons, the Contractor shall encase each tendon in a rigid plastic duct.
36 This duct shall maintain the required profile within a placement tolerance of plus or
37 minus 1/4 inch for longitudinal tendons and plus or minus 1/8 inch for transverse slab
38 tendons during all phases of the work. The ducts shall be completely sealed to keep out
39 all mortar.
40
41 6-02.3(26)H Grouting
42 The first sentence in the sixth paragraph is revised to read:
43
44 The Contractor shall proportion the mix to produce a grout with a flow of 11 to 20 ,
45 seconds as determined by WSDOT Test Method for ASTM C 939, Flow of Grout for
46 Preplaced Aggregate Concrete (Flow Cone Method).
47 ,48 The third sentence in the seventh paragraph is revised to read:
49
50 Cubes shall be made in accordance with WSDOT Test Method T 813 and stored in
51 accordance with WSDOT FOP for AASHTO T 23. ,
52
53 6-02.3(27) Concrete for Precast Units
54 This section is supplemented with the following:
55 '56 Self compacting concrete (SCC) may be used for precast concrete barrier covered
57 under Section 6-10 and drainage items covered under Section 9-12. If self compacting
58 concrete has been approved for use the requirements of Section 6-02.3(4)C
59 consistency shall not apply. Self compacting concrete is concrete that is able to flow
60 under its own weight and completely fill the formwork, even in the presence of dense
BENSON ROAD SOUTH-MAIN AVENUE TO S.26n ST. ,
(DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS,HIGHLANDS SIDEWALKS)
CITY OF RENTON
AUGUST 2005
AMENDMENTS 2005-AUG 46
MW 1 reinforcement, without the need of any vibration, while maintaining homogeneity. When
2 using SCC modified testing procedures for air content and compressive strength will be
3 used. The modification shall be that molds will be filled completely in one continuous lift
4 without any rodding, vibration, tamping or other consolidation methods other than lightly
.. 5 taping around the exterior of the mold with a rubber mallet to allow entrapped air
6 bubbles to escape. In addition the fabricators QC testing shall include Slump Flow Test
7 results, which do not indicate segregation. As part of the plants approval for use of SCC
8 the plant fabricator shall cast one barrier, or drainage item and have that barrier or
9 drainage item sawed in half for examination by the Contracting Agency to determine
10 that segregation has not occurred.
11
12 SECTION 6-03, STEEL STRUCTURES
13 August 2, 2004
14 6-03.3(14) Edge Finishing
err 15 The first and second paragraphs are revised to read:
16
17 All rolled, sheared, and thermal cut edges shall be true to line and free of rough corners
18 and projections. Corners along exposed edges shall be rounded to a minimum radius
" 19 of 1/16 inch.
20
21 Sheared edges on plates more than 5/8 inch thick shall be planed, milled, ground, or
„r 22 thermal cut to a depth of at least 1/8 inch.
23
24 6-03.3(33) Bolted Connections
25 In Table 4 the entries under Bolt Length, the following is revised:
.• 26
27 L< 4D
28 4D<L<8D
29 8D<L<12D
o ' 30
31 6-03.3(39) Swinging the Span
32 The second paragraph is revised to read:
33
34 After the falsework is released (spans swung free) the masonry plates, shoes, and
35 keeper plates are grouted, and before any load is applied, the Engineer will (or, if the
36 Contractor is specified as responsible for surveying, the Contractor shall) measure
+r 37 elevations at the tenth points along the tops of girders and floorbeams.
38
39 The Engineer will compare steel mass camber elevations with the elevations measured
40 above, and will furnish the Contractor with new dead-load camber dimensions.
41
42 SECTION 6-05, PILING
43 August 1, 2005
■r 44 6-05.3(9)A Pile Driving Equipment Approval
45 The first sentence of the second paragraph is revised to read:
46
rr 47 The Contractor shall submit a wave equation analysis for all pile driving systems used to
48 drive piling with required ultimate bearing capacities of greater than 300 tons.
49
50 Under the second paragraph the default values and definition for "R, are revised as follows:
51
52 Ran is the resistance of the pile used in the wave equation analyses. If the ultimate
53 bearing capacity equals the maximum driving resistance, a setup factor of 1.3 may be
54 used in the wave equation analysis to account for pile setup. To use a setup factor in
55 the wave equation analysis, R, in the analysis is the ultimate bearing capacity divided
56 by 1.3. If the maximum driving resistance exceeds the ultimate bearing capacity, no
57 setup factor should be used, and R,,,, is equal to the maximum driving resistance of the
rr 58 pile.
BENSON ROAD SOUTH—MAIN AVENUE TO S.20 ST.
(DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS,HIGHLANDS SIDEWALKS)
r CITY OF RENTON
AUGUST 2005
AMENDMENTS 2005-AUG 47
VW
1 W
2 6-05.3(12) Determination of Bearing Values
3 The first paragraph is revised to read:
4
5 The following formula shall be used to determine ultimate bearing capacities:
6
7 P = F x E x Ln(10N)
8 wr
9 Where: P = ultimate bearing resistance, in tons
i0 F = 1.8 for air/steam hammers
11 = 1.2 for open ended diesel hammers and precast concrete
12 piles
13 = 1.6 for open ended diesel hammers and steel or timber piles
14 = 1.2 for closed ended diesel hammers
15 = 1.9 for hydraulic hammers
16 = 0.9 for drop hammers
17 E = developed energy, equal to W times H', in ft-kips
i8 W = weight of ram, in kips
i9 H = vertical drop of hammer or stroke of ram, in feet
20 N = average penetration resistance in blows per inch for the last
21 4 inches of driving
22 Ln = the natural logarithm, in base "e"
23 to
24 SECTION 6-06, BRIDGE RAILINGS
25 January 5, 2004
26 6-06.2 Materials so
27 This section is revised to read:
28
29 Materials shall meet the requirements of the following sections:
30
31 Timber Railing 9-09 ,
32 Metal Railing 9-06.18
33
34 SECTION 6-07, PAINTING
35 August 2, 2004
36 6-07.3(2)A Bridge Cleaning
37 The third sentence under Pressure Flushing is revised to read:
38
39 The pressure flushing equipment shall produce (at the nozzle) at least 3,000 psi with a
40 discharge of at least 4 gpm.
41 '
42 SECTION 6-09, MODIFIED CONCRETE OVERLAYS
43 April 4, 2005
44 6-09.2 Materials '
45 This first paragraph is supplemented with the following:
46
47 Microsilica Fume 9-23.11
48
49 The first sentence of the fifth paragraph is revised to read:
50
51 Microsilica admixture shall be either a dry powder or a slurry admixture. ,
52
BENSON ROAD SOUTH-MAIN AVENUE TO S.26-ST. ,
(DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS,HIGHLANDS SIDEWALKS)
CITY OF RENTON
AUGUST 2005
AMENDMENTS 2005-AUG 48
1 SECTION 6-10, CONCRETE BARRIER
"' 2 April 4, 2005
3 6-10.2 Materials
.. 4 The first sentence of the fourth paragraph is revised to read:
5
6 Connecting pins, drift pins and steel pins for type 3 anchors shall conform to Section 9-
7 06.5(4) and be galvanized in accordance with AASHTO M 232, except that testing for
8 embrittlement after galvanizing is not required.
9
10 6-10.3 Construction Requirements
�r 11 This section is supplemented with the following:
12
13 Concrete barrier installed in conjunction with retaining walls, noise barriers, light
14 standard foundations, and sign bridge foundations, regardless of the barrier shape, shall
15 be cast-in-place using stationary forms.
16
17 Concrete barrier transition Type 2 to bridge f-shape shall be precast.
18
a' 19 6-10.3(2) Cast-in-Place Concrete Barrier
20 The first paragraph of this Section is revised to read as follows:
21
22 Forms for cast-in-place concrete barrier, including traffic barrier, traffic-pedestrian
23 barrier, and pedestrian barrier on bridges and related structures, shall be made of steel
24 or exterior plywood coated with plastic. The Contractor may construct the barrier by the
25 slip-form method.
r 26
27
28 6-10.4 Measurement
29 This section is supplemented with the following:
'r 30
31 Concrete barrier transition Type 2 to bridge f-shape will be measured by the linear foot
32 installed.
33
34 Single slope concrete barrier light standard foundation will be measured by the unit for
35 each light standard foundation installed.
36
,,,,, 37 Traffic barrier, traffic pedestrian barrier, and pedestrian barrier will be measured as
38 specified for cast-in-place concrete barrier.
39
40 6-10.5 Payment
• 41 The following bid items are inserted to precede "Single Slope Concrete Barrier", per linear
42 foot.
43
44 "Traffic Barrier', per linear foot.
45 "Traffic Pedestrian Barrier', per linear foot.
46 "Pedestrian Barrier" per linear foot.
47 The unit contract price per linear foot for "Traffic Barrier', "Traffic Pedestrian Barrier',
.� 48 and "Pedestrian Barrier' shall be full pay for constructing the barrier on top of the bridge
49 deck, and associated bridge approach slabs, curtain walls and wingwalls, excluding the
50 steel reinforcing bars that extend from the bridge deck, bridge approach slab, curtain
51 walls, and wingwalls.
52
53 The new bid items listed below are inserted to precede "Cast-In-Place Conc. Barrier Light
54 Standard Section", per each.
55
56 "Conc. Barrier Transition Type 2 to Bridge F-Shape", per linear foot.
57 The unit contract price per linear foot for "Conc. Barrier Transition Type 2 to Bridge F-
58 Shape" shall be full pay for performing the work as specified, excluding bridge traffic
59 barrier modifications necessary for this installation.
' BENSON ROAD SOUTH-MAIN AVENUE TO S.20 ST.
(DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS,HIGHLANDS SIDEWALKS)
CITY OF RENTON
AUGUST 2005
AMENDMENTS 2005-AUG 49
1 "Single Slope Conc. Barrier Light Standard Foundation", per each.
2
3 SECTION 6-11, PRECAST CONCRETE RETAINING WALL STEMS
4 April 5, 2004
5 This section including title is revised to read:
6
7 SECTION 6-11, REINFORCED CONCRETE WALLS
8 6-11.1 Description
9 This work consists of constructing reinforced concrete retaining walls, including those
10 shown in the Standard Plans, L walls, and counterfort walls.
11
12 6-11.2 Materials -
A
13 Materials shall meet the requirements of the following sections:
14
15 Cement 9-01
16 Aggregates for Portland Cement Concrete 9-03.1
17 Gravel Backfill 9-03.12
18 Premolded Joint Filler 9-04.1(2)
19 Steel Reinforcing Bar 9-07.2 '
20 Epoxy-Coated Steel Reinforcing Bar 9-07.3
21 Concrete Curing Materials and Admixtures 9-23
22 Fly Ash 9-23.9
23 Water 9-25 '
24
25 Other materials required shall be as specified in the Special Provisions.
26
27 6-11.3 Construction Requirements
28
29 6-11.3(1) Submittals
30 The Contractor shall submit all excavation shoring plans to the Engineer for approval in
31 accordance with Section 2-09.3(3)D. ,
32
33 The Contractor shall submit all falsework and formwork plans to the Engineer for
34 approval in accordance with Sections 6-02.3(16) and 6-02.3(17). '
35
36 If the Contractor elects to fabricate and erect precast concrete wall stem panels, the
37 following information shall be submitted to the Engineer for approval in accordance with
38 Sections 6-01.9 and 6-02.3(28)A: '
39
40 1. Working drawings for fabrication of the wall stem panels, showing dimensions,
41 steel reinforcing bars, joint and joint filler details, surface finish details, lifting
42 devices with the manufacturer's recommended safe working capacity, and ,
43 material specifications.
44
45 2. Working drawings and design calculations for the erection of the wall stem
46 panels showing dimensions, support points, support footing sizes, erection
47 blockouts, member sizes, connections, and material specifications.
48
49 3. Design calculations for the precast wall stem panels, the connection between ,
50 the precast panels and the cast-in-place footing, and all modifications to the
51 cast-in-place footing details as shown in the Plans or Standard Plans.
52
53 The Contractor shall not begin excavation and construction operations for the retaining '
54 walls until receiving the Engineer's approval of the above submittals.
55
BENSON ROAD SOUTH-MAIN AVENUE TO S.26T"ST. '
(DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS,HIGHLANDS SIDEWALKS)
CITY OF RENTON
AUGUST 2005
AMENDMENTS 2005-AUG 50
1 6-11.3(2) Excavation and Foundation Preparation
2 Excavation shall conform to Section 2-09.3(3), and to the limits and construction stages
3 shown in the Plans. Foundation soils found to be unsuitable shall be removed and
4 replaced in accordance with Section 2-09.3(1)C.
�., 5
6 6-11.3(3) Precast Concrete Wall Stem Panels
7 The Contractor may fabricate precast concrete wall stem panels for construction of
8 Standard Plan Retaining Wall Types 1 through 6 and 1 SW through 6SW. Precast
r 9 concrete wall stem panels may be used for construction of non-Standard Plan retaining
10 walls if allowed by the Plans or Special Provisions. Precast concrete wall stem panels
11 shall conform to Section 6-02.3(28), and shall be cast with Class 4000 concrete.
12
13 The precast concrete wall stem panels shall be designed in accordance with the
14 requirements for Load Factor Design in the following codes:
15
16 1. For all loads except as otherwise noted - AASHTO Standard Specifications for
17 Highway Bridges, latest edition and current interims. The seismic design shall
18 use the acceleration coefficient and soil profile type as specified in the Plans.
19
20 2. For all wind loads - AASHTO Guide Specifications for Structural Design of
21 Sound Barriers, latest edition and current interims.
22
23 The precast concrete wall stem panels shall be fabricated in accordance with the
"' 24 dimensions and details shown in the Plans, except as modified in the shop drawings as
25 approved by the Engineer.
26
27 The precast concrete wall stem panels shall be fabricated full height, and shall be
28 fabricated in widths of 8 feet, 16 feet, and 24 feet.
29
30 The construction tolerances for the precast concrete wall stem panels shall be as
31 follows:
32
33 Height +1/4 inch
34 Width ±1/4 inch
35 Thickness 1
+/4 inch
36 -1/8 inch
37 Concrete cover for steel reinforcing bar +3/8 inch
rr 38 -1/8 inch
39 Width of precast concrete wall stem panel joints ±1/4 inch
40 Offset of precast concrete wall stem panels ±1/4 inch
41 (Deviation from a straight line extending 5 feet on each side of the panel joint)
■r 42
43 The precast concrete wall stem panels shall be constructed with a mating shear key
44 between adjacent panels. The shear key shall have beveled corners and shall be 1-1/2
45 inches in thickness. The width of the shear key shall be 3-1/2 inches minimum and 5-
"" 46 1/2 inches maximum. The shear key shall be continuous and shall be of uniform width
47 over the entire height of the wall stem.
48
49 The Contractor shall provide the specified surface finish as noted, and to the limits
50 shown, in the Plans to the exterior concrete surfaces. Special surface finishes achieved
51 with form liners shall conform to Sections 6-02.2 and 6-02.3(14) as supplemented in the
52 Special Provisions. Rolled on textured finished shall not be used. Precast concrete wall
53 stem panels shall be cast in a vertical position if the Plans call for a form liner texture on
54 both sides of the wall stem panel.
55
56 The precast concrete wall stem panel shall be rigidly held in place during placement and
57 curing of the footing concrete.
58
' BENSON ROAD SOUTH-MAIN AVENUE TO S.26-ST.
(DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS,HIGHLANDS SIDEWALKS)
CITY OF RENTON
AUGUST 2005
' AMENDMENTS 2005-AUG 51
1 The precast concrete wall stem panels shall be placed a minimum of one inch into the
2 footing to provide a shear key. The base of the precast concrete wall stem panel shall
3 be sloped 1/2 inch per foot to facilitate proper concrete placement.
4
5 To ensure an even flow of concrete under and against the base of the wall panel, a form
6 shall be placed parallel to the precast concrete wall stem panel, above the footing, to
7 allow a minimum one foot head to develop in the concrete during concrete placement.
8
9 The steel reinforcing bars shall be shifted to clear the erection blockouts in the precast
10 concrete wall stem panel by 1-1/2 inches minimum.
11
12 All precast concrete wall stem panel joints shall be constructed with joint filler installed
13 on the rear (backfill) side of the wall. The joint filler material shall extend from two feet
14 below the final ground level in front of the wall to the top of the wall. The joint filler shall
15 be a nonorganic flexible material and shall be installed to create a waterproof seal at
16 panel joints.
17
18 The soil bearing pressure beneath the falsework supports for the precast concrete wall
19 stem panels shall not exceed the maximum design soil pressure shown in the Plans for
20 the retaining wall.
21 ,
22 6-11.3(4) Cast-In-Place Concrete Construction
23 Cast-in-place concrete for concrete retaining walls shall be formed, reinforced, cast,
24 cured, and finished in accordance with Section 6-02, and the details shown in the Plans
25 and Standard Plans. All cast-in-place concrete shall be Class 4000. '
26
27 The Contractor shall provide the specified surface finish as noted, and to the limits
28 shown, in the Plans to the exterior concrete surfaces. Special surface finishes achieved
29 with formliners shall conform to Sections 6-02.2 and 6-02.3(14) as supplemented in the '
30 Special Provisions.
31
32 Cast-in-place concrete for adjacent wall stem sections (between vertical expansion ,
33 joints) shall be formed and placed separately, with a minimum 12 hour time period
34 between concrete placement operations.
35
36 Premolded joint filler, 1/2" thick, shall be placed full height of all vertical wall stem '
37 expansion joints in accordance with Section 6-01.14.
38
39 6-11.3(5) Backfill, Weepholes and Gutters
40 Unless the Plans specify otherwise, backfill and weepholes shall be placed in
41 accordance with Standard Plan D-4 and Section 6-02.3(22). Gravel backfill for drain
42 shall be compacted in accordance with Section 2-09.3(1)E. Backflll within the zone
43 defined as bridge approach embankment in Section 1-01.3 shall be compacted in
44 accordance with Method C of Section 2-03.3(14)C. All other backfill shall be compacted
45 in accordance with Method B of Section 2-03.3(14)C, unless otherwise specified.
46
47 Cement concrete gutter shall be constructed as shown in the Standard Plans.
48
49 6-11.3(6) Traffic Barrier and Pedestrian Barrier
50 When shown in the Plans, traffic barrier and pedestrian barrier shall be constructed in
51 accordance with Sections 6-02.3(11)A and 6-10.3(2), and the details shown in the Plans
52 and Standard Plans.
53
54 6-11.4 Measurement
55 Concrete Class 4000 for retaining wall will be measured as specified in Section 6-02.4.
56
57 Steel reinforcing bar for retaining wall and epoxy-coated steel reinforcing bar for
58 retaining wall will be measured as specified in Section 6-02.4.
59
BENSON ROAD SOUTH-MAIN AVENUE TO S.26" ST.
(DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS,HIGHLANDS SIDEWALKS)
CITY OF RENTON
AUGUST 2005
AMENDMENTS 2005-AUG 52
r 1 Traffic barrier and pedestrian barrier will be measured as specified in Section 6-10.4 for
2 cast-in-place concrete barrier.
3
4 6-11.5 Payment
.. 5 Payment will be made in accordance with Section 1-04.1 for each of the following bid
6 items when they are included in the proposal:
7
8 "Conc. Class 4000 For Retaining Wall", per cubic yard.
9 All costs in connection with furnishing and installing weep holes and premolded
10 joint filler shall be included in the unit contract price per cubic yard for "Conc. Class
11 4000 for Retaining Wall".
,r 12
13 "St. Reinf. Bar For Retaining Wall", per pound.
14 "Epoxy-Coated St. Reinf. Bar For Retaining Wall", per pound.
15
.. 16 "Traffic Barrier', per linear foot.
17 "Pedestrian Barrier', per linear foot.
18 The unit contract price per linear foot for "_ Barrier' shall be full pay for
19 constructing the barrier on top of the retaining wall, except that when these bid
20 items are not included in the proposal, all costs in connection with performing the
21 work as specified shall be included in the unit contract price per cubic yard for
22 "Conc. Class 4000 For Retaining Wall", and the unit contract price per pound for
23 14 Bar For Retaining Wall".
24
25 SECTION 6-12, NOISE BARRIER WALLS
26 April 5, 2004
27 6-12.1 Description
28 This work consists of constructing cast-in-place concrete, precast concrete, masonry, and
29 timber noise barrier walls, including those shown in the Standard Plans.
30
31 6-12.2 Materials
32 Materials shall meet the requirements of the following sections:
33
34 Cement 9-01
35 Aggregates for Portland Cement Concrete 9-03.1
36 Gravel Backfill 9-03.12
+. 37 Premolded Joint Filler 9-04.1(2)
38 Bolts, Nuts, and Washers 9-06.5(1)
39 Steel Reinforcing Bar 9-07.2
40 Epoxy-Coated Steel Reinforcing Bar 9-07.3
41 Paints 9-08
42 Concrete Curing Materials and Admixtures 9-23
43 Fly Ash 9-23.9
• 44 Water 9-25
45
46 Other materials required shall be as specified in the Special Provisions.
47
�. 48 6-12.3 Construction Requirements
49
50 6-12.3(1) Submittals
51 All noise barrier walls not constructed immediately adjacent to the roadway, and which
52 require construction of access for work activities, shall have a noise barrier wall access plan.
53 The Contractor shall submit the noise barrier wall access plan to the Engineer for approval in
54 accordance with Section 6-01.9. The noise barrier wall access plan shall include, but not be
55 limited to, the locations of access to the noise barrier wall construction sites, and the
56 method, materials, and equipment used to construct the access, remove the access, and
57 recontour and reseed the disturbed ground.
' 58
' BENSON ROAD SOUTH-MAIN AVENUE TO S.20 ST.
(DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS,HIGHLANDS SIDEWALKS)
CITY OF RENTON
AUGUST 2005
AMENDMENTS 2005-AUG 53
1 For construction of all noise barrier walls with shafts, the Contractor shall submit a shaft
2 construction plan to the Engineer for approval in accordance with Section 6-01.9, including
3 but not limited to the following information:
4
5 1. List and description of equipment to be used to excavate and construct the shafts,
6 including description of how the equipment is appropriate for use in the expected
7 subsurface conditions.
9 2. The construction sequence and order of shaft construction.
10
11 3. Details of shaft excavation methods, including methods to clean the shaft
12 excavation.
13
14 4. Details and dimensions of the shaft, and casing if used.
15 rj
her
16 5. The method used to prevent ground caving (temporary casing, slurry, or ot
17 means).
18
19 6. Details of concrete placement including procedures for deposit through a conduit,
20 tremie, or pump.
21
22 7. Method and equipment used to install and support the steel reinforcing bar cage.
23
24 For construction of precast concrete noise barrier walls, the Contractor shall submit shop
25 drawings for the precast concrete panels to the Engineer in accordance with Section 6-
26 02.3(28)A. In addition to the items listed in Section 6-02.3(28)A, the precast concrete panel ,
27 shop drawings shall include the following:
28
29 1. Construction sequence and method of forming the panels. ,
30
31 2. Details of additional reinforcement provided at lifting and support locations.
32
33 3. Method and equipment used to support the panels during storage, transporting,
34 and erection.
35
36 4. Erection sequence, including the method of lifting the panels, placing and adjusting
37 the panels to proper alignment and grade, and supporting the panels during bolting,
38 grouting, and backfilling operations.
39
40 The Contractor shall not begin noise barrier wall construction activities, including access '
41 construction and precast concrete panel fabrication, until receiving the Engineer's approval
42 of all appropriate and applicable submittals.
43
44 6-12.3(2) Work Access and Site Preparation
45 The Contractor shall construct work access in accordance with the work access plan as
46 approved by the Engineer. The construction access roads shall minimize disturbance to the
47 existing vegetation, especially trees. Only trees and shrubs in direct conflict with the
48 approved construction access road alignment shall be removed. Only one access road into
49 the noise barrier wall from the main roadway and one access road from the noise barrier wall
50 to the main roadway shall be constructed at each noise barrier wall.
51
52 Existing vegetation that has been identified by the Engineer shall be protected in accordance
53 with Sections 1-07.16 and 2-01, and the Special Provisions.
54
55 6-12.3(3) Shaft Construction ,
56 The Contractor shall excavate and construct the shafts in accordance with the shaft
57 construction plan as approved by the Engineer.
58 '
BENSON ROAD SOUTH-MAIN AVENUE TO S.26'ST. '
(DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS,HIGHLANDS SIDEWALKS)
CITY OF RENTON
AUGUST 2005
AMENDMENTS 2005-AUG 54 ,
1 The shafts shall be excavated to the required depth as shown in the Plans. The excavation
2 shall be completed in a continuous operation using equipment capable of excavating through
3 the type of material expected to be encountered.
4
5 If the shaft excavation is stopped, the Contractor shall secure the shaft by installing a safety
6 cover over the opening. The Contractor shall ensure the safety of the shaft and surrounding
7 soil and the stability of the side walls. A temporary casing, slurry, or other methods approved
8 by the Engineer shall be used as necessary to ensure such safety and stability.
.r 9
10 When caving conditions are encountered, the Contractor shall stop further excavation until
11 implementing the method to prevent ground caving as specified in the shaft construction
12 plan approved by the Engineer.
" 13
14 When obstructions are encountered, the Contractor shall notify the Engineer promptly. An
15 obstruction is defined as a specific object (including, but not limited to, boulders, logs, and
,., 16 man made objects) encountered during the shaft excavation operation which prevents or
17 hinders the advance of the shaft excavation. When efforts to advance past the obstruction to
18 the design shaft tip elevation result in the rate of advance of the shaft drilling equipment
19 being is significantly reduced relative to the rate of advance for the rest of the shaft
20 excavation, then the Contractor shall remove the obstruction under the provisions of Section
21 6-12.5 as supplemented in the Special Provisions. The method of removal of such
22 obstructions, and the continuation of excavation shall be as proposed by the Contractor and
23 approved by the Engineer.
24
25 The Contractor shall use appropriate means to clean the bottom of the excavation of all
26 shafts. No more than two inches of loose or disturbed material shall be present at the
27 bottom of the shaft just prior to beginning concrete placement.
28
29 The Contractor shall not begin placing steel reinforcing bars and concrete in the shaft until
30 receiving the Engineer's approval of the shaft excavation.
31
32 The steel reinforcing bar cage shall be rigidly braced to retain its configuration during
33 handling and construction. The Contractor shall not place individual or loose bars. The
34 Contractor shall install the steel reinforcing bar cage as specified in the shaft construction
35 plan as approved by the Engineer. The Contractor shall maintain the minimum concrete
36 cover shown in the Plans.
37
38 If casings are used, the Contractor shall remove the casing during concrete placement. A
39 minimum five feet head of concrete shall be maintained to balance soil and water pressure
40 at the bottom of the casing. The casing shall be smooth. Where the top of the shaft is
41 above the existing ground, the Contractor shall case the top of the hole prior to placing the
■. 42 concrete.
43
44 Concrete for shafts shall conform to Class 4000P. The Contractor shall place concrete in the
45 shaft immediately after completing the shaft excavation and receiving the Engineer's
46 approval of the excavation. The Contractor shall place the concrete in one continuous
47 operation to the elevation shown in the Plans, using a method to prevent segregation of
48 aggregates. The Contractor shall place the concrete as specified in the approved shaft
49 construction plan. If water is present, concrete shall be placed in accordance with Section 6-
50 02.3(6)B.
' 51
52 6-12.3(4) Trench, Grade Beam, or Spread Footing Construction
53 Where the noise barrier wall foundations exist below the existing groundline, excavation
54 shall conform to Section 2-09.3(4), and to the limits and construction stages shown in the
55 Plans. Foundation soils found to be unsuitable shall be removed and replaced in
56 accordance with Section 2-09.3(1)C.
57
58 Where the noise barrier wall foundations exist above the existing groundline, the Contractor
59 shall place and compact backfill material in accordance with Section 2-03.3(14)C.
60
' BENSON ROAD SOUTH-MAIN AVENUE TO S.20 ST.
(DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS,HIGHLANDS SIDEWALKS)
CITY OF RENTON
AtTGUST 2005
AMENDMENTS 2005-AUG 55
1 Concrete for trench, grade beam, or spread footing foundations shall conform to Class 4000.
2
3 Cast-in-place concrete shall be formed, placed, and cured in accordance with Section 6-02,
4 except that concrete for trench foundations shall be placed against undisturbed soil.
5
6 The excavation shall be backfilled in accordance with item 1 of the Compaction subsection
!V
7 of Section 2-09.3(1)E.
8 me
9 The steel reinforcing bar cage and the noise barrier wall anchor bolts shall be installed and
10 rigidly braced prior to grade beam and spread footing concrete placement to retain their
11 configuration during concrete placement. The Contractor shall not place individual or loose
12 steel reinforcing bars and anchor bolts,, and shall not install anchor bolts during or after so
13 concrete placement.
14
15 6-12.3(5) Cast-In-Place Concrete Panel Construction
16 Construction of cast-in-place concrete panels for noise barrier walls shall conform to Section
17 6-11.3(4). For noise barrier walls with traffic barrier, the construction of the traffic barrier
18 shall also conform to Section 6-10.3(2). '
19
20 The top of the cast-in-place concrete panels shall conform to the top of wall profile shown in
21 the Plans. Where a vertical step is constructed to provide elevation change between
22 adjacent panels, the dimension of the step shall be 2 feet. Each horizontal run between '
23 steps shall be a minimum of 48 feet.
24
25 6-12.3(6) Precast Concrete Panel Fabrication and Erection ,
26 The Contractor shall fabricate and erect the precast concrete panels in accordance with
27 Section 6-02.3(28), and the following requirements:
28
29 1. Concrete shall conform to Class 4000. ,
30
31 2. Except as otherwise noted in the Plans and Special Provisions, all concrete
32 surfaces shall receive a Class 2 finish in accordance with Section 6-02.3(14)B.
33 ,34 3. The precast concrete panels shall be cast in accordance with Section 6-02.3(28)B.
35 The Contractor shall cast the precast concrete panels horizontally, with the traffic
36 side surface cast against the form liner on the bottom. The Contractor shall fully ,
37 support the precast concrete panel to avoid bowing and sagging surfaces.
38
39 After receiving the Engineer's approval of the shop drawings, the Contractor shall
40 cast one precast concrete panel to be used as the sample panel. The Contractor '
41 shall construct the sample panel in accordance with the procedure and details
42 specified in the shop drawings approved by the Engineer. The Contractor shall
43 make the sample panel available to the Engineer for approval.
44
45 Upon receiving the Engineer's approval of the sample panel, the Contractor shall
46 continue production of precast concrete panels for the noise barrier wall. All
47 precast concrete panels will be evaluated against the sample panel for the quality
48 of workmanship exhibited. The sample panel shall be retained at the fabrication
49 site until all precast concrete panels have been fabricated and have received the
50 Engineer's approval. After completing precast concrete panel fabrication, the
51 Contractor may utilize the sample panel as a production noise barrier wall panel. ,
52
53 4. In addition to the fabrication tolerance requirements of Section 6-02.3(28)F, the
54 precast concrete panels for noise barrier walls shall not exceed the following scalar
55 tolerances:
56
57 Length and Width: ± 1/8 inch per five feet, not to exceed 1/4 inch total.
58
59 Thickness: ± 1/4 inch.
60 ad
BENSON ROAD SOUTH-MAIN AVENUE TO S.26"'ST.
(DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS,HIGHLANDS SIDEWALKS)
CITY OF RENTON
AUGUST 2005
AMENDMENTS 2005-AUG 56
1 The difference obtained by comparing the measurement of the diagonal of the
' 2 face of the panels shall not be greater than 1/2 inch.
3
4 Dimension tolerances for the traffic barrier portion of precast concrete panels
., 5 formed with traffic barrier shapes shall conform to Section 6-10.3(2).
6
7 5. After erection, the precast concrete panels shall not exceed the joint space
8 tolerances shown in the Plans. The panels shall not exceed 3/8 inch out of plumb
.. 9 in any direction.
10
11 The Contractor shall seal the joints between precast concrete panels with a backer
12 rod and sealant system as specified. The Contractor shall seal both sides of the
13 joint full length.
14
15 The top of precast concrete panels shall conform to the top of wall profile shown in the
16 Plans. Where a vertical step is constructed to provide elevation change between
17 adjacent panels, the dimension of the step shall be 2 feet. Each horizontal run between
18 steps shall be a minimum of 48 feet.
19
20 6-12.3(7) Masonry Wall Construction
21 Construction requirements for masonry noise barrier wall panels shall be as specified in the
22 Special Provisions.
23
24 6-12.3(8) Fabricating and Erecting Timber Noise Barrier Wall Panels
25 Construction requirements for timber noise barrier wall panels shall be as specified in the
26 Special Provisions.
,. 27
28 6-12.3(9) Access Doors and Concrete Landing Pads
29 The Contractor shall install access doors and door frames as shown in the Plans and
30 Standard Plans. The Contractor shall install the access doors to open toward the roadway
31 side. The door frames shall be set in place with grout conforming to Section 6-02.3(20), with
32 the grout completely filling the void between the door frame and the noise barrier wall panel.
33
34 The Contractor shall apply two coats of paint, as specified in the Special Provisions, to all
35 exposed metal surfaces of access doors and frames, except for stainless steel surfaces.
36 Each coat shall be 3 mils minimum wet film thickness.
37
38 The Contractor shall construct a concrete landing pad on the roadway side of each access
39 door location as shown in the Plans. The concrete shall conform to Section 6-02.3(2)B.
40
41 6-12.3(10) Finish Ground Line Dressing
r. 42 The Contractor shall contour and dress the ground line on both sides of the noise barrier
43 wall, providing the minimum cover over the foundation as shown in the Plans. The
44 Contractor shall contour the ground adjacent to the barrier to ensure good drainage away
45 from the barrier.
46
47 After the access roads are no longer needed for noise barrier wall construction activities, the
48 Contractor shall restore the area to the original condition. The Contractor shall recontour the
49 access roads to match into the surrounding ground and shall reseed all disturbed areas in
50 accordance with the Section 8-01 and the Special Provisions, and the noise barrier wall
51 access plan as approved by the Engineer.
52
53 6-12.4 Measurement
54 Noise barrier wall will be measured by the square foot area of one face of the completed wall
55 panel in place. Except as otherwise noted, the bottom limit for measurement will be the top
56 of the trench footing, spread footing, or shaft cap. For Noise Barrier Type 5, the bottom
57 measurement limit will be the optional construction joint at the base of the traffic barrier. For
58 Noise Barrier Type 7, the bottom measurement limit will be base of the traffic barrier. For
59 Noise Barrier Types 8, 11, 12, 14, 15, and 20, the bottom measurement limit will be the base
60 of the wall panel.
BENSON ROAD SOUTH-MAIN AVENUE TO S.20 ST.
(DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS,HIGHLANDS SIDEWALKS)
CITY OF RENTON
AUGUST 2005
AMENDMENTS 2005-AUG 57
r
1 �
2 Noise barrier wall access door will be measured once for each access door assembly with
3 concrete landing pad furnished and installed.
4
5 6-12.5 Payment
6 Payment will be made in accordance with Section 1-04.1 for each of the following bid items
7 when they are included in the proposal:
8
9 "Noise Barrier Wall Type _", per square foot.
10 The unit contract price per square foot for "Noise Barrier Wall Type _" shall be full pay
11 for constructing the noise barrier walls as specified, including constructing and removing
12 access roads, excavating and constructing foundations and grade beams, constructing
13 cast-in-place concrete, and masonry wall panels, fabricating and erecting precast
14 concrete, and timber wall panels, applying sealer, and contouring the finish ground line
15 adjacent to the noise barrier walls.
16
17 "Noise Barrier Wall Access Door", per each.
18 The unit contract price per each for"Noise Barrier Wall Access Door' shall be full pay for
19 furnishing and installing the access door assembly as specified, including painting the
20 installed access door assembly and constructing the concrete landing pad.
21
22 SECTION 6-13, STRUCTURAL EARTH WALLS '
23 August 1, 2005
24 6-13.1 Description '
25 This work consists of constructing structural earth walls (SEW).
26
27 6-13.2 Materials
28 Materials shall meet the requirements of the following sections: '
29
30 Cement 9-01
31 Aggregates for Portland Cement Concrete 9-03.1
32 Gravel Backfill 9-03.12(2) ,
33 Premolded Joint Filler 9-04.1(2)
34 Steel Reinforcing Bar 9-07.2
35 Epoxy-Coated Steel Reinforcing Bar 9-07.3
36 Concrete Curing Materials and Admixtures 9-23
37 Fly Ash 9-23.9
38 Water 9-25
39 '40 Other materials required shall be as specified in the Special Provisions.
41
42 6-13.3 Construction Requirements
43 Proprietary structural earth wall systems shall be as specified in the Special Provisions. ,
44
45 6-13.3(1) Quality Assurance
46 The structural earth wall manufacturer shall provide a qualified and experienced '
47 representative to resolve wall construction problems as approved by the Engineer. The
48 structural earth wall manufacturer's representative shall be present at the beginning of wall
49 construction activities, and at other times as needed throughout construction.
50 Recommendations made by the structural earth wall manufacturer's representative and
51 approved by the Engineer shall be followed by the Contractor.
52
53 The completed wall shall meet the following tolerances:
54
55 1. Deviation from the design batter and horizontal alignment, when measured along a
56 ten foot straight edge, shall not exceed the following:
57
58 a. Welded wire faced structural earth wall: 2 inches
59
BENSON ROAD SOUTH-MAIN AVENUE TO S.20 ST. '
(DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS,HIGHLANDS SIDEWALKS)
CITY OF RENTON
AUGUST 2005
AMENDMENTS 2005-AUG 58 '
1 b. Precast concrete panel and
2 concrete block faced structural earth wall: 3/4 inch
3
4 2. Deviation from the overall design batter of the wall shall not exceed the following
,. 5 per ten feet of wall height:
6
7 a. Welded wire faced structural earth wall: 1.5 inches
8
.. 9 b. Precast concrete panel and
10 concrete block faced structural earth wall: 1/2 inch
11
12 3. The maximum outward bulge of the face between welded wire faced structural
13 earth wall reinforcement layers shall not exceed two inches. The maximum
14 allowable offset in any precast concrete facing panel joint shall be 3/4 inch. The
15 maximum allowable offset in any concrete block joint shall be 3/8 inch.
r, 16
17 4. The base of the structural earth wall excavation shall be within three inches of the
18 staked elevations, unless otherwise approved by the Engineer.
19
20 5. The external structural earth wall dimensions shall be placed within two inches of
21 that staked on the ground.
22
23 6. The backfill reinforcement layers shall be located horizontally and vertically within
24 one inch of the locations shown in the structural earth wall working drawings as
25 approved by the Engineer.
26
,r 27 At least five working days prior to the Contractor beginning any structural earth wall work at
28 the site, a structural earth wall preconstruction conference shall be held to discuss
29 construction procedures, personnel, and equipment to be used, and other elements of
30 structural earth wall construction. Those attending shall include:
31
32 1. (representing the Contractor) The superintendent, on site supervisors, and all
33 foremen in charge of excavation, leveling pad placement, concrete block and soil
34 reinforcement placement, and structural earth wall backfill placement and
35 compaction.
36
37 2. (representing the Structural Earth Wall Manufacturer) The qualified and
38 experienced representative of the structural earth wall manufacturer as specified at
39 the beginning of this Section.
40
41 3. (representing the Contracting Agency) The Project Engineer, key inspection
nr 42 personnel, and representatives from the WSDOT Construction Office and Materials
43 Laboratory Geotechnical Services Branch.
44
45 6-13.3(2) Submittals
46 The Contractor, or the supplier as the Contractor's agent, shall furnish to the Engineer a
47 Manufacturer's Certificate of Compliance in accordance with Section 1-06.3, certifying that
48 the structural earth wall materials conform to the specified material requirements. This
r 49 includes providing a Manufacturer's Certificate of Compliance for all concrete admixtures,
50 cement, fly ash, steel reinforcing bars, reinforcing strips, reinforcing mesh, tie strips,
51 fasteners, welded wire mats, backing mats, construction geotextile for wall facing, drainage
52 geosynthetic fabric, block connectors, and joint materials. The Manufacturer's Certificate of
53 Compliance for geogrid reinforcement shall include the information specified in Section 9-
55 33.4(4) for each geogrid roll, and shall specify the geogrid polymer types for each geogrid
56
57 A copy of all test results, performed by the Contractor or the Contractor's supplier, which are
58 necessary to assure compliance with the specifications, shall submitted to the Engineer
59 along with each Manufacturer's Certificate of Compliance.
,r 60
BENSON ROAD SOUTH-MAIN AVENUE TO S.20 ST.
(DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS,HIGHLANDS SIDEWALKS)
CITY OF RENTON
AUGUST 2005
AMENDMENTS 2005-AUG 59
1 Before fabrication, the Contractor shall submit a field construction manual for the structural a
2 earth walls, prepared by the wall manufacturer, to the Engineer for approval in accordance
3 with Section 6-01.9. This manual shall provide step-by-step directions for construction of the
4 wall system.
5
6 The Contractor, or the supplier as the Contractor's agent, shall submit detailed design
7 calculations and working drawings to the Engineer for approval in accordance with Section
8 6-01.9.
9
10 The design calculation and working drawing submittal shall include detailed design
11 calculations and all details, dimensions, quantities, and cross-sections necessary to
12 construct the wall. The calculations shall include a detailed explanation of any symbols and
13 computer programs used in the design of the walls. All computer output submitted shall be
14 accompanied by supporting hand calculations detailing the calculation process.
15
16 The design calculations shall be based on the current AASHTO Standard Specifications for
17 Highway Bridges including current interims, and also based on the following:
18
19 1. The factor of safety for overturning and sliding are 2.0 and 1 .5 respectively for
20 AASHTO Load Group I, and 1.5 and 1.1 respectively for AASHTO Load Group VII.
21
22 2. The wall surcharge conditions (backfill slope) shown in the Plans.
23
24 3. If a highway is adjacent to and on top of the wall, a two foot surcharge shall be
25 used in the design.
26
27 4. If the Plans detail a traffic barrier on top of the wall, the barrier and wall shall be
28 capable of resisting a 10,000 pound horizontal load applied at the top of the barrier.
29
30 5. The geotechnical design parameters for the wall shall be as specified in the Special
31 Provisions.
32
33 A minimum of six sets of working drawings shall be fully detailed and shall include, but not
34 be limited to, the following items: 91
35
36 1. A plan and elevation sheet or sheets for each wall, containing the following:
37
38 a. An elevation view of the wall which shall include the following:
39
40 i. the elevation at the top of the wall, at all horizontal and vertical A
41 break points, and at least every 50 feet along the wall;
42
43 ii. elevations at the base of welded wire mats or the top of leveling
44 pads and foundations, and the distance along the face of the wall
45 to all steps in the welded wire mats, foundations and leveling
46 pads;
47 '
48 iii. the designation as to the type of panel, block, or module;
49
50 iv. the length, size, and number of geogrids or mesh or strips, and
51 the distance along the face of the wall to where changes in
52 length of the geogrids or mesh or strips occur; or
53
54 v. the length, size, and wire sizes and spacings of the welded wire
55 mats and backing mats, and the distance along the face of the
56 wall to where changes in length, size, and wire sizes and
57 spacings of the welded wire mats and backing mats occur; and
58
59 vi. the location of the original and final ground line.
60
BENSON ROAD SOUTH-MAIN AVENUE TO S.20 ST. '
(DOWNTOWN CURB RAMPS.MAPLEWOOD SIDEWALKS,HIGHLANDS SIDEWALKS)
CITY OF RENTON
AUGUST 2005
AMENDMENTS 2005-AUG 60 '
1 b. A plan view of the wall which shall indicate the offset from the construction
2 centerline to the face of the wall at all changes in horizontal alignment; the
3 limit of the widest module, geogrid, mesh, strip or welded wire mat, and
4 the centerline of any drainage structure or drainage pipe which is behind
,., 5 or passes under or through the wall.
6
7 c. General notes, if any, required for design and construction of the wall.
8
■r 9 d. All horizontal and vertical curve data affecting wall construction.
10
11 e. A listing of the summary of quantities provided on the elevation sheet of
s 12 each wall for all items including incidental items.
13
14 f. Cross-section showing limits of construction. In fill sections, the cross-
15 section shall show the limits and extent of select granular backfill material
,. 16 placed above original ground.
17
18 g. Limits and extent of reinforced soil volume.
19
20 2. All details including steel reinforcing bar bending details. Bar bending details shall
21 be in accordance with Section 9-07.1.
22
23 3. All details for foundations and leveling pads, including details for steps in the
24 foundations or leveling pads, as well as allowable and actual maximum bearing
25 pressures for AASHTO Load Groups I and VI I.
26
27 4. All modules and facing elements shall be detailed. The details shall show all
28 dimensions necessary to construct the element, all steel reinforcing bars in the
29 element, and the location of reinforcement element attachment devices embedded
30 in the precast concrete facing panel or concrete block.
+� 31
32 5. All details for construction of the wall around drainage facilities, sign, signal,
33 luminaire, and noise barrier wall foundations, and structural abutment and
34 foundation elements shall be clearly shown.
" 35
36 6. All details for connections to traffic or pedestrian barriers, coping, parapets, noise
37 barrier walls, and attached lighting shall be shown.
�. 38
39 7. All details for the traffic or pedestrian barrier attached to the top of the wall (if shown
40 in the Plans) including interaction with bridge approach slabs.
41
+�• 42 The Contractor shall not begin wall construction (including precast concrete facing panel or
43 block fabrication) until receiving the Engineer's written approval of the material certifications
44 and test results, design calculations and working drawing submittals.
45
46 6-13.3(3) Excavation and Foundation Preparation
47 Excavation shall conform to Section 2-09.3(4) and to the limits and construction stages
48 shown in the Plans. Foundation soils found to be unsuitable shall be removed and replaced
49 in accordance with Section 2-09.3(1)C. The foundation for the structure shall be graded
50 level for a width equal to or exceeding the length of reinforcing as shown in the structural
51 earth wall working drawings as approved by the Engineer and, for walls with geogrid
52 reinforcing, in accordance with Section 2-12.3. Prior to wall construction, the foundation, if
+� 53 not in rock, shall be compacted as approved by the Engineer.
54
55 At the foundation level of the bottom course of precast concrete facing panels and concrete
56 blocks, an unreinforced concrete leveling pad shall be provided as shown in the Plans. The
57 leveling pad shall be cured a minimum of 12 hours and have a minimum compressive
58 strength of 1500 psi before placement of the precast concrete facing panels or concrete
59 blocks.
,r 60
BENSON ROAD SOUTH-MAIN AVENUE TO S.20 ST.
(DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS,HIGHLANDS SIDEWALKS)
CITY OF RENTON
AUGUST 2005
AMENDMENTS 2005-AUG 61
mr
1 6-13.3(4) Precast Concrete Facing Panel and Concrete Block Fabrication
2 Concrete for precast concrete facing panels shall meet the following requirements:
3
4 1. Have a minimum 28 day compressive strength of 4,000 pounds per square inch,
5 unless otherwise specified in the Special Provisions for specific proprietary wall
6 systems.
7
8 2. Contain a water-reducing admixture meeting AASHTO M 194 Type A, D, F, or G.
9
10 3. Be air-entrained, 6 percent± 1 1/2 percent.
11
12 4. Have a maximum slump of four inches, or six inches if a Type F or G water reducer r�li
13 is used.
14
15 Concrete for dry cast concrete blocks shall meet the following requirements:
16
17 1. Have a minimum 28 day compressive strength of 4,000 psi.
18
19 2. Conform to ASTM C 1372, except as otherwise specified.
20
21 3. The lot of blocks produced for use in this project shall conform to the following
22 freeze-thaw test requirements when tested in accordance with ASTM C 1262.
23 Minimum acceptable performance shall be defined as weight loss at the conclusion wr
24 of 150 freeze-thaw cycles not exceeding one percent of the block's initial weight for
25 a minimum of four of the five block specimens tested.
26
27 4. The concrete blocks shall have a maximum water absorption of one percent above "r
28 the water absorption content of the lot of blocks produced and successfully tested
29 for the freeze-thaw test specified in item 3 above.
30
31 Precast concrete facing panels and concrete blocks will be accepted based on successful
32 compressive strength tests, WSDOT "Approved for Shipment" stamp or tag, and visual
33 inspection at the jobsite. The precast concrete facing panels and concrete blocks shall be
34 considered acceptable regardless of curing age when compressive test results indicate that
35 the compressive strength conforms to the 28-day requirements and when the visual
36 inspection is satisfactorily completed. Fabrication of precast concrete facing panels and '
37 blocks shall conform to Section 6-02.3(28). Testing of dry cast concrete blocks shall conform
38 to ASTM C 140.
39
40 All precast concrete facing panels shall be five feet square, except:
41
42 1. for partial panels at the top, bottom, and ends of the wall, and
43
44 2. as otherwise shown in the Plans. '
45
46 All precast concrete facing panels shall be manufactured within the following tolerances:
47
48 1. All dimensions ± 3/16 inch.
49
50 2. Squareness, as determined by the difference between the two diagonals, shall not
51 exceed 1/2 inch. '
52
53 3. Surface defects on smooth formed surfaces measured on a length of 5 feet shall
54 not exceed 1/8 inch. Surface defects on textured-finished surfaces measured on a
55 length of five feet shall not exceed 5/16 inch. '
56
57 All concrete blocks shall be manufactured within the following tolerances:
58
59 1. Vertical dimensions shall be ± 1/16 inch of the plan dimension, and the rear height '
60 shall not exceed the front height.
BENSON ROAD SOUTH-MAIN AVENUE TO S.26"ST.
(DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS.HIGHLANDS SIDEWALKS)
CITY OF RENTON
AUGUST 2005
AMENDMENTS 2005-AUG 62 '
1
2 2. The dimensions of the grooves in the top and bottom faces of the concrete blocks
3 shall be formed within the tolerances specified by the proprietary wall manufacturer,
4 for the fit required for the block connectors.
.., 5
6 3. All other dimensions shall be ± 1/4 inch of the plan dimension.
7
8 Tie attachment devices, except for geosynthetic reinforcement, shall be set in place to the
+■+ 9 dimensions and tolerances shown in the Plans prior to casting.
10
11 The forms forming precast concrete facing panels, including the forms for loop pockets and
12 access pockets, and the forms forming the concrete blocks, shall be removed in accordance
13 with the recommendations of the wall manufacturer, without damaging the concrete.
14
15 The concrete surface for the precast concrete facing panel shall have the finish shown in the
16 Plans for the front face and an unformed finish for the rear face. The rear face of the precast
17 concrete facing panel shall be roughly screeded to eliminate open pockets of aggregate and
18 surface distortions in excess of 1/4 inch.
19
■r 20 The concrete surface for the front face of the concrete block shall be flat, and shall be a
21 conventional "split face" finish in accordance with the wall manufacturer's specifications.
22 The concrete surface of all other faces shall be Class 2 in accordance with Section 6-
23 02.3(14)B. The finish and appearance of the concrete blocks shall also conform to ASTM C
24 1372. The color of the concrete block shall be concrete gray, unless otherwise shown in the
25 Plans.
26
27 The date of manufacture, production lot number, and the piece-mark, shall be clearly marked
28 on the rear face of each precast concrete facing panel, and marked or tagged on each pallet
29 of concrete blocks.
30
31 All precast concrete facing panels and concrete blocks shall be handled, stored, and shipped
32 in accordance with Sections 6-02.3(28)G and 6-02.3(28)H to prevent chipping, cracks,
33 fractures, and excessive bending stresses.
34
35 Precast concrete facing panels in storage shall be supported on firm blocking located
36 immediately adjacent to tie strips to avoid bending the tie strips.
37
38 6-13.3(5) Precast Concrete Facing Panel and Concrete Block Erection
39 The precast concrete facing panels shall be placed vertically. During erection, precast
40 concrete facing panels shall be handled by means of a lifting device set into the upper edge
41 of the panels.
r 42
43 Concrete blocks shall be erected in a running bond fashion in accordance with the wall
44 manufacturer's field construction manual, and may be placed by hand. The top surface of
45 each course of concrete blocks, including all pockets and recesses, shall be cleaned of
• 46 backfill and all extraneous materials prior to connecting the reinforcing strips or geosynthetic
47 reinforcing, and placing the next course of concrete blocks. Concrete blocks receiving
48 geosynthetic reinforcement shall be connected as specified in the Special Provisions. Cap
49 block top courses shall be bonded to the lower course of concrete blocks as specified below.
50 All other concrete blocks shall be connected with block connectors or pins placed into the
51 connector slots.
52
+r. 53 Precast concrete facing panels and concrete blocks shall be placed in successive horizontal
54 lifts as backfill placement proceeds in the sequence shown in the structural earth wall
55 working drawings as approved by the Engineer.
56
" 57 External bracing is required for the initial lift for precast concrete facing panels.
58
BENSON ROAD SOUTH-MAIN AVENUE TO S.20 ST.
(DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS,HIGHLANDS SIDEWALKS)
ar
CITY OF RENTON
AUGUST 2005
AMENDMENTS 2005-AUG 63
rr
1 As backfill material is placed behind the precast concrete facing panels, the panels shall be
2 maintained in vertical position by means of temporary wooden wedges placed in the joint at
3 the junction of the two adjacent panels on the external side of the wall.
4
5 Reinforcing shall be placed normal to the face of the wall, unless otherwise shown in the
6 Plans or directed by the Engineer. Prior to placement of the reinforcing, backfill shall be
7 compacted.
8
9 Geosynthetic reinforcing shall be placed in accordance with Section 2-12.3 and as follows:
10
11 1. The Contractor shall stretch out the geosynthetic in the direction perpendicular to
12 the wall face to remove all slack and wrinkles, and shall hold the geosynthetic in
13 place with soil piles or other methods as recommended by the geosynthetic
14 manufacturer, before placing backfill material over the geosynthetic to the specified
15 cover. to
16
17 2. The geosynthetic reinforcement shall be continuous in the direction perpendicular
18 to the wall face from the back face of the concrete panel to the end of the
19 geosynthetic or to the last geogrid node at the end of the specified reinforcement ar
20 length. Geosynthetic splices parallel to the wall face will not be allowed.
21
22 At the completion of each course of concrete blocks and prior to installing any block
23 connectors or geosynthetic reinforcement at this level, the Contractor shall check the blocks
24 for level placement in all directions, and shall adjust the blocks by grinding or rear face
25 shimming, or other method as recommended by the structural earth wall manufacturer's
26 representative and as approved by the Engineer, to bring the blocks into a level plane.
27
28 For concrete block wall systems receiving a cap block top course, the cap blocks shall be
29 bonded to the lower course with mortar, or with an adhesive capable of bonding the concrete
30 block courses together.
31
32 6-13.3(6) Welded Wire Faced Structural Earth Wall Erection
33 The Contractor shall erect the welded wire wall reinforcement in accordance with the wall
34 manufacturer's field construction manual and as approved by the Engineer. Construction
35 geotextile for wall facing shall be placed between the backfill material within the reinforced
36 zone and the coarse granular material immediately behind the welded wire wall facing, as
37 shown in the Plans and the structural earth wall working drawings as approved by the
38 Engineer.
39
4o 6-13.3(7) Backfill
41 Backfill placement shall closely follow erection of each course of welded wire mats and
42 backing mats, precast concrete facing panels, or concrete blocks. Backfill shall be placed in
43 such a manner as to avoid any damage or disturbance to the wall materials or misalignment
44 of the welded wire mats and backing mats, precast concrete facing panels, or concrete
45 blocks. Backfill shall be placed in a manner that segregation does not occur.
46
47 The Contractor shall place wall backfill over geosynthetic reinforcement, or construction
48 geotextile for wall facing, in accordance with Section 2-12.3 and as follows:
49
50 1. The Contractor shall ensure that six inches minimum of backfill shall be between
51 the geogrid reinforcement, or construction geotextile for wall facing, and any
52 construction vehicle or equipment tires or tracks at all times.
53
54 Misalignment or distortion of the precast concrete facing panels or concrete blocks due to
55 placement of backfill outside the limits of this specification shall be corrected in a manner as '
56 approved by the Engineer.
57
58 The moisture content of the backfill material prior to and during compaction shall be '
59 uniformly distributed throughout each layer of material. The moisture content of all backfill
60 material shall conform to Sections 2-03.3(14)C and 2-03.3(14)D.
BENSON ROAD SOUTH-MAIN AVENUE TO S.2615 ST. ,
(DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS,HIGHLANDS SIDEWALKS)
CITY OF RENTON
AUGUST 2005
AMENDMENTS 2005-AUG 64
1
2 Backfill shall be compacted in accordance with Method C of Section 2-03.3(14)C, except as
3 follows:
4
,,. 5 1. The maximum lift thickness after compaction shall not exceed ten inches.
6
7 2. The Contractor shall decrease this lift thickness, if necessary, to obtain the
8 specified density.
+r g
10 3. The Contractor shall not use sheepsfoot rollers or rollers with protrusions for
11 compacting backfill reinforced with geosynthetic layers, or for compacing the first lift
12 of backfill above the construction geosynthetic for wall facing for each layer of
13 welded wire mats. Rollers shall have sufficient capacity to achieve compaction
14 without causing distortion to the face of the wall in accordance with the tolerances
15 specified in Section 6-13.3(1).
r 16
17 4. The Contractor shall compact the zone within three feet of the back of the wall
18 facing panels without causing damage to or distortion of the wall facing elements
19 (welded wire mats, backing mats, construction geotextile for wall facing, precast
+r 20 concrete facing panels, and concrete blocks) by using light mechanical tampers as
21 approved by the Engineer. No soil density tests will be taken within this area.
22
23 5. For wall systems with geosynthetic reinforcement, the minimum compacted backfill
24 lift thickness of the first lift above each geosynthetic reinforcement layer shall be six
25 inches.
26
27 At the end of each day's operation, the Contractor shall shape the last level of backfill to
28 permit runoff of rainwater away from the wall face. In addition, the Contractor shall not allow
29 surface runoff from adjacent areas to enter the wall construction site.
30
31 Wall materials damaged or disturbed during backfill placement shall be either removed and
32 replaced, or adjusted and repaired, by the Contractor as approved by the Engineer at no
33 additional expense to the Contracting Agency.
34
35 6-13.3(8) Guardrail Placement
36 Where guardrail posts are required, the Contractor shall not begin installing guardrail posts
37 until completing the structural earth wall to the top of wall elevation shown in the Plans. The
38 Contractor shall install the posts in a manner that prevents movement of the precast
39 concrete facing panels or concrete blocks, and prevents ripping, tearing, or pulling of the wall
40 reinforcement.
41
•+ 42 The Contractor may cut welded wire reinforcement of welded wire faced structural earth
43 walls to facilitate placing the guardrail posts, but only in the top two welded wire
44 reinforcement layers and only with the approval of the Engineer in a manner that prevents
45 bulging of the wall face and prevents ripping or pulling of the welded wire reinforcement.
46 Holes through the welded wire reinforcement shall be the minimum size necessary for the
47 post. The Contractor shall demonstrate to the Engineer prior to beginning guardrail post
48 installation that the installation method will not rip, tear, or pull the wall reinforcement.
49
50 The Contractor shall place guardrail posts between the reinforcing strips, reinforcing mesh,
51 and tie strips of the non-geosynthetic reinforced precast concrete panel or concrete block
52 faced structural earth walls. Holes through the reinforcement of geosynthetic reinforced
53 walls, if necessary, shall be the minimum size necessary for the guardrail post.
54
55 6-13.3(9) SEW Traffic Barrier and SEW Pedestrian Barrier
56 SEW traffic barrier and SEW pedestrian barrier shall be constructed in accordance with
i" 57 Sections 6-02.3(11)A and 6-10.3(2), and the details in the Plans and in the structural earth
58 wall working drawings as approved by the Engineer:
59
r.
BENSON ROAD SOUTH-MAIN AVENUE TO S.20 ST.
(DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS,HIGHLANDS SIDEWALKS)
CITY OF RENTON
AUGUST 2005
AMENDMENTS 2005-AUG 65
ow
1 6-13.4 Measurement ►
2 Structural earth wall will be measured by the square foot of completed wall in place. The
3 bottom limits for vertical measurement will be the bottom of the bottom mat, for welded wire
4 faced structural earth walls, or the top of the leveling pad (or bottom of wall if no leveling pad
5 is present) for precast concrete panel or concrete block faced structural earth walls. The top
6 limit for vertical measurement will be the top of wall as shown in the Plans. The horizontal
7 limits for measurement are from the end of the wall to the end of the wall.
8 r1
9 Backfill for structural earth wall including haul will be measured by the cubic yard in place
10 determined by the limits shown in the Plans.
11
12 SEW traffic barrier, and SEW pedestrian barrier will be measured as specified in Section 6- ■r
13 10.4 for cast-in-place concrete barrier.
14
15 Structure excavation Class B, structure excavation Class B including haul, and shoring or
16 extra excavation Class B, will be measured in accordance with Section 2-09.4.
17
18 6-13.5 Payment
19 Payment will be made in accordance with Section 1-04.1 for each of the following bid items
20 when they are included in the proposal:
21
22 "Structural Earth Wall", per square foot.
23 All costs in connection with furnishing materials for, and constructing, structural earth +rr
24 walls, including constructing leveling pads when specified, shall be included in the unit
25 contract price per square foot for "Structural Earth Wall".
26
27 "Backfill for Structural Earth Wall Incl. Haul", per cubic yard.
28 All costs in connection with furnishing and placing backfill for structural earth wall,
29 including hauling and compacting the backfill, and furnishing and placing the wall facing
30 backfill for welded wire faced structural earth walls, shall be included in the unit contract
31 price per cubic yard for"Backfill for Structural Earth Wall Incl. Haul".
32
33 "SEW Traffic Barrier", per linear foot.
34 "SEW Pedestrian Barrier", per linear foot.
35 The unit contract price per linear foot for "SEW Barrier" shall be full pay for
36 constructing the barrier on top of the structural earth wall, except that when these bid
37 items are not included in the proposal, all costs in connection with performing the work
38 as specified shall be included in the unit contract price per square foot for "Structural
39 Earth Wall".
40 ,41 "Structure Excavation Class B", per cubic yard.
42 "Structure Excavation Class B Incl. Haul", per cubic yard.
43 "Shoring Or Extra Excavation Class B", per square foot.
44
45 SECTION 6-14, GEOSYNTHETIC RETAINING WALLS
46 April 4, 2005
47 6-14.1 Description
48 This work consists of constructing geosynthetic retaining walls, including those shown in the
49 Standard Plans.
50
51 6-14.2 Materials
52 Materials shall meet the requirements of the following sections:
53
54 Gravel Borrow For Geosynthetic Retaining Wall 9-03.14(4)
55 Construction Geosynthetic 9-33 ,
56
57 The requirements specified in Section 2-12.2 for geotextiles shall also apply to geosynthetic '
58 and geogrid materials used for permanent and temporary geosynthetic retaining walls.
59
BENSON ROAD SOUTH-MAIN AVENUE TO S.20 ST.
(DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS,HIGHLANDS SIDEWALKS)
CITY OF RENTON
AUGUST 2005
AMENDMENTS 2005-AUG 66
1 Other materials required shall be as specified in the Special Provisions.
2
3 6-14.3 Construction Requirements
4 Temporary geosynthetic retaining walls are defined as those walls and wall components
,,. 5 constructed and removed or abandoned before the physical completion date of the project or
6 as shown in the Plans. All other geosynthetic retaining walls shall be considered as
7 permanent.
8
+� 9 6-14.3(1) Quality Assurance
10 The Contractor shall complete the base of the retaining wall excavation to within plus or
11 minus three inches of the staked elevations unless otherwise directed by the Engineer. The
12 Contractor shall place the external wall dimensions to within plus or minus two inches of that
13 staked on the ground. The Contractor shall space the reinforcement layers vertically and
14 place the overlaps to within plus or minus one inch of that shown in the Plans.
15
16 The completed wall(s) shall meet the following tolerances:
17
18 Permanent Wall Temporary Wall
19
20 Deviation from the design
21 batter and horizontal alignment
22 for the face when measured
23 along a ten foot straight edge at
"' 24 the midpoint of each wall layer
25 shall not exceed: 3 inches 5 inches
26
,. 27 Deviation from the overall
28 design batter per ten feet of wall
29 height shall not exceed: 2 inches 3 inches
30
31 Maximum outward bulge of
32 the face between backfill
33 reinforcement layers shall
34 not exceed: 4 inches 6 inches
35
36 6-14.3(2) Submittals
37 A minimum of 14 calendar days prior to beginning construction of each wall the Contractor
38 shall submit detailed plans for each wall in accordance with Section 6-01.9. As a minimum,
39 the submittals shall include the following:
40
41 1. Detailed wall plans showing the actual lengths proposed for the geosynthetic
.. 42 reinforcing layers and the locations of each geosynthetic product proposed for use
43 in each of the geosynthetic reinforcing layers.
44
45 2. The Contractor's proposed wall construction method, including proposed forming
46 systems, types of equipment to be used and proposed erection sequence.
47
48 3. Manufacturer's Certificate of Compliance, samples of the retaining wall
49 geosynthetic and sewn seams for the purpose of acceptance as specified.
50
51 4. Details of geosynthetic retaining wall corner construction, including details of the
52 positive connection between the wall sections on both sides of the corner.
�. 53
54 5. Details of terminating a top layer of retaining wall geosynthetic and backfill due to a
55 changing retaining wall profile.
56
57 Approval of the Contractor's proposed wall construction details and methods shall not relieve
58 the Contractor of their responsibility to construct the walls in accordance with the
59 requirements of these Specifications.
,r 60
BENSON ROAD SOUTH-MAIN AVENUE TO S.20 ST.
(DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS,HIGHLANDS SIDEWALKS)
ow CITY OF RENTON
AUGUST 2005
AMENDMENTS 2005-AUG 67
ar
1 6-14.3(3) Excavation and Foundation Preparation
2 Excavation shall conform to Section 2-09.3(4), and to the limits and construction stages
3 shown in the Plans. Foundations soils found to be unsuitable shall be removed and
4 replaced in accordance with Section 2-09.3(1)C.
5
6 The Contractor shall direct all surface runoff from adjacent areas away from the retaining
7 wall construction site.
8 �r
9 6-14.3(4) Erection and Backfill
10 The Contractor shall begin wall construction at the lowest portion of the excavation and shall
11 place each layer horizontally as shown in the Plans. The Contractor shall complete each
12 layer entirely before beginning the next layer. r
13
14 Geotextile splices shall consist of a sewn seam or a minimum 1'-0" overlap. Geogrid splices
15 shall consist of adjacent geogrid strips butted together and fastened using hog rings, or other
16 methods approved by the Engineer, in such a manner to prevent the splices from separating
17 during geogrid installation and backfilling. Splices exposed at the wall face shall prevent loss
18 of backfill material through the face. The splicing material exposed at the wall face shall be
19 as durable and strong as the material to which the splices are tied. The Contractor shall
20 offset geosynthetic splices in one layer from those in the other layers such that the splices
21 shall not line up vertically. Splices parallel to the wall face will not be allowed, as shown in
22 the Plans.
23 +�
24 The Contractor shall stretch out the geosynthetic in the direction perpendicular to the wall
25 face to ensure that no slack or wrinkles exist in the geosynthetic prior to backfilling.
26
27 For geogrids, the length of the reinforcement required as shown in the Plans shall be defined
28 as the distance between the geosynthetic wrapped face and the last geogrid node at the end
29 of the reinforcement in the wall backfill.
30 r
31 The Contractor shall place fill material on the geosynthetic in lifts such that six inches
32 minimum of fill material is between the vehicle or equipment tires or tracks and the
33 geosynthetic at all times. The Contractor shall remove all particles within the backfill material
34 greater than three inches in size. Turning of vehicles on the first lift above the geosynthetic
35 will not be permitted. The Contractor shall not end dump fill material directly on the
36 geosynthetic without the prior approval of the Engineer.
37
38 Should the geosynthetic be damaged or the splices disturbed, the backfill around the
39 damaged or displaced area shall be removed and the damaged strip of geosynthetic
40 replaced by the Contractor at no expense to the Contracting Agency.
41
42 The Contractor shall use a temporary form system to prevent sagging of the geosynthetic
43 facing elements during construction. A typical example of a temporary form system and
44 sequence of wall construction required when using this form are detailed in the Plans. Soil
45 piles or the geosynthetic manufacturer's recommended method, in combination with the
46 forming system shall be used to hold the geosynthetic in place until the specified cover
47 material is placed.
48
49 The Contractor shall place and compact the wall backfill in accordance with the wall
50 construction sequence detailed in the Plans and Method C of Section 2-03.3(14)D, except as
51 follows:
52
53 1. The maximum lift thickness after compaction shall not exceed ten inches
54
55 2. The Contractor shall decrease this lift thickness, if necessary, to obtain the ,
56 specified density.
57
58 3. Rollers shall have sufficient capacity to achieve compaction without causing
59 distortion to the face of the wall in accordance with Section 6-14.3(1).
60
BENSON ROAD SOUTH-MAIN AVENUE TO S.20 ST.
(DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS,HIGHLANDS SIDEWALKS)
CITY OF RENTON
AUGUST 2005
AMENDMENTS 2005-AUG 68
1 4. The Contractor shall not use sheepsfoot rollers or rollers with protrusions.
2
3 5. The Contractor shall compact the zone within three feet of the back of the wall
4 facing panels without causing damage to or distortion of the wall facing elements
5 (welded wire mats, backing mats, construction geotextile for wall facing, precast
6 concrete facing panels, and concrete blocks) by using light mechanical tampers as
7 approved by the Engineer. No soil density tests will be taken within this area.
8
r 9 6. For wall systems with geosynthetic reinforcement, the minimum compacted backfill
10 lift thickness of the first lift above each geosynthetic reinforcement layer shall be six
11 inches.
12
13 The Contractor shall construct wall corners at the locations shown in the Plans, and in
14 accordance with the wall corner construction sequence and method submitted by the
15 Contractor and approved by the Engineer. Wall angle points with an interior angle of less
16 than 150 degrees shall be considered to be a wall corner. The wall corner shall provide a
17 positive connection between the sections of the wall on each side of the corner such that the
18 wall backfill material cannot spill out through the corner at any time during the design life of
19 the wall. The Contractor shall construct the wall corner such that the wall sections on both
r 20 sides of the corner attain the full geosynthetic layer embedment lengths shown in the Plans.
21
22 Where required by retaining wall profile grade, the Contractor shall terminate top layers of
23 retaining wall geosynthetic and backfill in accordance with the method submitted by the
24 Contractor and approved by the Engineer. The end of each layer at the top of the wall shall
25 be constructed in a manner which prevents wall backfill material from spilling out the face of
26 the wall throughout the life of the wall. If the profile of the top of the wall changes at a rate of
„ 27 1:1 or steeper, this change in top of wall profile shall be considered to be a corner.
28
29 6-14.3(5) Guardrail Placement
30 The Contractor shall install guardrail posts as shown in the Plans after completing the wall,
+� 31 but before the permanent facing is installed. The Contractor shall install the posts in a
32 manner that prevents bulging of the wall face and prevents ripping, tearing, or pulling of the
33 geosynthetic reinforcement. Holes through the geosynthetic reinforcement shall be the
34 minimum size necessary for the post. The Contractor shall demonstrate to the Engineer
" 35 prior to beginning guardrail post installation that the installation method will not rip, tear, or
36 pull the geosynthetic reinforcement.
37
38 6-14.3(6) Permanent Facing
39 The Contractor shall apply a permanent facing to the surface of all permanent geosynthetic
40 retaining walls as shown in the Plans. Shotcrete facing, if shown in the Plans, shall conform
41 to Section 6-18. Concrete fascia panel, if shown in the Plans, shall conform to Section 6-
�. 42 15.3(9).
43
44 6-14.3(7) Geosynthetic Retaining Wall Traffic Barrier and Geosynthetic
45 Retaining Wall Pedestrian Barrier
46 Geosynthetic wall traffic barrier (single slope and f-shape) and geosynthetic retaining wall
47 pedestrian barrier shall be constructed in accordance with Sections 6-02.3(11)A and 6-
48 10.3(2), and the details in the Plans.
49
50 6-14.4 Measurement
51 Permanent geosynthetic retaining wall and temporary geosynthetic retaining wall will be
52 measured by the square foot of face of completed wall.
•• 53
54 Borrow for geosynthetic retaining wall backfill will be measured as specified in Section 2-
55 03.4.
56
57 Shotcrete facing and concrete fascia panel will be measured by the square foot surface area
58 of the completed facing or fascia panel, measured to the neat lines of the facing or panel as
59 shown in the Plans.
„r 60
BENSON ROAD SOUTH-MAIN AVENUE TO S.20 ST.
(DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS,HIGHLANDS SIDEWALKS)
r
CITY OF RENTON
AUGUST 2005
AMENDMENTS 2005-AUG 69
r
r
1 Geosynthetic wall single slope traffic barrier, geosynthetic wall f-shape traffic barrier, and 0
2 geosynthetic retaining wall pedestrian barrier will be measured as specified in Section 6-10.4
3 for cast-in-place concrete barrier.
4
5 Structure excavation Class B, structure excavation Class B including haul, and shoring or
6 extra excavation Class B, will be measured in accordance with Section 2-09.4.
7
8 6-14.5 Payment
9 Payment will be made in accordance with Section 1-04.1 for each of the following bid items
10 when they are included in the proposal:
11
12 "Geosynthetic Retaining Wall", per square foot. �►
13 "Temporary Geosynthetic Retaining Wall", per square foot.
14 All costs in connection with constructing the temporary or permanent geosynthetic
15 retaining wall as specified shall be included in the unit contract price per square foot for
16 "Geosynthetic Retaining Wall" and "Temporary Geosynthetic Retaining Wall", including
17 compaction of the backfill material and furnishing and installing the temporary forming
18 system.
19
20 "Borrow for Geosynthetic Wall Incl. Haul", per ton or per cubic yard.
21 All costs in connection with furnishing and placing backfill material for temporary or
22 permanent geosynthetic retaining walls as specified shall be included in the unit contract
23 price per ton or per cubic yard for"Borrow for Geosynthetic Wall Incl. Haul". .n
24
25 "Concrete Fascia Panel", per square foot. 4
26 All costs in connection with constructing the concrete fascia panels as specified shall be
27 included in the unit contract price per square foot for "Concrete Fascia Panel", including W
28 all steel reinforcing bars, premolded joint filler, polyethylene bond breaker strip, joint
29 sealant, vc pipe for weep holes, exterior surface finish, and pigmented sealer (when
30 specified rr
31
32 Shotcrete facing will be paid for in accordance with Section 6-18.5.
33
34 "Geosynthetic Wall Single Slope Traff ic Barrier", per linear foot.
35 "Geosynthetic Wall F-Shape Traffic Barrier", per linear foot.
36 "Geosynthetic Retaining Wall Pedestrian Barrier', per linear foot.
37 The unit contract price per linear foot for "Geosynthetic Wall Single Slope Traffic
38 Barrier', "Geosynthetic Wall F-Shape Traffic Barrier", and "Geosynthetic Retaining Wall
39 Pedestrian Barrier' shall be full pay for constructing the barrier on top of the
40 geosynthetic retaining wall. '
41
42 "Structure Excavation Class B", per cubic yard.
43 "Structure Excavation Class B Incl. Haul", per cubic yard.
44 "Shoring Or Extra Excavation Class B", per square foot.
45
46 SECTION 6-15, SOIL NAIL WALLS
47 August 1, 2005
48 6-15.1 Description
49 This work consists of constructing soil nail walls.
50
51 6-15.2 Materials
52 Materials shall meet the requirements of the following section:
53
54 Prefabricated Drainage Mat 9-33.2(3) '
55
56 Other materials required, including materials for soil nails, shall be as specified in the Special
57 Provisions.
58
BENSON ROAD SOUTH-MAIN AVENUE TO S.267"ST.
(DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS,HIGHLANDS SIDEWALKS)
CITY OF RENTON
AUGUST 2005
AMENDMENTS 2005-AUG 70
1 6-15.3 Construction Requirements
r. 2
3 6-15.3(1) General Description
4 Soil nailing shall consist of excavating to the layer limits shown in the Plans, drilling holes at
5 the specified angle into the native material, placing and grouting epoxy coated or
6 encapsulated steel reinforcing bars (soil nails) in the drilled holes, placing prefabricated
7 drainage material and steel reinforcement, and applying a shotcrete facing over the steel
8 reinforcement. After completing the wall to full height, the Contractor shall construct the
it 9 concrete fascia panels as shown in the Plans.
10
11 All proprietary items used in the soil nailed structure shall be installed in accordance with the
12 manufacturer's recommendations. In the event of a conflict between the manufacturer's
13 recommendations and these specifications, these specifications shall prevail.
14
15 6-15.3(2) Contractor's Experience Requirements
16 The Contractor or Subcontractor performing this work shall have completed at least five
17 projects, within the last five years, involving construction of retaining walls using soil nails or
18 ground anchors or shall have completed the construction of two or more projects totaling at
19 least 15,000 square feet of retaining wall with a minimum total of 500 soil nails or ground
•. 20 anchors.
21
22 The Contractor shall assign an engineer with at least three years of experience in the design
23 and construction of permanently anchored or nailed structures to supervise the work. The
aw 24 Contractor shall not use consultants or manufacturer's representatives in order to meet the
25 requirements of this section. Drill operators and on-site supervisors shall have a minimum of
26 one year experience installing permanent soil nails or ground anchors.
so 27
28 Contractors or Subcontractors that are specifically prequalified in Class 36 work will be
29 considered to have met the above experience requirements.
30
r 31 6-15.3(3) Submittals
32 Work shall not begin on any soil nail wall system until the Engineer has approved all of the
33 required submittals. The Contractor shall submit the following information in accordance
34 with Section 6-01.9 not less than 30 calendar days prior to the start of wall excavation.
35
36 1. A brief description of each project satisfying the Contractors Experience
37 Requirements with the Owner's name and current phone number(this item is not
38 required if the Contractor or Subcontractor is prequalified in Class 36).
39
40 2. A list identifying the following personnel assigned to this project and their
41 experience with permanently anchored or nailed structures:
1W 42
43 a. Supervising Engineer
44
45 b. Drill Operators
'■' 46
47 c. On-site Supervisors who will be assigned to the project.
48
49 3. The proposed detailed construction procedure which includes:
50
51 a. Proposed method(s) of excavation of the soil and/or rock.
52
r 53 b. A plan for the removal and control of groundwater encountered during
54 excavation, drilling, and other earth moving activities. Include a list of the
55 equipment used to remove and control groundwater.
56
57 c Proposed drilling methods and equipment.
58
59 d. Proposed hole diameter(s).
60
BENSON ROAD SOUTH-MAIN AVENUE TO S.26"'ST.
(DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS,HIGHLANDS SIDEWALKS)
CITY OF RENTON
AUGUST 2005
AMENDMENTS 2005-AUG 71
rrr
1 e. Proposed method of soil nail installation.
2
3 f. Grout mix design and procedures for placing the grout.
4
5 g. Shotcrete mix design with compressive strength test results.
6
7 h. Procedures for placing the shotcrete (include placement in conditions
8 when ground water is encountered).
9
10 i. Encapsulation system for additional corrosion protection selected for the
11 soil nails and anchorages requiring encapsulation.
12
13 4. Detailed working drawings of the method proposed for the soil nail testing which
14 includes:
15
16 a. All necessary drawings and details to clearly describe the proposed
17 system of jacking support, framing, and bracing to be used during testing.
18
19 b. Calibration data for each load cell, test jack, pressure gauge, stroke
20 counter on the grout pump, and master gauge to be used. The calibration
21 tests shall have been performed by an independent testing laboratory, and
22 tests shall have been performed within 60 calendar days of the date
23 submitted. Testing or work shall not commence until the Engineer has a
24 approved the load cell, jack, pressure gage, and master pressure gauge
25 calibrations.
26
27 5. Certified mill test results and typical stress-strain curves along with samples from
28 each heat, properly marked, for the soil nail steel. The typical stress-strain curve
29 shall be obtained by approved standard practices. The guaranteed ultimate
30 strength, yield strength, elongation, and composition shall be specified.
31
32 6-15.3(4) Preconstruction Conference
33 A soil nail preconstruction conference shall be held at least five working days prior to the
34 Contractor beginning any permanent soil nail work at the site to discuss construction
35 procedures, personnel and equipment to be used. The list of materials specified on the
36 Record of Materials Form (ROM) for this item of work will also be discussed. Those
37 attending shall include:
38
39 1. (representing the Contractor) The superintendent, on site supervisors, and all
40 foremen in charge of excavating the soil face, drilling the soil nail hole, placing the
41 soil nail and grout, placing the shotcrete facing, and tensioning and testing the soil
42 nail.
43
44 2. (representing the Contracting Agency) The Project Engineer, key inspection
45 personnel, and representatives from the WSDOT Construction Office and Materials
46 Laboratory Geotechnical Services Branch.
47
48 If the Contractor's key personnel change, or if the Contractor proposes a significant revision
49 of the approved permanent soil nail installation plan, an additional conference shall be held
50 before any additional permanent soil nail operations are performed.
51
52 6-15.3(5) Earthwork
53 The ground contour above the wall shall be established to its final configuration and
54 backslope as shown in the Plans prior to beginning excavation of the soil for the first row of
55 soil nails. All excavation shall conform to Section 2-03. '
56
57 The excavation shall proceed from the top down in a horizontal lift sequence with the ground
58 level excavated no more than 3 feet below the elevation of the row of nails to be installed in
59 that lift. The excavated vertical wall face should not be left open more than 24 hours for any
60 reason. A lift shall not be excavated until the nail installation and reinforced shotcrete
BENSON ROAD SOUTH-MAIN AVENUE TO S.26"'ST.
(DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS,HIGHLANDS SIDEWALKS)
CITY OF RENTON
AUGUST 2005
AMENDMENTS 2005-AUG 72
1 placement for the preceding lift has been completed and accepted. After a lift is excavated,
"W 2 the cut surface shall be cleaned of all loose materials, mud, rebound, and other foreign
3 matter that could prevent or reduce shotcrete bond.
4
5 The accuracy of the ground cut shall be such that the required thickness of shotcrete can be
6 placed within a tolerance of plus or minus 2 inches from the defined face of the wall, and
7 overexcavation does not damage overlying shotcrete sections by undermining or other
8 causes.
.r 9
10 The Contractor should review the geotechnical recommendations report prepared for this
11 project for further information on the soil conditions at the location of each wall. Copies of
12 the geotechnical recommendations report are available for review by prospective bidders at
"' 13 the location identified in the Special Provisions.
14
15 6-15.3(6) Soil Nailing
16 The Contractor shall not handle and transport the encapsulated soil nails until the
17 encapsulation grout has reached sufficient strength to resist damage during handling. The
18 Contractor shall handle the encapsulated soil nails in such a manner to prevent large
19 deflections or distortions during handling. When handling or transporting encapsulated soil
w. 20 nails, the Contractor shall provide slings or other equipment necessary to prevent damage to
21 the soil nails and the corrosion protection. The Engineer may reject any encapsulated nail
22 which is damaged during transportation or handling. Damaged or defective encapsulation
23 shall be repaired in accordance with the manufacturer's recommendations and as approved
24 by the Engineer.
25
26 Soil nails shall be handled and sorted in such a manner as to avoid damage or corrosion.
„ 27 Prior to inserting a soil nail in the drilled hole, the Contractor and the Engineer will examine
28 the soil nail for damage. If, in the opinion of the Engineer, the epoxy coating or bar has been
29 damaged, the nail shall be repaired. If, in the opinion of the Engineer, the damage is beyond
30 repair, the soil nail shall be rejected.
r 31
32 If, in the opinion of the Engineer, the epoxy coating can be repaired, the Contractor shall
33 patch the coating with an Engineer approved patching material.
34
35 Nail holes shall be drilled at the locations shown in the Plans or as staked by the Engineer.
36 The nails shall be positioned plus or minus 6 inches from the theoretical location shown in
37 the Plans. The Contractor shall select the drilling method and the grouting pressure used for
„r 38 the installation of the soil nail. The drill hole shall be located so that the longitudinal axis of
39 the drill hole and the longitudinal axis of the nail are parallel. At the point of entry the soil nail
40 shall be installed within plus or minus three degrees of the inclination from horizontal shown
41 in the Plans, and the nail shall be within plus or minus three degrees of a line drawn
nr 42 perpendicular to the face of the wall unless otherwise shown in the Plans.
43
44 Water or other liquids shall not be used to flush cuttings during drilling, but air may be used.
45 After drilling, the nail shall be installed and fully grouted before placing the shotcrete facing.
46 The nail shall be inserted into the drilled hole with centralizers to the desired depth in such a
47 manner as to prevent damage to the drilled hole, sheathing or epoxy during installation. The
48 centralizers shall provide a minimum of 0.5 inches of grout cover over the soil nail and shall
49 be spaced no further than eight feet apart. When the soil nail cannot be completely inserted
50 into the drilled hole without difficulty, the Contractor shall remove the nail from the drilled hole
51 and clean or redrill the hole to permit insertion. Partially inserted soil nails shall not be driven
52 or forced into the hole. Subsidence, or any other detrimental impact from drilling shall be
.. 53 cause for immediate cessation of drilling and repair of all damages in a manner approved by
54 the Engineer at no additional cost to the Contracting Agency.
55
56 If caving conditions are encountered, no further drilling will be allowed until the Contractor
57 selects a method to prevent ground movement. The Contractor may use temporary casing.
58 The Contractor's method to prevent ground movement shall be approved by the Engineer.
59 The casings for the nail holes, if used, shall be removed as the grout is being placed.
60
BENSON ROAD SOUTH-MAIN AVENUE TO S.20 ST.
(DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS,HIGHLANDS SIDEWALKS)
CITY OF RENTON
AUGUST 2005
AMENDMENTS 2005-AUG 73
it
1 Where necessary for stability of the excavation face, a sealing layer of shotcrete may be •
2 placed before drilling is started, or the Contractor shall have the option of drilling and
3 grouting of nails through a stabilizing berm of native soil at the face of the excavation. The
4 stabilizing berm shall extend horizontally from the soil face and from the face of the shotcrete x
5 a minimum distance of one foot, and shall be cut down from that point at a safe slope, no
6 steeper than 1 H:1 V unless approved by the Engineer. The berm shall be excavated to final
7 grade after installation and full length grouting of the nails. Nails damaged during berm
8 excavation shall be repaired or replaced by the Contractor, to the satisfaction of the 0
9 Engineer, at no added cost to the Contracting Agency.
10
11 If sections of the wall are constructed at different times than the adjacent soil nail sections,
12 the Contractor shall use stabilizing berms, temporary slopes, or other measures, as as
13 approved by the Engineer, to prevent sloughing or failure of the adjacent soil nail sections.
14
15 If cobbles and boulders are encountered at the soil face during excavation, the Contractor
16 shall remove all cobbles and boulders that protrude from the soil face into the design wall
17 section and fill the void with shotcrete. All shotcrete used to fill voids created by removal of
18 cobbles and boulders shall be incidental to shotcrete facing.
19
20 The grout equipment shall produce a grout free of lumps and undispersed cement. A
21 positive displacement grout pump shall be used. The pump shall be equipped with a
22 pressure gauge near the discharge end to monitor grout pressures. The pressure gauge
23 shall be capable of measuring pressures of at least 150 psi or twice the actual grout W
24 pressures used by the Contractor, whichever is greater. The grouting equipment shall be
25 sized to enable the grout to be pumped in one continuous operation. The mixer shall be
26 capable of continuously agitating the grout.
27
28 The grout shall be injected from the lowest point of the drilled hole. The grout shall be
29 pumped through grout tubes after insertion of the soil nail. The quantity of the grout and the
30 grout pressures shall be recorded. The grout pressures and grout takes shall be controlled
31 to prevent excessive ground heave.
32
33 6-15.3(7) Shotcrete Facing
34 Prior to placing any shotcrete on an excavated layer, the Contractor shall vertically center
35 prefabricated drainage mat between the columns of nails as shown in the Plans. The
36 prefabricated drainage mat shall be installed in accordance with the manufacturer's
37 recommendations. The permeable drain side shall be placed against the exposed soil face.
38 The prefabricated drainage mat shall be installed after each excavation lift and shall be
39 hydraulically connected with the prefabricated drainage mat previously placed, such that the
40 vertical flow of water is not impeded. The Contractor shall tape all joints in the prefabricated
41 drainage mat to prevent shotcrete intrusion during shotcrete application.
42
43 The Contractor shall place steel reinforcing bars and welded wire fabric, and apply the
44 shotcrete facing in accordance with Section 6-18 and the details shown in the Plans.
45
46 The shotcrete shall be constructed to the minimum thickness as shown in the Plans. Costs
47 associated with additional thickness of shotcrete due to overexcavation or irregularities in the
48 cut face shall be borne by the Contractor.
49
50 Each soil nail shall be secured at the shotcrete facing with a steel plate as shown in the
51 Plans. The plate shall be seated on a wet grout pad of a pasty consistency similar to that of
52 mortar for brick-laying. The nut shall then be sufficiently tightened to achieve full bearing
53 surface behind the plate. After the shotcrete and grout have had time to gain the specified
54 strength, the nut shall be tightened with at least 100 foot-pounds of torque.
55
56 6-15.3(8) Soil Nail Testing and Acceptance
57 Both verification and proof testing of the nails is required. The Contractor shall supply all
58 materials, equipment, and labor to perform the tests. The Contractor shall submit all test
59 data to the Engineer.
60
BENSON ROAD SOUTH-MAIN AVENUE TO S.20 ST.
(DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS,HIGHLANDS SIDEWALKS)
CITY OF RENTON
AUGUST 2005
AMENDMENTS 2005-AUG 74
U0 1 The testing equipment shall include a dial gauge or vernier scale capable of measuring to
2 0.001 inch of the ground anchor movement. A hydraulic jack and pump shall be used to
3 apply the test load. The movement-measuring device shall have a minimum travel equal to
4 the theoretical elastic elongation of the total nail length plus 1 inch. The dial gauge or
.. 5 vernier scale shall be aligned so that its axis is within 5 degrees from the axis of the nail and
6 shall be monitored with a reference system that is independent of the jacking system and
7 excavation face.
8
9 The jack and pressure gauge shall be calibrated by an independent testing laboratory as a
10 unit. Each load cell, test jack and pressure gauge, grout pump stroke counter, and master
11 gauge, shall be calibrated as specified in Section 6-15.3(3) item 4b. Additionally, the
12 Contractor shall not use load cells, test jacks and pressure gauges, grout pump stroke
13 counters, and master gauges, greater than 60 calendar days past their most recent
14 calibration date, until such items are re-calibrated by an independent testing laboratory.
15
r 16 The pressure gauge shall be graduated in 100 psi increments or less. The pressure gauge
17 will be used to measure the applied load. The pressure gauge shall be selected to place the
18 maximum test load within the middle two-thirds of the range of the gauge. The ram travel of
19 the jack shall not be less than the theoretical elastic elongation of the total length at the
20 maximum test load plus 1 inch. The jack shall be independently supported and centered
21 over the nail so that the nail does not carry the weight of the jack. The Contractor shall have
22 a second calibrated jack pressure gauge at the site. Calibration data shall provide a specific
w 23 reference to the jack and the pressure gauge.
24
25 The loads on the nails during the verification and proof tests shall be monitored to verify
26 consistency of load — defined as maintaining the test load within five percent of the specified
.. 27 value. Verification and proof test loads less than 20,000 pounds or sustained for five
28 minutes or less shall be monitored by the jack pressure gauge alone. Verification and proof
29 test loads equal to or greater than 20,000 pounds and sustained for longer than five minutes
30 shall be monitored with the assistance of an electric or hydraulic load cell. The Contractor
r* 31 shall provide the load cell, the readout device, and a recent calibration curve. The load cell
32 shall be selected to place the maximum test load within the middle two-thirds of the range of
33 the load cell. The load cell shall be mounted between the jack and the anchor plate. The
34 stressing equipment shall be placed over the nail in such a manner that the jack bearing
35 plates, load cell and stressing anchorage are in alignment.
36
37 Nails to be tested shall be initially grouted no closer to the excavation face than the
.� 38 dimension shown in the Plans. After placing the grout, the nail shall remain undisturbed until
39 the grout has reached a strength sufficient to provide resistance during testing. Grouting to
40 the excavation face shall be completed after successful testing has been performed. Test
41 nails which are not part of the permanent wall may be left in the ground, provided the drill
42 holes for the nails are completely filled with grout or non-structural filler after testing.
43
44 Load testing shall be performed against a temporary bearing yoke or reaction frame which
45 bears directly against the existing soil or the shotcrete facing. Temporary bearing pads shall
46 be kept a minimum of 12 inches from the edges of the drilled hole unless a rigid steel plate is
47 used to distribute the stress around the drilled hole. If a steel plate is used, it shall be a
48 minimum of 3 feet square and of sufficient thickness that it will distribute the load evenly to
49 the soil. Where the reaction frame bears directly against the shotcrete, the reaction frame
50 shall be designed to prevent fracture of the shotcrete. No part of the reaction frame shall
51 bear within 12 inches of the edge of the test nail blockout unless otherwise approved by the
52 Engineer.
+� 53
54 The soil nail load monitoring procedure for verification and proof test load greater than
55 20,000 pounds and sustained for longer than five minutes shall be as follows:
56
57 1: For each increment of load, attainment of the load shall be initially established and
58 confirmed by the reading taken from the jack gauge.
59
BENSON ROAD SOUTH-MAIN AVENUE TO S.20 ST.
(DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS,HIGHLANDS SIDEWALKS)
rr CITY OF RENTON
AUGUST 2005
AMENDMENTS 2005-AUG 75
I
1 2. Once the soil nail anchor load has been stabilized, based on the jack gauge 0
2 reading, the load cell readout device shall immediately be read and recorded to
3 establish the load cell reading to be used at this load. The load cell reading is
4 intended only as a confirmation of a stable soil nail load, and shall not be taken as 46
5 the actual load on the soil nail.
6
7 3. During the time period that the load on the soil nail is held at this load increment,
8 the Contractor shall monitor the load cell reading. The Contractor shall adjust the
9 jack pressure as necessary to maintain the initial load cell reading. Jack pressure
10 adjustment for any other reason will not be allowed.
11
12 4. Soil nail elongation measurements shall be taken at each load increment as
13 specified in Sections 6-15.3(8)A and 6-15.3(8)B.
14
15 5. Steps 1 through 4 shall be repeated at each increment of load, in accordance with
16 the load sequence specified in Sections 6-15.3(8)A and 6-15.3(8)B.
17
18 6-15.3(8)A Verification Testing
19 Verification testing shall be performed on nails installed within the pattern of production nails
20 to verify the Contractor's procedures, hole diameter, and design assumptions. No drilling or
21 installation of production nails will be permitted in any ground/rock unit unless successful
22 verification testing of anchors in that unit has been completed and approved by the Engineer,
23 using the same equipment, methods, nail inclination, nail length, and hole diameter as 0
24 planned for the production nails. Changes in the drilling or installation method may require
25 additional verification testing as determined by the Engineer and shall be done at no ,
26 additional expense to the Contracting Agency. Verification tests may be performed prior to
27 excavation for the soil nail wall. No
28
29 Successful verification tests are required within the limits as specified in the Special
30 Provisions. Test nail locations within these limits shall be at locations selected by the
31 Engineer.
32
33 The design details of the verification testing, including the system for distributing test load
34 pressures to the excavation surface and appropriate nail bar size and reaction plate, shall be
35 developed by the Contractor, subject to approval by the Engineer. The intent is to stress the
36 bond between the grout and the surrounding soil/rock to at least twice the design load
37 transfer.
38
39 The bar shall be proportioned such that the maximum stress at 200 percent of the test load
40 does not exceed 80 percent of the yield strength of the steel. The jack shall be positioned at
41 the beginning of the test such that unloading and repositioning of the jack during the test will
42 not be required. The verification tests shall be made by incrementally loading the nails in
43 accordance with the following schedule of hold time:
44
45 AL 1 minute
46 0.25TL 10 minutes
47 0.50TL 10 minutes '
48 0.75TL 10 minutes
49 1.00TL 10 minutes
50 1.25TL 10 minutes
51 1.50TL 60 minutes
52 1.75TL 10 minutes ,
53 2.00TL 10 minutes
54 AL = Nail Alignment Load
55 TL= Nail Test Load
56
57 The test load shall be determined by the following equation = Test Load (TL) = Bond
58 Length (BL) X Design Load Transfer (DLT).
59 ,
BENSON ROAD SOUTH—MAIN AVENUE To S.20 ST. ,
(DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS,HIGHLANDS SIDEWALKS)
CITY OF RENTON
AUGUST 2005
AMENDMENTS 2005-AUG 76
1 The load shall be applied in increments of 25 percent of the test load. Each load increment
2 shall be held for at least 10 minutes. Measurement of nail movement shall be obtained at
3 each load increment. The load-hold period shall start as soon as the load is applied and the
4 nail movement with respect to a fixed reference shall be measured and recorded at 1
., 5 minute, 2, 3, 5, 6, 10, 20, 30, 50, and 60 minutes.
6
7 The Engineer will evaluate the results of each verification test and make a determination of
8 the suitability of the test and of the Contractor's proposed production nail design and
VW 9 installation system. Tests which fail to meet the design criteria will require additional
10 verification testing or an approved revision to the Contractor's proposed production nail
11 design and installation system. If a nail fails in creep, retesting will not be allowed.
12
13 A verification tested nail with a 60 minute load hold at 1.50TL is acceptable if:
14
15 1. The nail carries the test load with a creep rate that does not exceed 0.08 inch per
16 log cycle of time and is at a linear or decreasing creep rate.
17
18 2. The total movement at the test load exceeds 80 percent of the theoretical elastic
19 elongation of the non-bonded length.
20
21 Furthermore, a pullout failure shall not occur for the verification test anchor at the 2.OTL
22 maximum load. Pullout failure load is defined as the load at which attempts to increase the
23 test load result only in continued pullout movement of the test nail without a sustainable
" 24 increase in the test load.
25
26 The nails used for verification tests shall be sacrificial and shall not be used for production.
27 The Contractor shall cut and remove the exposed end of all soil nails used for verification
28 tests a minimum of two feet inside the finished groundline.
29
30 6-15.3(8)6 Proof Testing
31 Proof tests shall be performed on production nails at the locations selected by the Engineer.
32 Up to five percent of the production nails will be tested. Prior to testing, only the bond length
33 (BL) portion of the nail shall be grouted. The Contractor shall maintain the side-wall stability
34 of the drill hole for the non-grouted portion during the test. Once proof testing is completed,
35 the remainder of the proof tested nail shall be grouted. The bond length shall be determined
36 from the Nail Schedule and Test Nail Detail shown in the Plans.
37
*W 38 Proof tests shall be performed by incrementally loading the nail in accordance with the
39 schedule below. The anchor movement shall be measured and recorded to the nearest
40 0.001 inch with respect to an independent fixed reference point in the same manner as for
41 the verification tests at the alignment load and at each increment of load. The load shall be
.r 42 monitored in accordance with Section 6-15.3(8). The scheduling of hold times shall be as
43 follows:
44
45 AL 1 minute
46 0.25TL 5 minutes
47 0.50TL 5 minutes
48 0.75TL 5 minutes
49 1.00TL 5 minutes
50 1.25TL 5 minutes
51 1.50TL 10 minutes
52 AL= Nail Alignment Load
ow 53 TL= Nail Test Load
54
55 The maximum load in a proof test shall be held for 10 minutes. The load hold period shall
56 start as soon as the maximum load is applied and the nail movement with respect to an
" 57 independent fixed reference shall be measured and recorded at 1, 2, 3, 4, 5, 6, and 10
58 minutes. The nail movement between 1 minute and 10 minutes shall not exceed 0.04
59 inches. If the nail movement between 1 and 10 minutes exceeds 0.04 inches, the maximum
60 load shall be held an additional 50 minutes. If the load hold is extended, the nail movement
BENSON ROAD SOUTH-MAIN AVENUE TO S.20 ST.
(DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS,HIGHLANDS SIDEWALKS)
CITY OF RENTON
AUGUST 2005
AMENDMENTS 2005-AUG 77
+rw
1 shall be recorded at 20, 30, 50, and 60 minutes. If a nail fails in creep, retesting will not be 10
2 allowed.
3
4 A proof tested nail is acceptable if:
so 5
6 1. The nail carries the maximum load with less than 0.04 inches of movement
7 between 1 minute and 10 minutes, unless the load hold extended to 60 minutes, in
8 which case the nail would be acceptable if the creep rate does not exceed 0.08
9 inches per log cycle of time.
10
11 2. The total movement at the maximum load exceeded 80 percent of the theoretical
12 elastic elongation of the non-bonded length. as
13
14 3 The creep rate is not increasing with time during the load hold period.
15
16 Due to the requirement for a non-bonded zone for testing purposes, the Contractor shall •
17 develop an installation method which will assure the stability of the non-bonded portion of
18 the hole during testing and will allow for the non bonded zone to be grouted against the
19 ground after testing. W
20
21 If a proof test fails, the Engineer may direct the Contractor to replace some or all of the
22 installed production nails between the failed test and an adjacent proof test nail that has met
23 the test criteria. The Engineer may also require additional proof testing. All additional proof
24 tests, and all installation of additional or modified nails, shall be performed at no additional
25 expense to the Contracting Agency. ,
26
27 6-15.3(9) Concrete Fascia Panels
28 The Contractor shall construct the concrete fascia panels in accordance with Section 6-02
29 and the details in the Plans. The concrete fascia panels shall be cured in accordance with ,
30 the Section 6-02.3(11) requirements specified for retaining walls. The Contractor shall
31 provide the specified surface finish as noted, and to the limits shown, in the Plans to the
32 exterior concrete surface. When noted in the Plans, the Contractor shall apply pigmented
33 sealer to the limits shown in the Plans. ,
34
35 Asphalt or cement concrete gutter shall be constructed as shown in the Plans and as
36 specified in Section 8-04.
37
38 6-15.4 Measurement
39 Prefabricated drainage mat will be measured by the square yard of material furnished and
40 installed. '
41
42 Soil nails will be measured per each for each soil nail installed and accepted.
43
44 The soil nail verification testing program will not be measured but will be paid for on a lump '
45 sum basis.
46
47 Shotcrete facing and concrete fascia panel will be measured by the square foot surface area '
48 of the completed facing or fascia panel, measured to the neat lines of the facing or panel as
49 shown in the Plans.
50
51 6-15.5 Payment
52 Payment will be made in accordance with Section 1-04.1 for each of the following bid items
53 when they are included in the proposal:
54
55 "Soil Nail — Epoxy Coated", per each. '
56 "Soil Nail — Encapsulated", per each.
57 All costs in connection with furnishing and installing the soil nails as specified shall be
58 included in the unit contract price per each for "Soil Nail - _", including all drilling,
59 grouting, centralizers, bearing plates, welded shear connectors, nuts, proof testing, and ,
60 other work required for installation of each soil nail.
BENSON ROAD SOUTH-MAIN AVENUE TO S.20 ST.
(DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS,HIGHLANDS SIDEWALKS)
CITY OF RENTON
AUGUST 2005
AMENDMENTS 2005-AUG 78 ,
1
2 "Prefabricated Drainage Mat", per square yard.
3
4 "Soil Nail Verification Test", lump sum.
., 5
6 "Concrete Fascia Panel", per square foot.
7 All costs in connection with constructing the concrete fascia panels as specified shall be
8 included in the unit contract price per square foot for "Concrete Fascia Panel, including
9 all steel reinforcing bars, premolded joint filler, polyethylene bond breaker strip, joint
10 sealant, pvc pipe for weep holes, exterior surface finish, and pigmented sealer (when
11 specified).
12
.r 13 Shotcrete facing will be paid for in accordance with Section 6-18.5.
14
15 Unless otherwise specified, all costs in connection with excavation in front of the back
r 16 face of the shotcrete facing shall be included in the unit contract price per cubic yard for
17 "Roadway Excavation" or "Roadway Excavation Incl. Haul' as specified in Section 2-
18 03.5.
19
20 SECTION 6-16, SOLDIER PILE AND SOLDIER PILE TIEBACK WALLS
21 April 4, 2005
22 6-16.1 Description
23 This work consists of constructing soldier pile walls and soldier pile tieback walls.
24
25 6-16.2 Materials
.r 26 Materials shall meet the requirements of the following sections:
27
28 Controlled Density Fill 2-09.3(1)E
29 Cement 9-01
30 Aggregates for Portland Cement Concrete 9-03.1
31 Gravel Backfill 9-03.12
32 Premolded Joint Filler 9-04.1(2)
33 Welded Shear Studs 9-06.15
34 Steel Reinforcing Bar 9-07.2
35 Epoxy-Coated Steel Reinforcing Bar 9-07.3
36 Paints 9-08
.. 37 Timber Lagging 9-09.2
38 Preservative Treatment for Timber Lagging 9-09.3(1)
39 Soldier Piles 9-10.5
40 Concrete Curing Materials and Admixtures 9-23
r 41 Fl Ash 9-23.9
42 Water 9-25
43 Prefabricated Drainage Mat 9-33.2(3)
44
45 Other materials required shall be as specified in the Special Provisions.
46
47 6-16.3 Construction Requirements
.., 48
49 6-16.3(1) Quality Assurance
50 The steel soldier piles shall be placed so that the center line of the pile at the top is within 1
51 inch of the plan location. The steel soldier pile shall be plumb, to within 0.5 percent of the
52 length based on the total length of the pile.
53
54 Welding, repair welding, and welding inspection shall conform to the Section 6-03.3(25)
55 requirements for welding, repair welding, and welding inspection for all other steel
56 fabrication.
57
4W
BENSON ROAD SOUTH-MAIN AVENUE TO S.20 ST.
(DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS,HIGHLANDS SIDEWALKS)
rr CITY OF RENTON
AUGUST 2005
AMENDMENTS 2005-AUG 79
1W
1 6-16.3(2) Submittals
2 The Contractor shall submit shop plans as specified in Section 6-03.3(7) for all structural
3 steel, including the steel soldier piles and the permanent ground anchors to the Engineer for
4 approval.
5
6 The Contractor shall submit the permanent ground anchor grout mix design and the
7 procedures for placing the grout to the Engineer for approval.
8 of
9 The Contractor shall submit forming plans for the concrete fascia panels, as specified in
10 Sections 6-02.3(16) and 6-02.3(17), to the Engineer for approval.
11
12 1. Where the lateral pressure from concrete placement, as specified in Section 6- wo
13 02.3(17)J, is less than or equal to the design earth pressure, the Contractor may tie
14 forms directly to the soldier piles.
15
16 2. Where the lateral pressure from concrete placement, as specified in Section 6-
17 02.3(17)J, is greater than the design earth pressure, the Contractor shall follow one
18 of the following procedures:
19 rr
20 a. Tie the forms to strongbacks behind the lagging, or use some other
21 system that confines the pressure from concrete placement between the ,
22 lagging and the form panels, in addition to the ties to the soldier piles.
23
24 b. Reduce the rate of placing concrete to reduce the pressure from concrete
25 placement to less than or equal to the design earth pressure in addition to ,
26 the ties to the soldier piles.
27 r
28 c. Follow a procedure with a combination of a. and b.
29 ,30 3. The Contractor shall design the forms for an appropriate rate of placing concrete so
31 that no cold joints occur, considering the wall thickness and height, and volume of
32 concrete to be placed. ,
33
34 The Contractor shall submit four copies of a shaft installation plan in accordance with
35 Section 6-01.9 not less than 30 calendar days prior to the beginning of shaft construction. In
36 preparing the submittal, the Contractor shall reference the available subsurface data ,
37 provided in the contract test hole boring logs and the geotechnical report(s) prepared for this
38 project. This plan shall provide at least the following information:
39
40 1. An overall construction operation sequence and the sequence of shaft construction. '
41
42 2. List, description, and capacities of proposed equipment including but not limited to
43 cranes, drills, augers, bailing buckets, final cleaning equipment, and drilling units.
44 The narrative shall describe why the equipment was selected, and describe
45 equipment suitability to the anticipated site and subsurface conditions. The
46 narrative shall include a project history of the drilling equipment demonstrating the
47 successful use of the equipment on shafts of equal or greater size in similar ,
48 soil/rock conditions.
49
50 3. Details of shaft excavation methods including proposed drilling methods, methods
51 for cleanout of the shafts, disposal plan for excavated material and drilling slurry (if ,
52 applicable), and a review of method suitability to the anticipated site and
53 subsurface conditions.
54
55 4. Details of the method(s) to be used to ensure shaft stability (i.e., prevention of '
56 caving, bottom heave, etc. using temporary casing, slurry, or other means) during
57 excavation and concrete placement. This shall include a review of method
58 suitability to the anticipated site and subsurface conditions. If temporary casings '
59 are proposed, casing dimensions and detailed procedures for casing installation
60 and removal shall be provided. If slurry is proposed, detailed procedures for
BENSON ROAD SOUTH-MAIN AVENUE TO S.20 ST.
(DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS,HIGHLANDS SIDEWALKS)
CITY OF RENTON
AUGUST 2005
AMENDMENTS 2005-AUG 80 '
1 mixing, using, maintaining, and disposing of the slurry shall be provided. A detailed
2 mix design, and a discussion of its suitability to the anticipated subsurface
3 conditions shall also be provided for the proposed slurry.
4
.. 5 5. Details of soldier pile placement including internal support bracing and
6 centralization methods.
7
8 6. Details of concrete placement including proposed operational procedures for
"■' 9 pumping and/or tremie methods.
10
11 7. Details of the device used to prevent unauthorized entry into a shaft excavation.
12
13 8. The method to be used to form the horizontal construction joint at the top elevation
14 specified for concrete Class 4000P in the shaft.
15
.. 16 Work shall not begin until the appropriate submittals have been approved in writing by the
17 Engineer.
18
19 6-16.3(3) Shaft Excavation
20 Shafts shall be excavated to the required depth as shown in the Plans. The minimum
21 diameter of the shaft shall be as shown in the Plans. The excavation shall be completed in a
22 continuous operation using equipment capable of excavating through the type of material
23 expected to be encountered.
24
25 The Contractor may use temporary telescoping casing to construct the shafts.
26
.. 27 If the shaft excavation is stopped the shaft shall be secured by installation of a safety cover.
28 It shall be the Contractor's responsibility to ensure the safety of the shaft and surrounding
29 soil and the stability of the side walls. A temporary casing, slurry, or other methods specified
30 in the shaft installation plan as approved by the Engineer shall be used if necessary to
31 ensure such safety and stability.
32
33 Where caving in conditions are encountered, no further excavation will be allowed until the
34 Contractor has implemented the method to prevent ground caving as submitted in
35 accordance with item 4 of the Shaft Installation Plan and as approved by the Engineer.
36
37 No more than 2 inches of loose or disturbed material, for soldier piles with permanent ground
,. 38 anchors, nor more than 12 inches of loose or disturbed material, for soldier piles without
39 permanent ground anchors, shall be present at the bottom of the shaft just prior to beginning
40 concrete placement.
41
r 42 The excavated shaft shall be inspected and approved by the Engineer prior to proceeding
43 with construction.
44
45 When obstructions are encountered, the Contractor shall notify the Engineer promptly. An
46 obstruction is defined as a specific object (including, but not limited to, boulders, logs, and
47 man made objects) encountered during the shaft excavation operation which prevents or
48 hinders the advance of the shaft excavation. When efforts to advance past the obstruction to
49 the design shaft tip elevation result in the rate of advance of the shaft drilling equipment
50 being significantly reduced relative to the rate of advance for the rest of the shaft excavation,
51 then the Contractor shall remove the obstruction under the provisions of Section 6-16.5 as
52 supplemented in the Special Provisions. The method of removal of such obstructions, and
53 the continuation of excavation shall be as proposed by the Contractor and approved by the
54 Engineer.
55
56 Excavation of shafts shall not commence until a minimum of 12 hours after the shaft backfill
57 for the adjacent shafts has been placed.
58
BENSON ROAD SOUTH-MAIN AVENUE TO S.26"'S T.
(DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS,HIGHLANDS SIDEWAIKS)
rrr CITY OF RENTON
AUGUST 2005
AMENDMENTS 2005-AUG 81
�w
1 The temporary casings for the shafts shall be removed. A minimum 5 foot head of concrete
2 shall be maintained to balance the soil and water pressure at the bottom of the casing. The
3 casing shall be smooth. ±
4 Sri
5 6-16.3(4) Installing Soldier Piles
6 Soldier piles, if spliced, shall conform to all requirements of Section 6-05.3(6).
7
8 The prefabricated steel soldier piles shall be lowered into the drilled shafts and secured in so
9 position. Concrete cover over the soldier pile shall be 1 inch minimum.
10 14
111 The steel soldier piles and attachments shall be shop painted after fabrication to the limits
12 shown in the Plans with one coat of inorganic zinc primer. Application of the one coat of 4d
13 primer shall be in accordance with Section 6-07. The welded shear studs may be attached
14 before or after painting. Paint damaged by welding shear studs in place does not require
15 repair.
16
17 6-16.3(5) Backfilling Shaft
18 The excavated shaft shall be backfilled with either controlled density fill (CDF), lean
19 concrete, or concrete Class 4000P, as shown in the Plans.
20
21 Placement of the shaft backfill shall commence immediately after completing the shaft
22 excavation and receiving the Engineer's approval of the excavation. Concrete Class 4000P
23 and lean concrete shall be placed in one continuous operation to the elevation shown in the to
24 Plans. CDF shall be placed in one continuous operation to the top of the shaft. Vibration of
25 shaft backfill is not required.
26
27 If water is not present, the shaft backfill shall be deposited by a method which prevents
28 segregation of aggregates. The shaft backfill shall be placed such that the free-fall is vertical
29 down the shaft without hitting the sides of the soldier pile or the excavated shaft. The
30 Contractor's method for depositing the shaft backfill shall have approval of the Engineer prior
31 to the placement of the shaft backfill.
32
33 If water is present, the shaft backfill shall be deposited in accordance with Section 6-
34 02.3(6)B.
35
36 6-16.3(6) Installing Timber Lagging and Permanent Ground Anchors '
37 The excavation and removal of CDF and lean concrete for the lagging installation shall
38 proceed in advance of the lagging. The bottom of the excavation in front of the wall shall be
39 level. Excavation shall conform to Section 2-03.
40 ,41 For walls without permanent ground anchors, the bottom of excavation shall be not more
42 than three feet below the bottom level of the timber lagging already installed. For walls with
43 permanent ground anchors, the bottom of excavation shall be not more than 3 feet below
44 tieback anchor level until all permanent ground anchors at that level are installed and
45 stressed. Installing, stressing, and testing the permanent ground anchors shall be in
46 accordance with Section 6-17 and the construction sequence specified in the Plans.
47 ,
48 Unless otherwise specified, timber lagging in walls with concrete fascia panels shall be
49 untreated. Timber lagging for all other walls shall be treated.
50
51 The lagging shall be installed from the top of the pile proceeding downward. The timber '
52 lagging shall make direct contact with the soil. Voids shall be filled with gravel backfill for
53 walls, which shall be considered incidental to the installation of the timber lagging.
54
55 Where timber lagging and backfill are above the existing or excavated groundline, the
56 lagging and backfill shall be placed concurrently. The backfill layers shall be placed in
57 accordance with Section 2-03.3(14) except that all layers shall be compacted to 90 percent
58 of maximum density.
59
BENSON ROAD SOUTH-MAIN AVENUE TO S.20 ST.
(DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS,HIGHLANDS SIDEWALKS)
CITY OF RENTON
AUGUST 2005
AMENDMENTS 2005-AUG 82 '
1 6-16.3(7) Prefabricated Drainage Mat
2 For walls with concrete fascia panels, prefabricated drainage mat shall be installed full height
3 of the concrete fascia panel and full width between soldier pile flanges, unless otherwise
4 shown in the Plans.
., 5
6 The prefabricated drainage mat shall be attached to the lagging in accordance with the
7 manufacturer's recommendations. The fabric side shall face the lagging. Splicing of the
8 prefabricated drainage mat shall be in accordance with the manufacturer's
9 recommendations.
10
11 The Contractor shall ensure the hydraulic connection of the prefabricated drainage mat to
12 the previously installed material so that the vertical flow of water is not impeded.
13
14 The Contractor shall tape all joints in the prefabricated drainage mat to prevent concrete
15 intrusion during concrete fascia panel construction.
16
17 6-16.3(8) Concrete Fascia Panel
18 The Contractor shall construct the concrete fascia panels as shown in the Plans, and in
19 accordance with the forming plan as approved by the Engineer. The concrete fascia panels
+� 20 shall be cured in accordance with the Section 6-02.3(11) requirements specified for retaining
21 walls.
22
23 The Contractor shall provide the specified surface finish as noted, and to the limits shown, in
24 the Plans to the exterior concrete surface. When noted in the Plans, the Contractor shall
25 apply pigmented sealer to the limits shown in the Plans.
26
27 Asphalt or cement concrete gutter shall be constructed as shown in the Plans.
28
29 6-16.4 Measurement
30 Soldier pile shaft construction will be measured by the linear foot of shaft excavated below
r 31 the top of ground line for the shaft, defined as the highest existing ground point within the
32 shaft diameter.
33
34 Furnishing soldier pile will be measured by the linear foot of pile assembly specified in the
35 Proposal, including adjustments to the Plan quantity made in accordance with Section 1-
36 04.4.
37
38 Timber lagging will be measured by the thousand board feet measure (MBM) installed. The
39 quantity will be computed using the nominal thickness and width dimensions of the timber
40 lagging members, and the center to center spacing of the soldier piles as the length
41 dimension.
r 42
43 Prefabricated drainage mat will be measured by the square yard of material furnished and
44 installed.
45
46 Concrete fascia panel will be measured by the square foot surface area of the completed
47 fascia panel, measured to the neat lines of the panel as shown in the Plans.
48
49 6-16.5 Payment
50 Payment will be made in accordance with Section 1-04.1 for each of the following bid items
51 when they are included in the proposal:
52
•. 53 "Shaft - Diameter", per linear foot.
54 All costs in connection with constructing soldier pile shafts shall be included in the unit
55 contract price per linear foot for "Shaft - Diameter", including shaft excavation,
56 temporary casing if used, CDF, lean concrete, concrete Class 4000P, and installing the
" 57 soldier pile assembly.
58
59 "Furnishing Soldier Pile - ", per linear foot.
r
BENSON ROAD SOUTH-MAIN AVENUE TO S.20 ST.
(DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS,HIGHLANDS SIDEWALKS)
1W CITY OF RENTON
AUGUST 2005
AMENDMENTS 2005-AUG 83
+rr
4i
1 All costs in connection with furnishing soldier pile assemblies shall be included in the 0
2 unit contract price per linear foot for "Furnishing Soldier Pile - ", including fabricating
3 and painting the pile assemblies. Payment will be made based on the quantity specified
4 in the Proposal unless changes are made to this quantity in accordance with Section 1-
5 04.4, in which case the quantity specified in the Proposal will be adjusted by the amount
6 of the change and will be paid for in accordance with Section 1-04.4.
7
8 "Timber Lagging", per MBM.
9 All costs in connection with furnishing and installing timber lagging shall be included in
10 the unit contract price per MBM for "Timber Lagging", including preservative treatment
11 when specified, and filling voids behind the lagging with gravel backfill for wall.
12
13 "Prefabricated Drainage Mat", per square yard.
14
15 "Concrete Fascia Panel", per square foot.
16 All costs in connection with constructing the concrete fascia panels as specified shall be rr
17 included in the unit contract price per square foot for "Concrete Fascia Panel", including
18 all steel reinforcing bars, premolded joint filler, polyethylene bond breaker strip, joint
19 sealant, pvc pipe for weep holes, exterior surface finish, and pigmented sealer (when
20 specified).
21
22 Unless otherwise specified, all costs in connection with non-shaft excavation, including
23 all excavation required for placement of timber lagging, shall be included in the unit
24 contract price per cubic yard for "Roadway Excavation" or "Roadway Excavation Incl.
25 Haul" as specified in Section 2-03.5. ,
26
27 SECTION 6-17, PERMANENT GROUND ANCHORS
28 August 1, 2005
29 6-17.1 Description ,
30 This work consists of constructing permanent ground anchors.
31 '
32 6-17.2 Materials
33 Materials required, including materials for permanent ground anchors, shall be as specified
34 in the Special Provisions.
35 ,36 6-17.3 Construction Requirements
37 The Contractor shall select the ground anchor type and the installation method, and
38 determine the bond length and anchor diameter. The Contractor shall install ground anchors
39 that will develop the load indicated in the Plans and verified by tests specified in Sections 6- ,
40 17.3(8)A, 6-17.3(8)B, and 6-17.3(8)C.
41
42 6-17.3(1) Definitions
43 Anchor Devices: The anchorhead wedges or nuts which grip the prestressing steel. '
44
45 Bearing Plate: The steel plate which evenly distributes the ground anchor force to the
46 structure.
47
48 Bond Length: The length of the ground anchor which is bonded to the ground and transmits
49 the tensile force to the soil or rock.
50 ,51 Ground Anchor: A system, referred to as a tieback or as an anchor, used to transfer tensile
52 loads to soil or rock. A ground anchor includes all prestressing steel, anchorage devices,
53 grout, coatings, sheathings and couplers if used.
54
55 Maintaining Consistency of Load: Maintaining the test load within five percent of the
56 specified value.
57
58 Minimum Guaranteed Ultimate Tensile Strength (MUTS): The minimum guaranteed breaking
59 load of the prestressing steel as defined by the specified standard.
BENSON ROAD SOI iTH-MAIN AVENUE TO S.20 ST.
(DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS,HIGHLANDS SIDEWALKS)
CITY OF RENTON
AUGUST 2005
AMENDMENTS 2005-AUG 84
1
2 Tendon Bond Length: The length of the tendon which is bonded to the anchor grout.
3
4 Tendon Unbonded Length: The length of the tendon which is not bonded to the anchor
5 grout.
6
7 Total Anchor Length: The unbonded length plus the tendon bond length.
8
�r 9 6-17.3(2) Contractor Experience Requirements
10 The Contractor or Subcontractor performing this work shall have installed permanent ground
11 anchors for a minimum of three years. Prior to the beginning of construction, the Contractor
12 shall submit a list containing at least five projects on which the Contractor has installed
13 permanent ground anchors. A brief description of each project and a reference shall be
14 included for each project listed. As a minimum, the reference shall include an individual's
15 name and current phone number.
16
17 The Contractor shall assign an engineer to supervise the work with at least three years of
18 experience in the design and construction of permanently anchored structures. The
19 Contractor shall not use consultants or manufacturer's representatives in order to meet the
+r 20 requirements of this section. Drill operators and on-site supervisors shall have a minimum of
21 one year experience installing permanent ground anchors.
22
23 Contractors or Subcontractors that are specifically prequalified in Class 36 work will be
24 considered to have met the above experience requirements.
25
26 The Contractor shall allow up to 15 calendar days for the Engineer's review of the
27 qualifications and staff as noted above. Work shall not be started on any anchored wall
28 system nor materials ordered until approval of the Contractor's qualifications are given.
29
30 6-17.3(3) Submittals
•• 31 The Contractor shall submit working drawings and structural design calculations in
32 accordance with Section 6-01.9 for the ground anchor system or systems intended for use.
33
34 The Contractor shall submit a detailed description of the construction procedure proposed
35 for use to the Engineer for approval.
36
37 The Contractor shall submit a ground anchor schedule giving:
„r 38
39 1. Ground anchor number
40 2. Ground anchor design load
41 3. Type and size of tendon
.r 42 4. Minimum total bond length
43 5. Minimum anchor length
44 6. Minimum tendon bond length
45 7. Minimum unbonded length
46
47 The Contractor shall submit working drawings of the ground anchor tendon and the
48 corrosion protection system. Include details of the following:
r 49
50 1. Spacers and their location
51 2. Centralizers and their location
52 3. Unbonded length corrosion protection system, including the permanent rubber seal
ur 53 between the trumpet and the tendon unbonded length corrosion protection.
54 4. Bond length corrosion protection system
55 5. Anchorage and trumpet
56 6. Anchorage corrosion protection system
57 7. Anchors using non-restressable anchorage devices
58
59 The Contractor shall submit shop plans as specified in Section 6-03.3(7) for all structural
,r 60 steel, including the permanent ground anchors to the Engineer for review and approval.
BENSON ROAD SOUTH-MAIN AVENUE TO S.26' ST.
(DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS,HIGHLANDS SIDEWALKS)
CITY OF RENTON
AUGUST 2005
AMENDMENTS 2005-AUG 85
1 �
2 The Contractor shall submit the grout mix designs and the procedures for placing the grout
3 to the Engineer for approval. The Contractor shall also submit the methods and materials
4 used in filling the annulus over the unbonded length of the anchor.
5 so
6 The Contractor shall submit five copies of detailed working drawings in accordance with
7 Section 6-01.9 for the method proposed to be followed for the permanent ground anchor
8 testing to the Engineer for approval prior to the tests. This shall include all necessary
9 drawings and details to clearly describe the method proposed.
10
11 The Contractor shall submit to the Engineer calibration data for each load cell, test jack,
12 pressure gauge and master pressure gauge to be used. The calibration tests shall have a
13 been performed by an independent testing laboratory and tests shall have been performed
14 within 60 calendar days of the date submitted. The Engineer shall approve or reject the
15 calibration data after receipt of the data. Testing shall not commence until the Engineer has
16 approved the load cell, jack, pressure gauge and master pressure gauge calibrations.
17
18 Work shall not begin until the appropriate submittals have been approved in writing by the
19 Engineer.
20
21 6-17.3(4) Preconstruction Conference
22 A permanent ground anchor preconstruction conference shall be held at least five working
23 days prior to the Contractor beginning any permanent ground anchor work at the site to va
24 discuss construction procedures, personnel, and equipment to be used. The list of materials
25 specified on the Record of Materials Form (ROM) for this item of work will also be discussed.
26 Those attending shall include:
27
28 1. (representing the Contractor) The superintendent, on site supervisors, and all
29 foremen in charge of drilling the ground anchor hole, placing the permanent ground ,
30 anchor and grout, and tensioning and testing the permanent ground anchor.
31
32 2. (representing the Contracting Agency) The Project Engineer, key inspection
33 personnel, and representatives from the WSDOT Construction Office and Materials ,
34 Laboratory Geotechnical Services Branch.
35
36 If the Contractor's key personnel change, or if the Contractor proposes a significant revision '
37 of the approved permanent ground anchor installation plan, an additional conference shall
38 be held before any additional permanent ground anchor operations are performed.
39
40 6-17.3(5) Tendon Fabrication '
41 The tendons can be either shop or field fabricated. The tendon shall be fabricated as shown
42 in the approved shop plans.
43
44 The Contractor shall select the type of tendon to be used. The tendon shall be sized so the
45 design load does not exceed 60 percent of the minimum guaranteed ultimate tensile strength
46 of the tendon. In addition, the tendon shall be sized so the maximum test load does not
47 exceed 80 percent of the minimum guaranteed ultimate tensile strength of the tendon. '
48
49 The Contractor shall be responsible for determining the bond length and tendon bond length
50 necessary to develop the design load indicated in the Plans in accordance with Sections 6-
51 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
52 and 15 feet in soil.
53
54 When the Plans require the tendon bond length to be encapsulated, the tendon bond length
55 portion of the tendon shall be corrosion protected by encapsulating the tendon in a grout-
56 filled PE or PVC tube as specified in Section 6-17.2 as supplemented in the Special
57 Provisions. The tendons can be grouted inside the encapsulation prior to inserting the
58 tendon in the drill hole or after the tendon has been placed in the drill hole. Expansive '
59 admixtures can be mixed with the encapsulation grout if the tendon is grouted inside the
60 encapsulation while outside the drill hole. The tendon shall be centralized within the bond
BENSON ROAD SOUTH-MAIN AVENUE TO S.26"'ST. ,
(DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS,HIGHLANDS SIDEWALKS)
CITY OF RENTON
AUGUST 2005
AMENDMENTS 2005-AUG 86 '
1 length encapsulation with a minimum of 0.20 inches of grout cover. Spacers shall be used
2 along the tendon bond length of multi-element tendons to separate the elements of the
3 tendon so the prestressing steel will bond to the encapsulation grout.
4
5 Centralizers shall be used to provide a minimum of 0.5 inches of grout cover over the tendon
6 bond length encapsulation. Centralizers shall be securely attached to the encapsulation and
7 the center-to-center spacing shall not exceed ten feet. In addition, the upper centralizer shall
8 be located a maximum of five feet from the top of the tendon bond length and the lower
.. 9 centralizer shall be located a maximum of one foot from the bottom of the tendon bond
10 length.
11
12 The centralizer shall be able to support the tendon in the drill hole and position the tendon so
13 a minimum of 0.5 inches of grout cover is provided and shall permit free flow of grout.
14
15 Centralizers are not required on encapsulated, pressure-injected ground anchor tendons if
w, 16 the ground anchor is installed in coarse grained soils (more than 50 percent of the soil larger
17 than the number 200 sieve) using grouting pressures greater than 150 psi.
18
19 Centralizers are not required on encapsulated, hollow-stem-augered ground anchor tendons
20 if the ground anchor is grouted through and the hole is maintained full of a stiff grout (eight-
21 inch slump or less) during extraction of the auger.
22
23 The minimum unbonded length of the tendon shall be the greater of 15 feet or that indicated
" 24 in the Plans.
25
26 Corrosion protection of the unbonded length shall be provided by a sheath completely filled
27 with corrosion inhibiting grease or grout. If grease is used under the sheath, provisions shall
28 be made to prevent the grease from escaping at the ends of the sheath. The grease shall
29 completely coat the tendon and fill the voids between the tendon and the sheath. The
30 working drawings shall show how the Contractor will provide a transition between the tendon
31 bond length and the unbonded tendon length corrosion protection.
32
33 If the sheath is not fabricated from a smooth tube, a separate bondbreaker shall be provided.
34 The bondbreaker shall prevent the tendon from bonding to the anchor grout surrounding the
35 tendon unbonded length.
36
37 The total anchor length shall not be less than that indicated in the Plans or the approved
38 working drawings.
39
40 Anchorage devices shall be capable of developing 95 percent of the minimum guaranteed
41 ultimate tensile strength of the prestressing steel tendon. The anchorage devices shall
42 conform to the static strength requirements of Section 3.1 of the Post Tensioning Institute
43 "Specification for Unbonded Single Strand Tendons, First Edition - 1993".
44
45 Non-restressable anchorage devices may be used except where indicated in the Plans.
46
47 Restressable anchorages shall be provided on those ground anchors that require reloading.
48 The post-tensioning supplier shall provide a restressable anchorage compatible with the
49 post-tensioning system provided.
50
51 The bearing plates shall be sized so the bending stresses in the plate do not exceed the
52 yield strength of the steel when a load equal to 95 percent of the minimum guaranteed
err 53 ultimate tensile strength of the tendon is applied, and the average bearing stress on the
54 concrete does not exceed that recommended in Section 3.1.3 of the Post Tensioning
55 Institute, "Specification For Unbonded Single Strand Tendons, First Edition - 1993".
56
57 The trumpet shall have an inside diameter equal to or larger than the hole in the bearing
58 plate. The trumpet shall be long enough to accommodate movements of the structure during
' 59 testing and stressing. For strand tendons with encapsulation over the unbonded length, the
60 trumpet shall be long enough to enable the tendon to make a transition from the diameter or
' BENSON ROAD SOUTH-MAIN AVENUE TO S.26" ST.
(DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS,HIGHLANDS SIDEWALKS)
CITY OF RENTON
AUGUST 2005
' AMENDMENTS 2005-AUG 87
to
1 the tendon in the unbonded length to the diameter of the tendon at the anchorhead without
2 damaging the encapsulation. Trumpets filled with corrosion-inhibiting grease shall have a
3 permanent rubber seal, as approved by the Engineer, provided between the trumpet and the
4 tendon unbonded length corrosion protection. Trumpets filled with grout shall have a
5 temporary seal provided between the trumpet and the tendon unbonded length corrosion
6 protection or the trumpet shall overlap the tendon unbonded length corrosion protection.
7
8 6-17.3(6) Tendon Storage And Handling
9 Tendons shall be handled and stored in such a manner as to avoid damage or corrosion.
10 Damage to the prestressing steel as a result of abrasions, cut, nicks, welds and weld splatter
11 will be cause for rejection by the Engineer. The prestressing steel shall be protected if
12 welding is to be performed in the vicinity. Grounding of welding leads to the prestressing so
13 steel is forbidden. Prestressing steel shall be protected from dirt, rust, and deleterious
14 substances. A light coating of rust on the steel is acceptable. If heavy corrosion or pitting is
15 noted, the Engineer will reject the affected tendons.
16
17 The Contractor shall use care in handling and storing the tendons at the site. Prior to
18 inserting a tendon in the drill hole, the Contractor and the Engineer will examine the tendon
19 for damage to the encapsulation and the sheathing. If, in the opinion of the Engineer, the
20 encapsulation is damaged, the Contractor shall repair the encapsulation in accordance with
21 the tendon supplier's recommendations and as approved by the Engineer. If, in the opinion
22 of the Engineer, the smooth sheathing has been damaged, the Contractor shall repair it with
23 ultra high molecular weight polyethylene (PE) tape. The tape shall be spiral wound around so
24 the tendon so as to completely seal the damaged area. The pitch of the spiral shall ensure a
25 double thickness at all points.
26
27 6-17.3(7) Installing Permanent Ground Anchors
28 The Contractor shall select the drilling method, the grouting procedure, and the grouting
29 pressure used for the installation of the ground anchor. ,
30
31 When caving conditions are encountered, no further drilling will be allowed until the
32 Contractor selects a method to prevent ground movement. The Contractor may use a
33 temporary casing. The Contractor's method to prevent ground movement shall be approved ,
34 by the Engineer. The casings for the anchor holes, if used, shall be removed. The drill hole
35 shall be located so the longitudinal axis of the drill hole and the longitudinal axis of the
36 tendon are parallel. The ground anchor shall not be drilled in a location that requires the
37 tendon to be bent in order to enable the bearing plate to be connected to the supported '
38 structure. At the point of entry the ground anchor shall be installed within plus or minus three
39 degrees of the inclination from horizontal shown in the Plans or the approved working
40 drawings. The ground anchors shall not extend beyond the right of way limits. '
41
42 The tendon shall be inserted into the drill hole to the desired depth. When the tendon cannot
43 be completely inserted without difficulty, the Contractor shall remove the tendon from the drill
44 hole and clean or redrill the hole to permit insertion. Partially inserted tendons shall not be ,
45 driven or forced into the hole.
46
47 The Contractor shall use a grout conforming to Section 6-17.2 as supplemented in the
48 Special Provisions. ,
49
50 The grout equipment shall produce a grout free of lumps and undispersed cement. A
51 positive displacement grout pump shall be used. The pump shall be equipped with a '
52 pressure gauge near the discharge end to monitor grout pressures. The pressure gauge
53 shall be capable of measuring pressures of at least 150 psi or twice the actual grout
54 pressures used by the Contractor, whichever is greater. The grouting equipment shall be
55 sized to enable the grout to be pumped in one continuous operation. The mixer shall be ,
56 capable of continuously agitating the grout.
57
58 The grout shall be injected from the lowest point of the drill hole. The grout may be pumped
59 through grout tubes, casing, or drill rods. The grout can be placed before or after insertion of ,
60 the tendon. The quantity of the grout and the grout pressures shall be recorded. The grout
BENSON ROAD SOUTH-MAIN AVENUE TO S.20 ST. ,
(DOWNTOWN CURB RAMPS,MAPLEWOOD SIDFWALKS,HIGHLANDS SIDEWALKS)
CITY OF RENTON
AUGUST 2005
AMENDMENTS 2005-AUG 88 ,
r 1 pressures and grout takes shall be controlled to prevent excessive heave in soils or
2 fracturing of rock formations.
3
4 After grouting, the tendon shall not be loaded for a minimum of 3 days.
+. 5
6 No grout shall be placed above the top of the bond length during the time the bond length
7 grout is placed. The grout at the top of the drill hole shall not contact the back of the
8 structure or the bottom of the trumpet. Except as otherwise noted, only nonstructural filler
9 shall be placed above the bond length grout prior to testing and acceptance of the anchor.
10 The Contractor may place structural grout above the bond length grout prior to testing and
11 acceptance of the anchor subject to the following conditions:
12
13 1. The anchor unbonded length shall be increased by eight feet minimum.
14
15 2. The grout in the unbonded zone shall not be placed by pressure grouting methods.
.� 16
17 The corrosion protection surrounding the unbonded length of the tendon shall extend up
18 beyond the bottom seal of the trumpet or one foot into the trumpet if no trumpet seal is
19 provided. If the protection does not extend beyond the seal or sufficiently far enough into the
20 trumpet, the Contractor shall extend the corrosion protection or lengthen the trumpet.
21
22 The corrosion protection surrounding the no load zone length of the tendon shown in the
,r 23 Plans shall not contact the bearing plate or the anchorhead during testing and stressing. If
24 the protection is too long, the Contractor shall trim the corrosion protection to prevent
25 contact.
26
+r. 27 The bearing plate and anchorhead shall be placed so the axis of the tendon and the drill hole
28 are both perpendicular to the bearing plate within plus or minus three degrees and the axis
29 of the tendon passes through the center of the bearing plate.
30
31 The trumpet shall be completely filled with corrosion inhibiting grease or grout. Trumpet
32 grease can be placed anytime during construction. Trumpet grout shall be placed after the
33 ground anchor has been tested. The Contractor shall demonstrate to the Engineer that the
34 procedure selected by the Contractor for placement of either grease or grout produces a
35 completely filled trumpet.
36
37 All anchorages permanently exposed to the atmosphere shall be covered with a corrosion
.r 38 inhibiting grease-filled or grout-filled cover. The Contractor shall demonstrate to the
39 Engineer that the procedures selected by the Contractor for placement of either grease or
40 grout produces a completely filled cover. If the Plans require restressable anchorages,
41 corrosion inhibiting grease shall be used to fill the anchorage cover and trumpet.
42
43 6-17.3(8) Testing And Stressing
44 Each ground anchor shall be tested. The test load shall be simultaneously applied to the
45 entire tendon. Stressing of single elements of multi-element tendons will not be permitted.
46 Test data will be recorded by the Engineer.
47
48 The testing equipment shall consist of a dial gauge or vernier scale capable of measuring to
.. 49 0.001 inches shall be used to measure the ground anchor movement. The movement-
50 measuring device shall have a minimum travel equal to the theoretical elastic elongation of
51 the total anchor length plus 1 inch. The dial gauge or vernier scale shall be aligned so that
52 its axis is within 5 degrees from the axis of the tieback. A hydraulic jack and pump shall be
53 used to apply the test load. The jack and pressure gauge shall be calibrated by an
54 independent testing laboratory as a unit. Each load cell, test jack and pressure gauge, and
55 master pressure gauge, shall be calibrated as specified in Section 6-17.3(3). Additionally,
56 the Contractor shall not use load cells, test jacks and pressure gauges, and master pressure
57 gauges, greater than 60 calendar days past their most recent calibration date, until such
58 items are re-calibrated by an independent testing laboratory.
59
BENSON ROAD SOUTH-MAIN AV ENIJE TO S.26m ST.
(DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS,HIGHLANDS SIDEWALKS)
r. CITY OF RENTON
AUGUST 2005
AMENDMENTS 2005-AUG 89
1 The pressure gauge shall be graduated in 100-psi increments or less. The pressure gauge
2 will be used to measure the applied load. The pressure gauge shall be selected to place the
3 maximum test load within the middle two-thirds of the range of the gauge. The ram travel of
4 the jack shall not be less than the theoretical elastic elongation of the total anchor length at
5 the maximum test load plus one inch. The jack shall be independently supported and
6 centered over the tendon so that the tendon does not carry the weight of the hack. The
7 Contractor shall have a second calibrated jack pressure gauge at the site. Calibration data
8 shall provide a specific reference to the jack and the pressure gauge.
9
10 The loads on the tiebacks during the performance and verification tests shall be monitored to
11 verify consistency of load as defined in Section 6-17.3(1). Performance test loads, and
12 verification test loads when specified in the Special Provisions, sustained for five minutes or
13 less, and all proof test leads, shall be monitored by the jack pressure gauge alone.
14 Performance test loads, and verification test loads when specified in the Special Provisions,
15 sustained for longer than five minutes shall be monitored with the assistance of an electric or
16 hydraulic load cell. The Contractor shall provide the load cell and a readout device. The
17 load cell shall be mounted between the jack and the anchor plate. The load cell shall be
18 selected to place the maximum test load within the middle two-thirds of the range of the load
19 cell. The stressing equipment shall be placed over the ground anchor tendon in such a ail
20 manner that the jack, bearing plates, load cell and stressing anchorage are in alignment.
21 ,
22 The permanent ground anchor load monitoring procedure for performance test loads, and
23 verification test loads when specified in the Special Provisions, sustained for longer than five
24 minutes shall be as follows:
25
26 1. For each increment of load, attainment of the load shall be initially established and
27 confirmed by the reading taken from the jack gauge.
28
29 2. Once the permanent ground anchor load has been stabilized, based on the jack
30 gauge reading, the load cell readout device shall immediately be read and recorded
31 to establish the load cell reading to be used at this load. The load cell reading is
32 intended only as a confirmation of a stable permanent ground anchor load, and
33 shall not be taken as the actual load on the permanent ground anchor. '
34
35 3. During the time period that the load on the permanent ground anchor is held at this
36 load increment, the Contractor shall monitor the load cell reading. The Contractor
37 shall adjust the jack pressure as necessary to maintain the initial load cell reading.
38 Jack pressure adjustment for any other reason will not be allowed.
39
40 4. Permanent ground anchor elongation measurements shall be taken at each load '
41 increment as specified in Sections 6-17.3(8)A and 6-17.3(8)B.
42
43 5. Steps 1 through 4 shall be repeated at each increment of load, in accordance with
44 the load sequence specified in Sections 6-17.3(8)A and 6-17.3(8)B.
45
46 6-17.3(8)A Verification Testing
47 Verification tests will be required only when specified in the Special Provisions.
48
49 6-17.3(8)B Performance Testing
50 Performance tests shall be done in accordance with the following procedures. Five percent
51 of the ground anchors or a minimum of three ground anchors, whichever is greater, shall be
52 performance tested. The Engineer shall select the ground anchors to be performance
53 tested. The first production anchor shall be performance tested.
54
55 The performance test shall be made by incrementally loading and unloading the ground '
56 anchor in accordance with the following schedule, consistent with the design method (Load
57 Resistance Factor Design - LRFD or Load Factor Design - LFD) specified in the permanent
58 ground anchor general notes in the Plans. The load shall be raised from one increment to
59 another immediately after a deflection reading.
60
BENSON ROAD SOUTH-MAIN AVENUE TO S.26-ST.
(DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS,HIGHLANDS SIDEWALKS)
CITY OF RENTON
AUGUST 2005
AMENDMENTS 2005-AUG 90
1 Performance Test Schedule
2
3 Load Resistance Load Factor
4 Factor Design Method Design Method
5 (LRFD) LLFD
6
7 Load Load
8
�+ 9 AL AL
10 0.25FDL 0.25DL
11 AL AL
12 0.25FDL 0.25DL
13 0.50FDL 0.50DL
14 AL AL
15 0.25FDL 0.25DL
16 0.50FDL 0.50DL
17 0.75FDL 0.75DL
18 AL AL
19 0.25FDL 0.25DL
+� 20 0.50FDL 0.50DL
21 0.75FDL 0.75DL
22 1.00FDL 1.00DL
23 AL AL
24 Jack to lock-off load 0.25DL
25 0.50DL
26 0.75DL
27 1.00DL
28 1.25DL
29 AL
30 0.25DL
31 0.50DL
32 0.75DL
33 1.00DL
34 1.25DL
35 1.33DL
36 Jack to lock-off load
37
38 Where: AL- is the alignment load
39 DL- is the design load
40 FDL- is the factored design load.
41
r 42 The maximum test load in a performance test shall be held for ten minutes. The load-hold
43 period shall start as soon as the maximum test load is applied and the anchor movement,
44 with respect to a fixed reference, shall be measured and recorded at 1 minute, 2, 3, 4, 5, 6,
45 and 10 minutes. If the anchor movement between one minute and ten minutes exceeds
46 0.04 inches, the maximum test load shall be held for an additional 50 minutes. If the load
47 hold is extended, the anchor movement shall be recorded at 15 minutes, 20, 25, 30, 45, and
48 60 minutes. If an anchor fails in creep, retesting will not be allowed. All anchors not
49 performance tested shall be proof tested.
50
51 6-17.3(8)C Proof Testing
52 Proof tests shall be performed by incrementally loading the ground anchor in accordance
err 53 with the following schedule, consistent with the design method (Load Resistance Factor
54 Design - LRFD or Load Factor Design - LFD) specified in the permanent ground anchor
55 general notes in the Plans. The load shall be raised from one increment to another
56 immediately after a deflection reading. The anchor movement shall be measured and
57 recorded to the nearest 0.001 inches with respect to an independent fixed reference point at
58 the alignment load and at each increment of load. The load shall be monitored with a
59 pressure gauge. At load increments other than the maximum test load, the load shall be
60 held just long enough to obtain the movement reading.
BENSON ROAD SOUTH-MAIN AVENUE TO S.20 ST.
(DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS,HIGHLANDS SIDEWALKS)
CITY OF RENTON
AUGUST 2005
AMENDMENTS 2005-AUG 91
1
2 Proof Test Schedule
3
4 Load Resistance Load Factor
5 Factor Design Method Design Method
6 (LRFD) (LFD)
7
8 Load Load
9
10 AL AL
11 0.25FDL 0.25DL
12 0.50FDL 0.50DL
13 0.75FDL 0.75DL
14 1.00FDL 1.00DL
15 Jack to lock-off load 1.25DL
16 1.33DL
17 Jack to lock-off load
18
19 Where: AL- is the alignment load
20 DL- is the design load
21 FDL- is the factored design load
22
23 The maximum test load in a proof test shall be held for ten minutes. The load-hold period
24 shall start as soon as the maximum test load is applied and the anchor movement with
25 respect to a fixed reference shall be measured and recorded at 1 minute, 2, 3, 4, 5, 6, and
26 10 minutes. If the anchor movement between one minute and ten minutes exceeds 0.04
27 inches, the maximum test load shall be held of an additional 50 minutes. If the load hold is
28 extended, the anchor movements shall be recorded at 15 minutes, 20, 25, 30, 45, and 60
29 minutes. If an anchor fails in creep, retesting will not be allowed.
30
31 6-17.3(9) Permanent Ground Anchor Acceptance Criteria
32 A performance or proof tested ground anchor with a ten minute load hold is acceptable if the:
33 '34 1. Ground anchor carries the maximum test load with less than 0.04 inches of
35 movement between one minute and ten minutes; and
36
37 2. Total movement at the maximum test load exceeds 80 percent of the theoretical
38 elastic elongation of the tendon unbonded length.
39
40 A verification, performance or proof tested ground anchor with a 60-minute load hold is
41 acceptable if the:
42
43 1. Ground anchor carries the maximum test load with a creep rate that does not
44 exceed 0.08 inches/log cycle of time and is a linear or decreasing creep rate.
45
46 2. Total movement at the maximum test load exceeds 80 percent of the theoretical
47 elastic elongation of the tendon unbonded length.
48
49 If the total movement of the ground anchors at the maximum test load does not exceed 80
50 percent of the theoretical elastic elongation of the tendon unbonded length, the Contractor
51 shall replace the ground anchor at no additional cost to the Contracting Agency. Retesting of
52 a ground anchor will not be allowed.
53
54 Ground anchors which have a creep rate greater than 0.08 inches/log cycle of time can be
55 incorporated in the finished work at a load equal to one-half its failure load. The failure load '
56 is the load carried by the anchor after the load has been allowed to stabilize for ten minutes.
57
58 When a ground anchor fails, the Contractor shall modify the design, the construction
59 procedures, or both. These modifications may include, but are not limited to, installing
60 replacement ground anchors, modifying the installation methods, increasing the bond length
BENSON ROAD SOUTH-MAIN AVENUE TO S.26' ST. '
(DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS,HIGHLANDS SIDEWALKS)
CITY OF RENTON
AUGUST 2005
AMENDMENTS 2005-AUG 92 '
1 or changing the ground anchor type. Any modification which requires changes to the
" 2 structure shall have prior approval of the Engineer. Any modifications of design or
3 construction procedures shall be at the Contractor's expense.
4
,.. 5 Upon completion of the test, the load shall be adjusted to the lock-off load indicated in the
6 Plans and transferred to the anchorage device. The ground anchor may be completely
7 unloaded prior to lock-off. After transferring the load and prior to removing the jack a lift-off
8 reading shall be made. The lift-off reading shall be within ten percent of the specified lock-off
9 load.
10
11 If the load is not within ten percent of the specified lock-off load, the anchorage shall be reset
12 and another lift-off reading shall be made. This process shall be repeated until the desired
" 13 lock-off load is obtained.
14
15 6-17.4 Measurement
16 Permanent ground anchors will be measured per each for each permanent ground anchor
17 installed and accepted.
18
19 Permanent ground anchor performance tests will be measured per each for each anchor
20 performance tested.
21
22 The permanent ground anchor verification testing program will not be measured but will be
23 paid for on a lump sum basis.
24
25 6-17.5 Payment
26 Payment will be made in accordance with Section 1-04.1 for each of the following bid items
27 when they are included in the proposal:
28
29 "Permanent Ground Anchor", per each.
30 All costs in connection with furnishing and installing permanent ground anchors shall be
+■ 31 included in the unit contract price per each for "Permanent Ground Anchor", including
32 proof testing of the installed anchor as specified.
33
34 "Permanent Ground Anchor Performance Test", per each.
35 "Permanent Ground Anchor Verification Test", lump sum.
36
37 SECTION 6-18, SHOTCRETE FACING
38 April 5, 2004
39 6-18.1 Description
40 This work consists of constructing shotcrete facing as shown in the Plans. Shotcrete
+� 41 constructed as concrete slope protection shall be constructed in accordance with Section 8-
42 16.
43
44 6-18.2 Materials
45 Materials shall meet the requirements of the following sections:
46
47 Cement 9-01
„r 48 Aggregates for Portland Cement Concrete 9-03.1
49 Premolded Joint Filler 9-04.1(2)
50 Steel Reinforcing Bar 9-07.2
51 Epoxy-Coated Steel Reinforcing Bar 9-07.3
52 Concrete Curing Materials and Admixtures 9-23
53 Fly Ash 9-23.9
54 Water 9-25
55
56 Other materials required, including materials for shotcrete, shall be as specified in the
57 Special Provisions.
' 58
' BENSON ROAD SOUTH-MAIN AVENUE TO S.20 ST.
(DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS,HIGHLANDS SIDEWALKS)
CITY OF RENTON
AUGUST 2005
' AMENDMENTS 2005-AUG 93
1 6-18.3 Construction Requirements a
2
3 6-18.3(1) Submittals
4 The Contractor shall submit the following information to the Engineer at least 14 calendar
5 days prior to beginning construction of the shotcrete facing:
6
7 1. The shotcrete mix design with compressive strength test results.
8 2. Method and equipment used to finish and cure the shotcrete facing.
9 3. Documentation of the experience of the nozzle operators in applying shotcrete.
10
11 The Contractor shall not begin construction of the shotcrete facing until receiving the H
12 Engineer's approval of the above submittals. rl
13
14 6-18.3(2) Mix Design
15 Shotcrete shall be proportioned to produce a 4,000 psi compressive strength at 28 days.
16 The Contractor shall submit the shotcrete mix design, proposed method of placement, and
17 evidence that the proposed design and placement method will produce the desired
18 compressive strength at 28 days, to the Engineer at least 14 calendar days prior to the
19 anticipated beginning of shotcrete placement. Shotcrete placement will not be allowed until
20 the Engineer has approved the mix design and method of placement.
21
22 Admixture shall be used only after receiving permission from the Engineer. If admixtures are
23 used to entrain air, to reduce water-cement ratio, to retard or accelerate setting time, or to
24 accelerate the development of strength, the admixtures shall be used at the rate specified by
25 the manufacturer and approved by the Engineer.
26
27 6-18.3(3) Testing
28 The Contractor shall make shotcrete test panels for evaluation of shotcrete quality, strength,
29 and aesthetics. Both preproduction and production test panels, shall be prepared. All cores
30 obtained for the purpose of shotcrete strength testing shall have the following minimum
31 dimensions:
32
33 a. The core diameter shall be at least 3 times the maximum aggregate size, but not
34 less than 2 inches.
35
36 b. The core height shall be a minimum of 1.5 times the core diameter.
37
38 The Contractor shall remove at least three cores from each 36-inch by 36-inch shotcrete test
39 panel in accordance with AASHTO T 24. Cores removed from the panel shall be
40 immediately wrapped in wet burlap and sealed in a plastic bag. Cores shall be clearly
41 marked to identify from where they were taken and whether they are for pre-production or
42 production testing. If for production testing, the section of the wall represented by the cores
43 shall be clearly marked on the cores. Cores shall be delivered to the Engineer within 2
44 hours of coring. The remainder of the panels shall remain the property of the Contractor.
45
46 6-18.3(3)A Pre-production Testing
47 At least one 36-inch by 36-inch panel for each mix design shall be prepared for evaluation
48 and testing of the shotcrete quality and strength. One 48-inch by 48-inch qualification panel
49 shall be prepared for evaluation and approval of the proposed method for shotcrete
50 installation, finishing, and curing. Both the 36-inch and the 48-inch panels shall be
51 constructed using the same methods and initial curing proposed to construct the shotcrete '
52 facing, except that the 36-inch panel shall not include wire reinforcement. The 36-inch panel
53 shall be constructed to the minimum thickness necessary to obtain the required core
54 samples. The 48-inch panel shall be constructed to the same thickness as proposed for the
55 production facing. Production shotcrete work shall not begin until satisfactory test results are
56 obtained and the panels are approved by the Engineer.
57
58 6-18.3(3)6 Production Testing
59 The Contractor shall make at least one 36-inch by 36-inch panel for each section of facing
60 shot, or as many as directed by the Engineer. A section is defined as one day's placement.
BENSON ROAD SOUTH-MAIN AVENUE TO S.20 ST.
(DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS,HIGHLANDS SIDEWALKS)
CITY OF RENTON
AUGUST 2005
AMENDMENTS 2005-AUG 94 '
1 The production panels shall be constructed using the same methods and initial curing used
2 to construct the shotcrete wall, but without wire reinforcement. The panels shall be
3 constructed to the minimum thickness necessary to obtain the required core samples. If the
4 production shotcrete is found to be unsuitable based on the results of the test panels, the
r, 5 section(s) of the wall represented by the test panel(s) shall be repaired or replaced to the
6 satisfaction of the Engineer at no cost to the Contracting Agency.
7
8 6-18.3(4) Qualifications of Contractor's Personnel
9 All nozzle operators shall have had at least one year of experience in the application of
10 shotcrete. Each nozzle operator will be qualified, by the Engineer, to place shotcrete, after
11 successfully completing one test panel for each shooting position and surface type which will
12 be encountered.
13
14 Qualification will be based on a visual inspection of the shotcrete density, void structure, and
15 finished appearance along with a minimum 7-day compressive strength of 2,500 psi
16 determined from the average test results from two cores taken from each test panel.
17
18 The Contractor shall notify the Engineer not less than 2 days prior to the shooting of a
19 qualification panel. The mix design for the shotcrete shall be the same as that slated for the
•• 20 wall being shot.
21
22 Shotcrete shall be placed only by personnel qualified by the Engineer.
23
a' 24 If shotcrete finish Alternative B or C is specified, evidence shall be provided that all shotcrete
25 crew members have completed at least three projects in the last five years where such
26 finishing, or sculpturing and texturing of shotcrete was performed.
„r 27
28 6-18.3(5) Placing Wire Reinforcement
29 Reinforcement of the shotcrete shall be placed as shown in the Plans. The wire
30 reinforcement shall be securely fastened to the steel reinforcing bars so that it will be 1 to 1.5
r. 31 inches from the face of the shotcrete at all locations, unless otherwise shown in the Plans.
32 Wire reinforcement shall be lapped 1.5 squares in all directions, unless otherwise shown in
33 the Plans.
34
35 6-18.3(6) Alignment Control
36 The Contractor shall install non-corroding alignment wires and thickness control pins to
37 establish thickness and plane surface. The Contractor shall install alignment wires at
38 corners and offsets not established by formwork. The Contractor shall ensure that the
39 alignment wires are tight, true to line, and placed to allow further tightening. The Contractor
40 shall remove the alignment wires after facing construction is complete.
41
.. 42 6-18.3(7) Shotcrete Application
43 A clean, dry supply of compressed air sufficient for maintaining adequate nozzle velocity for
44 all parts for the work and for simultaneous operation of a blow pipe for cleaning away
45 rebound shall be maintained at all times. Thickness, method of support, air pressure, and
46 rate of placement of shotcrete shall be controlled to prevent sagging or sloughing of freshly-
47 applied shotcrete.
48
.. 49 The shotcrete shall be applied from the lower part of the area upwards. Surfaces to be shot
50 shall be damp, but free of standing water.
51
52 The nozzles shall be held at an angle approximately perpendicular to the working face and
.. 53 at a distance that will keep rebound at a minimum and compaction will be maximized.
54 Shotcrete shall emerge from the nozzle in a steady uninterrupted flow. If, for any reason, the
55 flow becomes intermittent, the nozzle shall be diverted from the work until a steady flow
56 resumes.
57
58 Surface defects shall be repaired as soon as possible after initial placement of the shotcrete.
59 All shotcrete which lacks uniformity; which exhibits segregation, honeycombing, or
60 lamination; or which contains any dry patches, slugs, voids, or sand pockets, shall be
BENSON ROAD SOUTH-MAIN AVENUE TO S.26'x ST.
(DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS,HIGHLANDS SIDEWALKS)
r
CITY OF RENTON
AUGUST 2005
AMENDMENTS 2005-AUG 95
1 removed and replaced with fresh shotcrete by the Contractor, to the satisfaction of the
2 Engineer at no cost to the Contracting Agency.
3
4 Construction joints in the shotcrete shall be uniformly tapered over a minimum distance of
5 twice the thickness of the shotcrete layer. The surface of the joints shall be cleaned and
6 thoroughly wetted before adjacent shotcreting is performed. Shotcrete shall be placed in a
7 manner which provides a finish with uniform texture and color across the construction joint.
9 The shotcrete shall be cured by applying a clear curing compound in accordance with
10 Section 9-23.2. The curing compound shall be applied immediately after final gunning. The
11 air in contact with shotcrete surfaces shall be maintained at temperatures above 50F for a
12 minimum of 7 days. Curing compounds shall not be used on any surfaces against which .r►
13 additional shotcrete or other cementitious finishing materials are to be bonded unless
14 positive measures such as sandblasting, are taken to completely remove the curing -
15 compounds prior to the application of such additional materials.
16
17 If field inspection or testing, by the Engineer, indicates that an shotcrete produced, fails to
18 meet the requirements, the Contractor shall immediately modify procedures, equipment, or
19 system, as necessary, and as approved by the Engineer to produce specification material.
20 All substandard shotcrete already placed shall be repaired by the Contractor, to the
21 satisfaction of the Engineer, at no additional cost to the Contracting Agency. Such repairs
22 may include removal and replacement of all affected materials.
23
24 6-18.3(8) Shotcrete Finishing
25 When the shotcrete facing is an interim coating to be covered by a subsequent shotcrete
26 coating or a cast-in-place concrete fascia later under the same contract, the Contractor shall
27 strike off the surface of the shotcrete facing with a roughened surface as specified in Section
28 6-02.3(12). The grooves of the roughened surface shall be either vertical or horizontal.
29
30 When the shocrete facing provides the finished exposed final surface, the shotcrete face
31 shall be finished using the alternative aesthetic treatment shown in the Plans. The
32 alternatives are as follows:
33
34 Alternative A
35 After the surface has taken its initial set (crumbling slightly when cut), the surface shall
36 be broom finished to secure a uniform surface texture.
37
38 Alternative B
39 Shotcrete shall be applied in a thickness a fraction beyond the alignment wires and
40 forms. The shotcrete shall stiffen to the point where the surface does not pull or crack
41 when screeded with a rod or trowel. Excess material shall be trimmed, sliced, or
42 scraped to true lines and grade. Alignment wires shall be removed and the surface
43 shall receive a steel trowel finish, leaving a smooth uniform texture and color. Once the
44 shotcrete has cured, pigmented sealer shall be applied to the shotcrete face. The ,
45 shotcrete surface shall be completed to within a tolerance of 1/2 inch of true line and
46 grade.
47
48 Alternative C
49 Shotcrete shall be hand-sculptured, colored, and textured to simulate the relief, jointing,
50 and texture of the natural backdrop surrounding the facing. The ends and base of the
51 facing shall transition in appearance as appropriate to more nearly match the color and
52 texture of the adjoining roadway fill slopes. This may be achieved by broadcasting fine
53 and coarse aggregates, rocks, and other native materials into the final surface of the
54 shotcrete while it is still wet, allowing sufficient embedment into the shotcrete to become
55 a permanent part of the surface. ,
56
57 6-18.4 Measurement
58 Shotcrete facing will be measured by the square foot surface area of the completed facing
59 measured to the neat lines of the facing as shown in the Plans.
60
BENSON ROAD SOUTH-MAIN AVENUE TO S.20 ST.
(DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS,HIGHLANDS SIDEWALKS)
CITY OF RENTON
AUGUST 2005
AMENDMENTS 2005-AUG 96 '
1 6-18.5 Payment
2 Payment will be made in accordance with Section 1-04.1 for each of the following bid items
3 when they are included in the proposal:
4
., 5 "Shotcrete Facing", per square foot.
6
7 All costs in connection with constructing shotcrete facing as specified shall be included
8 in the unit contract price per square foot for "Shotcrete Facing" including all steel
r 9 reinforcing bars, premolded joint filler, polyethylene bond breaker strip, joint sealant, pvc
10 pipe for weep holes, exterior surface finish, and pigmented sealer(when specified).
11
12 SECTION 7-05, MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS
13 August 2, 2004
14 7-05.5 Payment
,. 15 The sentence following "Catch Basin Type 2 In. Diam.", per each" is deleted.
16
17 The following is inserted after"Concrete Inlet", per each":
18
19 All costs associated with furnishing and installing gravel backfill for bedding manholes,
20 inlets and catch basins shall be included in the unit contract price for the item installed.
21
22 The following is inserted after"Precast Concrete Drywell", per each.
23
24 "Combination Inlet", per each.
25 All costs associated with furnishing and installing gravel backfill for bedding manholes,
26 inlets, and catch basins shall be in the unit contract price for the item installed.
27
28 SECTION 7-12, VALVES FOR WATER MAINS
29 April 5, 2004
30 7-12.3 Construction Requirements
31 In the third paragraph the reference to Section 7-10 is revised to Section 7-09.
32
33 In the fourth paragraph the reference to Section 7-11 is revised to Section 7-09.
34
35 SECTION 7-14, HYDRANTS
.. 36 April 5, 2004
37 7-14.3(1) Setting Hydrants
38 In the third paragraph the reference to Section 7-11 is revised to Section 7-09.
• 39
40 7-14.3(6) Hydrant Extensions
41 The reference to Section 7-11 is revised to Section 7-09.
42
43 SECTION 7-15, SERVICE CONNECTIONS
44 April 5, 2004
�. 45 7-15.3 Construction Requirements
46 In the second paragraph the reference to Section 7-10 is revised to Section 7-09.
47
48 SECTION 7-17, SANITARY SEWERS
49 April 5, 2004
50 7-17.3(2)B Exfiltration Test
51 In the third paragraph, "Maximum leakage (in gallons per hour)" = 0.28 x JH x D x L
52 � 100 .
53 7-17.3(2)C Infiltration Test
54 In the second paragraph, "Maximum leakage (in gallons per hour)" = 0.16 x �H x D x L
BENSON ROAD SOUTH-MAIN AVENUE TO S.20 ST.
(DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS,HIGHLANDS SIDEWALKS)
r
CITY OF RENTON
AUGUST 2005
AMENDMENTS 2005-AUG 97
r
1 �2 100 . ar
2
3 7-17.3(2)E Low Pressure Air Test for Sanitary Sewers Constructed of Air-
4 Permeable Materials
5 In the seventh paragraph, the statement "If CT —1, then time = KT" is revised to "If CT < 1, 1W
6 then time = KT."
7
8 In the seventh paragraph, the statement "If CT • 1.75, then time = KT/1.75" is revised to "If CT
9 > 1.75, then time = KT/1.75."
10
11 SECTION 8-01, EROSION CONTROL AND WATER POLLUTION CONTROL
12 August 1, 2005
13 8-01.3(1)8 Erosion and Sediment Control (ESC) Lead
14 This section is revised to read:
15
16 The Contractor shall identify the ESC Lead at the preconstruction discussions. The
17 ESC Lead shall have, for the life of the contract, a current Certificate of Training in
18 Construction Site Erosion and Sediment Control from a course approved by WSDOT's
19 Statewide Erosion Control Coordinator.
20
21 The ESC Lead shall implement the Temporary Erosion and Sediment Control (TESC)
22 plan. Implementation shall include, but is not limited to: +
23
24 1. Installing and maintaining all temporary erosion and sediment control Best
25 Management Practices (BMPs) included in the TESC plan to assure continued
26 performance of their intended function. Damaged or inadequate TESC BMPs
27 shall be corrected immediately.
28
29 2. Inspecting all on-site erosion and sediment control BMPs at least once every
30 five working days and each working day there is a runoff event. Inspections
31 shall occur within 24 hours of the runoff event. A TESC Inspection Report shall
32 be prepared for each inspection and shall be included in the TESC file. A copy
33 of each TESC Inspection Report shall be submitted to the Engineer no later
34 than the end of the next working day following the inspection. The report shall
35 include, but not be limited to:
36
37 a. When, where and how BMPs were installed, maintained, modified,
38 and removed;
39 b. Observations of BMP effectiveness and proper placement;
40 c. Recommendations for improving future BMP performance with
41 upgraded or replacement BMPs when inspections reveal TESC plan
42 inadequacies.
43
44 3. Updating and maintaining a TESC file on site that includes, but is not limited to:
45
46 a. TESC Inspection Reports.
47 b. Temporary Erosion and Sediment Control (TESC) plan narrative.
48 c. National Pollutant Discharge Elimination System construction permit
49 (Notice of Intent).
50 d. Other applicable permits.
51
52 Upon request, the file shall be provided to the Engineer for review.
53
54 8-01.3(1)C Ground Water
55 This section including title is revised to read:
56
57 8-01.3(1)C Water Management
58 1. Ground Water
BENSON ROAD SOUTH-MAIN AVENUE TO S.2611 ST.
(DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS,HIGHLANDS SIDEWALKS)
CITY OF RENTON
AUGUST 2005
AMENDMENTS 2005-AUG 98
1 When ground water is encountered in an excavation, it shall be treated and
2 discharged as follows:
3
4 A. When the ground water conforms to Water Quality Standards for Surface
.. 5 Waters of the State of Washington (Chapter 173-201A WAC), it may
6 bypass detention and treatment facilities and be routed directly to its
7 normal discharge point at a rate and method that will not cause erosion.
8
+W 9 B. When the turbidity of the ground water is similar to the turbidity of the site
10 runoff, the ground water may be treated using the same detention and
11 treatment facilities being used to treat the site runoff and then discharged
12 at a rate that will not cause erosion.
"" 13
14 C. When the turbidity is greater than the turbidity of the site runoff, the ground
15 water shall be treated separately until the turbidity is similar to or better
16 than the site runoff, and then may be combined and treated as in B,
17 above.
18 2. Process Water
19 All water generated on site from construction or washing activities that is more
20 turbid than site runoff shall be treated separately until the turbidity is the same or
21 less than the site runoff, and then may be combined and treated as in 113, above.
22 Water may be infiltrated upon the approval of the Engineer.
23
24 3. Offsite Water
25 The Contractor shall, prior to disruption of the normal watercourse, intercept the
26 offsite stormwater and pipe it either through or around the project site. This water
,,. 27 shall not be combined with onsite stormwater and shall be discharged at its pre-
28 construction outfall point in such a manner that there is no increase in erosion
29 below the site.
30
+� 31 The method for performing this work shall be provided by the Contractor for the
32 Engineer's approval.
33
34 SECTION 8-02, ROADSIDE RESTORATION
35 August 1, 2005
36 8-02.3(2) Roadside Work Plan
,. 37 This section is revised to read:
38
39 Before starting any work that disturbs the earth and as described in Sections 8-01, 8-02
40 and 8-03, the Contractor shall submit a roadside work plan for approval by the Engineer.
41 The roadside work plan shall define the work necessary to provide all contract
42 requirements, including: clearing and grubbing, roadway excavation and embankment,
43 planting area preparation, seeding, planting, plant replacement, irrigation, and weed
44 control in narrative form.
45
46 The Roadside Work Plan shall also include the following:
47
48 Progress Schedule
49 In accordance with Section 1-08.3, the Progress Schedule shall include the
50 planned time periods for work necessary to provide all contract requirements
51 covered in Sections 8-01, 8-02, and 8-03. Where appropriate, notes on the
r. 52 schedule shall indicate the calendar dates during which these activities must occur.
53
54 Weed Control Plan
55 The Weed Control Plan shall be submitted and approved prior to starting any work
56 defined in Section 8-02.3(2).
57
58 The weed control plan shall show the scheduling of all weed control measures
�., 59 required under the Contract including, hand weeding, rototilling, applications of
BENSON ROAD SOUTH-MAIN AVENUE TO S.20 ST.
(DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS,HIGHLANDS SIDEWALKS)
r
CITY OF RENTON
AUGUST 2005
AMENDMENTS 2005-AUG 99
ow
1 herbicides, noxious weed control, mowing, and shoulder slope weed control. Target
2 weeds and unwanted vegetation to be removed shall be identified and listed in the
3 weed control plan.
4
ial Pest Control
5 The plan shall be prepared and signed by a licensed Commerc
6 Consultant when chemical pesticides are proposed. The plan shall include
7 methods of weed control; dates of weed control operations; and the name,
8 application rate, and Material Safety Data sheets of all proposed herbicides. In
9 addition, the Contractor shall furnish the Engineer with a copy of the current
10 product label for each pesticide and spray adjuvant to be used. These product
11 labels shall be submitted with the weed control plan for approval.
12
13 Plant Establishment Plan
14 The Plant Establishment Plan shall be prepared in accordance with Section 8-
15 02.3(13), submitted and approved prior to initial planting acceptance in accordance
16 with Section 8-02.3(12). The Plan shall show the proposed scheduling of activities,
17 materials, equipment to be utilized for the first year plant establishment, and an
18 emergency contact person. The Plan shall include the management of the
19 irrigation system, when applicable. Should the plan become unworkable at any time
20 during the first year plant establishment, the Contractor shall submit a revised plan
21 prior to proceeding with further work.
22
23 No on-site soil placement, grading, weed control, irrigation, or planting work shall
24 begin until the plan is approved. Upon approval of the roadside work plan by the
25 Engineer, the Contractor shall proceed in accordance with the approved plan.
26
27 8-02.3(12) Completion of Initial Planting
28 Item 1. is revised to read:
29
30 1. 100 percent of each of the plant material categories shall be installed as shown in
31 the Contract Plans. A minimum of 95% shall be in a healthy and vigorous growing
32 condition, as described in Section 8-02, on May 31st.
33
34 8-02.5 Payment
35 The 11th paragraph is revised to read:
36
37 Payment shall be increased to 70 percent of the unit contract price per each for
38 contracted plant material at the completion of the initial planting.
39
40 The 12th paragraph is revised to read:
41
42 Payment shall be increased to the appropriate percentage upon accomplishment of
43 the following phases of plant establishment.
44
45 3 months after completion of initial planting 80%
46 6 months after completion of initial planting 90%
47 Completion of 1st year plant establishment 100%
48
49 The 25th paragraph is revised to read:
50
51 "Fine Compost", per cubic yard.
52
53 The below bid item is inserted to follow the 25th paragraph:
54
55 "Coarse Compost", per cubic yard.
56
57 The 26th paragraph is revised to read:
58
59 The unit contract price per cubic yard for "Fine Compost" or "Coarse Compost" shall be
60 full pay for furnishing and spreading the compost onto the existing soil.
BENSON ROAD SOUTH-MAIN AVENUE TO S.26"`ST.
(DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS,HIGHLANDS SIDEWALKS)
CITY OF RENTON
AUGUST 2005
AMENDMENTS 2005-AUG 100
1
1W 2 SECTION 8-04, CURBS, GUTTERS, AND SPILLWAYS
3 December 6, 2004
4 8-04.3(1)A Extruded Cement Concrete Curb
5 The second and third paragraphs are revised to read:
6
7 The pavement shall be dry and cleaned of loose and deleterious material prior to curb
8 placement. Cement concrete curbs shall be anchored to the existing pavement by
9 placing steel tie bars 1 foot on each side of every joint.
10
aw 11 Tie bars shall meet the dimensions shown in the Standard Plans.
12
13 SECTION 8-07, PRECAST TRAFFIC CURB AND BLOCK TRAFFIC CURB
14 August 2, 2004
r
15 8-07.1 Description
16 This section is revised to read:
17
18 This work shall consist of furnishing and installing precast traffic curb, block traffic curb,
19 sloped mountable curb, or dual faced sloped mountable curb of the design and type
20 specified in the plans in accordance with these Specifications and in conformity to the
21 Standard Plans and the locations indicated in the plans or as directed by the Engineer.
22
23 8-07.3(1) Installing Curbs
24 This section is supplemented with the following:
a. 25
26 For sloped mountable curb installed in curves, the units shall be either curved blocks
27 precast to the radii shown in the plans or tangent blocks sawn to the dimensions shown
28 in the Standard Plans to conform to the specified radii.
29
30 8-07.3(2) Painting of Curbs
31 The first sentence is revised to read:
.r 32
33 Concrete curbing shall be painted with two full coats of paint conforming to Section 9-
34 34.2, as shown in the Plans or as designated by the Engineer.
35
,. 36 8-07.4 Measurement
37 This section is supplemented with the following:
38
39 Sloped mountable curb will be measured by the linear foot along the front face of the
a' 40 curb. Dual faced sloped mountable curb will be measured by the linear foot of tapered
41 block and nosing block installed. Measurement of both faces shall not be allowed.
42
43 8-07.5 Payment
'"' 44 This section is supplemented with the following:
45
46 "Precast Sloped Mountable Curb", per linear foot.
47 "Precast Dual Faced Sloped Mountable Curb", per linear foot.
48
49 SECTION 8-08, RUMBLE STRIPS
50 April 4, 2005
51 8-08.1 Description
52 This section is revised to read:
r 53
54 This work shall consist of constructing centerline and shoulder rumble strips by grinding
55 hot mix asphalt or cement concrete pavement. The work shall include cleanup and
56 disposal of cuttings and other resultant debris. The Standard Plans show the patterns
•
BENSON ROAD SOUTH-MAIN AVENUE TO S.20 ST.
(DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS,HIGHLANDS SIDEWALKS)
r
CITY OF RENTON
AUGUST 2005
AMENDMENTS 2005-AUG 101
w
1
1 and construction details for the centerline rumble strip and the four types of shoulder It
2 rumble strips.
3
4 8-08.4 Measurement
5 The first sentence is revised to read:
6
7 Centerline and shoulder rumble strips will be measured to the nearest 0.01-mile along
8 the mainline roadway for centerline or each shoulder.
9
10 8-08.5 Payment
11 The second paragraph is revised to read:
12
13 Layout of the rumble strip pattern on the centerline or shoulders for grinding purposes is
14 the responsibility of the Contractor. All costs involved in this work shall be included in the
15 appropriate bid item.
16
17 This section is supplemented with the following:
18
19 "Centerline Rumble Strip", per mile ,
20
21 SECTION 8-12, CHAIN LINK FENCE AND WIRE FENCE
22 August 2, 2004
fa
23 8-12.3(1)A Posts
24 The seventh paragraph is revised to read:
25
26 Pullposts shall be spaced at 1,000-foot maximum intervals for Type 1, 3, and 6 fence,
27 and at 500-foot maximum intervals for Type 4 fence.
28
29 SECTION 8-14, CEMENT CONCRETE SIDEWALKS
30 April 4, 2005
31 8-14.3(3) Placing and Finishing Concrete
32 The fourth paragraph is revised to read:
33
34 Sidewalk ramps shall be of the type specified in the Plans. The detectable warning
35 pattern shall have the truncated dome shape shown in the Standard Plans and may be
36 installed using a manufactured material before or after the concrete has cured, or by
37 installing masonry or ceramic tiles. Embossing or stamping the wet concrete to achieve
38 the truncated dome pattern or using a mold into which a catalyst hardened material is
39 applied shall not be allowed. Acceptable manufacturers' products are shown on the
40 Qualified Products List.
41
42 When masonry or ceramic tiles are used to create the detectable warning pattern, the
43 Contractor shall block out the detectable warning pattern area to the depth required for
44 installation of the tiles and finish the construction of the concrete ramp. After the
45 concrete has set and the forms have been removed, the Contractor shall install the tiles
46 using standard masonry practices.
47
48 The two-foot wide detectable warning pattern area on the ramp shall be yellow and shall
49 match Federal Standard 595a, color number 33538. When painting the detectable
50 warning pattern is required, paint shall conform to section 9-34.2(1).
51
52 8-14.3(5) Ramp Detectable Warning Retrofit
53 This section is supplemented with the following:
54
55 Where shown in the plans, the Contractor shall retrofit existing cement concrete
56 sidewalk ramps by installing a detectable warning pattern having the truncated dome
57 shape shown in the Standard Plans. The warning pattern shall be the width of the ramp
BENSON ROAD SOUTH-MAIN AVENUE TO S.261"ST.
(DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS,HIGHLANDS SIDEWALKS)
CITY OF RENTON
AUGUST 2005
AMENDMENTS 2005-AUG 102
1 and cover the bottom two feet of the ramp. The truncated dome pattern shall be
2 perpendicular to the long axis of the ramp.
3
4 The Contractor shall use one of the detectable warning pattern products listed in the
5 Qualified Products List or submit another manufacturer's product for approval by the
6 Engineer. The warning pattern shall be capable of being bonded to an existing cement
7 concrete surface. The surface of the warning pattern, excluding the domes, shall not be
8 more than 3/8 inch above the surface of the concrete after installation.
�. 9
10 8-14.4 Measurement
11 This section is supplemented with the following:
12
13 Ramp detectable warning retrofit will be measured by the square foot of truncated dome
14 material installed on the existing ramp.
15
16 8-14.5 Payment
17 The following new bid item is inserted after "Cement Conc. Sidewalk Ramp Type ", per
18 each.
19
20 "Ramp Detectable Warning Retrofit", per square foot.
21
22 SECTION 8-15, RIPRAP
23 April 5, 2004
24 8-15.3(6) Quarry Spalls
25 The second sentence is revised to read:
26
27 After placement, the quarry spalls shall be compacted to be uniformly dense and
28 unyielding.
29
30 8-15.5 Payment
31 In the second paragraph, the first sentence is revised to read:
32
33 The unit contract price per ton or per cubic yard for the class or kind of riprap specified
34 above shall be full pay for furnishing all labor, tools, equipment, and materials required
35 to construct the riprap protection, except for excavation.
36
37 SECTION 8-17, IMPACT ATTENUATOR SYSTEMS
38 April 5, 2004
39 This section is revised to read:
W 40
41 8-17.1 Description
42 This work shall consist of furnishing, constructing, repairing, and removing permanent
43 and temporary impact attenuator systems selected from the approved list shown in the
44 Plans.
45
46 8-17.2 Materials
.,. 47 Sand for inertial barrier systems shall not contain more than 5% water by weight.
48 Commercial grade urea shall be thoroughly mixed with the sand in an amount equal to 5
49 percent, by weight, of the sand.
50
• 51 Undamaged sand barrel impact attenuators that have been previously utilized may be
52 utilized in a temporary impact attenuator array only, if inspected and approved by the
53 Engineer prior to use.
54
55 8-17.3 Construction Requirements
56 The assembly and installation of all attenuator systems, except those utilizing sand
57 barrels, shall be supervised at all times by either a manufacturer's representative or an
58 installer who has been trained and certified by the manufacturer of the system. If the
BENSON ROAD SOUTH-MAIN AVENUE TO S.26"'ST.
(DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS,HIGHLANDS SIDEWALKS)
r CITY OF RENTON
AUGUST 2005
AMENDMENTS 2005-AUG 103
WAY
1 supervision is provided by a trained installer, a copy of the installer certification shall be
2 provided to the Engineer prior to installation.
3
4 Assembly and installation shall be in accordance with the manufacturer's
5 recommendations. This work shall include the connection to a concrete barrier, bridge
6 abutment or a transition section identified in the Plans, construction of a steel reinforced
7 concrete pad or concrete backup, and anchorage to the pavement, if required by the
8 manufacturer's assembly and installation procedures.
9
10 The Contractor shall have a complete set of replacement parts on the jobsite for each
11 type of temporary impact attenuator in use on the project and shall repair all damaged
12 impact attenuators immediately.
13
14 When the Engineer determines that a temporary impact attenuator is no longer needed,
15 then the Contractor shall remove that attenuator from the project. The removed
16 equipment shall remain the property of the Contractor.
17
18 8-17.4 Measurement .
19 Temporary and permanent impact attenuators will be measured per each for each at
20 installation.
21
22 Resetting impact attenuators will be measured per each for each installation that is
23 adjusted or reset to a new location on the project. The Contracting Agency will not 4
24 measure resetting impact attenuators when it is for the benefit of the Contractor's
25 operations.
26
27 8-17.5 Payment
28 Payment will be made in accordance with Section 1-04.1, for the following bid items
29 when they are included in the proposal:
30 W
31 "Temporary Impact Attenuator", per each.
32 The unit contract price for "Temporary Impact Attenuator" shall be full pay for all
33 work associated with the installation, maintenance, and the final removal of the
34 temporary impact attenuator. as
35
36 "Permanent Impact Attenuator", per each.
37 The unit contract price for "Permanent Impact Attenuator" shall be full pay for all
38 work associated with furnishing, installing and all other costs involved with It
39 installing the impact attenuator in accordance with the manufacturer's
40 recommendations.
41
42 "Resetting Impact Attenuator", per each.
43 The unit contract price for"Resetting Impact Attenuator" shall be full pay for all work
44 associated with the removing, transporting, and resetting an impact attenuator.
45
46 If an impact attenuator is damaged, it will be repaired in accordance with Section 1-
47 07.13(4) under the bid item "Reimbursement For Third Party Damage". No
48 payment will be made for repair of impact attenuators damaged by the Contractor's
49 operations.
50
51 SECTION 8-18, MAILBOX SUPPORT
52 August 2, 2004
53 8-18.2 Materials
54 This section is revised to read:
55
56 Materials shall meet the requirements of the following sections:
57
58 Steel Posts 9-32.1
59 Bracket, Platform, and Anti-Twist Plate 9-32.2
BENSON ROAD SOUTH-MAIN AVENUE TO S.20 ST.
(DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS,HIGHLANDS SIDEWALKS)
CITY OF RENTON
AUGUST 2005
AMENDMENTS 2005-AUG 104
1 Type 2 Mailbox Support 9-32.7
ow 2 Timber Sign Posts 9-28.14(1)
3 Fasteners 9-32.5
4 Snow Guard 9-32.6
1W 5 Concrete Base 9-32.8
6 Steel pipe 9-32.9
7 U-Channel Post 9-32.10
8
+r 9 Mailboxes will be furnished by others.
10
11 8-18.3 Construction Requirements
12 This section is supplemented with the following:
13
14 8-18.3(1) Type 3 Mailbox Support
15 The concrete base shall be constructed using commercial concrete, with the pipe set to
,r 16 the dimensions shown in the Standard Plans. The base shall be crowned so as to shed
17 water. The concrete may be mixed on the jobsite as specified in Section 6-02.3(4)B.
18
19 The U-channel post may be driven in place provided the method of driving does not
aw 20 damage the post.
21
22 With the Engineer's consent, a Type 3 Mailbox Support design, made of steel or other
23 durable material, that meets the NCHRP 350 crash test criteria may be used in place of
24 the design shown in the Standard Plans. In which case, the manufacturer's
25 recommendations concerning installation shall be followed; however, the mailbox itself
26 shall be positioned on the roadway according to the dimensions shown in the Standard
.. 27 Plans.
28
29 SECTION 8-19, REDIRECTIONAL LAND FORM
30 April 5, 2004
31 This section is deleted, and the section title is revised to VACANT.
32
33 SECTION 8-20,ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND ELECTRICAL
34 April 5, 2004
35 8-20.3(5) Conduit
36 The third sentence in the seventeenth paragraph is revised to read:
37
38 Grout shall obtain a minimum of 4000 psi compressive strength at 7 days.
39
40 8-20.3(6) Junction Boxes, Cable Vaults, and Pull boxes
41 This section is supplemented with the following:
42
43 Where conduit and junction boxes are placed in barrier, the Prime Contractor shall
44 coordinate the work of the Contractor constructing the barrier and the electrical
45 Contractor so that each junction box placed in the barrier is placed in correct alignment
46 with respect to the barrier, with the face of the box flush or uniformly chamfered within 1/2
1W 47 inch of the barrier surface. If any point on the surface of the junction box placed in
48 barrier is recessed more than 1/2 inch from the surface of the barrier, the Contractor
49 shall install a box extension meeting the Engineer's approval and grout around the
50 extension or remove and replace the entire section of barrier.
• 51
52 8-20.3(9) Bonding, Grounding
53 The first paragraph is revised to read:
54
55 All metallic appurtenances containing electrical conductors (luminaires, light standards,
56 cabinets, metallic conduit, non-metallic conduit, etc.) shall be made mechanically and
57 electrically secure to form a continuous systems which shall be effectively grounded.
58 Where metallic conduit systems are employed, the conduit system constitutes the
BENSON ROAD SOUTH-MAIN AVENUE TO S.26"'ST.
(DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS,HIGHLANDS SIDEWALKS)
r
CITY OF RENTON
AUGUST 2005
AMENDMENTS 2005-AUG 105
r
1 equipment grounding conductor. Where nonmetallic conduit is installed, the installation
2 shall include an equipment ground conductor, in addition to the conductors noted in the
3 contract. Bonding jumpers and equipment grounding conductors shall be installed in
4 accordance with Section 9-29.3. The equipment ground conductor between the
5 isolation switch and the sign lighter fixtures may be No. 14 AWG stranded copper ro
6 conductor. Where parallel circuits are enclosed in a common conduit, the equipment
7 grounding conductor shall be sized by the rating of the largest overcurrent device
8 serving any circuit contained within the conduit.
9
10 8-20.3(11) Testing
11 The fourth paragraph is revised to read:
12
13 When the project includes a traffic signal system, the Contractor shall conduct tests
14 noted in Section 8-20.3(14)D. The Contractor shall provide the Engineer a minimum of
15 five days advance written notice of the proposed traffic signal turn-on date and time.
16 The traffic signal turn-on procedure shall not begin until all required channelization,
17 pavement markings, illumination, signs, and sign lights are substantially complete and
18 operational unless otherwise allowed by the Engineer. The Contractor shall provide
19 traffic control to stop all traffic from entering the intersection. The Contracting Agency
20 electronics technician will program the controller and enter the timing data, then turn
21 the traffic signal system to its flash mode to verify proper flash indications. The
22 Contracting Agency electronics technician will then conduct functional tests to
23 demonstrate that each part of the traffic signal system functions as specified. The air
24 Contractor shall conduct functional tests to demonstrate that each part of the
25 illumination system, or other electrical system, functions as specified. These
26 demonstration shall be conducted in the presence of a Contracting Agency electronic
27 technician, the Contracting Agency electrical inspector, and Regional Traffic Engineer or
28 his/her designee. The Contracting Agency electronics technician will then turn the traffic
29 signal to stop-and-go operation for no less than one full cycle. Based on the results of
30 the turn-on, the Engineer will direct the Contracting Agency electronics technician to
31 either turn the traffic signal on to normal stop-and-go operation, to turn the signal to
32 flash mode for a period not to exceed five calendar days, or to turn the signal off and
33 require the Contractor to cover all signal displays and correct all deficiencies.
34 wr
35 SECTION 8-22, PAVEMENT MARKING
36 April 4, 2005
37 8-22.1 Description
38 Transverse Markings
39 This section is revised to read:
40
41 Crosswalk Line
42 A series of SOLID WHITE lines, 24 inches wide and 8 feet long, conforming to
43 details in the Standard Plans.
44
45 Stop Line
46 A SOLID WHITE line, 18 inches wide unless noted otherwise in the Contract.
47
48 Symbol Markings
49 This section is supplemented with the following:
50
51 Access Parking Space Symbol with Background
52 A WHITE marking with, a BLUE background and WHITE border conforming to
53 details in the Standard Plans that is used to a designate restricted parking stall on
54 cement concrete pavement surfaces.
55
56 Yield Line Symbol
57 A series of WHITE markings conforming to details in the Standard Plans forming a
58 transverse line across a vehicle path and used to designate the point when vehicles
59 shall yield before entering a traffic lane.
BENSON ROAD SOUTH-MAIN AVENUE TO S.20 ST.
(DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS,HIGHLANDS SIDEWALKS)
CITY OF RENTON
AUGUST 2005
AMENDMENTS 2005-AUG 106
1
"' 2 Yield Ahead Symbol
3 A WHITE marking conforming to details in the Standard Plans that is used in
4 advance of a yield line.
5
6 Speed Bump Symbol
7 WHITE marking used to identify a speed bump placed in a traffic lane.
8
9 8-22.3(2) Preparation of Roadway Surfaces
10 This section is revised to read:
11
12 For the application of paint the pavement surface temperature and ambient temperature
13 shall be 50° F and rising. New and existing HMA pavement shall be dry, clean and free
14 of contaminants such as surface oils. Portland cement concrete pavement shall have a
15 minimum compressive strength of 2500 psi and shall be dry, clean and free of
w„ 16 contaminants. Contaminants shall be removed by approved mechanical means.
17
18 For the application of plastic pavement marking material surface temperature and
19 ambient temperature shall be 50° F and rising. New and existing HMA pavement shall
rr 20 be dry, clean, and free of contaminants such as surface oils and existing pavement
21 marking materials. Portland cement concrete pavement shall also be free of
22 contaminants including curing agents. Contaminants shall be removed by approved
23 mechanical means.
24
25 Pavement surfaces shall be prepared for plastic marking application in accordance with
26 the previous paragraph and the pavement marking material manufacturer's
,. 27 recommendations. Manufacturers of Type D material also require a pavement cure
28 period prior to application. Typically, Type D material applied on hot mix asphalt
29 pavement requires a pavement cure period of 21 days. Typically, Type D material
30 applied on portland cement concrete pavement requires a pavement cure period of 28
31 days. These cure periods may be reduced if the manufacturer performs a successful
32 bond test.
33
34 Existing pavement marking material shall be removed, measured, and paid for in
35 accordance with the provisions in this section of the Standard Specifications.
36
37 8-22.3(3) Marking Application
AW 38 The first paragraph is revised to read:
39
40 Lane line and right edge line shall be white in color. Center line and left edge line shall
41 be yellow in color. All temporary pavement markings shall be retroreflective. Paint and
.. 42 sprayed or extruded plastic material shall be applied with a top dressing of glass
43 breads. Two applications of paint will be required to complete all paint markings. The
44 time period between paint applications will vary depending on the type of pavement and
45 paint (low VOC waterborne, high VOC solvent, or low VOC solvent) as follows:
46
47 Pavement Type Paint Type Time Period
48 Bituminous Surface Treatment Low VOC Waterborne 4 hours min., 48
49 hours max.
50 Hot Mix Asphalt Pavement Low VOC Waterborne 4 hours min., 30
51 days max.
52 Cement Concrete Pavement Low VOC Waterborne 4 hours min., 30
•r 53 days max.
54 Bituminous Surface Treatment High and Low VOC Solvent 40 min. min., 48
55 hrs. max.
56 Hot Mix Asphalt Pavement High and Low VOC Solvent 40 min. min., 30
57 days max.
58 Cement Concrete Pavement High and Low VOC Solvent 40 min. min., 30
59 days max.
o, 60
BENSON ROAD SOUTH-MAIN AVENUE TO S.26'ST.
(DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS,HIGHLANDS SIDEWALKS)
IIr CITY OF RENTON
AUGUST 2005
AMENDMENTS 2005-AUG 107
r�r
1 The first sentence of the second paragraph is revised to read: so
2
3 Where paint is applied on centerline on two-way roads with bituminous surface
4 treatment or centerline rumble strips, the second paint application shall be applied in the
5 opposite direction as the first application.
6
7 The ninth and tenth paragraphs are revised to read:
8
9 Profiles are defined as that portion of the plastic line that is applied at a greater
10 thickness than the base line thickness. Profiles shall be applied using the extruded
11 method in the same application as the base line. See the Standard Plans for details.
12
13 Embossed plastic lines are defined as a plastic line applied with a transverse groove.
14 Embossed plastic lines may be applied with profiles. See the Standard Plans for details.
15
16 The last paragraph is revised to read:
17
18 When two or more spray applications are required to meet thickness requirements for
19 Type A and Type D materials, top dressing with glass beads is only allowed on the last
20 application. Any loose beads, dirt or other debris shall be swept or blown off the line
21 prior to application of each successive application. Successive applications shall be
22 applied squarely on top of the preceding application.
23
24 8-22.4 Measurement
25 The sixth paragraph is revised to read:
26
27 Diagonal and chevron-shaped lines used to delineate medians, gore areas, and parking
28 stalls are constructed of painted or plastic 4 inch and 8 inch wide lines in the color and
29 pattern shown in the Standard Plans. These lines will be measured as painted or plastic
30 line or wide line by the linear foot of line installed. Crosswalk line will be measured by
31 the square foot of marking installed.
32
33 The seventh paragraph is revised to read:
34
35 Traffic arrows, traffic letters, access parking space symbols, HOV symbols, railroad
36 crossing symbols, drainage markings, bicycle lane symbols, aerial surveillance full, and
37 1/2 markers, yield line symbols, yield ahead symbols, and speed bump symbols will be
38 measured per each. Type 1 through 6 traffic arrows will be measured as one unit each,
39 regardless of the number of arrow heads.
40
41 The ninth paragraph is revised to read:
42
43 Removal of traffic arrows, traffic letters, access parking space symbol, HOV lane
44 symbol, railroad crossing symbol, bicycle lane symbols, drainage markings, aerial
45 surveillance full and 1/2 markers, yield line symbol, yield ahead symbol, and speed
46 bump symbol will be measured per each. Removal of crosswalk lines will be measured
47 by the square foot of lines removed.
48
49 8-22.5 Payment
50 The following items are deleted:
51
52 "Painted HOV Lane Symbol Type "
53 "Plastic HOV Lane Symbol Type "
54
55 This section is supplemented with the following:
56
57 "Painted Access Parking Space Symbol with Background", per each.
58 "Plastic Access Parking Space Symbol with Background", per each.
59 "Painted HOV Lane Symbol", per each.
60 "Plastic HOV Lane Symbol", per each.
BENSON ROAD SOUTH-MAIN AVENUE TO S.2r ST.
(DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS,HIGHLANDS SIDEWALKS)
CITY OF RENTON
AUGUST 2005
AMENDMENTS 2005-AUG 108
1 "Painted Yield Line Symbol", per each.
'r 2 "Plastic Yield Line Symbol", per each.
3 "Painted Yield Ahead Symbol", per each.
4 "Plastic Yield Ahead Symbol", per each.
.w 5 "Painted Speed Bump Symbol", per each.
6 "Plastic Speed Bump Symbol", per each.
7
8 SECTION 8-23, TEMPORARY PAVEMENT MARKINGS
9 August 1, 2005
10 8-23.1 Description
11 The second paragraph under "Temporary Lane Line" is revised to read:
12
13 Lane line and right edge line shall be white in color. Center line and left edge line shall
14 be yellow in color. Edge Lines shall be installed only if specifically required in the
.. 15 contract. All temporary pavement markings shall be retroreflective.
16
17 SECTION 9-01, PORTLAND CEMENT
18 December 6, 2004
.r
19 9-01.2(1) Portland Cement
20 This section is revised to read:
21
22 Portland cement shall conform to the requirements for Types I, II, or III cement of the
23 Standard Specifications for Portland Cement, AASHTO M 85 or ASTM C 150, except
24 that the content of alkalis shall not exceed 0.75 percent by weight calculated as Na20
�r 25 plus 0.658 K20and except that the content of Tricalcium aluminate (C3A) shall not
26 exceed 8 percent by weight calculated as 2.650A1203 minus 1.692Fe203. The total
27 amount of processing additions used shall not exceed 1% of the weight of portland
28 cement clinker. The type and amount of processing additions used shall be shown on
29 mill test reports.
30
31 The time of setting shall be determined by the Vicat Test method, AASHTO T 131 or
ow 32 ASTM C 191.
33
34 9-01.2(4) Blended Hydraulic Cement
35 This section is revised to read:
+r. 36
37 Blended hydraulic cement shall be either Type I (MS), Type I (SM) (MS) or Type I (PM)
38 (MS) cement conforming to AASHTO M 240 and meet the following additional
39 requirements:
40
41 1. Type IP(MS) Portland - Pozzolan Cement with moderate sulfate resistance.
42
43 This product shall be limited to Portland Cement and Pozzolan. Pozzolan shall
44 be limited to fly ash or ground granulated blast furnace slag. Fly ash is limited
45 between 15 percent and 35 percent by weight of the cementitious material.
46 Ground granulated blast furnace slag is limited between 15 percent and 25
.. 47 percent by weight of the cementitious material.
48
49 2. Type I(SM) (MS) Slag Modified Portland Cement with moderate sulfate
50 resistance.
51
52 This product shall be limited to Portland Cement and ground granulated blast
53 furnace slag. The addition of ground granulated blast furnace slag shall be
„r 54 limited to a maximum of 25 percent by weight of the cementitious material.
55
56 3. Type I(PM)(MS) Pozzolan — Modified Portland Cement with moderate sulfate
57 resistance.
.. 58
BENSON ROAD SOUTH-MAIN AVENUE TO S.20 ST.
(DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS,HIGHLANDS SIDEWALKS)
Nr CITY OF RENTON
AUGUST 2005
AMENDMENTS 2005-AUG 109
r
I
1 The product shall be limited to Portland Cement and pozzolan. The pozzolan
2 shall be limited to fly ash or ground granulated blast furnace slag at a
3 maximum of 15 percent by weight of the cementitious material. A
4 to
5 The source and weight of the fly ash or ground granulated blast furnace slag shall be
6 certified on the cement mill test certificate and shall be reported as a percent by weight
7 of the total cementitious material. The fly ash or ground granulated blast furnace slag
8 constituent content in the finished cement will not vary morethan plus or minus 5 to
9 percent by weight of the finished cement from the certified value.
10
11 Fly ash shall meet the requirements of Section 9-23.9 of these Standard Specifications.
12
13 Ground granulated blast furnace slag shall meet the requirements of Section 9-23.10 of
14 these Standard Specifications.
15
16 SECTION 9-02, BITUMINOUS MATERIALS
17 August 1, 2005
18 9-02.1(3) Rapid-Curing (RC) Liquid Asphalt
19 The column headings MC-70, MC-250, MC-800, and MC-3000 are revised to RC-70, RC-
20 250, RC-800, and RC-3000 respectively.
21
22 The RC-250 requirement for "Residue of 680°F distillation % volume by difference" is revised
23 from 67 to 65.
24
25 9-02.1(4)A Performance Grade (PG) Asphalt Cement
26 This section including title is revised to read:
27
28 9-02.1(4)A Performance Graded Asphalt Binder
29
PG58 PG64 PG70 PG76
Performance Grade
-22 -28 -34 -22 728 -34 1 -22 1 -28 1 -34 1 -22 1 -28
Original Binder
Flash point temp,
AASHTO T48 Minimum 230
0C
Viscosity,AASHTO T316
Maximum 3 Pa•s, test 135
temp, OC
Dynamic shear, AASHTO
T315 G*/sinS, minimum 58 64 70 76
1.00 kPa Test temp. @
10 rad/s, 0C
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, oC
Pressure Aging Vessel Residue (AASHTO R28)
PAV aging temperature, 100
1
BENSON ROAD SOUTH-MAIN AVENUE TO S.26-ST.
(DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS,HIGHLANDS SIDEWALKS)
CITY OF RENTON
AUGUST 2005
AMENDMENTS 2005-AUG 110
nn Dynamic shear, AASHTO
T315 G`sinS, maximum 22 19 16 25 22 19 28 25 22 31 28
5000 kPa Test temp. 4
10 rad/s, 0C
we
Creep stiffness, AASHTO
T313 S, maximum 300 -12 -18 -24 -12 -18 -24 -12 -18 -24 -12 -18
aw MPa, m-value, minimum
0.300 Test temp. Cep 60 s,
oC
1
.. 2 All Performance Grade asphalt binders not included in this chart shall be determined by
3 Table 1-Performance Graded Asphalt Binder Specification in AASHTO M320.
4
5 9-02.1(9) Coal Tar Pitch Emulsion
6 The first two sentences are replaced with the following:
7
8 The coal tar pitch emulsions shall conform to the requirements found in ASTM D 5727.
.. 9
10 SECTION 9-03, AGGREGATES
11 August 1, 2005
�• 12 9-03.1(1) General Requirements
13 This section is revised to read:
14
15 Portland cement concrete aggregates shall be manufactured from ledge rock, talus, or
16 sand and gravel in accordance with the provisions of Section 3-01.
17
18 Aggregates tested in accordance with AASHTO T 303 or ASTM C 1260 with expansion
19 greater than 0.20 percent are Alkali Silica Reactive (ASR) and will require mitigating
20 measures. Aggregates tested in accordance with ASTM C 1293 with expansion greater
21 than 0.04 percent are Alkali Silica Reactive (ASR) and will require mitigating measures.
22
•• 23 Aggregates for use in Commercial Concrete as defined in 6-02.3(2)B shall not require
24 mitigation.
25
26 Mitigating measures for aggregates with expansions from 0.21 to 0.45 percent, when
"' 27 tested in accordance with AASHTO T 303 or ASTM C 1260, may be accomplished by
28 using low alkali cement as per 9-01.2(3) or by using 25% Class F fly ash by total weight
29 of the cementitious materials. The Contractor may submit an alternative mitigating
,r 30 measure through the Project Engineer to the State Materials Laboratory for-approval
31 along with evidence in the form of test results from AASHTO T 303 or ASTM C 1260 that
32 demonstrate the mitigation when used with the proposed aggregate controls expansion
33 to 0.20 percent or less. The agency may test the proposed ASR mitigation measure to
wr 34 verify its effectiveness. In the event of a dispute, the agency's results will prevail.
35
36 Mitigating measures for aggregates with expansions greater than 0.45 percent when
37 tested in accordance with AASHTO T-303 or ASTM C-1260 shall include the use of low
'! 38 alkali cement per 9-01.2(3) and may include the use of fly ash, lithium compound
39 admixtures, ground granulated blast furnace slag or other material as approved by the
40 Engineer. The Contractor shall submit evidence in the form of test results from ASTM C
41 1260 or AASHTO T 303 through the Project Engineer to the State Materials Laboratory
42 that demonstrate the proposed mitigation when used with the aggregates proposed will
43 control the potential expansion to 0.20 percent or less before the aggregate source may
44 be used in concrete. The agency may test the proposed ASR mitigation measure to
.. 45 verify its effectiveness. In the event of a dispute, the agency's results will prevail.
46
47 Passing petrographic analysis (ASTM C 295) accepted by WSDOT prior to August 1,
48 2005, is acceptable as proof of mitigation until the aggregate source is reevaluated.
BENSON ROAD SOUTH-MAIN AVENUE To S.20 ST.
(DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS,HIGHLANDS SIDEWALKS)
ow CITY OF RENTON
AUGUST 2005
AMENDMENTS 2005-AUG 111
VW
1
2 ASTM C 1293 sampling and testing must be coordinated through the WSDOT State
3 Materials Laboratory, Documentation Section utilizing the ASA (Aggregate Source 1
4 Approval ) process. Cost of sampling, testing, and processing will be borne by the
5 source owner.
6
7 9-03.1(4)C Grading
8 The third paragraph is revised to read:
9
10 In individual tests, a variation of four under the minimum percentages or over the
11 maximum percentages will be permitted, provided the average of three consecutive
12 tests is within the specification limits. Coarse aggregate shall contain no piece of greater nr
13 size than two times the maximum sieve size for the specified grading measured along
14 the line of greatest dimension.
15
16 9-03.1(5) Combined Aggregate Gradation for Portland Cement Concrete °1
17 This section is revised to read:
18
19 As an option to using Coarse and Fine graded aggregates for Portland Cement
20 Concrete, aggregate gradation may consist of a combined gradation. Aggregates shall
21 consist of sand, gravel, crushed stone, or other inert material or combinations thereof,
22 having hard, strong durable particles free from adherent coatings. Aggregates shall be
23 washed to remove clay, loam, alkali, organic matter, silt, bark, sticks, or other 40
24 deleterious matter.
25
26 9-03.1(5)B Grading
27 This section is revised to read:
28
29 If a nominal maximum aggregate size is not specified, the Contractor shall determine
30 the nominal maximum aggregate size, using ACI 211 .1 as a guide. In no case will the
31 maximum aggregate size exceed one-fifth of the narrowest dimension between sides of
32 the forms, one-third the depth of slabs, nor three-fourths of the minimum clear spacing
33 between individual reinforcing bars, bundles of bars, or pretensioning strands.
34
35 The combined aggregate shall conform to the following requirements based upon the
36 nominal maximum aggregate size.
37
38 Nominal Maximum
39 Aggregate Size 1-1/2 1 3/4 1/2 3/8 No. 4
40
41 2
42 1-1/2 87. :::1:00
43 1 $ y 1:00:.:.::
44 3/4 62-88
45 1/2 57-83 1QO:.:::
46 3/8 43-64 60-88 3 3'` ........1-0.0..::
47 4 29-47 34-54 41-64 48-73 '$ { `
48 8 19-34 22-39 27-47 31-54 39-73
49 16 12-25 14-29 17-34 20-39 24-54 28-73
50 30 7-18 8-21 9-25 11-29 13-39 16-54
51 50 3-14 3-15 4-18 5-21 6-29 7-39
52 100 0-10 0-11 0-14 0-15 0-21 0-29
53 200 0-2.0 0-2.0 0-2.0 0-2.0 0-2.0 0-2.0
54
55 ' '` = Nominal Maximum Size
56 ..............
57 All percentages are by weight.
58
BENSON ROAD SOUTH-MAIN AVENUE TO S.26 'ST.
(DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS,HIGHLANDS SIDEWALKS)
CITY OF RENTON
AUGUST 2005
AMENDMENTS 2005-AUG 112 ,
"W 1 Nominal maximum size for concrete aggregate is defined as the smallest standard sieve
2 opening through which the entire amount of the aggregate is permitted to pass.
3 Standard sieve sizes shall be those listed in ASTM C 33.
4
5 The Contracting Agency may sample each component aggregate prior to introduction to
6 the weigh batcher or as otherwise determined by the Engineer. Each separate
7 component will be sieve analyzed alone per AASHTO Test Method T-11/27. All material
8 components will be mathematically re-combined by proportions (Weighted Average),
9 supplied by the Contractor.
10
11 9-03.8(2) HMA Test Requirements
12 Number 1 is revised to read:
13
14 Vacant.
15
,,. 16 Item 3 is revised to read:
17
18 3. The uncompacted void content for the combined fine aggregate is tested in
19 accordance with WSDOT Test Method for AASHTO T 304, Method A. The minimum
20 percent voids shall be as required in the following table:
21
22 Traffic HMA Evaluation
r 23 ESAL's (millions) Statistical & Nonstiatistical Commercial
24 < 3 40 40
25 ? 3 44 40
26
27 The last paragraph of this section is revised to read:
28
29 When material is being produced and stockpiled for use on a specific contract or for a
30 future contract, the fine aggregate angularity, fracture, and sand equivalent
31 requirements shall apply at the time of stockpiling. When material is used from a
32 stockpile that has not been tested as provided above, the specifications for fine
33 aggregate angularity, fracture, and sand equivalents shall apply at the time of its
M. 34 introduction to the cold feed of the mixing plant.
35
36 9-03.8(7) HMA Tolerances and Adjustments
37 The requirement for "VMA" is revised to read:
38
39 VMA 1.5% below minimum value in 9-03.8(2)
40
41 9-03.12(4) Gravel Backfill for Drains
+� 42 The percent Passing for Sieve size 3/8" square is revised from 10 - 40" to "0 - 40".
43
44 9-03.12(5) Gravel Backfill for Drywells
45 The percent passing for sieve size 1" square is revised to "50-100".
46
47 9-03.14 Borrow
48 This section is supplemented with the following:
49
50 9-03.14(1) Gravel Borrow
51 Ballast may be substituted for gravel borrow for embankment construction.
52
+� 53 9-03.14(4) Gravel Borrow for Geosynthetic Retaining Wall
54 All backfill material used in the reinforced soil zone of the geosynthetic retaining wall
55 shall conform to requirements of Section 9-03.14(1) and shall be free draining, free from
56 organic or otherwise deleterious material. The material shall be substantially free of
57 shale or other soft, poor durability particles, and shall not contain recycled materials,
58 such as glass, shredded tires, portland cement concrete rubble, or asphaltic concrete
59 rubble. The backfill material shall meet the following requirements:
60
BENSON ROAD SOUTH-MAIN AVENUE TO S.20 ST.
(DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS,HIGHLANDS SIDEWALKS)
CITY OF RENTON
AUGUST 2005
AMENDMENTS 2005-AUG 113
r
1 Property Test Method Allowable Test Value up
2 Los Angeles Wear,
3 500 rev. AASHTO T 96 35 percent max.
4 Degradation WSDOT Test Method 113 15 min.
5 pH AASHTO T 289-91 so
6
7 ** 4.5 to 9 for permanent walls and 3 to 10 for temporary walls
9 Wall backfill material satisfying these gradation, durability and chemical requirements
10 shall be classified as nonaggressive.
11
12 9-03.21(2) Recycled Hot Mix Asphalt
13 The Maximum Bitumen Content (Percent) for Gravel Borrow is revised from "0" to 1.2".
14
15 SECTION 9-04, JOINT AND CRACK SEALING MATERIALS
16 April 5, 2004
17 9-04.2(2) Two Component Poured Rubber Joint Sealer
18 The section title is revised to read:
19
20 9-04.2(2) Poured Rubber Joint Sealer
21
22 SECTION 9-05, DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS
23 August 1, 2005
24 9-05.1(2) Zinc Coated (Galvanized) or Aluminum Coated (Aluminized) -
25 Corrugated Iron or Steel Drain Pipe
26 This section is revised to read: '
27
28 Zinc coated (galvanized) or aluminum coated (aluminized Type 2) corrugated iron or
29 steel drain pipe shall meet the requirements of AASHTO M 36. The steel sheet ,
30 thickness shall be 0.064 inch for 6-inch diameter and larger drain pipe. Zinc coated
31 steel shall meet the material requirements of AASHTO M 218 (ASTM A929). Aluminum
32 coated steel shall meet the material requirements of AASHTO M-274 (ASTM A929).
33
34 9-05.2(4) Zinc Coated (Galvanized) or Aluminum Coated (Aluminized) -
35 Corrugated Iron or Steel Underdrain Pipe
36 This section is revised to read:
37
38 Zinc coated (galvanized) or aluminum coated (aluminized type 2) corrugated iron or
39 steel underdrain pipe shall meet the fabrication requirements of AASHTO M 36, except
40 that perforations required in Class I, 11, and III pipe may be located anywhere on the
41 tangent of the corrugations provided the other perforation spacing requirements remain
42 as specified. Zinc coated steel shall meet the material requirements of AASHTO M 218
43 (ASTM A929). Aluminum coated steel shall meet the material requirements of
44 AASHTO M-274 (ASTM A929). '
45
46 The pipe may conform to any one of the Type III pipes specified in AASHTO M 36, and
47 perforations in Class I, 11, and III pipe may be drilled or punched. The sheet thickness
48 shall be 0.064 inch for 6-inch and larger diameter underdrain pipe.
49
50 9-05.4 Steel Culvert Pipe and Pipe Arch
51 This section is revised to read: '
52
53 Steel culvert pipe and pipe arch shall meet the fabrication requirements of AASHTO M
54 36, Type I and Type ll. . Zinc coated steel shall meet the material requirements of
55 AASHTO M 218 (ASTM A929). Aluminum coated steel shall meet the material
56 requirements of AASHTO M-274 (ASTM A929).
57
BENSON ROAD SOUTH-MAIN AVENUE TO S.20 ST.
(DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS,HIGHLANDS SIDEWALKS)
CITY OF RENTON
AUGUST 2005
AMENDMENTS 2005-AUG 114
1 9-05.4(3) Protective Treatment
MW 2 This section is revised to read:
3
4 Steel pipe and pipe arch culverts shall be coated by one of the following protective
56 treatments, when such treatment is specified:
7 Treatment 1 Coated uniformly inside and out with asphalt as per 9-05.4(4)
8 (AASHTO M190 Type A) or with polymer as per 9-05.4(6).
9 Treatment 2 Coated uniformly inside and out with asphalt and with an asphalt
10 paved invert (AASHTO M 190 Type C) or with polymer as per 9-
11 05.4(6).
12 Treatment 3 This treatment is no longer available.
�"' 13 Treatment 4 This treatment is no longer available.
14 Treatment 5 Coated inside and out with asphalt and a 100 percent periphery
15 inside spun asphalt lining (AASHTO M 190 Type D).
„r 16 Treatment 6 This treatment is no longer available.
17
18 9-05.4(4) Asphalt Coatings and Paved Inverts
19 Aluminum thickness in inches is deleted from the chart under item 1.
• 20
21 The second paragraph under item 2 is revised to read:
22
23 The paved invert for Treatment 2 shall consist of bituminous material applied in such a
24 manner that one or more smooth pavements will be formed in the invert filling the
25 corrugations for at least 40 percent of the circumference. The pavement shall have a
26 minimum thickness of 1/8 inch above the crest of the corrugations except where the
27 upper edges intercept the corrugation. The pavements shall be applied following the
28 coating with asphalt . Treatment 5 may be substituted for Treatment 2, at the option of
29 the Contractor.
30
31 Section 9-05 is supplemented with the following new section:
32
33 9-05.4(5) Polymer Protective Coating
■r 34 Polymer coated steel pipe and pipe-arch shall meet the fabrication requirements of
35 AASHTO M 36 (ASTM A760). Polymer protective coatings shall meet the material
36 requirements of AASHTO M 246 (ASTM A742). Polymer coating shall be mill applied to
37 galvanized steel coils before fabrication and shall measure 10 mils thick on each side.
38
39 9-05.5(3) Protective Treatment
40 This section including title is revised to read:
41
+• 42 9-05.5(3) Vacant
43
44 9-05.5(4) Asphalt Coatings
45 This section including title is revised to read:
46
47 9-05.5(4) Vacant
48
49 9-05.9 Steel Spiral Rib Storm Sewer Pipe
50 This section is revised to read:
51
52 Steel spiral rib storm sewer pipe shall meet the fabrication requirements of AASHTO M
53 36 and these Specifications. Zinc coated steel shall meet the material requirements of
54 AASHTO M 218 (ASTM A929). Aluminum coated steel shall meet the material
55 requirements of AASHTO M-274 (ASTM A929). The size, coating, metal, and
56 protective treatment, if any, shall be as shown in the Plans or in the specifications.
57
58 The manufacturer of spiral rib storm sewer pipe shall furnish the Engineer a
59 Manufacturer's Certificate of Compliance stating that the materials furnished comply in
BENSON ROAD SOUTH-MAIN AVENUE TO S.20 ST.
(DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS,HIGHLANDS SIDEWALKS)
CITY OF RENTON
AUGUST 2005
AMENDMENTS 2005-AUG 115
1 all respects with these Specifications. The Engineer may require additional information
2 or tests to be performed by the Contractor at no expense to the Contracting Agency.
3
4 Unless otherwise specified, spiral rib storm sewer pipe shall be furnished with pipe ends
5 cut perpendicular to the longitudinal axis of the pipe. Pipe ends shall be cut evenly.
6 Spiral rib pipe shall be fabricated by using a continuous helical lock seam.
7 ,
8 Spiral rib storm sewer pipe shall have helical ribs that project outwardly, be formed from
9 a single thickness of material, and conform to one of the following configurations:
10
11 1. 3/4 inch wide by 3/4 inch deep ribs at 7-1/2 inches on center.
12 2. 3/4 inch wide by 1 inch deep ribs at 11-1/2 inches on center. rr
13 3. 3/4 inch wide by 5/8 inch deep ribs at 12 inches on center.
14
15 Pipe shall be fabricated with ends that can be effectively jointed with coupling
16 bands.When it is required, spiral rib pipe shall be furnished with bituminous or polymer
17 protective treatment 1 or 2 treated or paved. The bituminous treatment for spiral rib pipe
18 shall conform to the requirements of Sections 9-05.4(3) and 9-05.4(4). Polymer coating
19 shall conform to Section 9-05.4(5).
20
21 9-05.9(2) Continuous Welded Seam Pipe
22 This section including title is revised to read:
23
24 9-05.9(2) Vacant
25
26 9-05.10 Steel Storm Sewer Pipe
27 This section 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 constructed of helically corrugated lock seam pipe. When gasketed helically corrugated
32 lock seam steel pipe is called for, and the pipe is properly sized to meet hydraulic
33 requirements, Treatment 5 is not required.
34
35 9-05.11 Aluminum Storm Sewer Pipe
36 This section is revised to read: ,
37
38 Aluminum storm sewer pipe shall conform to the requirements of Section 9-05.5 for
39 aluminum culvert pipe, and the pipe shall be constructed of helically corrugated lock
40 seam aluminum pipe. '
41
42 9-05.16 Grate Inlets and Drop Inlets
43 The first and second paragraphs are revised to read:
44
45 Steel in grates, angles, and anchors for grate inlets shall conform to ASTM A 36, except
46 structural tube shall conform to ASTM A 500, Grade B, and structural shapes may
47 conform to ASTM A 992. After fabrication, the steel shall be galvanized in accordance
48 with AASHTO M 111, or galvanized with a hot-sprayed (plasma flame applied) 6 mil
49 minimum thickness plasma coating.
50
51 Steel grating shall be fabricated by weld connections. Welds, welding procedures, and
52 welding materials shall conform with the AWS D1.1/D1.1M, latest edition, Structural
53 Welding Code.
54
55 9-05.17 Aluminum Spiral Rib Storm Sewer Pipe
56 This section is revised to read:
57
58 Aluminum spiral storm sewer pipe shall meet the fabrication requirements of AASHTO
59 M 196 and these Specifications. Aluminum alloy shall meet the material requirements of
60 AASHTO M 97 (ASTM 13744). The size and corrugation shall be as shown in the Plans
BENSON ROAD SOUTH-MAIN AVENUE TO S-20 ST.
(DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS,HIGHLANDS SIDEWALKS)
CITY OF RENTON
.4lJGUST 2005
AMENDMENTS 2005-AUG 116
1 or in the Specifications. The size, metal, and protective treatment shall be as shown in
2 the Plans or in the Specifications.
3
4 The manufacturer of spiral rib storm sewer pipe shall furnish to the Engineer a
,■. 5 Manufacturer's Certificate of Compliance stating that the materials furnished comply in
6 all respects with these Specifications. The Engineer may require additional information
7 or tests to be performed by the Contractor at no expense to the Contracting Agency.
8
'r 9 Unless otherwise specified, spiral rib storm sewer pipe shall be furnished with pipe ends
10 cut perpendicular to the longitudinal axis of the pipe. Pipe ends shall be cut evenly.
11 Spiral rib pipe shall be fabricated by using a continuous helical lock seam.
12
13 Spiral rib storm sewer pipe shall have helical ribs that project outwardly, be formed from
14 a single thickness of material, and conform to one of the following configurations:
15
rir 16 1. 3/4 inch wide by 3/a inch deep ribs at 7-1/2 inches on center.
17 2. 3/4 inch wide by 1 inch deep ribs at 11-1/2 inches on center.
18 3. 3/4 inch wide by 5/8 inch deep ris at 12 inches on center.
19
20 Pipe shall be fabricated with ends that can be effectively jointed with coupling bands.
21
22 9-05.19 Corrugated Polyethylene Culvert Pipe
o, 23 The first paragraph is revised to read:
24
25 Corrugated polyethylene culvert pipe shall meet the requirements of AASHTO M 294
26 Type S or D for pipe 12-inch to 60-inch diameter.
ON 27
28 SECTION 9-06, STRUCTURAL STEEL AND RELATED MATERIALS
29 January 5, 2004
30 9-06.16 Roadside Sign Structures
31 The third paragraph is revised to read:
32
33 Posts for multiple post sign structures shall conform to either ASTM A 36 or ASTM A
34 992. Posts conforming to either ASTM A588 or ASTM A 572 Grade 50 maybe used as
35 an acceptable alternate to the ASTM A 36 and ASTM A 992 posts. All steel not
36 otherwise specified shall conform to either ASTM A 36 or ASTM A 992.
rn 37
38 9-06.18 Metal Railings
39 The first paragraph is revised to read:
40
41 Metal bridge railing shall conform to the type and material specifications set forth in the
42 Plans and Special Provisions. Steel used for metal railings, when galvanized after
43 fabrication in accordance with AASHTO M 111, shall have a controlled silicon content of
44 either 0.00 to 0.04 percent or 0.15 to 0.25 percent. Mill test certificates verifying the
45 silicon content of the steel shall be submitted to both the galvanizer and the Engineer
46 prior to beginning galvanizing operations.
47
,w 48 SECTION 9-07, REINFORCING STEEL
49 April 4, 2005
50 9-07.3 Epoxy Coated Steel Reinforcing Bars
51 This section is revised to read:
52
53 Epoxy coated rebar shall be coated according to AASHTO M 284 with the additional
54 following modifications:
55
56 1. The list of steel reinforcing bars acceptable for coating shall include ASTM A
57 706.
58
BENSON ROAD SOUTH-MAIN AVENUE TO S.26-ST.
(DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS,HIGHLANDS SIDEWALKS)
CITY OF RENTON
AUGUST 2005
AMENDMENTS 2005-AUG 117
1 2. The Contractor shall furnish a written certification that properly identifies the
2 material, the number of each batch of coating material used, quantity
3 represented, date of manufacture, name and address of manufacturer, and a
4 statement that the supplied coating material meets the requirements of
5 AASHTO M 284.
6
7 3. Prior to coating the bars, the Contractor shall submit to the Engineer for
8 review, the coating material manufacturer's recommendation on the proper use
9 and application requirements of the coating material. For Pre Approved Epoxy
10 Coating Facilities this information will be available to the Fabrication Inspector
11 upon request.
12
13 4. A certification stating that all bars have been coated in accordance with the
14 coating material manufacturer's recommendations and these Specifications
15 shall be furnished with each shipment. This certification shall include for each
16 bar size the preheat temperatures, cure times, thickness checks, holidays
17 detected, and test results. Two copies of these certifications shall be furnished
18 to the Engineer.
19
20 5. The Contractor shall give advance notice to the Engineer of the coating
21 schedule in the coating plant so that Contracting Agency inspection may be
22 provided. The Engineer may inspect the coated bars at the coating plant for
23 approval.
24
25 6. The patching material, compatible with the coating material and inert in
26 concrete, shall be supplied with each shipment.
27
28 7. For projects where epoxy coated steel reinforcing bars are used in the top mat
29 of bridge decks only, the maximum amount of damage to the coating shall not '
30 exceed 0.25 percent of the surface area of each bar.
31
32 8. The thickness of epoxy coating shall be 10 mils plus or minus 2 mils.
33 '34 9. Samples, when required, shall be shipped to the Washington State Depart ment
35 of -Transportation, Materials Laboratory, 1655 South 2nd Ave, Tumwater,
36 Washington 98504. ,
37
38 9-07.10 Prestressing Reinforcement Strand
39 The fourth paragraph is revised to read:
40 ,41 For every 5 reels furnished, one sample, not less than 5 feet long, shall be sent to the
42 Engineer for testing. Samples of the furnished reels with Manufacturer's Certificate of
43 Compliance, a mill certificate, and test report may be shipped directly by the
44 manufacturer to the Engineer. An independent inspector, approved by the Contracting
45 Agency, shall be present during sampling and shall provide a written certification to the
46 Engineer.
47 ,48 9-07.11 Prestressing Reinforcement Bar
49 The sixth paragraph is revised to read:
50
51 For each heat of steel for high-strength steel bar, the Contractor shall submit two ,
52 samples, each not less than 5 feet long, to the Engineer for testing.
53
54 SECTION 9-08, PAINTS
55 April 5, 2004
56 9-08.2 Paint Formulas — General
57 The following paint formulas and associate specifications are deleted:
58
59 Formula A-6-86 Zinc Dust Zinc Oxide Primer
BENSON ROAD SOUTH-MAIN AVENUE TO S.20 ST.
(DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS,HIGHLANDS SIDEWALKS)
CITY OF RENTON
AUGUST 2005
AMENDMENTS 2005-AUG 118
1 Formula H-2-83-White Masonry Paint for Precast Curbs
r. 2 Formula H-3-83 Yellow Masonry Paint for Precast Curbs
3
4 SECTION 9-09, TIMBER AND LUMBER
�,. 5 January 5, 2004
6 9-09.2 Grade Requirements
7 Under "Structures", the last sentence is revised to read:
r 8
9 Timber lagging for soldier pile walls shall be Douglas Fir-Larch, grade No. 2 or better or
10 Hem-Fir No. 1.
ow 11
12 SECTION 9-10, PILING
13 April 5, 2004
.. 14 9-10.5 Steel Piling
15 This section is revised to read:
16
17 The material for steel piling and pile splices shall conform to ASTM A 36 or ASTM A 992,
" 18 except the material for steel pipe piling and splices shall conform to the requirements of
19 ASTM A 252, Grade 2. Steel soldier piles, and associated steel bars and plates, shall
20 conform to ASTM A 36 or ASTM A 992, except as otherwise noted in the Plans. All steel
r, 21 piling may be accepted by the Engineer based on the Manufacturer's Certification of
22 Compliance.
23
24 SECTION 9-12, MASONRY UNITS
.. 25 August 1, 2005
26 9-12.4 Precast Concrete Manholes
27 The third paragraph is revised to read:
28
29 Manufacturers may reinforce the concrete mix with synthetic fibers as an alternate to
30 conventional secondary reinforcement in 48-inch diameter by 3-foot high eccentric or
31 concentric cone sections. The synthetic fiber, either nylon multifilament fibers or
32 polypropylene fibrillated fibers, shall meet the requirements of ASTM C 1116 , Section
33 4.1.3 and Note 3 and ICC ES AC 32, Sections 4.1.1 and 4.1.2. Synthetic fibers shall be
34 added at a rate of 1.0 pound of Nylon Multifilament fibers per cubic yard of concrete or
rr 35 1.5 pounds of Polypropylene Fibrillated fibers per cubic yard of concrete and shall be
36 thoroughly mixed with the concrete before placement in the forms. The synthetic fibers
37 shall be a minimum of 0.75 inches and a maximum of 2 inches in length. A minimum of
38 two hoops of W2 wire shall be placed in the 48-inch end of each cone. No steel is
39 required in the remainder of the cone. Precast concrete units shall be furnished with
40 knockouts or cutouts.
41
,M 42 9-12.5 Precast Concrete Catch Basins
43 The first and second sentences in the second paragraph are revised to read:
44
45 As an alternate, Type 1, Type 1 L and Type 1 P, Catch Basins may be fabricated using
.. 46 synthetic fiber reinforcement, either nylon multifilament fibers or polypropylene fibrillated
47 fibers, meeting the requirements of ASTM C 1116 Section 4.1.3 and Note 3 and ICC ES
48 AC 32, Sections 4.1.1 and 4.1.2.. Synthetic fibers shall be added at the rate of 1.0
49 pound of Nylon Multifilament fibers per cubic yard of concrete or 1.5 pounds of
50 Polypropylene Fibrillated fibers per cubic yard of concrete, and shall be thoroughly
51 mixed with the concrete before placement
52
BENSON ROAD SOUTH-MAIN AVENUE TO S.26 ST.
(DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS,HIGHLANDS SIDEWALKS)
CITY OF RENTON
AUGUST 2005
AMENDMENTS 2005-AUG 119
1 SECTION 9-13, RIPRAP, QUARRY SPALLS, SLOPE PROTECTION, AND ROCK rr
2 WALLS
3 August 1, 2005
4 9-13.5(1) Semi Open Concrete Masonry Units Slope Protection
5 This section is revised to read:
6
7 Precast cement concrete blocks shall conform to the requirements of ASTM C 90.
8
9 SECTION 9-14, EROSION CONTROL AND ROADSIDE PLANTING ,
10 August 1, 2005
11 9-14.4(1) Straw
12 The first sentence is revised to read:
13 �r11
14 All straw material shall be in an air dried condition free of noxious weeds and other
15 materials detrimental to plant life.
17 9-14.4(8) Compost
18 This section is revised to read:
19
20 Compost products shall be the result of the biological degradation and transformation of
21 plant-derived materials under controlled conditions designed to promote aerobic
22 decomposition. Compost shall be stable with regard to oxygen consumption and carbon
23 dioxide generation. Compost shall be mature with regard to its suitability for serving as ,
24 a soil amendment or an erosion control BMP as defined below. The compost shall have
25 a moisture content that has no visible free water or dust produced when handling the
26 material.
27
28 Compost production and quality shall comply with Chapter 173-350 WAC.
29
30 Compost products shall meet the following physical criteria:
31
32 1. Compost material shall be tested in accordance with Testing Methods for the
33 Examination of Compost and Composting (TMECC) Test Method 02.02-13,
34 "Sample Sieving for Aggregate Size Classification".
35
36 Fine Compost shall meet the following:
37
38 Min. Max. '
39 Percent passing 2" 100%
40 Percent passing 1" 90% 100%
41 Percent passing 3/4" 70% 100%
42 Percent passing Y4" 40% 75%
43 Maximum particle length of 6 inches
44
45 Coarse Compost shall meet the following: '
46
47 Min. Max.
48 Percent passing 3" 100%
49 Percent passing 1" 90% 100% ,
50 Percent passing 3/a" 70% 100%
51 Percent passing 1/4" 40% 60%
52 Maximum particle length of 6 inches ,
53
54
55 2. The pH shall be between 6.0 and 8.5 when tested in accordance with TMECC
56 04.11-A, 1:5 Slurry pH".
57
BENSON ROAD SOUTH-MAIN AVENUE TO S.20 ST. '
(DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS,HIGHLANDS SIDEWALKS)
CITY OF RENTON
AI?GUST 2005
AMENDMENTS 2005-AUG 120
1 3. Manufactured inert material (plastic, concrete, ceramics, metal, etc.) shall be
2 less than 0.5 percent on a dry weight or volume basis, whichever provides for
3 the least amount of foreign material.
4
.. 5 4. Minimum organic matter shall be 40 percent dry weight basis as determined by
6 TMECC 05.07A, "Loss-On-Ignition Organic Matter Method".
7
8 5. Soluble salt contents shall be less than 6.0 mmhos/cm tested in accordance
9 with TMECC 04.10-A, "1:5 Slurry Method, Mass Basis".
10
11 6. Maturity greater than 80% in accordance with TMECC 05.05A, "Germination
12 and Root Elongation".
13
14 7. Stability 8 or below in accordance with TMECC 05.08-13, Carbon Dioxide
15 Evolution Rate".
,r 16
17 8. The compost product must originate a minimum of 65 percent by volume from
18 recycled plant waste as defined in WAC 173-350 as "Type 1 Feedstocks." A
19 maximum of 35 percent by volume of other approved organic waste and/or
NP 20 biosolids may be substituted for recycled plant waste. The supplier shall
21 provide written verification of feedstock sources
22
23 The compost supplier will test all compost products within 30 calendar days prior to
"! 24 initial application with samples taken from the material stockpiled by the supplier for
25 project use. Samples will be taken using the Seal of Testing Assurance (STA) sample
26 collection protocol. (The sample collection protocol can be obtained from the U.S.
rr 27 Composting Council, 4250 Veterans Memorial Highway, Suite 275, Holbrook, NY 11741
28 Phone: 631-737-4931). The sample shall be sent to an independent STA Program
29 approved lab. The compost supplier will pay for the test. A copy of the approved
30 independent STA Program laboratory test report shall be submitted to the Contracting
31 Agency prior to initial application of the compost.
32
33 Compost not conforming to the above requirements or taken from a source other than
34 those tested and accepted shall be immediately removed from the project and replaced
35 at no cost to the Contracting Agency.
36
37 The contractor shall either select a compost supplier from the Qualified Products List, of
38 submit the following information to the Engineer for approval:
39
40 1. A Request for Approval of Material Source.
41
r 42 2. A copy of the Solid Waste Handling Permit issued to the supplier by the
43 Jurisdictional Health Department as per WAC 173-350 (Minimum Functional
44 Standards for Solid Waste Handling).
45
46 3. The supplier shall verify in writing, and provide lab analyses that the material
47 complies with the processes, testing, and standards specified in WAC 173-350
48 and these specifications. The analysis shall be performed by an independent
49 STA Program certified laboratory.
50
51 4. A list of the feedstock by percentage present in the final compost product.
52
+r 53 5. A copy of the producers Seal of Testing Assurance certification as issued by
54 the U.S. Composting Council.
55
56 Acceptance will be based upon a satisfactory Test Report from an independent STA
57 program certified laboratory.
58
59 Section 9-14.4 is supplemented with the following new sections:
60
BENSON ROAD SOUTH-MAIN AVENUE TO S.20 ST.
(DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS,HIGHLANDS SIDEWALKS)
CITY OF RENTON
AUGUST 2005
AMENDMENTS 2005-AUG 121
1 9-14.4(9) Bonded Fiber Matrix (BFM)
2 The BFM shall be a hydraulically-applied blanket/muIch/covering composed of long
3 strand, thermally processed wood fibers and crosslinked, hydro-colloid tackifier. The
4 BFM may require a 24-48 hour curing period to achieve maximum performance. Once
5 cured, the BFM forms an intimate bond with the soil surface to create a continuous,
6 absorbent, flexible erosion resistant blanket that allows for rapid germination and
7 accelerated plant growth.
9 9-14.4(10) Mechanically-Bonded Fiber Matrix (MBFM)
10 The MBFM shall be a hydraulically-applied, flexible erosion control
11 blanket/mulch/covering composed of long strand, thermally processed wood fibers,
12 crimped, interlocking fibers and performance enhancing additives. The MBFM shall +�
13 require no curing period and upon application forms an intimate bond with the soil
14 surface to create a continuous, porous, absorbent and erosion resistant blanket that
15 allows for rapid germination and accelerated plant growth.
16
17 SECTION 9-15, IRRIGATION SYSTEM
18 January 5, 2004
19 9-15.2 Drip Tubing
20 The second sentence is revised to read:
21
22 Drip tubing shall have a minimum wall thickness of 0.045 inch.
23
24 SECTION 9-16, FENCE AND GUARDRAIL '
25 April 4, 2005
26 9-16.1 Chain Link Fence and Gates
27 All sub-sections under Section 9-16.1 are deleted and replaced with the following:
28
29 9-16.1(1) General
30 All material used in the construction of chain link fence and gates shall be new. Iron or
31 steel material shall be galvanized unless specified otherwise. Material upon which
32 serious abrasions of galvanizing occur shall not be acceptable.
33
34 9-16.1(1)A Post Material for Chain Link Fence ,
35 Except as noted otherwise, post material shall conform to the requirements of AASHTO
36 M 181, Type I (zinc-coated steel), Grade 1 or 2, and shall be understood to include all
37 round and roll-formed material (brace rails, top rails, line posts, brace posts, end posts,
38 corner posts and pull posts).
39
40 Grade 1 post material shall conform to the weight per linear foot, minimum wall
41 thickness and detail requirements of Standard Plan L-2. Grade 1 post material that
42 exceeds the maximum wall thickness requirement of Standard Plan L-2 may be
43 accepted, provided it does not interfere with the proper construction of the fence.
44
45 Grade 2 post material shall meet the organic exterior coatings requirements of AASHTO ,
46 M 181 (Section 33) and the additional requirement that the interior coated surface shall
47 be capable of resisting 300 hours of exposure to salt fog with a maximum of 5% red rust
48 when tested in accordance with ASTM B 117.
50 0 Round Post Material
51 Round post material shall be Grade 1 or 2.
52
53 0 Roll Form Material
54 Roll-formed post material shall be Grade 1. Roll-formed end, corner, and pull
55 posts shall have integral fastening loops to connect to the fabric for the full
56 length of each post. Top rails and brace rails shall be open rectangular ,
57 sections with internal flanges as shown in Standard Plan L-2.
58
BENSON ROAD SOUTH-MAIN AVENUE TO S.20 ST.
(DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS,HIGHLANDS SIDEWALKS)
CITY OF RENTON
AUGUST 2005
AMENDMENTS 2005-AUG 122
1 9-16.1(1)B Chain Link Fence Fabric
�" 2 Chain link fabric shall consist of 11 gage wire for Types 3, 4, and 6 fence, and 9 gage
3 wire for Type 1 fence. The fabric shall be zinc-coated steel wire conforming to AASHTO
4 M 181, Class C.
up 5
6 The wire shall be woven into approximately 2-inch diamond mesh. The width and top
7 and bottom finish of the fabric shall be as specified in AASHTO M 181.
8
ow 9 9-16.1(1)C Tension Wire
10 Tension wire shall meet the requirements of AASHTO M 181. Tension wire galvanizing
11 shall be Class 1.
12
13 9-16.1(1)D Fittings and Hardware
14 Except where indicated, fittings shall be malleable cast iron or pressed steel and shall
15 conform to the requirements of ASTM F626 or AASHTO M232, whichever is applicable.
.� 16 Fittings for any particular fence shall be those furnished by the manufacturer of the
17 fence.
18
19 Tension truss rods shall be 3/8 inch round galvanized rods with drop forged turnbuckles
+■� 20 or other approved type of adjustment. Couplings for tubular sections shall be outside
21 sleeve type and shall be at least 6 inches long.
22
23 Eye bolts for attaching tension wire shall be 3/8 inch diameter and of sufficient length to
24 fasten to the type of post being used.
25
26 Tension bars shall be 3/16 inch by 3/4 inch nominal and cross sectional area shall be
r. 27 0.141 in2 +/- 5%.
28
29 Hog rings shall be 12 gage galvanized steel wire. Tie wire shall be 9 gage galvanized
30 steel wire or 9 gage aluminum wire meeting the requirements of ASTM F626.
31
32 9-16.1(E) Chain Link Gates
33 Gate frames shall be constructed of not less that 11/2 inch (I.D.) hot-dipped galvanized
• 34 pipe conforming to AASHTO M 181 Type I, Grade 1 or 2 as specified in Section 9-
35 16.1(1)A. The corners of the gate frame shall be fastened together and reinforced with
36 a malleable iron or pressed steel fitting designed for the purpose, or they may be
37 welded. Welding shall conform to the requirements of Section 6-03.3(25). All welds
38 shall be ground smooth and painted with an A-9-73 or A-11-99 primer meeting the
39 requirements of Section 9-08.2. The paint shall be applied in one or more coats to
40 provide a minimum dry film thickness of 3.5 mils.
41
•• 42 Chain link fence fabric for filling the gate frame shall meet the requirements of Section
43 9-16.1(1)B for the fence type being furnished.
44
45 Cross trussing shall be 5/16 inch steel adjustable rods galvanized in accordance with
" 46 Section 9-16.1(1)D.
47
48 Each gate shall be furnished complete with necessary hinges, latch, and drop bar
49 locking device designed for the type of gate posts and gate used on the project. Gates
50 shall have positive type latching devices with provisions for padlocking. Hinges, latches,
51 and locking devices shall be galvanized in accordance with Section 9-16.1(1)D.
52
+� 53 Gate frames constructed of steel sections, other than pipe, that are fabricated in such a
54 manner as to form a gate of equal or better rigidity may be used provided they are
' 55 approved by the Engineer.
56
57 9-16.1(1)F Concrete
58 All concrete for chain link fence shall be as specified in Section 6-02.3(2)B.
' 59
' BENSON ROAD SOUTH-MAIN AVENUE TO S.20 ST.
(DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS,HIGHLANDS SIDEWALKS)
CITY OF RENTON
AUGUST 2005
AMENDMENTS 2005-AUG 123
1 9-16.1(2) Approval 0
2 Approval of materials for chain link fence shall be by evaluation of independent test
3 results from a certified testing laboratory or by QPL. Independent test results for
4 evaluation shall be submitted to the State Materials Engineer in Tumwater WA.
5
6 9-16.2 Wire Fence and Gates
7 Ail sub-sections under Section 9-16.2 are deleted and replaced with the following:
8
9 9-16.2(1) General
10 All materials used in the construction of the wire fence shall be new. All iron or steel
11 material shall be galvanized. Material upon which serious abrasions of galvanizing
12 occur will not be acceptable.
14 9-16.2(1)A Steel Post Material
15 Round Post Material
16 Round post material shall conform to AASHTO M 181, Type I, Grade 1.
17
18 Angle Post Material (Channel, T, U, Y, or Other Approved Style)
19 All angle post material shall be hot-dipped galvanized in accordance with the
20 requirements of AASHTO M 111 grade 75. Galvanizing shall be 1.7 oz/ft2 of
21 surface area. Angle post used for end, corner, gate and pull post and brace shall
22 have a minimum weight of 3.1 lb/ft.
23
24 Posts shall be not less than 7 feet in length. A tolerance of -5% on the weight of
25 individual posts, braces or anchor plates will be permitted. One type of line post shall ,
26 be used throughout the project. Line posts shall be studded, slotted, or properly
27 adapted for attaching either wire or mesh in a manner that will not damage the
28 galvanizing of posts, wire or mesh during the fastening. Line posts shall have a
29 minimum weight of 1.33 Ibs/ft and shall be provided with a tapered galvanized steel
30 anchor plate. The anchor plate shall be securely attached and have a surface area of
31 20 +/-2 in2, a minimum weight of 0.67 pounds and 1.7 oz/ft2 galvanizing.
32 ,
33 9-16.2(1)B Wood Fence Posts and Braces
34 Douglas fir, Western red cedar, hemlock, or larch shall be used in the construction of
35 wood fence posts and braces. The material shall be of good quality and approved by
36 the Engineer before use. Peeler cores shall not be used for round posts. Wood fencing
37 materials shall have sufficient sapwood in the outer periphery to obtain the specified
38 penetration of preservative. Western red cedar will not require preservative treatment.
39 Fencing materials shall be cut to the correct length before pressure treatment.
40
41 Line posts shall be 3 inch minimum diameter round posts or nominal 3 inch by 3 inch
42 square sawed posts. If the posts are to be pointed for driving, they shall be pointed
43 before treatment. Line posts shall be at least 7 feet in length.
44 ,45 Pull posts and brace posts shall be 6 inch diameter round posts or nominal 6 inch by 6
46 inch material not less than 7 feet in length.
47 ,
48 End, gate, and corner posts, and posts at an intersecting fence shall be 6 inch diameter
49 round posts or nominal 6 inch by 6 inch material not less than 7 feet 10 inches in length.
50
51 All sawed posts and timbers shall meet the requirements in the table under Section 9-
52 09.2.
53
54 The preservatives used to pressure treat wood fencing materials shall meet the
55 requirements of Section 9-09.3. '
56
57 The retention and penetration of the preservative shall be as follows:
58
BENSON ROAD SOUTH-MAIN AVENUE TO S.20 ST. '
(DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS.HIGHLANDS SIDEWALKS)
CITY OF RENTON
AUGUST 2005
AMENDMENTS 2005-AUG 124
ow 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
1
2 Minimum Penetration
3
4 for material 5" or less - 0.40 inches penetration and 90% of sapwood
r 5 for material 5" or greater- 0.50 inches penetration and 90% of sapwood
6
7 9-16.2(1)C Brace Wire
8 Brace wire shall be 9 gage wire galvanized to meet the requirements of AASHTO M
9 279, Type Z, Class 1.
10
11 9-16.2(1)D Staples and Wire Clamps
12 The staples used to attach the wire fencing to wood posts shall be 9 gage wire, 1 1/2
13 inches long, galvanized to meet the requirements of AASHTO M 279, Type Z, Class 1.
14
15 The wire clamps used to attach the wire fencing to steel posts shall be 11 gage wire,
16 galvanized to meet the requirements of AASHTO M 279, Type Z, Class 1.
17
18 9-16.2(1)E Barbed Wire
19 Barbed wire shall conform to the requirements of AASHTO M 280, Type Z and shall
.. 20 consist of two strands of 12 1/2 gage wire, twisted with four point 14 gage barbs with
21 barbs spaced 5 inches apart (Design 12-4-5-14R). Galvanizing shall be Class 3.
22
1W 23 9-16.2(1)F Wire Mesh
24 Wire mesh shall conform to the requirements of AASHTO M 279, Type Z and shall
25 consist of eight horizontal wires with vertical stays spaced 6 inches apart. The top and
26 bottom wires shall be 10 gage, and the intermediate wires and vertical stays shall be 12
,. 27 1/2 gage. The mesh shall have a total width of 32 inches (Design 832-6-12 1/2).
28 Galvanizing shall be Class 3.
29
30 The zinc coated wire as represented by the test specimens shall be capable of being
31 wrapped in a close helix at a rate not exceeding 15 turns/minute around a cylindrical
32 steel mandrel having a diameter the same as the specimen being tested, without
33 cracking or flaking the zinc coating to such an extent that any zinc can be removed by
34 rubbing with the bare fingers.
35
36 9-16.2(1)G Vertical Cinch Stays
37 Vertical cinch stays shall be 10 gage galvanized wire meeting the requirements of
38 AASHTO M 279, Type Z, Class 1.
39
40 9-16.2(1)H Miscellaneous Hardware
41 Bolts, nuts, hinges, latches and other miscellaneous hardware shall be galvanized in
+w 42 accordance with AASHTO M 232.
43
44 9-16.2(1)1 Wire Gates
45 Gate frames shall be constructed of galvanized pipe with a nominal diameter of not less
46 than 1 inch. The pipe shall conform to the requirements of AASHTO M 181 Type I,
47 Grade 1. Wire gates shall be not less than 48 inches in height and shall be designed to
48 fit openings of the width called for in the Plans or as indicated by the bid items. Each
49 gate shall be provided with two upright braces of the same material as the frame,
BENSON ROAD SOUTH-MAIN AVENUE TO S.20 ST.
(DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS,HIGHLANDS SIDEWALKS)
CITY OF RENTON
AUGUST 2005
AMENDMENTS 2005-AUG 125
1 spaced at 1/3 points in the gate. All gates shall be provided with adjustable 5/16 inch '
2 diameter galvanized diagonal truss rods from corner to corner. Galvanizing shall be in
3 accordance with Section 9-16.2(1)H.
4
5 The gate frame shall be provided with wire mesh conforming to the requirements
6 specified in Section 9-16.2(1)F, except that it shall consist of 10 horizontal wires and
7 have a total width of 47 inches.
8
9 Each gate shall be furnished complete with necessary galvanized hinges and latch
10 designed for use with the type of gate posts used on the project. The hinges shall be so
11 designed as to be securely attached to the gate post and to enable the gate to be swing ,
12 back against the fence. Double gates shall be hinged in the same manner as single
13 gates and shall be provided with an approved galvanized drop bar locking device.
14 Galvanizing for hinges, latches, and locking devices shall be in accordance with Section
15 9-16.2(1)H.
16
17 9-16.2(1)) Concrete
18 All concrete for wire fence shall be as specified in Section 6-02.3(2)B.
19
20 9-16.2(2) Approval
21 Approval of materials for wire fence shall be by evaluation of independent test results
22 from a certified testing laboratory or by QPL. Independent test results for evaluation
23 shall be submitted to the State Materials Engineer in Tumwater WA.
24
25 9-16.3(1) Rail Element
26 The third paragraph is revised to read:
27
28 The 6-inch channel rails and splice plates shall conform to ASTM A 36, except that the
29 channel rails may conform to ASTM A 992. All fabrication shall be complete before '
30 galvanizing.
31
32 9-16.3(2) Posts and Blocks
33 The first sentence of the first paragraph is revised to read:
34
35 Posts and blocks may be of creosote treated timber, pentachlorophenol treated timber,
36 waterborne chromated copper arsenate (CCA), ammoniacal copper arsenate (ACA), or
37 ammoniacal copper zinc arsenate (ACZA), treated timber or galvanized steel; except '
38 only treated timber posts and blocks may be used for weathering steel beam guardrail.
39
40 In the second paragraph, the treatment for Pentachlorophenol is revised from 060 lbs. pcf to '
41 0.60 lbs. pcf.
42
43 The fourth paragraph is revised to read:
44
45 Steel posts, blocks, and base plates, where used, shall conform to either ASTM A 36 or
46 ASTM A 992, and shall be galvanized in accordance with AASHTO M 111. Welding
47 shall conform to Section 6-03.3(25). All fabrication shall be completed prior to
48 galvanizing.
49
50 9-16.3(4) Hardware
51 This section is revised to read:
52
53 Bolts, unless otherwise specified, shall comply with ASTM A 307 Grade A specifications.
54 High strength bolts shall conform to the requirements of AASHTO M 164. Nuts, unless
55 otherwise specified, shall comply with ASTM A 563 Grade A specifications. Washers, '
56 unless otherwise specified, shall meet ASTM F 844 specifications. The Contractor shall
57 submit a manufacturer's certificate of compliance for high strength bolts, nuts, and
58 washers prior to installing any of the hardware. A307 Bolts will be accepted by field
59 verification and documentation that bolt heads are stamped 307A.
60
BENSON ROAD SOUTH-MAIN AVENUE TO S.20 ST. ,
(DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS.HIGHLANDS SIDEWALKS)
CITY OF RENTON
AUGUST 2005
AMENDMENTS 2005-AUG 126 '
1 9-16.3(5) Anchors
2 The sixth paragraph is revised to read:
3
4 The anchor plate, W200 x 27 and metal plates shall be fabricated of steel conforming to
5 the specifications of ASTM A 36, except that the W200 x 27 may conform to ASTM A
6 992.
7
8 SECTION 9-17, FLEXIBLE GUIDE POSTS
■. 9 January 5, 2004
10 9-17.3 Field Tests
11 In the last paragraph, the last sentence is revised to read:
12
13 At least 70 percent of the guide posts must pass each criteria in the 55 miles per hour
14 series of impacts to be acceptable
nr 15
16 SECTION 9-20, CONCRETE PATCHING MATERIAL
17 August 1, 2005
18 This section is revised in its entirety to read:
19
20 9-20.1 Patching Material
21 Concrete patching material will be prepackaged mortar extended with aggregate. The
22 amount of aggregate for extension shall conform to the manufacturer's
23 recommendation.
24
r. 25 9-20.2 Specifications
26 Patching mortar and patching mortar extended with aggregate shall contain cementious
27 material and meet the following requirements:
28
29 9-20.21 Patching Mortar
Patching Mortar ASTM Test Method Specification
compressive Strength
at 3 hours C39 Minimum 3,000 psi
at 24 hours C39 Minimum 5,000 psi
Length Change
at 28 days C 157 0.15 ercent maximum
r Total Chloride Ion Content C 1218 1 Ib/ d'maximum
Bond Strength
at 24 hours C 882 (As modified by C Minimum 1,000 psi
928, Section 8.5
Scaling Resistance(at 25 cycles of C 672 (As modified by C 1 Ib/ft2 maximum
freezing and thawing) 928, Section 8.4
30
"' 31 9-20.2(2) Patching Mortar Extended with Agaregate
Patch Mortar Extended with Aggregate ASTM Test Method S ecification
Compressive Strength
1W at 3 hours C39 Minimum 3,000 psi
at 24 hours C39 Minimum 5,000 psi
Length Change
at 28da s C 157 0.15 percent maximum
Bond Strength
at 24 hours C 882 (As modified by Minimum 1,000 psi
ASTM C 928, Section 8.5
r Scaling Resistance (at 25 cycles of C 672 2 Maximum Visual
freezing and thawing) Rating
Freeze thaw C 666 Maximum expansion -
0.10% Minimum
rr
BENSON ROAD SOUTH-MAIN AVENUE TO S.20 ST.
(DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS,HIGHLANDS SIDEWALKS)
CITY OF RENTON
AUGUST 2005
AMENDMENTS 2005-AUG 127
rrr
durability 90.0%
1
2 The Manufacturer shall use the services of a laboratory that has an equipment
3 calibration verification system and a technician training and evaluation process per
4 AASHTO R-18 to include all tests specified in Section 9-20.
5
6 9-20.2(3) Aggregate
7 Aggregate used to extend the patching mortar shall meet the requirements of Section 9-
8 03.1(4) and be AASHTO Grading No. 7 or 8. A Manufacturers Certificate of Compliance
9 shall be required showing the aggregate source and the gradation. Mitigation for Alkali ,
10 Silica Reaction (ASR) will not be required for the extender aggregate used for concrete
11 patching material.
12
13 9-20.2(4) Water ,
14 Water shall meet the requirements of Section 9-25.1. The quantity of water shall be
15 within the limits recommended by the manufacturer
16
17 SECTION 9-23, CONCRETE CURING MATERIALS AND ADMIXTURES
18 April 4, 2005
19 This section is supplemented with the following new sub-sections: '
20
21 9-23.10 Ground Granulated Blast Furnace Slag
22 Ground granulated blast furnace slag shall meet the requirements of AASHTO M 302,
23 Grade 100 or Grade 120. The grade of the ground granulated blast furnace slag, the ,
24 source, and type of manufacturing facility shall be certified on the cement mill test
25 certificate.
26
27 9-23.11 Microsilica Fume '
28 Microsilica Fume shall conform to the requirements of AASHTO M 307. The optional
29 physical requirement for Reactivity with Cement Alkalies set forth in Table 3 will be
30 required when Microsilica Fume is being used as an ASR mitigation measure.
31 ,32 SECTION 9-28, SIGNING MATERIALS AND FABRICATION
33 August 2, 2004
34 9-28.1 General ,
35 The third sentence in the first paragraph is deleted.
36
37 9-28.8 Sheet Aluminum Signs
38 The sheet thickness chart is revised to read:
39
40 Maximum Horizontal Dimension Sheet Aluminum Thickness
41 Overlay panels 0.050 inch
42 Up to 20 inches 0.063 inch
43 20 inches to 36 inches, inclusive 0.080 inch
44 Over 36 inches (Permanent Signs) 0.125 inch
45
46 The fourth paragraph is revised to read:
47
48 Before placing aluminum in contact with untreated steel, the steel surfaces shall be '
49 protected by proper cleaning and painting with one coat of Zinc Primer A-9-73 or A-11-
50 99 and two coats of aluminum paint D-1-57.
51
52 9-28.10 Plywood Signs '
53 This section is deleted.
54
55 9-28.11 Hardware ,
56 The entry for hardware item "Angle and "Z" Bar" in the table in this section is revised to read:
57
BENSON ROAD SOUTH-MAIN AVENUE TO S.20 ST. ,
(DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS,HIGHLANDS SIDEWALKS)
CITY OF RENTON
AUGUST 2005
AMENDMENTS 2005-AUG 128
1 Angle and "Z" Bar ASTM B 221 6061-T6 Aluminum
�* 2 ASTM A 36 or ASTM A 992 Steel
3
4 9-28.14(2) Steel Structures and Posts
5 This section is revised to read:
6
7 Truss chords, struts, and diagonals, end posts, and end post struts and diagonals for
8 sign bridge structures and cantilever sign structures shall conform to either ASTM A 36
�•• 9 or ASTM A 53 Grade B Type E or S. The nominal pipe diameter and the pipe wall
10 thickness shall be as shown in the Plans or Standard Plans. All other structural steel for
11 sign bridge structures and cantilever sign structures shall conform to either ASTM A 36
12 or ASTM A 992. Truss member connection hardware shall conform to Section 9-
"' 13 06.5(3).
14
15 Pipe members for bridge mounted sign brackets shall conform to ASTM A 53 Grade B
ow 16 Type E or S, and shall be Schedule 40 unless otherwise specified. All other structural
17 steel for bridge mounted sign brackets shall conform to either ASTM A 36 or ASTM A
18 992. U bolts, and associated nuts and washers, shall be stainless steel conforming to
19 Section 9-28.11, and shall be fabricated hot.
�r 20
21 Anchor rods for sign bridge and cantilever sign structure foundations shall conform to
22 ASTM F 1554 Grade 105, including Supplemental Requirements S2, S3, and S5. Nuts
23 and washers for sign bridge and cantilever sign structure foundations shall conform to
24 AASHTO M 291 Grade DH and AASHTO M 293, respectively.
25
26 Steel sign structures and posts shall be galvanized after fabrication in accordance with
„r 27 AASHTO M 111, unless noted otherwise in the Plans. All bolts, nuts, and washers shall
28 be galvanized after fabrication in accordance with AASHTO M 232. Unless otherwise
29 specified in the Plans or Special Provisions, metal surfaces shall not be painted.
30
.. 31 Except as otherwise noted, steel used for sign structures and posts shall have a
32 controlled silicon content of either 0.00 to 0.04 percent or 0.15 to 0.25 percent. If the
33 Plans or Special Provisions specify painting of the galvanized steel surfaces, then the
34 controlled silicon content requirement does not apply for those steel members. Mill test
up 35 certificates verifying the silicon content of the steel shall be submitted to both the
36 galvanizer and the Engineer prior to beginning galvanizing operations.
37
38 Minor fabricating and modifications necessary for galvanizing will be allowed if not
39 detrimental to the end product as determined by the Engineer. If such modifications are
40 contemplated, the Contractor shall submit to the Engineer, for approval, six copies of
41 the proposed modifications, prior to fabrication.
• 42
43 SECTION 9-29, ILLUMINATION, SIGNALS, ELECTRICAL
44 April 4, 2005
45 9-29.3 Conductors, Cable
46 Under the second paragraph, item 5 is revised to read:
47
48 5. Pole and bracket cable shall be a two-conductor cable rated for 600 volts. The
49 individual conductors shall be one red and one black 19-strand No. 10 AWG
50 copper, assembled parallel. The conductor insulation shall be 45-mil polyvinyl
51 chloride or a 600 volt rated cross-linked polyethylene. The Jacketing shall be
r 52 polyethylene or polyvinyl chloride not less than 45-mils thick. If luminaires with
53 remote ballasts are specified in the contract, this same cable shall be used
54 between luminaire and ballast for both timber and ornamental pole construction. If
55 the luminaire requires fixture wire temperatures greater than 75°C, the outer jacket
" 56 shall be stripped for that portion of the cable inside the luminaire. The single
57 conductors shall then be sheathed with braided fiberglass sleeving of the
58 temperature rating recommended by the luminaire manufacturer.
59
BENSON ROAD SOUTH-MAIN AVENUE TO S.20 ST.
(DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS,HIGHLANDS SIDEWALKS)
CITY OF RENTON
r
AUGUST 2005
AMENDMENTS 2005-AUG 129
1 9-29.6 Light and Signal Standards
2 The first paragraph is supplemented with the following:
3 '
4 Fabrication of light and signal standards shall conform to the applicable requirements of
5 Section 6-03.3(14).
6
7 9-29.6(1) Light and Signal Standards ,
8 This section including title is revised to read:
9
10 9-29.6(1) Steel Light and Signal Standards
11 Steel plates and shapes for light and signal standards shall conform to ASTM A 36, '
12 except that structural shapes may conform to ASTM A 992. Shafts for light and signal
13 standards, except Type PPB signal standards, shall conform to ASTM A 572 Grade 50.
14 Shafts and caps for Type PPB signal standards, slipfitters for type PS I, FB, and RM ,
15 signal standards, and all pipes shall conform to ASTM A 53 Grade B. Base plates for
16 light standards shall conform to ASTM A 572, Grade 50, except as otherwise noted in
17 the Standard plans for fixed base light standards. Base plates for signal standards shall
18 conform to ASTM A 36. Connecting bolts shall conform to AASHTO M 164. Fasteners
19 for handhole covers, bands on lighting brackets, and connector attachment brackets
20 shall conform to ASTM F 593.
21
22 Light and signal standards shall be hot-dipped galvanized in accordance with AASHTO '
23 M 111 and AASHTO M 232.
24
25 Steel used for light and signal standards shall have a controlled silicon content of either ,
26 0.00 to 0.04 percent or 0.15 to 0.25 percent. Mill test certificates verifying the silicon
27 content of the steel shall be submitted to both the galvanizer and the Engineer prior to
28 beginning galvanizing operations.
29 '30 9-29.6(2) Slip Base Hardware
31 This section is revised to read:
32
33 Slip plates and anchor plates for light standards and for Type FB and RM signal ,
34 standards shall conform to the requirements of ASTM A 572 Grade 50. The keeper
35 plate shall be 28 gage, conforming to ASTM A 653 coating designation G 90. Clamping
36 bolts for slip base assemblies and slip base adapters shall conform to AASHTO M 164.
37 Studs and bolts for slip base adapters shall conform to AASHTO M 164. Nuts shall
38 conform to AASHTO M 291 Grade DH. Hardened washers shall conform to AASHTO M
39 293. Plate washers shall conform to ASTM A 36.
40 '41 Galvanized bolts shall meet standard specification 9-06.5(4).
42
43 9-29.10 Luminaires
44 Under the first paragraph, the third sentence in item D is revised to read:
45
46 All internal luminaire assemblies shall be assembled on or fabricated from either
47 stainless steel or galvanized steel. '
48
49 9-29.13 Traffic Signal Controllers
50 This section is supplemented with the following:
51 '52 All Traffic Signal Control Equipment Shall be Tested As Follows.
53
54 The supplier shall:
55 '56 1. Seven days prior to shipping, arrange appointment for controller cabinet
57 assembly, and testing at the WSDOT Materials Laboratory or the facility
58 designated in the Special Provisions. '
59
BENSON ROAD SOUTH-MAIN AVENUE TO S.20 ST. '
(DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS,HIGHLANDS SIDEWALKS)
CITY OF RENTON
AUGUST 2005
AMENDMENTS 2005-AUG 130
1 2. Assembly shall be defined as but not limited to tightening all screws, nuts
2 and bolts, verifying that all wiring is clear of moving parts and properly
3 secured, installing all pluggables, connecting all cables, Verify that all
4 contract required documents are present, proper documentation is
r 5 provided, and all equipment required by the contract is installed.
6
7 3. The assembly shall be done at the designated WSDOT facility in the
8 presence of WSDOT personnel.
■• 9
10 4. The supplier shall demonstrate that all of the functions required by this
11 specification and the contract Plans and Special Provisions perform as
12 intended. Demonstration shall include but not be limited to energizing the
13 cabinet and verifying that all 8 phases, 4 pedestrian movements, 4
14 overlaps (as required by the Contract Provisions) operate per Washington
15 State Standard Specifications Section 9-29.13. The supplier shall place
16 the controller in minimum recall with interval timing set at convenient value
17 for testing purposes. Upon a satisfactory demonstration the controller
18 assembly will then be accepted by WSDOT for testing.
19
.� 20 5. If the assembly, and acceptance for testing is not complete within 5
21 working days of delivery, the Project Engineer may authorize the return of
22 the assembly to the supplier, with collect freight charges to the supplier.
23
24 6. The Contractor will be notified when the testing is complete, and where
25 the assembly is to be picked-up for delivery to the project.
26
27 7. The supplier has 5 working days to repair or replace any components that
28 fail during the testing process at no cost to the Contracting Agency. A
29 failure shall be defined as a component that no longer functions as
30 intended under the conditions required or does not meet the requirements
31 of the Contract Specifications and is at the soul discretion of WSDOT.
32
33 8. Any part or component of the controller assembly, including the cabinet
34 that is rejected shall not be submitted for use by WSDOT or any City or
35 County in the State of Washington.
36
37 9-29.13(6) Radio Interference Suppressers
38 In the first paragraph, the second sentence is revised to read:
39
40 Interference suppressers shall be of a design which will minimize interference in both
41 broadcast and aircraft frequencies, and shall provide a minimum attenuation of 50
..r 42 decibels over a frequency range of 200 kilohertz to 75 megahertz when used in
43 connection with normal installations
44
45 9-29.13(7) Traff ic-Actuated Controllers
46 In the first paragraph, item 3 is revised to read:
47
48 3. A minimum of four overlaps.
49
50 9-29.13(7)6 Auxiliary Equipment for NEMA Controllers
51 Under the first paragraph, item 2 is supplemented with the following:
52
• 53 The controller cabinet shall have all cabinet wiring installed for eight vehicle phases,
54 four pedestrian phases, four emergency pre-empts, four overlaps (OLA, B, C, D).
55
56 Under the first paragraph, item 7 is revised to read:
57
58 7. A "Display Panel' when noted in the contract. The display panel shall depict a
59 generic eight-phase operation. The panel shall be mounted on the inside of the
60 front cabinet door and the mounting shall be of a design that allows positioning of
BENSON ROAD SOUTH-MAIN AVENUE TO S.20 ST.
(DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS,HIGHLANDS SIDEWALKS)
CITY OF RENTON
AUGUST 2005
AMENDMENTS 2005-AUG 131
1 the panel in four orientations 90 degrees from each other. The mounting shall be
2 removable without use of any tools. Incandescent red, yellow, green, walk and don't
3 walk indicator lights shall be provided for each phase. The indicator lights shall be '
4 connected to the associated field terminals. The connecting cable shall be long
5 enough to allow for any mounting orientation. No diodes will be allowed in the
6 display panel. A means of disconnecting all wiring entering the panel shall be
7 provided. Switches shall be provided on the panel with labels and functions as '
8 follows:
9
10 a. Display On — Signal indicator lamps will display the operation of the
11 intersection. '
12
13 b. Test—All indicator lamps shall be energized.
14 '
15 c. Display Off— all signal indicator lamps shall be de-energized.
16
17 A "Detector Panel", as specified in Standard Specification Section 9-29.12(7)D,
18 shall be installed. The panel shall be mounted on the inside of the front cabinet '
19 door. The detector panel shall be constructed as a single unit. Detector switches
20 with separate operate, test, and off positions shall be provided for each field
21 detector input circuit. A high intensity light emitting diode (LED) shall be provided
22 for each switch. The lamp shall energize upon vehicle, pedestrian or test switch '
23 actuation. The test switch shall provide a spring loaded momentary contact that will
24 place a call into the controller. When in the OFF position, respective detector
25 circuits will be disconnected. In the operate position, each respective detector ,
26 circuit shall operate normally. Switches shall be provided on the panel with labels
27 and functions as follows:
28
29 a. Display On — Detector indicator lights shall operate consistent with their ,
30 respective switches.
31
32 b. Display Off—detector indicator lights shall be de-energized.
33 ,34 A means of disconnecting all wiring entering the panel shall be provided. The
35 disconnect shall include a means to jumper detection calls when the display panel
36 is disconnected. All switches on the panel shall be marked with its associated plan '
37 detector number. All markers shall be permanent.
38
39 9-29.13(7)D NEMA Controller Cabinets
40 This section is revised to read:
41
42 Each traffic-actuated NEMA controller shall be housed in a weatherproof cabinet
43 conforming to the following requirements:
44 ,45 1. Construction shall be of 0.073-inch minimum thickness series 300 stainless
46 steel or 0.125 minimum thickness 5052 H32 ASTM B209 alloy aluminum. The
47 stainless steel shall be annealed or one-quarter-hardness complying with
48 ASTM A666 stainless steel sheet. Cabinets may be finished inside with an '
49 approved finish coat of exterior white enamel. If no other coating is specified
50 in the Contract Provisions the exterior of all cabinets shall be bare metal. All
51 controller cabinets shall be furnished with front and rear doors. '
52
53 2. The cabinet shall contain shelving, brackets, racks, etc., to support the
54 controller and auxiliary equipment. All equipment shall set squarely on shelves
55 or be mounted in racks and shall be removable without turning, tilting, or '
56 rotating or relocating one device to remove another. A 24 slot rack or racks
57 shall be installed. The rack(s) shall be wired for 2 channel loop detectors and
58 as follows. Slots 1 & 2 phase 1 loop detectors. Slots 3, 4, & 5 phase 2 loop
59 detectors. Slots 6 & 7 phase 3 loop detectors. Slots 8, 9, & 10 phase 4 loop '
60 detectors. Slots 11 & 12 phase 5 loop deterctors. Slots 13, 14, & 15 phase 6
BENSON ROAD SOUTH-MAIN AVENUE TO S.20 ST. '
(DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS,HIGHLANDS SIDEWALKS)
CITY OF RENTON
AUGUST 2005
AMENDMENTS 2005-AUG 132 '
1 loop detectors. Slots 16 & 17 phase 7 loop detectors. Slots 18, 19 & 20 phase
2 8 loop detectors. Slot 21 upper phase 1 loop detector. Slot 21 lower phase 5
3 detector. Slot 22 wired for a 2 channel discriminator channels A, C. Slot 23
4 wired for a 2 channel discriminator, channels B, D. Slot 24 wired for a 4
,. 5 channel discriminator, wired for channel A, B, C, D. All loop detector slots shall
6 be wired for presence/ pulse detection/ extension. If an external power supply
7 is required in order for the entire racks(s) to be powered it shall be installed.
8 All rack(s) slots shall be labeled with engraved identification strips.
.r 9
10 3. Additional detection utilizing the "D" connector shall be installed in accordance
11 with the contract. The cabinet shall be of adequate size to properly house the
12 controller and all required appurtenances and auxiliary equipment in an upright
13 position with a clearance of at least 3 inches from the vent fan and filter to
14 allow for proper air flow. In no case shall more than 70 percent of the cabinet
15 volume be used. There shall be at least a 2-inch clearance between shelf
16 mounted equipment and the cabinet wall or equipment mounted on the cabinet
17 wall.
18
19 4. The cabinet shall have an air intake vent on the lower half of the front door,
+�+ 20 with a 12 inch by 16 inch by 1 inch removable throw away filter, secured in
21 place with a spring-loaded framework.
22
23 5. The cabinet door(s) shall be provided with:
24
25 a. Spring loaded construction core locks capable of accepting a Best
26 type CX series six segment (core installed by others) shall be
,. 27 installed in each door with the exception of the police panel door.
28 Cabinet doors shall each have a three point latch system.
29
30 b. A police panel assembly shall be installed in the front door and shall
+� 31 have a stainless steel hinge pin and a police panel lock. Two police
32 keys with shafts a minimum of 1 3/4 inches long shall be provided
33 with each cabinet.
34
" 35 c. All doors and police panel door shall have one piece closed cell,
36 neoprene gaskets.
37
38 d. A two position doorstop assembly. Front and rear interior light control
39 switches.
40
41 9-29.13(7)E Type 170E, 170E-HC-11, 2070, 2070 Lite, ATC Controller Cabinets
.. 42 This section is revised to read:
43
44 The above controllers shall be housed in a Models 332, Double 332, 336, 336S, 303
45 ITS/ATC cabinets, or as specified in the contract. Each door shall be furnished with a
46 construction core lock conforming to Standard Specifications 9-29.13 (7)D 5a, b and c
47 above. A police panel with door, stainless steel hinge pin and lock shall be provided.
48 Two police keys with shafts a minimum of 1 3/4" long shall be provided with each
49 cabinet. Each of these cabinets shall be furnished with auxiliary equipment described in
50 Standard Specification 9-29.13(7)C. Type 334 cabinets for traffic data station controller
51 furnished shall meet current Caltrans 170E specifications, as stated in Standard
52 Specification 9-29.13(7) and as follows. Camera control and DMS local control cabinets
+•� 53 shall contain the equipment shown in the Plans. The cabinet shall have the same
54 external physical dimensions and appearance of Model 334 cabinets.
55
56 1. The cabinet shall be fabricated of stainless steel or sheet aluminum in
57 accordance with Section 9-29.13(7)D, Item number 1. Painted steel, painted or
58 anodized aluminum is not allowed.
59
BENSON ROAD SOUTH-MAIN AVENUE TO S.20 ST.
(DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS,HIGHLANDS SIDEWALKS)
CITY OF RENTON
AUGUST 2005
AMENDMENTS 2005-AUG 133
i
1 2. Cabinet doors shall have a three-point latch and two-position stop assembly
2 with spring loaded construction core lock capable of accepting a Best lock
3 company type, with 6-pin CX series core. The Contractor shall supply '
4 construction cores. Upon contract completion, the Contractor shall deliver two
5 master keys to the Engineer.
6
7 3. Field wire terminals shall be labeled in accordance with the Field Wiring Chart. '
8
9 4. A shatterproof fluorescent interior cabinet lights with self-starting ballast shall
10 be furnished, one fixture mounted on the rear rack near the top and the second
11 mounted at the top of the front rack. Door switches shall automatically turn on
12 both lights when either door is opened.
13
14 5. One controller unit shelf, which attaches to the front rails of the EIA rack, shall
15 be provided in lieu of the two controller unit support angles. The shelf shall be
16 fabricated from aluminum and shall be installed such that it does not interfere
17 with access to any terminal block. The shelf shall contain a rollout flip-top
18 drawer for storage of wiring diagrams and manuals. '
19
20 A disposable paper filter element of at least 180 square inches shall be provided in lieu
21 of a metal filter.
22 '23 All traffic data and ramp meter cabinets shall include the following accessories:
24
25 1. Each cabinet shall be equipped with a fully operable controller equipped as ,
26 specified in the Contract Provisions.
27
28 2. Two input files, except on Type 303 and 336 cabinet shall be supplied, each
29 using 133 millimeters of rack height. '
30
31 3. Power Distribution Assembly shall be PDA #3 as detailed in the January 1989
32 Caltrans 170 specification, with all current amendments.
33
34 The PDA#3 shall contain three Model 200 Load Switches.
35
36 A transient voltage protection device shall be provided, which plugs into the '
37 controller unit receptacle and in turn accepts the controller plug and meets the
38 electrical requirements of Section 9-29.13(7)B(3) item e.
39
40 A second transfer relay, Model 430, shall be mounted on the rear of the PDA
41 #3 and wired as shown in the Plans.
42
43 4. Police Panel shall contain only one DPDT toggle switch. The switch shall be
44 labeled POLICE CONTROL, ON-OFF.
45
46 5. Display Panel
47 '
48 A. General
49 Each cabinet shall be furnished with a display panel. The panel shall be
50 mounted, showing and providing detection for inputs and specified
51 controller outputs, at the top of the front rack above the controller unit. '
52 The display panel shall be fabricated from brushed aluminum and
53 constructed according to the detail in the Plans.
54
55 B. Text '
56 All text on the display panel shall be black in color and silk screened
57 directly to the panel except the Phenolic detector and cabinet nameplates.
58 A nameplate for each loop shall be engraved with a 1/4 inch nominal text
59 according to the ITS Field Wiring Charts. The nameplates shall be '
60 permanently affixed to the display panel.
BENSON ROAD SOUTH-MAIN AVENUE TO S.26" ST. '
(DOWNTOWN CURB RAMPS,MAPLEWO)OD SIDEWALKS,HIGHLANDS SIDEWALKS)
CITY OF RENTON
AUGUST 2005
AMENDMENTS 2005-AUG 134 '
1
2 C. LEDs
3 The LEDs for the display panel shall meet the following specifications:
4
5 Case size T 1-3/4
6 Viewing angle 50° minimum
7 Brightness 8 Milli candelas
8
9 LEDs with RED, YELLOW or GREEN as part of their labels shall be red,
10 yellow or green in color. All other LEDs shall be red. All LEDs shall have
11 tinted diffused lenses.
12
13 D. Detector Display Control Switch
14 Each display panel shall be equipped with one detector display control
15 switch on the panel with labels and functions as follows:
• 16
17 ON
18 Detector display LEDs shall operate consistent with their separate
19 switches.
20
21 OFF
22 All detector indicator LEDs shall be de-energized. Detector calls shall
23 continue to reach the controller.
r 24
25 TEST
26 All detector indicator LEDs shall illuminate and no calls shall be
27 placed to the controller.
28
29 E. Advance Warning Sign Control Switch
30 Each display panel shall be equipped with one advance warning sign
i 31 control switch on the panel with labels and functions as follows:
32
33 AUTOMATIC
34 Sign Relay shall energize upon ground true call from controller.
35
36 SIGN OFF
37 Sign Relay shall de-energize.
.. 38
39 SIGN ON
40 Sign Relay shall energize.
41
42 F. Sign Relay
43 The sign relay shall be plugged into a socket installed on the rear of the
44 display panel. The relay shall be wired as shown in the Plans. The relay
45 coil shall draw (or sink) 50 milliamperes ± 10% from the 170E controller
46 and have a DPDT contact rating not less than 10 amperes. A 1N4004
47 diode shall be placed across the relay coil to suppress voltage spikes.
48 The anode terminal shall be connected to terminal #7 of the relay as
49 labeled in the Plans. The relay shall energize when the METERING
50 indicator LED is lit.
51
52 G. Detector Input Indicators
+� 53 One display LED and one spring-loaded two-position SPST toggle switch
54 shall be provided for each of the 40 detection inputs. These LEDs and
55 switches shall function as follows:
56
57 TEST
58 When the switch is in the test position, a call shall be placed to the
59 controller and energize the associated LED. The switch shall
60 automatically return to the run position when it is released.
BENSON ROAD SOUTH-MAIN AVENUE TO S.20 ST.
(DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS,HIGHLANDS SIDEWALKS)
CITY OF RENTON
AUGUST 2005
AMENDMENTS 2005-AUG 135
1 1
2 RUN
3 In the run position the LEDs shall illuminate for the duration of each '
4 call to the controller.
5
6 H. Controller Output Indicators
7 The display panel shall contain a series of output indicator LEDs mounted '
8 below the detection indicators. The layout shall be according to the detail
9 in the Plans. These LEDs shall illuminate upon a ground true output from
10 the controller via the C5 connector.
11
12 The output indicator LEDs shall have resistors in series to drop the voltage
13 from 24 volts DC to their rated voltage and limit current below their rated
14 current. The anode connection of each LED to +24 VDC shall be wired
15 through the resistor.
16
17 I. Connectors
18 Connection to the display panel shall be made by three connectors, one '
19 pin (labeled P2) and one socket (labeled P1) and one labeled C5. The P1
20 and P2 connectors shall be 50-pin cannon D series, or equivalent 50 pin
21 connectors and shall be compatible such that the two connectors can be
22 connected directly to one another to bypass the input detection. Wiring for '
23 the P1 , P2 and C5 connectors shall be as shown in the Plans.
24
25 The Contractor shall install wire connectors P1, P2, C1 P, C2, C4, C5 and ,
26 C6 according to the pin assignments shown in the Plans.
27
28 6. Model 204 Flasher Unit
29 Each Model 334 ramp meter cabinet shall be supplied with one Model 204 sign ,
30 flasher unit mounted on the right rear side panel. The flasher shall be powered
31 from T1-2. The outputs from the flasher shall be wired to T1-5 and T1-6.
32
33 7. Fiber Optic Patch Panel
34 The Contractor shall provide and install a rack-mounted fiber optic patch panel
35 as identified in the Plans.
36 '
37 Cabinet Wiring
38 1. Terminal blocks T131 through T139 shall be installed on the Input Panel.
39 Layout and position assignment of the terminal blocks shall be as noted in
40 the Plans. '
41
42 Terminals for field wiring in traffic data and/or ramp metering controller
43 cabinet shall be labeled, numbered and connected in accordance with the
44 following: '
45
46 Terminal Terminal and Connection
47 Block Pos. Wire Numbers Identification '
48 TBS 501-502 AC Power, Neutral
49 T1-2 641 Sign on
50 T1-4 643 Sign off
51 T1-5 644 Flasher Output NC
52 T1-6 645 Flasher Output NO
53 T4-1 631 Lane 3 - Red
54 T4-2 632 Lane 3 - Yellow
55 T4-3 633 Lane 3 - Green '
56 T4-4 621 Lane 2 - Red
57 T4-5 622 Lane 2 - Yellow
58 T46 623 Lane 2 Green '
59 T4-7 611 Lane 1 - Red
60 T4-8 612 Lane 1 Yellow
BENSON ROAD SOUTH-MAIN AVENUE TO S.20 ST. '
(DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS,HIGHLANDS SIDEWALKS)
CITY OF RENTON
AUGUST 2005
AMENDMENTS 2005-AUG 136 '
1 T4-9 613 Lane 1 - Green
2
3 Loop lead-in cables shall be labeled and connected to cabinet terminals
4 according to the ITS Field Wiring Chart. This chart will be provided by the
+ 5 Engineer within 20 days of the Contractor's request.
6
7 9-29.16(2)A Optical Units
8 Under the first paragraph, number 4 (warranty) is deleted.
.r g
10 9-29.19 Pedestrian Push Buttons
11 The third paragraph is deleted
12
13 9-29.21 Flashing Beacon
14 This section is revised to read:
15
r., 16 Flashing beacons shall be installed as detailed in the Plans, as specified in the Special
17 Provisions, and as described below:
18
19 Controllers for flashing beacons shall be as specified in Section 9-29.15.
+ 20
21 Beacons shall consist of single section, 8-inch or 12-inch traffic signal heads, three
22 or four-way adjustable, meeting all of the applicable requirements of Section 9-
23 29.16. Displays (red or yellow) may be either LED type or incandescent. 12 inch
24 yellow displays shall be dimmed 50% after dark.
25
26 Mounting brackets, mountings, and installation shall meet all applicable
,,. 27 requirements of Section 9-29.17.
28
29 Lenses shall be either red or amber, glass or polycarbonate as noted in the Plans
30 or as determined by the Engineer.
+ 31
32 9-29.24 Service Cabinets
33 Under the first paragraph, item F is revised to read:
34
35 F. The minimum size of control circuit conductors used in service cabinets shall be
36 No. 14 AWG stranded copper.
37
38 All electrical contactors shall have the loadside terminals toward the front (door
39 side) of the service cabinet.
40
41 Under the first paragraph, the fourth sentence of item I is revised to read:
• 42
43 No electrical devices shall be connected to the dead front panel.
44
45 9-29.25 Amplifier, Transformer, and Terminal Cabinets
46 Under the first paragraph, the fourth sentence of item 3 is revised to read:
47
48 The Contractor shall supply construction cores with two master keys. The keys shall be
49 delivered to the Engineer.
50
51 SECTION 9-30, WATER DISTRIBUTION MATERIALS
52 August 1, 2005
+
53 9-30.3(1) Gate Valves (3 Inches to 12 Inches)
54 This section including title is revised to read:
55
56 9-30.3(1) Gate Valves (3 Inches to 16 Inches)
57 Gate valves shall meet the requirements of AWWA C509 or AWWA C515. Gate valves
58 16 inches in size shall be arranged for operation in the horizontal position by enclosed
.. 59 bevel gearing.
BENSON ROAD SOUTH-MAIN AVENUE TO S.20 ST.
(DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS,HIGHLANDS SIDEWALKS)
CITY OF RENTON
AUGUST 2005
AMENDMENTS 2005-AUG 137
+
1 1
2 Prior to shipping, three certified copies of performance tests, as specified in Section 6 of
3 AWWA C509 or Sections 5 and 6 of AWWA C515, shall be submitted to the Engineer for 1
4 review.
5
6 9-30.3(2) Gate Valves (14 Inches and 16 Inches)
7 This section including title is revised to read: '
8
9 9-30.3(2) Vacant
10 '
11 9-30.5(4) Hydrant Restraints
12 The first sentence is revised to read:
13
14 Shackle rods shall be 3/4 inch diameter with threaded ends, and shall be ASTM A 36
15 steel.
16
17 9-30.6(1) Saddles
18 The first sentence is revised to read: '
19
20 Saddles shall be ductile iron, bronze, brass, or stainless steel.
21
22 9-30.6(2) Corporation Stops ,
23 The first sentence is revised to read:
24
25 Corporation stops shall be made of bronze or brass alloy. '
26
27 9-30.6(4) Service Fittings
28 The first sentence is revised to read:
29 ,30 Fittings used for service connections shall be made of bronze or brass alloy.
31
32 SECTION 9-32, MAILBOX SUPPORT
33 August 2, 2004
34 9-32.2 Bracket, Platform and Anti-Twist Plate
35 This section is revised to read:
36
37 The bracket, platform, and anti-twist plate shall be 16 gage sheet steel, conforming to
38 ASTM A 36.
39
40 9-32.4 Wood Posts
41 This section is revised to read:
42
43 Wood posts shall meet the requirements of Section 9-28.14(1) or western red cedar.
44
45 Section 9-32 is supplemented with the following:
46 '
47 9-32.8 Concrete Base
48 The concrete in the concrete base shall meet or exceed the requirements of Section 6-
49 02.3(2)B.
50 ,51 9-32.9 Steel pipe
52 The requirements for commercially available, Schedule 40, galvanized steel pipe,
53 elbows, and couplings shall be met for all parts not intended to be bent or welded.
54 Welded and bent parts shall be galvanized after fabrication in accordance with AASHTO '
55 M 111.
56
57 9-32.10 U-Channel Post '
58 U-channel posts shall meet the requirements of ASTM A 29, weigh a minimum of 3
59 pounds per linear foot, and shall be galvanized according to AASHTO M 111.
BENSON ROAD SOUTH-MAIN AVENUE TO S.20 ST. ,
(DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS,HIGHLANDS SIDEWALKS)
CITY OF RENTON
AUGUST 2005
AMENDMENTS 2005-AUG 138
1
ow 2 SECTION 9-33, CONSTRUCTION GEOTEXTILE
3 August 1, 2005
.. 4 This section including title is revised to read:
5
6 SECTION 9-33, CONSTRUCTION GEOSYNTHETIC
7 April 5, 2004
8 9-33.1 Geosynthetic Material Requirements
9 The term geosynthetic shall be considered to be inclusive of geotextiles, geogrids, and
10 prefabricated drainage mats.
11
12 Geotextiles, including geotextiles attached to prefabricated drainage core to form a
13 prefabricated drainage mat, shall consist only of long chain polymeric fibers or yarns
14 formed into a stable network such that the fibers or yarns retain their position relative to
15 each other during handling, placement, and design service life. At least 95 percent by
16 weight of the material shall be polyolefins or polyesters. The material shall be free from
17 defects or tears. The geotextile shall also be free of any treatment or coating which
" 18 might adversely alter its hydraulic or physical properties after installation.
19
20 Geogrids shall consist of a regular network of integrally connected polymer tensile
21 elements with an aperture geometry sufficient to permit mechanical interlock with the
22 surrounding backfill. The long chain polymers in the geogrid tensile elements, not
23 including coatings, shall consist of at least 95 percent by mass of the material of
24 polyolefins or polyesters. The material shall be free of defects, cuts, and tears.
25
26 Prefabricated drainage core shall consist of a three dimensional polymeric material with
27 a structure that permits flow along the core laterally, and which provides support to the
28 geotextiles attached to it.
29
30 The geosynthetic shall conform to the properties as indicated in Tables 1 through 8 in
31 Section 9-33.2, and additional tables as required in the Standard Plans and Special
32 Provisions for each use specified in the Plans. Specifically, the geosynthetic uses
33 included in this section and their associated tables of properties are as follows:
34
35 Applicable
.. 36 Geotextile Application Property Tables
37 Underground Drainage, Low Survivability,
38 Classes A, B, and C Tables 1 and 2
39
40 Underground Drainage, Moderate Survivability,
41 Classes A, B, and C Tables 1 and 2
42
r 43 Separation Table 3
44
45 Soil Stabilization Table 3
46
.. 47 Permanent Erosion Control, Moderate Survivability,
48 Classes A, B, and C Tables 4 and 5
49
50 Permanent Erosion Control, High Survivability
51 Classes A, B, and C Tables 4 and 5
52
53 Ditch Lining Table 4
r 54
55 Temporary Silt Fence Table 6
56
57 Permanent Geosynthetic Retaining Wall Table 7 and Std. Plans
�. 58
BENSON ROAD SOUTH-MAIN AVENUE TO S.26" ST.
(DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS,HIGHLANDS SIDEWALKS)
�r CITY OF RENTON
AUGUST 2005
AMENDMENTS 2005-AUG 139
r
1 Temporary Geosynthetic Retaining Wall Tables 7 and 10 '
2
3 Prefabricated Drainage Mat Table 8 '
4
5 Table 10 will be included in the Special Provisions.
6
7 Geogrid and geotextile reinforcement in geosynthetic retaining walls shall conform to the '
8 properties specified in the Standard Plans for permanent walls, and Table 10 for
9 temporary walls.
10 '
11 For geosynthetic retaining walls that use geogrid reinforcement, the geotextile material
12 placed at the wall face to retain the backfill material as shown in the Plans shall conform
13 to the properties for Construction Geotextile for Underground Drainage, Moderate
14 Survivability, Class A.
15
16 Thread used for sewing geotextiles shall consist of high strength polypropylene,
17 polyester, or polyamide. Nylon threads will not be allowed. The thread used to sew
18 permanent erosion control geotextiles, and to sew geotextile seams in exposed faces of ,
19 temporary or permanent geosynthetic retaining walls, shall also be resistant to
20 ultraviolet radiation. The thread shall be of contrasting color to that of the geotextile
21 itself.
22 ,23 9-33.2 Geosynthetic Properties
24
25 9-33.2(1) Geotextile Properties ,
26 Table 1: Geotextile for underground drainage strength properties for survivability.
27
28 Geotextile Property Requirements'
29 Low Moderate
30 Survivability Survivability
31 Geotextile Property Test Method 2 Woven/Nonwoven Woven/Nonwovan
32 Grab Tensile Strength, ASTM D4632 180 lbs./115 lbs. min. 250 lbs./160 lbs. min.
33 min. in machine and
34 x-machine direction
35
36 Grab Failure Strain, in ASTM D4632 <50%/>50% <50%/>50%
37 machine and x-machine
38 direction
39
40 Seam Breaking Strength ASTM D46323 160 lbs./100 lbs. min. 220 lbs./140 lbs. min. ,
41
42 Puncture Resistance ASTM D4833 67 lbs./40 lbs. min. 80 lbs./50 lbs. min.
43
44 Tear Strength, min. in ASTM D4533 67 lbs/40 lbs. min. 80 lbs./50 lbs. min.
45 machine and x-machine
46 direction
47
48 Ultraviolet (UV) ASTM D4355 50% strength 50% strength
49 Rediation stability retained min., retained min.,
50 after 500 hrs. in after 500 hrs. in
51 weatherometer weatherometer
52
53 Table 2: Geotextile for underground drainage filtration properties.
54
55 Geotextile Property Requirements' ,
56 Geotextile Property Test Method 2 Class A Class B Class C
57 AOS ASTM D4751 .43 mm max. .25 mm max. .18 mm max.
58 (#40 sieve) (#60 sieve) (#80 sieve)
59
60 Water Permittivity ASTM D4491 .5 sec' min. .4 sec' min. .3 sec' min.
BENSON ROAD SOUTH-MAIN AVENUE TO S.20 ST. ,
(DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS,HIGHLANDS SIDEWALKS)
CITY OF RENTON
AUGUST 2005
AMENDMENTS 2005-AUG 140 '
1
2 Table 3: Geotextile for separation or soil stabilization.
3
4 Geotextile Property Requirements'
„r 5 Separation Soil Stabilization
6 Geotextile Property Test Method 2 Woven/Nonwoven Woven/Nonwovan
7 AOS ASTM D4751 .60 mm max. .43 mm max.
8 (#30 sieve) (#40 sieve)
r. 9
10 Water Permittivity ASTM D4491 .02 sec' min. 10 sec' min.
11
12 Grab Tensile Strength, ASTM D4632 250 lbs./160 lbs. min. 315 lbs./200 lbs. min.
13 min. in machine and
14 x-machine direction
15
16 Grab Failure Strain, in ASTM D4632 <50%/>50% <50 1/o/>50%
17 machine and x-machine
18 direction
19
20 Seam Breaking Strength ASTM D46322 220 lbs./140 lbs. min. 270 lbs./180 lbs. min.
21
22 Puncture Resistance ASTM D4833 80 lbs./50 lbs. min. 112 lbs./79 lbs. min.
23
24 Tear Strength, min. in ASTM D4533 80 lbs/50 lbs. min. 112 lbs./79 lbs. min.
25 machine and x-machine
26 direction
27
28 Ultraviolet (UV) ASTM D4355 50% strength 50% strength
29 Rediation stability retained min., retained min.,
30 after 500 hrs. in after 500 hrs. in
31 weatherometer weatherometer
32
33 Table 4: Geotextile for permanent erosion control and ditch lining.
34
r 35 Geotextile Property Requirements'
36 Permanent Erosion Control Ditch Lining
37 Moderate High
e, 38 Servicability Servicability
39 Geotextile Property Test Method' Woven/Nonwoven Woven/Nonwovan Woven/Nonwovan
40 AOS ASTM D4751 See Table 5 See Table 5 .60 mm max(430 sieve)
41
+Irl 42 Water Permittivity ASTM D4491 See Table 5 See Table 5 .02 sec-'min.
43
44 Grab Tensile Strength, ASTM D4632 250 Ibs./160 lbs. min. 315 lbs./200 lbs. min. 250 lbs./160 lbs. min.
45 min.in machine and
46 x-machine direction
47
48 Grab Failure Strain,in ASTM D4632 16%-50%/>50% 15%-50%/>50% <50%/>50%
49 machine and x-machine
50 direction
51
52 Seam Breaking Strength ASTM D4632' 220 Ibs./140 Ibs. min. 270 lbs./180 lbs. min. 220 lbs./140 lbs.min.
.r 53
54 Burst Strength ASTM D3785 400 pse/190 psi min. 500 psi/320 psi min.
55
56 Puncture Resistance ASTM D4833 80 lbs./50 lbs.min. 112 lbs./79 lbs. min. 80 lbs./50 lbs.min.
57
58 Tear Strength,min.in ASTM D4533 80 lbs/50 lbs.min. 112 lbs./79 lbs. min. 80 lbs./50 lbs.min.
59 machine and x-machine
60 direction
BENSON ROAD SOUTH-MAIN AVENUE TO S.20 ST.
(DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS,HIGHLANDS SIDEWALKS)
r CITY OF RENTON
AUGUST 2005
AMENDMENTS 2005-AUG 141
r
1 1
2 Ultraviolet(UV) ASTM D4355 70%strength 70%strength 70%strength
3 Rediation stability retained min., retained min., retained min., '
4 after 500 hrs.in after 500 hrs. in after 500 hrs.in
5 weatherometer weatherometer weatherometer
6
7 Table 5: Filtration properties for geotextile for permanent erosion control. '
8
9 Geotextile Property Requirements'
10 Geotextile Property Test Method 2 Class A Class B Class C
11 AOS ASTM D4751 .43 mm max. .25 mm max. .22 mm max. '
12 (#40 sieve) (#60 sieve) (#70 sieve)
13
14 Water Permittivity ASTM D4491 .7 sec"' min. .4 sec' min. .2 sec' min. ,
15
16 Table 6: Geotextile for temporary silt fence.
17
18 Geotextile Property Requirements' '
19 Supported
20 Between
21 Unsupported Posts with Wire or
22 Geotextile Property Test Method 2 Between Posts Polymeric Mesh '
23 AOS ASTM D4751 .60 mm max. for slit .60 mm max. for slit
24 film wovens film wovens
25 (#30 sieve) (#30 sieve) '
26 .30 mm max. for all .30 mm max. for all
27 other geotextile other geotextile
28 types (#50 sieve) types (#50 sieve)
29 .15 mm min. .15 mm min.
30 (#100 sieve) (#100 sieve)
31
32 Water Permittivity ASTM D4491 .02 sec- min. .02 sec-' min.
33
34 Grab Tensile Strength, ASTM D4632 180 lbs. min. in 100 lbs. min.
35 min. in machine and machine direction,
36 x-machine direction 100 lbs. min. in ,
37 x-machine direction
38
39 Grab Failure Strain, in ASTM D4632 30% max. at 180 lbs.
40 machine and x-machine or more ,
41 direction
42
43 Ultraviolet (UV) ASTM D4355 70% strength 70% strength
44 Rediation stability retained min., retained min., '
45 after 500 hrs. in after 500 hrs. in
46 weatherometer weatherometer
47 '
48 'All geotextile properties in Tables 1 through 6 are minimum average roll values (i.e., the
49 test result for any sampled roll in a lot shall meet or exceed the values shown in the
50 table).
51 ,52 'The test procedures used are essentially in conformance with the most recently
53 approved ASTM geotextile test procedures, except for geotextile sampling and
54 specimen conditioning, which are in accordance with WSDOT Test Methods 914 and
55 915, respectively. Copies of these test methods are available at the State Materials ,
56 Laboratory in Tumwater.
57
58 3With seam located in the center of 8-inch long specimen oriented parallel to grip faces.
59 1
BENSON ROAD SOUTH-MAIN AVENUE TO S.20 ST.
(DOWNTOWN CI'RB RAMPS,MAPLEWOOD SIDEWALKS,HIGHLANDS SIDEWALKS)
CITY OF RENTON
AUGUST 2005
AMENDMENTS 2005-AUG 142 ,
1 9-33.2(2) Geosynthetic Properties For Retaining Walls and Reinforced
2 Slopes
3 All geotextile properties provided in Table 7 are minimum average roll values. The
4 average test results for any sampled roll in a lot shall meet or exceed the values shown
.. 5 in the table. The test procedures specified in the Table are in conformance with the
6 most recently approved ASTM geotextile test procedures, except for geotextile sampling
7 and specimen conditioning, which are in accordance with WSDOT Test Methods 914
8 and 915, respectively.
r 9
10 Table 7: Minimum properties required for geotextile reinforcement used in geosynthetic
11 reinforced slopes and retaining walls.
12
Geotextile Property
Requirements
r 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
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
,r Ultraviolet (UV) Radiation ASTM D4355 70% (for polypropylene
Stability and polyethyelene) and
50% (for polyester)
Strength Retained min.,
• after 500 Hr. in
weatherometer
13
14 1Applies only to seams perpendicular to the wall face.
15
16 The ultraviolet (UV) radiation stability, ASTM D4355, shall be a minimum of 70%
17 strength retained after 500 hours in the weatherometer for polypropylene and
18 polyethylene geogrids and geotextiles, and 50% strength retained after 500 hours in the
19 weatherometer for polyester geogrids and geotextiles.
20
21 9-33.2(3) Prefabricated Drainage Mat
22 Prefabricated drainage mat shall have a single or double dimpled polymeric core with a
23 geotextile attached and shall meet the following requirements:
24
25 Table 8: Minimum properties required for prefabricated drainage mats.
26
27 Property Test Method Prefabricated Drainage
28 Material/Geotextile
29 Property Requirements
BENSON ROAD SOUTH-MAIN AVENUE TO S.26-ST.
(DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS,HIGHLANDS SIDEWALKS)
CITY OF RENTO)N
AUGUST 2005
AMENDMENTS 2005-AUG 143
•
1 �I►►
2 Width 12 inches min.
3 Thickness ASTM D 5199 0.4 inches min.
4
5 Compressive Strength at
6 Yield ASTM D 1621 100 psi min.
7
8 In Plan Flow Rate ASTM D 4716 >
9 Gradient = 0.1,
10 Pressure = 5.5 psi 5.0 gal. /min./ft.
11
12 Gradient = 1.0, �r
13 Pressure = 14.5 psi 15.0 gal. /min./ft.
14 -
15 Geotextile -AOS ASTM D 4751 #60 US Sieve max.
16
17 Geotextile - Permittivity ASTM D 4491 > 0.4 SEC
18
19 Geotextile - Grab Strength ASTM D 4632 Nonwoven - 110 lb. min.
20
21 Prefabricated drainage mats will be accepted based on the manufacturer's certificate of
22 compliance that the material furnished conforms to these specifications. The Contractor '
23 shall submit the manufacturer's certificate of compliance to the Engineer in accordance
24 with Section 1-06.3.
25 '
26 9-33.3 Aggregate Cushion of Permanent Erosion Control Geotextile
27 Aggregate cushion for permanent erosion control geotextile, Class A shall meet the
28 requirements of Section 9-03.9(2). Aggregate cushion for permanent erosion control
29 geotextile, Class B or C shall meet the requirements of Section 9-03.9(3) and 9-03.9(2). '
30
31 9-33.4 Geosynthetic Approval and Acceptance
32
33 9-33.4(1) Source Approval
34 The Contractor shall submit to the Engineer the following information regarding each
35 geosynthetic proposed for use:
36 ,
37 Manufacturer's name and current address,
38 Full product name,
39 Geotextile structure, including fiber/yarn type,
40 Geosynthetic polymer type(s) (for temporary and permanent geosynthetic retaining
41 walls), and
42 Proposed geotextile use(s).
43
44 If the geosynthetic source has not been previously evaluated, or is not listed in the
45 current WSDOT Qualified Products List (QPL), a sample of each proposed geosynthetic
46 shall be submitted to the State Materials Laboratory in Tumwater for evaluation. After
47 the sample and required information for each geosynthetic type have arrived at the '
48 State Materials Laboratory in Tumwater, a maximum of 14 calendar days will be
49 required for this testing. Source approval will be based on conformance to the
50 applicable values from Tables 1 through 8 in Section 9-33.2 and additional tables as
51 specified in the Special Provisions. Source approval shall not be the basis of ,
52 acceptance of specific lots of material unless the lot sampled can be clearly identified
53 and the number of samples tested and approved meet the requirements of WSDOT Test
54 Method 914.
55 '56 Geogrid and geotextile products that are qualified for use in permanent geosynthetic
57 retaining walls and reinforced slopes (Classes 1, 2, or both) are listed in the current
58 WSDOT QPL. ,
59
BENSON ROAD SOUTH-MAIN AVENUE TO S.20 ST. '
(DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS,HIGHLANDS SIDEWALKS)
CITY OF RENTON
AUGUST 2005
AMENDMENTS 2005-AUG 144 '
1 For geogrid and geotextile products proposed for use in permanent geosynthetic
2 retaining walls or reinforced slopes that are not listed in the current QPL, the Contractor
3 shall submit test information and the calculations used in the determination of Ta,
4 performed in accordance with WSDOT Standard Practice T925 to the State Materials
.. 5 Laboratory in Tumwater for evaluation. The Contracting Agency will require up to 30
6 calendar days after receipt of the information to complete the evaluation.
7
8 9-33.4(3) Acceptance Samples
9 Samples will be randomly taken by the Engineer at the job site to confirm that the
10 geosynthetic meets the property values specified.
11
12 Approval will be based on testing of samples from each lot. A "lot" shall be defined for
13 the purposes of this specification as all geosynthetic rolls within the consignment (i.e.,
14 all rolls sent the project site) that were produced by the same manufacturer during a
15 continuous period of production at the same manufacturing plant and have the same
ow 16 product name. After the samples have arrived at the State Materials Laboratory in
17 Tumwater, a maximum of 14 calendar days will be required for this testing.
18
19 If the results of the testing show that a geosynthetic lot, as defined, does not meet the
+� 20 properties required for the specified use as indicated in Tables 1 through 8 in Section 9-
21 33.2, and additional tables as specified in the Special Provisions, the roll or rolls which
22 were sampled will be rejected. Geogrids and geotextiles for temporary geosynthetic
23 retaining walls shall meet the requirements of Table 7, and Table 10 in the Special
24 Provisions. Geogrids and geotextiles for permanent geosynthetic retaining wall shall
25 meet the requirements of Table 7, and Table 9 in the Special Provisions, and both
26 geotextile and geogrid acceptance testing shall meet the required ultimate tensile
27 strength T.„ as provided in the current QPL for the selected product(s). If the selected
28 product(s) are not listed in the current QPL, the result of the testing for T.„ shall be
29 greater than or equal to Tu„ as determined from the product data submitted and
30 approved by the State Materials Laboratory during source approval.
31
32 Two additional rolls for each roll tested which failed from the lot previously tested will
33 then be selected at random by the Engineer for sampling and retesting. If the retesting
34 shows that any of the additional rolls tested do not meet the required properties, the
35 entire lot will be rejected. If the test results from all the rolls retested meet the required
36 properties, the entire lot minus the roll(s) that failed will be accepted. All geosynthetic
37 that has defects, deterioration, or damage, as determined by the Engineer, will also be
38 rejected. All rejected geosynthetic shall be replaced at no additional expense to the
39 Contracting Agency.
40
41 9-33.4(4) Acceptance by Certificate of Compliance
r 42 When the quantities of geosynthetic proposed for use in each geosynthetic application
43 are less than or equal to the following amounts, acceptance shall be by Manufacturer's
44 Certificate of Compliance:
45
46 Application Geotextile (quantity
47 Underground Drainage 600 sq. yards
48 Soil Stabilization and Separation 1,800 sq. yards
49 Permanent Erosion Control 1,200 sq. yards
50 Temporary Silt Fence All quantities
51 Temp. or Perm. Geosynthetic Retaining Wall Not required
52 Prefabricated Drainage Mat All quantities
•• 53
54 The Manufacturer's Certificate of Compliance shall include the following information
55 about each geosynthetic roll to be used:
56
57 Manufacturer's name and current address,
58 Full product name,
59 Geosynthetic structure, including fiber/yarn type,
60 Polymer type (for all temporary and permanent geosynthetic retaining walls only),
BENSON ROAD SOUTH-MAIN AVENUE TO S.20 ST.
(DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS,HIGHLANDS SIDEWALKS)
CITY OF RENTON
AUGUST 2005
AMENDMENTS 2005-AUG 145
�r
a
1 Geosynthetic roll number,
2 Proposed geosynthetic use(s), and
3 Certified test results.
4
5 9-33.4(5) Approval of Seams 1e
6 If the geotextile seams are to be sewn in the field, the Contractor shall provide a section of
7 sewn seam which can be sampled by the Engineer before the geotextile is installed. '
8
9 The seam sewn for sampling shall be sewn using the same equipment and procedures as
10 will be used to sew the production seams. If production seams will be sewn in both the ,
11 machine and cross-machine directions, the Contractor must provide sewn seams for
12 sampling which are oriented in both the machine and cross-machine directions. The seams
13 sewn for sampling must be at least 2 yards in length in each geotextile direction. If the
14 seams are sewn in the factory, the Engineer will obtain samples of the factory seam at '
15 random from any of the rolls to be used. The seam assembly description shall be submitted
16 by the Contractor to the Engineer and will be included with the seam sample obtained for
17 testing. This description shall include the seam type, stitch type, sewing thread type(s), and
18 stitch density.
20 SECTION 9-34, PAVEMENT MARKING MATERIAL
21 August 1, 2005 ,
22 9-34.2(1) High VOC Solvent Based Paint
23 "Retroreflectance" is revised to read:
24
25 Retroreflectance—ASTM D 6359
26 Newly applied pavement markings shall have a minimum initial coefficient of
27 retroreflective luminance of 250 mcd/m2/lux for white and 175 mcd/m2/lux for yellow in
28 accordance with ASTM D 6359 when measured with a 30-meter retroreflectometer. '
29 WSDOT will measure retroreflectivity for compliance with a Delta LTL-X
30 retroreflectometer.
31 '
32 9-34.2(2) Low VOC Solvent Based Paint
33 "Retroreflectance" is revised to read:
34
35 Retroreflectance—ASTM D 6359
36 Newly applied pavement markings shall have a minimum initial coefficient of
37 retroreflective luminance of 250 mcd/m2/lux for white and 175 mcd/m2/lux for yellow in
38 accordance with ASTM D 6359 when measured with a 30-meter retroreflectometer.
39 WSDOT will measure retroreflectivity for compliance with a Delta LTL-X ,
40 retroreflectometer.
41
42 9-34.2(3) Low VOC Waterborne Paint
43 "Retroreflectance" is revised to read:
44
45 Retroreflectance—ASTM D 6359
46 Newly applied pavement markings shall have a minimum initial coefficient of '
47 retroreflective luminance of 250 mcd/m2/lux for white and 175 mcd/m2/lux for yellow in
48 accordance with ASTM D 6359 when measured with a 30-meter retroreflectometer.
49 WSDOT will measure retroreflectivity for compliance with a Delta LTL-X
50 retroreflectometer.
51
52 9-34.3(1) Type A — Liquid Hot Applied Thermoplastic
53 "Retroreflectance" is revised to read:
54 ,55 Retroreflectance—ASTM D 6359
56 Newly applied pavement markings shall have a minimum initial coefficient of
57 retroreflective luminance of 250 mcd/m2/lux for white and 175 mcd/m2/lux for yellow in ,
58 accordance with ASTM D 6359 when measured with a 30-meter retroreflectometer.
BENSON ROAD SOUTH-MAIN AVENUE TO S.26"ST. '
(DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS,HIGHLANDS SIDEWALKS)
CITY OF RENTON
AUGUST 2005
AMENDMENTS 2005-AUG 146 '
1 WSDOT will measure retroreflectivity for compliance with a Delta LTL-X
2 retroreflectometer.
3
4 9-34.3(2) Type B — Pre-formed Fused Thermoplastic
,r 5 "Retroreflectance" is revised to read:
6
7 Retroreflectance—ASTM D 6359
8 Newly applied pavement markings shall have a minimum initial coefficient of
•• 9 retroreflective luminance of 250 mcd/m2/lux for white and 175 mcd/m2/lux for yellow in
10 accordance with ASTM D 6359 when measured with a 30-meter retroreflectometer.
11 WSDOT will measure retroreflectivity for compliance with a Delta LTL-X
12 retroreflectometer.
13
14 9-34.3(3) Type C — Cold Applied Pre-formed Tape
15 This section is revised to read:
16
17 Type C material consists of plastic pre-formed tape that is applied cold to the pavement.
18 The tape shall be capable of adhering to new and existing hot mix asphalt or cement
19 concrete pavement. If the tape manufacturer recommends the use of a surface primer
.. 20 or adhesive, use a type approved by the pavement marking manufacturer. The tape
21 shall also be capable of being inlaid into fresh hot mix asphalt during the final rolling
22 process. The material is identified by the following designations: Type C-1 tape has a
23 surface pattern with retroreflective elements exposed on the raised areas and faces and
24 intermixed within its body and shall conform to ASTM D 4505, Reflectivity Level I, Class
25 2 or 3, Skid Resistance Level A. Type C-2 tape has retroreflective elements exposed on
26 its surface and intermixed within its body and shall conform to the requirements of
27 ASTM D 4505, Reflectivity Level II, Class 2 or 3, Skid Resistance Level A, and the
28 following:
29
30 Retroreflectance — ASTM D 6359 modified as follows: (units are
.r 31 millicandelas/meter2/lux)
32 Reflectivity Level 1
33 White— 500 measured with a 30-meter instrument
34 Yellow— 300 measured with a 30-meter instrument
" 35 Reflectivity Level 11
36 White—250 measured with a 30-meter instrument
37 Yellow— 175 measured with a 30-meter instrument
38
39 9-34.3(4) Type D — Liquid Cold Applied Methyl Methacrylate
40 "Retroreflectance" is revised to read:
41
rr. 42 Retroreflectance—ASTM D 6359
43 Newly applied pavement markings shall have a minimum initial coefficient of
44 retroreflective luminance of 250 mcd/m2/lux for white and 175 mcd/m2/lux for yellow in
45 accordance with ASTM D 6359 when measured with a 30-meter retroreflectometer.
'r 46 WSDOT will measure retroreflectivity for compliance with a Delta LTL-X
47 retroreflectometer.
48
49 9-34.5 Temporary Pavement Marking Tape
50 This section is supplemented with the following:
51
52 Pavement marking masking tape shall conform to ASTM D 4592 Type 1 (removable),
.. 53 except that material shall be black, non-retroreflective and non-glaring.
54
55 SECTION 9-35, TEMPORARY TRAFFIC CONTROL MATERIALS
r.
56 August 1, 2005
57 Temporary traffic control materials in this section consist of various traffic communication,
58 channelization and protection items described in Section 1-10 and listed below:
59
BENSON ROAD SOUTH-MAIN AVENUE TO S.20 ST.
(DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS,HIGHLANDS SIDEWALKS)
CITY OF RENTON
AUGUST 2005
AMENDMENTS 2005-AUG 147
ow
1 Stop/Slow Paddles
2 Construction Signs
3 Wood Sign Posts
4 Sequential Arrow Signs
5 Portable Changeable Message Signs
6 Barricades
7 Traffic Safety Drums '
8 Barrier Drums
9 Traffic Cones
10 Tubular Markers
11 Warning Lights and Flashers '
12 Truck-Mounted Attenuator
13
14 The basis for acceptance of temporary traffic control devices and materials shall be visual ,
15 inspection by the Engineer's representative. No sampling or testing will be done except that
16 deemed necessary to support the visual inspection. Requests for Approval of Material and
17 Qualified Products List submittals are not required. Certification for crashworthiness
18 according to NCHRP 350 will be required as described in Section 1-10.2(3). '
19
20 "MUTCD," as used in this section, shall refer to the latest WSDOT adopted edition of the
21 Manual on Uniform Traffic Control Devices for Streets and Highways. In the event of
22 conflicts between the MUTCD and the contract provisions, then the provisions shall govern.
23
24 9-35.1 Stop/Slow Paddles
25 Paddles shall conform to the requirements of the MUTCD, except that the minimum width
26 shall be 24 inches.
27
28 9-35.2 Construction Signs
29 Construction signs shall conform to the requirements of the MUTCD and shall meet the ,
30 requirements of NCHRP Report 350 for Category 2 devices. Except as noted below, any
31 sign/sign stand combination that satisfies these requirements will be acceptable.
32 ,
33 Where aluminum sheeting is used to fabricate signs, it shall have a minimum thickness of
34 0.080 inches and a maximum thickness of 0.125 inches.
35
36 All orange background signs shall be fabricated with Type X reflective sheeting. All post- '
37 mounted signs with Type X sheeting shall use a nylon washer between the twist fasteners
38 (screw heads, bolts or nuts) and the reflective sheeting.
39
40 Any fabric sign which otherwise meets the requirements of this section and was purchased ,
41 prior to July 1, 2004, may be utilized until December 31, 2007. If a fabric sign is used, it
42 shall have been fabricated with Type VI reflective sheeting.
43
44 9-35.3 Wood Sign Posts
45 Use the charts below to determine post size for construction signs.
46
47 One Post Installation '
48
49 Post Size Min. Sign Sq. Ft. Max. Sign Sq. Ft.
50 4x4 - 16.0
51 4x6 17.0 20.0 ,
52 6x6 21.0 25.0
53 6x8 26.0 31.0
54
55 Two Post Installation ,
56
57 (For signs 5 feet or greater in width)
58
59 Post Size Min. Sign Sq. Ft. Max. Sign Sq. Ft.
60 4x4 - 16.0
BENSON ROAD SOUTH-MAIN AVENUE TO S.26' ST. '
(DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS,HIGHLANDS SIDEWALKS)
CITY OF RENTON
AUGUST 2005
AMENDMENTS 2005-AUG 148 '
1 4x6 17.0 36.0
2 6x6 37.0 46.0
3 6x8 47.0 75.0
4
.. 5 * The Engineer shall determine post size for signs greater than 75 square feet.
6
7 Sign posts shall conform to the grades and usage listed below. Grades shall be
8 determined by the current standards of the West Coast Lumber Inspection Bureau
• 9 (WCLIB) or the Western Wood Products Association (WWPA).
10
11 4 x 4 Construction grade (Light Framing,
12 Section 122-b WCLIB) or(Section
13 40.11 WWPA)
14 4 x 6 No. 1 and better, grade (Structural
15 Joists and Planks, Section 123-b
,r. 16 WCLIB) or(Section 62.11 WWPA)
17 6 x 6, 6 x 8, 8 x 10 No. 1 and better, grade (Posts and
18 Timbers, Section 131-b WCLIB) or
19 (Section 80.11 WWPA)
• 20 6 x 10, 6 x 12 No. 1 and better, grade (Beams and
21 Stringers, Section 130-b WCLIB) or
22 (Section 70.11 WWPA)
23
24 9-35.4 Sequential Arrow Signs
25 Sequential Arrow Signs shall meet the requirements of the MUTCD supplemented with the
26 following:
■, 27
28 Sequential arrow signs furnished for stationary lane closures on this project shall be
29 Type C.
30 The color of the light emitted shall be yellow.
• 31 The dimming feature shall be automatic, reacting to changes in light without a
32 requirement for manual adjustment.
33
34 9-35.5 Portable Changeable Message Signs
'r 35 Portable Changeable Message Signs (PCMS) shall meet the requirements of the MUTCD
36 and the following:
37
„r 38 The PCMS shall employ one of the following technologies:
39
40 1. Fiber optic/shutter
41 2. Light emitting diode
•• 42 3. Light emitting diode/shutter
43 4. Flip disk
44
45 Regardless of the technology, the PCMS shall meet the following general requirements:
" 46
47 0 Be light emitting and must not rely solely on reflected light. The emitted light shall
48 be generated using fiber optic or LED technology.
• 49
50 0 Have a display consisting of individually controlled pixels no larger than 2 1/2 inch
51 by 2 1/2 inch. If the display is composed of individual character modules, the space
52 between modules must be minimized so alphanumeric characters of any size
• 53 specified below can be displayed at any location within the matrix.
54
55 When activated, the pixels shall display a yellow or orange image. When not
56 activated, the pixels shall display a flat black image that matches the background of
" 57 the sign face.
58
59 Be capable of displaying alphanumeric characters that are a minimum of 18 inches
„r 60 in height. The width of alphanumeric characters shall be appropriate for the font.
BENSON ROAD SOUTH-MAIN AVENUE TO S.20 ST.
(DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS,HIGHLANDS SIDEWALKS)
r CITY OF RENTON
AUGUST 2005
AMENDMENTS 2005-AUG 149
r
1 The PCMS shall be capable of displaying three lines of eight characters per line
2 with a minimum of one pixel separation between each line.
3
4 • The PCMS message, using 18-inch characters, shall be legible by a person with
5 20/20 corrected vision from a distance of not less than 800 feet centered on an axis
6 perpendicular to the sign face.
7 ,8 0 The sign display shall be covered by a stable, impact resistant polycarbonate face.
9 The sign face shall be non-glare from all angles and shall not degrade due to
10 exposure to ultraviolet light.
11
12 Be capable of simultaneously activating all pixels for the purpose of pixel
13 diagnostics. Any sign that employs flip disk or shutter technology shall be
14 programmable to activate the disks/shutters once a day to clean the electrical
15 components. This feature shall not occur when the sign is displaying an active
16 message.
17
18 The light source shall be energized only when the sign is displaying an active ,
19 message.
20
21 The PCMS panels and related equipment shall be permanently mounted on a trailer with all '
22 controls and power generating equipment.
23
24 The PCMS shall be operated by a controller that provides the following functions:
25 ,26 1. Select any preprogrammed message by entering a code.
27 2. Sequence the display of at least five messages.
28 3. Blank the sign.
29 4. Program a new message, which may include animated arrows and chevrons. '
30 5. Mirror the message currently being displayed or programmed.
31
32 9-35.6 Barricades '
33 Barricades shall conform to the requirements of the MUTCD supplemented by the further
34 requirements of Standard Plan H-2.
35
36 9-35.7 Traffic Safety Drums ,
37 Traffic safety drums shall conform to the requirements of the MUTCD and the following:
38
39 The drums shall have the following additional physical characteristics:
40 ,41 Material Fabricated from low-density polyethylene that meets the
42 requirements of ASTM D 4976 and is UV stabilized.
43
44 Overall Width 18-inch minimum in the direction(s)of traffic flow.
45
46 Shape Rectangular, hexagonal, circular, or flat-sided semi-circular.
47
48 Color The base color of the drum shall be fade resistant safety
49 orange.
50
51 The traffic safety drums shall be designed to accommodate at least one portable light unit. '
52 The method of attachment shall ensure that the light does not separate from the drum upon
53 impact.
54
55 Drums and light units shall meet the crashworthiness requirements of NCHRP 350 as
56 described in Section 1-10.2(3).
57
58 When recommended by the manufacturer, drums shall be treated to ensure proper adhesion ,
59 of the reflective sheeting.
60
BENSON ROAD SOUTH-MAIN AVENUE TO S.20 ST. '
(DOWNTOWN CURB RAMPS.MAPLEWOOD SIDEWALKS,HIGHLANDS SIDEWALKS)
CITY OF RENTON
AUGUST 2005
AMENDMENTS 2005-AUG 150 '
1 9-35.8 Barrier Drums
2 Barrier drums shall be small traffic safety drums, manufactured specifically for traffic control
3 purposes to straddle a concrete barrier and shall be fabricated from low-density polyethylene
4 that meets the requirements of ASTM D 4976 and is UV stabilized.
.. 5
6 The barrier drums shall meet the following general specifications:
7
8 Total height 22 in., ± 1 in.
• 9 Cross-section hollow oval
10 10 in. X 14 in., ± 1 in.
11 Formed support legs length 13 in., ± 1 in.
12 Space between legs 6 1/4 in. min.
13 (taper to fit conc. barrier)
14 Weight 33 lb. ±4 lb.
15 with legs filled with sand.
,. 16 Color Fade resistant safety orange.
17
18 Barrier drums shall have three 4-inch reflective white stripes, (one complete and two partial).
19 Stripes shall be fabricated from Type 111 or Type IV reflective sheeting.
+■ 20
21 When recommended by the manufacturer, barrier drums shall be treated to ensure proper
22 adhesion of the reflective sheeting.
23
24 9-35.9 Traffic Cones
25 Cones shall conform to the requirements of the MUTCD, except that the minimum height
26 shall be 28 inches.
,.. 27
28 9-35.10 Tubular Markers
29 Tubular markers shall conform to the requirements of the MUTCD, except that the minimum
30 height shall be 28 inches.
31
32 Pavement-mounted tubular markers shall consist of a surface-mounted assembly which
33 uses a separate base with a detachable tubular marker held in place by means of a locking
34 device.
35
36 9-35.11 Warning Lights and Flashers
37 Warning lights and flashers shall conform to the requirements of the MUTCD.
38
39 9-35.12 Truck-Mounted Attenuator
40 The Truck-Mounted Attenuator (TMA) shall be selected from the approved units listed on the
41 Qualified Products List. The TMA shall be mounted on a vehicle with a minimum weight of
.. 42 15,000 pounds and a maximum weight in accordance with the manufacturer's
43 recommendations. Ballast used to obtain the minimum weight requirement, or any other
44 object that is placed on the vehicle shall be securely anchored such that it will be retained on
45 the vehicle during an impact. The Contractor shall provide certification that the unit complies
46 with NCHRP 230 or 350 requirements. Units fabricated after 1998 must comply with
47 NCHRP 350 requirements.
48
49 The TMA shall have an adjustable height so that it can be placed at the correct elevation
50 during usage and to a safe height for transporting. If needed, the Contractor shall install
51 additional lights to provide fully visible brake lights at all times.
52
•• 53 The TMA unit shall have a chevron pattern on the rear of the unit. The standard chevron
54 pattern shall consist of 4-inch yellow stripes, alternating non-reflective black and reflective
55 yellow sheeting, slanted at 45 degrees in an inverted "V" with the "V" at the center of the unit.
56
BENSON ROAD SOUTH-MAIN AVENUE TO S.20 ST.
(DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS,HIGHLANDS SIDEWALKS)
CITY OF RENTON
AUGUST 2005
AMENDMENTS 2005-AUG 151
rr
SPECIAL PROVISIONS
BENSON ROAD SOUTH-MAIN AVENUE TO S.26TH ST.
(DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS,HIGHLANDS SIDEWALKS)
CITY OF RENTON
AUGUST 2005
"W
.� 1 Table of Contents
2 DIVISION 1 -GENERAL REQUIREMENTS.........................................................................1
3 1-01.1 General.................................................................................................................1
4 1-01.3 Definitions.............................................................................................................1
5 1-02 BID PROCEDURES AND CONDITIONS.....................................................................2
6 1-02.6 Preparation of Proposal..........................................................................................2
7 1-02.61 Proprietary Information
8 1-02.12 Public Opening of Proposals...............................................................................3
9 1-03 AWARD AND EXECUTION OF CONTRACT...............................................................3
" 10 1-03.1 Consideration of Bids............................................................................................3
11 1-03.2 Award of Contract..................................................................................................3
12 1-03.3 Execution of Contract............................................................................................3
13 1-04 SCOPE OF WORK......................................................................................................4
14 1-04.2 Coordination of Contract Documents, Plans, Special Provisions
15 Specifications, and Addenda................................................................................4
.. 16 1-04.3 Contractor-Discovered Discrepancies...................................................................4
17 1-04.4 Changes ...............................................................................................................5
18 1-04.8 Progress Estimates and Payments........................................................................5
,. 19 1-04.11 Final Cleanup......................................................................................................5
20 1-05 CONTROL OF WORK.................................................................................................5
21 1-05.4 Conformity With and Deviation from Plans and Stakes..........................................5
22 1-05.4(3) Contractor Supplied Surveying......................................................................6
23 1-05.4(4) Contractor Provided As-Built Information
24 1-05.10 Guarantees.........................................................................................................7
25 1-06 CONTROL OF MATERIAL...........................................................................................8
26 1-06.2(2) Statistical Evaluation of Materials for Acceptance..........................................8
27 1-07.11(11) City of Renton Affidavit of Compliance .......................................................8
28 1-07.13(1) General .......................................................................................................8
29 1-07.16(1) Private/Public Property................................................................................8
30 1-07.17 Utilities and Similar Facilities.............................................................................10
31 1-07.18 Public Liability and Property Damage Insurance ...............................................11
.. 32 1-07.18(1) General .....................................................................................................11
33 1-07.18(2) Coverages.................................................................................................11
34 1-07.18(3) Limits.........................................................................................................13
aw 35 1-07.18(4) Evidence of Insurance:...............................................................................13
36 1-07.22 Use of Explosives..............................................................................................14
37 1-07.23(1) Construction Under Traffic.........................................................................14
38 1-08 PROSECUTION AND PROGRESS...........................................................................15
39 1-08.0 Preliminary Matters ............................................15
.................................................
40 1-08.0(1) Preconstruction Conference........................................................................15
41 1-08.5 Time For Completion...........................................................................................16
42 1-08.11 Contractor's Plant and Equipment..................... ...............17
.................................
43 1-08.12 Attention to Work...............................................................................................17
44 1-09 Measurement and Payment.......................................................................................18
45 1-09.1 Measurement of Quantities .................................................................................18
46 1-09.3 Scope of Payment.............................................................................:.................19
47 1-09.11(2) Claims .......................................................................................................19
". 48 1-09.13(3)B Procedures to Pursue Arbitration.........................................................19
49 1-10 TEMPORARY TRAFFIC CONTROL..........................................................................20
Table of Contents August 8,2005 i
Benson Road South-Main Avenue to S.26"'St.
(Downtown Curb Ramps,Maplewood Sidewalks,Highland Sidewalks)
r
1 1-10.1 General...............................................................................................................20
2 1-10.2(1)B Traffic Control Supervisor......................................................................21
3 1-10.2(2) Traffic Control Plans....................................................................................21
4 1-10.3(3) Construction Signs ......................................................................................21
5 1-10.3(6) One-Way Piloted Traffic Control Through Construction Zone.......................22
6 1-10.4 Measurement......................................................................................................22
7 1-10.5 Payment...............................................................................................;...............22
8 1-11 RENTON SURVEYING STANDARDS ..............23
.........................................................
9 1-11.1(1) Responsibility for surveys............................................................................23
10 1-11.1(2) Survey Datum and Precision .......................................................................23
11 1-11.1(3) Subdivision Information ...............................................................................24
12 1-11.1(4) Field Notes ...............................................................................................24
13 1-11.1(5) Corners and Monuments .............................................................................24
14 1-11.1(6) Control or Base Line Survey........................................................................24 ...
15 1-11.1(7) Precision Levels ..........................................................................................25
16 1-11.1(8) Radial and Station -- Offset Topography ......................................................25
17 1-11.1(9) Radial Topography.......................................................................................25 ow
18 1-11.1(10) Station--Offset Topography ........................................................................26
19 1-11.1(11) As-Built Survey ..........................................................................................26
20 1-11.1(12) Monument Setting and Referencing...........................................................26 r
21 1-11.2(1) Property/Lot Corners ...................................................................................26
22 1-11.2(2) Monuments..................................................................................................27
23 1-11.2(3) Monument Case and Cover.........................................................................27
24 DIVISION 2 - EARTHWORK .............28
..................................................................................
25 2-01 CLEARING, GRUBBING,AND ROADSIDE CLEANUP ........................................28
26 2-01.2 Disposal of Usable Material and Debris .............................................................28
27 2-01.3 Construction Requirements................................................................................28
28 2-01.3(1) Clearing....................................................................................................28
29 2-01.5 Payment.............................................................................................................28
30 2-02 REMOVAL OF STRUCTURE AND OBSTRUCTIONS ...............................................28 ..
31 2-02.3(3) Removal of Pavement, Sidewalks, and Curbs.............................................28
32 2-02.5 Payment..............................................................................................................28
33 2-03 ROADWAY EXCAVATION AND EMBANKMENT.......................................................29
34 2-03.3 Construction Requirements.................................................................................29
35 2-03.4 Measurement......................................................................................................30
36 2-03.5 Payment..............................................................................................................30
37 2-04 HAUL................................................................................... .�
38 2-04.5 Payment..............................................................................................................30
39 2-06 SUBGRADE PREPARATION.....................................................................................31
40 2-06.5 Measurement and Payment................................................................................31
41 2-09 STRUCTURE EXCAVATION .....................................................................................31
42 2-09.1 Description..........................................................................................................31
43 2-09.3(1)D Disposal of Excavated Material .............................................................31
44 2-09.5 Payment..............................................................................................................31
45 DIVISION 4- BASES..........................................................................................................32
46 4-04 BALLAST AND CRUSHED SURFACING .............................................................32 •
47 4-04.5 Payment.............................................................................................................32
48 DIVISION 5 - SURFACE TREATMENTS AND PAVEMENTS.............................................33
49 5-04 ASPHALT CONCRETE PAVEMENT..........................................................................33
50 5-04.3(8)A Acceptance Sampling and Testing .........................................................33
51 5-04.3(10)A General................................................................................................34
Table of Contents August 8,2005
Benson Road South-Main Avenue to S.26"'St.
(Downtown Curb Ramps,Maplewood Sidewalks,Highland Sidewalks)
,. 1 5-04.3(10)B Control...................................................................................................34
2 5-04.5 Payment..............................................................................................................36
3 5-04.5(1) Quality Assurance Price Adjustments ..........................................................36
4 5-04.5(1)A Price Adjustments for Quality of AC Mix.................................................36
5 5-04.5(1)B Price Adjustments for Quality AC Compaction .......................................36
6 5-05 CEMENT CONCRETE PAVEMENT...........................................................................36
7 5-05.5 Payment..............................................................................................................36
i 8 DIVISION 6 STRUCTURES 37
9 6-13 VERTICAL CURB WALL............................................................................................37
10 6-13.1 Description..........................................................................................................37
11 6-13.2 Materials .............................................................................................................37
12 6-13.4 Measurement......................................................................................................37
13 6-13.5 Payment..............................................................................................................37
14 DIVISION 7- DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS,
15 WATER MAINS,AND CONDUITS ......................................................................................38
16 7-04 STORM SEWERS.....................................................................................................38
.. 17 7-04.2 Materials .............................................................................................................38
18 7-04.4 Measurement......................................................................................................38
19 7-04.5 Payment..............................................................................................................38
20 7-05.1 Description..........................................................................................................39
21 7-05.3 Construction Requirements.................................................................................39
22 7-05.3(1) Adjusting Manholes and Catch Basins to Grade..........................................39
23 7-05.3(2) Abandon Existing Manholes ........................................................................40
24 7-05.3(3) Connections to Existing Manholes...............................................................40
25 7-05.4 Measurement......................................................................................................41
26 7-05.4 Measurement......................................................................................................41
27 7-05.5 Payment..............................................................................................................41
28 7-08 GENERAL PIPE INSTALLATION REQUIREMENTS .................................................41
29 7-08.3(1)C Bedding the Pipe...................................................................................41
+� 30 7-08.3(2)A Survey Line and Grade..........................................................................41
31 7-08.3(2)B Pipe Laying - General...........................................................................42
32 7-08.3(2)E Rubber Gasketed Joints........................................................................42
,. 33 7-08.3(2)H Sewer Line Connections .......................................................................43
34 7-08.3(2)J Placing PVC Pipe...................................................................................43
35 7-12 VALVES FOR WATER MAINS...................................................................................43
36 7-12.3(1) Installation of Valve Marker Post..................................................................43
37 7-12.3(2) Adjust Existing Valve Box to Grade..............................................................43
38 7-14 HYDRANTS...............................................................................................................44
39 7-14.3(1) Setting Hydrants..........................................................................................44
40 7-14.3(3) Resetting Existing Hydrants.........................................................................44
41 7-14.3(4) Moving Existing Hydrants............................................................................44
42 7-17 SANITARY SEWERS.................................................................................................45
43 7-17.2 Materials .............................................................................................................45
44 7-17.3(1) Protection of Existing Sewerage Facilities...................................................45
45 7-17.3(2)H Television Inspection .............................................................................45
46 DIVISION 8-MISCELLANEOUS CONSTRUCTION..........................................................46
47 8-01 EROSION CONTROL AND WATER POLLUTION CONTROL...................................46
48 8-01 .1 Description..........................................................................................................46
49 8-01 .2 Materials .............................................................................................................46
50 8-01.5 Payment.............................................................................................................46
51 8-13 MONUMENT CASES ................................................................................................47
Table of Contents August 8,2005
Benson Road South-Main Avenue to S.26h St.
(Downtown Curb Ramps,Maplewood Sidewalks,Highland Sidewalks)
1 8-13.1 Description..........................................................................................................47
2 8-13.3 Construction Requirements.................................................................................47
3 8-13.4 Measurement.....................................................................................................47
4 8-13.5 Payment.............................................................................................................47
5 8-14 CEMENT CONCRETE SIDEWALKS.........................................................................47
6 8-14.3(4) Curing .........................................................................................................47
7 8-14.4 Measurement......................................................................................................48
8 8-14.5 Payment..............................................................................................................48
9 8-21 PERMANENT SIGNING ............................................................................................48
10 8-21.5 Payment..............................................................................................................48
11 8-22 PAVEMENT MARKING 49
..............................................................................................
12 8-22.1 Description..........................................................................................................49
13 8-22.3(5) Installation Instructions................................................................................49
14 8-23 TEMPORARY PAVEMENT MARKINGS ....................................................................50 ..
15 8-23.5 Payment..............................................................................................................50
16 8-32 CURB COVER WITH FRAME..............................................................................50
17 8-32.1 Description.......................................................................................................50
18 8-32.2 Materials ..........................................................................................................50
19 8-32.5 Payment.............................................................................................................50
20
r
r
Table of Contents August 8,2005 iv
Benson Road South-Main Avenue to S.26"'St.
(Downtown Curb Ramps,Maplewood Sidewalks,Highland Sidewalks)
i
1 DIVISION 1 — GENERAL REQUIREMENTS
2
3 R1-01.1.DT8
4 1-01.1 General
5 Section 1-01.1 is supplemented with:
6 (******)
7 Whenever reference is made to the State, Commission, Department of Transportation,
8 Secretary of Transportation, Owner, Contracting Agency or Engineer, such reference shall be
9 deemed to mean the City of Renton acting through its City Council, employees, and duly
10 authorized representatives for all contracts administered by the City of Renton.
.. 11
12 R 1-01.3.DT8
13 1-01.3 Definitions
14 Section 1-01.3 is revised and supplemented by the following:
15 (******)
16 Act of god
17 "Act of God" means an earthquake, flood, cyclone, or other cataclysmic phenomenon of nature.
.. 18 A rain, windstorm, high water or other natural phenomenon of unusual intensity for the specific
19 locality of the work, which might reasonably have been anticipated from historical records of the
20 general 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
36 engineer In the State of Washington, or an authorized member of a licensed consulting firm
37 retained by Owner 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
41 performed or being performed, or of materials furnished or being furnished by Contractor.
42
43 Or Equal
ow 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
46 proposed substitution.
47 The responsibility and cost of furnishing necessary evidence, demonstrations, or other
48 information required to obtain the approval of alternative materials or processes by the Owner
49 shall be entirely borne by the Contractor.
50
.. 51 Owner
52 The City of Renton or its authorized representative also referred to as Contracting Agency.
53
54 Performance and Payment Bond
55 Same as "Contract Bond" defined in the Standard Specifications.
56
DIVISION 1 August 8,2005 1
Benson Road South-Main Avenue to S.26h St.
(Downtown Curb Ramps,Maplewood Sidewalks,Highland Sidewalks)
r
1 Plans r
2 The contract plans and/or standard plans which show location, character, and dimensions of
3 prescribed work including layouts, profiles, cross-sections, and other details. Drawings may
4 either be bound in the same book as the balance of the Contract Documents or bound in
5 separate sets, and are a part of the Contract Documents, regardless of the method of binding. r
6 The terms "Standard Drawings" or "Standard Details" generally used in specifications refers to
7 drawings bound either with the specification documents or included with the Plans or the City of
8 Renton Standard Plans.
9 �►
10 Points
11 Wherever reference is made to Engineer's points, this shall mean all marks, bench marks,
12 reference points, stakes, hubs, tack, etc., established by Engineer for maintaining horizontal and
13 vertical control of the work.
14
15 Provide
16 Means "furnish and install" as specified and shown in the Plans.
17
18 Secretary, Secretary of Transportation
19 The chief executive officer of the Department and other authorized representatives. The chief
20 executive officer to the Department shall also refer to the Department of UP
21 Planning/Building/Public Works Administrator.
22
23 Shop Drawings
24 Same as "Working Drawings" defined in the Standard Specifications.
25
26 Special Provisions
27 Modifications to the standard specifications and supplemental specifications that apply to an ,.
28 individual project. The special provisions may describe work the specifications do not cover.
29 Such work shall comply first with the special provisions and then with any specifications that
30 apply. The Contractor shall include all costs of doing this work within the bid prices.
31
32 State
33 The state of Washington acting through its representatives. The State shall also refer to The
34 City of Renton and its authorized representatives where applicable.
35
36 Supplemental Drawings and Instructions
37 Additional instructions by Engineer at request of Contractor by means of drawings or documents
38 necessary, in the opinion of Engineer, for the proper execution of the work. Such drawings and
39 instructions are consistent with the Contract Documents.
40
41 Utility
42 Public or private fixed improvement for the transportation of fluids, gases, power, signals, or •
43 communications and shall be understood to include tracks, overhead and underground wires,
44 cables, pipelines, conduits, ducts, sewers, or storm drains.
45
46
47 R1-02.DT8
48 1-02 BID PROCEDURES AND CONDITIONS
49 R 1-02.6.DT8
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
55 point), each unit price shall also be written in words; where a conflict arises the written words ••
56 shall prevail.
57
r
DIVISION 1 August 8,2005 2
Benson Road South-Main Avenue to S.26`"St.
(Downtown Curb Ramps, Maplewood Sidewalks,Highland Sidewalks)
AW
1 R1-02.6(1).DT8
2 1-02.6(1) is a new section.
4 1-02.6(1) Proprietary Information
i 5 Vendors should, in the bid proposal, identify clearly any material(s) which constitute
6 "(valuable) formula, designs, drawings, and research data" so as to be exempt from public
7 disclosure, RCW 42.17.310, or any materials otherwise claimed to be exempt, along with a
8 Statement of the basis for such claim of exemption. The Department (or State) will give
9 notice to the vendor of any request for disclosure of such information received within 5
10 (five) years from the date of submission. Failure to so label such materials or failure to
11 timely respond after notice of request for public disclosure has been given shall be deemed
12 a waiver by the submitting vendor of any claim that such materials are, in fact, so exempt.
13
14 R1-02.12.DT8
15 1-02.12 Public Opening of Proposals
16 Section 1-02.12 is supplemented with the following:
17 (******)
18 The Contracting Agency reserves the right to postpone the date and time for bid opening.
,P 19 Notification to bidder will be by addenda.
20
21
22 R1-03.DT8
23 1-03 AWARD AND EXECUTION OF CONTRACT
24 R 1-03.1.DT8
25 1-03.1 Consideration of Bids
26 Section 1-03.1 is supplemented with the following:
27 (******)
28 All bids will be based on total sum of all schedules of prices. No partial bids will be accepted
29 unless so stated in the call for bids or special provisions. The City reserves the right however to
30 award all or any schedule of a bid to the lowest bidder at its discretion.
31
32 R 1-03.2.DT8
33 1-03.2 Award of Contract
34 Section 1-03.2 is supplemented with the following:
35 (******)
•• 36 The contract, bond form, and all other forms requiring execution, together with a list of all other
37 forms or documents required to be submitted by the successful bidder, will be forwarded to the
38 successful bidder within 10 days of the award. The number of copies to be executed by the
39 Contractor shall be determined by the Contracting Agency.
40
41 R1-03.3.DT8
42 1-03.3 Execution of Contract
43 Section 1-03.3 is revised and supplemented as follows:
44 (******)
45 Within 10 calendar days after receipt from the City of the forms and documents required to be
46 completed by the Contractor, the successful bidder shall return the signed Contracting Agency-
47 prepared contract, an insurance certification as required by Section 1-07.18, and a satisfactory
48 bond as required by law and Section 1-03.4. Before execution of the contract by the Contracting
49 Agency, the successful bidder shall provide any pre-award information the Contracting Agency
.. 50 may require under Section 1-02.15.
51
52 Until the Contracting Agency executes a contract, no proposal shall bind the Contracting
53 Agency nor shall any work begin within the project limits or within Contracting Agency-furnished
.. 54 sites. The Contractor shall bear all risks for any work begun outside such areas and for any
55 materials ordered before the contract is executed by the Contracting Agency.
56
DIVISION 1 August 8,2005 3
Benson Road South-Main Avenue to S.2&St.
(Downtown Curb Ramps,Maplewood Sidewalks,Highland Sidewalks)
r
s
1 If the bidder experiences circumstances beyond their control that prevents return of the contract
2 documents within 10 calendar days after the award date, the Contracting Agency may grant up
3 to a maximum of 10 additional calendar days for return of the documents, provided the
4 Contracting Agency deems the circumstances warrant it.
5 .
6 The Contracting Agency is prohibited by RCW 39.06.010 from executing a contract with a
7 Contractor who is not registered or licensed as required by the laws of the state. In addition, the
8 Contracting Agency requires persons doing business with the Contracting Agency to possess a
9 valid City of Renton business license prior to award. •
10
11 When the Bid Form provides spaces for a business license number, a Washington State
12 Contractors registration number, or both the Bidder shall insert such information in the spaces
13 provided. The Contracting Agency requires legible copies of the Contractor's Registration and
14 business license be submitted to the Engineer as part of the Contracting Agency's post-award
15 information and evaluation activities.
16 �.
17
18 R1-04.DT8
19 1-04 SCOPE OF WORK
20 R1-04.2.DT8
21 1-04.2 Coordination of Contract Documents, Plans, Special Provisions
22 Specifications, and Addenda
23 The second paragraph is revised as follows:
24 (******)
25 Any inconsistency in the parts of the contract shall be resolved by following this order of j
26 precedence (e.g., 1 presiding over 2, 3, 4, 5, 6, and 7; 2 presiding over 3, 4, 5, 6, and 7; and so
27 forth):
28 1. Addenda
29 2. Proposal Form s
30 3. Special Provisions
31 4. Contract Plans
32 5. Amendments to the WSDOT/APWA Standard Specifications
33 6. 1-99 APWA Supplement to the WSDOT/APWA Standard Specifications
34 7. WSDOT Standard Specifications including APWA Supplement
35 8. Standard Plans
36
37 R1-04.3.DT8
38 Section 1-04.3 is a new section:
39 (******)
40 1-04.3 Contractor-Discovered Discrepancies
41 Upon receipt of award of contract, Contractor shall carefully study and compare all the
42 components of the Contract Documents and other instructions, and check and verify all field
43 measurements. Contractor shall, prior to ordering material or performing work, report in writing
44 to Engineer any error, inconsistency, or omission In respect to design or mode of construction,
45 which is discovered. If Contractor, in the course of this study or in the accomplishment of the
46 work, finds any discrepancy between the Plans and the physical condition of the locality as
47 represented in the Plans, or any such errors or omissions in respect to design or mode of
48 construction in the Plans or in the layout as given by points and instructions, it shall be
49 Contractor's duty to inform Engineer immediately in writing, and Engineer will promptly check
50 the same. Any work done after such discovery, until correction of Plans or authorization of extra
51 work is given, if Engineer finds that extra work is involved, will be done at Contractor's risk. If
52 extra work is involved, the procedure shall be as provided in Section 1-04.4 of the Standard
53 Specifications.
54
DIVISION 1 August 8,2005 4
Benson Road South-Main Avenue to S.26h St.
(Downtown Curb Ramps,Maplewood Sidewalks,Highland Sidewalks)
r
1 R 1-04.4.DT8
2 1-04.4 Changes
3 The last two paragraphs are replaced with the following:
4 (******)
�. 5 Renton does not have a formal policy or guidelines on cost reduction alternatives, but will
6 evaluate such proposals by the Contractor on a case-by-case basis.
7
81 R1-04.8.DT8
9 1-04.8 Progress Estimates and Payments
10 Section 1-04.8 is supplemented as follows:
11 (******)
■• 12 The Contractor is encouraged to provide to the Engineer prior to progress payments an
13 estimate of lump sum work accomplished to date. The Engineer's calculations and decisions
14 shall be final in regard to the actual percentage of any lump sum pay item accomplished and
15 eligible for payment unless another specific method of calculating lump sum payments is
16 provided elsewhere in the specifications.
17
18 R1-04.11.DT8
*. 19 1-04.11 Final Cleanup
20 Section 1-04.11 is supplemented as follows:
21 (******)
22 All salvage material as noted on the plans and taken from any of the discarded facilities shall, at
23 the engineer's discretion, be carefully salvaged and delivered to the City shops. Any cost
24 incurred in salvaging and delivering such items shall be considered incidental to the project and
25 no compensation will be made.
26
27 The contract price for "Finish and Cleanup, lump sum," shall be full compensation for all work,
28 equipment and materials required to perform final cleanup. If this pay item does not appear in
29 the contract documents then final clean up shall be considered incidental to the contract and to
30 other pay item and no further compensation shall be made.
31
32
33 R1-05.DT8
34 1-05 CONTROL OF WORK
35 R 1-05.4.DT8
36 1-05.4 Conformity With and Deviation from Plans and Stakes
37 Section 1-05.4 is supplemented with the following:
38 (******)
39 If the project calls for Contractor supplied surveying, the Contractor shall provide all required
40 survey work, including such work as mentioned in Sections 1-05.4(1) and 1-05.4(2), 1-11 and
41 elsewhere in these specifications as being provided by the Engineer. All costs for this survey
42 work shall be included in "Contractor Supplied Surveying," per lump sum.
,w 43
44 The Engineer or Contractor supplied surveyor will provide construction stakes and marks
45 establishing lines, slopes, and grades as stipulated in Sections 1-05.4 and will perform such
46 work per Section 1-11. The Contractor shall assume full responsibility for detailed dimensions,
47 elevations, and excavation slopes measured from the Engineer or Contractor supplied surveyor
48 furnished stakes and marks.
49
50 The Contractor shall provide a work site which has been prepared to permit construction staking
51 to proceed in a safe and orderly manner. The Contractor shall keep the Engineer or Contractor
52 supplied surveyor informed of staking requirements and provide at least 48 hours notice to allow
53 the Engineer or Contractor supplied surveyor adequate time for setting stakes.
54
55 The Contractor shall carefully preserve stakes, marks, and other reference points, including
56 existing monumentation, set by Contracting Agency forces. The Contractor will be charged for
DIVISION 1 August 8,2005 5
Benson Road South-Main Avenue to S.26th St.
(Downtown Curb Ramps,Maplewood Sidewalks,Highland Sidewalks)
1 the costs of replacing stakes, markers and monumentation that were not to be disturbed but
2 were destroyed or damaged by the Contractor's operations. This charge will be deducted from
3 monies due or to become due to the Contractor.
4
5 Any claim by the Contractor for extra compensation by reason of alterations or reconstruction
6 work allegedly due to error in the Engineer's line and grade, will not be allowed unless the
7 original control points set by the Engineer still exist, or unless other satisfactory substantiating
8 evidence to prove the error Is furnished the Engineer. Three consecutive points set on line or
9 grade shall be the minimum points used to determine any variation from a straight line or grade.
10 Any such variation shall, upon discovery, be reported to the Engineer. In the absence of such
11 report the Contractor shall be liable for any error In alignment or grade.
12
13 The Contractor shall provide all surveys required other than those to be performed by the
14 Engineer. All survey work shall be done In accordance with Section 1-11 SURVEYING
15 STANDARDS of these specifications.
16 ..
17 The Contractor shall keep updated survey field notes in a standard field book and in a format
18 set by the Engineer, per Section 1-11.1(4); These field notes shall include all survey work
19 performed by the Contractor's surveyor In establishing line, grade and slopes for the
20 construction work. Copies of these field notes shall be provided the Engineer upon request and .►
21 upon completion of the contract work the field book or books shall be submitted to the Engineer
22 and become the property of the Contracting Agency.
23
24 If the survey work provided by the Contractor does not meet the standards of the Engineer, then '
25 the Contractor shall, upon the Engineer's written request, remove the individual or individuals
26 doing the survey work and the survey work will be completed by the Engineer at the
27 Contractor's expense. Costs for completing the survey work required by the Engineer will be
28 deducted from monies due or to become due the Contractor.
29
30 All costs for survey work required to be performed by the Contractor shall be included in the
31 prices bid for the various items which comprise the improvement or be included in the bid item
32 for "Contractor Supplied Surveying" per lump sum if that item is included in the contracts.
33
34 R1-05.4(3).DT8
35 Section 1-05.4(3) is a new section: •
37 1-05.4(3) Contractor Supplied Surveying
38 When the contract provides for Contractor Supplied Surveying, the Contractor shall supply
39 the survey work required for the project. The Contractor shall retain as a part of the
40 Contractor Organization an experienced team of surveyors under the direct supervision of a
41 professional land surveyor licensed by the State of Washington. All survey work shall be
42 done in accordance with Sections 1-05.4 and 1-11.
43
44 The Contractor and/or Surveyor shall inform the Engineer in writing of any errors,
45 discrepancies, and omissions to the plans that prevent the Contractor and/or Surveyor from
46 constructing the project in a manner satisfactory to the Engineer. All errors, discrepancies,
47 and omissions must be corrected to the satisfaction of the Engineer before the survey work
48 may be continued.
49
50 The Contractor shall coordinate his work with the Surveyor and perform his operations in a
51 manner to protect all survey stakes from harm. The Contractor shall inform the Surveyor of
52 the Contractor's intent to remove any survey stakes and/or points before physically
53 removing them.
54
55 The surveyor shall be responsible for maintaining As-Built records for the project. The
56 Contractor shall coordinate his operations and assist the Surveyor in maintaining accurate
57 As-Built records for the project.
58
DIVISION 1 August 8,2005 6
Benson Road South-Main Avenue to S.26"'St.
(Downtown Curb Ramps,Maplewood Sidewalks,Highland Sidewalks)
rr
f
1 If the Contractor and Surveyor fail to provide, as directed by the Engineer and/or these
2 plans and specifications, accurate As-Built records and other work the Engineer deems
3 necessary, the Engineer may elect to provide at Contractor expense, a surveyor to provide
4 all As-Built records and other work as directed by the Engineer. The Engineer shall deduct
,,. 5 expenses incurred by the Engineer-supplied surveying from moneys owed to the
6 Contractor.
7
8 Payment per Section 1-04.1 for all work and materials required for the full and complete
9 survey work required to complete the project and as-built drawings shall be included in the
10 lump sum price for"Contractor Supplied Surveying."
11
12 R 1-05.4(4).DT8
13 Section 1-05.4(4) is a new section:
14 (******)
15 1-05.4(4) Contractor Provided As-Built Information
�. 16 It shall be the contractors responsibility to record the location prior to the backfilling of the
17 trenches, by centerline station, offset, and depth below pavement, of all existing utilities
18 uncovered or crossed during his work as covered under this project.
19
20 It shall be the contractors responsibility to have his surveyor locate by centerline station,
21 offset and elevation each major item of work done under this contract per the survey
22 standard of Section 1-11. Major items of work shall include but not be limited to: Manholes,
23 Catch basins and Inlets, Valves, vertical and Horizontal Bends, Junction boxes, Cleanouts,
24 Side Sewers, Street Lights & Standards, Hydrants, Major Changes in Design Grade, Vaults,
25 Culverts, Signal Poles, Electrical Cabinets.
26
r 27 After the completion of the work covered by this contract, the contractors surveyor shall
28 provide to the City the hard covered field book(s) containing the as-built notes and one set
29 of white prints of the project drawings upon which he has plotted the notes of the contractor
30 locating existing utilities, and one set of white prints of the project drawings upon which he
31 has plotted the as-built location of the new work as he recorded in the field book(s). This
32 drawing shall bear the surveyors seal and signature certifying it's accuracy.
33
34 All costs for as-built work shall be included in the contract item "Contractor Supplied
35 Surveying," lump sum.
36
37 R 1-05.10.DT8
38 1-05.10 Guarantees
39 Section 1-05.10 is supplemented by adding the following:
40 (******)
JO 41 If within one year after the Acceptance Date of the Work by the Contracting Agency, defective
42 and unauthorized Work is discovered, the Contractor shall promptly, upon written order by the
43 Contracting Agency, return and in accordance with the Engineer's instructions, either correct
44 such Work, or if such Work has been rejected by the Engineer, remove it from the Project Site
,. 45 and replace it with non defective and authorized Work, all without cost to the Contracting
46 Agency. If the Contractor does not promptly comply with the written order to correct defective
47 and unauthorized Work, or if an emergency exists, the Contracting Agency reserves the right to
48 have defective and unauthorized Work corrected or removed and replaced pursuant to Section
'► 49 1-05.8 "Owner's Right to Correct Defective and Unauthorized Work."
50
51 The Contractor agrees the above one year limitation shall not exclude or diminish the
I 52 Contracting Agency's rights under any law to obtain damages and recover costs resulting from
53 defective and unauthorized work discovered after one year but prior to the expiration of the legal
54 time period set forth in RCW 4.16.040 limiting actions upon a contract in writing, or liability
55 expressed or implied arising out of a written agreement.
or 56
57 The Contractor shall warrant good title to all materials, supplies, and equipment purchased for,
58 or incorporated in the Work. Nothing contained in this paragraph, however, shall defeat or impair
�r
DIVISION 1 August 8,2005 7
Benson Road South-Main Avenue to S.26" St.
(Downtown Curb Ramps, Maplewood Sidewalks,Highland Sidewalks)
a
1 the right of persons furnishing materials or labor, to recover under any bond given by the
2 Contractor for their protection, or any rights under any law permitting such persons to look to
3 funds due the Contractor in the hands of the Contracting Agency.
4
5 The provisions of this paragraph shall be inserted in all subcontracts and material contracts, and .r
6 notice of its provisions shall be given to all persons furnishing materials for the Work when no
7 formal contract is entered into for such materials.
8
9 !rr
10 R 1-06.DT8
11 1-06 CONTROL OF MATERIAL
12 R1-06.2(2).DT8
13 1-06.2(2) Statistical Evaluation of Materials for Acceptance
14 Section 1-06.02(2) is supplemented by adding the following:
15 (******) a
16 Unless stated otherwise in the special provisions, statistical evaluation will not be used by
17 the City of Renton.
18 ..
19
20 R 1-07.DT8
21 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC
22 R1-07.11(11).DT8
23 Section 1-07.11(11) is new:
24 (******)
25 1-07.11(11) City of Renton Affidavit of Compliance .,
26 Each Contractor, Subcontractor, Consultant, and or Supplier shall complete and submit a
27 copy of the "City of Renton Fair Practices Policy Affidavit of Compliance". A copy of this
28 document will be bound in the bid documents.
29 +"
30 R1-07.13(1).DT8
31 1-07.13(1) General
32 Section 1-07.13(1) is supplemented as follows:
33 (******)
34 During unfavorable weather and other conditions, the contractor shall pursue only such
35 portions of the work as shall not be damaged thereby.
36
37 No portion of the work whose satisfactory quality or efficiency will be affected by
38 unfavorable conditions shall be constructed while these conditions exist, unless by special
39 means or precautions acceptable to the engineer, the contractor shall be able to overcome
40 them.
41
42 R1-07.16(1).DT8
43 1-07.16(1) Private/Public Property .,
44 Section 1-07.16(1) is supplemented by adding the following:
45 (******)
46 The Contracting Agency will obtain all easements and franchises required for the project.
47 The contractor shall limit his operation to the areas obtained and shall not trespass on 4V
48 private property.
49
50 The Contracting Agency may provide certain lands, as indicated in connection with the work
51 under the contract together with the right of access to such lands. The contractor shall not
52 unreasonably encumber the premises with his equipment or materials.
53
54 The contractor shall provide, with no liability to the Contracting Agency, any additional land r.
55 and access thereto not shown or described that may be required for temporary construction
56 facilities or storage of materials. He shall construct all access roads, detour roads, or other
DIVISION 1 August 8,2005 8
Benson Road South-Main Avenue to S.26"'St.
(Downtown Curb Ramps, Maplewood Sidewalks,Highland Sidewalks)
1 temporary work as required by his operations. The contractor shall confine his equipment,
2 storage of material, and operation of his workers to those areas shown and described and
3 such additional areas as he may provide.
4 A. General. All construction work under this contract on easements, right-of-way, over
5 private property or franchise, shall be confined to the limits of such easements, right-of-
6 way or franchise. All work shall be accomplished so as to cause the least amount of
7 disturbance and a minimum amount of damage. The contractor shall schedule his
8 work so that trenches across easements shall not be left open during weekends or
9 holidays and trenches shall not be open for more than 48 hours.
10 B. Structures. The contractor shall remove such existing structures as may be necessary
11 for the performance of the work and, if required, shall rebuild the structures thus
12 removed in as good a condition as found. He shall also repair all existing structures
13 which may be damaged as a result of the work under this contract.
14 C. Easements. Cultivated areas and other surface improvements. All cultivated areas,
15 either agricultural or lawns, and other surface improvements which are damaged by
Mn 16 actions of the contractor shall be restored as nearly as possible to their original
17 condition.
18 Prior to excavation on an easement or private right-of-way, the contractor shall strip top
19 soil from the trench or construction area and stockpile it in such a manner that it may
IV 20 be replaced by him, upon completion of construction. Ornamental trees and shrubbery
21 shall be carefully removed with the earth surrounding their roots wrapped in burlap and
22 replanted in their original positions within 48 hours.
am 23
24 All shrubbery or trees destroyed or damaged, shall be replaced by the contractor with
25 material of equal quality at no additional cost to the Contracting Agency. In the event
26 that it is necessary to trench through any lawn area, the sod shall be carefully cut and
,. 27 rolled and replaced after the trenches have been backfilled. The lawn area shall be
28 cleaned by sweeping or other means, of all earth and debris.
29
30 The contractor shall use rubber wheel equipment similar to the small tractor-type
rlr 31 backhoes used by side sewer contractors for all work, including excavation and
32 backfill, on easements or rights-of- way which have lawn areas. All fences, markers,
33 mail boxes, or other temporary obstacles shall be removed by the contractor and
34 immediately replace, after the trench is backfilled, in their original position. The
35 contractor shall notify the Contracting Agency and property Owner at least 24 hours in
36 advance of any work done on easements or rights-of-way.
37
38 Damage to existing structures outside of easement areas that may result from
39 dewatering and/or other construction activity under this contract shall be restored to
40 their original condition or better. The original condition shall be established by
41 photographs taken and/or inspection made prior to construction. All such work shall
42 be done to the satisfaction of the property Owners and the Contracting Agency at the
43 expense of the contractor.
44 D. Streets. The contractor will assume all responsibility of restoration of the surface of all
45 streets (traveled ways) used by him if damaged.
wo 46
47 In the event the contractor does not have labor or material immediately available to make
48 necessary repairs, the contractor shall so inform the Contracting Agency. The Contracting
49 Agency will make the necessary repairs and the cost of such repairs shall be paid by the
50 contractor.
51
52 The contractor is responsible for identifying and documenting any damage that is pre-
y. 53 existing or caused by others. Restoration of excavation in City streets shall be done in
54 accordance with the City of Renton Trench Restoration Requirements, which is available at
55 the Public Works Department Customer Services counter on the 4th floor, Renton City Hall,
56 1055 South Grady Way.
• 57
58 R1-07.17.DT8
r.
DIVISION 1 August 8,2005 9
Benson Road South-Main Avenue to S.26"'St.
(Downtown Curb Ramps,Maplewood Sidewalks,Highland Sidewalks)
aw
+r
1 1-07.17 Utilities and Similar Facilities .�
2 Section 1-07.17 is supplemented by adding:
3 (******)
4 Existing utilities indicated in the Plans have been plotted from the best information available to
5 Engineer. Information and data shown or indicated in the Contract Documents with respect to '*
6 existing underground utilities or services at or contiguous to the project site are based on
7 information and data furnished to Owner and Engineer by owners of such underground facilities
8 or others, and Owner and Engineer do not assume responsibility for the accuracy or
9 completeness thereof. It is to be understood that other aboveground or underground facilities
10 not shown in the Plans may be encountered during the course of the work.
11
12 All utility valves, manholes, vaults, or pull boxes which are buried shall be conspicuously
13 marked in a fashion acceptable to the Owner and Engineer by the Contractor to allow their
14 location to be determined by the Engineer or utility personnel under adverse conditions,
15 (inclement weather or darkness).
16 .r
17 Where underground main distribution conduits, such as water, gas, sewer, electric power, or
18 telephone, are shown on the Plans, the Contractor, for the purpose of preparing his bid, shall
19 assume that every property parcel will be served by a service connection for each type of utility. a.
20
21 Contractor shall check with the utility companies concerning any possible conflict prior to
22 commencing excavation in any area. Contractor shall resolve all crossing and clearance
23 problems with the utility company concerned. No excavation shall begin until all known up
24 facilities, in the vicinity of the excavation area, have been located and marked.
25
26 In addition to Contractor having all utilities field marked before starting work, Contractor shall
27 have all utilities field marked after they are relocated in conjunction with this project.
28
29 Call Before You Dig
30 The 48 Hour Locators
31 1-800-424-5555
32
33 At least 2 and not more than 10 working days prior to commencing any excavations for utility
34 potholing or for any other purpose under this Contract, Contractor shall notify the Underground
35 Utilities Location Center by telephone of the planned excavation and progress schedule.
36 Contractor is also warned that there may be utilities on the project that are not part of the One
37 Call system. They must be contacted directly by Contractor for locations.
38 �.
39 Contractor shall make arrangements 48 hours in advance with respective utility owners to have
40 a representative present when their utility is exposed or modified, if the utility chooses to do so.
41
42 Existing utilities for telephone, power, gas, water, and television cable facilities shall be adjusted
43 or relocated by the appropriate utility company unless otherwise noted in the Plans. These
44 adjustments may be completed before Contractor begins work, or may be performed in
45 conjunction with the contract work. Contractor shall be entirely responsible for coordination with
46 the utility companies and arranging for the movement or adjustment, either temporary or
47 permanent, of their facilities within the project limits. See also Section 1-05.14 of these Special
48 Provisions.
49 �.
50 If or when utility conflicts occur, Contractor shall continue the construction process on other
51 aspects of the project whenever possible. No additional compensation will be made to
52 Contractor for reason of delay caused by the actions of any utility company and Contractor shall
53 consider such costs to be incidental to the other items of the contract. "►
54
55 Utility Potholing
56 Potholing is included as a bid item for use in determining the location of existing utilities in ,M
57 advance of the Contractor's operations. The Contractor shall submit all potholing requests to
DIVISION 1 August 8,2005 10
Benson Road South-Main Avenue to S.260'St.
(Downtown Curb Ramps,Maplewood Sidewalks,Highland Sidewalks)
•
1 the Engineer for approval, at least 2 working days before potholing is scheduled. Additionally,
2 the Contractor shall provide potholing at Engineer's request.
3
4 In no way shall the work described under Utility Potholing relieve Contractor of any of the
.,r 5 responsibilities described in Section 1-07.17 of the Standard Specifications and Special
6 Provisions, and elsewhere in the Contract Documents.
7
8 , Payment
9 Payment will be made at the discretion of Engineer, for the following bid item(s) in accordance
10 with Section 1-09.6 of the Standard Specifications and these Special Provisions:
11 "Utility Potholing," Force Account
12 "Resolution of Utility Conflicts," Force Account
13
14 R 1-07.18.DT8
15 Section 1-07.18 is deleted replaced by the following new section and subsections:
16 (******)
17 1-07.18 Public Liability and Property Damage Insurance
18 1-07.18(1) General
19 The contractor shall obtain and maintain in full force and effect, from the Contract Execution
20 Date to the Completion Date, public liability and property damage insurance with an
21 insurance company(ies) or through sources approved by the State Insurance
22 Commissioner pursuant to RCW 48.
�• 23
24 The Contractor shall not begin work under the Contract until the required insurance has
25 been obtained and approved by the Contracting Agency. Insurance shall provide coverage
26 to the Contractor, all subcontractors, Contracting Agency and the Contracting Agency's
WW 27 consultant. The coverage shall protect against claims for bodily injuries, personal injuries,
28 including accidental death, as well as claims for property damages which may arise from
29 any act or omission of the Contractor or the subcontractor, or by anyone directly or
30 indirectly employed by either of them.
31
32 If warranted work is required the Contractor shall provide the City proof that insurance
33 coverage and limits established under the term of the Contract for work are in full force and
,�. 34 effect during the period of warranty work.
35
36 The Contracting Agency may request a copy of the actual declaration pages(s) for each
37 insurance policy effecting coverage(s) required on the contract prior to the date work
38 commences. Failure of the Contractor to fully comply during the term of the Contract with
39 the requirements described herein will be considered a material breach of contract and
40 shall be caused for immediate termination of the Contract at the option of the Contracting
41 Agency.
42 1-07.18(2) Coverages
43 As part of the response to this proposal, the Contractor shall submit a completed City of
44 Renton Insurance Information form which details specific coverage and limits for this
45 contract.
46
47 All coverage provided by the Contractor shall be in a form and underwritten by a company
48 acceptable to the Contracting Agency. The City requires that all insurers:
" 49 1. Be licensed to do business within the State of Washington.
50 2. Coverage to be on an "occurrence" basis (Professional Liability and Pollution
51 coverage are acceptable when written on a claims-made basis). The City may
r 52 also require proof of professional liability coverage be provided for up to two (2)
53 years after the completion of the project.
54 3. The City may request a cop of the actual declaration page(s) for each insurance
55 policy affecting coverage(s) required by the Contract prior to the date work
.• 56 commences.
ow
DIVISION 1 August 8,2005 11
Benson Road South-Main Avenue to S.26"'St.
(Downtown Curb Ramps,Maplewood Sidewalks,Highland Sidewalks)
9W
•
1 4. Possess a minimum A.M. Best rating of AVII (A rating of A XII or better is
2 preferred.) If any insurance carrier possesses a rating of less than AVII, the City
3 may make an exception.
4
5 The City reserves the right to approve the security of the insurance coverage provided by ,r
6 the insurance company(les), terms, conditions, and the Certificate of Insurance. Failure of
7 the Contractor to fully comply during the term of the contract with these requirements will be
8 considered a material breach of contract and shall be cause for immediate termination of
9 the contract at the option of the City.
10
11 The Contractor shall obtain and maintain the minimum insurance coverage set forth below.
12 By requiring such minimum insurance, the City of Renton shall not be deemed or construed ,.
13 to have assessed the risks that may be applicable to the Contractor. The Contractor shall
14 assess its own risks and if it deems appropriate and/or prudent, maintain higher limits
15 and/or broader coverage.
16
17 Coverage shall include:
18 A. Commercial General Liability - ISO 1993 Form or equivalent. Coverage will be
19 written on an occurrence basis and include:
20 • Premises and Operations (including CG2503; General Aggregate to apply per
21 project, if applicable).
22 • Explosion, Collapse and Underground Hazards
23 • Products/Completed Operations
24 • Contractual Liability (Including Amendatory Endorsement CG 0043 or
25 equivalent which includes defense coverage assumed under contract)
26 • Broad Form Property Damage
27 • Independent Contractors .r
28 • Personal/Advertising Injury
29 • Stop Gap Liability
30 B. Automobile Liability including all
31 • Owned Vehicles
32 • Non-Owned Vehicles
33 • Hired Vehicles
34 C. Workers' Compensation
35 Statutory Benefits (Coverage A) - Show Washington Labor & Industries
36 Number
37 D. Umbrella Liability (when necessary)
38 • Excess of Commercial General Liability and Automobile Liability. Coverage r
39 should be as broad as primary.
40 E. Professional Liability - (whenever the work under this Contract includes
41 Professional Liability, (i.e. architectural, engineering, advertising, or computer
42 programming) the CONTRACTOR shall maintain professional liability covering �►
43 wrongful acts, errors and/or omissions of the CONTRACTOR for damage
44 sustained by reason of or in the course of operations under this Contract.
45 F. The Contracting Agency reserves the right to request and/or require additional
46 coverages as may be appropriate based on work performed(i.e. pollution liability).
47
48 CONTRACTOR shall Name CITY OF RENTON, and its officers, officials, agents,
49 employees and volunteers as Additional Insured (ISO Form CG 2010 or equivalent). The +M
50 CONTRACTOR shall provide CITY OF RENTON Certificates of Insurance prior to
51 commencement of work. The City reserves the right to request copies of insurance policies,
52 if at their sole discretion it is deemed appropriate. Further, all policies of insurance
53 described above shall:
54 A. Be on a primary basis not contributory with any other insurance coverage and/or
55 self-insurance carried by CITY OF RENTON.
56 B. Include a Waiver of Subrogation Clause.
57 C. Severability of Interest Clause (Cross Liability)
DIVISION 1 August 8,2005 12
Benson Road South-Main Avenue to S.26"'St.
(Downtown Curb Ramps,Maplewood Sidewalks,Highland Sidewalks)
•
1 D. Policy may not be non-renewed, canceled or materially changed or altered unless
2 forty-five (45) days prior written notice is provided to CITY OF RENTON.
3 Notification shall be provided to CITY OF RENTON by certified mail.
4 1-07.18(3) Limits
5 LIMITS REQUIRED
6 Providing coverage in these stated amounts shall not be construed to relieve the contractor
7 from liability in excess of such limits. The CONTRACTOR shall carry the following limits of
8 liability as required below:
9 Commercial General Liabilit
General Aggregate* $2,000,000 **
Products/Completed $2,000,000 **
Operations Aggregate
Each Occurrence Limit $1,000,000
Personal/Advertising Injury $1,000,000
Fire Damage (Any One Fire) $50,000
Medical Payments (Any One $5,000
Person)
Stop Gap Liability $1,000,000
* General Aggregate to apply per project
VW (ISO Form CG2503 or equivalent)
**Amount may vary based on project risk
aw 3,o' 1` ll:ur%
.. Statutory Benefits - Variable
Coverage A
(Show Washington Labor and Industries
Number)
•Nut uLeisrt.'. t:sg: ga v
v
r > ;F
' 'ter:
w :.•`t`ja is... y ,t �0f.000
10
11 The City may require the CONTRACTOR to keep professional liability coverage in effect for
12 up to two (2) years after completion of the project.
13
14 The Contractor shall promptly advise the CITY OF RENTON in writing in the event any
15 general aggregate or other aggregate limits are reduced. At their own expense, the
16 CONTRACTOR will reinstate the aggregate to comply with the minimum limits and
17 requirements as stated in Section 1-07.18(3) and shall furnish the CITY OF RENTON a
18 new Certificate of Insurance showing such coverage is in force.
19
20 1-07.18(4) Evidence of Insurance:
21 Within 20 days of award of the contract the CONTRACTOR shall provide evidence of
22 insurance by submitting to the CONTRACTING AGENCY the following:
23 1. City of Renton Insurance Information Form (attached herein) without modification.
24 2. Certificate of Insurance (Accord Form 25s or equivalent) conforming to items as
25 specified in Sections 1-07.18(1), 1-07.18(2), and 1-07.18(3) as revised above.
26 Other requirements are as follows:
DIVISION 1 August 8,2005 13
Benson Road South-Main Avenue to S.26" St.
(Downtown Curb Ramps, Maplewood Sidewalks,Highland Sidewalks)
a�
1 A. Strike the following or similar wording: "This Certificate is issued as a matter
2 of information only and confers no rights upon the Certificate Holder";
3 B. Strike the wording regarding cancellation notification to the City: "Failure to
4 mail such notice shall impose no obligation or liability of any kind upon the
5 company, its agents or representatives".
6 C. Amend the cancellation clause to state: "Policy may not be non-renewed,
7 canceled or materially changed or altered unless 45 days prior written notice
8 is provided to the City". Notification shall be provided to the City by certified
9 mail. �r
10
11 For Professional Liability coverage only, instead of the cancellation language
12 specified above, the City will accept a written agreement that the consultant's broker
13 will provide the required notification.
14
15 R1-07.22.DT8
16 1-07.22 Use of Explosives .
17 Section 1-07.22 is supplemented by the following:
18 (......)
19 Explosives shall not be used without specific authority of the Engineer, and then only under
20 such restrictions as may be required by the proper authorities. Explosives shall be handled and
21 used in strict compliance with WAC 296-52 and such local laws, rules and regulations that may
22 apply. The individual in charge of the blasting shall have a current Washington State Blaster
23 Users License.
24
25 The Contractor shall obtain, comply with, and pay for such permits and costs as are necessary
26 in conjunction with blasting operations.
27 .r
28 R1-07.23(1).DT8
29 1-07.23(1) Construction Under Traffic
30 Section 1-07.23(1) is supplemented by adding the following: w
31
32 The contractor shall be responsible for controlling dust and mud within the project limits and
33 on any street which is utilized by his equipment for the duration of the project. The
34 contractor shall be prepared to use watering trucks, power sweepers, and other pieces of ,r
35 equipment as deemed necessary by the engineer, to avoid creating a nuisance.
36
37 Dust and mud control shall be considered as incidental to the project, and no compensation
38 will be made for this section. !•
39
40 Complaints of dust, mud or unsafe practices and/or property damage to private Ownership
41 will be transmitted to the contractor and prompt action in correcting them will be required by
42 the contractor.
43
44 Complaints of dust, mud, or unsafe practices and/or property damage to private Ownership
45 will be transmitted to the Contractor and prompt action in correcting them will be required ,.
46 by the Contractor.
47
48 Contractor shall maintain the roads during construction in a suitable condition to minimize
49 affects to vehicular and pedestrian traffic. All cost to maintain the roads shall be borne by
50 Contractor.
51
52 At least one-way traffic shall be maintained on all cross-streets within the project limits
53 during working hours. One lane shall be provided in each direction for all streets during
54 non-working hours.
55
56 Contractor shall provide one drivable roadway lane and maintain convenient access for
57 local and commuter traffic to driveways, businesses, and buildings along the line of Work
58 throughout the course of the project. Such access shall be maintained as near as possible
DIVISION 1 August 8,2005 14
Benson Road South-Main Avenue to S.26`"St.
(Downtown Curb Ramps,Maplewood Sidewalks,Highland Sidewalks)
r..
1 to that which existed prior to the commencement of construction. This restriction shall not
2 apply to the paving portion of the construction process.
3
4 Contractor shall notify and coordinate with all property owners and tenants of street
5 closures, or other restrictions which may interfere with their access—at least 24 hours in
6 advance for single-family residential property, and at least 48 hours in advance for
7 apartments, offices, and commercial property. Contractor shall give a copy of all notices to
8 Engineer.
.. 9
10 When the abutting owners' access across the right-of-way line is to be eliminated and
11 replaced under the Contract by other access, the existing access shall not be closed until
12 the replacement access facility is available.
13
14 All unattended excavations shall be properly barricaded and covered at all times.
15 Contractor shall not open any trenches that cannot be completed and refilled that same
16 day. Trenches shall be patched or covered by a temporary steel plate, at Contractor's
17 expense, except in areas where the roadway remains closed to public traffic. Steel plates
18 must be anchored.
19
+ 20
21 R1-08.DT8
22 1-08 PROSECUTION AND PROGRESS
23 R1-08.0(1).DT8
24 Section 1-08.0 is a new section with subsection:
25 (******)
26 1-08.0 Preliminary Matters
27 1-08.0(1) Preconstruction Conference
28 The Engineer will furnish the Contractor with up to 5 copies of the Contract Documents.
29 Additional documents may be furnished upon request at the cost of reproduction. Prior to
30 undertaking each part of the Work the Contractor shall carefully study and compare the
31 Contract Documents and check and verify pertinent figures shown therein and all applicable
32 field measurements. The Contractor shall promptly report in writing to the Engineer any
33 conflict, error or discrepancy which the Contractor may discover.
34
35 After the Contract has been executed, but prior to the Contractor beginning the Work, a
36 preconstruction conference will be held between the Contractor, the Engineer and such
37 other interested parties as may be invited.
38
39 The Contractor shall prepare and submit at the preconstruction meeting:
,W 40 4 Contractor's plan of operation and progress schedule (3+ copies)
41 4 Approval of qualified subcontractors bring list of subcontractors if different from
42 list submitted with Bid)
43 List of materials fabricated or manufactured off the project
• 44 Material sources on the project
45 Names of principal suppliers
46 4 Detailed equipment list, including "Rental Rate Blue Book" hourly costs (both
47 working and standby rates)
48 4 Weighted wage rates for all employee classifications anticipated to be used on
49 Project
50 Cost percentage breakdown for lump sum bid item(s)
51 4 Shop Drawings (bring preliminary list)
52 4 Traffic Control Plans (3+ copies)
53 Temporary Water Pollution/Erosion Control Plan
54
+ 55 In addition, the Contractor shall be prepared to address:
56 Bonds and insurance
DIVISION 1 August 8,2005 15
Benson Road South-Main Avenue to S.26"St.
(Downtown Curb Ramps,Maplewood Sidewalks,Highland Sidewalks)
MW
•
1 Project meetings— schedule and responsibilities
2 Provision for inspection for materials from outside sources
3 Responsibility for locating utilities
4 Responsibility for damage
5 Time schedule for relocations, if by other than Contractor ,M
6 Compliance with Contract Documents
7 Acceptance and approval of work
8 Labor compliance, payrolls, certifications
9 Safety regulations for Contractors' and Owner's employees and representatives
10 Suspension of work, time extensions
11 Change order procedures
12 Progress estimates - procedures for payment
13 Special requirements of funding agencies
14 Construction engineering, advance notice of special work
15 Any interpretation of the Contract Documents requested by Contractor
16 Any conflicts or omissions in Contract Documents
17 Any other problems or questions concerning the work
18 Processing and administration of public complaints
19 Easements and rights of entry
20 Other contracts �►
21
22 The franchise utilities may be present at the preconstruction conference, and Contractor
23 should be prepared for their review and discussion of progress schedule and coordination.
24
25 R1-08.5.DT8
26 1-08.5 Time For Completion
27 The first five paragraphs of Section 1-08.5 are deleted and replaced with the following: .�
28 (******)
29 The Work shall be physically completed in its entirety within the time specified in the Contract
30 Documents or as extended by the Engineer. The Contract Time will be stated in "working days",
31 shall begin on the Notice To Proceed Date, and shall end on the Contract Completion Date.
32
33 A nonworking day is defined as a Saturday, a Sunday, a day on which the contract specifically
34 suspends work, or one of these holidays: January 1, Memorial Day, July 4, Labor Day,
35 November 11, Thanksgiving Day, the day after Thanksgiving, and Christmas Day. The day
36 before Christmas shall be a holiday when Christmas Day occurs on a Tuesday or Friday. The
37 day after Christmas shall be a holiday when Christmas Day occurs on a Monday, Wednesday,
38 or Thursday. When Christmas Day occurs on a Saturday, the two preceding working days shall
39 be observed as holidays. When Christmas day occurs on a Sunday, the two working days
40 following shall be observed as holidays. When holidays other than Christmas fall on a Saturday,
41 the preceding Friday will be counted as a non-working day and when they fall on a Sunday the
42 following Monday will be counted as a non-working day. The Contract Time has been .r
43 established to allow for periods of normal inclement weather which, from historical records, is to
44 be expected during the Contract Time, and during which periods, work is anticipated to be
45 performed. Each successive working day, beginning with the Notice to Proceed Date and
46 ending with the Physical Completion Date, shall be charged to the Contract Time as it occurs
47 except a day or part of a day which is designated a nonworking day or an Engineer determined
48 unworkable day.
49 r
50 The Engineer will furnish the Contractor a weekly report showing (1) the number of working
51 days charged against the Contract Time for the preceding week; (2) the Contract Time in
52 working days; (3) the number of working days remaining in the Contract Time; (4) the number of
53 nonworking days; and (5) any partial or whole days the Engineer declared unworkable the •
54 previous week. This weekly report will be correlated with the Contractor's current approved
55 progress schedule. If the Contractor elects to work 10 hours a day and 4 days a week (a 4-10
56 schedule) and the fifth day of the week in which a 4-10 shift is worked would ordinarily be r
57 charged as a working day then the fifth day of that week will be charged as a working day
58 whether or not the Contractor works on that day.
DIVISION 1 August 8,2005 16
Benson Road South-Main Avenue to S.26`"St.
(Downtown Curb Ramps,Maplewood Sidewalks,Highland Sidewalks)
•
1
2 The Contractor will be allowed 10 calendar days from the date of each report in which to file a
3 written protest of an alleged discrepancy in the Contract Time as reported. Otherwise, the report
4 will be deemed to have been accepted by the Contractor as correct.
+► 5
6 The requirements for scheduling the Final Inspection and establishing the Substantial
7 Completion, Physical Completion, and Completion Dates are specified in Sections 1-05.11 and
8 1-05.12.
a 9
10 Section 1-08.5 is supplemented as follows:
11 (******)
12 Within 10 calendar days after execution of the Contract by the Contracting Agency, Contractor
13 shall provide the Contracting Agency with copies of purchase orders for all equipment items
14 deemed critical by the Contracting Agency, including but not limited to signal controller
15 materials, lighting standards, and signal standards required for the physical completion of the
16 contract. Such purchase orders shall disclose the estimated delivery dates for the equipment.
17
18 All items of work which can be performed without delivery of the critical items shall start and be
19 completed as soon as possible. At that time, Engineer may suspend the work upon request of
20 Contractor until the critical items are delivered to Contractor, If the Contracting Agency received
21 a purchase order within 10 calendar days after execution of the Contract by the Contracting
22 Agency.
23
24 Contractor will be entitled to only one such suspension of time during the performance of the
25 work and during such suspension shall not perform any additional work on the project. Upon
26 delivery of the critical items, contract time will resume and continue to be charged in accordance
27 with Section 1-08.
28
29 R1-08.11.DT8
30 Section 1-08.11 is a new section:
31
32 1-08.11 Contractor's Plant and Equipment
33 The contractor alone shall at all times be responsible for the adequacy, efficiency, and
34 sufficiency of his and his subcontractor's plant and equipment. The Owner shall have the right
35 to make use of the contractor's plant and equipment in the performance of any work on the site
36 of the work.
37
•e 38 The use by the Owner of such plant and equipment shall be considered as extra work and paid
39 for accordingly.
40
41 Neither the Owner nor the engineer assumes any responsibility, at any time, for the security of
42 the site from the time contractor's operations have commenced until final acceptance of the
43 work by the engineer and the Owner. The contractor shall employ such measures as additional
44 fencing, barricades, and watchmen service, as he deems necessary for the public safety and for
45 the protection of the site and his plant and equipment. The Owner will be provided keys for all
46 fenced, secured areas.
47
48 R 1-08.12.DT8
,. 49 Section 1-08.12 is a new section:
50 (******)
51 1-08.12 Attention to Work
52 The contractor shall give his personal attention to and shall supervise the work to the end that it
53 shall be prosecuted faithfully, and when he is not personally present on the work site, he shall at
54 all times be represented by a competent superintendent who shall have full authority to execute
55 the same, and to supply materials, tools, and labor without delay, and who shall be the legal
V. 56 representative of the contractor. The contractor shall be liable for the faithful observance of any
57 instructions delivered to him or to his authorized representative.
58
+►
DIVISION 1 August 8,2005 17
Benson Road South-Main Avenue to S.26t St.
(Downtown Curb Ramps, Maplewood Sidewalks,Highland Sidewalks)
VW
i
1
2 R1-09.DT8
3 1-09 Measurement and Payment
4 R1-09.1.DT8 �r
5 1-09.1 Measurement of Quantities
6 Section 1-09.1 is supplemented by adding the following:
7 , (******) s
8 Lump Sum. The percentage of lump sum work completed, and payment will be based on the
9 cost percentage breakdown of the lump sum bid price(s) submitted at the preconstruction
10 conference.
11
12 The Contractor shall submit a breakdown of costs for each lump sum bid item. The breakdown
13 shall list the items included in the lump sum together with a unit price of labor, materials, and
14 equipment for each item. The summation of the detailed unit prices for each item shall add up
15 to the lump sum bid. The unit price values may be used as a guideline for determining progress
16 payments or deductions or additions in payment for ordered work changes.
17
18 Cubic Yard Quantities. Contractor shall provide truck trip tickets for progress payments only in
19 the following manner. Where items are specified to be paid by the cubic yard, the following tally
20 system shall be used.
21
22 All trucks to be employed on this work will be measured to determine the volume of each truck. ..
23 Each truck shall be clearly numbered, to the satisfaction of Engineer, and there shall be no
24 duplication of numbers.
25
26 Duplicate tally tickets shall be prepared to accompany each truckload of material delivered on "
27 the project. All tickets received that do not contain the following information will not be
28 processed for payment:
29 1 Truck number I„
30 2 Quantity and type of material delivered in cubic yards
31 3 Drivers name, date and time of delivery
32 4 Location of delivery, by street and stationing on each street
33 5 Place for Engineer to acknowledge receipt V►
34 6 Pay item number
35 7 Contract number and/or name
36
37 It will be Contractor's responsibility to see that a ticket is given to Engineer on the project for !"
38 each truckload of material delivered. Pay quantities will be prepared on the basis of said tally
39 tickets.
40
41 Loads will be checked by Engineer to verify quantity shown on ticket.
42
43 Quantities by Ton. It will be Contractor's responsibility to see that a certified weight ticket is
44 given to the Inspector on the project at the time of delivery of materials for each truckload
45 delivered. Pay quantities will be prepared on the basis of said tally tickets, delivered to
46 Inspector at time of delivery of materials. Tickets not receipted by Inspector will not be honored
47 for payment.
48 a
49 Each truck shall be clearly numbered to the satisfaction of Engineer and there shall be no
50 duplication of numbers.
51
52 Duplicate tickets shall be prepared to accompany each truckload of material delivered to the
53 project. All tickets received that do not contain the following information will not be processed
54 for payment:
55 1. Truck number r
56 2. Truck tare weight (stamped at source)
57 3. Gross truck load weight in tons (stamped at source)
DIVISION 1 August 8,2005 18
Benson Road South-Main Avenue to S.26"'St.
(Downtown Curb Ramps,Maplewood Sidewalks,Highland Sidewalks)
r
4W
or 1 4. Net load weight (stamped at source)
2 5. Driver's name, date, and time of delivery
3 6. Location for delivery by street and stationing on each street
4 7. Place for Engineer to acknowledge receipt
.. 5 8. Pay item number
6 9. Contract number and/or name
7
8 R1-09.3.DT8
9 1-09.3 Scope of Payment
10 Section 1-09.3 is supplemented by adding the following:
11 (......)
�,. 12 Unless modified otherwise in the Contract Provisions, the Bid Items listed or referenced in the
13 "Payment" clause of each Section of the Standard Specifications, will be the only items for which
14 compensation will be made for the Work described in or specified in that particular Section when
15 the Contractor performs the specified Work. Should a Bid Item be listed in a "Payment" clause
•. 16 but not in the Proposal Form, and Work for that item is performed by the Contractor and the
17 work is not stated as included in or incidental to a pay item In the contract and is not work that
18 would be required to complete the intent of the Contract per Section 1-04.1, then payment for
19 that Work will be made as for Extra Work pursuant to a Change Order.
20
21 The words "Bid Item," "Contract Item," and "Pay Item," and similar terms used throughout the
22 Contract Documents are synonymous.
23
24 If the "payment" clause in the Specifications relating to any unit Bid Item price in the Proposal
25 Form requires that said unit Bid Item price cover and be considered compensation for certain
26 work or material essential to the item, then the work or material will not be measured or paid for
'• 27 under any other Unit Bid Item which may appear elsewhere in the Proposal Form or
28 Specifications.
29
30 Pluralized unit Bid Items appearing in these Specifications are changed to singular form.
31
32 Payment for Bid Items listed or referenced in the "Payment" clause of any particular Section of
33 the Specifications shall be considered as including all of the Work required, specified, or
34 described in that particular Section. Payment items will generally be listed generically in the
35 Specifications, and specifically in the bid form. When items are to be furnished under one
36 payment item and "installed" under another payment item, such items shall be furnished FOB
37 project site, or, if specified in the Special Provisions, delivered to a designated site. Materials to
•. 38 be "furnished," or "furnished and installed" under these conditions, shall be the responsibility of
39 the Contractor with regard to storage until such items are incorporated into the Work or, if such
40 items are not to be incorporated into the work, delivered to the applicable Contracting Agency
41 storage site when provided for in the Specifications. Payment for material "furnished," but not
42 yet incorporated into the Work, may be made on monthly estimates to the extent allowed.
43
44 R1-09.11(2).DT8
45 1-09.11(2) Claims
46 Paragraph 5 is revised as follows:
48 Failure to submit with the Final Application for Payment such information and details as
w 49 described in this section for any claim shall operate as a waiver of the claims by the
50 Contractor as provided in Section 1-09.9.
51
52 R1-09.13(3)B.DT8
53 1-09.13(3)B Procedures to Pursue Arbitration
54 Section 1-09.13(3)B is supplemented by adding:
55 (******)
«. 56 The findings and decision of the board of arbitrators shall be final and binding on the
57 parties, unless the aggrieved party, within 10 days, challenges the findings and decision by
DIVISION 1 August 8,2005 19
Benson Road South-Main Avenue to S.26'"St.
(Downtown Curb Ramps,Maplewood Sidewalks,Highland Sidewalks)
«W
�r
1 serving and filing a petition for review by the superior court of King County, Washington.
2 The grounds for the petition for review are limited to showing that the findings and decision:
3 1. Are not responsive to the questions submitted;
4 2. Is contrary to the terms of the contract or any component thereof;
5 3. Is arbitrary and/or is not based upon the applicable facts and the law controlling a
6 the issues submitted to arbitration. The board of arbitrators shall support its
7 decision by setting forth in writing their findings and conclusions based on the
8 evidence adduced at any such hearing.
g 1 .r
10 The arbitration shall be conducted in accordance with the statutes of the State of
11 Washington and court decisions governing such procedure.
12
13 The costs of such arbitration shall be borne equally by the City and the contractor unless it
14 is the board's majority opinion that the contractor's filing of the protest or action is
15 capricious or without reasonable foundation. In the latter case, all costs shall be borne by
16 the contractor.
17
18
19 R1-10.DT8
20 1-10 TEMPORARY TRAFFIC CONTROL
21 R1-10.1.DT8
22 1-10.1 General .
23 Section 1-10.1 is supplemented by adding the following:
24 (******)
25 When the bid proposal includes an item for"Traffic Control," the work required for this item shall
26 be all items described in Section 1-10, including, but not limited to:
27 1. Furnishing and maintaining barricades, flashers, construction signing and other
28 channelization devices, unless a pay item is in the bid proposal for any specific device
29 and the Special Provisions specify furnishing, maintaining, and payment in a different
30 manner for that device;
31 2. Furnishing traffic control labor, equipment, and supervisory personnel for all traffic
32 control labor;
33 3. Furnishing any necessary vehicle(s) to set up and remove the Class B construction rrr
34 signs and other traffic control devices;
35 4. Furnishing labor and vehicles for patrolling and maintaining in position all of the
36 construction signs and the traffic control devices, unless a pay item is in the bid
37 proposal to specifically pay for this work; and
38 5. Furnishing labor, material, and equipment necessary for cleaning up, removing, and
39 replacing of the construction signs and the traffic control devices destroyed or
40 damaged during the life of the project. •
41 6. Removing existing signs as specified or a directed by the engineer and delivering to
42 the City Shops or storing and reinstalling as directed by the Engineer.
43 7. Preparing a traffic control plan for the project and designating the person responsible
44 for traffic control at the work site. The traffic control plan shall include descriptions of
45 the traffic control methods and devices to be used by the prime contractor, and
46 subcontractors, shall be submitted at or before the preconstruction conference, and
47 shall be subject to review and approval of the Engineer.
48 8. Contacting police, fire, 911, and ambulance services to notify them in advance of any +'
49 work that will affect and traveled portion of a roadway.
50 9. Assuring that all traveled portions of roadways are open to traffic during peak traffic
51 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
52 special provisions, or as directed by the Engineer.
53 10. Promptly removing or covering all nonapplicable signs during periods when they are
54 not needed.
55 .r
56 If no bid item "Traffic Control" appears in the proposal then all work required by these sections
57 will be considered incidental and their cost shall be included in the other items of work.
•
DIVISION 1 August 8,2005 20
Benson Road South-Main Avenue to S.260'St.
(Downtown Curb Ramps,Maplewood Sidewalks,Highland Sidewalks)
1
2 If the Engineer requires the Contractor to furnish additional channelizing devices, pieces of
3 equipment, or services which could not be usually anticipated by a prudent contractor for the
4 maintenance and protection of traffic, then a new Item or Items may be established to pay for
.. 5 such items. Further limitations for consideration of payment for these items are that they are not
6 covered by other pay items in the bid proposal, they are not specified in the Special Provisions
7 as incidental, and the accumulative cost for the use of each individual channelizing device,
8 piece of equipment, or service must exceed $200 in total cost for the duration of their need. In
9 the event of disputes, the Engineer will determine what is usually anticipated by a prudent
10 contractor. The cost for these items will be by agreed price, price established by the Engineer,
11 or by force account. Additional items required as a result of the contractor's modification to the
12 traffic control plan(s) appearing in the contract shall not be covered by the provisions in this
13 paragraph.
14
15 If the total cost of all the work under the contract increases or decreases by more than 25
,�. 16 percent, an equitable adjustment will be considered for the item "Traffic Control" to address the
17 increase or decrease.
18
19 Traffic control and maintenance for the safety of the traveling public on this project shall be the
20 sole responsibility of Contractor and all methods and equipment used will be subject to the
21 approval of Owner.
22
.. 23 Traffic control devices and their use shall conform to City of Renton standards and the Manual
24 on Uniform Traffic Control Devices.
25
26 Contractor shall not proceed with any construction until proper traffic control has been provided
am 27 to the satisfaction of Engineer. Any days lost due to improper traffic control will be charged
28 against Contractor's allowable contract time, and shall not be the cause for a claim for extra
29 days to complete the Work.
30
*� 31 R1-10.2(1)B.DT8
32 1-10.2(1)B Traffic Control Supervisor
33 Paragraphs 1 and 2 are revised as follows:
34 (** ***)
35 A TCS shall be on the project whenever traffic control labor is required or as authorized
36 by the Engineer.
37
38 The TCS shall assure that all the duties of the TCS are performed during the duration
39 of the contract. During nonwork periods, the TCS shall be able to be on the job site
40 within a 45-minute time period after notification by the Engineer.
41
42 R1-10.2(2).DT8
43 1-10.2(2) Traffic Control Plans
44 Section 1-10.2(2) is supplemented as follows:
45 (******)
46 The Contractor shall be responsible for assuring that traffic control is installed and
47 maintained in conformance to established standards. The Contractor shall continuously
48 evaluate the operation of the traffic control plan and take prompt action to correct any
+ 49 problems that become evident during operation.
50
51 R1-10.3(3).DT8
aw 52 1-10.3(3) Construction Signs
53 Section 1-10.3(3) paragraph 1 is revised as follows:
54 (******)
55 All signs required by the approved traffic control plan(s) as well as any other appropriate
VW 56 signs prescribed by the Engineer, or required to conform with established standards, will be
57 furnished by the Contractor.
>.
DIVISION 1 August 8,2005 21
Benson Road South-Main Avenue to S.26th St.
(Downtown Curb Ramps, Maplewood Sidewalks,Highland Sidewalks)
VW
•
1
2 Section 1-10.3(3) paragraph 4 is revised as follows:
4 No separate pay item will be provided in the bid proposal for Class A or Class B
5 construction signs. All costs for the work to provide Class A or Class B construction signs ..
6 shall be included in the unit contract price for the various other items of the work in the bid
7 proposal.
8
9 R1-10.3(6).DT8
10 1-10.3(6) One-Way Piloted Traffic Control Through Construction Zone
11 Section 1-10.3(6) is replaced with:
12 (******)
13 The construction sometimes requires that traffic be maintained on a portion of the roadway
14 during the progress of the work using one-way piloted traffic control. If this is the case, the
15 Contractor's operation shall be confined to one-half the roadway, permitting traffic on the
16 other half. If, in the opinion of the Engineer, one-way piloted traffic control Is necessary, it
17 shall be provided for as follows:
18 Contractor-Furnished One-Way Piloted Traffic Control. The Contractor shall furnish the pilot
19 car(s) and driver(s) for the pilot car control area. Any necessary flaggers shall be furnished
20 by the Contractor.
21
22 R1-10.4.DT8
23 1-10.4 Measurement we
24 Section 1-10.4 is replaced with:
25 (******)
26 No specific unit of measurement will apply to the lump sum item of"Traffic Control".
27
28 No adjustment in the lump sum bid amount will be made for overtime work or for use of relief
29 flaggers.
30
31 R1-10.5.DT8
32 1-10.5 Payment
33 Section 1-10.5 is replaced with:
34 (******) W
35 Payment for all labor, materials, and equipment described in Section 1-10 will be made in
36 accordance with Section 1-04.1, for the following bid items when included in the proposal:
37
38 "Traffic Control," lump sum.
39 The lump sum contract price shall be full pay for all costs not covered by other specific pay
40 items in the bid proposal for furnishing, installing, maintaining, and removing traffic control
41 devices required by the contract and as directed by the Engineer in conformance with accepted
42 standards and in such a manner as to maximize safety, and minimize disruption and
43 inconvenience to the public.
44
45 Progress payment for the lump sum item "Traffic Control" will be made as follows:
46 1. When in initial warning signs for the beginning of the project and the end of
47 construction signs are installed and approved by the Engineer, 30 percent of the
48 amount bid for the item will be paid.
49 2. Payment for the remaining 70 percent of the amount bid for the item will be paid on a
50 prorated basis in accordance with the total job progress as determined by progress
51 payments.
52 ar
53 The item "Traffic Control" will be considered for an equitable adjustment per Section 1-04.6 only
54 when the total contract price increases or decreases by more than 25 percent.
55
�r
DIVISION 1 August 8,2005 22
Benson Road South-Main Avenue to S.26th St.
(Downtown Curb Ramps,Maplewood Sidewalks,Highland Sidewalks)
aw
1 The Lump Sum contract price shall be full pay for all costs involved in furnishing the pilot car(s),
2 pilot car driver(s), and the appropriate pilot car sign(s) for any pilot car operation. Any necessary
3 flaggers will be paid under the item for traffic control.
4
.. 5 The Lump Sum contract price shall be full pay for all costs for the labor provided for performing
6 those construction operations described in Section 1-10.3(1) and as authorized by the Engineer.
7
8 The Lump Sum contract price shall be full pay for all costs for performing the work described in
9 Section 1-10.3(3) and Section 1-10.3(4). This payment will include all labor, equipment, and
10 vehicles necessary for the initial acquisition, the initial installation of Class A signs, and ultimate
11 return of all Contracting Agency-furnished signs
s 12
13 The Lump Sum contract price shall be full pay for all costs involved when a person performs the
14 duties described in Section 1-10.2(1)B including when performing traffic control labor duties.
15
... 16 The Lump Sum contract price shall be full pay for all costs involved in furnishing the vehicle or
17 vehicles for the work described in Sections 1-10.2(1)B and 1-10.3(2).
18
19
20 R1-11.DT8
21 The following is a new section with new subsections:
22 (****..)
MW 23 1-11 RENTON SURVEYING STANDARDS
24 1-11.1(1) Responsibility for surveys
25 All surveys and survey reports shall be prepared under the direct supervision of a person
26 registered to practice land surveying under the provisions of Chapter 18.43 RCW.
27
28 All surveys and survey reports shall be prepared in accordance with the requirements
,. 29 established by the Board of Registration for Professional Engineers and Land Surveyors
30 under the provisions of Chapter 18.43 RCW.
31
32 1-11.1(2) Survey Datum and Precision
33 The horizontal component of all surveys shall have as its coordinate base: The North
34 American Datum of 1983/91.
35
36 All horizontal control for projects must be referenced to or in conjunction with a minimum of
37 two of the City of Renton's Survey Control Network monuments. The source of the
38 coordinate values used will be shown on the survey drawing per RCW 58.09.070.
39
40 The horizontal component of all surveys shall meet or exceed the closure requirements of
41 WAC 332-130-060. The control base lines for all surveys shall meet or exceed the
42 requirements for a Class A survey revealed in Table 2 of the Minimum Standard Detail
43 Requirements for ALTA/ACSM Land Title Surveys jointly established and adopted by ALTA
44 and ACSM in 1992 or comparable classification in future editions of said document. The
45 angular and linear closure and precision ratio of traverses used for survey control shall be
46 revealed on the face of the survey drawing, as shall the method of adjustment.
47
48 The horizontal component of the control system for surveys using global positioning system
49 methodology shall exhibit at least 1 part in 50,000 precision in line length dependent error
50 analysis at a 95 percent confidence level and performed pursuant to Federal Geodetic
.. 51 Control Subcommittee Standards for GPS control surveys as defined in Geometric
52 Geodetic Accuracy Standards & Specifications for Using GPS Relative Positioning
53 Techniques dated August 1, 1989 or comparable classification in future editions of said
54 document.
55
DIVISION 1 August 8,2005 23
Benson Road South-Main Avenue to S.26`h St.
(Downtown Curb Ramps,Maplewood Sidewalks,Highland Sidewalks)
aw
•
1 The vertical component of all surveys shall be based on NAVD 1988, the North American
2 Vertical Datum of 1988, and tied to at least one of the City of Renton Survey Control
3 Network benchmarks. If there are two such benchmarks within 3000 feet of the project site
4 a tie to both shall be made. The benchmark(s) used will be shown on the drawing. If a City
5 of Renton benchmark does not exist within 3000 feet of a project, one must be set on or .r.
6 near the project in a permanent manner that will remain intact throughout the duration of
7 the project. Source of elevations (benchmark) will be shown on the drawing, as well as a
8 description of any bench marks established.
9 +r�
10 1-11.1(3) Subdivision Information
11 Those surveys dependent on section subdivision shall reveal the controlling monuments
12 used and the subdivision of the applicable quarter section. ,.
13
14 Those surveys dependent on retracement of a plat or short plat shall reveal the controlling
15 monuments, measurements, and methodology used in that retracement.
16 +W
17 1-11.1(4)Field Notes
18 Field notes shall be kept in conventional format in a standard bound field book with
19 waterproof pages. In cases where an electronic data collector is used field notes must also
20 be kept with a sketch and a record of control and base line traverses describing station
21 occupations and what measurements were made at each point.
22
23 Every point located or set shall be identified by a number and a description. Point numbers �•
24 shall be unique within a complete job. The preferred method of point numbering is field
25 notebook, page and point set on that page. Example: The first point set or found on page
26 16 of field book 348 would be identified as Point No. 348.16.01 , the second point would be
27 348.16.02, etc. "
28
29 Upon completion of a City of Renton project, either the field notebook(s) provided by the
30 City or the original field notebook(s) used by the surveyor will be given to the City. For all
31 other work, surveyors will provide a copy of the notes to the City upon request. In those
32 cases where an electronic data collector is used, a hard copy print out in ASCII text format
33 will accompany the field notes.
34
35 1-11.1(5) Corners and Monuments
36 Corner A point on a land boundary, at the juncture of two or more boundary lines. A
37 monument is usually set at such points to physically reference a corner's location on the
38 ground.
39
40 Monument Any physical object or structure of record which marks or accurately references:
41
42 • A corner or other survey point established by or under the supervision of an
43 individual per section 1-11.1(1) and any corner or monument established by the
44 General Land Office and its successor the Bureau of Land Management including
45 section subdivision corners down to and including one-sixteenth corners; and
46 • Any permanently monumented boundary, right of way alignment, or horizontal and
47 vertical control points established by any governmental agency or private surveyor
48 including street intersections but excluding dependent interior lot corners.
49
50 1-11.1(6) Control or Base Line Survey
51 Control or Base Line Surveys shall be established for all construction projects that will
52 create permanent structures such as roads, sidewalks, bridges, utility lines or ■r
53 appurtenances, signal or light poles, or any non-single family building. Control or Base
54 Line Surveys shall consist of such number of permanent monuments as are required such
55 that every structure may be observed for staking or "as-builting" while occupying one such
56 monument and sighting another such monument. A minimum of two of these permanent
57 monuments shall be existing monuments, recognized and on record with the City of
ar
DIVISION 1 August 8,2005 24
Benson Road South-Main Avenue to S.26`h St.
(Downtown Curb Ramps,Maplewood Sidewalks,Highland Sidewalks)
•
NP
"r 1 Renton. The Control or Base Line Survey shall occupy each monument in turn, and shall
2 satisfy all applicable requirements of Section 1-11.1 herein.
3
4 The drawing depicting the survey shall be neat, legible, and drawn to an appropriate scale.
�• 5 North orientation should be clearly presented and the scale shown graphically as well as
6 noted. The drawing must be of such quality that a reduction thereof to one-half original
7 scale remains legible.
8
9 If recording of the survey with the King County Recorder is required, it will be prepared on
10 18 inch by 24 inch mylar and will comply with all provisions of Chapter 58.09 RCW. A
11 photographic mylar of the drawing will be submitted to the City of Renton and, upon their
12 review and acceptance per the specific requirements of the project, the original will be
13 recorded with the King County Recorder.
14
15 If recording is not required, the survey drawing shall be prepared on 22 inch by 34 inch
*• 16 mylar, and the original or a photographic mylar thereof will be submitted to the City of
17 Renton.
18
19 The survey drawings shall meet or exceed the requirements of WAC 332-130-050 and shall
20 conform to the City of Renton's Drafting Standards. American Public Works Association
21 symbols shall be used whenever possible, and a legend shall identify all symbols used if
22 each point marked by a symbol is not described at each use.
23
24 An electronic listing of all principal points shown on the drawing shall be submitted with
25 each drawing. The listing should include the point number designation (corresponding with
26 that in the field notes), a brief description of the point, and northing, easting, and elevation
�•. 27 (if applicable) values, all in ASCII format, on IBM PC compatible media.
28
29 1-11.1(7) Precision Levels
�. 30 Vertical Surveys for the establishment of bench marks shall satisfy all applicable
31 requirements of section 1-05 and 1-11.1.
32
33 Vertical surveys for the establishment of bench marks shall meet or exceed the standards,
,. 34 specifications and procedures of third order elevation accuracy established by the Federal
35 Geodetic Control Committee.
36
37 Bench marks must possess both permanence and vertical stability. Descriptions of bench
38 marks must be complete to insure both recoverability and positive identification on
39 recovery.
40
41 1-11.1(8) Radial and Station -- Offset Topography
42 Topographic surveys shall satisfy all applicable requirements of section 1-11.1 herein.
43
44 All points occupied or back sighted in developing radial topography or establishing
45 baselines for station -- offset topography shall meet the requirements of section 1-11.1
46 herein.
47
48 The drawing and electronic listing requirements set forth in section 1-11.1 herein shall be
49 observed for all topographic surveys.
50
51 1-11.1(9) Radial Topography
.� 52 Elevations for the points occupied or back sighted in a radial topographic survey shall be
53 determined either by 1) spirit leveling with misclosure not to exceed 0.1 feet or Federal
54 Geodetic Control Committee third order elevation accuracy specifications, OR 2)
55 trigonometric leveling with elevation differences determined in at least two directions for
56 each point and with misclosure of the circuit not to exceed 0.1 feet.
57
DIVISION 1 August 8,2005 25
Benson Road South-Main Avenue to S.26'"St.
(Downtown Curb Ramps,Maplewood Sidewalks,Highland Sidewalks)
ar
�1r
1 1-11.1(10) Station--Offset Topography ..
2 Elevations of the baseline and topographic points shall be determined by spirit leveling and
3 shall satisfy Federal Geodetic Control Committee specifications as to the turn points and
4 shall not exceed 0.1 foot's error as to side shots.
5
6 1-11.1(11) As-Built Survey
7 All improvements required to be "as-built" (post construction survey) per City of Renton
8 Codes, TITLE 4 Building Regulations and TITLE 9 Public Ways and Property, must be
9 located both horizontally and vertically by a Radial survey or by a Station offset survey. The
10 "as-built" survey must be based on the same base line or control survey used for the
11 construction staking survey for the improvements being "as-built". The "as-built" survey for
12 all subsurface improvements should occur prior to backfilling. Close cooperation between 4W
13 the installing contractor and the "as-builting" surveyor is therefore required.
14
15 All "as-built" surreys shall satisfy the requirements of section 1-11.1(1) herein and shall be
16 based upon control or base line surveys made in conformance with these Specifications.
17
18 The field notes for "as-built" shall meet the requirements of section 1-11.1(4) herein and
19 submitted with stamped and signed "as-built" drawings which includes a statement
20 certifying the accuracy of the "as built".
21
22 The drawing and electronic listing requirements set forth in section 1-11.1(6) herein shall be
23 observed for all "as-built" surveys. +�
24
25 1-11.1(12) Monument Setting and Referencing
26 All property or lot corners, as defined in 1-11.1(5), established or reestablished on a plat or
27 other recorded survey shall be referenced by a permanent marker at the corner point per 1-
28 11.2(1). In situations where such markers are impractical or in danger of being destroyed,
29 e.g., the front corners of lots, a witness marker shall be set. In most cases, this will be the
30 extension of the lot line to a tack in lead in the curb. The relationship between the witness ..
31 monuments and their respective corners shall be shown or described on the face of the plat
32 or survey of record, e.g., "Tacks in lead on the extension of the lot side lines have been set
33 in the curbs on the extension of said line with the curb." In all other cases the corner shall
34 meet the requirements of section 1-11.2(1) herein.
35
36 All non corner monuments, as defined in 1-11.1(5), shall meet the requirements of section
37 1-11.2(2) herein. If the monument falls with in a paved portion of a right of way or other
38 area, the monument shall be set below the ground surface and contained within a lidded
39 case kept separate from the monument and flush with the pavement surface, per section 1-
40 11.2(3).
41 •
42 In the case of right of way centerline monuments all points of curvature (PC), points of
43 tangency (PT), street intersections, center points of cul de sacs shall be set. If the point of
44 intersection, PI, for the tangents of a curve fall within the paved portion of the right of way, a
45 monument can be set at the PI instead of the PC and PT of the curve.
46
47 For all non corner monuments set while under contract to the City of Renton or as part of a
48 City of Renton approved subdivision of property, a City of Renton Monument Card
49 (furnished by the city) identifying the monument; point of intersection (PI), point of tangency
50 (PT), point of curvature (PC), one-sixteenth corner, Plat monument, street intersection, etc.,
51 complete with a description of the monument, a minimum of two reference points and NAD
52 83/91 coordinates and NAVD 88 elevation shall be filled out and filed with the city.
53
54 Materials
55 1-11.2(1) Property/Lot Corners ..
56 Corners per 1-11.1(5) shall be marked in a permanent manner such as 1/2 inch diameter
57 rebar 24 inches in length, durable metal plugs or caps, tack in lead, etc. and permanently
DIVISION 1 August 8,2005 26
Benson Road South-Main Avenue to S.26h St.
(Downtown Curb Ramps,Maplewood Sidewalks,Highland Sidewalks)
w.
„m 1 marked or tagged with the surveyor's identification number. The specific nature of the
2 marker used can be determined by the surveyor at the time of installation.
3
4 1-11.2(2) Monuments
qW 5 Monuments per 1-11.1(5) shall meet the requirements as set forth in City of Renton
6 Standard Plans page H031 and permanently marked or tagged with the surveyor's
7 identification number.
8
.� 9 1-11.2(3) Monument Case and Cover
10 Materials shall meet the requirements of section 9-22 and City of Renton Standard Plans
11 page H031.
*� 12
13
14
15 End of Division 1
DIVISION 1 August 8,2005 27
Benson Road South-Main Avenue to S.26'h St.
(Downtown Curb Ramps,Maplewood Sidewalks,Highland Sidewalks)
1 DIVISION 2 - EARTHWORK
2
3
4 2-01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP
5 2-01.2 Disposal of Usable Material and Debris Modification
6 Disposal Method No. 1, Open Burning, as specified in Section 2 01.2(1) will not be allowed ~
7 on this project.
8
9 2-01.3 Construction Requirements
10 2-01.3(1)Clearing Supplement
11 No trees shall be removed anywhere without prior approval by the Engineer
12 ..
13 2-01.5 Payment Supplement
14 Payment will be made for each of the following bid item(s):
15
16 "Roadside Cleanup", Per Lump Sum
17
18 The lump sum bid price for "Roadside Cleanup" shall be full compensation for all labor,
19 tools, material, and equipment required to complete the task as described in Section 2- .r
20 01.3(4) of the Standard Specifications.
21
22 R2-02.DT8
23 2-02 REMOVAL OF STRUCTURE AND OBSTRUCTIONS
24 R2-02.3(3).DT8
25 2-02.3(3) Removal of Pavement, Sidewalks, and Curbs .•
26 Section 2-02.3(3) is revised and supplemented as follows:
28 Item 1." Is revised as follows:
29 In removing pavement, sidewalks, driveways, and curbs, the Contractor shall haul broken- "
30 up pieces to some off-project site.
31
32 The section is supplemented as follows:
33 When an area where pavement, sidewalk, or driveway has been removed is to be opened
34 to traffic before pavement patching has been completed, temporary mix asphalt concrete
35 patch shall be required. Temporary patching shall be placed to a minimum depth of 2
36 inches immediately after backfilling and compaction are complete, and before the road is
37 opened to traffic. MC cold mix or MC hot mix shall be used at the discretion of the
38 Engineer.
39
40 R2-02.5.DT8
41 2-02.5 Payment
42 Section 2-02.5 is supplemented by adding:
*
43 (***** ) s
44 "Saw Cutting", per Lineal Foot.
45 "Remove Sidewalk", per Square Yard.
46 "Remove Curb and Gutter", per Lineal Foot.
47 "Cold Mix", per Ton 'rr
48 "Remove Asphalt Concrete Pavement," per square yard.
49 "Remove Cement Concrete pavement," per square yard.
50 "Remove existing ," per r
51
r«
DIVISION 2 August 8,2005 28
Benson Road South-Main Avenue to S.26b'St.
(Downtown Curb Ramps,Maplewood Sidewalks,Highland Sidewalks)
w
1 All costs related to the removal and disposal of structures and obstructions including saw
2 cutting, excavation, backfilling and temporary asphalt shall be considered incidental to and
3 included in other items unless designated as specific bid items in the proposal. If pavements,
4 sidewalks, or curbs lie within an excavation area and are not mentioned as separate pay items,
5 their removal will be paid for as part of the quantity removed in excavation. If they are
6 mentioned as a separate item in the proposal, they will be measured and paid for as provided
7 under Section 2-02.5, and will not be included in the quantity calculated for excavation.
8
.� 9
10 R2-03.DT8
11 2-03 ROADWAY EXCAVATION AND EMBANKMENT
12 R2-03.3.DT8
13 2-03.3 Construction Requirements
14 Section 2-03.3 is supplemented by adding the following:
r. 15 (******)
16 Roadway excavation shall include the removal of all materials excavated from within the limits
17 shown on the plans. Suitable excavated material shall be used for embankments, while surplus
18 excavated material or unsuitable material shall be disposed of by the Contractor.
19
20 Earthwork quantities and changes will be computed, either manually or by means of electronic
21 data processing equipment, by use of the average end area method. Any changes to the
*� 22 proposed work as directed by the Engineer that would alter these quantities shall be calculated
23 by the Engineer and submitted to the Contractor for his review and verification.
24
25 Any excavation or embankment beyond the limits indicated in the Plans, unless ordered by the
26 Engineer, shall not be paid for. All work and material required to return these areas to their
27 original conditions, as directed by the Engineer, shall be provided by the Contractor at his sole
28 expense.
ow 29
30 All areas shall be excavated, filled, and/or backfilled as necessary to comply with the grades
31 shown on the Plans. In filled and backfilled areas, fine grading shall begin during the placement
32 and the compaction of the final layer. In cut sections, fine grading shall begin within the final six
33 (6) inches of cut. Final grading shall produce a surface which is smooth and even, without
34 abrupt changes in grade.
35
36 Excavation for curbs and gutters shall be accomplished by cutting accurately to the cross
"' 37 sections, grades and elevations shown. Care shall be taken not to excavate below the specified
38 grades. The contractor shall maintain all excavations free from detrimental quantities of leaves,
39 brush, sticks, trash and other debris until final acceptance of the Work.
40
41 Following removal of topsoil or excavation to grade and before placement of fills or base course,
42 the subgrade under the roadway shall be proofrolled to identify any soft or loose areas which
43 may warrant additional compaction or excavation and replacement.
... 44
45 The Contractor shall provide temporary drainage or protection to keep the subgrade free from
46 standing water.
47
48 Acceptable excavated native soils shall be used for fill in the area requiring fills. Care shall be
49 taken to place excavated material at the optimum moisture content to achieve the specified
50 compaction. Any native material used for fill shall be free of organics and debris and have a
,s 51 maximum particle size of 6 inches.
52
53 It shall be the responsibility of the Contractor to prevent the native materials from becoming
54 saturated with water. The measures may include sloping to drain, compacting the native
•• 55 materials, and diverting runoff away from the materials. If the Contractor fails to take such
56 preventative measures, any costs or delay related to drying the materials shall be at his own
57 expense.
DIVISION 2 August 8,2005 29
Benson Road South-Main Avenue to S.26'"St.
(Downtown Curb Ramps,Maplewood Sidewalks,Highland Sidewalks)
w
•
2 If the native materials become saturated, it shall be the responsibility of the Contractor to dry the
3 materials, to the optimum moisture content. If sufficient acceptable native soils are not available
4 to complete construction of the roadway embankment, Gravel Borrow shall be used.
5
6 If subgrade trimmer is not required on the project, all portions of Section 2-03 shall apply as
7 though a subgrade trimmer were specified.
8 .r
9 If sufficient acceptable native soils, as determined by the Engineer, are not available to
10 complete construction of the roadway embankment, Gravel Borrow meeting the requirements of
11 Section 9-03.14 of the Standard Specifications shall be used.
12 .,
13 R2-03.4.DT8
14 2-03.4 Measurement
15 Section 2-03.4 is supplemented by adding the following:
16 (......) �.
17 At the discretion of the engineer, roadway excavation, borrow excavation, and unsuitable
18 foundation excavation - by the cubic yard (adjusted for swell) may be measured by truck in the
19 hauling vehicle at the point of loading. The contractor shall provide truck tickets for each load
20 removed. Each ticket shall have the truck number, time and date, and be approved by the
21 engineer.
22
23 R2-03.5.DT8 .r
24 2-03.5 Payment
25 Section 2-03.5 is revised as follows:
26 (......)
27 Payment for embankment compaction will not be made as a separate item. All costs for "
28 embankment compaction shall be included in other bid items involved. Payment will be made for
29 the following bid items when they are included in the Proposal:
30 "Roadway Excavation Including Haul," Per Cubic Yard .r
31 "Unsuitable Foundation Excavation Including Haul," Per Cubic Yard
32 "Gravel Borrow Including Haul," Per Ton
33
34 When the Engineer orders excavation below subgrade, unit contract prices for roadway •
35 excavation and haul shall apply, unless the work and/or equipment to perform the work differs
36 materially from the excavation above subgrade, then payment will be in accordance with the
37 item "Unsuitable Foundation Excavation Including Haul". In this case, all items of work other
38 than roadway excavation shall be paid at unit contract prices.
39
40 The unit contract price per cubic yard for "Roadway Excavation Including Haul' shall be full pay
41 for excavating, loading, placing, or otherwise disposing of the material. 1W
42
43 The unit contract price per cubic yard for "Unsuitable Foundation Excavation Including Haul'
44 shall be full pay for excavating, loading, and disposing of the material.
45
46 Payment for embankment compaction will not be made as a separate item. All costs for
47 embankment compaction shall be included in other bid items involved.
48
49 No
50 R2-04.DT8
51 2-04 HAUL
s
52 R2-04.5.DT8
53 2-04.5 Payment
54 Section 2-04.5 is revised and supplemented as follows:
55 (******)
•
DIVISION 2 August 8,2005 30
Benson Road South-Main Avenue to S.26"'Ste
(Downtown Curb Ramps, Maplewood Sidewalks,Highland Sidewalks)
+r
MW
1 All costs for the hauling of material to, from, or on the job site shall be considered incidental to
'� 2 and included in the unit price of other units of work.
3
4
5 R2-06.DT8
6 2-06 SUBGRADE PREPARATION
7 R2-06.5.DT8
8 2-06.5 Measurement and Payment
9 Section 2-06.5 is supplemented by adding the following:
10 (******)
11 Subgrade preparation and maintenance including watering shall be considered as incidental to
12 the construction and all costs thereof shall be included in the appropriate unit or lump sum
13 contract bid prices.
14
15
16 R2-09.DT8
17 2-09 STRUCTURE EXCAVATION
18 R2-09.1.DT8
19 2-09.1 Description
„W 20 Section 2-09.1 is supplemented by adding the following:
21 (******)
22 This work also includes the excavation, haul, and disposal of all unsuitable materials such as
23 peat, muck, swampy or unsuitable materials including buried logs and stumps.
24
25 R2-09.3(1)D.DT8
26 2-09.3(1)D Disposal of Excavated Material
27 Section 2-09.3(1)D is revised as follows:
28 (******)
29 The second paragraph is replaced with:
30 All costs for disposing of excavated material within or external to the project limits shall
31 be included in the unit contract price for structure excavation, Class A or B.
32
33 The third paragraph is replaced with:
34 If the contract includes structure excavation, Class A or B, including haul, the unit
• 35 contract price shall include all costs for loading and hauling the material the full
36 required distance, otherwise all such disposal costs shall be considered incidental to
37 the work.
38
39
40 R2-09.5.DT8
41 2-09.5 Payment
.. 42 Section 2-09.5 is revised and supplemented as follows:
43 (******)
44 Payment for structure excavation will not be made as a separate item. All costs for structure
45 excavation shall be included in other bid items involved.
46
47
48 End of Division 2
ow
49
'4W
DIVISION 2 August 8,2005 31
Benson Road South-Main Avenue to S.26'h St.
(Downtown Curb Ramps,Maplewood Sidewalks,Highland Sidewalks)
1 DIVISION 4 - BASES
2
3 4-04 BALLAST AND CRUSHED SURFACING
4 4-04.5 Payment Supplement
5 Payment will be made for the following bid item(s):
6
7 "Crushed Surfacing Top Course", Per Ton
8
9 The contract bid price for "Crushed Surfacing Top Course" shall be full compensation for all
10 labor, material, tools and equipment necessary to satisfactorily complete the work as defined in
11 the Contract Documents.
12
13
14 End of Division 4
DIVISION 4 August 8,2005 32
Benson Road South-Main Avenue to S.26th St.
(Downtown Curb Ramps,Maplewood Sidewalks,Highland Sidewalks)
n.
1 DIVISION 5 — SURFACE TREATMENTS AND PAVEMENTS
2
3 R5-04.DT8
4 5-04 ASPHALT CONCRETE PAVEMENT
5 R5-04.3(8)A.DT8
6 5-04.3(8)A Acceptance Sampling and Testing
7 Section 5-04.3(8)A is replaced with:
9 1. General. Acceptance of asphalt cement concrete shall be provided under a
10 nonstatistical acceptance. Determination of nonstatistical acceptance shall be
11 based on proposal quantities and shall consider the total of all bid items involving
12 mix of a specific class.
13
14 Dense graded mixes (asphalt concrete pavement Classes A, B, E, F, and G) shall
15 be evaluated for quality of gradation on a daily basis by the Contractor. This
16 gradation analysis shall be based on WSDOT Test Method 104 and the results
17 delivered to the Contracting Agency by noon of the following working day. This
18 information shall be used by the Engineer to evaluate conformance with Section
.� 19 9-03.8(6)A.2. Asphalt content shall be tested at the Engineer's discretion if the
20 Compaction Pay Factor (Section 5-04.3(10)B) falls below 1 .00.
21
22 The Contracting Agency may take their own independent gradation samples at the
23 stockpile to confirm the gradation testing done by the contractor. If the
24 independent sample gradation varies from the Contractor's data by more than ±
25 3% for sieve sizes greater than 1/4" and ±2% for sieves smaller than the No. 10,
26 then the costs of the sampling and testing shall be borne by the Contractor. If the
` 27 test results vary from the Contractor's data within the ranges listed above, then the
28 cost of sampling and testing will be borne by the Contracting Agency.
29
30 2. Aggregates. Aggregates will be accepted for sand equivalent and fracture based
31 on their conformance to the requirements of Section 9-03.8(2).
32
33 3. Asphalt Cement. Asphalt Cement will be accepted based on conformance to the
.• 34 requirements of Section 9-02.1(4). Testing of asphalt properties to assure
35 certification shall be the responsibility of the contractor. If the vendor or grade of
36 the asphalt cement changes, a new job mix formula (JMF) shall be evaluated and
37 approved.
wo 38
39 4. Asphalt Concrete Mixture
40 A. Sampling
41 (1) A sample will not be obtained from either the first or last 25 tons of mix
42 produced in each production shift.
43 (2) When a sample from uncompacted mix is needed, the Contractor shall
44 ensure that the samples can be obtained in accordance with WAQTC
45 FOP for AASHTO T168.
46 B. Definition of Sampling Lot and Sublot. For the purpose of acceptance
47 sampling and testing, a lot is defined as the total quantity of material or work
48 produced for each job mix formula (JMF). Only one lot per JMF is expected
49 to occur. The JMF is defined in Section 9-03.8(6)A (Basis of Acceptance).
50 The Contractor may not make any changes to the JMF without prior written
51 approval of the Engineer.
52
53 Sampling and testing for nonstatistical acceptance shall be performed on a
54 random basis at a minimum frequency of one sample for each sublot of
DIVISION 5 August 8,2005 33
Benson Road South-Main Avenue to S.26th St.
(Downtown Curb Ramps,Maplewood Sidewalks,Highland Sidewalks)
1 400 tons or each day's production, whichever is least. When proposal
2 quantities exceed 1,200 tons for a class of mix under nonstatistical
3 acceptance, sublot size shall be determined to the nearest 100 tons to
4 provide not less than three uniform sized sublots, based on proposal
5 quantities, with a maximum sublot size of 800 tons. .►
6 C. Test Results. The Engineer will furnish the Contractor with a copy of the
7 results as they become available. The rest of subsection C is deleted.
8 D. Test Method. When sample testing of asphalt content is necessary,
9 acceptance for compliance will use the WSDOT FOP for AASHTO Test
10 Method T 308. When sample testing of gradation is necessary, acceptance
11 testing for compliance of gradation will use the WSDOT FOP for AASHTO T
12 308.
13 E. Reject Mixture
14 (1) Rejection by Contractor. The Contractor may, prior to sampling, elect to
15 remove any defective material and replace it with new material at no
16 expense to the Contracting Agency. Any such new material will be �r
17 sampled, tested, and evaluated for acceptance.
18 (2) Rejection by Engineer Without Testing. The Engineer may, without
19 sampling, reject any batch, load, or section of roadway that appears
20 defective in gradation or asphalt content. Material rejected before
21 placement shall not be incorporated into any pavement. Any rejected
22 section of compacted pavement shall be removed.
23
24 No payment will be made for the rejected materials or the removal of the
25 materials unless the Contractor requests that the rejected material be
26 tested. If the Contractor elects to have the rejected material tested, a
27 minimum of three representative samples will be obtained and tested. ,r
28 Representative samples to be removed for testing from compacted
29 pavement shall be removed by coring. Acceptance of the initially rejected
30 material will use the acceptance sampling and testing methods. If the
31 material does not fall within the job mix formula tolerances of Section 9- •
32 03.8(6)A, the mix will be rejected and all costs associated with sampling,
33 testing and removal shall be borne by the Contractor. The rejected
34 material must be removed and replaced with new material at no expense
35 to the Contracting Agency. If the material falls within the job mix formula
36 tolerances, the mix will be accepted for quality of mix but will remain
37 subject to the compaction adjustment of Section 5-04.3(10) and all costs
38 associated with sampling and testing will be borne by the Contracting .r
39 Agency.
40
41 R5-04.3(10)A.DT8
42 5-04.3(10)A General
43 Section 5-04.03(10)A is supplemented by adding the following:
44 (******)
45 The Contractor shall not use vibration when compacting on a street where A.C. Line r,
46 (Transite) is in place (refer to City of Renton Comprehensive Water System Plan to
47 identify locations of A.C. lines.)
48
49 R5-04.3(10)B.DT8 ■r
50 5-04.3(10)8 Control
51 Section 5-04.3(10)13 is replaced with:
52 (******)
53 Asphalt concrete pavement Classes A, B, E, and F used in traffic lanes, including lanes
54 for ramps, truck climbing, weaving, and speed change, and having a specified
55 compacted course thickness greater than 0.10 foot, shall be compacted to a specified
56 level of relative density. The testing shall occur on a sublot basis using the definition of
57 a sublot described in Section 5-04.3(8). The specified level of relative density shall be
58 92 percent of the reference maximum density. The reference maximum density shall
•
DIVISION 5 August 8,2005 34
Benson Road South-Main Avenue to S.26"'St.
(Downtown Curb Ramps,Maplewood Sidewalks,Highland Sidewalks)
VW
ow 1 be determined as that developed in the job mix formula (JMF). If the Contractor
2 chooses, a moving average of the three most recent tests of maximum density may be
3 determined through the use of WSDOT Test Method 715 by the Contractor at the
4 Contractor's expense. The specified level of density attained will be determined by the
�• 5 average of three nuclear density gauge tests taken in accordance with WAQTC FOP
6 TM8 and WSDOT SOP T 729 on the day the mix is placed (after completion of the
7 finish rolling) at locations determined by random within each density lot The Engineer
8 will furnish a copy of the results of all acceptance testing performed in the field as soon
9 as the results are available. Pavement compaction below 89 percent of the reference
10 maximum density shall not be accepted. Relative densities falling between 89 percent
11 and 92 percent shall be subject to the price adjustments of Section 5-04.5(1)B.
12
13 For compaction lots falling below a CPF of 1.00 and thus subject to price reduction or
14 rejection, cores may be used as an alternative to the nuclear density gauge tests.
15 When the Contracting Agency requests cores and the level of relative density within a
.. 16 sublot is less than 92.0 percent, the cost for coring and testing shall be borne by the
17 Contractor. When the Contracting Agency requests cores and the level of relative
18 density within a sublot is greater than 92.0 percent, the cost for coring and testing shall
19 be borne by the Contracting Agency.
20
21 At the start of paving, the Contractor must demonstrate to the Engineer that the mix is
22 compactable by constructing compaction test section(s). Test section(s) shall be
23 constructed using the compaction train and a variety of rolling patterns that the
24 Contractor expects to use in the paving operation. A test section will be considered to
25 have established compatibility, based on the results of three density determinations,
26 when the average of the three tests exceeds 92 percent of Rice or when all three tests
.. 27 individually exceed 91 percent of Rice. This will require consideration of the presence
28 of a correlation factor for the nuclear gauge and may require final resolution after the
29 factor for the gauge is known. A minimum 1.00 compaction pay factor shall be used
30 until a gauge correlation factor is known, and until the mix is considered compactable.
"' 31 When construction of the test section(s) has demonstrated that the mix is not
32 compactable, paving must stop. To resume paving, all factors contributing to
33 compaction shall be analyzed and Engineer approved changes made, which may
VW 34 require a new mix design. When paving is resumed, the Contractor must again, as
35 previously defined, demonstrate that the mix is compactable. If the Contractor does not
36 construct test section(s), the mix is considered compactable and all mix placed will be
37 evaluated according to Section 5-04.3(10)B.
a„ 38
39 Asphalt Concrete Classes A, B, E, F, and G constructed under conditions other than
40 listed above shall be compacted on the basis of a test point evaluation of the
41 compaction train. The test point evaluation shall be performed in accordance with
42 instructions from the Engineer. The number of passes with an approved compaction
43 train, required to attain the maximum test point density, shall be used on all
44 subsequent paving.
45
46 Asphalt Concrete Class D and preleveling mix shall be compacted to the satisfaction of
47 the Engineer.
48
„w 49 In addition to the randomly selected locations for tests of the density, the Engineer may
50 also isolate from a normal lot any area that is suspected of being defective in relative
51 density. Such isolated material will not include an original sample location. A minimum
52 of three randomly located density tests will be taken. The isolated area will then be
aw 53 evaluated for price adjustment in accordance with this section, considering it as a
54 separate sublot.
55
56
DIVISION 5 August 8,2005 35
Benson Road South-Main Avenue to S.26"'St.
(Downtown Curb Ramps,Maplewood Sidewalks,Highland Sidewalks)
w
W
1 R5-04.5.DT8
2 5-04.5 Payment
3 Section 5-04.5 is supplemented as follows:
4 (******)
5 "Misc and/or Driveway Asphalt Conc. Cl. ", per ton. This item, when included in the
6 contract, includes asphalt paving for areas such as driveways and traffic islands that are not part
7 of other paving work.
8
9 R5-04.5(1).DT8
10 5-04.5(1) Quality Assurance Price Adjustments
11 Section 5-04.5(1) Quality Assurance Price Adjustments is deleted.
12
13 R5-04.5(1)A.DT8
14 5-04.5(1)A Price Adjustments for Quality of AC Mix
15 Section 5-04.5(1)A is replaced with the following:
17 Nonstatistical Acceptance: Each lot of asphalt concrete pavement produced and
18 having all constituents falling within the limits of the job mix formula shall be accepted
19 at the unit contract price. If the constituents of the mix fall outside the limits of the job
20 mix formula, the mix shall not be accepted (see Section 5-04.3(8) Rejection of
21 Mixture).
22
23 R5-04.5(1)B.DT8 •
24 5-04.5(1)B Price Adjustments for Quality AC Compaction
25 Section 5-04.5(1)B is replaced with:
26 (******) s
27 For each sublot a Compaction Pay Factor will be determined based on the relative
28 density of the tests. The following table lists the Compaction Pay Factors and their
29 associated relative density.
30 Relative Density Compaction Pay Factor •r
31 (average of three tests)
32 >_92.0 1.00
33 91.5 0.99
34 91.0 0.95
35 90.5 0.91
36 90.0 0.85
37 89.5 0.80
38 89.0 0.75
39
40
41 R5-05.DT8 �r
42 5-05 CEMENT CONCRETE PAVEMENT
43 R5-05.5.DT8
.r
44 5-05.5 Payment
45 Section 5-05.5 is modified as follows:
46 (******)
47 "Cement Concrete Approach, 3-Day". Per square yard.
48
49
50
51 End of Division 5
r
NO
DIVISION 5 August 8,2005 36
Benson Road South-Main Avenue to S.26"'St.
(Downtown Curb Ramps,Maplewood Sidewalks,Highland Sidewalks)
w
... 1 DIVISION 6 - STRUCTURES
2
..
3 Add the following new section:
4 (******)
5 6-13 VERTICAL CURB WALL
6 6-13.1 Description
7 The work described in this section, includes the construction of a concrete vertical curb wall in
+► 8 accordance with the Plans and Details.
9
10 6-13.2 Materials
-11 The Curb Wall shall be constructed of concrete and reinforcing steel that meets the following
12 specifications:
13
14 Item Standard Specification
.. 15 Concrete Class 3000 6-02.3(1)
16 Reinforcing Steel 9-07
17
18 6-13.4 Measurement
19 Vertical Curb Wall will be measured by the square foot (in one vertical plane) from the top of wall
20 to bottom of wall, for the horizontal length of the wall.
21
22 6-13.5 Payment
23 Payment will be made for the following bid item(s):
24
25 "Vertical Curb Wall," Per Square Foot
26
27 The unit contract price for "Vertical Curb Wall" shall be full compensation for furnishing all labor,
28 tools, materials, and equipment necessary for the completion of the work as herein specified,
29 including but not limited to excavation, materials, forming, backfilling and establishing final
30 grades.
31
32
*• 33
34 End of Division 6
DIVISION 6 August 8,2005 37
Benson Road South-Main Avenue to S.26" St.
(Downtown Curb Ramps,Maplewood Sidewalks,Highland Sidewalks)
i
r
1 DIVISION 7 — DRAINAGE STRUCTURES, STORM SEWERS, 4W
2 SANITARY SEWERS, WATER MAINS, AND CONDUITS
3
4 R7-04.DT8
5 7-04 STORM SEWERS
6 R7-04.2.DT8
7 7-04.2 Materials
8 The second paragraph of Section 7-04.2 is revised as follows:
9 (******)
10 Where steel or aluminum are referred to in this Section in regard to a kind of storm sewer pipe,
11 it shall be understood that steel is zinc coated (galvanized), Asphalt Treatment I Coated
12 corrugated iron or steel and aluminum is corrugated aluminum alloy as specified in Sections
13 9-05.4 and 9-05.5.
14
15 The Contractor shall require pipe suppliers to furnish certificates signed by their authorized •�
16 representative, stating the specifications to which the materials or products were manufactured.
17 The Contractor shall provide 2 copies of these certifications to the Engineer for approval.
18 Certificates showing nonconformance with the Contract shall be sufficient evidence for rejection.
19
20 Approval of certificates shall be considered only as tentative acceptance of the materials and
21 products, and such action by Engineer will not relieve Contractor of his/her responsibility to
22 perform field tests and to replace or repair faulty materials, equipment, and/or workmanship and �.
23 Contractor's own expense.
24
25 R7-04.4.DT8
26 7-04.4 Measurement •
27 The first paragraph of Section 7-04.4 is revised as follows:
28 (******)
29 The length of storm sewer pipe will be the number of linear feet of completed installation r
30 measured along the invert and will include the length through elbows, tees, and fittings. The
31 number of linear feet will be measured from the center of manhole or from the center of catch
32 basin to center of catch basins and similar type structures.
33 .�
34 R7-04.5.DT8
35 7-04.5 Payment
36 The second and third paragraphs of Section 7-04.5 are revised as follows:
37 (******) r
38
39 The unit contract price per linear foot for storm sewer pipe of the kind and size specified shall be
40 full pay for all work to complete the installation, including excavating, backfilling with native
41 excavated soil, compaction, and adjustment of inverts to manholes. When no bid item "gravel
42 backfill for pipe bedding" is included in the Schedule of Prices, pipe bedding, as shown in the
43 standard plans, shall be considered incidental to the pipe and no additional payment shall be
44 made.
45
46 Testing of storm sewer pipe, if required by the Engineer, shall be considered incidental to and
47 included in the unit contract prices for other items.
48
49 Cost of connecting pipe to structures shall be included in the various unit contract prices for
50 storm sewer pipe, and no additional compensation will be allowed.
51 ■r
52 Abandonment and plugging of pipe shall be included in the lump sum contract price for
53 "Removal of Structure and Obstruction". No separate payment will be made.
r
DIVISION 7 August 8,2005 38
Benson Road South-Main Avenue to S.26N St.
(Downtown Curb Ramps,Maplewood Sidewalks,Highland Sidewalks)
s
w
.. 1
2 R7-05.DT8
3 7-05.1 Description
4
5 This work shall also include constructing Curb Cover with Frame in accordance with the Plans
6 and Details.
7
aw 8 R7-05.3.DT8
9 7-05.3 Construction Requirements
10 Section 7-05.3 is supplemented by adding the following:
11 (******)
12 All manholes shall have eccentric cones and shall have ladders.
13
14 R7-05.3(1).DT8
No 15 7-05.3(1) Adjusting Manholes and Catch Basins to Grade
16 Section 7-05.3(1) is replaced with:
18 Where shown in the Plans or where directed by the Engineer, the existing manholes, catch
19 basins, or inlets shall be adjusted to the grade as staked or otherwise designated by the
20 Engineer.
21
22 The existing cast iron ring and cover on manholes and the catch basin frame and grate
23 shall first be removed and thoroughly cleaned for reinstalling at the new elevation. From
24 that point, the existing structure shall be raised or lowered to the required elevation.
25
26 In unpaved streets: Manholes, catch basins and similar structures in areas to be surfaced
27 with crushed rock or gravel shall be constructed to a point approximately eight inches
28 below the subgrade and covered with a temporary wood cover. Existing manholes shall be
29 cut off and covered in a similar manner. The contractor shall carefully reference each
30 manhole so that they may be easily found upon completion of the street work. After
31 placing the gravel or crushed stone surfacing, the manholes and manhole castings shall be
32 constructed to the finished grade of the roadway surface. Excavation necessary for
33 bringing manholes to grade shall center about the manhole and be held to the minimum
34 area necessary. At the completion of the manhole adjustment, the void around the
35 manhole shall be backfilled with materials which result in the section required on the
36 typical road way section, and be thoroughly compacted.
.. 37
38 In cement concrete pavement: Manholes, catch basins and similar structures shall be
39 constructed and adjusted in the same manner as outlined above except that the final
40 adjustment shall be made and cast iron frame be set after forms have been placed and
41 checked. In placing the concrete pavement, extreme care shall be taken not to alter the
42 position of the casting in any way.
43
44 In asphalt concrete pavement: Manholes shall not be adjusted until the pavement is
45 completed, at which time the center of each manhole shall be carefully relocated from
46 references previously established by the contractor. The pavement shall be cut in a
47 restricted area and base material be removed to permit removal of the cover. The manhole
48 shall then be brought to proper grade utilizing the same methods of construction as for the
49 manhole itself. The cast iron frame shall be placed on the concrete blocks and wedged up
50 to the desired grade. The asphalt concrete pavement shall be cut and removed to a neat
51 circle, the diameter of which shall be equal to the outside diameter of the cast iron frame
52 plus two feet. The base materials and crushed rock shall be removed and Class 3000 or
53 Commercial Portland Cement Concrete shall be placed so that the entire volume of the
54 excavation is replaced up to within but not to exceed 2 inches of the finished pavement
55 surface. On the day following placement of the concrete, the edge of the asphalt concrete
56 pavement, and the outer edge of the casting shall be painted with hot asphalt cement.
57 Asphalt Class G concrete shall then be placed and compacted with hand tampers and a
r
DIVISION 7 August 8,2005 39
Benson Road South-Main Avenue to S.26"'St.
(Downtown Curb Ramps,Maplewood Sidewalks,Highland Sidewalks)
"W
�r
1 patching roller. The complete patch shall match the existing paved surface for texture,
2 density, and uniformity of grade. The joint between the patch and the existing pavement
3 shall then be carefully painted with hot asphalt cement or asphalt emulsion and shall be
4 immediately covered with dry paving sand before the asphalt cement solidifies. The inside
5 throat of the manhole shall be thoroughly mortared and plastered. •
6
7 Adjustment of inlets: The final alignment and grade of cast iron frames for new and old
8 inlets to be adjusted to grade will be established from the forms or adjacent pavement
9 surfaces. The final adjustment of the top of the inlet will be performed in similar manner to
10 the above for manholes. On asphalt concrete paving projects using curb and gutter section,
11 that portion of the cast iron frame not embedded in the gutter section shall be solidly
12 embedded in concrete also. The concrete shall extend a minimum of six inches beyond the
13 edge of the casting and shall be left 2 inches below the top of the frame so that the wearing
14 course of asphalt concrete pavement will butt the cast iron frame. The existing concrete
15 pavement and edge of the casting shall be painted with hot asphalt cement. Adjustments in
16 the inlet structure shall be constructed in the same manner and of the same material as •r
17 that required for new inlets. The inside of the inlets shall be mortared and plastered.
18
19 Monuments and cast iron frame and cover: Monuments and monument castings shall be
20 adjusted to grade in the same manner as for manholes.
21
22 Valve box castings: Adjustments of valve box castings shall be made in the same manner
23 as for manholes. ■r
24
25 R7-05.3(2).DT8
26 7-05.3(2) Abandon Existing Manholes
27 Section 7-05.3(2) is revised as follows:
28 (******) .
29 Where It is required that an existing manhole be abandoned, the structure shall be broken
30 down to a depth of at least 4 feet below the revised surface elevation, all connections
31 plugged, the manhole base shall be fractured to prevent standing water, and the manhole
32 filled with sand and compacted to 90 percent density as specified in Section 2-03.3(14)C.
33 Debris resulting from breaking the upper part of the manhole may be mixed with the sand
34 subject to the approval of the Engineer. The ring and cover shall e salvaged and all other .r
35 surplus material disposed of.
36
37 R7-05.3(3).DT8
38 7-05.3(3) Connections to Existing Manholes
39 Section 7-05.3(3) is supplemented by adding the following:
41 Where shown on the plans, new drain pipes shall be connected to existing line, catch
42 basin, curb inlets and/or manholes. The contractor shall be required to core drill into the
43 structure, shape the new pipe to fit and regrout the opening in a workmanlike manner.
44 Where directed by the engineer or where shown on the plans, additional structure
45 channeling will be required.
46
47 A"connection to existing" item will be allowed at any connection of a new line to an existing
48 structure, or the connection of a new structure to a existing line. No "connection to existing"
49 will be accepted at the location of new installation, relocation and adjustment of line "
50 manholes, catch basins or curb inlets.
51
52 Any damage to existing pipe or structure that is to remain in place resulting from the ,.
53 Contractors operations shall be repaired or replaced at his own expense.
54
55 No separate measurement shall be made for connecting to existing structures, such costs
56 being considered to be incidental to the bid price for the pipe.
57
ar
DIVISION 7 August 8,2005 40
Benson Road South-Main Avenue to S.26th St.
(Downtown Curb Ramps,Maplewood Sidewalks,Highland Sidewalks)
err
1 R7-05.4.DT8
2 7-05.4 Measurement
3 Section 7-05.4 is revised and supplemented as follows:
4 (******)
5 Manholes will be measured per each. Measurement of manhole heights for payment purposes
6 will be the distance from finished rim elevation to the invert of the lowest outlet pipe.
7
ow 8 Adjustments of new structures and miscellaneous items such as valve boxes shall be
9 considered incidental to the unit contract price of the new item and no further compensation
10 shall be made.
11
MW 12 Adjustment of existing structures and miscellaneous items such as valve boxes shall be
13 measured by "Adjust Existing ," per each, which shall be full pay for all labor and
14 materials including all concrete for the completed adjustment in accordance with Section 7-
15 05.3(1) and the City of Renton Standard Details.
"p 16
17 Connection to existing pipes and structures will not be measured for separate payment.
18
No 19 7-05.4 Measurement
20 Section 7-05.4 is supplemented as follows:
21
22 Installation of Curb Cover with Frame will be measured per each completed installation.
23
24 R7-05.5.DT8
25 7-05.5 Payment
26 Section 7-05.5 is supplemented as follows:
27 (******)
28 "Catch Basin Type 1," Per Each
29 "Catch Basin Type 2—48 Inch," Per Each
". 30 "Adjust Catch Basin," Per Each
31 "Solid Locking Cover," Per Each
32 "Curb Cover with Frame", Per Each
33
34
35 R7-08.DT8
36 7-08 GENERAL PIPE INSTALLATION REQUIREMENTS
37 R7-08.3(1)C.DT8
38 7-08.3(1)C Bedding the Pipe
39 Section 7-08.3(1)C is supplemented by adding the following:
41 Pipe bedding for PVC sewer pipe shall consist of clean, granular pea gravel consistent
42 with section 9-03.12(3). It shall be placed to a depth of 6" over and 6" under the
43 exterior walls of the pipe.
44
45 Hand compaction of the bedding materials under the pipe haunches will be required.
46 Hand compaction shall be accomplished by using a suitable tamping tool to firmly tamp
47 bedding material under the haunches of the pipe. Care shall be taken to avoid
48 displacement of the pipe during the compaction effort.
49
50 Pipe bedding shall be considered incidental to the pipe and no further compensation
51 shall be made.
52
53 R7-08.3(2)A.DT8
.. 54 7-08.3(2)A Survey Line and Grade
55 Section 7-08.3(2)A is replaced with:
DIVISION 7 August 8,2005 41
Benson Road South-Main Avenue to S.26w St.
(Downtown Curb Ramps,Maplewood Sidewalks,Highland Sidewalks)
■r
1 Survey line and grade control shall be provided in accordance with Sections 1-05.4, 1-
2 05.5 and 1-11 in a manner consistent with accepted practices.
3
4 The Contractor shall transfer line and grade into the trench where they shall be carried
5 by means of a laser beam using 50 foot minimum intervals for grade staking. Any .�
6 other procedure shall have the written approval of the Engineer.
7
8 R7-08.3(2)B.DT8
9 7-08.3(2)B Pipe Laying — General
10 Section 7-08.3(2)B is supplemented by adding the following:
11 (******)
12 Checking of the invert elevation of the pipe may be made by calculations from 4W
13 measurements on the top of the pipe, or by looking for ponding of 1/2" or less, which
14 indicates a satisfactory condition. At manholes, when the downstream pipe(s) is of a
15 larger size, pipe(s) shall be laid by matching the (eight-tenths) flow elevation, unless
16 otherwise approved by the Engineer. •'
17
18 All pipe, fittings, etc. shall be carefully handled and protected against damage, impact
19 shocks, and free fall. All pipe handling equipment shall be acceptable to the
20 ENGINEER. Pipe shall not be placed directly on rough ground but shall be supported
21 in a manner which will protect the pipe against Injury whenever stored at the trench site
22 or elsewhere. No pipe shall be installed where the lining or coating show defects that
23 may be harmful as determined by the ENGINEER. Such damaged lining or coating
24 shall be repaired, or a new undamaged pipe shall be furnished and installed.
25
26 The CONTRACTOR shall inspect each pipe and fitting prior to installation to insure that
27 there are not damaged portions of the pipe. Any defective, damaged or unsound pipe
28 shall be repaired or replaced. All foreign matter or dirt shall be removed from the
29 interior of the pipe before lowering into position in the trench. Pipe shall be kept clean
30 during and after laying. All openings in the pipe line shall be closed with water tight
31 expandable type sewer plugs at the end of each day's operation or whenever the pipe
32 openings are left unattended. The use of burlap, wood, or other similar temporary
33 plugs will not be permitted.
34 Where necessary to raise or lower the pipe due to unforeseen obstructions or other
35 causes, the ENGINEER may change the alignment and/or the grades. Except for
36 short runs which may be permitted by the ENGINEER, pipes shall be laid uphill on
37 grades exceeding 10 percent. Pipe which is laid on a downhill grade shall be blocked
38 and held in place until sufficient support is furnished by the following pipe to prevent ..
39 movement.
40
41 Unless otherwise required, all pipe shall be laid straight between the changes in
42 alignment and at uniform grade between changes in grade. For concrete pipes with
43 elliptical reinforcement, the pipe shall be placed with the minor axis of the
44 reinforcement in a vertical position.
45 4W
46 Immediately after the pipe joints has been made, proper gasket placement shall be
47 checked with a feeler gage as approved by the pipe manufacturer to verify proper
48 gasket placement.
49 s"
50 R7-08.3(2)E.DT8
51 7-08.3(2)E Rubber Gasketed Joints
52 Section 7-08.3(2)E is supplemented as follows:
53 (******) w
54 Care shall be taken by the CONTRACTOR to avoid over pushing the pipe and
55 damaging the pipe or joint system. Any damaged pipe shall be replaced by the
56 Contractor at his expense. ,.
57
ow
DIVISION 7 August 8,2005 42
Benson Road South-Main Avenue to S.26h St.
(Downtown Curb Ramps,Maplewood Sidewalks,Highland Sidewalks)
Im
Uff 1 R7-08.3(2)H.DT8
2 7-08.3(2)H Sewer Line Connections
3 Section 7-04.3(2)H is supplemented by adding the following:
5 All connections not occurring at a manhole or catch basin shall be done utilizing pre-
6 manufactured tee connectors or pipe sections approved by the Engineer. Any other
7 method or materials proposed for use in making connections shall be subject to
8 approval by the Engineer.
9
10 Unless otherwise approved by the Engineer, all connections of lateral sewers to
11 existing mains shall be made through a cast iron saddle secured to the sewer main
12 with stainless steel bands. When the existing main is constructed of vitrified clay, plain
13 or reinforced concrete, cast or ductile iron pipe, the existing main shall be core drilled.
14
15 Connections (unless booted connections have been provided for) to existing concrete
r 16 manholes shall be core-drilled, and shall have an "O" ring rubber gasket meeting
17 ASTM C-478 in a manhole coupling equal to the Johns-Manville Asbestos-Cement
18 collar, or use a conical type flexible seal equal to kore-N-Seal. PVC pipe connection
ow 19 shall consist of tee, nipple and couplers as approved by the Engineer.
20
21 R7-08.3(2)J.DT8
22 Section 7-08.3(2)J is an added new section:
23 (******)
24 7-08.3(2)J Placing PVC Pipe
25 In the trench, prepared as specified in Section 7-02.3(1) PVC pipe shall be laid
26 beginning at the lower end, with the bell end upgrade. Pea gravel will be used as the
27 bedding material and extend from 6" below the bottom of the pipe to 6" above the top
28 of the pipe. When it is necessary to connect to a structure with a mudded joint a
29 rubber gasketed concrete adapter-collar will be used at the point of connection.
30
31
32 R7-12.DT8
33 7-12 VALVES FOR WATER MAINS
34 R7-12.3(1).DT8
35 7-12.3(1) Installation of Valve Marker Post
%W 36 Section 7-12.3(1) has been revised as follows:
38 Where required, a valve marker post shall be furnished and installed with each valve. Valve
39 marker posts shall be placed at the edge of the right-of-way opposite the valve and be set
�► 40 with 18 inches of the post exposed above grade.
41
42 The rest of this section is deleted.
43
44 R7-12.3(2).DT8
45 Section 7-12.3(2) is a new section:
••• 47 7-12.3(2) Adjust Existing Valve Box to Grade
48 Valve boxes shall be adjusted to grade in the same manner as for manholes, as detailed in
49 Section 7-05.3(1) of the Renton Standards. Valve box adjustments shall include, but not be
50 limited to, the locations shown on the Plans.
51
52 Existing roadway valve boxes shall be adjusted to conform to final finished grades. The
53 final installation shall be made in accordance with the applicable portions of Section 7-12.
54
DIVISION 7 August 8,2005 43
Benson Road South-Main Avenue to S.26h St.
(Downtown Curb Ramps,Maplewood Sidewalks,Highland Sidewalks)
w
W
1 In the event that the existing valve box is plugged or blocked with debris, the Contractor .,
2 shall use whatever means necessary to remove such debris, leaving the valve installation
3 in a fully operable condition.
4
5 The valve box shall be set to an elevation tolerance of one-fourth inch (1/4") to one-half •
6 inch (1/2") below finished grade.
7
8
9 R7-14.DT8
10 7-14 HYDRANTS
11 R7-14.3(1).DT8
12 7-14.3(1) Setting Hydrants
13 Paragraph four and five of Section 7-14.3(1) is revised and the section is supplemented as
14 follows: ,.
15 (******)
16 After all installation and testing is complete, the exposed portion of the hydrant shall be
17 painted with two field coats. The type and color of paint will be designated by the Engineer.
18
19 Any hydrant not in service shall be identified by covering with a burlap or plastic bag
20 approved by the Engineer.
21
22 Hydrants shall be installed in accordance with AWWA specifications C600-93, Sections 3.7 •
23 and 3.8.1 and the City of Renton standard details. Hydrant and guard posts shall be
24 painted in accordance with the water standard detail. Upon completion of the project, all
25 fire hydrants shall be painted to The City of Renton specifications and guard posts painted
26 with two coats of preservative paint NO. 43-655 safety yellow or approved equal. Fire
27 hydrants shall be of such length as to be suitable for installation with connections to 6", 8"
28 AND 10" piping in trenches 3 - 1/2 feet deep unless otherwise specified. The hydrant shall
29 be designed for a 4-1/2 foot burial where 12" and larger pipe is shown unless otherwise •
30 noted on the plan.
31 Fire hydrant assembly shall include: cast-iron or ductile iron tee (MJ x FL), 6" gate valve
32 (FL x MJ), 6' DI spool (PE x PE), 5-1/4" MVO fire hydrant (MJ connection), 4" x 5" Stortz
33 adapter, cast iron valve box and cover, 3/4" shackle rods and accessories, concrete blocks •
34 and two concrete guard posts (only if hydrants are outside right-of-way).
35
36 Joint restraint(Shackle Rods) shall be installed in accordance with Section 7-11.3(15). ..
37
38 R7-14.3(3).DT8
39 7-14.3(3) Resetting Existing Hydrants
40 Section 7-14.3(3) is supplemented by adding the following: •
41 (******)
42 All hydrants shall be rebuilt to the approval of the City (or replaced with a new hydrant). All
43 rubber gaskets shall be replaced with new gaskets of the type required for a new
44 installation of the same type.
45
46 R7-14.3(4).DT8
47 7-14.3(4) Moving Existing Hydrants ••
48 Section 7-14.3(4) is supplemented by adding the following:
50 All hydrants shall be rebuilt to the approval of the City(or replaced with a new hydrant). All
51 rubber gaskets shall be replaced with new gaskets of the type required for a new •
52 installation of the same type.
53
54 r
r
DIVISION 7 August 8,2005 44
Benson Road South-Main Avenue to S.26th St.
(Downtown Curb Ramps,Maplewood Sidewalks,Highland Sidewalks)
1 R7-17.DT8
2 7-17 SANITARY SEWERS
3 R7-17.2.DT8
"` 4 7-17.2 Materials
5 Section 7-17.2 is replaced with the following:
6 (******)
VW 7 Pipe used for sanitary sewers may be:
8 Rigid Thermoplastic
9 Concrete
10 PVC (Polyvinyl Chloride)
"` 11 Ductile Iron
12 All sanitary sewer pipe shall have flexible gasketed joints unless otherwise specified.
13
14 It is not intended that materials listed are to be considered equal or generally interchangeable
15 for all applications. The Engineer shall determine from the materials listed those suitable for the
16 project, and shall so specify in the specifications or plans.
17
•� 18 Materials shall meet the requirements of the following sections.
19 Plain Concrete Storm Sewer Pipe 9-05.7(1)
20 Reinforced Concrete Storm Sewer Pipe 9-05.7(2)
21 Solid Wall PVC Sanitary Sewer Pipe 9-05.12(1)
22 Profile Wall PVC Sanitary Sewer Pipe 9-05.12(2)
23 Ductile Iron Sewer Pipe 9-05.13
24
25 All pipe shall be clearly marked with type, class, and thickness. Lettering shall be legible and
26 permanent under normal conditions of handling and storage.
27
28 R7-17.3(1).DT8
29 7-17.3(1) Protection of Existing Sewerage Facilities
30 Section 7-17.3(1) is supplemented by adding the following:
31 (******)
ow 32 When extending an existing sewer, the downstream system shall be protected from
33 construction debris by placing a screen or trap in the first existing manhole downstream of
34 the connection. It shall be the contractor's responsibility to maintain this screen or trap until
35 the new system is placed in service and then to remove it. Any construction debris which
36 enter the existing downstream system, shall be removed by the contractor at his expense,
37 and to the satisfaction of the Engineer. When the first manhole is set, it's outlet shall be
38 plugged until acceptance by the Engineer.
39
•c 40 R7-17.3(2)H.DT8
41 7-17.3(2)H Television Inspection
42 Section 7-17.3(2)H is supplemented by adding the following:
44 Once the television inspection has been completed the contractor shall submit To the
45 Engineer the written reports of the inspection plus the video tapes. Said video tapes
46 are to be in color and compatible with the City's viewing and recording systems. The
... 47 City system accepts 112" wide high density VHS Tapes. The tapes will be run at
48 standard speed SP (1 5/16 I.P.S.).
49
50
51
52 End of Division 7
aw
DIVISION 7 August 8,2005 45
Benson Road South-Main Avenue to S.26u'St.
(Downtown Curb Ramps,Maplewood Sidewalks,Highland Sidewalks)
wr
1 DIVISION 8 — MISCELLANEOUS CONSTRUCTION
2
3 8-01 EROSION CONTROL and Water Pollution Control
4 8-01.1 Description
5 Section 8-01.1 is revised and supplemented as follows:
6 (******)
7 This work also consists of installing catch basin filters and filter fences in accordance with the
8 Plans, Section 1-07.15, and as specified herein. The Contractor shall install and maintain the
9 catch basin filters, filter fences, and clearing limit fences at the locations shown in the Plans and
10 as directed by the Engineer. Catch basin filters, filter fences, and clearing limit fences shall be
11 removed at the physical completion of construction unless directed otherwise by the Engineer.
12 Where shown on the Plans, or where designated by the Engineer, the Contractor shall perform
13 roadside seeding operations.
14
15 8-01.2 Materials
16 Gravel backfill for drains shall be in accordance with Section 9-03.12(4). Construction geotextile
17 for filter fence and construction geotextile for soil stabilization shall be in accordance with
18 Section 9-33 of the Standard Specifications. Quarry spalls shall be in accordance with Section µ
19 9-13.6.
20 Wire mesh and support posts for the filter fence shall be as recommended by the manufacturer
21 of the filter fence geotextile. The fasteners shall be heavy-duty wire staples at least 1 inch long,
22 tie wires, or hog rings, as recommended by the manufacturer of the filter fence geotextile.
23
Percent Minimum % Minimum %
Kind and Variety of Seed in Mixture by Weight Pure Seed Germination
Barclay Perennial Ryegrass (Lolium perenne) 20 19.00 90 ..
Elka Perennial Ryegrass (Lolium perenne) 50 49.00 90
Creeping Red Fescue (Festuca rubra var. rubra) 20 19.60 90
Creeping Bentgrass (Agrostis pratensis) 10 9.80 90
Weed seed 0.30
Inert and other crop 1 .70
24
25 8-01.5 Payment
26 Section 8-01.5 is supplemented by adding the following:
27 Payment will be made for the following bid item(s): -.
28
29 "Temporary Water Pollution/Erosion Control," Per Lump Sum
30 -
31
DIVISION 8 August 8,2005 46
Benson Road South-Main Avenue to S.26"'St.
(Downtown Curb Ramps, Maplewood Sidewalks,Highland Sidewalks)
1 R8-13.DT8
2 8-13 MONUMENT CASES
3 R8-13.1.DT8
4 8-13.1 Description
5 Section 8-13.1 is revised and supplemented as follows:
6 (******)
aw 7 This work shall consist of furnishing and placing monument cases and covers, in accordance
8 with the Standard Plans and these Specifications, in conformity with the lines and locations
9 shown in the Plans or as staked by the Engineer or by the Contractor supplied surveyor.
10
11 R8-13.3.DT8
12 8-13.3 Construction Requirements
13 Paragraphs 2 and 3 of Section 8-13.3 is revised and supplemented as follows:
14 (******)
15 The monument will be furnished and set by the Engineer or by the Contractor supplied surveyor.
16
17 When existing monuments will be impacted by a project, the Contractor shall be responsible for
18 assuring that a registered surveyor references the existing monuments prior to construction.
19 After construction is complete, the monuments shall be re-established by the surveyor in
20 accordance with RCW58.09.130.
21
22 R8-13.4.DT8
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 construction shall be
27 considered incidental to the contract unless specifically called out to be paid as a bid item.
28
29 R8-13.5.DT8
30 8-13.5 Payment
31 Section 8-13.5 is supplemented by adding the following:
32 (******)
33 "Reset Existing Monument" per each.
34
35 Resetting an existing monument impacted by construction shall be incidental unless included as
36 a pay item in the Schedule of Prices.
37
38
WW
39 R8-14.DT8
40 8-14 CEMENT CONCRETE SIDEWALKS
41 R8-14.3(4).DT8
"' 42 8-14.3(4) Curing
43 Section 8-14.3(4) is replaced with:
44 (******)
ow 45 The curing materials and procedures outlined in Section 5-05.3(13) of the Standard
46 Specifications shall prevail, except that white pigmented curing compound shall not be used
47 on sidewalks. The curing agent shall be applied immediately after brushing and be
48 maintained for a period of 5 days.
MW 49
50 The Contractor shall have readily available sufficient protective covering, such as
51 waterproof paper or plastic membrane, to cover the pour of an entire day in the event of
52 rain or other unsuitable weather. During the curing period, all traffic, both pedestrian and
53 vehicular, shall be excluded. Vehicular traffic shall be excluded for such additional time as
54 the Engineer may specify.
DIVISION 8 August 8,2005 47
Benson Road South-Main Avenue to S.26`h St.
(Downtown Curb Ramps,Maplewood Sidewalks,Highland Sidewalks)
s
1 •
2 The Contractor shall be responsible for barricading, patrolling, or otherwise protecting the
3 newly placed concrete to prevent damage. Damaged, vandalized, discolored, stained, or
4 unsightly concrete shall be removed and replaced at the expense of the Contractor.
5 "D
6 R8-14.4.DT8
7 8-14.4 Measurement
8 Section 8-14.4 is supplemented by adding the following:
9 (******)
10 When the contract contains a pay item for "Curb Ramp," the per each measurement shall
11 include all costs for the complete installation per the plans and standard details including
12 expansion joint material, curb and gutter and ramped sidewalk section. Sawcutting, removal •
13 and disposal of excavated materials including existing pavement and sidewalk, crushed
14 surfacing base materials and all other work, materials and equipment required per Section 8-14
15 shall be included in the per each price for "Curb Ramp" unless any of these other items are
16 listed and specified to be paid as separate pay items.
17
18 If the contract does not provide a pay item for "Curb Ramp," but the plans call for such
19 installation, then quantities shall be measured with and paid for under the bid items for Curb and
20 Gutter and for Cement Concrete Sidewalk. When curb ramps are to be constructed of asphalt
21 concrete, the payment shall be included in the pay item for "Miscellaneous and/or Driveway
22 Asphalt Concrete."
23 V"
24 8-14.5 Payment
25 Section 8-14.5 is supplemented by adding the following:
27 "Curb Ramp," per each. •
28
29 The unit contact price per each for Curb Ramp shall include construction of Cement Concrete
30 Pedestrian Curb in accordance with the Plans and Details. .r
31
32 Payment for excavation of material not related to the construction of the sidewalk but necessary
33 before the sidewalk can be placed, when and if shown in the Plans, will be made in accordance
34 with the provisions of Section 2-03. Otherwise, the Contractor shall make all excavations •
35 including haul and disposal, regardless of the depth required for constructing the sidewalk to the
36 lines and grades shown, and shall adjust all necessary utilities to final grade, and shall include
37 all costs thereof in the unit contract price per square yard for "Cement Conc. Sidewalk" and the
38 per each contract price for "Curb Ramp." No separate payment for adjustment of utilities will be
39 made.
40
41 ..
42 8-21 PERMANENT SIGNING
43 8-21.5 Payment
44 This section is supplemented with the following:
45
46 "Relocate Existing Sign and Post", Per Each
47 .W
48
49
DIVISION 8 August 8,2005 48
Benson Road South-Main Avenue to S.26h St.
(Downtown Curb Ramps,Maplewood Sidewalks,Highland Sidewalks)
r
1 R8-22.DT8
2 8-22 PAVEMENT MARKING
3 R8-22.1.DT8
4 8-22.1 Description
5 The following item in Section 8-22.1 is revised as follows:
6 (******)
7 Crosswalk Stripe
8 A SOLID WHITE line, 8 inches wide and 10-feet long, installed parallel to another crosswalk
9 stripe and parallel to the direction of traffic flow and centered in pairs on lane lines and the
10 center of lanes. See detail sheet.
11
12 Skip Center Line (Replacement)
13 A BROKEN YELLOW line 4 inches wide. The broken or "skip" pattern shall be based on a 24-
14 foot unit consisting of a 9-foot line and a 15-foot gap. Skip center strip is used as center line
15 delineation on two-lane or three-lane, two-way highways.
16
17 Double Yellow Center Line (Replacement)
�► 18 Two SOLID YELLOW lines, each 4 inches wide, separated by a 4-inch space. Double yellow
19 center stripe is used as center line delineation on multilane, two-way highways and for
20 channelization.
21
22 Approach Line (New)
23 A SOLID WHITE line, 8 inches wide, used to separate left and right turning movements from
24 through movements, to separate high occupancy vehicle lanes from general purpose lanes, for
wo 25 islands, hash marks, and other applications. Hash mark stripes shall be placed on 45-degree
26 angle and 10 feet apart.
27
28 Lane Line (Replacement)
.. 29 A BROKEN WHITE line, 4 inches wide, used to delineate adjacent lanes traveling in the same
30 direction. The broken or"skip" pattern shall be based on a 24-foot unit consisting of a 9-foot line
31 and a 15-foot gap.
32
4W 33 Two Way Left Turn Line (Replacement)
34 A SOLID YELLOW line, 4 inches wide, with a BROKEN YELLOW line, 4 inches wide, separated
35 by a 4-inch space. The broken or "skip" pattern shall be based on a 24-foot unit consisting of a
Ur 36 9-foot line and a 15-foot space. The solid line shall be installed to the right of the broken line in
37 the direction of travel.
38
39 Crosswalk Line (Replacement)
40 A SOLID WHITE line, 8 inches wide and 10 feet long, installed parallel to another crosswalk
41 stripe and parallel to the direction of traffic flow and centered in pairs on lane lines and the
42 center of lanes. See detail sheet.
43
44 Stop Line (Replacement)
45 A SOLID WHITE line 12, 18, or 24 inches wide as noted on the Contract plans.
46
47 R8-22.3(5).DT8
48 8-22.3(5) Installation Instructions
49 Section 8-22.3(5) is revised as follows:
51 A manufacturer's technical representative need not be present at the initial material
52 installation to approve the installation procedure.
53
54
..
DIVISION 8 August 8,2005 49
Benson Road South-Main Avenue to S.26`"St.
(Downtown Curb Ramps,Maplewood Sidewalks,Highland Sidewalks)
or
1 R8-23.DT8
2 8-23 TEMPORARY PAVEMENT MARKINGS
3 R8-23.5.DT8
4 8-23.5 Payment
5 Section 8-23.5 is supplemented with the following:
6 (******)
7 If no pay item is included in the contract for installation or for removal of temporary pavement
8 markings then all costs associated with these items are considered incidental to other items in
9 the contract or included under "Traffic Control," if that item is included as a bid item.
10
11 8-32 CURB COVER WITH FRAME
12 8-32.1 Description new
13 This work shall consist of furnishing and placing a Curb Cover with Frame.
14
15 8-32.2 Materials new
16 The Curb Cover with Frame shall be Utility Vault "Curb Cover with Frame" or approved
17 equivalent.
18
19 8-32.5 Payment new
20 Payment will be made for the following bid item(s):
21
22 "Curb Cover with Frame," per Each
23
24 The unit contract price for "Curb Cover with Frame" shall be full compensation for furnishing all
25 labor, tools, materials, and equipment necessary for the completion of the work as herein
26 specified.
27
28 -
29
30 End of Division 8
DIVISION 8 August 8,2005 50
Benson Road South-Main Avenue to S.26"'St.
(Downtown Curb Ramps, Maplewood Sidewalks,Highland Sidewalks)
APPENDIX A-WAGE RATES CITY OF RENTON
APPENDIX A
HOURLY MINIMUM WAGE RATES
BENSON ROAD SOUTH-MAIN AVENUE TO S.26TH ST.
(DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS,HIGHLANDS SIDEWALKS)
CITY OF RENTON
AUGUST 2005
State of Washington
DEPARTMENT OF LABOR AND INDUSTRIES
Prevailing Wage Section-Telephone(360)902-5335
PO Box 44540,Olympia,WA 98504-4540
.r 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.
+r
KING COUNTY
Effective 03-03-05
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
r 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
r FLOOR LAYER $39.08 1M 5D
FLOORSANDER $39.08 1M 5D
MILLWRIGHT AND MACHINE ERECTORS $39.95 1M 5D
PILEDRIVERS, DRIVING,PULLING,PLACING COLLARS AND WELDING $39.15 1M 5D
rr 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&TENDERS
DIVER $80.62 1M 5D 8A
DIVER TENDER $41.72 1M 5D
DREDGE WORKERS
ASSISTANT ENGINEER $39.52 113 5D 8L
' ASSISTANT MATE(DECKHAND) $38.76 1B 5D 8L
BOATMEN $39.52 1B 5D 8L
ENGINEER WELDER $39.57 16 5D 8L
LEVERMAN,HYDRAULIC $41.04 113 5D 8L
MAINTENANCE $38.76 1B 5D 8L
MATES $39.52 1B 5D 8L
OILER $39.16 16 5D 8L
DRYWALL TAPERS
JOURNEY LEVEL $39.44 11 5B
ELECTRICAL FIXTURE MAINTENANCE WORKERS
JOURNEY LEVEL $18.69 1
' Page 1
KING COUNTY
Effective 03-03-05
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code ,
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-MOTOR SHOP
CRAFTSMAN $15.37 2A 6C
JOURNEY LEVEL $14.69 2A 6C
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
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
FABRICATED PRECAST CONCRETE PRODUCTS
ALL CLASSIFICATIONS $11.90 2K 6S
FENCE ERECTORS
FENCE ERECTOR $18.71 1
FENCE LABORER $12.77 1
FLAGGERS ,
JOURNEY LEVEL $27.93 1N 5D
GLAZIERS
JOURNEY LEVEL $39.96 2E 5G
HEAT&FROST INSULATORS AND ASBESTOS WORKERS
MECHANIC $41.93 1 F 5E
HEATING EQUIPMENT MECHANICS
MECHANIC $33.65 1
HOD CARRIERS&MASON TENDERS
JOURNEY LEVEL $33.09 1N 5D
INDUSTRIAL ENGINE AND MACHINE MECHANICS
MECHANIC $15.65 1
INDUSTRIAL POWER VACUUM CLEANER
JOURNEY LEVEL $9.07 1
INLAND BOATMEN
CAPTAIN $35.14 1K 5B
COOK $30.11 1K 5B
DECKHAND $29.09 1K 5B '
ENGINEER/DECKHAND $31.66 1K 5B
MATE,LAUNCH OPERATOR $33.24 1K 5B
Page 2
a„ KING COUNTY
Effective 03-03-05
*****************************************************************************************************************
(See Benefit Code Key)
aw Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
INSPECTION/CLEANING/SEALING OF SEWER&WATER
SYSTEMS BY REMOTE CONTROL
CLEANER OPERATOR,FOAMER OPERATOR $9.73 1
GROUT TRUCK OPERATOR $11.48 1
HEAD OPERATOR $12.78 1
ow TECHNICIAN $7.35 1
TV TRUCK OPERATOR $10.53 1
INSULATION APPLICATORS
JOURNEY LEVEL $38.95 1M 5D
rnr IRONWORKERS
JOURNEY LEVEL $43.12 1B 5A
LABORERS
ASPHALT RAKER $33.09 IN 5D
BALLAST REGULATOR MACHINE $32.61 IN 5D
BATCH WEIGHMAN $27.93 IN 5D
BRUSH CUTTER $32.61 IN 5D
BRUSH HOG FEEDER $32.61 IN 5D
1W BURNERS $32.61 IN 5D
CARPENTER TENDER $32.61 IN 5D
CASSION WORKER $33.45 IN 5D
CEMENT DUMPER/PAVING $33.09 IN 5D
CEMENT FINISHER TENDER $32.61 IN 5D
CHANGE-HOUSE MAN OR DRY SHACKMAN $32.61 IN 5D
CHIPPING GUN(OVER 30 LBS) $33.09 IN 5D
CHIPPING GUN(UNDER 30 LBS) $32.61 IN 5D
CHOKER SETTER $32.61 IN 5D
CHUCKTENDER $32.61 IN 5D
CLEAN-UP LABORER $32.61 IN 5D
CONCRETE DUMPER/CHUTE OPERATOR $33.09 IN 5D
CONCRETE FORM STRIPPER $32.61 1N 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 IN 5D
DITCH DIGGER $32.61 IN 5D
DIVER $33.45 IN 5D
DRILL OPERATOR(HYDRAULIC,DIAMOND) $33.09 IN 5D
DRILL OPERATOR,AIRTRAC $33.45 IN 5D
r DUMPMAN $32.61 IN 5D
EPDXY TECHNICIAN $32.61 IN 5D
EROSION CONTROL WORKER $32.61 IN 5D
FALLER/BUCKER,CHAIN SAW $33.09 IN 5D
FINAL DETAIL CLEANUP(i.e.,dusting,vacuuming,window cleaning;NOT $25.61 IN 5D
construction debris cleanup)
FINE GRADERS $32.61 IN 5D
FIRE WATCH $27.93 IN 5D
FORM SETTER $32.61 IN 5D
GABION BASKET BUILDER $32.61 IN 5D
GENERAL LABORER $32.61 1N 5D
GRADE CHECKER&TRANSIT PERSON $33.09 1 N 5D
GRINDERS $32.61 1N 5D
GROUT MACHINE TENDER $32.61 IN 5D
k Page 3
KING COUNTY ,
Effective 03-03-05
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code '
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 CARRIER/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 IN 5D
NOZZLEMAN,CONCRETE PUMP,GREEN CUTTER WHEN USING HIGH $33.09 IN 5D
PRESSURE AIR&WATER ON CONCRETE&ROCK,SANDBLAST,
GUNITE,SHOTCRETE,WATER BLASTER
PAVEMENT BREAKER $33.09 IN 5D
PILOT CAR $27.93 IN 5D
PIPE POT TENDER $33.09 IN 5D
PIPE RELINER(NOT INSERT TYPE) $33.09 IN 5D
PIPELAYER&CAULKER $33.09 IN 5D
PIPELAYER&CAULKER(LEAD) $33.45 IN 5D '
PIPEWRAPPER $33.09 IN 5D
POT TENDER $32.61 IN 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 IN 5D
RODDER $33.09 IN 5D
SCAFFOLD ERECTOR $32.61 IN 5D
SCALE PERSON $32.61 IN 5D
SIGNALMAN $32.61 IN 5D
SLOPER(OVER 20") $33.09 1N 5D
SLOPER SPRAYMAN $32.61 IN 5D
SPREADER(CLARY POWER OR SIMILAR TYPES) $33.09 IN 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 IN 5D
TRACK LINER(POWER) $33.09 1N 5D
TRUCKSPOTTER $32.61 1N 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
Page 4 '
,. KING COUNTY
Effective 03-03-05
*****************************************************************************************************************
(See Benefit Code Key)
i Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
LABORERS-UNDERGROUND SEWER&WATER
GENERAL LABORER $32.61 IN 5D
PIPE LAYER $33.09 IN 5D
LANDSCAPE CONSTRUCTION
IRRIGATION OR LAWN SPRINKLER INSTALLERS $11.07 1
rr LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS $10.63 1
LANDSCAPING OR PLANTING LABORERS $8.42 1
LATHERS
JOURNEY LEVEL $39.63 1M 5D
MACHINISTS(HYDROELECTRIC SITE WORK)
MACHINIST $0.00 1
METAL FABRICATION(IN SHOP)
FITTER $15.86 1
LABORER $9.78 1
MACHINE OPERATOR $13.04 1
PAINTER $11.10 1
WELDER $15.48 1
MODULAR BUILDINGS
qw CABINET ASSEMBLY $11.56 1
ELECTRICIAN $11.56 1
EQUIPMENT MAINTENANCE $11.56 1
PLUMBER $11.56 1
PRODUCTION WORKER $9.26 1
TOOL MAINTENANCE $11.56 1
UTILITY PERSON $11.56 1
WELDER $11.56 1
r' PAINTERS
JOURNEY LEVEL $30.76 2B 5A
PLASTERERS
JOURNEY LEVEL $39.93 1R 5A
rr PLAYGROUND&PARK EQUIPMENT INSTALLERS
JOURNEY LEVEL $8.42 1
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
aw 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 IT 5D 8L
' COMPRESSORS $37.26 IT 5D 8L
CONCRETE FINISH MACHINE-LASER SCREED $37.26 IT 5D 8L
CONCRETE PUMPS $39.49 IT 5D 8L
Page 5
KING COUNTY
Effective 03-03-05
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code '
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 1T 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 '
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 1T 5D 8L
EQUIPMENT SERVICE ENGINEER(OILER) $39.49 IT 50 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
Page 6
KING COUNTY
Effective 03-03-05
*****************************************************************************************************************
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
POWER PLANT $37.26 IT 5D 8L
'r 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)
r SCRAPERS-SELF PROPELLED,HARD TAIL END DUMP,ARTICULATING $40.34 IT 5D 8L
OFF-ROAD EQUIPMENT(45 YD AND OVER)
SCRAPERS,CONCRETE AND CARRYALL $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
TRANSPORTERS,ALL TRACK OR TRUCK TYPE $40.34 IT 5D 8L
TRENCHING MACHINES $39.49 IT 5D 8L
TRUCK CRANE OILER/DRIVER(UNDER 100 TON) $39.49 IT 5D 8L
TRUCK CRANE OILER/DRIVER(100 TON&OVER) $39.88 IT 5D 8L
TRUCK MOUNT PORTABLE CONVEYER $39.88 IT 5D 8L
WHEEL TRACTORS,FARMALL TYPE $37.26 IT 5D 8L
YO YO PAY DOZER $39.88 IT 5D 8L
POWER EQUIPMENT OPERATORS-UNDERGROUND SEWER&
(SEE POWER EQUIPMENT OPERATORS)
ow 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
REFRIGERATION&AIR CONDITIONING MECHANICS
MECHANIC $48.21 1G 5A
RESIDENTIAL BRICK&MARBLE MASONS
JOURNEY LEVEL $27.05 1
RESIDENTIAL CARPENTERS
JOURNEY LEVEL $23.47 1
RESIDENTIAL CEMENT MASONS
JOURNEY LEVEL $22.64 1
RESIDENTIAL DRYWALL TAPERS
JOURNEY LEVEL $39.44 11 5B
RESIDENTIAL ELECTRICIANS
JOURNEY LEVEL $26.24 1
' Page 7
KING COUNTY '
Effective 03-03-05
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
RESIDENTIAL GLAZIERS
JOURNEY LEVEL $26.84 2E 5G
RESIDENTIAL INSULATION APPLICATORS
JOURNEY LEVEL $17.60 1 ,
RESIDENTIAL LABORERS
JOURNEY LEVEL $18.12 1
RESIDENTIAL PAINTERS
JOURNEY LEVEL $18.36 1 ,
RESIDENTIAL PLUMBERS&PIPEFITTERS
JOURNEY LEVEL $22.95 1
RESIDENTIAL REFRIGERATION&AIR CONDITIONING
JOURNEY LEVEL $48.21 1G 5A '
RESIDENTIAL SHEET METAL WORKERS
JOURNEY LEVEL(FIELD OR SHOP) $19.48 1
RESIDENTIAL SOFT FLOOR LAYERS
JOURNEY LEVEL $32.24 1B 5A
RESIDENTIAL SPRINKLER FITTERS(FIRE PROTECTION) ,
JOURNEY LEVEL $26.76 1B 5C
RESIDENTIAL TERRAZZO/TILE FINISHERS
JOURNEY LEVEL $26.30 1
RESIDENTIAL TERRAZZO/TILE SETTERS ,
JOURNEY LEVEL $37.03 1H 5A
ROOFERS
JOURNEY LEVEL $34.53 1R 5A
USING IRRITABLE BITUMINOUS MATERIALS $37.53 1R 5A ,
SHEET METAL WORKERS
JOURNEY LEVEL(FIELD OR SHOP) $46.74 11 6L
SIGN MAKERS&INSTALLERS(ELECTRICAL)
SIGN INSTALLER $23.36 1 '
SIGN MAKER $0.00 1
SIGN MAKERS&INSTALLERS(NON-ELECTRICAL)
SIGN INSTALLER $17.31 1
SIGN MAKER $15.61 1
SOFT FLOOR LAYERS ,
JOURNEY LEVEL $32.24 1B 5A
SOLAR CONTROLS FOR WINDOWS
JOURNEY LEVEL $12.44 1 5S
SPRINKLER FITTERS(FIRE PROTECTION) ,
JOURNEY LEVEL $49.19 1B 5C
STAGE RIGGING MECHANICS(NON STRUCTURAL)
JOURNEY LEVEL $13.23 1
SURVEYORS '
CHAIN PERSON $9.35 1
INSTRUMENT PERSON $11.40 1
PARTY CHIEF $13.40 1
TELEPHONE LINE CONSTRUCTION-OUTSIDE
CABLE SPLICER $28.31 2B 5A
HOLE DIGGER/GROUND PERSON $15.92 2B 5A
INSTALLER(REPAIRER) $27.16 2B 5A
JOURNEY LEVEL TELEPHONE LINEPERSON $26.34 2B 5A
SPECIAL APPARATUS INSTALLER 1 $28.31 2B 5A ,
SPECIAL APPARATUS INSTALLER II $27.74 2B 5A
Page 8
KING COUNTY
Effective 03-03-05
*****************************************************************************************************************
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
TELEPHONE EQUIPMENT OPERATOR(HEAVY) $28.31 2B 5A
wn TELEPHONE EQUIPMENT OPERATOR(LIGHT) $26.34 2B 5A
TELEVISION GROUND PERSON $15.12 2B 5A
TELEVISION LINEPERSON/INSTALLER $20.05 2B 5A
TELEVISION SYSTEM TECHNICIAN $23.82 2B 5A
TELEVISION TECHNICIAN $21.45 2B 5A
TREE TRIMMER $26.34 2B 5A
TERRAZZO WORKERS&TILE SETTERS
JOURNEY LEVEL $37.03 1 H 5A
tr TILE,MARBLE&TERRAZZO FINISHERS
FINISHER $30.86 1H 5A
TRAFFIC CONTROL STRIPERS
JOURNEY LEVEL $31.90 1K 5A
TRUCK DRIVERS
ASPHALT MIX(TO 16 YARDS) $36.89 IT 5D 8L
ASPHALT MIX(OVER 16 YARDS) $37.47 IT 5D 8L
DUMP TRUCK $36.89 IT 5D 8L
DUMP TRUCK&TRAILER $37.47 IT 5D 8L
OTHER TRUCKS $37.47 IT 5D 8L
TRANSIT MIXER $23.45 1
WELL DRILLERS&IRRIGATION PUMP INSTALLERS
IRRIGATION PUMP INSTALLER $17.71 1
OILER $12.97 1
WELL DRILLER $17.68 1
t
' Page 9
BENEFIT CODE KEY-EFFECTIVE 08-31-05
OVERTIME CODES
OVERTIME CALCULATIONS ARE BASED ON THE HOURLY RATE ACTUALLY PAID TO THE WORKER. ON PUBLIC
WORKS PROJECTS,THE HOURLY RATE MUST BE NOT LESS THAN THE PREVAILING RATE OF WAGE MINUS THE
HOURLY RATE OF THE COST OF FRINGE BENEFITS ACTUALLY PROVIDED FOR THE WORKER.
ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT ONE
AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
A. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL ALSO BE PAID AT ONE AND ONE-HALF
' TIMES THE HOURLY RATE OF WAGE.
B. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF
WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF
WAGE.
1 C. THE FIRST TWO (2)HOURS AFTER EIGHT (8)REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN
(10) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL
OTHER OVERTIME HOURS WORKED SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
D. THE FIRST TWO (2)HOURS BEFORE OR AFTER A FIVE-EIGHT(8)HOUR WORKWEEK DAY OR A FOUR-TEN(10)
HOUR WORKWEEK DAY AND THE FIRST EIGHT(8)HOURS WORKED THE NEXT DAY AFTER EITHER WORKWEEK
SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL ADDITIONAL HOURS WORKED
AND ALL WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
E. THE FIRST TWO(2)HOURS AFTER EIGHT(8)REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT
(8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL
' OTHER HOURS WORKED MONDAY THROUGH SATURDAY, AND ALL HOURS WORKED ON SUNDAYS AND
HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
F. THE FIRST TWO (2)HOURS AFTER EIGHT (8)REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN
' (10) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL
OTHER OVERTIME HOURS WORKED, EXCEPT LABOR DAY, SHALL BE PAID AT DOUBLE THE HOURLY RATE OF
WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE.
G. THE FIRST TEN (10) HOURS WORKED ON SATURDAYS AND THE FIRST TEN (10) HOURS WORKED ON A FIFTH
' CALENDAR WEEKDAY IN A FOUR-TEN HOUR SCHEDULE, SHALL BE PAID AT ONE AND ONE-HALF TIMES THE
HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH
SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY
RATE OF WAGE.
H. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER
CONDITIONS OR EQUIPMENT BREAKDOWN)SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF
WAGE. ALL HOURS WORKED MONDAY THROUGH SATURDAY OVER TWELVE (12) HOURS AND ALL HOURS
WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
J. THE FIRST TWO(2)HOURS AFTER EIGHT(8)REGULAR HOURS MONDAY THROUGH FRIDAY AND ALL HOURS ON
SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER OVERTIME
' HOURS OVER TEN (10) HOURS ON THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY
THROUGH FRIDAY AND THE FIRST TEN(10)HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES
THE HOURLY RATE OF WAGE. ALL OTHER OVERTIME HOURS WORKED SHALL BE PAID AT DOUBLE THE HOURLY
RATE OF WAGE. MONDAY THROUGH FRIDAY, 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.
1 L. ALL HOURS WORKED IN EXCESS OF TEN(10) HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS
WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
M. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER
' CONDITIONS)SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED
ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
N. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS) SHALL BE PAID AT ONE AND ONE-HALF TIMES
' THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE
THE HOURLY RATE OF WAGE.
O. ALL HOURS WORKED ON SUNDAYS, HOLIDAYS AND AFTER TWELVE (12) HOURS, MONDAY THROUGH FRIDAY,
AND AFTER TEN(10)HOURS ON SATURDAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
P. ALL HOURS WORKED ON SATURDAYS(EXCEPT MAKEUP DAYS)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.
t
BENEFIT CODE KEY-EFFECTIVE 08-31-05 '
-2-
1. Q. THE FIRST TWO (2)HOURS AFTER EIGHT (8)REGULAR HOURS MONDAY THROUGH FRIDAY AND UP TO TEN (10) '
HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
ALL HOURS WORKED IN EXCESS OF TEN(10)HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS
WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT CHRISTMAS DAY) SHALL BE PAID AT DOUBLE THE HOURLY '
RATE OF WAGE. ALL HOURS WORKED ON CHRISTMAS DAY SHALL BE PAID AT TWO AND ONE-HALF TIMES THE
HOURLY RATE OF WAGE.
R. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE.
S. THE FIRST TWO(2)HOURS AFTER EIGHT(8)REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT
(8)HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL
OTHER OVERTIME HOURS WORKED, EXCEPT LABOR DAY, SHALL BE PAID AT DOUBLE THE HOURLY RATE OF
WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE.
T. 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.
2. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT ONE '
AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
A. THE FIRST SIX(6)HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF
WAGE. ALL HOURS WORKED IN EXCESS OF SIX(6)HOURS ON SATURDAY AND ALL HOURS WORKED ON SUNDAYS '
AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE.
B. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
C. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. '
ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE.
D. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY
RATE OF WAGE. THE FIRST EIGHT (8) HOURS WORKED ON HOLIDAYS SHALL BE PAID AT STRAIGHT TIME IN
ADDITION TO THE HOLIDAY PAY. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS ON HOLIDAYS SHALL BE
PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
E. ALL HOURS WORKED ON SATURDAYS OR HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE- ,
HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS OR ON LABOR DAY SHALL BE
PAID AT TWO TIMES THE HOURLY RATE OF WAGE.
F. THE FIRST EIGHT(8)HOURS WORKED ON HOLIDAYS SHALL BE PAID AT THE STRAIGHT HOURLY RATE OF WAGE '
IN ADDITION TO THE HOLIDAY PAY. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS ON HOLIDAYS SHALL
BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
G. ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS
WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ,
INCLUDING HOLIDAY PAY.
H. ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS
WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. '
I. ALL HOURS WORKED ON SATURDAYS AND HOLIDAYS (EXCEPT LABOR DAY)SHALL BE PAID AT ONE AND ONE-
HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND ON LABOR DAY SHALL BE
PAID AT TWO TIMES THE HOURLY RATE OF WAGE.
J. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS
WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE,
INCLUDING THE HOLIDAY PAY. ALL HOURS WORKED ON UNPAID HOLIDAYS SHALL BE PAID AT TWO TIMES THE '
HOURLY RATE OF WAGE.
K. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE IN ADDITION TO
THE HOLIDAY PAY.
M. ALL HOURS WORKED ON SATURDAYS,SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE
OF WAGE.
O. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY
RATE OF WAGE.
BENEFIT CODE KEY-EFFECTIVE 08-31-05
-3-
2. P. THE FIRST EIGHT(8)HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF
WAGE. ALL HOURS WORKED IN EXCESS OF EIGHT 8) HOURS ON SATURDAY AND ALL HOURS WORKED ON
SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE.
' 4. A. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID
AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS
SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
' HOLIDAY CODES
5. A. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,FRIDAY
AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(7).
B. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,FRIDAY
' AFTER THANKSGIVING DAY,THE DAY BEFORE CHRISTMAS,AND CHRISTMAS DAY(8).
C. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8).
' D. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE
FRIDAY AND SATURDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8).
E. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, PRESIDENTIAL
' ELECTION DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8).
F. HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, PRESIDENTS' DAY, MEMORIAL DAY,
INDEPENDENCE DAY, LABOR DAY, VETERANS'DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING
' DAY,AND CHRISTMAS DAY(11).
G. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE
LAST WORK DAY BEFORE CHRISTMAS DAY,AND CHRISTMAS DAY(7).
' H. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, THE DAY AFTER
THANKSGIVING DAY,AND CHRISTMAS(6).
I. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,AND
CHRISTMAS DAY(6).
J. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, FRIDAY AFTER
THANKSGIVING DAY,CHRISTMAS EVE DAY,AND CHRISTMAS DAY(7).
' N. HOLIDAYS: NEW YEAR'S DAY,PRESIDENTS'DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,VETERANS'
DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(9).
' P. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,FRIDAY
AND SATURDAY AFTER THANKSGIVING DAY,THE DAY BEFORE CHRISTMAS,AND CHRISTMAS DAY(9).
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: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR
DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,CHRISTMAS DAY,AND THE DAY BEFORE OR
AFTER CHRISTMAS(10).
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).
1
BENEFIT CODE KEY-EFFECTIVE 08-31-05 '
-4-
5. Y. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, PRESIDENTIAL ELECTION ,
DAY,THANKSGIVING DAY,THE FRIDAY FOLLOWING THANKSGIVING DAY,AND CHRISTMAS DAY(8).
Z. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY,
THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8). '
6. A. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8).
B. PAID HOLIDAYS:NEW YEAR'S EVE DAY,NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY, '
THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,CHRISTMAS EVE'S DAY,AND CHRISTMAS DAY(9).
C. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY,THE DAY AFTER THANKSGIVING DAY,THE LAST WORK DAY BEFORE CHRISTMAS DAY,AND
CHRISTMAS DAY(9).
D. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,CHRISTMAS DAY,THE DAY BEFORE OR THE DAY
AFTER CHRISTMAS DAY(9).
I. PAID HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING
DAY,FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(7). ,
L. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,
THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY, AND
CHRISTMAS DAY.(8) '
Q. PAID HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,VETERANS DAY,
THANKSGIVING DAY,THE DAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY(8). UNPAID HOLIDAY:
PRESIDENTS'DAY.
T. PAID HOLIDAYS: NEW YEAR'S DAY,PRESIDENTS' DAY, MEMORIAL DAY,INDEPENDENCE DAY, LABOR
DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,THE LAST WORKING DAY BEFORE
CHRISTMAS DAY,AND CHRISTMAS DAY(9).
U. HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,
LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE
CHRISTMAS DAY,CHRISTMAS DAY(9).
V. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING
DAY,DAY AFTER THANKSGIVING DAY,CHRISTMAS EVE DAY,CHRISTMAS DAY, AND ONE DAY OF THE
EMPLOYEE'S CHOICE(9).
W. PAID HOLIDAYS: NEW YEAR'S DAY,DAY BEFORE NEW YEAR'S DAY,PRESIDENTS DAY,MEMORIAL DAY, ,
INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,DAY AFTER THANKSGIVING DAY,CHRISTMAS
DAY,DAY BEFORE OR AFTER CHRISTMAS DAY(10).
X. PAID HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE OR AFTER NEW YEAR'S DAY, PRESIDENTS DAY,
MEMORIAL DAY, INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,DAY AFTER THANKSGIVING
DAY,CHRISTMAS DAY,DAY BEFORE OR AFTER CHRISTMAS DAY,EMPLOYEE'S BIRTHDAY(11).
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'-$2.00 PER FOOT FOR EACH FOOT OVER 150 FEET
OVER 200'-DIVERS MAY NAME THEIR OWN PRICE
BENEFIT CODE KEY-EFFECTIVE 08-31-05
-5-
D. WORKERS WORKING WITH SUPPLIED AIR ON HAZMAT PROJECTS RECEIVE AN ADDITIONAL$1.00 PER HOUR.
L. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - LEVEL A: $0.75,
LEVEL B:$0.50, AND LEVEL C:$0.25.
1 M. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS:LEVELS A&B:$1.00,
LEVELS C&D:$0.50.
N. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - LEVEL A: $1.00,
LEVEL B:$0.75,LEVEL C:$0.50, AND LEVEL D:$0.25.
1
i
l
1
1
1
APPENDIX B -STANDARD PLANS CITY OF RENTON
APPENDIX B
CONTRACT PLANS AND STANDARD PLANS
BENSON ROAD SOUTH-MAIN AVENUE TO S.26TH ST.
(DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS,HIGHLANDS SIDEWALKS)
CITY OF RENTON
AUGUST 2005
I � a
Op I
° a
C, U w Q v b
O N
d a
4
a' z o 'C� O wU 0 M W �C
Xm
Z Q 0 >
O Z
<: a. N ai
N
r
/ � d
0 C)
/ k z z
_ o a
10 1
a _ m U cr
a N O N N LLJ
1 _ _
cr
N
O
D
1
t
N
C
W
N m
D D D
r -
x
x � „S
O �
Cr- W N y O
0. 3 0
u 0
Q u
cr z
ui
-
11 W
m
LLJ
Ln
v „h
v
a a
a a �
a a w
° a
� w
W
r• a C
F- O
W >
O
V)
I
CURB LANE LANE LANE CURB LANE
CENTER CENTER
IN IN
LANE LANE
i
I i
I I
I I I
10'
I
I I I
I I
I �L 24" III 8"(TYP.)—STRIPE
--I Ia 6,.MIN.(TYP.) 8"(TYP.)—OPEN
LANE (NP') LANE 8"(TYP.)—STRIPE
CONCRETE
GUTTER LINE LINE
LTIRE 1 TIRE TIRE I TIRE
TRACKS TRACKS TRACKS TRACKS
* TYPICAL 4-LANE ROADWAY CONFIGURATION
* NOTE: FOR ROADWAYS WITH MORE OR LESS LANES, THE SAME CONFIGURATION APPLIES.
KEEPING THE THERMOPLASTIC/PAINTED BARS CENTERED ON THE LANE LINES AND
IN THE CENTER OF TRAVELLED PORTION OF THE LANE TO MINIMIZE THE WEAR ON
THE THERMOPLASTIC/PAINT.
Thermoplastic/Painted Crosswalk
ADOPTED
CITY OF RENTON
- $ STANDARD PLANS 9 y/o y
N t0 LST DATE: -
DATE REVISION BY APPR' DWG. NAME: HR-13 SP PAGE: HO12
r N
W m of °o
J m w m J J z �wGQ.� �adNl� N y z° c�
?J °LLH S o J O nom~ ' od 2� F g i ? of p Z c� N
Q °spa m Z ¢ v . _z h g r-,
�S 00WO F• 3 -: mF, .� r d LL �a m Za 0
?m U a m w h
LU
�.. o LlJ Lil
�w ZOZ m Z ¢ w a o ( o o m a O !r 1-
Qw Y��p z 0 ° Q °�� �� S _ Q w a W LL Q Q [z
zw off== a o a co ��b�r oF`�5 w V Z y °� > U Z
Sm N F- a a m 1} p0 a° a 0}Q tq G
i� za°� w 0 < ~ a c~F- Q a.
U)w �?Z CL M ~ 00 0 � V N Z Q U cn n
w= aNjp o w ° a
wp¢w C7 w w
�m ��-Po o g °zd ~
r m°»Q w oa 0
z Luzle a mW a O MO
KLL Fp NZ Jw 0 W Q0 x
pa' ZLL <0 z J O
0w Jp
WaNFZ°a' W LL
H G, ¢ mw� g[[g
QWrj ,-WNZ H Z ZO a°w, �m� .�- LU
�0Y cr Wr O m OF ° w ?< J
LLI¢wz mw x 20 mQ F Q _ w
z oQ<'x' a w� WF w = Ewaz5
m m w F U ¢¢ m o T UN Oa @
¢�° F 3p v ° 9auwi m° J O w �! > . a
cwiog Y'�'�ao pz ¢o N Q w oU a m am �� °3x� �.
v m v¢z z zw U w0 ¢� ¢ e�e a
Qu px_uio �XC Q� wN 0 w UZ J w ¢w �w Oy f
i zOm zY 2aU wy aW z 4 W0 ¢ ica �a wa p2
yi Q w¢�¢�wQ w1O �� wY w 0. a mz uaim °N LLN Kp
tn�0 xx xz xw �° x¢ n- a Z-Q J v10 �o Oo OF•
Fw ¢QZ F.N¢F_ F-m aQ F 2 0 W.7 J a� 0E- mF 0w
O ma Q 0 co N CL .k
z r fV t7 < 16 m
N
wo
U.
0 0 m .44
IL
/L io
W x Z E NIW.LZ
m O CE;,
mm
H #i w
O g / \ w
w ~ /---
U) Ul
w
o ° \ J, m
a
Lu
w g \\ a
\ / v
all
*4 z c� �Y \ Ir IL
w
o
s o�
i
z� o
`y\ 0 m
a U
U¢ m
W
¢
m
N O aJ I5
w
tu
CL
o o
a °cGE8 wz
it
L W G G O
$ m E a `r
° E `�° pE�o z U � � � '1►'
r °' E ? o = r r N
°y�
-6 E-. w
C
CD
z M2
N
ra-36 ic�
g c _
L° 0 c m E u0i3
m E� v m E 0 Z sYN :
°a �m aQ Qa W O ZD 5 y
ui
O LL U N�a F wW 0 �S r0
Z N to < V Y io S N
WO
w
a
N a tu
W 1
3U a a
It cR g1 ro onn
z N
U <
= z W OO O x z ir
U m Q Y ° W < < f O 0 N N
O U m p 0©©
QF _
K Z
w� WU
r Q� �m
>O Z�
OUW
<O
W< 7VJ J
_
I
zw g� o
z
xz x Z
<�_ g p
r,
< Z 10 K Z
cr
UO = ¢O 5 w II-II
rI ¢ p
o1_ .
. • _________ r h— h
uj
y �. `K
`` as
I: W
W � N
0O (.dam a �.':. .
Ix 0: Z`
v.. n Ow
NO
a =
.1. N W
N W
.`. U
mg °o
'XVW.BZ .� r.;, a Jw
'NIW.►Z Z Y m
J W
qaa
O�
r� °T w to a
� :
'1� o ►-t� .-v
XVW „Bb „6 x NIW Q I ,
w a to °a =a
LLI V)
N N O0m y CL,
a •1i
= i wQ
m W w
Zzs .��: a c$
co Q of
t W�U Q � _
T LL. N o
N E
w o
lw L W
3 L
w
' n l
L p
O N
h Z
L U O O Z
aw
° - O
w U
0 �O W U
l/1 W
c C C ti� V)
L o ~
z h t-
°o (v
w N ~
Y
n o c O v N
a N E / O rl /~P
wL+ Q p
- O E Q
C E O J Q
O•-
N C 0 -N �D D n J
n Q E w O
Z o U
~ o o° U a U
L L W
Z a w
O r s o
a
No o i- - U
I t* t
w W
I Q VI
till� O N W
J u Z O
Q < U
U Q
d o U
F- H
Z
W
U
W
XVW „ 1
NIW „81 T�
rn
c_
V
O
a
u
N C
+ -
x
U
p
N n
L +
0
O � p
m ^N N G �
D y�f _
L_-pq- m p x
Q
/1
Ln
Q L
T7 Q N tn _ Q
-1 H J
AL v LL / j\ �� .Q
tV �/ M LL
N Q
1 a w L�-►I o o � III-, �-►II
0 0 = x
m Q L w
N O
k.Q-.; 2
O�n
x O N O v L X O
O v L N N O
N N O O v
N N
N $ C�� ay N G J m F N
a ALI d�yd N W N
_
IL LL a
c
00 C = gg �
N E �b of WZ = Na � F
W 3NOZ 3dld W W d Q a
a
z
o p H 3
0 0 0 °
c p q
0 0 0
V N
W
m m m L o 2
ai vii m
z co
W z W Q 9A �z w
w �i vii v a d Z fv~i < G N Q °
0
z 0 a a Comm
� N M o ° zg
p LU J
024 Oa F Z W tll 07 N
o W N— .°. .0.
O m W V7 E
W d
U _
Z f-
J
J W rcoN = I
LL L
W OZ ad' = J
z LL Y°N° zUp c w <
V 0a z JZ {L d � W
Nzv W W O :5 IL 0e F
W Q R. vw Q
�-
a
Q4a
3NOZ 3dld
o
o= p
1
n aW 3NOZ 3did 3NOZ 3dld
o.. W
d aro 'a'o
.9 '0'O .9 .9 %o9 x09 .9
.9 .9 Z
W
a.
W °b° o2'O ab a
J o F- o^ ° 0.
° H n
ui
^ q v w n.
Z = o =_ ° 3 =_ ° J
Wy O wW DD 4, zw FQ-
� v Z � v O O 0 wN W
w o� 024 ob° w O
W = °
z
V
Z
=lp 1�0 O Z WN O oo yORy� W>
,Z
G °oo �LL^ W tcl z<Z �00 _GO J� OZ�tmw
zy ioo ° zW O 00 �wZ z
2
N" 6�0.. F �0Es 0 mW �mW F
J N J N < W W V W W < �
�C `W
IL 9:<<w p O� `ON '
a Ca O Ca O W JW O
�i a LL
'a �a
O
v
rr
aw 23 3/4"
mmi�-
0
o c
c
FOR SLOT DETAIL SEE
STD DETAIL DWG D-7
z �
m o 0
0
c
z
° or 17 3/4"
z
c m
Aw z
m
k
FLOW 2
" (--
LEVELING PAD (6 MIN) 1/2
1/8"X 3/4"X 2 1/4" 1 3/8"
5' DRAFT 1/16"
NOTES:
1. SELF-LOCK VANED GRATE MANFACTURER SUBJECT TO APPROVAL BY ENGINEER.
2. USE WITH TWO LOCKING BOLTS 5/8"-11 NC STAINLESS TYPE 304 STEEL SOCKET HEAD
(ALLEN HEAD) BOLTS, 2" LONG. NOTE SLOT DETAIL.
3. MATERIAL IS DUCTILE IRON ASTM A536 GRADE 80-55-06.
4. "OUTFALL TO STREAM DUMP NO POLLUTANTS" MAY BE LOCATED ON BORDER AREA.
5. SHALL CONFORM TO SEC 7.05 OF THE STANDARD SPECIFICATIONS.
6. WELDING IS NOT PERMITTED.
7. EDGES SHALL HAVE 0.125" RADIUS, 0.125" CHAMBER OR COMPLETE DEBURRING.
8. USE A BI-DIRECTIONAL VANED GRATE IN SAG VERTICAL CURVES.
SURFACE WATER UTILITY
1 VANED GRATE
Y o� ADOPTED
U CITY OF RENTON
+ w.- +
STANDARD PLANS
N
L �F O� LST DATE: 12,(_G <<<
kI DATE I REVISION BY APPR DWG. NAME: BR-02B SP PAGE: 13019
1
1
23 3/4"
2"
2 3/8" 2 3/8"
5/B"
1/4" ,
OHO �O�O
FOR SLOT DETAIL SEE STD Q Q Q
DETAIL DWG D-7
oo�o
- - - - - - Al I 17 3/4-
LEVELING PAD (8) Q
1/8-X 3/4"X 2 1/4-
I II r
IL - - - - - - J IL - - -
FOU ME
1/8"
2 1/2" 1 1/2" r
4"
5/8"
4 3/4"
r
NOTES:
1. USE WITH FRAME DRILLED AND TAPPED FOR LOCKING BOLTS.
2. USE WITH TWO LOCKING BOLTS 5/8"-11 NC STAINLESS STEEL TYPE 304
STEEL SOCKET HEAD (ALLEN HEAD) BOLTS, 2" LONG.
3. COVER MATERIAL IS CAST IRON PER ASTM A48 CLASS 30.
4. SHALL CONFROM TO SEC. 7.05 OF THE STANDARD SPECIFICATIONS.
5. COVER SHALL HAVE THE WORD "DRAIN" IN 2-INCH RAISED LETTERS.
SURFACE WATER UTILITY
SOLID LOCKING COVER
ADOPTED
CTfY OF RENTON
STANDARD PLANS
FN 1O 1ST DATE:427496-
12/96 REFORMAT TO 11"07" DCV DT
DATE REVISION I BY APPR DWG. NAME: BR-02 SP PAGE: 8020 r
r
uw
ow 25"
2 1/2"—
ow
CEMENT CONCRETE CURB
ow
31 GUTTER C.ATCH BASIN
VERTICAL CURB WALL
EXTRUDED CURB
SEE NOTE 1
LEVEL PADS (16)
3/4"X 2 1/4"X 1/8"
7-1
GUTTER
PLAN CATCH BASIN WALL
EXTRUDED CURB
18"x24" 9/16 1 1/2
I bo (+1/32", —0" -A
4"
16"x22"
3/4"�
17 3/4"x233/4"
(+1/32", —0„ TYP)—�
25"x3l”
ELEVATION
NOTES:
1. DRILL AND TAP FOR, AND PROVIDE, TWO LOCKING BOLTS 5/8--11 NC STAINLESS
TYPE 304 STEEL SOCKET HEAD (ALLEN HEAD) BOLTS, 2" LONG.
2. FRAME MATERIAL IS CAST IRON PER ASTM A48 CLASS 30 OR BETTER.
3. SET FRAME TO GRADE AND CONTRUCT ROAD AND GUTTER TO BE FLUSH WITH FRAME.
4. FRAME IS OLYMPIC FOUNDRY #SM50 OR EQUAL. SURFACE WATER UTILITY
CATCH BASIN FRAME & GRATE DETAILS
(SHEET 2 OF 2)
ADOPTED
GO�A CITY OF RENTON
STANDARD PLANS
1ST DATE:,12709-6-
DATE REVISION 11�B�Y�PP RD DWG. NAME: BR-18A SP PAGE: B020-2
1
a r
N
b uj z z 0
� a
411
F- o
O �G a pO)zz r < N
XHW e► 8 g U)UJ y m Z Z N
~
ui ° !2 o Zzz� v m W Ill
aU
a blt' PR° W W OC V a < vo}Z F a
� �<
=°a g
�
IL �
z oLL r H
y o u_y v e 91 z
00 z
as r
ca � U O 8
E� in w W
.Z/t 88 O z y co ,
W Z
w i
a i 9L _N
c w e = f.
ci
o
g
�co z U r
m F d
0
�E W = U
F a E a �
z E 3 LU r
0
z r0
U
W
--- z a v�
OU) w
�w z
�.� w_z Z s U
w W
OU w
LL r r
NIW 9t
t,
z
r
z
H v
m
to a
b
a H d
/-77\ g 0 00
0
LL
0 n
KCS KJ
N } , 0=
o
m b
ro
N�
'IwievvJn A'
�IOVlwlq•w./ryo�wr '
YpYV pvvvuav/.Y�nIllvvrvooev,oa�m
=W
� =i N
z
a
H SO bg W LL Z Z
f Z w ILJ �
C Wr110 OW WKZU �VZ �u'w yd �O ow dN Wo W Q
0 3 N..� z V O md
�z ZZ,z �Nm f.� ^ Fw--�p D Ci
v !E° oQfi 1.>� >a od d�D�r 5y ZV 0 }Z H d
~tom- oR?LL 0 Q a
X111 c ^ ww< yzz H PR W a QUcA -i cn
o Apo m W=y sw z V H
W o° w Ud Z
V a<< o > o�� O
CL
w Uo t
U LL N q z O ��
c fo m may_
W
LL. wx V j� m LLa L_
J >aw w 6 z 00 N 1
~ - W i N w LL O
- w<0 W m
W U Z U 22 I- -I d LU
W ^ {^
w m OOH ".,z G woad saZavn k a z p e 2 U
M Za�o ocWi�°, wm \ WLL 2r F
2 Watt R'� ��LL `a F as WLL
rczw V V x< m m
pWZ z ja aw
O
oa
wW $Q ai �U
m� V a o� �a
U w �g
r OS
o
W
< LU
_ z
s U gg
.9 Q m 0 LL3 g
^ Z O Op d^�
C U 0 om Fill
�N ° U tLLi z HN H
1 LL °I w
m
200 OU, rc .ZL U M Ix
p
oio ^ ' OU
D rc5h C 'Lv o ° V 0
m
0 LL
= b =
°z5 O I I w�
U z 9 OF f� w~
a W .Y•.L V
Q a V w T
11 Z
pop a°¢
S NFU' °rc
F-WZ rc
Fo<a C
b mVa: o <.0 ¢
- Z w a Lu o >a
Fv
J w�
00 wO W o
f— -1 '� C �r. LL 0
z e ° 2 F ��
U� m
c ^ ° l z D
r F-p \; .9 �L WU
U C
O Q O W w Q
W LL CCO �+ 2m WLL
1 W OO Z� W ;bw .r ° ° fw.1� OF m� a VLL
W J W
0 o I a w / iL w >
le°a I Y� f LLLL > ^v / JW
eV l .Zt O �V O .9
° H ^ U
O
Z 0 Uad
W
o I a 2 0 C, 9 U o a
w LL 0
S z A•Z ZU W o
h a3 LL a
Z O o
z
N !
> N �
L
N
0
C ` `¢ `� I Z uI O Z Z Z !
o N = � H U jL O J 00 CN
v Z L Oz 5 am r Q Z d
a c o to D° z0 ° O W
w O v OF z c "o o WY. OW'� H
> z i 0a w �Y. Q W ti Q C cu
n+ v o w o i <� Q a ���`�� 5� X d� Z O O O 4
o a ° <W �'�?0 P�O� ~ Q _ < a
O V N N W
L
N
a L n
MM
° ° W s u !
m (+461aU +nofoj) 8
n I � zW
u
Ui LL I
� •� 21 � WW
fq0 i
rr
ow
err
5 3/4"
i
a d '
h d d•d
5„ 2>, 5„ 1 3/8
6� I
■. 12 OR
"11111' TYPE C BLOCK
Not to Scale
10
1r
1/2"
1/Z
R�1 5 3/4"
60*
".d ..
R=3/8" TYP
•d.'� a.4 rte.
1 5/8
3„ 2„ 5„
OR 6
10"
TYPE A BLOCK
Not to Scale
BLOCK TRAFFIC CURB
�tiCY p� ADOPTED
NOTE: CITY OF RENTON
6' LENGTHS ALLOWABLE ONLY WITH APPROVAL OF ENGINEER. {j STANDARD PLANS
N O LST DATE: }1/36 T
DATE REVISION BY PPR'D DWG. NAME: FRO3 SP PAGE: FO03
■
U. C) _
f - �� &m ) § z r z \ §
/ o
k - ƒ � L 0 2 \ Z C- o
20 E§ \ / _
«k / /
C) <
2 % °
| \ ■ <O �
__ ■
t7 m + �
e
c / }\
»- ( � © «
2 ! 2 � •| ;
� k ) ¥/
) \§ ®« )
i \ f
( L
% 1�
cc
kf u
! )| \ / §
§ \ \ D. �
2
� §
e
[ I
§k
ciz
22 d2 �
R�
�le \) \
§�
— -
.
k
le
7
. ■ § §§ \ §
\ k k kk !
I . 2 ,
o 7
�\ � � \\ \ \ ?
! x
�
{ �
k §
k
\
. �
__ :AS__
i
J2
N o
Z � o f V
w Z Z N M
Co
a s m y' a 'a W p Z LLI o W r�r�
.-. ( 2 Q Q
W LL Q Q
a0C) 0
vR°� !C Z oo t< cn a
W N acorn g v
a
m b av°z b b aco)i O� O
w u
W
.9
�f 4 •�
n .z
I 0 o cl: i
r a w r cc w w
b'r✓ ` N � �w! ` h W r b• N W
` — c---
L
K
0.0 e v b e 0.L) b 6 CL
z z
yy yy P w
Q' F W P F W
^1n' � U 1��
1 w9
.z
I I
� a
r d r a r
1 w m m w b a1
m to �a ' Ya }a
a P
sN38391118 n9 NMVNO
or
ow DRIVEWAY
(BY OTHERS)
CEMENT CONCRETE
r CURB & GUTTER
(SEE NOTE 3)
CEMENT CONCRETE
PEDESTRIAN CURB (TYP.) RAMP WITH 12H:1V
X11 SLOPE (TYP.)
CEMENT
CONCRETE DEPRESSED
SIDEWALK CURB & GUTTER
of (SEE NOTE 3)
TYPE 1 — ISOMETRIC VIEW
r SEE SHEET 3
Ir
1r DRIVEWAY
(BY OTHERS)
CEM. CONC.
CURB & GUTTER
(SEE NOTE 3)
DRIVEWAY ENTRANCE
SIDE SLOPE (TYP.)
CEMENT CONCRETE DEPRESSED
' SIDEWALK CURB & GUTTER
(SEE NOTE 3)
TYPE 2 - ISOMETRIC VIEW
SEE SHEET 4
NOTES:
1. When the driveway width exceeds 15 feet, construct a full
depth expansion joint (see Standard Plan F-3) with 3/8" joint
filler along the driveway centerline.
2. Construct expansion joints parallel with the centerline as
required at 15' maximum spacing when driveway widths exceed
30'. See Std. Plan F-3 for sidewalk details.
3. Curb and gutter shown, see the Contract. Plans for the
curb design specified. See Std. Plan F-1 for curb details. CEMENT CONCRETE DRIVEWAY ENTRANCE
4. Avoid placing drainage structures, junction boxes or other TYPES 1, 2, 3, & 4
obstructions in front of driveway entrances.
Sheet 1 OF 6
G�Z Y ADOPTED
CITY OF RENTON
"`m'W STANDARD PLANS
�0 LST DATE: 03/2004
' DATE REVISION BY APPR'D DWG. NAME: F04 SP PAGE: F-4
J„ 1
DRIVEWAY J"
(BY OTHERS) CEMENT CONCRETE
CURB & GUTTER ,
(SEE NOTE 3)
DRIVEWAY ENTRANCE
SIDE SLOPE (TYP.)
J„
CEMENT CONCRETE DEPRESSED
SIDEWALK CURB & GUTTER
(SEE NOTE 3)
TYPE 3 ISOMETRIC VIEW
SEE SHEET 5 '
DRIVEWAY ENTRANCE
SIDE SLOPE (TYP.)
DRIVEWAY '
(BY OTHERS)
CEMENT CONCRETE
DEPRESSED
CURB & GUTTER CURB & GUTTER
(SEE NOTE 3) (SEE NOTE 3)
TYPE 4 — ISOMETRIC VIEW
SEE SHEET 6
CEMENT CONCRETE DRIVEWAY ENTRANCE
TYPES 1, 2, 3, & 4
1
Sheet 2 of 6
G�TY p� ADOPTED
�� CITY OF RENTON
"�� STANDARD PLANS
�LS'�`%,$ LST DATE: 03/2004 /J r IT
DATE REVISION BY APPR'D DWG. NAME: F04 SP PACE: F-4
..
BID ITEM (INCLUDES SIDEWALK RAMPS)
6'-0" VARIES 14' MIN. (SEE CONTRACT) 6'-0"
CEMENT CONCRETE
PEDESTRIAN CURB (TYP.)
3/8" EXPANSION JOINT (WHEN SPECIFIED IN CONTRACT)
ow (TYP.) (SEE STD. PLAN F-3) ° (SEE STD. PLAN F-1)
CEMENT CONCRETE SIDEWALK
0 0 to
1
r o o to A
r
RAMP WITH 12H:1V SEE NOTE 1 CEMENT CONCRETE
SLOPE (TYP.) B CURB & GUTTER
r PLAN VIEW (SEE NOTE 3)
PLAN VIEW
CEMENT CONCRETE DRIVEWAY ENTRANCE TYPE 1
NOT TO SCALE
6'-0" VARIES - 14' MIN. 6'-0"
RAMP (SEE CONTRACT) RAMP
CEMENT CONCRETE PEDESTRIAN
CURB (TYP.)
io io
1
CEMENT CONCRETE 3/8' EXPANSION JOINT (TYP.)
SIDEWALK O SECTION (SEE STD. PLAN F-3)
6'-0" 6'-0"
1/2" R (TYP) DEPRESSED
CURB & GUTTER
1O VARIES (SEE NOTE 3)
318" EXPANSION JOINT
(TYP.) (SEE STD. PLAN F-3)
DRIVEWAY SECTION O
(BY OTHERS)
CEMENT CONCRETE DRIVEWAY ENTRANCE
TYPES 1, 2, 3, & 4
Sheet 3 OF 6
rADOPTED
CITY OF RENTON
STANDARD PLANS
LST DATE: 03/2004 g
vo°Y
DATE REVISION BY APPR D DWG. NAME: F04 SP PAGE: 4
BID ITEM
5'-0" 2'-6" VARIES - 14' MIN. (SEE CONTRACT) 2'-6" 5'-0"
DRIVEWAY
3/8" EXPANSION JOINT (TYP. SEE NOTE 1 r ENTRANCE
(SEE STD. PLAN F-3) SIDEWALK
(TYP.)
CEMENT CONCRETE o
SIDEWALK
"v
i
0 0 o J
C I I I
DRIVEWAY
CEMENT CONCRETE 5'-0" 2'-6" TAPER (TYP.) D DRIVEWAY ENTRANCE
CURB do GUTTER SIDE SLOPE (TYP.)
(SEE NOTE 3) PLAN VIEW
PLAN VIEW
CEMENT CONCRETE DRIVEWAY ENTRANCE TYPE 2
NOT TO SCALE
VARIES - 6" to 0 DRIVEWAY DRIVEWAY
ENTRANCE ENTRANCE
7'-6" VARIES - 14' MIN. SIDE SLOPE SIDEWALK
(SEE CONTRACT) VARIES - VARIES -
DRIVEWAY TAPER 5'-0" to 0 0 TO 7'-6"
VARIES ti 2' 6" to 0
io
CEMENT CONCRETE 3/B" EXPANSION JOINT (TYP.)
SIDEWALK SECTION OC (SEE STD. PLAN F-3)
4'-0" 6'-O"
1/2" R (TYP) I DEPRESSED
10 CURB CURB & GUTTER
2% 0 (SEE NOTE 3)
3/8" EXPANSION JOINT
DRIVEWAY (TYP.) (SEE STD. PLAN F-3)
(BY OTHERS)
SECTION D
CEMENT CONCRETE DRIVEWAY ENTRANCE
TYPES 1, 2, 3, & 4
Sheet 4 OF 6
GtiR Y p� ADOPTED
CITY OF RENTON
STANDARD PLANS
N T O LST DATE: 03/2004
ql
DATE I REVISION I BY IAPPR'DI DWG. NAME: F04 SP PAGE: F=4
1r
X Y
3/8" EXPANSION JOINT (TYP.)
(SEE STD. PLAN F-3) 3' 0" 13' 1"
CEMENT
CONCRETE VARIES 14' MIN. (SEE CONTRACT) 4' 0" 10' 9"
SIDEWALK 5' 0" 7' 8"
ow
0
I
j V7
i
�Os
in
ow
r
BUFFER STRIP SEE NOTE 1
( ) E 2' 6" 2' 6" CEMENT CONCRETE
CURB do GUTTER
Y BID ITEM (SEE NOTE 3)
DRIVEWAY ENTRANCE
SIDE SLOPE (TYP.)
PLAN VIEW
CEMENT CONCRETE DRIVEWAY ENTRANC TYPE's
NOT TO SCALE
DRIVEWAY 5'-0" 6'-0"
(BY OTHERS) 1/2" R (TYP.) DEPRESSED
_ CURB & GUTTER 27. '° io 'o (SEE NOTE 3)
3/8" EXPANSION JOINT (TYP.)
(SEE STD. PLAN F-3)
SECTION EO
VARIES VARIES VARIES — 14' MIN.
2'6" to 0 2'6" to 0 (SEE CONTRACT) DRIVEWAY ENTRANCE
SIDE SLOPE (TYP.)
VARIES 6" to 0 BUFFER STRIP
(TYP.)
SECTION FO
CEMENT CONCRETE DRIVEWAY ENTRANCE
TYPES 1, 2, 3, & 4
Sheet 5 OF 6
�SY p� ADOPTED
G
CITY OF RENTON
STANDARD PLANS
N T�� LST DATE: 03/2004
rv�y
DATE REVISION 1BY A DWG. NAME: F04 SP PAGE: F-4
PPR'
BID ITEM
6'-0" VARIES 14' MIN. (SEE CONTRACT) 6'-0"
r
3/8" EXPANSION JOINT (TYP.)
(SEE STD. PLAN F-3)
0
I
G
DRIVEWAY ENTRANCE SEE NOTE 1 CEMENT CONCRETE
SIDE SLOPE (TYP.) H CURB & GUTTER
(SEE NOTE 3)
PLAN VIEW
CEMENT CONCRETE DRIVEWAY ENTRANCE TYPE 4
NOT TO SCALE
VARIES — 6'-0" to 0 VARIES ^- 14' MIN. VARIES 6'-0" to 0
(SEE CONTRACT)
DRIVEWAY ENTRANCE VARIES 6" to 0
SIDE SLOPE (TYP.)
i0
F3/8- EXPANSION JOINT (TYP.)
SECTION O (SEE STD. PLAN F-3)
6'-0" DEPRESSED
1/2" R (TYP.) (O1 CURB & GUTTER
/y (SEE NOTE 3)
DRIVEWAY
(BY OTHERS)
SECTION O CEMENT CONCRETE DRIVEWAY ENTRANCE
TYPES 1, 2, 3, & 4
Sheet 6 OF 6
ADOPTED
CITY OF RENTON
STANDARD PLANS
N O LST DATE:03/2004
DATE REVISION I BY IA PPR'D DWG. NAME: F04 SP PAGE: F-4
it
ow
0'
5'
G GROOMED FINISH
0" 4" WIDE, SMOOTH
5
TROWELED PERIMETER
0 E
0„
0"
CEMENT CONCRETE CURB
(CURB AND GUTTER SHOWN)
NOT INCLUDED IN BID ITEM
� G
CONTRACTION JOINT
IN SIDEWALK ONLY
EXPANSION JOINT IN BOTH
CURB AND SIDEWALK
1 S/oF
�9
JOINT AND FINISH
DETAIL
' SLOPE ROUNDING - VARIES (SEE CONTRACT)
WHEN SPECIFIED SIDEWALK MAY BE ADJACENT
IN CONTRACT TO A WALL (SEE DETAIL)
SIDEWALK
VARIES ^- 6' - 0" MIN.
(SEE CONTRACT)
1/2" R. (TYP.) CURB NOT
- INCLUDED
2% 2% IN BID ITEM
1/4" PREMOLDED
JOINT FILLER
CEMENT CONCRETE SIDEWALK
ADJACENT TO CURB
CEMENT CONCRETE SIDEWALK
SHEET 1 OF 3
Y p� ADOPTED
CITY OF RENTON
♦ i i
STANDARD PLANS
N T O� LST DATE:03/2004 roo
' DATE REVISION I BY JAPPR'Dj DWG. NAME: F03 SP PAGE: F-3
1'- 0"
MIN. 6"1 SIDEWALK
VARIES ^- 6' - 0" MIN.
(SEE CONTRACT)
1/2" R. (TYP.) CURB NOT
INCLUDED
2%_ IN BID ITEM
8„
SEE RAISED 1/4" PREMOLDED
EDGE DETAIL JOINT FILLER
CEMENT CONCRETE SIDEWALK
WITH RAISED EDGE
SLOPE ROUNDING ti VARIES (SEE CONTRACT)
WHEN SPECIFIED SIDEWALK MAY BE ADJACENT
IN CONTRACT TO A WALL (SEE DETAIL)
SIDEWALK 6 1/2"
VARIES ^- 6' - 0" MIN.
(SEE CONTRACT)
112" R. (TYP.)
27 2% v
SEE CURB FACE DETAIL
MONOLITHIC CEMENT CONCRETE
CURB AND SIDEWALK
SLOPE ROUNDING VARIES (SEE CONTRACT)
WHEN SPECIFIED SIDEWALK MAY BE ADJACENT
IN CONTRACT TO A WALL (SEE DETAIL)
SIDEWALK BUFFER STRIP
VARIES ^- 5' - 0" MIN, RTES 3' - 0" MI
(SEE CONTRACT) (SEE CONTRACT)
1/2" R. (TYP.) CURB NOT
INCLUDED
2� 2%_ IN BID ITEM
CEMENT CONCRETE SIDEWALK
ADJACENT TO BUFFER STRIP
CEMENT CONCRETE SIDEWALK
SHEET 2 of 3
tify p ADOPTED
V� CITY OF RENTON
STANDARD PLANS
N O LST DATE:03/2004 /00
DATE REVISION BY APPR'D DWG. NAME: F03 SP PAGE: F-3
1/2"
112" R. LEVEL 1„ R.
r�r
D °
/:J4„ 2%_
a) D
D
NOTE: EXTEND SIDEWALK TRANSVERSE SEE © 6 1/2”
rr JOINTS TO INCLUDE RAISED EDGE CONTRACTION FACE OF CURB
JOINT 5 1/2" 1"
RAISED EDGE DETAIL 2% 1" R.
TOP OF
D ° CO ROADWAY
° D ,
° D 12"
WALL OR BARRIER D
�r 8" � 1"
SIDEWALK �
1/2" R. NOTE: JOTS TO NCLUDETCURBV(FULLEDEPTHJOINTS ON
p CURB FACE DETAIL
p D
PREMOLDED
JOINT FILLER
SIDEWALK ADJACENT
TO WALL DETAIL
rr
3/8" z 1/8" TO 1/4"
D ° 4 D D o p
PREMOLDED
JOINT FILLER
EO EXPANSION JOINT CO CONTRACTION JOINT
CEMENT CONCRETE SIDEWALK
SHEET 3 of 3
�SY p ADOPTED
G CITY OF RENTON
• J
�� •� STANDARD PLANS , ,D
N O LST DATE: 03/2004 '/0
rf DATE REVISION BY APPR'D DWG. NAME: F03 SP PAGE: F-3
2 (TYP)
2 (TYP)
OP —l�P
A
Q I \ \ DRIVEWAY OR ALLEY SEE
\ ZONING CODE FOR FOR MAX
low & MIN WIDTHS
6' MIN
ALTERNATE 1 10" COMMERCIAL ZONE a
SIDEWALK AND 6" RESIDENTIAL ZONE m 2 (TYP) o
PLANTER STRIP D a a
ma
Q
CURB AND GUTTER SHOWN
' HOWEVER, OTHER CURBS MAY BE SEE DETAIL "A"
USED. (SEE STANDARD PLANS)
SECTION A-A
2 (TYP)
i 2 \ A
\
Tj� 1
/ I I
ALTERNATE 2 Ate/
SIDEWALK NEXT TO CURB 10" COMMERCIAL ZONE
(NO PLANTER STRIP) 6" RESIDENTIAL ZONE
THICKENED BASE OF CURB & GUTTER TO
' MATCH APPROACH THICKNESS ON
COMMERCIAL APPROACHES. (TYP)
6"
JOINT� ,�16" SCORE LINE
NOTES 1
1. DUMMY JOINTS SHALL BE PLACED NOT TO EXCEED 15' C/C NOR LESS THAN 10' C/C.
' THEY SHALL NOT BE LESS THAN 3/16" IN THICKNESS AND SHALL BE 2-1/4" DEEP,
2. 1/2" THRU JOINTS SHALL BE PLACED AT BACK, SIDES AND FRONT (BEHIND CURB) OF
APPROACH, AND IN CURB/GUTTER TO DUMMY JOINTS.
3. CEMENT CONCRETE SHALL BE CLASS 3000 AIR ENTRAINED. DETAIL A
4. ALL JOINTS SHALL BE CLEANED AND EDGED. APPROACH WITH
5. APPROACH SHALL NOT BE POURED INTEGRAL WITH CURB AND GUTTER, BUT MAY BE MONOLITHIC CURB
POURED INTEGRAL WITH STANDARD CURB (SEE DETAIL "A"). SEE NOTE 5
6. SUBGRADE COMPACTION SHALL BE 95% MODIFIED PROCTOR.
7. APPROACH CENTERLINE TO MATCH THE DRIVEWAY/ALLEY CENTERLINE. THE APPROACH
WIDTH WILL BE 10' WIDER THAN THE DRIVEWAY/ ALLEY WIDTH.
8. NEW DRIVEWAY CONSTRUCTION CAN BE ACCOMPLISHED USING EITHER OF TWO CRITERIA
FOR DEPTH OF CONCRETE AT THE CURB. THIS SECTION OF THE DRIVEWAY CAN BE
CONSTRUCTED WITH A MINIMUM DEPTH OF 10" OF CONCRETE AT THE CURB OR A MINIMUM OF CEMENT CONCETE APPROACH
6" OF CONCRETE AT THE CURB WITH A MINIMUM OF TWO (2) #4 REBAR SECTIONS PLACED
' WITHIN THE DRIVEWAY PORTION OF THE CURB, FOR DRIVEWAYS AND ALLEYS
�tiSY p� ADOPTED
CITY OF RENTON
STANDARD PLANS 1`�0)
LST DATE: r2-/.0 0
07/07/03 Added note 8. DJE
10/22/96 Edited graphics, text. Added note 7. DCV I DRT
DATE REVISION BY APPR'D DWG. NAME: FR01 N SP PAGE: F006
i
1/2"X4" EXPANSION MATERIAL
1/4"R AT JOINTS
1/2"X4" EXPANSION MATERIAL CEM. CONC. CURB AND GUTTER
1/4"R AT JOINTS I
A
SCORE LINES TO BE RADIAL W
TO CURB AND GUTTER A i''�
+ W
1/2"X4" EXPANSION MATERIAL
1/4"R AT JOINTS SCORE LINES
B B
"W"-WIDTH OF SIDEWALK
1/2"X5" EXPANSION
MATERIAL CURB RETURN
1/4"/FT. SLOPE ONLY
1/2"R 1/4"/FT. SLOPE
4'
1/2"R 1/2 R PAVEMENT AS PER PLAN
4" 1� PAVEMENT AS PER PLANS
PARKWAY STANDARD CEM.
STANDARD CEM. CONC. CONC. CURB AND
CURB AND GUTTER GUTTER
SECTION A-A SECTION B-B
SEE SHEET 2.5.1 FOR ROADWAY DEVELOPMENT STANDARDS
GENERAL NOTES:
JOINTS: DUMMY JOINTS SHALL BE PLACED NOT TO EXCEED 15' C/C NOR LESS THAN 10' C/C. THEY SHALL
NOT BE LESS THAN 3/16" IN THICKNESS AND SHALL BE EXTENDED 2" BELOW THE GUTTER LINE. 1/2"
THRU JOINTS SHALL BE PLACED AT ALL COLD JOINTS AS DIRECTED BY ENGINEER AND SHALL EXTEND 1"
BELOW CONCRETE.
WHERE THE SIDEWALK IS TO BE PLACED AGAINST THE CURB AND GUTTER, THE JOINT SHALL BE A COLD
JOINT. 1/2"X 5" EXPANSION MATERIAL SHALL BE PLACED FROM P.C.'S TO P.T.'S AT ALL CURB RETURNS.
1/2X4" EXPANSION MATERIAL SHALL BE PLACED AT EVERY FOURTH SIDEWALK PANEL.
THE CONCRETE MIX FOR SIDEWALKS SHALL CONFORM TO THE REQUIREMENTS OF CLASS B (3/4") WITH AIR
ENTRAINMENT.
THE CONCRETE SHALL HAVE A BROOM FINISH NTH ALL EDGES HAVING A 2 1/2" TOOLED FINISH.
SUBGRADE COMPACTION SHALL BE 90% (MODIFIED PROCTOR). TYPICAL SIDEWALK
tiCY p� ADOPTED
w CITY OF RENTON
STANDARD PLANS
LST DATE: 1-a 41 D q
DATE REVISION BY APPR'D
DWG. NAME: FR-02 SP PAGE: FO07 ,I,
A
fi
{
{
3
i
EXISTING ASPHALT 1.0' NEW CURB
PAVEMENT MIN. & GUTTER
SAWCUT
d Q
ARTERIAL STREET MINIMUM
3" CLASS "B" A.C.
4" A.T.B.
6" CRUSHED ROCK
RESIDENTIAL STREET MINIMUM
4" CLASS "B" A.C.
6" CRUSHED ROCK
CURB & GUTTER REPLACEMENT DETAIL
NOTES: tiZY p ADOPTED
MUST MATCH EXISTING THICKNESS IF GREATER. A CITY OF RENTON
" OR 1.0' BEYOND EDGE OF DAMAGED PAVEMENT + +
STANDARD PLANS
LST DATE: U2,L 6 VYla v
DATE REVISION BY PPR'D DWG. NAME: FR05 SP PAGE: F008
STANDARD APPROACH OPTIONAL APPROACH
A
IZ I oGl PLANTING / I
C S MIN STRIP /
6'MIN � 6'MIN EXPANSION JOINT
3/8-EXPANSION JOINT
I I
HALF PLAN A J HALF PLAN B J
USIE
USE OPTIONAL APPROACH ONLY N A
SIDEWALK IS USED AT THE BACK OF OF THE
APPROACH AND THE SIDEWALK IS SET BACK
TO A MINIMUM OF 6'FROM CURB.
2-6' 1 3 MIN 2'-6• 2'-6'
MIN M
1/2'MAX IN MIN r1/2'MAX
(BEVEL WHERE POSSIBLE) —i•(BEVEL WHERE POSSIBLE)
HALF ELEVATION HALF ELEVATION 1
MIN 6'THICK SIDEWALK
IN APPROACH AREA
OPTIONAL
ofSKDWALK ,---
CEMENT CONCRETE CURB AND GUTTER
SECTION SHOWN(SEE STANDARD 6'MIN STRIP
/ APPROACH \ Q MIN
PLANS FOR OTHER CURB DESIGNS)
316'EXPANSION JOINT R 15 MIN
I APPROACH PLAN
--E6'MIN
.11
TP ROACH EDGE LL
CURB
ro FULL DEPTH of
CURB
NOTES:
1. A MINIMUM 3' WADE ACCESSIBLE ROUTE SHALL BE MAINTAINED IN ALL
PEDESTRIAN ACCESSIBLE AREAS.
CEMENT CONCRETE CURB AND GUTTER
SECTION SHOWN(SEE STANDARD
2. CONTRACTION JOINTS SHALL BE PLACED ALONG SIDEWALKS AT 15' PLANS FOR OTHER CURB DESIGNS)
MAXIMUM SPACING. ALL JOINTS SHALL BE CLEANED AND EDGED. 3/6'EXPANSION JOINT
3. INLETS SHALL BE LOCATED SO THAT RUNOFF DOES NOT FLOW PAST _
CURB RAMPS. JI -C 6-
• MIN
4. CURB RAMPS SHALL BE POURED AS A SEPARATE UNIT FROM THE
SIDEWALK, ISOLATED BY EXPANSION JOINT MATERIAL ON ALL SIDES THICKENED EDGE OF APPROACH 70
EXCEPT AT END OF RAMP NEXT TO ROADWAY. FULL DEPTH OF CURB
5. CHANGES IN LEVEL UP TO 1/4' MAY BE VERTICAL AND WITHOUT
EDGE TREATMENT. CHANGES IN LEVEL BETWEEN 1/4' AND 1/2' SHALL SECTION B-B
BE BEVELED WITH A SLOPE NO GREATER THAN 1:2.
6. RAMP TEXTURING IS TO BE DONE WITH AN EXPANDED METAL GRATE
PLACED AND REMOVED FROM WET CONCRETE TO LEAVE A DIAMOND
PATTERN. THE LONG AXIS OF THE DIAMOND PATTERN SHALL BE
PERPENDICULAR TO THE CURB. GROOVES SHALL BE 1/8" DEEP AND
1/4' WIDE. CEMENT CONCETE SIDEWALK
7. CEMENT CONCRETE APPROACHES SHALL BE CONSTRUCTED OF AND APPROACH DETAILS
AIR-ENTRAINED CONCRETE CLASS 3000 AND MAY BE POURED INTEGRAL
WITH CURB. G.�`C Y p� ADOPTED
CITY OF RENTON
♦ STANDARD PLANS
LST DATE:8/97 (�o�41;
B 97 CHANGE DWG NAME FROM FR-03 TO FR-03-2 DCV DT r'V J �-
4/97 REPLACE SP PAGE: F005.2 OF 8/10/95 DCV DT �L
DATE REVISION BY PPR'D DWG. NAME: FR-03_2 SP PAGE: F-9Ar..1'
lirr •
DETECTABLE WARNING
PATTERN (SEE DETAIL)
A
oz
l �
A• �
318" EXPANSION
JOINT (TYP.)
(SEE STD. PLAN F-3)
4'-0"
MIN. h
O
�O
,0
g CROSSWALK (TYP.)
(SEE STD. PLAN H-5c)
PLAN
SIDEWALK RAMP TYPE to
A
' 3/8" EXPANSION
o JOINT (TYP.)
(SEE STD. PLAN F-3)
4'
0"
MAN DETECTABLE WARNING
PATTERN (SEE DETAIL)
0• O
2 — O"
CROSSWALK
° (SEE STD. PLAN H-5c)
RAMP DETAIL
FOR SIDEWALK RAMP
TYPES 1B. 1 C. 1 D
ISOMETRIC VIEW
NOTES:
1. Avoid placing drainage structures, junction boxes or other obstructions in front of ramp access areas.
2. Detectable warning patterns may be created by any method that will achieve the truncated dome
dimensions and spacing shown.
3. Curb and gutter shown, see the Contract Plans for the curb design specified. See Std. Plan F-1 for curb
details.
4. The plan views for SIDEWALK RAMP TYPES 1B, 1C & 1D are SIDEWALK RAMP
p provided to define each romp type. See the
RAMP DETAIL on this sheet. See Std. Plan F-3 for sidewalk joint placement and details. TYPES 1A, 113, 1C & 1D
5. Ramp slopes shall not be steeper than 12H:1V. SHEET 1 OF 3
G1 0 ADOPTED
CITY OF RENTON
STANDARD PIANS � O
O� 1 CT DATE:03/2004
DATE J REVISION I BY PPR DWG. NAME: F03A SP PAGE:F-3a
4' — 0" MIN. 6' — 0" MIN.
LANDING RAMP 2' — 0"
TOP OF
2% `r ROADWAY
CEMENT CONCRETE
SIDEWALK DEPRESSED
DETECTABLE WARNING CURB & GUTTER
PATTERN (SEE DETAIL) (SEE NOTE 3)
SECTION OA
6'-0" MIN.
TOP OF
27" � � ROADWAY
CEMENT CONCRETE
SIDEWALK CEMENT CONCRETE
CURB & GUTTER
SECTION BO (SEE NOTE 3)
10' — 0" MIN.
io
TOP OF
2% ROADWAY
CEMENT CONCRETE '
SIDEWALK CEMENT CONCRETE
CURB & GUTTER
SECTION CO (SEE NOTE 3)
SIDEWALK RAMP
TYPES 1A, 1H, 1C & 1D
SHEET 2 of 3
ti Y ADOPTED '
CITY OF RENTON 0 t O 1
•®�
STANDARD PLANS
�O I3T DATE:03/20/20 04 1`bFKifj�Y �
DATE I REVISION I BY JAPPiR—D DWG. NAME: F03A SP PAGE:F-3a
rrlr
RADIUS POINT OF
SIDEWALK RAMP AND
CURB RETURN (TYP.) BACK EDGE OF SIDEWALK IS PARALLEL
TO APPROACH ROADWAY (TYP.)
I ME
i
SEE RAMP DETAIL
(TYP') SEE RAMP DETAIL
(�.)
PLAN PLAN
SIDEWALK RAMP TYPE 1C SIDEWALK RAMP TYPE 1D
DETECTABLE WARNING PATTERN AREA
SHALL BE YELLOW, IN COMPLIANCE
B WITH STD. SPEC. 8-14.3(3)
B
RAMP •
B
Al I
1
B MIN. MAX.
—
a ®` A 1 3/8"
/ B 5/8/8"- 1 1 1/2"
`
�I PLAN C 7/16" 3/4"
D
SEE RAMP DETAIL
(TYP.) ._..1I
I TRUNCATED DOMES (SEE NOTE 2l
ELEVATION DETECTABLE WARNING PATTERN DETAIL
PLAN
SIDEWALK RAMP TYPE 18
SIDEWALK RAMP
TYPES IA, 1B, SC & 1D
SHEET 3 of 3
c1 Y p ADOPTED
CITY OF RENTON
`a PLANS �0
{O
N T� IsT STANDARD DATE:03/2004
FDATE I ISION B DWG. NAME: F03A SP PAGE:
�s
ETECTABLE WARNING
AN ATTERN (SEE DETAI
ISOMETRIC VIEW
RADIUS POINT OF SIDEWALK RAMP
AND CURB RETURN
an
RAMP CENTERLINE
am A
C 3/8" EXPANSION
JOINT (TYP.)
(SEE STD. PLAN F-3)
0
CEMENT CONCRETE ti 0•
PEDESTRIAN CURB O
0
P
P
B
0
SEE CONTRACT FOR CROSSWALK (TYP.)
CURB RETURN RADIUS (SEE STD. PLAN H-5c)
SIDEWALK RAMP TYPE 2A
NOTES: PLAN
1. Avoid placing drainage structures, junction boxes or
other obstructions in front of ramp access areas.
2. Detectable warning patterns may be created by any method
that will achieve the truncated dome dimensions and SIDEWALK RAMP
spacing shown. The detectable warning pattern area shall TYPES 2A & 2B
be yellow, in compliance with Std. Spec. 8-14.3(3)
3. Curb and gutter shown, see the Contract Plans for the curb SHEET 1 OF 3
design specified. See Std. Plan F-1 for curb details. ti�Y O ADOPTED
4. See Std. Plan F-3 for sidewalk joint placement and details. VO.n CITY OF RENTON
5. Ramp slopes shall not be steeper than 12H:1V. _
STANDARD PLANS
'PL�NTQ IST DATE:03/2004 �0�1
' DATE REVISION BY APPR DWG. NAME: F03B SP PAIGE: F-3b
RADIUS POINT OF SIDEWALK RAMP
AND CURB RETURN
A
DETECTABLE
C
WARNING
PATTERN (TYP.)
(SEE DETAIL)
0
RAMP CENTERLINE
B m
2'-6"
o �
CEMENT CONCRETE
PEDESTRIAN CURB
(SEE STD. PLAN H— c) CROSSWALK (TYP.)
6•
q�
2'-6" C
3/8" EXPANSION
JOINT (TYP.)
(SEE STD. PLAN F-3)
SEE CONTRACT FOR
CURB RETURN RADIUS
0
G
G SIDEWALK RAMP TYPE 213
e PLAN
RAMP
E
I
O _ O MIN. MAX.
` O ELEVATION p 1 5/8" 2 3/8"
D i E
TRUNCATED DOMES (SEE NOTE 2) E 5/8" 1 1/2"
a e — O a DETECTABLE WARNING
PATTERN DETAIL F 7/16" 3/4"
PLAN G 7/8" 1 7/16"
lo F
SIDEWALK RAMP
TYPES 2A & 2B
SHEET 2 of 3
Gti�Y p� ADOPTED
CITY OF RENTON
• STANDARD PLANS �0�� t
LST DATE:03/2004
DATE REVISION BY APPR DWG. NAME: FO3B SP PAGE: F-'
11w
6'-0" MIN.
TOP OF
27 ROADWAY
CEMENT CONCRETE
SIDEWALK 9EMENT CONCRETE
CURB & GUTTER
SECTION O (SEE NOTE 3)
6" 6'-0" MIN.
LANDING
2-0"
FLUSH TOP OF
ROADWAY
27 a
7 DEPRESSED
CEMENT CURB & GUTTER
CEMENT CONCRETE O CONCRETE (SEE NOTE 3)
PEDESTRIAN CURB SIDEWALK
(SEE STD. PLAN F-1) DETECTABLE WARNING
SECTION O PATTERN (SEE DETAIL)
VARIES VARIES ^-
3'-0" TO "A" 2'-6" TO "C°
TYPE 2A TYPE 2B
VARIES 6'-0" TO °B° VARIES 6'-0" TO "B"
RAMP RAMP
1 6" 6" 1
318" EXPANSION
JOINT (TYP.) LANDING
(SEE STD. PLAN F-3)
SECTION CO
RADIUS A B C
(AT CURB FACE)
20 FEET 4' - 5 1/4° 8' - 10 1/2° 3' - 8 112°
30 FEET 3' - 10' 7' - 8° 3' - 2 1/4°
40 FEET 3' - 7" 7' - 2" 3' - 0"
50 FEET 3' - 5 1/2° 6' - 10 3/4" 2' - 10 1/2"
60 FEET 3' - 4 1/2° 6' - 8 3/4' 2' - 9 1/2"
70 FEET 3' - 3 3/4° 6' - 7 1/2' 2' - 9" SIDEWALK RAMP
80 FEET 3' - 3 1/4° 6' - 6 1/2° 2' - 8 112" TYPES 2A & 2B
90 FEET 3' - 2 3/4" 6' - 5 112° 2' - 8 1/4" SHEET 3 of 3
tiCY p ADOPTED
100 FEET 3' - 2 1/2" 6' - 5" 2' - 8' V CITY OF RENTON
♦ ♦ ^//
INTERMEDIATE RADII CAN BE INTERPOLATED STANDARD PLANS
Lt LST DATE:03/2004
w DATE REVISION I BY APP;' DWG. NAME: F03B SP PAGE: F-3bl
W
RADIUS POINT OF SIDEWALK RAMP
AND CURB RETURN
5'-0" MIN.
SIDEWALK BUFFER STRIP
Qf (TYP.)
RAMP CENTERLINE J'
J,
SEE CONTRACT FOR
CURB RETURN RADIUS
CEMENT CONCRETE
PEDESTRIAN CURB A
CEMENT CONCRETE
3'-0" MIN. PEDESTRIAN CURB
RAMP 'P
318" EXPANSION "
JOINT (TYP.)
(SEE STD. PLAN F-3)
to
CROSSWALK (TYP.)
DETECTABLE WARNING (SEE STD. PLAN H-5c)
PATTERN (SEE DETAIL)
1 SIDEWALK RAMP TYPE 3A
a
PLAN
J,I
Y.!
t 1;�
m. a
a
a
NOTES:
1 1. Avoid placing drainage structures, junction boxes or other ISOMETRIC VIEW
obstructions in front of ramp access areas.
2. Detectable warning patterns may be created by any
method that will achieve the truncated dome dimensions and
spacing shown. The detectable warning pattern area shall be
yellow, in compliance with Std. Spec. 8-14.3(3)
3. Curb and gutter shown, see the Contract Plans for the SIDEWALK RAMP
curb design specified. See Std. Plan F-1 for curb details. TYPES 3A, 3B, 3C, & 3D
4. See Std. Plan F-3 for sidewalk joint placement and
details. Sheet 1 of 6
ADOPTE
Y
5. Ramp slopes shall not be steeper than 121-1:1V. C,�� �� CITY OF RED
NTDN
STANDARD PLANS
LS' DATE:03/2004
DATE REVISION BY AP DWG. NAME: F03C-1 SP PAGE: F-3
RADIUS POINT OF SIDEWALK RAMP
AND CURB RETURN 5-0" MIN. "
SIDEWALK
a'
C
3'-0" MIN. DETECTABLE
RAMP WARNING
PATTERN (TYP.)
RAMP CENTERLINE (SEE DETAIL)
CEMENT CONCRETE
2
PEDESTRIAN CURB ° 2Z
O g
J„ Yp p"
S•
\per
BUFFER STRIP
GI ti J,. (TYP.)
3�-0" MIN.
RAMP
/8" EXPANSION
JOINT (TYP.) „
TD. PLAN F-3)
Jig
.}..•
Jig
SEE CONTRACT FOR
Ji.
5,5PEN�NO CURB RETURN RADIUS
rn:
B 3" R
CROSSWALK (TYP.) TYP.
(SEE STD. PLAN H-5c)
SIDEWALK RAMP TYPE 3B CEMENT CONCRETE CUR
PLAN
CURB RADIUS DETAIL
SIDEWALK RAMP
TYPES 3A, 3B, 3C, & 3D
Sheet 2 of 6
GtiR Y p� ADOPTED
CITY OF RENTON
STANDARD PLANS
��N O� IST DATE:03/2004
DATE REVISION BY APPR DWG. NAME: F03C-1 SP PAGE: F
lr
�r
RADIUS POINT OF
SIDEWALK RAMP
AND CURB RETURN
I
RAMP CENTERLINE
J..
BUFFER STRIP
6—0" (TYP.)
MIN.
S\
0^
SipFwgCMiN J., �f�
k
SEE CONTRACT FOR
G CURB RETURN RADIUS
CEMENT CONCRETE
PEDESTRIAN CURB
I
I
J
I
I
J,
Jig .ui Cv�
Q
1,111 Jai Q
I J„
I F
Jii I ,ICI
CROSSWALK (TYP.)
(SEE STD. PLAN H-5c)
DETECTABLE WARNING
1 PATTERN (SEE DETAIL)
SIDEWALK RAMP TYPE 3C
PLAN
SIDEWALK RAMP
TYPES 3A, 3B, 3C, & 3D
Sheet 3 of 6
Gti�Y p� ADOPTED
CITY OF RENTON
STANDARD PLANS
LST DATE:03/2004 V j
I DATE REVISION BY APPR DWG. NAME: F03C-1 SP PAGE: F-3
RADIUS POINT OF SIDEWALK RAMP
AND CURB RETURN
i
G DETECTABLE
WARNING
PATTERN (TYP.)
RAMP CENTERLINE o (SEE DETAIL)
e U
O 2
S• .,,, o F
\0.
Typ
CEMENT CONCRETE J
PEDESTRIAN CURB 6
(TYP.) J„ BUFFER STRIP
O, (TYP.)
i
o..
G
I E
I J"
I
i I Jig Ji,
J
J SEE CONTRACT FOR
OEN�NG CURB RETURN RADIUS
F
CROSSWALK (TYP.)
(SEE STD. PLAN H-5c)
SIDEWALK RAMP TYPE 3D
PLAN
SIDEWALK RAMP
TYPES 3A, 3B, 3C, & 3D
Sheet 4 of 6
GtiR Y p� ADOPTED
CITY OF RENTON
STANDARD PLANS 0
N T O LST DATE:03/2004
DATE REVISION BY APPR DWG. NAME: F03C-1 SP PAGE: F—�
+rr
5-0" MIN. 3'-0" MIN.
BUFFER
STRIP
C tD
TOP OF
27 `a � ROADWAY
CEMENT CEMENT CONCRETE
ONCRETE CURB & GUTTER
SIDEWALK SECTION O (SEE NOTE 3)
i I
5'-0" MIN, 3'-0" MIN. DEPRESSED
LANDING RAMP CURB & GUTTER
(SEE NOTE 3)
2'-0"
TOP OF
2% a ROADWAY
CEMENT CONCRETE DETECTABLE
PEDESTRIAN CURB WARNING
(SEE STD. PLAN F-1) PATTERN
SECTION
(SEE DETAIL)
BO
3'-0" MIN. 5-0" MIN, 3'-0" MIN.
RAMP e_I LANDING � RAMP
3/8" EXPANSION
JOINT (TYP.)
SECTION O (SEE STD. PLAN F-3)
5'-0" MIN. 3'-0" MIN.
CEMENT CONCRETE
SIDEWALK BUFFER
M STRIP
TOP OF
a 2% ROADWAY
CEMENT CONCRETE CEMENT CONCRETE
PEDESTRIAN CURB CURB & GUTTER
L (SEE STD. PLAN F-1) SECTION D� (SEE NOTE 3)
SIDEWALK RAMP
TYPES 3A, 313, 3C, & 3D
Sheet 5 of 6
GtiCY ADOPTED
CITY OF RENTON
,p STANDARD PLANS
N T O LST DATE:03/2004
DATE I REVISION BY A PR DWG. NAME: F03C-1 SP PAGE: F-3
5'-0" MIN. 6'-0" MIN.
BUFFER
STRIP tO
TOP OF
ROADWAY
CEMENT CEMENT CONCRETE
CONCRETE CURB & GUTTER
SIDEWALK SECTION E (SEE NOTE 3)
5'-0" MIN. 6'-0" MIN.
CEMENT CONCRETE RAMP
SIDEWALK
2 — 0" TOP OF
2% ROADWAY
CEMENT CONCRETE DEPRESSED
D CT PEDESTRIAN CURB
(SEE STD. PLAN F-1) CURB & GUTTER
(SEE NOTE 3)
5'-0" RAMP SECTION O PATTERNB(SEE WARNING
CEMENT CONCRETE VARIES
PEDESTRIAN CURB (TYP.) 0 TO 6"
(SEE STD. PLAN F-1)
A
� � RAMP
B
SECTION GO �
ao
A 6° 6 B
MIN. MAX.
e,� a <O A 1 5/8" 2 3/8"
a
PLAN B 5/8" 1 1/2"
C 7/16" 3/4"
1 7/16"
ELEVATION
TRUNCATED DOMES (SEE NOTE 2)
DETECTABLE WARNING PATTERN
DETAIL
SIDEWALK RAMP
TYPES 3A, 313, 3C, & 3D
Sheet 6 of 6
GtiSY p� ADOPTED
CITY OF RENTON
+ ~ STANDARD PLANS
L.Sf DATE:03/2004
DATE REVISION BY APPR DWG. NAME: FO3C-1 SP PAGE: F-
6w RADIUS POINT OF
CURB RETURN
lim
+Ir
E coNTRq Ra FgcF)
>
CEMENT CONCRETE
PEDESTRIAN CURB
3/8" EXPANSION JOINT DETECTABLE WARNING
(SEE STD. PLAN F-3) PATTERN (SEE DETAIL)
to C
A
Y
J
o
W
In
Li L
CROSSWALK
(SEE STD. PLAN H-5c)
BUFFER DI
STRIP STANCE FROM P.C. RAMP LANDING
SIDEWALK RAMP TYPE 4B
PLAN VIEW
ISOMETRIC VIEW
SIDEWALK RAMP TYPE 4B
Sheet 1 of 3
GtiC Y p� ADOPTED
CITY OF RENTON
i
STANDARD PLANS
LST DATE:03/2004
DATE REVISION ley APPR' DWG. NAME: F03e SP PAGE: F-3e
5' — 0" W
BUFFER STRIP
TOP OF
2% � .•� ROADWAY
N
CEMENT CEMENT CONCRETE
CONCRETE SECTION CURB & GUTTER
SIDEWALK (SEE NOTE 3)
3/8" EXPANSION JOINT
(SEE STD. PLAN F-3) 6' — 0"
RAMP
CEMENT
2 0
CONCRETE —
TOP OF
SIDEWALK LANDING ROADWA
DEPRESSED
DETECTABLE WARNING CURB & GUTTER
PATTERN (SEE DETAIL) (SEE NOTE 3)
SECTION OB
5' — 0" RAMP '
BUFFER STRIP
DETECTABLE WARNING PATTERN AREA VARIES VARIES 0 TO W
SHALL BE YELLOW, IN COMPLIANCE 0 TO 6 TOP OF
WITH STD. SPEC. 8-14.3(3) ROADWAY
A J
I— - RAMP ,
B
CEMENT CONCRETE
CURB & GUTTER
CEME7��C�C�ETE PEDEURB (SEE NOTE 3)
Al r a A B (SEE STD. PLAN F-1) SECTION
a
PLAN
M
MIN. MAX.
I—D A 1 5/8" 2 3/8"
ELEVATION B 5/8" 1 1/2"
C 7/16" 3/4"
DETAIL SIDEWALK RAMP TYPE 4B
TRUNCATED DOMES (SEE NOTE 2) D 7/8" 1 7/16"
DETECTABLE WARNING PATTERN Sheet 2 of 3
GtiT Y p� ADOPTED
CITY OF RENTON
STANDARD PLANS
LST DATE:03/2004
DATE REVISION BY APPR DWG. NAME: F03e SP PAGE:F-1
N -t CN
aw
Lo co 0)
0 '0
-10 0 M N N N CO
CN
so
N
r) in 0)
x 00 co
-N
N
Po M K) rl) c
0 Q) -0,
>- M I > .2
L
0 r, u Q)
1 IN 0
In O N .(D co 2 co
N C4 (N 04 N
0
C14 C14
X C14 (D U-) t) 0) Lr)
U-)
-0 I I 0
Lr) CO 0) c) -C Q)
O E
N N
0 c 0 c
0 0
0
N I 01 7 04 x -0 C C c
-0
'0 rn -0 E
C 2 Q)
M 0 Ln 0
Ln N C 0
2 -C
i3
0
-0
0
X I m I N N
:Ll Q)
- E cc,:E�= . .
0 C)
'0 -co 0) 0 :3 C: C Q)'°p_0
.2
C.:
C 0 0) CL L) C:E 0
C "i °ice to 0 0
(D
0 -04 0
-to 1 0 -0 E
N I c:
0) �r 0 :3 0
-co -cc) CN) C V) -0 CIL�
N
N N -j- C4 C, 0
02 c:2-0-U)
0
co 0 a) c:-Do Q) E
x 00 (r) (n > E-� 2 Z) 4) 0
Lu CD L) U)a-,
(o C-4 r-) z O N U) l!')
N cli -t 04 C14
C14 00 M 00 n
O
0
LLJ
F-
<
C)
CL
C4
C4
Of
LLJ
CN
X K) 01 C14 C14 1
LLJ
m
z
V) r, co 0 <
L)
<
< H H H F- F- H H H F- Of
V) LLJ LLJ LLJ LLJ L'i LLJ Li LLJ LJ LLJ
2 LLJ LJ L'i L'i w L'i w Li Li
0 Of L� L� U- L� L- L� L� L� L` < SIDEWALK RAMP TYPE 4B
< 0 0 0 0 0 0 0 0 0 n
Of N pl) Ln (0 r- CC) 0) 0 ui
Sheet 3 of 3
Li
ADOPTED
C.iO CITY OF RENTON
STANDARD PLANS L,01'
LST DATE:03/2004 %�
L
DATE REVISION
BYtAP:P=R� DWG. NAME: F03e SP PAGE: F-3e
I
1r.
RADIUS POINT OF
CURB RETURN
R,yQ�GS
SFF (qT
F
11D
CEMENT CONCRETE
3/8" EXPANSION JOINT PEDESTRIAN CURB
(SEE STD. PLAN F-3)
r
A 6'-0"
RAMP
Y B O
J
0 3
W
to O
V)
X
LANDING
CROSSWALK
of y C (SEE STD. PLAN H-5c)
DISTANCE
FROM P.C. DETECTABLE WARNING
PATTERN (SEE DETAIL)
SIDEWALK RAMP TYPE 4A
PLAN
RADIUS X Y
(AT CURB FACE)
20 FEET 6' - 1 3/4' 2' - 7 1/4'
�\ \ 30 FEET 7' - 11 3/4' 4' - 8 1/4'
a 40 FEET 9' - 5 1/4' 6' - 5'
a e a 50 FEET 10'-8 3/4' 7' - 11 1/4:
c 60 FEET 11'- 10 1/4' 9'- 3 1/2
ISOMETRIC VIEW 70 FEET 12' - 10 3/4' 10'- 6 3/4'
80 FEET 13' -10 1/2' 11' - 8 3/4'
90 FEET 14'- 9 1/4' 12' - 9 3/4'
100 FEET 15' - 7 1/2' 13' - 10 1/4'
INTERMEDIATE RADII CAN BE INTERPOLATED
NOTES:
1. Avoid placing drainage structures, junction boxes or other
obstructions in front of ramp access areas.
2. Detectable warning patterns may be created by any method
that will achieve the truncated dome dimensions and
spacing shown. SIDEWALK RAMP TYPE 4A
3. Curb and gutter shown, see the Contract Plans for the curb SHEET 1 OF 2
design specified. See Std. Plan F-1 for curb details.
4. See Std. Plan F-3 for sidewalk joint placement and details. tiCY p ADOPTED
VO.n CITY OF RENTON
5. Ramp slopes shall not be steeper than 12H:1V. � � �
STANDARD PLANS
N LST DATE:03/2004
DATE REVISION I BY APPR DWG. NAME: F03D SP PAGE: F-3d
. 1
r
6'-0" CEMENT CONCRETE
PEDESTRIAN CURB VARIES
� (SEE STD. PLAN F-1)
TOP OF 0 TO 6" TOP OF
ROADWAY
2% < � ROADWAY
I r
CEMENT CONCRETE DEPRESSED
SIDEWALK CEMENT CONCRETE CEMENT CONCRETE CURB do GUTTER
CURB & GUTTER RAMP (SEE NOTE 3)
SECTION O (SEE NOTE 3)
SECTION CO
r
r
i
3/8" EXPANSION JOINT
(SEE STD. PLAN F-3) 6'-0"
RAMP
CEMENT CONCRETE 2' — 0"
SIDEWALK TOP OF
LANDING ROADWAY
DETECTABLE WARNING DEPRESSED
CURB d< GUTTER
PATTERN (SEE DETAIL) (SEE NOTE 3)
SECTION BO
SHALL BE YELLOW, IN COMPLIANCE
WITH STD. SPEC. 8-14.3(3)
ETECT LE)(VAR NG PATTERN AREA
RAMP
B
a c
d @ �.
0
A I I d
MIN. MAX.
A 1 5/8" 2 3/8" B TRUNCATED DOMES (SEE NOTE 2)
B 5/8" 11/2" PLAN DETECTABLE WARNING PATTERN
C 7/16" 3/4" M i c DETAIL
D 7/8" 1 7/16" I—
ELEVATION
SIDEWALK RAMP TYPE 4A
SHEET 2 OF 2
GtiR Y p ADOPTED
CITY OF RENTON 4
STANDARD PLANS
N T 0$ LST DATE:03/2004
DATE REVISION BY APPR DWG. NAME: F03D Sp PAGE-: F
Ir
CEMENT CONCRETE
CURB AND GUTTER
A B
3/8' PREMOLDED JOINT FILLER
N
5'-0' R. 5'-0'R.
5-0' R. 1 5'-0'R.
4'-8 1/4' $' 5' 4' - 8 1/4'
sw
CATCH BASIN FRAME AND GRATE
GUTTER PAN (NOT INCLUDED IN BID ITEM)
PLAN VIEW
CATCH BASIN GUTTER PAN
SLOPE GUTTER PAN
"AN RAME
RATE H 1/2'R. Y 5'E T�1/2'R. ROADWAY
D
VARIES
I'r p
ADJUSTMENT SECTION p•. D
(NOT INCLUDED IN BID ITEM) CATCH BASIN OR INLET
D
,•p (NOT INCLUDED IN BID ITEM)
D
SECTION O
6 1/2'
1/2'R. 1'R. MATCH
ROADWAY
-\J
SLOPE
D 70 1/2'R.
N p'
' p
D
• D• •p D �O
ROADWAY
VARIES
r
SECTION OB
CEMENT CONCRETE
CURB AND GUTTER PLAN
SHEET 1 OF 1
G�CY p� ADOPTED
CITY OF RENTON _
♦ / joop
A`-`�� STANDARD PLANS �
NIT O LST DATE: 12/17/200
DATE REVISION IBY APPR'D DWG. NAME: F01 A SP
10"SIDEWALK 0.02 AC PAVEMENT & BASE
REDUCED WIDTH GROUT
ROLLED CURB ELEVATION A-A
CB RISER SECTION OR BRICK
3 1/2"
e
\!
12°
6 1/2"
a °
a
12" - —�
24
ROLLED CURB
ELEVATION B-B
1/8% 2" DUMMY JOINTS
12" 12"
A BACK OF CURB
B
in Q
° I
°
° 12" b a a
d d
I �
d 4
d
12A
a
B
ADDITIONAL 2" CEMENT CONCRETE TO
(� A EDGE OF CB IN TRANSITION AREAS
(TYP. BOTH SIDES)
FRAME AND VANED
GRATE
SURFACE WATER UTILITY
NOTES: GRATE/ROLLED CURB INSTALLATION
1. WHEN A THRU—CURB INLET IS REQUIRED, ��T �� crrY of aErrrox �(�•/�
USE A ROLLED CURB FRAME AND GRATE.
STANDARD PLANS
LST DATE: 11/12/96
DATE REVISION #BYAP—PR:::jD DWG. NAME: D-14 SP PAGE
it
TYPICAL LIGHT BASE AND JUNCTION BOX
CONCRETE PAD
3'—0"
7'-0" VARIABLE MIN.
D 1 —6 0
4"� •a o'p a ro ,.00 .p o<b
< < O a
D �
O° D Dp vp v
FRONT VIEW SIDE VIEW
TYPICAL JUNCTION BOX `B'
CONCRETE PAD
4' oD OD D DAD°D O D OQ pD aD D oD O DOO eD
II
bo L J L
FRONT VIEW SIDE VIEW
L
TYPICAL JUNCTION BOX `C'
CONCRETE PAD
4'-0e, � � 3e_0 ee
4" D Oo °�0 .Oo 0 oDpoD D oD°p pD OD OD Ooa a0.0�0 D O 0°aoa0
L J L
FRONT VIEW SIDE VIEW
TYPICAL CONCRETE PAD DETAILS
Gti�Y p ADOPTED
CITY OF RENTON
* * STANDARD PLANS
LST DATE: r+fZ,iLq6o�[oq
REVISION
DATE BY PPR'D DWG. NAME: JR-36A SP PAGE:JO15
1
A
I C I
( LEGEND DETAIL
I I
P:Nom P_�!1"
L I SIGNALS
CD p I LIGHTING (Mark L
TS—LT TSI"N.nn
E I TELEMETRY
TRAFFIC SIGNAL SYSTEM LEGEND
Form Letters with 1/8" Weld
Bead. Grind off Diamond Pattern
before forming letters.
PLAN VIEW L 1 Nom.
H 1"Nom 1"N
ILLUMINATION SYSTEM LEGEND
Lid m TYPE 'I' BOX
�,. K TYPE 'II' BOX
I
71�.I�.3/16, 1"Long PLAN SYMBOLS
HOOK DETAIL
(2 Hooks per Lid)
ELEVATION VIEW H
Z X
Q
D
X CO X JUNCTION BOX DIMENSION TABLE
Z g :22 y BOX TYPE
Of ITEM TYPE 1 TYPE 2
CV "� ON LCONDUIT ALTERNATE A ALTERNATE B
A Box Outside length 22" 22" 33"
B Box Outside Width 17" 17" 22 1 2"
6" GRAVEL PAD C Box Inside Length 18" 19" 28"
COMPACTED D Box Inside Width 13" 14" 17"
E Lid Length 18" 18" 26 1/2"
F Lid Width 13" 13" 17"
TYPICAL JUNCTION BOX INSTALLATION DETAILS G Box Depth 12" 12" 12"
H Lid & Frame Depth 5/16" 5/16" 5/16"
J Wall Thickness Min. 1 1/2" 1 1/2" 1 1 1/2"
K Wire Reinforcement W-3 W-2.5 I W-2.5
L Legend See Detail See Detail ISee Detail
NOTES: ITEM MATERIALS
1. All dimensions are minimum. Exact configurations vary among different manufacturers. Box 6000 PSI concrete See Notes
* Frame Diamond Plate Steel - A786
2. The noted lid thickeners overall minimums. The Diamond Pattern for Type 1 or Type 2 * Lid Support 1/8'Min.Thick Sled C,L or T. -A36
boxes shall be 28% minimum of overall thickness. * Lid Diamond Plate Steel - A786
3. Lid support members shall be welded to the frame. Anchors Steel Wire or Tee Plate
Reinforcement I ASTM A-82 Steel
4. 4000PSI concrete is allowed if box reinforcement consists of 6 X 6 W3 X W3 welded *GALVANIZED STEEL
wire fabric welded to the frame.
' 5. When noted in the contract. Type 2 and Type 3 Boxes shall be provided with 12" deep
extension boxes.
6. When noted in the contract. Type 2 Boxes shall be provided with a 10' X 27 1/2" 10
gage divider plate complete with fasteners.
JUNCTION BOX DETAILS
7. Non-concrete Boxes may be submitted for approval. Evaluation will include an H-20
Load Test. G�CY p� ADOPTED
CITY OF RENTON
+ ♦ STANDARD PLANS
LST DATE: 11,'5,496 "/O/V
DATE REVISION BY PPR D DWG. NAME: JR-36 SP PAGE:J016
VI. CONTRACT SPECIFICATIONS CITY OF RENTON
v1
CONTRACT PLANS
-r
}
BENSON ROAD SOUTH-MAIN AVENUE TO S.26TH ST.
(DOWNTOWN CURB RAMPS,MAPLEWOOD SIDEWALKS.HIGHLANDS SIDEWALKS)
CITY OF RENTON
AUGUST 2005
� Q
O W 6
QO Q
v z
� z
� z
L I
o
o �
o >
Z�Z T rr
Un
I t
r
�J m
1
r h
r �1
7 ..
IT 1 1
Ld
zo
� t
I �
4
--d
- -
�� ff
Il-
N !
4N 1
LLJ
I �
_ ; o
.
... SR 515
�I
-, I
z
I , -
< z
Id,_ EJ
I,l 1 �; J�!
T ff � l �
I N
I -
� I T ! I
I �
'• ��� �1 t � 1 i T 1 _.., T _� �1 11.._t _-1-' L1._ �.1� _�I U
T...
L_a f m (_ >
III
�I �I � �• G I t 1 I t.,�-J
1
SR-767
4
w t
I
W V)
00 0 0 f— cn
z �
Nr0d WZ A
W
F—
v J Cn N
Y WWWW > Wz � ' •�
w J W W W W O > W � •
g�
U, (/ n n ( mO
o
W W j
< O Z O — � 0� g
< < < — — ry
J J J J CL
w � O W Q J �a
// O Q —
! Ow JJJJ —JW3: �
LJ Li III Li Li U) ry
LLJ / n- � U) w0000 o W
�NN �a � ; J" r, � Z z = cnU� MV) < 0 W�
� Z WSwZf0-
"W
W ' ' QQ Q X0000
r ) W� (
J > ZZZ I
_ i- I
1- 0 WWWWQQ � O �Zmo a
Ommmim v,IJoW
a�¢
Z v,
W �W42
� O
m O
r / W WW , NN-) d r- - Z
= W > 000000
u = 0a- in- a- D- --i
cn cn u cL a- a- n
III I-SS-ddd
31VVN 133MEld
vww� *Nt•F %ami ammo • "Now= ommumv ommomw Mtn • it rI' Ra11omw owwow law~ "awwo Nommo ■ommo "Nomw �t•W
O via
W 22
ON =F� O 6
FF p
Z
�Fm W a�N2 <w Vr01.10 S z
-0 "'2yFjp Wyil Z
No <zN cola;:,a FaN Z2<r0 v
' 1filw0 N W
"� m �42020 F_Oa�ia O
F U Z O
< < o Fz Ow<
uj
ZZ
z W
�i 6 Zm WWU<U C� T
U 220
;. �wF 04 IrizU2 Z
3�m m°-�w Ooow�x ]C
r<o wN Z Q
11 a = 1
U Z o<,m� Z O<<U�4j m z
O F M3�21.. m O
r ..�. o wcm Nz m ti
Fw°a � N=N= Iq.., m � 2 uj
o° °z�zd �a>><i �°ao$mI t
s
+
u pap
11� Nm- m 0 O
o � O
LL-Z
a C) 3
F–
ID� «v
W
a o
0 0
+a° 1 1 w v rn O O IQ o c
Y)W N C p U. C r V
Y J I i � •—N U B �
Id '
Z
Z o c�5'o ri w i}}i} u mil 'l) o
1 N
0.
I I OM >0 . 0
�u o Q > LL
"r
0.,Q U
V Fes.
I, o
+ 7LI B
0 � � < I�p, ICI iLi V �
I-
_
01
w i t Ii �vv v v v v vv �/ M
\ \ \\
N 1 Ir {1 1 171.X•.`.,rl VWI o — \\�\\\\V\��/1
L. m 11 N 11 J a o N
r CwU
>d V dO
a> � E >
O
J C1
_
� n
vria
"I °� Q
\\
4, } w c?z \
< oo \
all r \
ti m7 « 1 O
o
Mr = �c
c�< o N I
a J
z
a �
°z
N U, l ��—M- - - I m
< L
I p 1 W 55
ry I ,.` y m �=
U'
m ( ' n z / w
O
,1 Ki
z
o Ld
py^•
M I W °a
W
��- ll7
" tt a i o . < (n 0 L
{( V Y N ZZ
O `. Q I O
`t' r ' �_"
S 26TH ST
m
° o
._.
Zp >-N
N
Z Z I m U $ L
tJ
w I �j1 �o U cOi J il.
j
l� II' z° Q O O
- i W w a I < w u Li 65 o
O
� � v F z I P m�
F I j W zWJ
O I / / 6 W w SC I S<
N <
+ ,'nj - W a w I U> pz
m
X r ?� .0.
19'1 b 1 O U I M W
I m 3
'a
z y $9 i
x I
t i f w a N a ; zr Z U z
N
" a °
a = I
w1 .c ,-Z w
< r
a {pon Ww
z 3 om °r O � O a
3 d I
�+ ci<a �3 z° N y1
�. w w K a. z a 2 3 z 3 U N
4 0 0c < w
z a v ci az z wo- -M ° z o I
Ic I oo w z d < w v a.° uo o_ a N I
x �� w <
w r N w
jl a Ww < o t �° o
LLJ
j 3 O a < <z z o� ZN wv<i w c7 z
Z 7n` r w o a <{- W a ro s w Z a o
aa } �q z
0 WJ 3 U !- = m z 1''ow
�� Z 25 3 N a' J N W O
U� U '� U ] U U C.)E6 Wi Ua L v $z U z w U
... 0 7 < Z�w qq Zr J� 7
N 00 ? N ~ p< ~� N ~ r O W O
OUci U w c�5 3 < ? g U� o: 3� mW ? <N 3 ¢ UU ¢ ()
U .— CV e7 Y 1(1 m m 6 6 6 .— .N— ^ -i 4 m ^ m m
-ss-ddd
3VWN 1.33f OW
eamr WINNOW ""Now "WAR" `1"1o1 I1111W lim INNIVIIIIIIIN
O N !
} p
w
a W= � m�mm� ! It
a< > } L
¢U
Z U 3 VIZ W
Om§ L
FUN %== r I
zowo is O
<
Ul
Z<aU�•'0 Y m<82 m�i N AZmM;N WUw`W{O a-
0=0, 2 ( zr
Z U28,11 CL Nd
ZOZ< O
Z
o
Kc<� gp�z Z���,��r O W 2
Z 0 m0 ZN<f5U 1�
UD O wOm� OH3Nw NZ z m 0
z;;o��x F2�mIn F< ,8 ,(1 z
Rm�;<�F �af=jS15 m
is
n
it
0 3°
Odd 133HS 33S — OO+�Z 'y1S 3NI�HOlbW �z `
�Ll
Q o ` �'f yi` I N c
III a
iijltl F_ Ii
i
rnK!
w wrn
I I a 0.0
�E
z II co�
+ ep}!}!e
1 �
r r;I iv II
1
r_w
>��
I� I
r
I JlII��1}l'
Il'i Ilz�r; I
I U
I I
�i 11 ill�r7i I 1
YYYYYY I �
( ,Ili'li s
o ' Fa
"!
'
fl
`r \�
Z `z
0 1 ij,1r II i
o \ z
W I���I 11 '�f , 1 z C o
F \ a
m w — t O
„I! , o Ll a z
}� F
00
z N if N V
laid:
I I1py�. r r lu. �,_ vZi
i6 U uS
��IIII;I o W
id
I.f
W<
V F Z r I m U z
1 li'
rv�
i II
�IIIQ ! o w <a ( U
Od a
�
6'S4+OZ 'Vis I lrl I z I V<r
! I lil' N v V
i a I �w it
.4. N w l u> x
'�Illlli I!I II hl r , N r I ?
Lo w
N N O (f)0 LL0 %
e
f C.+j
w I J�O F�
NlVM341S ONV ( o no I U O
1 '83iim 'S8M N1038 q
''� r ci Q]
I '
.i,• rI �o m 3c 0
W U
! "1 z m Z F-z
8
E p m
w a zr z
t C,z a <W g n
z
z
3 Wr
=O � N N J
� o� ro f Cdr o < o a
k a a a �a g z2 0 z v
Na Y w z z < < 5.4 ao w < a F
QQ N
1 5 (n r < O a K W Q w N W
W W
U K
F- ¢ Q 4 O
O W�,.j O W O K N W< F- yI C� r
i^x Z m4. z r a Z�u Z z a Ar ow a w
a
�O Z Wz m 3 v r m m M8
Z Z a F
�r Za U w W m U U UO N U FW m oo m 0 < R
yZ O r r r LCnp K m a Y w
z� U r r F < < r Sc <�1 xx > mm > io r
L) ', � �� � C7 < U O U U �� W Ua W� U U� V VS r � �
F, f d F N < 'r" a 'r^ v o a'=-' o f < I0 a < g w <
U (V N] V' N b I-� W 6 6 6 .-- C4 M 4 ' 6 .^-• m OI
I d
3YIVN IOR08d
Wwrrr vm. ir•r 4 . 11 ONEW "Now snow fawww rr..rr vommew "Nomnr "mono .r..m "Nowwo sopmr111 wo-wo .rr r.r
cm
F�
O 6
ZWey�U 62 $ z
aQ 3>wUr z
Oda 0��<o�
Yi F,=6 WWzam R
W LL
om
Wp O
F� ZZQi ZZ�g? jz°3�°
W
S
_ a<w66 886,W88 C/)
�
pp55 Z
M °=Z °Q p d
< O
-0,< OOUWj, R
< F ZO<?W?mZO Z
Qm 5�<Qm N JFW Qf'•N a O
F w 'A W
g<a wo�z 6<<om<F O LLl cn
r0 WFW JJ .ZZXP508'1 m Z
2 S .6m41 F<w N J�8 Z
Rm 3<�� IoW
in�fzy m
&& waZ ° e
UZ<tai>
r
hem
6 �
n
8
LL_Z
C)p
Z
F-w a
U� a
s
9I s
a
z
I
I
I _
I i
a,.
W z
S �!4
C. W X
306 o r
i
I
g l - Y w2 II
m - F z a
f 3a� Gam;_ I i
d M
O W W W W W z II N W O a 0
^ H
x m U
a a ZF us
w 3 s 3 s 8 � o
5R W
Lij N 3 Z<N W F_ N M
��
W <� Z
it s o n _O
7 + N e N m U
i O )Z U CJ O N (n Z
oon m a �'— o (sP�
M O W ...1 r ,; I' L J O •- N CA I U E< n'
Nz Z i ....o. � r ti (n a + °' I c�im
na U m
�
$ v 4 v N w I J �
U
do N ' III q ' o I c�
v~ia a ^ n a z
j W a I < w
c
Z
p z
z I �Q
W 5-< bi
I I U`
1 1
.I t I f I ?
Z O
i
N N N I N
I.
W Q I
V V Q d e j u x
U U Z i x
z
n
}N N Nei I �L('�
W
1 co ca I }0 L
VIUKWWW NON
y
{ /
_j 0 C)Mdd 133HS 33S - 00+�'z 'ylS ]MI H01dW v m co a
0 0
U
W
a z
u o c
M _ri N
I m O
W m zz M U M
z
J a -F m 4 Y 3w3
a a aWJ} agW a a
Cy z 0 pp ° pp x
W O x a O N W N P z a N z
y V1 z �Z O I 00 p d
W °' a ua 'z 7d'O z
a
v< W w i, Wa si W n W z o
<
N ~ < U D W W U' W Wp,< ~ a pW N w CK
F- W W Z O O �� Fz �(J W < W O W
a 3
z
Z j' < or a ¢ z z zw zN Wu<i w u r-
i,, in en < x vi r ° a (ii a g IA w
m a O m < m0 w <O = 3 a O 3
O za W N m mm xm o� z x z3 pN v o pNp y �6
U '' f.. j F a < ~O x aW tA0 j ~m j Y Q W
v� 0 � 0 > v � va W c)a t"0 u �z 8 z v
z N m �x 5 �� yz Na g W <
In a F n < ' < ..y O a of a a < z
x a ? b
Uu ? ? ° i y
P v z U w << a $ a0
O N M) 4 6 0 GO 6 � ^ N ^ b ^ [0 O
LUI-SS-ddd
3hYN 13VONd
UVNW40 wmwmw %NNNIr loomw amom rq 400"No Owosso waI/som ism11om III/' emmuu somUIow WASOW swom 11�
i 6
L L L<
wx -2 < m w C/)i
Z o� G3?Y C9<I of- , a
m m z7x z OW w< �Z
Q
S Qum �Fwmw / 0
Nw0 W OF< Z
z
< wo O}<'m« W N
o mF 0] Z
p
°
N
wo O
Z� �m� 6IWN� N Z
�u� W
ww _N>F8s wa <vai o d
i �a<<>i �aao$¢ z A s S
II m
x Y II 'a
I � w
0
MMMIS ONV I /� $
'tOLLno Isuno ON3 II !. ;
r
I-
+ N ,- V
_ , f W a
of
TH
1
N .I if ° I a
J
W
z
I
I
Cr) 0 li wS1 U
p yi
a0 w II r■�Y
+ O
M7 f7 I w \
1-: 1 ■■�
Z 18■ ��
II 1 O O
3 Q W U vi
UJ z �
I
I � N
�z
I U w<
On
U
w < I ` <
t
{ p vzF ?z cwi�u
w z
N I n
o
w
!k I '
v<i I N o
I
�+ f/
P I !W I
NIUM1S ONV -
'�min0 '%mQ NI9 8
04+O t 'Vg; I p
I � I It I
z
I
Y
I
I �,,I i I I Irll
_20 wM
I t U)0 Lo rn
<DO-,4-
N
W
J O p
w 0 b
Uw00 o
0 o M I
0 U
K
a o
I ai �
M °
o m 3
> m U
W~ G M
5 a gP m - ?
a � g <w 5 ° 5
N a a a a
°
a.
F 5 in o f "~ o o
\ ¢ a w �a (o(n�m off' Lpn �- (on ai
w a a a 32 �� 3 i 3 U In
0 aZ W, z R wm m�� � z
o
F
o W <
a w W
W xF- W
O < Q o a p 7 < } w p}w, , i
Z U r'] 6 a K Z 2 w C7 Z
M g
OZ wg 3 fY ~ = z m za �O F Z
F- Za U D N K 1°- V °� p U Fxxw m Rm m = <
�� 7 < ° U U Va W Ua W� U mZ ? w 0
jj jj U a
Z� z F O F�<- S 5 Z'=' QV 0N Q Na Q Z
Z c°)v v w v ? °< ? <° um x ? w ? °<� ? v v
1111-SS-ddd
3rM 10 rUd
Now~ 1 Momm
r O �O 6 /
o a `ate < ZZmrbmm� CO) L
pp W Z`Q ZUWW <WF'HOW< L
1V � JWiU =KWW�z N
0 o� �€a0 u
r y�jw°m
F ILL
Z �.1� N F< `ww�Zjn O C L
II I�J: �... W m y C1 W
l\ W Q p mw ���w W�W mn c
2 xYry,O-,f 6�2p j z F-(Oj�� F?° U2 N N
\ y S3R1Vi1
O >
J xvry 9- eu 3a2 �wFW 0 W LLJ x g Ea o �U°� u Q p
~ II~� <F m m < OZc°jw w � Q
Q a \ OV 2 y'nwo w�UF G?� Z
l3 U I �` m� Z, o W Q
O \ N J ~� womb H; 2W�o
CL W z o g 35 L�j e F�a Zw- <r- MZa98 ni
C5 \ <
Qa ((}}�`�` W u3�d&
ow ZoZo
1w WU Ow W-V« fj z D ~
rQw� I Jc�i�3in 2 n
I U
OZ s
O a
a
W
10 U� a
Q ti c
1 m L
NN �
P
O
a
I � <
o
17I ��
O O
o N ry
ct J J p
Se' x Sc
� E
d I a
i
I 1 t I I '41+
I
I I
I I ,
WLn Q3 �
C
it
11 /
I
} O Q
Q I O (A
�E
NQ
C) Q e
LIJ
3 I I c��
W~ °d
I
(n F)Lo y
ui
N N Q p 0
I > > UW65 g§
W ti m� p
w
°
z
R
1111-SS-ddd
3WdN M3M8d
r� i�11/�I •fir• I�� ✓fir ��r �r ��� �r11Y ��rl r �� rll� 1��i "plow 1111��
Q
cn
CD
W �.
T W
ffiijj � ra°
n'
k �
¢ W w
Y O
m cn 0
� 'eh
W O
4 CE m o m
��< � ��"• � �}, �sal' � n � >?� m a a� �d� ti� ��
F t
�.• ,: a J rrOC,oz r o
00 3
Li
w r
I-
xt fk U
ee ,
Sri% ,•a a
ctS;
,
"
c
q x
e
d ww a
n Q
X� �
"
i
y
u�l
u
i
e s° U d��
AI
< a
�< Q
gr �gg O +
t �
• f L E yp
r
„ n
v &5 wU
aw ... '. a $ ~w WU a
yrvy,
Y K W F F Q 4 c U
• J
W O j= Z m 0
2 10
Ix
11 r-Z
s
qM W T
H In
r " z two zz 0 O` L w
U K
g J (� J F —In
k o d Z d 0
s. 't a i
cll�l rr m o o a CV o
YF S." Uw Q Q a NZ J
OQ a �� z m� w� e Q O O F
a� w a - w x O o
co
W
" - "r a N¢ v vi Z Y n O� o
W
o- k Z O� a 4> Or Zm mU IZwi O ¢
O z z 3 ? a o vFi
v~iw
0 W a U ¢ Q
U
0 0
w i o
;2
1"n ° °I w °a °� a a
" O
d
a+t� rr
V "
r
ss-ddd
31NVN 103POdd
rrrlrr/ �r rat smomwo !gym %a~ summo "Nor iNOW woomw OWN" ro" WASEW rrw ■ow"
O O 6 Q
CJ
au
N
1O a
" W z
i M a w
M
t`T N M � N Z
W W W
° W O N _O
N Ul N
us
z V) ff Z >
C j
ZJ O
Z 2 Z O d
a O
NC
V) z a c 19 o-
z w
R z T°n v°"S A°i a F " O
U < In
< N Z
k' w N- m
o ° o v o O z° z w x
p F O d 0 W Of i.i
ir w gym+ Rr- o �= z ° t
�V) �a w< I J �o �m m3i E
<STjT o 8* o C� ° - "ya MO
ja M�j I7M Ml M I7 17 N�j �17� < O� t �F- �O d 1-Zr W h ae!
a� 4� W4.4 I 4 4V.liwaF Ka
r r r r
K w b o N m LLI
U o z Z m z g J N �R�o O Z a N z F�Uri$��
� �p o g O 8 o z 231:
w Li b z Z
vs -c ° < h-d S
O w 150 Li
Cf v vi 16 I: ad ci ° c4 w< a Z
a -Z I
\ap V a
IL
.o Sc
'
�
p
mm Z w
� Z = 3N 3A7 309NDW
�z WWU z 3 0
a W o o z
Wz Z z N Y i___N 3Av ONVI>181A
_
Ow OZ < w -_3nV J� 1 jnr .,` ._....___._._...__...____._-_.
Z Z N j.�'3i" I^roc, ��v
W< Q W Q
g SY^ o < z < \ N
w
f" ./" i1Q./ r
! t
< c�i c3 zo ?
o
U
z <Z w < < { 3N 3.1Y' v is g
g a N N z = 33vona_�_�
`� �� V,z z
a ° �o Z Z o �° ~3 3 ° L n
4W,I O N N N \ 1,
=Z SF N ZZZ� S SS zZz 2 Z
Oz Z
N 311b SON0,1 _-1
O < U O W W U 2 I N rIN► / __.___._ ` f i -T—� `_..__
111 0
5
O
2
1 _.._I
> >N .-AV 306NON
LO
3 ]AV/OJ�MrN), _
y\ LI7
lf)
al
o� / \
,33�jNj? ' 1 \. Q
N I org V 5\ �O�
w'
. � W
__ ----
r� �� -� w -I
JN 3AV NJSa_A3]" 'LIB\ S 3N env v� a� \ a J O
�r—Q x�oN4' 0 U 00 o
z
LLJ
t t XJ M l 1 �� 4 �A 31J t'_J X3.N a m
Q
a--
I_ J , ,�
I :3N 3AV NCION166VH
��. aN ant NOi.9,N J - i l ..
Auj
^s/ Q
c
��
1 3AV NOlnYU"`�
Tl
z
MV NV-le
Qa39v
3N :Jed' N DCJH3a4'�
1111-SS-ddd
we.rr rr.rr w wornw top~ wormer wr.rel am m" rrr.r e■rww "..rids %manor ur.mo rr.l.d WA MAW `snow IMEWO +rr.rr
o Q
O :Z:
CL � z
Li
a gF
<
n
w-c F5 s
i
Z F'LW c g <
W WI N �Zr m O W
--Z
zao� cc
W Q5 yy�� o'Ni Q n
W J N Z aN U W�
>-F- O d
NW '° ?S k' �, = o eaz8
y aw w ° p 3 � _ �g o m �o J<
v Z W 62-- V! F U{ <
W c p (/j _
~O < N W 3 S Z <� O Z R'� 17S �W < a' 1- D"m F� ("1 m LLJ
z 7f wNYm ?S �b� ti '�� z b� F Z a ° O c° Z� ` O
in F < a6 < i < _ D7 8 < W m Z �9��z
N jN� I
LLI
J aQ `J a s r7 "I WI WZi z g gi7S d °< w �� NYC r r p QQS
< a N
v c Y U cl ri .r ai o U
43 P.A n
r�ri
F
j � 3
�Z
1� ZZ a
MR Z Z yi = N W 0 ~
_ z z U
�0 W
= O' g
o z z
a y �
�d a a M r N .- r N N 41M, C
a
w 9 •g � < I
am =�
a W N N^ N N N N N N
q
Yid uw
N N N N r
F N N N
i o
r-
m- N N N N N N N
Q
� CN i8Q N g
uj N <O N N N N N N N m F-:Z
mM r ya $
�
zoo )40 VB
1S 0
30 NO
ao •ocm
•O� J0 30V3
.l,
•01,
•� ZI
Q
J
CL
O
\ Z
b
X
_ W
>-N
Ld�n7
—- —
—S.:r,v s\gin+--\ � VOA o
m Z
- -- —--
� )��.113N�IlEI -� IJ'\�131v11i19 \ Q
I1 �
AV SyMilm
' 'AY'
x S 3F.N Sa3M11tHS Z
i �\
��3Pv �,) z
a
�I
]AV
1 I 1 1-SS-ddd
�r.r.. err "Womw vm. Imm" + Von~ +mu~ wrrr rr.r +r!mr ....r Now" VAN=" *gnaw vmwmr w.ow "Nom w .....r